HomeMy WebLinkAboutContract 28220rr��� �tsioa�-�
SP�:['Il�'��AT���I�
���
�.9�"Y
S�CRET�I�Y
��1'�]T`R�"-�C'.�' D��[J��l�'�'� ��T1� ����i�T�0.R1� ��� � ����
�()9�#Ti�A�:i I�ICI �.�• �.. ;..,
�''���.
'�'�-I��� ��I��T1�LJ�'T��l� ��"
���T` S�D�: �� ��J1V�P ��'�"X'�O�
���urn� � of II
(:��VS`�'1��1�T��3�] ��i�'�'��,�T �i�. �
!'��,�,���T ]'�T�. P'�V'�-1�6�"�'7[���5{��1[�
P�-e���r��� f�t'
Ta�-t Wc�rtl� �r'Y#ite� �l���i•tment
,�ULY 2{IU2
■ �� � � �
r i
� ������
,
...
� }
.,� � ,�
_ �...�.,.,, .
. ;� �liE�i� � h�4M,�:t7� �. [t?�: �
��i.rF..�tr..i..• r..... ��F,#
�i � d 43 . ,0 ,: x�+�i
��� rS � w�`�'_•����
•��� R F�} ���~�
����at1*�
����N������ i?�����1�
� ��` � a�i"-'e�is �''� �' o
.��,�I� h �: �:�,�,�r'��,�;��
��I�� I4I 'I�#��}a
City of Fort Worth TABLE OF CONTENTS
Wesi Side IV Project - Pump Station
TABL� OF CONTENTS
CITX OF F�RT '��VORTH
��IrEST SIDE N PROJECT- PUl11P STATION
V OLU]1ZE � QF T�
NOTICE TO BIDDERS
SPECIAL 1NSTRUCTIONS TO BIDDERS
PROP�SAL
MINOR]TY AND WOME�1 BUSINESS ENTEKPRTSES SPECIFICATIONS
GENERAL CONDITIQNS
Sl1PPLEMENTARY CONDITIONS
SPEeTAL COI�TDiTIONS
SPECIAL SPECIFICAT30N5
Division 1 — General Requzrements
Q1(l10
01031
O1Q15
01020
01025
OT026
o i a�a
OIDSQ
01091
aio42
012I0
01224
Oi300
01310
01330
01340
Q1341
01342
01411
01511
Suramary af Work
i7se of Owner's Facilities
Schedule af Comple#ion
Mainte��ance of Plant Operations and Sequence of Work
Measurement and Payment
Schedule of Values
Project Caordinatian
Field Engineering
Reference Standards
Abbreviations and Symbols
Preconstrvction Conference
�'rogress Meeti�gs
Submittals
Construction Schedule
Surv�y Data
Shop Drawing Procedures
Samples
Installation Data
Testing Labaratory Services FUrnished by Contractar
Temparary Electricity
Part
A
A
B
B
C
CS
D
E
31 B 1 U06 ��� � �-1
City of Fort Worth
West 5ide IV Praject - Pump Station
D 1512 7emporary Li�hfing
Ol 5l3 Te�ilporary Heat, Ventilation and Enclosure
O 15 ] 4 Tenaporary Water
0 i 5]� Tenaporary Sanitary and First Aid Facilities
a] 516 Te3nporary �ire Proiectian
4] 526 Trench Safety System
0154D Security
a754] Protection ofthe Woxk anc� Froperty
01550 Access Roads and Parking Areas
0 ] 560 Environnaenta] Controls
0 ] 567 Filter Fabric �encing
01570 Maii�Senance and Proiection of Traffic
01580 Project Idenfification and Si�ns
01592 Coniractor's Fie]d Office and Sheds
p 161 Q 'Fransportation and HandJing of Praducts
� 1611 Storage and Proiection of Products
Q 1620 Installation of Equipment
�1634 Substitutions
01655 Starting and Placing Equipa�aent in Operation
016�0 �'ield Tests of Equipmeni
OI70I
O1710
O1715
01720
01730
01731
01750
Warranty
Cieaning
Cleaning, Disinfection, and Testing afHydraulic Structures
Record Documents
Operatian and Maintenance Data
I��sUuclion of Operations and Maintena�ace Personnel
Spare Parts and Mainienance Manuals
Division 2 — Site Work
02050 Demolitian
02110 Cleariu�g
42220 Exca�ation and Backfill
02223 Trench Excavation
02230 Cnashed S#one & GraveI
02276 Se�mentaI Retaining Wa11
0252� Concrete Curbs and Sidewalks
02506 Manholes
�275 � Concrete Pa�i�g
02830 Chain Link Fencing
02921 Topsoil
02930 Hydraulic Seeding
Division 3 — Concrete
0310Q Concxete Fox-imwork
032Q0 Cancrete Reinfarceme�at
03251 Concrete Joints
TABLE OF CONTENTS
3181 U06 d�� 1 �-�
c�ty afFon wo�-rn
Wesi Side 1V Project - Pump Station
03 �00 Cast-in Place Cnncreie
03600 Groui
Divisiom 4 — Masonry
04000 Masonry
Division 5 — Metals
fl545] Anchor Sysiems
05120 5tructural Steei
0531 l Metal Raof Decking
OSq00 Cold �orn�ed Metal Frazning Syslem
V OLl1A�� Il QF v
Di�isiqn 7— T`]�ennal and Moisture Protection
07I91 Liquid Water Repellenf
�7214 Building Insulatian
0741 Q Meta] Roof Systern
07b20 Flashing and Trim
0771 D Gutters and Downspouts
Q7920 Calking and Seaiants
Division $ — Doors and Wivadows
08l i 6 Hollow Metal Doors and Frames
Q8331 �verhead Cailing Daors
17871 d Finish Hardware
Division 9--Finishes
09780 Concrete Hardener
09900 Painting
Division 10 — Doors and Windows
10400 �dentificatian Devices
10522 Portable Fi�e Protection Equipment
1 Q80Q Toilet Accessaries
Division 11— Equipmer�t
l 1000 General �quipznent Requirernents
1 l Q30 Nflise Requirements and Control
11312 Horizontal Splif-Case Centrifugal Pumps
11316 5ump Pumps
TABLE OF CONTENTS
3 I 8] 406 04010-3
City of Fort Worth
West Side N Froject - Purnp Siation
l 1317 Pumpi�g LTnit Testing
Division 13 — Specis] Constntctian
TABLE OF CONTENTS
1a600 ]��strun�eniation �nd Contr�l General Requiremenls
1�601 ]nstrwlzentati4n and Cantro] Factory Testing
13602 l��strun�eiitation and Co�ifro] 5��siem Start-Up, Commissianizag and Field Testing
13605 ]nstrumentaEion and Co�ltrol Syste�� Functional Requirernents
13b10 Pro�rammable ControIlex System
13620 Prinsary Sensars and Fie3d Instruments
13b50 Control Panels and Enclosure
Division 14 — Conveying Systems
] 463D Bridge Crane
Division 15 —Mechanical
15000 General Fiping Provisions
15051 Buried Piping InstalIation
15Q52 Exposed Piping Installaiion
] 5061 Ductile-Iron Pipe
J 5062 Steel Pipe
15064 Prestressed Cor�crete Pressure Pipe
15065 CapperPape
15067 PVC and CPVC Pipe
1 S] 0� Valves and Appurtenances
15121 Wall Pipes, Ploor Pipes and Pipe 51eev�s
15122 Piping Specialties
15140 Pipe Hangers and 5upports
15240 Vibration Tsolation
1�5264 lnsulatian of Piping and Equip�ent
15400 Plumbing General Provisions
15500 HVAC General Provisions
15890 Ductwark and Accessories
Division 16 — Elec#rical
16050
16111
161]2
15114
16116
��z��
1612J
16I24
i6130
16i31
General Pravisions
Rigid Conduit
Fiexible Cond�ait
Expansion Fittings
Undergr�ound Duct Banks
Manholes and Handholes
600 VQIt Cable
Instrumentation Cable
Outlet Boxes
Pu11 and Junction Boxes
3183006 ooa � a�
City of Fori Worth
t�Vest Side N Project - Pump Station
]6133 Receptacles
1614 ] Snap Switches
16321 Dry Type Transfo�'n3ers
1639a Grounding 5ystems
164I � Pawer System 5tudy
]b444 bisconnect Switches
16470 Lighting and Distribution Panel Boards
16480 Motor Confrol Centers
16481 Controi Stations
TABLE OF CONTENTS
C�RT1F]CATE OF 1NSURANCE/BONDS! CONTRACTOR COM�LTANCE WITH
WORKER'S COMPENSATION LAV4' F
CONTI7ACT
CONSTRUCTION DETAILS
�
�
3 i s� oo� OOO I O-5
I►9ALCOLA9 PIRl�'�E, INC. — SPEC�F]CATIQNS LiST
CITY OF FORT ��►'�RTH
�'1'Iu.ST SIll� ]V PROJECT- PUAnP �TATION
VOLLfi7E I OF II
NOTICE TO BIDDERS
SPECiAL 1NSTRllCTIONS TQ BIDl7ERS
PROPOSAL
M1NORITY A3�1D WOMEN BUSI3�1ES5 ENTERPR.TSES �PECIF'ICATIONS
GENERAL CONDITIONS
SUPPLEMENTARY CONDITIONS
SPECIAL CONDiTTONS
Sl'ECIAL SPECIFICATIONS
Division 1 — Genera� Reyuirem�nts
01010
aia��
Q1015
OI42Q
O1025
Q]026
41040
4105Q
O1a91
O1Q92
012i0
01220
01300
01310
OI3�0
01340
0134]
01342
azali
01511
O151�
Q1513
01514
Summary af Work
Use of Owner's Facilities
Schedule of Completion
Maintenance flf Plant Operations and Sec�uence of Work
Measurement and Payxnent
Schedule of Values
P'roject Cdordination
Field Engineering
Reference Staaadards
Abhreviations and Symbols
Preconstruction Conference
Progress Meetings
Submittals
Construction Schedule
Survey Data
Shop bra�wing Pracedures
Sampies
Installation Data
Testing Labaratory Services Furnished by Contractor
Temporary Electricaty
Tempozary Lighting
Teanporary Heat, Ventilation and Enclosure
Temporary Vdater
Part
A
A
B
$
C
CS
n
E
��
3181006
01515 'Temporary Sanitary and First Aid Facilities
O 1 S] b Temporary Fire Protection
01526 Trenc� Safety Systezn
015�0 Security
01541 Proteelion af the Work and Property
O1554 Access Roads and Parking Areas
O15b0 Environmental Gontrols
01567 Filter Fabxic Fencing
01570 Maintenance and Protection of Traffic
01580 Project Tdentification and Signs
01592 Cantractor's Fteld Off ce and Sheds
4] 6l0 Transportaiion and Handling af Products
0] 61 � Storage and Protection af Products
01620 Instal]ation o#'E�uipment
01630 Substitutions
01655 5tartin� and Placing Equipme�t in Operatian
O l b6� Fie]d Tests of Equipment
01701 Warranty
01710 Cleaning
017 i 5 Cleaning, Disinfection, and Testing of Hydraulic Structures
01720 Recoxd Documents
01730 Operatian and Maintenance Daia
01731 Instruction of Qperations and Maintenance Fersonnel
01750 Spare Parts and Maintenance Manuals
l]ivision 2 -- Site Work
02050
�2110
o2azo
oz22�
02230
02276
a2s2i
02606
�2751
02&3D
0292�
02930
Demolztion
Clearing
Excavation and Backfill
Trench Exeavation
Crusheci Stone & Gravel
�egn:�ental Refaining i7V'aIl
Cancrete Curbs and Sidewalks
Manholes
Concrete Paving
Chain Link Fencing
Topsai]
Hydxaulic Seediang
Division 4 — Masonry
04004 Masanry
VOLUME �I OF II
Division 7— TherrraaI and Moisture Frotection
07191 Liquid Water Repellent
072�0 Building 3nsu�ation
3is�oo6 2
07410 Metal Roof Systezx�
07620 �'lashing and Trim
077 ] 0 Gutters and Downspouts
07920 Calking and Sea3ants
Division 8— Doors and Windows
08l l 6 No]]ow Metal Doors an� Frames
08331 Overhead Coiling Doors
087 ] D Finish Hardware
Division 9 -� Fia�ishes
0�78d Concrete I�ardener
09900 Painting
Divisian 10 — Doors and Windaws
10400 Identification Devices
1 Q522 Porlable F�re Protection Eguipment
10800 Toilet Aceessories
Di�ision 1 l. — Equipment
1] �Oa General Equipment Requiremen�s
1] 03Q Noise Requirements and Contro�
1] 312 Norizontal Split-Case Cen#rifugal Pur�aps
11316 Sump Pumps
11317 Pumping Unit Testin�
Divisaon 1� — Conveying Systezns
14630 Brzdge Crane
Divisaan 15 — Mechanical
15000
15051
�5052
15061
15462
15064
15Q65
15067
15100
15121
15122
15140
15244
15264
General Piping Provisians
Buried Piping lnstallation
Exposed Piping Installation
Dt�ctile-Iron Pipe
Steel Pipe
Prestressed Concrete Pressure Pipe
Copper Pipe
PVC and CPVC Pi�e
Valves and Appurtenances
Wall Pipes, F1oor Pip�s and Pipe �leeves
Piping Specialties
Pipe Hazagers and Supports
Vibratior� Tsolation
Tnsulation ofPiping and Ec�uipment
318104fi 3
CERTIF]CATE OF INSURANCEIBONDSI CONTRACTOR COMPLIANCE 1�VITH
WORKER'S COMPENSATION LAW
CONTRACT
CONSTRUCTION DETAILS
G
H
3181006
1�ENDY LOPEZ & AS5QCIATES, INC. -- SPECIF]CATIONS LIST
C�TY OF FORT WORTH
��EST SID� IV PROJECT- PUMP STATION
VOLUME I DF Ti
SPECIAL SPECIFICATIONS
Division 3 — Concrete
03100 Concrete Farmwork
Q32Q0 Concrete Reinforcemer�t
03251 Cancxete Joints
0330Q Cast-zn place Concrete
03600 Grout
Division S — Metals
05051 Anchor Systems
05120 St�-uctural Steel
05311 Metai Roof Decking
OS400 Cold Formed Metal Framing System
Part
�
3181006
D����f�Z
GUPTA & AS�OCIATES, TNC. — SPECIFICATIONS LIST
CITY OF FORT WORTH
WEST SIDE N PROJECT- PUMP STATION
VQLUME II �F II
Part
SPECU#L Sl'E�IFICATIONS
Division 13 — Special Construction
13bOd
13601
13 602
13605
13610
I3620
13650
Instrumentation and Control General Requirernents
Insirumentation and Control Factory Testin.g
Instrumentation and Cantrol Systenr� Start-Up, Commissioning and Field Testing
lnstrumentatiQn and Control System �unctional Requirements
Programmable Conitoller Sysiem
Primary Sensars and Field Instruments
Control Panels and Enclosure
Division 15 — Mechanacal
15404 Plumbing General Provisions
15500 HVAC Genera] Provisions
15$90 Ductwork and Accessories
Division 16 -- Elee�rical
16050
16�11
16112
161T4
16116
16117
I6121
�6i24
16130
a6131
16133
16141
163Z1
16390
16411
16440
16470
16�80
16481
General Provisions
Rigid Gonduit
Flexible Conduit
Expansion F3ttings
Underground Duct Banks
Manholes and Handholes
600 Volt Cable
Instrumentation Ca�le
Outlet Boxes
Pull and 7unction Baxes
Receptacles
Snap Switches
Dry Type Transfornners
Gro+�n�ing Systems
Power System Study
Disconnec# Switches
Lighting and Distr�ibution Panel Boards
Mator Control Centers
Control Stations
����� A� ��
}
��� ���
� v �. �u��
•�ae�o�maveF.�e0000000��+.00
� n� � ��7��� ��1��
°�•��! e�P��,��
�Of�A1��ta
V.1Q� � �
`1 f � �'�.�'
�
E
3] 83 D46
�
�
'��
��
�
�
�
�� ,
I�.
i�
J
N�TICE TO BIDDERS
Scaled pruposals far the West Side N Pump Stacion, Water Department �'roject Number PW77-
Ob07701G0210, addressed to Mr. Gary Jackson, City Manager, W�ill be recei�ed until 1:34 p.m.
on ihe date of the bid opening, at the Off ce of the Purchasing Division, located an the Iower
�eve1 of ihe Municipal Buildi�ng, 1000 Throckmarcon Streei, Fort Worth, Texas '76102. The bids
will be pululicly npened and read �slaud in the City Council Chambers at:
Z:00 p.�n., August 22, 200�
Special Contract Documents, including glans and detailed specifications, have been prepared for
this project and may be obtained from Malcolm Pirnie, Inc. ]ocated at 12221 Merit Drive, Suite
1170, Dallas, Texas 75251 (I'H: 972-934-3711). The documents will be available for a non-
refundable fee of $175 per set.
Prequali�cation according to the Fort Worth Water Department Cantract Specifications (as listed
in the Special Instructions to Bidders) is required. All bidders must submit preqaalification
documentation with the City of Fort Wonh Water Depanment a m.inimum of seven (7) days prior
to the bid opening.
A pre-bid canference H°ill be held at ]0:00 A.iVI., Tuesday, A�ugust 6, 2Q0�, at tk�e Fort Worth
N Holly Training Raorr�, 921 Fournier St., Fort Wort�, TX. Attendance is not man�atory for
prospective bidders. Representatives of the Owner and Engineer will be present to discuss khe
praject. Engineer will transmit to all prospective bidders of reeord such Addenda as Engineer
eonsiders necessary in response to questions arising at the conference. A site visit will be held
after the pre-bid conference.
The City reserves the rigi�t to reject any ax all Bids and wai�e any or all irregular9ties. No Bid
may be withdrawn until the expuatian of ninety (90) days from the date the Bids are opened.
Gary Jackson
City Managear
Gloria Pearson
City Secretary
Pahlication Dates: July 18, 2002
JUly 25, 2fl0�
S�'ECIAL INS7'RUCTIONS TO BIDDERS
1. PREQUALIFICATION REQLJIREMENTS: All bidders, are required to submit the
follawing documentation to the Director of the Water Department: an acceptable experience
record, a current financial statement, an acceptable equipment schedule and any other
docuraents the Department may deem necessary at least seven (7) calendar days prior to the
date of the opening of �ids.
a. The financial statement required sha]S have been prepared by an independent certified
public accountant or independent public accountant holding a valid permit issued by an
apprapriate Slate ]icensing 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 fal�s w�ithin the time a new ssatement
is being prepared, the pre�ious statement shali be �pdated by proper verification.
b. The experience record rz�u�t show the contractor's experience includes constructian of
p�mp stations of the same type and magnitude as that of the project far which bids are
recei�ed. Such experience st�a11 include a minimum of iSve (5) projects completed not
mote khan f�e (5) years prior to the date which bids are received. In addition, in order to
fulfall the reyuirements of the contract documents the contractor shatl submit proof of
ce�ti�cations and qualifications of the proposed independent testing �aboratary(s) and the
siructural engineer Iicensed in the State of T�xas.
The prospective hiddex shall schedule the equipmeni the bidder has available for th�
pxoject and state tttat additional equipment wi]1 be rented by bidder as may be required to
complete the project on which the bid is submitte�l.
d. The Director of the Water Department shall be the sole judge as to the acceptabi3ity for
qualification to bid on any Fort Worth Water Departrnant project.
e. The City, in its sole discretion, may reject a hid for failure ta demonstrate experience
andlor expertise�
Prospective bidders whose qualifications are not received by the designated tinae, are
incomplete, or are deemed to be inappropriate tp the n�ture andlor magnitude of the project
on which bids are to he received will be notafied before the date af the bid opening, and an�
proposals submitted by them shall be returned unopened. Liquid assets in the amount of ten
percent (10%} of the estimated project cost will be required.
2. BID SECURITY. A cashier's check, or an acceptable bidder's bond, payable to the City af
Fort Worth, in the amovnt of not �ess than five (5%) percent of the largest possible t�tal of
tk�e bid submiti�d must accompany the �id, and is subject to farfeiture in the event the
successful bidder fails ta execute t�e Contract Documents within ten (1�) days after the
notice af award. Ta be an acceptable surety on the bond, (1) the name of the surety
company shall be included on the current U.S. Treasury ]ist of acceptable sureties, or (2) the
surety co�npany must have capital and surplus equal to ten times the limit on the bond. The
suTety must be licensed to do business ir� the Sta�e of Texas. The amount of the bond shall
nat exceed the aza�ount shown an the U.S. Treasury list or one-tenth (1110} the tptal capitai
and surplus.
BONDS. A perforrnance band, a payment bond, and maintenance bond each for one
hundred (1Qp%) �ercent of the contract price will be required. Refe:rence C3-3.7.
A-1
4. WAGE RATES. I�ot less that the prevailing wage rates established 6y the City of Fort
Warth, Texas, and as set farth 9n t�e Contract Dacvments must be paid on this project.
S. AMBIGUITY: �n the case of ambiguity or ]aek of clearness in stating prices an the
Praposal, the City reserves ihe right to adopt the most advantageous construct�vn thereof to
the City or to reject tha Proposal.
6. BIDDER LICENSE: Bidders must be a licensed Contractor in the State ofT�xas.
7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statues, the
City af Fort Worth will not award this contract ta a nonresident bidder �nless the
nonresident's bid is lower that the lowest bid submitted by a Texas resident bidder by the
same amount that a Texss resident would he required to underbid a nonresident biader to
ohtain a con�parable cnntract in the state in which the nonresident `s princigal place of
busines� is lacated.
"Nonresident bidder'" rneans a bidder whose principal place of business is not in this state,
but excludes a contractor whose u]timate parent company or majority ownex has a place af
business in the State of Texas.
This pravision does not apply if this cantract involves federal funds.
T4�e appro�riate blanks of the Proposal must be filled out by all nonresident bidders in order
for the bid to raaeet specifications. The failure of a nonresident contractor to do so wal�
automatically disq�alify that bidd�r.
8. PAYMENT: If the c�ntract arnount is $25,Ofl0 or 1ess, the contract amount shall be paid
within forty-five {4S) days after the campletion and acceptance by the City.
9. AGE: In accordanee with the policy ("Policy") of the Executive Branch of the fiederaS
Government, Contractor co�enants that neitt�er it nor any of its officers, rnembers, agents,
er�aployees, program participarits ar subcontractors, while engaged in perfonning this
contract, shall, in connection with the employment, advancement a� discharge of employees
or in connection with the terms, conditio�s or privileges of their employanent, discriminate
a,�ainst persons because of th�eir age except on the basis af a bona �de accupational
qualification, retirement plan or statutary xeyuirement.
Contractar furiher co�enants that neither it nor iis aff cers, members, agents, emplayees,
subcontractors, progra�n participants, or persc�ns acting on their behalf, shalj specify, ir�
snliciiations or advertisements for employees to wark on this coniraet, a rnaximum age limit
for such employment unless the specified maximu�n age lamit is based upon a bona fide
occupationa� qualificatioz�, retirement plan ar statutory requixements.
Contractor warrants St will fully comply with the pol�cy and will defend, indemnify and hold
City harmless against any claims or a�legations asserted by third parties ox subcontractors
against the City arising ouk of the Cnntractor's and/or its subcontractors' alleged failure to
comply wit�a the above referenced Policy concerning age discriminati4n in the perfarmance
o� this agreEment.
10. LITSABII.ITY: In accdrdance with pravisinns of the Americans with Disabilities Aet af 1990
("ADA"), Contractor warrants that it and any and aIl of its sulacontractors will not unlawfully
A-2
discriminate on; the basis of disability in the provision of service.s to the general public, nor
in the a�ailability, tenns andlor conditions of en7ployment for agplicants for employment
with, or emplayees af the Contractor or any of its subcontractaxs. Contractor warrants it will
fuIly comply with A.DA's pro�isian and any other applicable Federal, State, and Iocal ]aws
concerning disability and will defend, indemnify and hold harmless against any c]aims or
allegations asserted by third parties or subcontractor� against the City arising out of the
Contractor's andlar its subcontractors' alleged failure to comply with the above referenced
Policy car�cerning disability discrimina[ion in the performance of this agreement.
ll. MINORITY AND W4MEN BUSINESS ENTERPRISES: I.n accordance with the City of
Fort Wor�h Ordinance Nos. 11923 & 13471, the Cicy of Fort Worth has �oals for the
pariicipation of minority business enterprises and women business enterprises in City
cantracts. A copy of these Ordinances can be abtained from the Office of tf�e City 5ecretary.
In order for a bid to be cansidered respansive, the bidder shalI submit the MBF./WBE
UTlI.1ZAT10N FORM, PRIIvIE CONTRACTOR WANER F�RM, and/or the GOOD
FAITH EFFORT FORM {"Documentation") as applicable. The documentatiom m�st� be
received no ]ater than 5:�0 PM, fi�e {5} City }ausiness days after the bid opening date. The
biddex shall obtain a receip# frorn the appropriate employee of the �nanaging department to
whom delivery was made. Such receipt shaI1 be e�idence that fhe documentation was
received by the City. Failure to comply sha13 render the bid non-xesponsive.
Upon request, Contractor agrees to provide the Owner complete and accurate inforrnation
regarding actual work performed by a Minority Business Enterprise (MBE) andlor Women
Business Enterprise (WBE) on a contract and payment thereof. Contractor further agrees to
permit any andit and/or examination of any boaks, records or files in its possession that witl
substantiate the actua] work performed by an MBE and/or WBE. The misrepresentation of
facts (other than a negligent misrepresentaiion) andlor the comrriission of fraud by the
Contractor will be grounds for ternvnacion of the contract and/or initiating action under
appropriate federal, Gtate or local �aws or ordinances reIating to false statements. Further, any
such misrepresentation (otl�er than a negligent misrepresentation) andlor comnraission of
fraud will result in the Contractor being deterniined to be i3-responsible and barred from
pariicipating in City work for a period of time of not less than three (3) years.
12. PRECONSTRllCTION REQU]REMENTS: The Contxactor will be allowed ten (10)
working days to complete his/her part of the formal execut�on of the contract documents and
return to the Water Department from the date of the natice of award.
Once the contract documents have been fully e�cecuted, the Contracror will receive a Notice
to Praceed, The Contractor will be required to contact the Water Department to set up a
preconstruction conference; this conference rnust be held within 15 calendaz days from the
date of the notice. The daie of issuance of the work order for this project will be set at the
precanstruction conference.
For each day that the Contractar fails to comply with any one part of the above
precanstruction requirements, each c3ay shall be cansidered as a workinglcalendar day and
shali be coanted as such.
13. ADDENDA: Bidders wanting further information, interpretatian or clarification of the
contract dacuments must rnake their xequest in writing to Malcolm Pirnie, Inc. Answers to aIl
such requests wil� be bound and nnade a part of the Contract Documents as an addendum No
ather expIanatian or interpretation will be cansidered of�csai or binding. 5hould a bidder
find discrepancies in, or omissions from, the Contract Documents, or should the bidder be in
A-3
doubt as ro their rneaning, the bidder should at once notify M�lcolm Pirnie, Inc. in order that
a written addendum t�aay� be seni to al] bidders. Any addenda issued wil] be rnailed ar be
deli�ered to each prospective bidder. The bid proposal as submitted by the bidder �nust be sa
constructed as to include �ny addenda is5�ed prior ta 24 hours of the opening of b9ds with
appropriate recagnition of addenda so noted in the bid praposal.
14. INFORMA7]�N REQUIRED: The bidder shall provide pump curves with their bid
docwnent as per sectian 11312 oftl�e specifcations.
�
A-4
�
�
�'
l�
�
_ ,
City of Fort Worth
ADDENDUM 1�I0. I
August 8, 2002
Attention All Bidders:
West Side IV Pump Station Project
The following changes, andlor deletions to the Contract Documents are hereby rnade a part of the
Contract Documents for the above referenc�d project as fully and as completely as though the
same was i��cluded therein. This addendum shall be acknow�edged on the Bid F'orrn.
This Addendum No. 1 includes clarifications and/or changes to tlae Contract DocUrr�ents for the
City of Fort Worth West Side N P�zx�.p Station 1'roject.
This adde�7dum does nat r��odify the hid date.
Specifica#�ous:
Z. PART B, Special Ir�structions to Bidders, page 1, M/WBE Proiect Goals, replace the first
line with the �'ollnwing: "The City's MBE/WBE goal an the prnject is 22% on the base
walue of the eontract." �
2. PART A, Special Insiructions to Bidders, page A-1, paragraph 3, replace with the followix�g:
"A performance bond, a payment bond and a#vva year maintenance bond each far one
hundred (]00%j percent of the contract pri ee r�vi11 be reyuired. Refe�-ence C3-3.7."
3. Part B, Replace t�e Sid Proposal with the revised Bid Proposal attached to t}ais Addendum
Na. 1.
4. Part CS, add Construction Sign as shown on the attached figure.
5, Part D, Page D-3, �aragraph D-33, add the following at the end of the seco�nd paragraph: �
"The Contractor shall not operate the valves,"
6. Part E, Section 01015, paragraph 1.1.A, at the end of the 1ist, add the folIowing: "Snccessiul
testing oiEq�ipment."
7. Part E, Section Q1701, paragraph 1.1.B, replaee the first sentence with the following: "The
Contractor shaIl warranty that al� the equipment, materials, and workmanship
f�rnished unc��r this contract will be as specif�ed and will be free of defects dae to
faulty materials or warkmanship and free fronn de%cts in design, for a per�od af twa
years from the date of �n�l acceptance."
8. Part E, Section 48331, paragraph 2.3.B.4.a and h, replace these paragraphs with: "The door
operator type is tn be chain operated."
9. Part E, Section 113I2, paragraph 1.b.0 Table 1, add pump P4. The Canditions of Service
for pump P4 shall be the same as shown for pump P1. The future coaaditions far punnp Pi
shall also apply ta pump P4 (refer to Table 1 and paragraph 1..6.B}.
Addendum No. 1 A-1 August 2Q42
City of For� Worth West Side IV Pump Station Project
] 0. Part E, Section l 3b00, paragraph ].5.1.f, replace AutoCAD Release 14 with `°City of Fort
Worth standard software".
11. Part E, Section l3bOp, paragraph 1.5.2.b.k, replace AutaCAD Release 14 with "�ity of Fort
��'orth stnndnrd sqftr��are". AIso on line 2 add "Three sets "before "Hard copies"
I2. Pari E, Section 13601, delete this sectian in its entirety.
] 3. Part E, Sectian ] 3602, paragraph Z.2, �dd 1,2.A.3, "The s��stem check out and testi ng shall
be ���it�aessed Uy City af Fort '1�1'prth I��stri�n�er�ta#ion teciu�ician." The contractor shall
provide a written notice I S days prior to testing.
]4. Part E, ,5ection ]36Q5, paragraph 2.1.2 ]oop I01 thru 144 pump contral P1 thru P4, Modify
the last para�raph Cont�o] af future pump #4 to "Coi�tro� of alt four pumps." Delete last
line PUmp # 4 wiIl be added without any additianal programming, Add the high discharge
pressure shal! be monitored via the RTU and alarmed at the HMI.
I5. Part E, Section ] 3510, paragraph 2.1.B, change m ode1250�0/85 to "25X86".
16. Part E, Section 13614, paragraph 2.I.G, change MDS model 231QA to "MDS model
9� � OB".
I7. Part E, 5ection 13610, paragraph 2.1.J, change the Decibel Products madel DB498
9 dB gain Yagi antenna to "CUSH CRAFT PC9010N Yagi, 10 elenraent, welded".
1$. Part E, Sectian 2362�, paragraph 2.6.6, add ta the end of the paragraph "of the actua! flow
rate".
19. Part E, Section ] 3620, paragraph �,6.6, for LIT-100 change the range from 0-25 feet to "fl-5U
feet" and U-5 ppm for the AE/AIT-109 Chlorine Residue.
20. Part E, Section 13650, pa:ragraph ]. T.A, add paraga•aph 4: The control panel shall be TJL
' labeled.
21. Part E, S�ction 1365Q, paragraph 1.8.C.1, changE 30 minutes to "60 minutes".
22. Part E, Section 15051, paragraph 1.3.A.1, delete the word "concrete."
23. Part E, Section I5051, add paragrag� 3,�.B.l.b as follows: "Ductile Iron Pipe."
24. Part E, Section 15051, paragraph 3.1.E.l.b, change "AWWA t:303" to AWWA C301."
25. Part E, Section 15051, Exposed Pipe Schedule, for expnsed pipin� in vaults, provide
flanged carbon steal.
26. Part E, Section 15064, paragraph 2.4.C, deIe#e "snap ring type #7exible" {snap rings shail
nat be used)�
27. I'art E, Section 1510�, paragraph 2_1.F.9.i, delete paragraph (valves shall open clockvvise}.
Addendum No. 1 A-2 August 2�02
�
City ofFort Worth West Side N 1'ump 5tation Project
28. Part E, Section 35100, add paragraph 2.2.K.10.b as follows: Contractor shall provide
spare control box for surge valr�e.
29. Part E, Section 15100, Valve Schedule, delete r�al�e BFV-D3 and replace w:ith valve GV-6
(an 8-inch gate valve shall be used in l�eu of an 8-inch bu#terfly va�ve).
3Q, Part E, Section 15100, Valve Schedule, add 20-inch tilted disc check valve TDCV-4 (for
added pump P4).
31. Part E, Section 151Q0, Valve Schedule, add �alve GV-7 at the tie-zz� to the existing 8-inch
discharge t4 West Side IV.
32. Part H, delete ail altached d�taiis / figures.
33. Part E, Section 16121, paragraph 2.I.A.4, and delete "except for No. 1� AWG and Na. 10
AWG cables t�sed for lighting and recep#arles which may be solid."
34. Part E, Section 16480, paragraph 2.1.F, add the foliawing, "The PQM shall have four 4�
24ma signals and a common nlarm for counectian to the RTU for remote moni#oring."
Drawings:
I. Shee� C1, rernave an additional portion of the existing fence on the west side of the site.
See the revised new Sheet C1 attached.
2. Sheet C1, cut existing 8-inc1� li�e on suction and dRscharge side to existin� tee and p�ug
tees with MJ plug. See the revised new Sheet CI attached for revised demolition callat�ts.
3. Sheet C2, revise with attached new Sheet C2. It is noied that rr�odifica#ions are shawn for
the new concrete dri,ve. Parking area and fire lane markings shall be as shown. �n addition,
the valve vault location and its corresponding coordinates shall be changed as shovvn. See
the attached sheet for all re�isions. •
4. Sheet C3, relocafe the new �re hydrant as shown on the revised new Sheet C3 attackzed.
5. Sheet C3, relocate the cathodic testing s#ation as shown on the revised new Sheet C3
attach�;d.
6. Sheet C3, delete BFV-D3 and replace with GV-6 as shown on the revised new Sheet C3
attached. Relocate valv� and vault as shown.
7. Sheet C3, add valve GV-7 as shown as shown on the revised new.Sheet C3 attached.
$. Sheet C3, add Manhale #�4 on #he sanitary sewer line at STA. O+10.Q0 and Manhole #3
at STA. 4+30.80 as shown on the revised new Sheet C3 attached. Sanitary sewer manh�les
shall be per the detail shown o� Sheet C5.
9. Sheet C3, re�ise roerting of the 4-inch sanitary sewer line to terminate at Manhole #4 as
Addendum Nq. 1 A-3 Aup,ust 2002
City ofFort Warth West 5ide I'V Pump 5tation Projeci
shovvn on t]a� revised new Sheet C3 attached. �
i0. Sheet C3, a�td Note 7 as shovvn on the revised new Sheet C3 attachetl.
11. Sheet C3, add 1Vote 8 as shown on the revis�d new Sheet C3 attached.
l2. 5heet C4, revise with attached new Sheet C4. The revisions shown correspond i relate to
revisions �escrxbed far sheet$ C2 and C3 above. Note the added text to Note 1..
13. �heet C5, delete "Concrete Paving" detail as shovvn abd replace rovith the attathed
concrete paving tletail {Figure 1).
14, Sheet C5, delete the gate valve box and extension stem detail as shavvn and replace wi#h
the attached detail (Figuxe 3).
15. Sheet AI, revise N�te 2 to read as follows: Building ta cpnnply with 2000 Internafional
Buiiding Code �s anuended and adopted by the City of Fort Worth.
16. Sheet A2, revise daor frame type fnr door l�l-2 ta 'I'ype C(door s}aa1l have removable
transom).
17, She�t 52, replace the existing sheet with attached sheet S2.
18. Sheet S3, replace the exis#ing sheet with attached sheet 53.
19. Sheet 55, replace the exist��ag sheet with aftached sheet S6.
20. Sheet S7, replace the existing sheet with attached sheet 57.
2I . Sheet S9, replace the existing sheet with attached sheet S9.
22. She�t M1, add pump P4 and associated items as shown an the revised new Sheet M1
attached.
23. Sheet MI, revise items 9, l0, and 15 af tbe i4Partisl Construction Schedule" as shown on
the revised new Sheet M 1 attached. .
24. Sheet M1, dele#e Nate 7.
25. Sheet M1, add sa�ap�e tap as shown an the re�vised new Sheet M1 attached.
26, Sheet M1, relocate pr�ssure Yransmitter from the top of �ipe to side of pipe as shown on
#he revised new Sheet M1 attached.
27. Sheet M3, Va1ve Vault, revise the Valve Vault as shown on the re�vised new Sheet M3
attached.
Addendum No. 2 A-4 Augnst ZOU2
Ci#y of Fort Worth West 5ide IV F�amp Station Project
28. Sheet M4, add the following note to the "Electric Operatox Exiension / Existing Valve Vault
Section Valve Replacement" detaij: Pror�ide security plate with locking cover �ver
controls.
29. Sheet M5, delete `°�ire Hydrant" detail as shown and replace with the attached Fire
Hydrant detail (Figure 5).
30. Shee� M5, rer�ise wall piece adapter detail as shown on the revised new Sheet M5.
31. Sheet H3, delete the DCO (do��ble clean out) from the 6" sanitary sewer drain line.
32. Sheet �14, delete standard detail D"Exterior �'wo Way Cleanout."
33. Sheet E2, replace the existing sheet with attached sheet E2.
34. Sheet E3, replace the existing sheet with attached sheet E3.
35. Sheet E5, replace the existing sheet with attached sheef E5.
36. Sheet E6, refer to Detail —1 Lighting Standard Base, change square base to roand.
37. Sheet E6, delete the overhead doar el ect�ric mofar and associated conduit and wire.
38. Sheet E$, replace the existing sheet with attaehed sheet E$.
39. Sheet E9, add a norm�lly open CR-9 contaet on line 39. This can#act s�a11 be wired to t�e
RTLJ as a high-pressure alaam.
�40. Sheet E10, refer to schematic-3, delete the switch associated with the overhead door.
41. Sheet E11, de#ail G& H the conduif straps shall be aluminurn. Detail-I change the spacing
between the p]astic duct spacers fro�n 6 feet to °`5 feet."
42. Sheet i1, refer to RTU detail, add the note, "The RTU enrlosure sha11 be minimum of 36"
wide and i�" high and 24" deep #o incorporate the RTU and associated ec�uipment."
43. Sheet I3, loop No 101, 1�2, 103 &]Q4, add a digifal input for high-pressure a2arm. Indicate
the alarm PAH on the HMI screen. Also delete note 2. 'The Purrkp P4 shall be insta�ied as part
nf this project. �
44. Sheet Z3, loop No 100, delete one ZS. The ZS shalI be installed on the gate leading to the top
of �e storage iank.
45. Sheet I4, loop 107, delete one of the door switc�es on the ovexhead door. Label the other
twa door switches for man doors.
Addendum Na. I A-5 August 2002
City ofFort Warth
West Side IV Pump Station Prpject
4b. Sheet I4, loop 1�8, add a digital input as an alarm fz•om the PQM. Display fihe alarm on the
HMI screen.
47. Sheet 24, add a 3dop 115 as UPS a2arm. Add a digital input as an alarm from the UPS
Display the alarm or� the NMI screen.
,�
She�t T4, add loop 116-01,�� & 03 fox t�e existing and new valve vaults, and new surge
vault. Each of the vau]fs wi17 have a floa# switch to monitor water in fhe vaults, and limit
switch for i�ta�asion alarnn, Add two digital iraput for each vault in the RTU, Di�play the
intr�sion alarn� and high water on the HMI scxean.
��o` a
Addendum No. � A-6 August 20Q2
PART B - PROPOSAL
(This praposal must not be removed from this hook of Contract Documents.)
TO: GARY JACKSON
CITY MANAGER
FORT WORTH, TEXAS
PROPOSAL FQR: fumishing of all rnaterials and eqt�ipment and labor and all necessary
appurtenances and incidental work to provide a co�xiplete and operable project designated as:
City of Fort Wort� W�tsr Department
West Side IV Pump 5tation
Project Number PW77-060770160�10
Pursuant to the foregoing "Notice to Bidders," the undersigned Bidder, having thoroughly
examined the Contract Docurnents, inc]uding plans, special contract documents and the General
Contract Documents and General Speeifcations for Water Department Projects, the site of the
project and understanding the arraount of worlc to be done, and the prer+aiIing conditions, hereby
proposes to do all the work, furnish alI labor, equipment and material, except as specified to be
iumished by the Cit}+, which is nacessary ko fully complete the work as pro�ided in the Plans and
Contraci DocumenCs and subject io the inspection anc� approval of ihe Director of the City Water
Department of the City of Fort Worth, Texas; and binds himseIf upon acceptance ofthis proposal
to execute a contract and furitish an approved Performance Bond, Payment Bond, Maintenance
Sond, and such ather bonds, if any, as rniay be required by the Contract Dacuments for t�e
perforrning and comp�etion oi the said work. Contractor proposes to do the work within the ti.3me
stated and %r the fallowing sums:
PAY APPROX DESCRIPTION OF ITEMS WITH
I'TEM. OUANTITY BID PRTCES iNRITTEN IN WORDS
1. GENERAL CONSTRUCTI�N
1.1 1 LS General Construction: T'he lump sum
payment for Item 1 wi11 be full coszxpensaiion
for campleting the Wark, as showc� and
specified under Divisions 1 through 16,
excludiag work covered by the remaining pay
items.
and
2. SITEWORK
Dollaxs
Cents/�..5. �
2.1 1 LS Landscanin�: Payment for landseaping shall
include full compamsation for materials and
installation of seeding and �inal grading,
including any ather items not covered by the
�emaining pay items.
and
DolIars �
CentslL.S.
UNIT
PRICE
AMOUNT
BID
$
$
B-1
, i
ITEM APPROX DESCRTPTION OF ITEMS WITH UNIT
NO. OUANTITY BID PRICES WRITTEN IN WORDS PRICE
2.2
1 LS Fencin : Payment for fencing shall inclucle
ful] compensation for materials and
insta�Iation of fencework, fence posts,
entrance ��tes and associated acc�ssories; and
all other items for a complete fencing systern,
including any other akems not covered by the
remaining pay items.
Dollars
and Cents/L.S. �
23A*
1 LS Yard �inine. Finins Cannections (Water
Pi e: Payment for prestressed concrete
pressure underground piping, connections,
valving shall include f�ll campensation far
dewatering, trenctung, bedding, piping,
anchorages, joining, joint honding, laying, and
bacfcfilling; sheeting, piling, and/or shoring
(not co�ered by other iterns); pipe connections
(tie-ins) to existing piping; pressure and
teakage testing; trafFic control; excavation and
backfilling; and aIl othez itams for cornp3eke
insta[lation of the pipin,g, including any other
items nat cavered by the remaining pay iterns.
T7aIlars
and CentslL.S. �
2.3B *
1 LS Yard Pinin�, Pinine Connections (Water
Pi e: Payment for ductile iran underground
piping, and connections, shall include full
compensation for dewatering, trenchiag,
bedding, piping, anchorages, joining, joint
bonding, laying, and i�ackf"illing; sheeting,
piling, and/or shoring (not cavered by oiher
items); pipe cannections (tie-ins) to existing
piping; pressure and leakage testing; traffic
control; excar+ation and backfilling; and a2I
other items for complete installation of the
piping, including any nther items not co�+ered
by the remaining pay items.
Dallars
and Cents/L.S. �
* Contractar m�ust enter the amount for one item only.
B-2
AMOUNT
BID
$
$
2.4 1 LS Yard Pipine, Pinins Connections (Sanitary
Pi e: Payment for ductilaC underground
piping, cnnnections, and valving shall include
full campensation for dewatering, trenching,
bedding, piping, anchqrages, joining, jaint
honciing, Iaying, and backfilling; sheeting,
piling, andlor shorin� (not covered by other
iteins}; pipe connections (tie-ins) to existing
manhole; pressure and leakage testing; traftic
cantrol; excavation and backfilling; and all
other items for complete installation of the
piping, including any other items not covered
by the remaining pay items.
Dollars
�nd CentslL.S. � �
2.5 1 LS Yard Pinine Valves (Water PipeL• Yayment far
valving shall include full compensation for
dewatering, trenckung, bedding, piping,
anchorages, joining, joint bonding, laying, and
backfilling; sheeting, piling, andlar sharing
(nat co�ered by ather items); pipe connections
(tie-ins) to existing piping; pressure and
leakage testing; traffic control; vaulcs and
vaIve boxes, excavation and bacl�'alling; and
all other items for complete installatian of the
valving, including any other items not covered
by the temaining pay items.
Dollars
ari� CentslL.S. � �
2.( 1 L,,,j Trench Safetv: Payment for furnishing the
design, installation, and maintenance of trench
protecUon and safety systems, including any
other items not covered by remaining pay
itenns.
Dallars � �
and Cents/L.S.
2.7 1 LS Demotitian: Fayment for furnishing the
demolition wprk as shown, including any
other items not cbvered by remaining �ay
items.
Dollars
and Cents/L.S. � $
B-3
,
3• PUMP STATION
3.1 1 LS S�nerstructure: Payment for superstructure
shall include iull compensation for materials
and construction of pump station
superstructure, surge �auIt and valve vault;
and all other items for complete
superstructure construction, including any
oiher item not covered by the reznaining pay
items.
Dollars
and Cents/L.S. � �
3.2 1 LS �'oundatian: Payment for foundataon shaIl
inc]ude full compensation for materials and
insta]fation; excavation and backfil7ing not
incIuded in other iEems; and all other items
for a complete faundakion system installation,
including any other item not covered by tt�e
remaining pay items.
DalIars
and Cents/L.S. � �
3.3 1 LS H�atins, Ventilation and PIumbin�: Payment
for heating, ventilation and plumbing shail
include fuIl compensation for materials and
insTallation af air units, ductwork, louvers,
space heaters, and other ventiiatian
eqnipment; testing; and any work zequired for
connpleting the heating and ventilation system,
drains, drainaga system piping, restraom
fixtures and piping, supply piping; testing;
cleaning; and any wdric required for
comp}eting the plumbing; and any other items
not covered by the remaining pay items.
DoIlars
and Cents/L,.S. $ �
4. MECHANICAL
4.1 X I,g Harizontal Snlit-Case Centrifueal Pumns:
Payznent for pumps shall include full
cornpensation foa' materials and installation o�F
pamps, rr�otors and all associated equipment
and aecessozies; testing; and any other items
not co�ered by the rernaining pay items.
Dotlars $ �
a�� Cents/L.S.
B-4
4.2 1 LS Interior Pumn Station Pinin�: Payment %r
piping shaIl include fuIl comgensation for
piping, anchorages, joining, joint bonding,
setting, and support (not co�ered by other
items); pressure and ieakage testing; and al1
other items for complete instaIlation of the
piping, includ9ng any nther items ttot covared
by the reznaining pay items.
Dollars
and Cents/L..S. � �
4.3 I LS Pum� St�tion Valves: Payment for valves
shall include full compensation for �alve,
operators, and instailation; and all other items
for a complete and functional vslve
installataon, including any other item not
covered by tt�e remaining pay items.
Doilars
and CentslL.S. � �
4.4 1 LS Tilted-Disc Check Valves: Payment for eheck
val�es shall include full compensation for
valves and installatian; and all other itenns for
a complete and functional val�e installation,
including any other items not covered by the
remaining pay items.
Dollars � �
and Cents/L.S.
4.5 1 LS ExistinQ Vauli Eaui�ment Rer�lacements:
Payment for replacement of existing check
valves and existi�g 30" buttert�y valve and
electric operator shaIl include fuI�
compensation for installation; and all other
items for a camplete and f�nctio�al valve
instaIlatians, incIuding any other items nok
covered by the remaining pay items.
Dollars
and Cents/L.S. $ �
4.6 1 LS Surse Ralief Valve S�stem: Payment far
above ground piping (in the surge vault),
connections, and valving includiqg surge
valve and isolatian valves, sump pump with
valves and piping and associated accessories
and a]I okher items for a complete surge relief
system, including any other items not covered
by the remaining pay items.
Dollars
and CentslL.S. � �
B-5
�
4.7 1 LS Cathodic Protection Monitorine Svstem:
Payement for undergraund cathadic protection
monitoring system shall inc[ude fu11
compensation for pipe jaint bonding,
continuity testing and test stations, incIudir�g
any other items not co�ered by the remaining
Qay items.
Dollars
and Cents/L.S. � �
5. ELECTRICAL AND INSTRUMENTATION
5. � ��„� Electrical: �'ayment for electrical work shall
inciude full comper�sation for materials and
installation nf wiring, conduit, duct banks,
connections, and interior iighting; testin$;
modifications to existiz��; and any woric
requireci for comp3e�ing the eiectrical; and any
other items nat covered by the remaining pay
items.
Dollaxs
and Cents/L.S. $ $
5.2 1 LS 5ite I.i�htin�: Payment for site lighking shaIl
include ful] compensativn for materials and
instaIlation of ligh[ing; and all other items far
comp]ete ]ighting system, including any other
items no# covered by the zemaining pay items.
Ilollars � �
and Cents/L.S,
5.3 1 L5 Instrumentation and Controls: Fayment for
instrumentation and controls shall include full
compen�atian for materials and installation of
instrument de�ices; testing; ganels; and any
wark required far completing the
instrumentation and controls; and a�y othez
items not covered by the ramaining pay items.
Doiiars
and Cents/L�S. � $
S.4 1 L5 Flow Measurement Instrumentaiion: Pffyment
for flow measuremer�t instrumentadon shall
include full campensatian for matarials and
installation of flow measurement device
{venmri); testing; and any o#her items not
covered by the remaining pay itenns.
Dallars
azad CentslL.S. � �
�: .
�
5.5 1 LS AIIowance for HSQ Work: Payment for work
as designated in the specifications to be
performed by H5Q, shall include fuU
compensation for materials and installation oi
any work required for comp3eting the
specified work.
Twenty-five thousand eight hundred �'z�ty
Dallars
and no CentslL.S. � 25�$5�.40 $ 25,850.OQ
B�� S�J1ViI1�A1�.� �'�l� ��5�' SII�E TV �'iJ�l� S�'A�'��I�T
BA SE BIl) TnTAL (Sid 7tems 1 throu�h �l $
BidderJContractor sha11 check the pipe material to be used for the Yard
Piping (Water Pipe}
Concrete Pressure Pipe and Fittings
Ductile Iron P�pe
BidderlContractor has provided pump curves with their bid document as per
sect�on 11312 of the specifications. Bidder/Contra�tox shall put a check
mark to conf�rrn that they ha�e been included.
Pump Curves have been includ�d
Within ten (lp) days after acceptance of ehis Praposai, the undersigraed will execute the farmal
contract and will deliver an approved Surety Bond and such other bonds as required by the
Contract Docuxnents, for the faithful performance of the Contracr.
The attached bid security in the amount of S% of the total amount bid is to become t�e property
of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed
anc� deIaverred within the time set farth, as liquidated damages for the delay and additional work
caused therr.by.
The undersigned bidder certifies that he has beer� fumished at least one s�t of the General
Coniract Docvraents and General Specifications for Water Departrnent Projects dated January 1,
197$, and a11 addendurn thereto, and that he has read and thoroughZy understands all the
requirernents and conditi�ns of those Genez'al Documents and the Special Contract Documents
axad appurtenant plans. The undersigned assures that its employees and applicants for
employ�ment and those of any labor organization, sut�contractors, and empioyment agency in
either furnishing or referring employee applicanks to the undersig7ned are not discrimanaied
againsi as prohibited by the tez�nns of City Ordinance No 7278 as amended by City Ordinane� No
��ao.
�
�
This contract is issued by an arganization which qualifies for exemption purs�ant to the
provisions of Article 20.04 (F} of the Texas Limited Sales, Excise and Use Tax Act. AIl
equipr�aent and materials not consume� by or incorporated inro the project cor�struction, are
subject to State sales taxes under house Bill 11, enacted August 15, ��92.
The Bidder agrees to begin construction within 10 calendar days after issue of khe work order,
and be substantiaaly carnplete by Octoher 1, 2003 and ha�e fnal completion done by November
I, 2003 as set forth by the written work order tn be furnished by the Owner.
State af Residency: (Complete A or B below, as applicable:)
�A. The principal place afbasiness of our company is in
the State of
Non resident bidders in the State of ___ , aur principal place af
business, are required to be percent ]ower than resident bidders by state law.
A cvpy of the statute is attaehed.
Non r.esident �idders in the State of , our principal piace
of business, are nat required to und�rl�id resident biddexs.
_B. The principal place of �usiness of our company or our �arent cozalpany or majority
haider is in the State of Texas.
I(We), acknowledge recei�t of the followin.g addenda ta the p�ans and speeifications, a11 of the
pro�isi�ns anc� requirements of which ha�e been taken into consideration in �reparation of the
foregoing bid:
Addendum No, I (Initials)
Addendum No. 2 (Tnitials)
Addendum No. 3 (initials�
Signatrare nf Principal
Title or Position
Contractor
Street
City, State Zip
(S�al)
Tf Bidder is Corp4xation
Date: TeZephone Nurnber
B-8
�
_.
2.25'�
�
_4
�
�.���a
0
�
,�..... P�iS ,.� P�S �88 (B��cc} ,�.. P�s 2aa (slue)
� • � t � �,e : '.
� 1 i 1 S` �
� • l
�, :._ . .`. - � t
3'° '� 3' - �4 5�� ;` 3r� + � 4° - �.5�t
, ,
_ � ' '
,
'� �` � ' ;t
� 1 � � i
f � •
� Q :n ' � � � "
� ; .
,
��I � l�T � ` �� � �. ��x ���
� � `�
1
� ���
1v �
� _�
�
--1----
f'�
�.7����
� j �
lo �
:_
� ., �
4 �
. � i
.. �� � �'� .��a � � �� � �_.._
�
��
�.�� �
y
!///J
1
�
�
�
.
. .
.;
4 ' - �
� �
� 1,'
�'��rr�[$� ';—. Pr�S 2�s �B�Ua)
�
ti
������°�° ��C��i
�n�r�r� ��
d9t� 8f96
�.��„
� �
,.
:� .
�
t-
,�
� �.���;
1
��n R�C���1S
1
SCale �" � �°
E2-� Construct¢on
Lfser: johnsanj 5pee: PIRNIE STANDARD File: K: \Acad\Proj\3781006B\DWGS\ADDENDUM 1— REMOVE BOOSTER 5�A710N Design�STANDAR� CONC�ETE PAVING AND GU€�c'�.,
1 3/4'�1 �„����
N0. 3 BARS 24"
C-C BOTH WAYS � �g'� SLOPE-�-� �1 /2"R
PAVING SLAB - .- -� "
{ .a d
6 a Z�eo s
J fC
�
� �� .- - -�- - - -_ - - -, _ _ _ _ _ 3"R .-� �� T; .
2 2/3 � �;, � - . -, - - - -. _. �q1
.� 4 ' a �8' � �a � � ' � . ' � ~ � '�
. . a d �a :a � - 9n I �
lIj p ' . - . .-- ' d . � �
/ :4• 4 ' �
� 6 � . • ' ' . . ' O. d . . - � a . , � - �
_ _ _Aa , -0 . � • d . . 'I r'y�w I 1� /
. - - - - - - _ _ _ ° . •ad , .d • - o -d -� � /\\% •
. ''' � ' - - = - '� '-� a
. �: � � . � �PROP. SUB�RAD� . P�ER. �YPICAL � - . �. . �����
. , j � � � ROADWAY ,SECTI ON � �.: ' � . � � ��i/� j
\\��\\��\\'�\\/�\\%\\�\�% ��- �: �, � . . .� .. �\/\\
i.�/i.`/i.�/�.�/i.�/i,�/��/��/��/��/i �/i //�/�\
FORT WORTH WATER QEPARTME�#T
FORT WpRTFt, TEXAS
'�� � WEST SIDE IV PUMP STATION
�[OTE: PAVING SL�P�
SHALL BE AS SHOWN
ON SHEET C2.
STANDARD CONCRETE PAVING
AND CURB DETAIL
NOT TO SCALE
MALCOLk� PfRNIE, lNC.
AUGUST 2002
FIGURE �
e��eaf2,e�2 04:17 3325478 FW W� PRGM YCH N��. �1
_ • - - - - , ;�,� , . . ..�'
� � � ��� �_,_ ..��._.�. - . � . • � , , , .
�p�v �n9 or° Clthe�.
r.fa �4a i"�riai '
� _ . - - ' — - �- . . �i
�� � � � ,� -�. •, .,-� , , •; y»,:'• �.� . •+ � ; �.. •o!— ;�:
6' r�,1 w. a..�'--.�... 1`+r�.r. •'��ti ��irg�/y'y F�::�+ "'�����
'A ����f �� . d �'r� •''. ••�� I'. �x' � r���.� �t,�tl. n, e •'�`�' .�
�,•�� • •��� •� �,�� •��,`•� • � ��! r� ��i ��•• ' •� `��y••.0 •��� ' �.' � • d �'� , � �
�' F�.Q/�f { � ��� �
� �� � , • �/� � w : � � � '� • N• y � f�� '� �' � �. � ,y �'��� . .� � '. p �' • J � •�.� � � .", i7� � :. �r�• -�'{.
:��r � ` •.����� 'y':/ J� �' �• � �'�� n��� /1,8 '.'t � �� ±�% � � . :, pf ; �..y�p.� , o.•s� �s't . r''u � �������•.•���•.+: i�i ��
. j'•'r, ..�r•f_��� . i+✓ •� •fd� �y��,'.`ti.f� . „1 ,�� � � '
' '�Oe����+ $�5@� � ; �..-..a y� ' : , .
. � P � — -� � - - � �- � � • .
�f-- --r�. � - - — ' :.
�
l�: dalve Dper�,k i��g �idut is. • . � - — : � � , .� , • � ' .
'�r� �'ha�r ��� �e1o� P�ve- � .
. �� 1 . .
s�4 5u�fac� � �rovide
�:xt�n� Can Stgm Ta 1�' �elaw { � �� McKI n� ey' 1 res� .��d St���• Go. �
Pav��ene 5�sr��c�•. . � � tdo. �PB�' thr��:����. v�Iv� ba�
. . o� eq��14 , .�. . , '
5 '
• • , ' _ • .�-l- ,. , � . . ' .
� _ _ � ' • .
r -, , , ,
- �G�te '��lve � • , � ' .
sY� i 1. �e�t� ins• tp A1 1 � . �
�a�� 1�� 1 ve S i�e� �t" ih��• 12" ' .. , .
. Torc��� 6a�•��, p� ier �
. t� backf � 11 �' , ' ' .
� � . � ' .
' � � R� . ' ' • ' .
, � . , , � . . .
, , . �'. • � � � � _ .
�- -- . � �o .. -- -. �_ .. . �. ; -rr�: �� , �� ---.
. . � . �_� , _ �,
� � : . . - — .. � � � : . . ..�
� � ���� � . � � � � � . �
� � � �ri�� �A L ����� ����v� ��n���� : .�,�o�� . � . .
. � � . E�-��:�� i�o�v � s-r� � . ����ra�! �� � �. . . � : �
. . .r
. . . . . .
� , ��'��� � . � � ' � � ;1�1� Fi����;�i
, . �� .a�lO,Cons����� io�
' .1-� �i� , � • ' . , �. �.^ _ � .'. _. ,, �
, . _ .�. .
. . _„ .� ,� , � . �.. s .. . � • � • , , . -
� �, �. �� � . . . , . , , .. . .
.. . _ . • � ,.. , .
� �
Contret
Binckin
Main
�
Anchorin�
1 i�c f�or
:ion aff
�rete fiiE
Diamet�r
.ar�er
:,•,a, e Exercise tare tp avoid
s;�: : Pluggir�g Urain HoIE Witi�
' � Gor�cr�t�
�•.
._..�__�
� Firc Hy�ra-�t tv
he Set Piurnb
�21 �,�14
.., _
��
�
:e Va 1 ve '�
Fire Hydrant
L�ad
� Y1
Pa r kti.ay
r.�����ii -
fxtensior� Barrei and
'Stem for Extra Eury '
Depth Pf Necessary '
�
Minimum j C,F. Grave)�
Praport i or�a 11 Y ;
Around Ba�e ;
i
•r:
Concr�te 81 ocki:��
Concr�te Rest
12" x 12'� X o��
-= ���y Depth;
{1� 3'-6�' fnr Cast Iron Pip� � yari�ti �
.Z) ��'-�" f �r A-� �tpe Ref. � "
�igur� 6
� ���r������
�
�
�
�
�� ��� ��� ���� ������ �
� � t `��7� � � � � � � � ��1� Con�fi �.
� �,
.��.��.��. . �. . �� . .� � n ■�i
L" L��d from M3ir�s. li�' ar� ���r {Q
re �ate V�lrre
Extisting or �rapa� Curb
•a•� � ��ottom Rest
f � �� .
� _ �n'•a Goncr�te
'� :� B�ockin�
� _ � F'ir� Hydrant
; �� : .
�
i
�x i st i r�g or Proposed Ct�rb
Paver►�ent [ir ❑thQ.r Surfaca
�
City af Fort Wortti
ADDENDUM NO. 2
August 19, 20�2
Attention All Bidders:
West Side IV Pump Statian Project
The following changes, and/ar deletions to tk�e Contract Documents are hereby made a part of the
Contract Documents for the above referenced project as fully and as cornpletely as though the
same was included therein. This addendum shall be acicnowledged an the Bid Forna.
This Addendum No. 2 includes clarifications ancilor changes to the Contract Docurnents for the
City of Fort Worth West Side N Pump Station Project.
This addendum does not modify the hid date.
Clari�cation•
1. It is noted that both �olumes (books) of the Contract Docuraents must be s�bmitted with the
Bid.
Suecifications:
1. Part E, Sectian 02830, Table 02830-1, revise "Fence Height" to match the height of
existing fence. It is noted fence components shall be hot-dipped gaIvanized as shown on the
Site Fencing detail on Sheet C5.
2. Part E, Section 11312, Table 1, Runout Paint for Continuous Operation without Cavitation,
revise NPSH Availab�e fram 40 ft. to S: ft.
3. Part E, Section 11312, Table 1, Shut-off Head, re�vise shutoff head for pumps Pl (future
condition) and P4 (future conditian) t� 165 ft. minimum.
4. Part E, Seciion 11312, Table 1, Shut-off Head, revise shutoif head for purnps P2 and P3 to
168 ft. minimwm.
5. Part E, Section. 150b4, paxagraph 2.4.C, xe�ise paragraph tn read as folIows: "Harnessed
join#s shall be eith�r bell ba2t type or "clamp" type (joint harness assembly):'
6. Part E, 5ection 15064, pa�ragraph 2.S.A, delete reference to snap ring connections. 5nap
ring5 shall not be used.
7. Part E, Section 15064, paragraph 2.S.B, delete reference to snap ri�ng connections. Snap
rings shall not be used.
8, Part E, Section 15064, paragraph 2.S.B, delete "Flange shall be stress relie�ed a€ter
we�ding to the steeI pipe seciion and t�en machiped".
Addendurn No. 2 A- Z
August 2002
d -
City af Fort Warth
West 5ide �V Puznp Station Prpj�ct
9. Part E, Section IS]00, paragraph 2.1.F.10.i, de�efe "AUMA" as an appraved grocit�ct !
manufacturer.
i4. Part E, Section 15100, Vaive Schedule, BFV-D4 storage tank fill valve shall be
mor�u�ating type valve with electric actuator and adjustable settings. Provide
handwheel with open/closed label for valve.
Drawin�s:
1. Sheek C3, relncate fire hydrant piping connection (tee) from ne�v 30-inch header to
S7'A. 0+82.04. Roufe fire hydrant lead pipe from cor�nection at the 30-inch 15 ft.
toward ti�e pump sfation, in the approximate location where �ydrant is shown in
Addendum No. 1. Insta�l hydrant, lead pipe, and gate valve as s�own on Fignire � of
Addendum No, ],.
2. Shee# C5, Sitz Fencing Detail, revise fence height to match elnisting fence height. It is
noted al] fence components shall be hot-di�ped galvanized as shown.
3. 5heet S4, perimeter beams between columns shall lae W12x�5.
4. 5heet M3, VaIve Vault, add a 2-inch combination air and vacuum release �valve inside
the valve vault comglete wiEh 2-inch shut ofF and drain valve, piping, and vent piping
routed through v�ult wall or roof to grade. Refer to the rewised vault drawings include�
in Addendum No. 1,
5. Slaeet M5, refer to "Wall Piece Adaptor" detail as revised per Addendum Na i, delet� 1�
GA. Back�p P�ate and drilling / tapping requirement. Zt is noted, where the belllspigot
joint is shown on the adaptor far the exterior wall, ENGTNEER will consider and review
manufacture:r recammended details for modifying the joint to match the yard piping material
alternative select�d (either ductile iron or RCCP).
Addendum No. 2 A-2 August 20Q2
. ':� ., ,
, •
�
PART B - PROPOSAL
(This proposa] must not be removed from this book af Contract Documents.)
TO: GARY 3ACKSON
CTI'Y MANAGER
FORT WORTH, TEXAS
��7 .
����
PROPOSAL FOR: furnishing of alt materials and equipment and labar and all necessary
appurtenances and incidental work to provide a complete and operable project desigttated as:
City af Fvrt Worfb Water Department
1�Vest Side IV Pump Statian
Prajeci Number PW�i-0607i0160��0
Pursuant to the foregoing "Notice to �i�ders," the undersagned Bidder, hav�ng thoroughly
examined the Contract Documents, incIuding plans, sgecial contract documents and the Gene�ral
Contract Documents and General Specifzcations for Water Department Projects, the site of the
project and understanding the arr�ount of warrk to 6e dane, and the prevailing conditions, hereby
proposes to do al1 the work, fumish alI ]abor, equipment and material, except as specified to be
furnished by the City, w�ich is necessary to fu11y cdm�lete tf�e work as provided in the Plans and
Coniract Dacuments and subject to the inspection and approval of the Directox af the City Wat�r
Departmeni of the Gity of Fori Worih, Tex�s; and binds himse]f upon acceptance of this prvposal
to execute a contract and furnish an approved Performance Bond. Payment Bond, Maintenance
Sond, and such other bonds, if any, as may be required by the Contract Documents for the
perforn�ing and completion of t[�e said work. Contractor propases to do the work within the time
stated and for the fallnwing sums: �
PAY APPROX DESCRIPTION aF ITEMS WTTH
ITEM. OUANTTTY DID PRiCES WRITTEN IN WORDS,
1. GENERAL CONSTRUCTION
1. � 1 LS General Construction:. The lump sum
payment for ltem l Nvill be full compensation
for compleiing the Work, as shown and
specified under Divisions 1 through 16.
excluding wark c��ered by the zemaining pay
items. �
2. SITEWOR��
�
LTTTIT AMOUN�'
PRICE BID
aN � NuNDR�A PrNi>
%^'I �T'� TFItl V 5A N�j �O�IafS 00 00
and ,� a CentslL.S. � �50� aa o, $ ��C7� C, OD , f
2,1 j� Landscanin�: Payment for landscaping shall
include full campensation far materials and
installation of seeding and final grading,
including any piher items not covered by the
remaining pay items.
��ree 1-ho o� a.+n r� Dollars p�
and �� Cents/L.s. � �� 6 �(� •
� .�J 00 O �%
S-i
� f 7
l
ITEM APFROX
NO, QUANTITY
2.2
�¢ �e. n ��,c, �r �� „�� no2lars {"�-��
and � �i c� Cencs/L.s. � � ,� C� � � • a~ � [ J � �� � v
2.3A*
2.3B *
DESCRIPT70N OF ITEMS WiTH UNI'�' AMQUNT
BID PRJCE� WR3TTEN IN WORDS PRICE BID
1 LS Fencin�: Payment for fencing s�a12 include
ful] compensation for materials and
installation of fencework, fence posts,
entrance �ates and associated accessories; and
a31 other items for � complete fencing system,
� including any other items not co�ered by the
remaining pay iterns.
1 LS Yard Pivina. Pinine Cannections (Water
Fi e: Payment for prestressed concrete
pressnre undergroun,d piping, connections,
valving shall iriclude full compensatioq for
dewatering, trenching, bedding, piping,,
anch�arages, jaining, jaint bonding, laying, and
backfilling; sheeting, piling, and/or sharing
(not covered by nther items); pipe cunnections
(tie-Ens) to existing piping; pressure and
leakage testing; traftic control; excavation and
backfi�ling; and ai1 other items for compfete
instaJlatzon of the giping, including any oiher
items not covered by the remainang gay iterrss.
ONE MuNDlLED �?ND
�l��-�7-Y T�autAl� p �70�]aXg
and � b CentS/L.S.
1 LS Yard Pinina. PipinQ Connections fWater
Pi e: Payment far ductite iron vnderground
piping, and cnnnectians, sha11 include fulI
compensatian for dewatering, trenct�ing,
bedding, piping, anchorages, jaining, joint
banding, ]aying, and backfilling; sheeting,
' piling, and/or shoring (not covered by other
iterns}; pipe connections (tie-ins) to existing
piping; pressure and leakage testing; traffic
control; excavation and backfilling; and a�I
other iterns for coinplete installation of the
piping, including any other items not covered
.by the remaining pay items.
l�i � f� Dollazs
� and � Cents/L.S.
* Contractor m,ust enter the amount for one item only.
v�
� /�Q, ODO. �
$ ��� �
/ gC�� �Da �
��
N��
�
.. ,..
2.4 I LS
2.5
2.6
Yarr� Pipin�, Pinins Connections {Sanitary
Pi e: Payment for duetileC underground
pipi�g, connections, a�d valving shall ir►clude
full compensation for dewatering, trenching,
bedding, y�iping, anchorages, joining, joint
bonding, laying, and backfilling; sheeting,
piling, andlor shoring (nak eovered by other
items); pipe conneciions (tie-ins) to existing
manhole; pressure a�d leakage kesting; traf�c
control; excava#ion and backfiilling; and a1i
other items for complete insiallation of the
piping. including any other items not covered
by the remaining pay itetns. �
��,'►�'i-y �T1�ausanc� i]ollars
and ►� � Cen#s/L.S.
1 L5 Yard Pinin� Valves (Water Piuel: Pay�nent for
valving shatl include full compensatiom far
dewatering, trenching, bedding, piping,
anchorages, jaining, joint bonding, isying, and
6ackfilling; sheeting, p'riing, andlor shoring
(not covered by other items); pipe connections
{tie-ins) to existing piping; pressure and
leakage testing; traffc control; vanits and
valve boxes, exca�ation and backfiliing; and
all ocher items for campteEe instaIlation ot the
valving, including any other itetns not eovered
by the remaining pay items.
F 1��'Y THa USA � D Dollar5
and h►o _ — — Cents/L.S.
1 LS 7"rench Safetv: Payment for furnishing the
destgn, installativn, antl rna�ntenance ot urenci�
protection and safety systems, including any
otner items not covered tsy remaining pay
i terns.
'�' � �► � N � �d fer� Dollars
and N n CentsfL.S.
2.7 1 LS Demo2ition: Payment . for fisrnisF�ing tt�e
demolition wnrk as shaw�a, including any
other items not covered by remaining pay
iterns.
`�� h Thb �1 Sa_ �nr� Uollars
and r.5 a Cents/L.S.
n
$ 30,�oo.�Q $ 30 000."�
�p �V J � ��✓ �- � t /���iii0 r#�'
� 504 , °-�
$ I O�O�o ,�'
� sc�a.�� �
�
$ iOJpCSv.�o
B-3
�
3.
3.1
3,2
3.3
4.
PUMP STATION
1 LS Suaerstruciure: Payment far superstruciure
shall include full compensation for materials
and construction of purnp station
superstn�cture, s�tge vault and �alve vault;
and all ocher itenis for complete
superslructure constr�ction, including any
other item nbt caveted by the remaining pay
] lelT15. '�" w o 1-i V ns C� R�,l> � I C-� F{ T i '�r} Q� E
THDVSAND 5�)t HVIJOR�f1 �'iY��Y'Dollars A o
and � N o Cents/L.S. $ a�s3� fa50,�' $ a g 3, f 5D �
1 LS FnundatiQn: Payment for .foundation shal�
include full compensakion far rnaterials and
installation; excavation and hacirfilling nof
inciuded in ather items; and all other items
for a complete foandation system installation,
including any ather itcm pot eovered by the
remaining pay items.
rkRFE �-+uNn�eA At�1Q
� � �,-� �HB�sA,.� n Dollars
and � � Cents/L.S.
1 L5 Heacin�. Ventilation and Plumbin�: Payment
for heating, �eniilation and pi�r�nbing shall
incIude fuli compensation far materiais and
installation of sir �nits, ductwork, louvers,
space heaters, and other ventilation
eyvipment; testing; and any vvark rec}uired for
completing the F�eating and venti�adon systern,
drains, draina�e sysfern piping, restroonn
fixtuzes and pit�in� svpply piping; testing;
cleaning; and any work zequired fpr
cvmpleting the p2umbing; and any other items
not covered by th� remaining pay items.
� 35v�a4� �° $ 35C3�OC�p °p
Fd r�� Tfn a u s a n c� DoZla�t's
and N c5 Cents/L.S. $�/D� BD� .°�'
MECHANICAL
4.1 . 1 LS
�
Har�zontat Solit-Case Centrifueal Pumps:
Payment for gumps shall include full
compensatian fer materials and installallon of
pumps, motors and alI associated equiprrient
and accessories; testing; and any other itetns
nQt cvvered by the zemaining pay item q�,�y
ON6HuNal�h AUn ryrar�+ 'fH���ollars
and n.� ,�, Cents/L.S.
$ "�C�� 6D�. �
$ i3� D4�.`� � l�a,Qad p�
B-4
4.2
4.3
�4.4
d C
�lrJ
4.6
1 LS Interior Pumo Station Pinin�: Payment for
piping shall include full com�ensation far
piping, anchflrages, joining, joint bonding,
setting, and support (not covered. by other
items}; pressure and leakage testing; and all
other, items for complete installation of the
piping, including any other items not covered
by the remaining p�y items.
�f �e�1 �-f-� TH oUS�ND Dol�ars
and nta Cents/L.S.
1 LS I'urna Station Vaives: Payment for �alves
sha11 inciude full compensatian for valve,
ogerators, and installation; and al! other items
for a complete and functional �alve
installation, including any nther item not
co�ered by the remaining pay items.
F1�7`r THDt15f�N� �O1�aL5
and +.� o CentslL.S.
1 LS Tilted-Disc Check Valves: Payment for checic
valves sh�1l include �ull campensativn for
valves and installation; and all other items far
a camplete and functivnal valve installation,
including any other items not covered by the
r.ernaining pay iterns.
�ORTY - F 1� � THoils�r�J� TJollars
and t`t e� Cents/L.S.
llf� r�ti�lin� �'��! ���1
�ayment for replacement of existing cheek
vaives and existing 30" butterfly valve and
eleetric aperator shall include t'ull
compensation far installation; and a1� vther
items for a compleie and functional vat�e
installations, including any vkher items not
eovered by the remaining pay items.
S � x�r� `�-+�ous,��.s� Dvl�ars
and N o Cents/L.S.
1 LS Sur�2e Relief Val�e Svstem: Payment for
above ground piping (in the surge �sult),
! connectians, and r+alving including sarge
valve and isaiatian valves, surnp pump with
vaives and piQing and associated accessories
and a�t other items for a complete swge xelief
system, including any other items not covered
by the re�aining pay items.
�+n� �. !_ V E TN b v Si11.1 17 Db�1ST5
and N o Cents/L.S.
�
� �'o�an. o.°"
$ J`�D� OQb .�
� q o 0 00, °`O�
$ J� Oo�.��
tsa
$ ��f 00 6 ,�� �
� �4J O oC�, f �
�� 6D0,°�
�,D, aoo.�
$ �a � 0 00, �� $ � .� � s-o-� '�
0
�.�
� Ls
Cathodic Protection Monitorine S�stem:
Payement for ��nderground cathodic protection
manitaring system shalI inc[ude fnll
compensation for pipe joint bonding,
cantinuity testing and test stations, including
any other items not covered by the zemaining
gay items.
T�-� �� E �+�� �s,a,.��, Dollars
and tir� Cents/L.S. $ 3,o0o.�J $ ��C'�C�O,°6
S.
5.1
5.2
S.3
5.�4
ELECTRICAL AND INSTRUMENTATION
I L5 Electrical: Payment for electrical work shall
inclvde full compensation for rnateriats and
insta]]atian of wiring, conduit, duct banks,
connections, and interior ]ightir�g; testing;
rrxodifications to existing; and any wark
rec�uired for campleting the electrical; and any
other items not cav�ered by the remaining pay
items. ��„��. �..�ut�bR�� a�sD
N�r��zK -rKnusa+an Dol�ars
and * 1 r� � Cents/L.S.
��,� 5ite Li�htin�: Payznent fot site lighting shall
include fu11 compensation for materials and
installatian of lighting; and all other it�nts for
complete Iighting systerrk, inclpding any other
items not cavered hy ttte remaining pay items.
�C�U � THbV 5 i� 1.] i� �[70�i8I5
and t� c7 Cents/L.S.
j� Instrumentation and Controls: Payment �or
instrumentat9an a�d controls shal� include full
compensatian for materials and installation of
instrument devices; testing; panels; and any
work zequired for completing the
instrumentation and controls; and any other
items not covered by the remaining pay items.
�� x � � - f ��F T���sca�., � Dollars
and w n CentslL.S.
1 LS F3ow Measurem�nt Instrurnentation: Pxyment
for flow measuretneat instrumentation shatl
' incl�de full compensation for materials and
instaflation of flow measurement device
(venturi}; testing; and any other items not
covered by the remaining pay items.
7�'r.f -�'",�o v.S.R-,� Uolrars
and nl n Cents/L.S.
$ /90�4�0,�� � ���f��Q,�o
� �,00b.`� � '`�,�44, �
$ �o�j�ODt3.�� � �J`rD4o. ��
$ /D� AOD, Q% $ %�, DOfj. °i
B-6
�
5.5
1 LS AIlowance for ��SO Work: Payment far work
as designated in the specifieations to be
performed by HSQ, shall include full
compensation far materials and installati�n af
any work required for completing the
speci�ed work.
Twenty-five thousand eight hundred fifty
Dollars
and . no
CenislL.S.
� 25,850.00 $ Z5,$SA.00
➢3II] �U11�1�AIZY ��R ��E�'T ��17E �� �'�Tll�� �7CA'�'��1�3
BAS� BZD TOTAL �Bid�tems 1 throu�h 5) � l,"18 R.o 0o p�
BidderlContractor sha�1 check the pipe material to be used for th� 3�ard
Piping (Water Pipe)
� Concrete Pxessure Pipe and Fxttings
Ductile �ron Pipe
BidderlContractvr has provided pump curves wxth their bid docunr�ent as per
section l. ].312 of the specifications. BidderlContractox sha�x �ut a check
mark to conf nn that they have been included.
�- Yump Curves have been includect
Within ten (10} days after acceptanee of tt�is Proposal, the undersigned will execute the fo�l
contract anci wili deli�er an appro�ed Surety Bond and such oiher bonds as required by the
Cantraci Documents, for the fait4�fu1 performanee of the Contraet.
The attaehed bid security in the amount �vf S% of the total amount bid is to beco�rie the praperfy
of the City of Fort Wvrth, Texas, in the event tbe contract and bond or bands are not executed
and delivered within khe time set farth, as liquidated damages fnr the delay and addicional work
caused thereby.
The i�ndersigned bidder certifies that f�e fias been f�srnished at least ane set of t�e General
Contract Docume�ts and General Specifications fot Water De�artment Prajects dated ?anuary i,
�978, and a�i addendum thereta, and that he has xead and thar4ughly �anderstands all the
requirements and canditions of those General Documents and the Speeial Contract Documents
and appvrtenant p�ans. The undersigned assures that its ernployees and applicants for
employment and ihose af any labor organizatian, subcontractors, and err�pioyrnent agency urw
either furnishing ar referring empxoyee appIicants to� the �ndersagnea are r�ot discriminated
against as prvhibited by the terms of City Ordir�ance No 727$ as amended by City Ordinance No
?�00.
B-7
n
This contract is issued by an organ�zation which quaIifies for exemption pursuant to the
provisions of Article 2�.04 (� of the Texas Limiked Sa3es, �xcise and Use Tax Act. All
equipment and materials not consumed by or incorporaied into the project cvnstructio�, are
subject to State salas taxes Under house BiII I 1, enacted August 15, 1992.
The Bidder agrees to begin canstruction within 10 calendar days after issue of the wark order,
and be s�rbstaz�tially comg]ete by Oetober 1, 2a03 and have final completion done by November
i, 2003 as set forth by the written work arder to he furnished by the Owner.
5tate of Residency: {Complete A or B below, as agpticable:}
A. The principaJ pIace oi business of our company is in
ihe State of .
Nan resident bidders in the State of , our principa! place of
business, are required ta be percent Zawer than resident bidders by s[ate law.
A copy of the s[atute is attached.
Non resident bidders in the State of _ , our principal place
tr#' bvsiness, are not required to underbxd resident bidders.
✓ S. The principa! pIace of business of our company or our parent company or majority
holder is in the State of Texas.
.
T(We), ackno�ledge receipt of the follow.ing addenda to the plans and speciftcakions, all of the
provisions and requirezt�ents nf which have been taken into consideration in preparation of the
foregoitn,g bid: .
Addenduzn No. 1 (Initials)
Addendum No, 2 (Initials}
Adden�um No. 3 (initials�
�
�
��
�r
(Seal)
I�Bidder is Corporation
Date: f94�
� 1
i`
Signature of P incipal
��� �z
Title flz Positian
.s���r.�1��C�r� ,��� � '
Contractor �
� � �
Stre�t
���.�� ��sa.�.�
City, State Zip
�/ � ���a� �3��
Telephane Number
B-8
A�fG-z1 �2Q0� WED 04 � 04 PM Si�ITH PUi9� CO3 , I�IC, FAx �IO, 817 595 a90� P, 04/DF
��milY� F'u�np Gompan� ` ' �G? ri.���'�� H2�ptimiP� �ver, 6.Q41
.���•ry Fr€:ec�l� ��� �' � OSl0110�
f �W- �1 nv�.n�y-�urrent
p�Mp � q ��{��t 5electiat� fil�: (untiiled;
CuNe: �'C7AOF332 �� �! A�lF�OFlA PUMPS (:�talog: A�JRO�.A�O.MPC v 1
Dcsig�, Paint: Flow: ��t? L1S gpm
Fls�ad: =F�ft
/,�'r: �"
Pum�: 4�a-liSc - 1200 Siz�e: B�e10x2'!
S�JG`l'.li; 1'!75 rpm Ui�: 1�i.5 in
Li�nils: 7��r�,�,ar��turc�: 2i5 °F Sphere 5iae: 4 in
F�r�swure; 250 psl9 f'ov�rer: �-, bltip
Sp��iflc SpcGd; 1�5; 1474 �ISS: 4387
Di�nensians: Si�c�ion: 10 ir� L�ischarge: 8 In
Mogcar: GO h� �peect� 12U0 FramE' 404T
NFMA �tandard TE�C Enclasur�
sizcc� tor Max F�ower c�n pesign C��rve
.. .....—� Data Point---Y f� ,64
f'low; 1&1'f US c�prn 200 •
I-ie�d; 1 �5 f# � �4
�
Ecff: $4% •
F'nwur: a3.2 bhp 120 `J"".`��'�`"
NPSH�: 1?. i� � •�
` BO ��� �
�- i?cslg�� Curvs ._
, !�" � i
! �c�E�' � /�� -� - -
� 5iii�i�ff Hr��d; 1�5 ft : �-$ r
�sr��,��rf a�: �a.z �SE �° �
/��IJ� /o� ��r
Min l=1aw: - �S gpm p� 40 �
} �
, t3�r': a�°10 o#E j� .. � ..
; � x 1G13 Us r� pr�i � z Q � � j � �
� �JUL I�wr: �d.� bhp H � , .� .
@2147USgpm �� a � ; � � � � � :
/ � � � '
._ �dyax Curv� » � ' ` �
�� .
! M�x �wr;1 �3 �hp � � � � f � � I
� ct i�J52 U5 gpm � � ' • , E , ` � ..
I i_
�" 1J$ ��n� 400 SQO 'k2� 18D4 2Q00 2�V00 2� 0
Flovr
US ���ni
267f3
?.234
1i8d
133Ci
a92
Fluid: Wat�p "femperatur�: 6U °F
SG= '4
V iSC051tY: i ,122 CP
Vapor �r�ssute: 4.256� psia
Atm Pressure: 1 �.7 psia
NP�Ha: .-- i�
l�ipin�:
� �
�
� 3
System: a.
Suctiv�� -�- in
l�ischarge; �- in
, . . f.
; {
� so �
�
� ;
�
� s
�i _
I� I
t ,� �Fr�'
,
... . . . .,
,
i
r
�
f.
C� �
--- P���ef�Mr�P1�� �VALUAT��i� .--
Speed He�d Pump F'ower MPSHr Motor Moto�
rpm f� %eff bhp �1 °Jve�f kW
�low �t�te i� Ou1 of Rang� ior this Pump
i 175 63 66 52,7 '49.�
1'l75 96.4 80 S4.t 13.9
1 i 7� 1 i 3 79 47,9 1�,�
1173 122 7Q 38.3 10
i
i
� so �
� ,_ �.: �fl p
! ,.
3200 3�OQ
Hrslyt Cvst
JkWh
Hu�r-c �-cuuc wcu uy � uo rri �ri � i n rur�r �u, , j t�t;, r nn nu, � i t�a� �auu r, u�futi
: ,�- '",�
' Sr�iitll F'«n7p C;:�rnp�tiy • ' ��u�'� H2Optimixe ver: 6.041
, J�rry Fr�4dl� 08/01/02
��Ml - F=1 /14n. pr�y
PUM� 9AYA SI�E�7 �electidrr ti#�: (untilled)
Ct�rve: l�c1�o�32 AURORA �'UMPS Catalo�: A�RORAE�O,M1'� v 4
T3csf3n �oint�: Flow: 2230 11S gpm Ffuld, lNater 7`smperature: 60 °�
H�ac�: � � 5 tt s�: �
Viscos�ty; �,122 cp
p�.�mp: 410Yl�{SC -120� Size; Sx1ox�1 Vapor pressure� Q.2568 psi
.;pCrcl; 1'!75 r{�m l�ia: 18,5�25 in a
�trn pressure. 14.7 psfa
Limits; T�:�nperatii�e; 27�i °F Sphere size: 1 in
F'res v��rec 25o p�i� Pow�r: --- bhp NPSb�: --- ft
Speci4ic Spe�d: I�s: 4 qi4 Nss: �3�Ji F'iping; Sysiem: -�.
�uctiarr. -- in
Llji�enstni�s: S�+ctian: 10 kn Disc��rge: 8 in ni�charge: -•- in
Mota�� �10� hp Spead; 12D0 f"rame, 449�'
N��w1A �tand�rd TE�'C Enci�sur�
sl�ed for Max 1'awer on Design G�rve
�.._ Data F�aint ----
Flow: �230 US g�rn
}-!�[�r�: 11 G �!
Ci(: 80°l0
PowCr: Sa.fl bhp
NPS�1r: 9� ft
.. C1esi�r� Curve --
�I�i�iqff�l�:�d: �61 K
ShufpfF tlI'': f39.7 psi
Mir� FEow: - US �pm
FlFP; F33°� r,ff
@ 17i�h U� gprr►
I�UL Pwr; �3,3 bhp
c� L�17 US gp�n
•• iV�ax Curve --
M,x F�wr: 4,�� k�t��
r� 2�5� U8 gpm
F�ow
U� c1�+rn
zs r�
2�.3U
1i$�l
933�
6�J2
ft
200
160 �
120 ,
�o
1 � � �. �
, I ��
r ��/@ !'
� �3
I ,�f
Ik
I ,�
�
i , .
{, .. �o j -
��
� � 7a
. . . . ��...
�
. . .�. .
i
�
i
I
�
.. , .
� r � � i
�U � j � ��� �j n ���.. , . � . _
�,3�'�? //jn � 1� � I r� ' �
a � aa . I . , � � � �"? �. . � . .. .,...
� I � � � s ; .. . . .
5 �� � I � i ��.Y--. .
� . �._....a.�.,.,..,� i , f . . .
0 , , , . . .....
, �
; . � , � � ....,. .. .. . �
� � , !.
I'
Laa gpm 404 8ba �2ao �eoo 2aoo z�oo �evo 3zbo asoo
�., P�RFOl�hili��� �vALUATION .--
5p�ed ��aa� Pump Paw�r htPS�lr Motar Matar H�sryr Cost
rpm �i °��tf bhp R °Joeff kW 1kVl+h
F'�ow F;ate is Out of 12��ge fcr this �urr�p
117a" 9'16 80 80.8 79
117a 13fl a3 7f3 1d.3
i17S 1�3 �iC1 84.1 1U,3
1175 1�$ Q9 51,7 10
�ca �
il
50 �
tiuu-�i-ruuc w�u uW;u� r�•� �rii+n rurir w,, ��vu�
.'
' ' �rnitl7 Purn�� CoR�pany _ . -
Je;�rY rrcecli Q�..
F'�W - �`f? -11vg.C)�y,
r Hx Nu, � i r��� 4�uv r. ua� un
H2DptimizE var; 6,041
a��o�rox
�'� ;�� PUMP DATA SH��7 Seiectinn file: {untitied)
CurVo: FC1yEF000 AE1f�Uf�A �J�JIPS �atalog: AURdRA60.Mi'C Y 1
Design Pnityt: Finw: 3475 US gpm Flr�id: Water l�emperaiure; 60'�
Fiead; 115 fk
Puinp: A'f0-IiSC - 1�E00 Sixe:8x1Qx12s
Spe�d; 'i�7� r�m Qia: 12.3125 in
i_irrtlts: 'femperature� 275 °F Sphere size; 1,312 in
�'ra�;�,ure: 25(l pslg Powar: �- bhp
Spccific �peer�: Ns: 2%75 Nss: 731�
Din�ensions: �urtion: 10 in !]isch�rge: a in
Mator: 925 hp� S{:C�d� 1800 Frame; 444T
h�r�lA Stand�rd 7CFC Enclnsure
siz�d far M�x Powver o�� Desfign Gurve
�T.- Datapoiil�-�
Flaw: 3�'l5 U5 g}zm
rlcttic�: 41G ft
�if, 83°h
Pc�v�cr, � 22 t�hp
jhljaSh�r: Z1.2 it
�� -- G�esig�, c�rv� _,
Snui�ff I��E��d: 163 fl
� �hutofF dF�� 70,t3 p�i
�Min FIOW: - U5 ppm
B�,P: a3% efP
� �1�2 US gpin
�to� �wr: 42.3 bhp
� 40�a US gpm
-� �fiax [:i�rvc --
Max i�wr� 1�79 6hp
Q 3741 U5 �pm
F f�w
US gpnl
417i1
3�475
2�E3D
2D85
'E 3�JD
it � . .
zao � ; �
, 40 �p �
�60 �--•� � � �
,
,
t�� �
�� �
40 I
I
a��al
P
� �s �
H
r a ;
US gpm ���
S�eed I-lea�
rpm ft
7 I7� �i2
1i75 '!'�6
'1776 133
�775 745
1i75 95�
5(3; '1
Viscnsiiy:1,122 cp
Vapor pressur�; 0.25G8 psia
Atm pressure; 14.7 ps�a
NP�1�la: -- �t
Pipin�; Syst�m: --
suctiurs: -- ;n
i]ischarge: -� in
; �� ..
I
' ���id� �'� 1 '�0� �
i
�
��
I
i
, . .
� G ;
� . —��l—k� �
' ; l
' I !
� r�bo � �aa aooa - 7s o
_�
i
4 I
i f
� .. �..
� � I�
�� �i �
.I
�
i
s . . . I ..
! ' �
soaa �s��'
... .. 160 �
h
• Eo P
--- PERF��AAAIdC� �VALIl�TI�P� �
Purnp Pcwer NPSHr Motor Mofor Hrslyr Gos#
°foefF bhp 4t °loefF kW fkWh
70 922 30�1
83 i�2 �1,2
78 118 ;�.a
Tp 110 13,4
55 98.3 10,4
�
� ..
i
���' ''�Q
_�
�03�i
��oo . _
�
�I� O� �QC� �V�1't�l
�U4inor�t�r and IN�men �usine�s Enterpri�e �p���fi�a#ions
�PE�k�4L �1�l�TF�IJ�fi��l�� F�R BID�E��
�1PPLI�A7'IQhi OF P�L1�1�
�H th�e loial dolta� value oi lhe �onl�sct 3s 5�5,0�0 ar more. ihe b!J!�'�BE go�l �s ap�lkcab�e. Ci tl�e #otal dollar
wafue ofi kF�e can#ract is less than $2�.�0�. ihe I�M1�, V1��E_�o�l is �at �pplic�t�le. �
P�L,1�1� �TATE.��IV7'
Ik is ifi�: �,cali�y of �h� �ity n� Fart US+brih lo e�su�� �hc� f�ifl ��•Ed ey�i�ta�l� participation by Mlr�or�iyMlome�i� �u���7�ss
�r�t�r�r��r-rs (MlWB�j Ir� ahe �rnc��em�nt €si €�q gn�c�� �l7ci s�n�ices to th� �l�y orM ��csr�kr�etual l�asEs_ T�re abjectiv�
o� I�e i'okicy is !o Irscrease Ihe �is� cr� MMl�E #rr�ns to � l�v�k cc�n��ar���l� lo lf7e av�i��bl�kty �i �71WBEs that �r�vi�e
goc��s an� s�ivi�es �fireclly nr irtici�rr��-ily �o th� �ity. AEI ra����r�•��mis arMd r�c�ula�ions staled ir� �he �i#y'� currenl
fu�in��rily �+`id Wcarn�}n E�i,is�tress �nter�rlse OftSin�o��e �p�ly �� 1��Is �i�d.
h+�JWB� P�C4J�CT �OA�S
Trtic �ity's Mf3ElW#i� +��+�I c�n ihis t,ra�ect Is —.�2-- —96 bF tF1� b�sC� bld Vallre o1 the contfi�Ct.
�0�11PLlA�J�� T� BI�] SPE�4FI�A�'t�N�
Oi7 GEy eorr�rac�s �! ��5.�D0 ur rnore, bid�ers ar� req�ii�et! lo �o�'n�rly wlli� II�� infent �t the City's M�'VBE ���inance
by r��1h�r OF �h� f411AwiR�:
Meet or excee� the g�ove sl�l�+d M�1N�� go�l, or;
2. Good Faiih �fiforl docum�nt�lion, or;
3. W�iv�r da�urr�ent�lion.
�1J�3N�ITT�4�. OF R�C�[JIFC�D D��1J4UI�h1TAT�QN
��38 ���EiC��I2 L�OCL7ffi221t� mt�st I�� receive� by 1he N�anaglr�g F�epartmenE, wllt�iin �he fo�Jpxving times all�sca�e�, in
citler �or �he entiie 9�Itl Rtr CF€= CGriSidared fesponsiv� to Ih� S�6CifiC�#ipr1S,
1_ MMl�� Uilli��lioR� �orrn, il yoa�
Is m�� �r exceedet�:
�. Ctioa� �ai�h Effort Farin and N�lW E��
Uki�i�alaan Form. Mf p�r��c:"rp�iti�rti 'rs
R�rss �h�n �t�#ec! �aaM:
�. G�ad F�,iifo Ei#�r� For�n fl n�
partt3�ip�llon;
4, J�flrn2 C���arBGE�� V4+�iV8�r F��r�:
tec�i�etl by 5:0� �.m., f��+� (�} �kty b�slne�s rJays after the
#�id oper�in� d�tit�, ex�lusi�e of !he b�d ��enRnq d�te.
receJved by 5:�0 p.r�., fiv� (�) �kty buslness days a1le� 1he
bid o�aeni�� ��t�� ex�luslve a� !he btd a�enGng tt�to.
r���ru�d by �:08 p.�'n., ��ve [�} �Ity busir�ess #a'y� �fier thc�
bltf oper�ir�g da#e. exclEisive �f t#�� biti o�ening da#e.
re��kv�d #�y �:0� �.rn., n�e �5} ��ty business d2�ys aFker ihe
blc# opers�ng dake, �xcl�sive of ll�� bid oqer3ing date.
�FAILUR� TO �Oi�l P�Y +NI1'H T1�IE �ITY`� MIWB� DF��It�A��E. Y�I�� ���1#�T 1�1 TH� �I� ��I�G
�orv�i���Ea �uo�-a����r�siv� To sR����rc�a7���s.
Any q��estions. plaas� c�r��ac� Ihe MIW�E Oliice �k {81i) 971-61�4.
Rpu. 6!1 g�04
�
��t�r O� FOI't INOrtF�
I�li�or��y and INo�'ren B�sir��ss E�ter�rise �pecif�c2�#�ons
AlIBE�1NB� U��LI�ATI�N
'i"NC� Ser►��cr�.1�4c.
PRiN4E �OMPANY �AME
Weslsi�e IV Pu_rr�� �tatFon
PIi�J�,C{ NAM�
I�C'i�f1"tiM1�l��'li�: P�(?,IFCT�;C1�►L„ 22"r��
11u���t ��� �(1��
��� a�a�r�
P�NT7-O�a�i7'09$0�"I �
Pi�OJECT #�1U14�BE�t
�ITTACHM�N�` 'llA
P��e "I �f �
`n�,+��•���, ���r.r�c•�,V���,�c;�� .�e •M��N;��:r,: �z°�
� Failure #o �om�le#e th#s #orm, Ir� its arr#irety �nrith s��po�4ing �o�e�ment��io�, and received by tl�e IUla�n�ging I]e�rartmertt
nr� or loefor� 5:00 �.m, five (6} �#ty b�sie�es� d�ys after bit! openjr��, excl�slwa �f b��l ape�ir�c� date, will v�sult in t�ne hid
bein� car��ider�d nan-res�anstve ta bi�l sp�cificat�ar�s.
,
���e undersigned E�id��r a�rees to enter i�t� a far�r�af agr���en! w�Eh the hABE �nd�ar Nl�E �Ir�r�s far w�rk Eis�ed in this
sC�e��le, cor�dit}on�d ��on exece�tior� of � cor�traCt wE�h the City of Fo�t W�rt�r. Th� inte�r#i�nal and�or knnwing
�r��s�e�resen#a#ian of faets ks grour�ds f�r car�sideration of ��sa�t�aliFkcat�on and wMil res�lt ir� the I�i� b�ing c�ns�d�red
no�-respo�sive ta spec�flc�tior��.
I ��irnpany i�ame. Corrt��t �2�me. Ger�ified
Actdress, a�d 7e�ep�one No,
� o0
a
�c
x �' i
3�T,A.fis. �ommu�ica#�ons. �I�� "
92�30 E. i�ar#h+�rest Hwy.
�uite 30�
D�I��s, �}{ 75226
i � �
i ..
MfW��a m��t be losated In iE�� $�nln�� c�un#y r+tarkat�l�en or e�rren�fy daing bueEna�s i� !ha m�rkot�la�� �t th� time of bid.
� i $peGify ,'lll �reas in wh1Ch MUVBE's aro to � u13fFxsd ar��lo� 32erna to Be 9upp�ied:
�*} +4 c�rn�la#o Ilatin� ot Iterns #o be s�appll�d i6 requlred �n oM�r to ro�oJ+�o tro�llt f4ward �ho M�4VB� gaaL
�"N identify eaah 71er I&v�+k,
7ier. h7�ans I!�$ level o� ��,bconteaclin� belaw ���a prime aontraclar�cons�Mllar�t, M.e.. a rJfre�k payment
frA��ti 4F�e prJnsa coltlractor la a suhcanlractn� la cunsidonr� 1"" llnr, a�ay���tit hy a subcon[r�ctar ln
it� auppller ia co�tBidert��l �"� kl�k.
THI� ��1�i�11 b111��� �� R�C�1V�D BY THE MANA�IN� �E�,4i�Th�fE{�T BY ���� p.m., FIV� (5j CITY BiJSE�lE85 �AY� AF��F� �I�
C7PENING, E�CL�SYVE OF TH� BID OREfdIN� DA7�
Pages 1 anrF � af Attachmerrt �A rrrust be recel�+orF by� the fi�lanaglrtc� �epartmen#
Spec�fy AI� �onttaakan� Sp�c�fy +All �toms to ba
Sco�]� �FVwar� ('} �kapplied('}
,�'� :
��
Pipo, fittir�gs 8� valv�s '�at
�39S,i?��,�0
�vll�r Amputtk
F#ev, B#3f96
� �
61T�A�F#iU4��3�` 9A
P�ge � o� �
�i�y o# F�r# V�1orth
Niinority �nc� INort�en 6u�ine�� �nt�rpri�e �pecifications
MBEI�VBE UT�L���4TI�N
�omp�ny Na�m�r. CDr�tac� hlattre� Cerllflet� � Spaai�y AI1 �Or�lracting � Sp��Mfy AI� li�rns t� be Dollar Amctir�t
I Addree�. and T�I�rp�r�r�� hfo, � , � .� �c��ae oF Work (�'� �u��H�d(') � �
� 6 �7 GI a
� �} �
}
� r �
0
I �- I
�— �� I
, _ I�
I — I
-- - �
The f�lc[der #urkher a�re�s to prav�de, d�teckly t� lh� �ity �pon reqr�est, cornptete and ac�ura[e In#nrma#ion �egar�i�g
actual wrork ��rfnrmed hy �41 sut�contra�tors, Ir�cluding l4����s) andfor W�E(s} arrange�r�ents subm�tted v�rfth tl�ts bfd.
The �idder a�sa agrees to a�low an audit ar��l�ar esc�rni�atios� u� any baoCcs, records and files helc� by t�eif ��r�p�ny tl�a#
�v4fl s�b��ant�ate i�r� a�tual work p�rf�rrnecl by ti�� �k��c�s� and�or UVB��s} on this �vn�rac#, �y �n aut��r��e�E o�ficex or
:mptvyee of t�� City. Any fnten##onak andJor k�owin� �r�isr�presentatian a� facts will b� +�ro�ancls C�r �errr�ir�ati��g ##�e
cor�tr�ct or t#ebarmenk from City wnrk for a{seriod of not less th�rn iY�r�e (�� �aara a�d �or initlating �ction �nder Federal,
�tate r�r L.a�al Ia�nts conc�rning fals� s#atemenEs. Any f�i�u�� tv com�iy vaith tl�ls orctina�ce and crc+ates a mate�ial
breach uf �antract ma� result ir� a determlr�acion of ar� ifrasp�r�sib�o offeror and t�arr�d firom participa�ing 'sn �i�y work
�ar a perio� of time not less than ar�e ��} year.
LL MBEs ���# W�Es MU^�1` B� ��F271FI�D �Y TH� CITY B�FOFtE �E}NTF�AC� AWIARD
�{ ' iL�rl D_ Hirsci�e��
AuthorE� d �g alu�� �rinted �i�rtatu��
����'sec# i�ana�}er N.A. _
1'i#le C�ntact Name ar�d TEt�� {�f difEerenk�
TfVG �arrric�s. Irt�. 294-386-�370
Cornpany Mlarne �`eleplxor+e Number �s�
633� M��ale Ave., Suite SSQ 21�5-3��-037''�
Address Fax {xlumt��r
�Dallas. "f}� 7���� I+�vvem�sr 1$, �0�2
City�Statel��p Cod� [32�te
., �
T�-IIS F�I�N1 hM1UST �E R�CEIV�� BY TW� 14fi#hiA�hhlG ���AI��`NI�NT �Y 5:00 p.rn,� KiV� (5� ClTY 9LI�IN��S �AYS AFTER BID
O��n��r��, �x��us�V� OF tHE BID o��n��r�� oArE
Pages 1 and 2 of Attachment 'I A must be r�ceived Isy the ManagJng Departme�nt
Re►�, 6��f9e
ATTA�HhhE'�17 1�
�age 1 qf 1
�it o� �or# IN�rth
Nlinorit�} �nd �Uom�n �usiness Errt��prise ���c�����tions
F�riar�� ��ntra�t�r 1Na�v��'
Pri�te Ca�np�ny N�M+�e Project N�1ne
�id �p�r��ng Date Pro4ecl t�urnber
If bolh answc�'S lt� 4his iorrn are YE �. dq i1o1 cvmpleie A�� A�H�iEfJ'C ��(�pod Faill� �i��rl Forrn},
Alll quesli4rr5 on ikxis iorrn ir�usi b� compielecl �nd a detai�ecl �x�l�n�lion p��v�ded, if ap�li��E�fe. If
ih� �nsv�er !o e�lher q�sesSlo� Is �O, �hen you inus# cornpi��� AT7 AG4iTu'l�N� 1�. ThEs iurrr� Is �s�ly
a�pli��b3e If ba2� answexs �r� yes. �
Faiiu�'e t� coir�pl�t� ltti� forrn in �is enlir�ty and be ��telve� by tlxe 1VJ�,nat��ncl De#artment on or
�efore �:�0 P�m,. fiv� {51 �it� b�i5ie�t�ss dovs �f��r h�d oQe����c�, � xtl►fs�ve �� ihe bid oper��ng [late+
will result in 1l�� k�i� being c�ns�deied nvn-�es�ansive 10 hid sf;�cifi�c�il�ns.
Will you perlor� l�is ent�re coniract wil�oul subconir:�ciors? _ _Yes _ 1�0
kf yes, p�e�se pro�+�d� � c��tafled cxplan�tian #hat prr ves �as�� �� 1he si�e a�d scope o�
this p�o�ec#, #h�� �s your r�orma� t�usin�ss pra�tice and provid� an v��ralio��E prolil� �f
yaur business.
I�Vill you per��rm thi� e�tire ca�lr��# witha�t s�,k,p�i�rs? —��� �v
�� ye�, ple�se �ra��de a dei�i��d expl�n�tio� 1tE:}i p�o�+es based an the s��e a�d s��pe or
#h�� proj�c�, tMis is you�r r�orrr�2�l b�siness p���ti�e an�l {�rovide �n ir�ventory �tofile o#
your bt�5lness.
�'h� l�idd�� #u�lher agrees 10 protr�de, [#�r�clly lo ihe Ciky «pon requ�sl, �vrnplete �rrd accur�#�
in��fm�iian regar�Er�g a�lu�1 we,ek #�erinr�r�ed by �11 subc�nSract�r�, i�cluding M�E�s} �tr�dlo�
Utif�E�s� on ihis conl�a�i, l�� pryyrnenl tl���lrio�e and �ny �r�posetf �hanges to tine ot'igirr�l NI�E(s}
an�lo� W�€ �sj arr�r�gemen�s submitiec� wGt#� l#�15 b�d. 7t�e bidde�f �Iso ag��es to �Mfow an �udii
ar�dlar cxasnlnation o! �ny �aoks, re�c,r�s aMid iiles held by t�eir cornpartiy that �nri�l subsiantrate
the twGt���# wark perforrned b� iF�s MBE �s� andfar V�1�E(s� on Ihis cnnira��� by �sn a�th�r�xed nfiicer
or eir�ployee �! #he ��ky. Arty intcnl�c:nal �ndJor knowing mi�re�Feseitiia�ior� of facts +r��#I be ��'ounds
for termir��iin� ##�� rr,rMkt'act �t del�Farme�'�1 frait� Ci#� work i�r z� peri�d nf noi less �I�&n thsse (3�
y�ars and ior ini[iaiU�Mg a�#i�n undcr �e�eral, �aiale ar l.oc�i I€�ws concerning false st�temer�is. Any
�ailuie to corn�l�+ wiih Ih�s ordir3ance t�nd cr��[es a n��teri�F brea�tt �� cani�2��1 n�ay result �n �
c�etermfn�iion of �r� Irresponsib�r of��ror and barie� �ror� p�riicip�li�g ir� �liy tivurk far a p�riod of
tirn� na� Gess �han ane (�� ye�r.
AuEhori��d Signatu�e
Ti�le
�am�a�y f�ar�e
L��i d re �s
Prl�#�d ��grralure
�onta�t Ns�re (C� diif�t�e�t}
�on�2�ct TeE�phoi�� hJumb�r ��}
F�x ��rr���r
a�w. e,+x+�$
!�I'TfiA�HN1��1T 1�
p�ge 1 of �
�it�r of Fart IN�r#�
fU�ino�ity �r�d 1No�r��n B�sin��s �nterpr��e
���D F�iTH E�F���
.�
�
�
�
����,� ����ti���y �a��,� —
��� u�t�
P�dje�l Name Prnject Nurnb�ir
CIr yau tea++e lakl�d #� �ecure 1�41WV6� porlfc���aiion brrd ��� have su��onlr�cii�g �n��nr supplier opp��'lunikies �r i� youl
r�rw�� �;�,rx;�.��at1o� Es ��ss +�,an �i,e c��y's prvj�ci ���I, you musi c�mp�ei� iltiis ioron.
4f t#�� 1�idsier's r�e#k�od of com�l���ce uv�tli If�� iV�lWBE g�al i� L�as�d upon t�emor�str�►tior� of �
„good �ailli e�fis�rt", iltie �i�d�r w�ll h��� twtie hu�den oL c�rreclly and a�cure�t�l�r pr�paring ar�d
SUL�f�'4�t#I#�� #h� Ci�CLIFilEllt�ii�Fl ��L��JIr�{1 b�f t�l[� CI�]�. ��r1'1�71'48i1C� Y��tI1 ���F! �t�IXI, ��hru � below,
shal� s�tisfy Xhe �ood �ai�h El��rt reyuir�mer�t ab��nt proof o1 fra�d, inler�#ion�l 2��dfor
�r�c�wing misr��r#esent�tion #he fac#s or in�er�#ic,�,al discrimir�aiior� �� ihe bidder.
F f�ure ta complet� tF�i� fiarrn, if7 ils et�#i:e�y witfi� sup��rling d�cumeniali�n, and receiv�d by l��
�U1�naging Dep�rimer�t on or �efore ��f1U p,rn. ilVe ��S} ��ty b�Si�e55 days �ftcr bid opening, ex�lk��i�e oi biti
oper�in� dai�. wfli result in i�� bid r� ir�g cortslder�� n�n-res� siwe lo b�d sp�+cifiicat�on�.
1.) �'#ease list �a�h �►nti euer�� sub�.�ni��c:ling �nd�or suppE��r opporl4inhy ��0 NOT Lk�T l�A�l�� �F
FIRhhS wl�i�h wi41 be u�.�:d In Ih� �ompkekron o1 th�s ptojecl, f�C�Sf[�I�S5 O� 14F1E�F1E*f �� IS �O k}� �F�V����
�y a N1fV�f�E �r n�n- �J!lWBE.
L ist of:
�lJse €�c�d�tl�r�a� s�r��ts, f� rrec�ssar�,�
Sub��ntraci�n� �qporlunitie� �isi a[: Skia�lier OppoHe�ni#ies
A�w. sr�.J��
A�TA�HMEN7 i�
Pag� 2 �� 3
�.} ait! �ou ob[�x�n a currenl CS�# o� M��NBE 1irrn� irom �h� �ilys r�rw�� aii�ce�r fine t}�+ is cv�������� �n
com�ali�n�e. Mi il is r�ot rn�r� tltan � nynn�k�s o1d fforn t�e �ate of �id oper�En�.
Yes
�io
Uaie �f L15ti��
3.� �id y�u sol�tit #�id5f�om MJWB� firrns. w�lhkn ihe subconlrac�lk�g �ndlb� 5�pplier aress pr�*v1o�51y
M�sted, al l�usS ler� eale�d�r d�ys prior to bi� o��nknr� by �x���y, cx�lusive of ihe [!ay ltt� bids s�re
�pened?
Yes li y�s, atxach r��tNB� �riaii lisiing #o �nc�ude na+n� �! fitm a�r�d �ddreas an�l a da�e�
��,}q c�py o� 4�tier �n�fl�d.
4.� Drd you soli�Ml bids �r�rn MIWBE fitins, wi�hin iF�e subCofltrm�iln� ant#�or Su�x�lier #+re�s }�revlously
lis#ed� ai Ica�t 1e3� c:alen�r�r dr+�s ��i�s lo bid ope€�ih� by lelepl�one, extEusive o# th� d�y �#�e bfds are
o�ened?
Yes 11 yes, altach Cis� to Incl�de ��n�e c�i MlW�� fi�rxn, ep rson conte��t��,
�o phon� nu�be# and date �r�d ti�ne ol car+taot.
f�OT�: A�acslmi€e rr�ay �e used So carnpi� v�r€#h eithet ��r �, b�t �tt�y r�o� be use� for b�tF�. If a i�cs�inale
�s 4�sed, a�tacfi lTre fax con�ir��aiion, whkch is io pra►�Ede M{+�+�€ name, date, ti�e, fax rrumbe� �nc#
�ocurnenlai��n �axe�. -
�IOTf: �i a�IC lisl oi N1fVw6�'�i of FhlW�E�is�r�a e t�a� #e� ihe�l� dde�muisi G�n��C 1 tll��5t tw�� ihE ds�of
q�estions 3 a�d 4. Sf � si�
the list b�st no� less ��an ien �� �� in camplian�e v�ri�l� question� � r+r�d �.
5.) DEd you pr�vlde �l�+iss ��d speciii�at�or�s to pvk�nti�i �NfW��s or �nfiorrn�lian regardlr�g kl�e 1oca�l�n a�
p�ans and specffiieatia�r�s in c�r��r to assist tn� MlWREs?
Y�+�
���
G.} II NkIW�� bl�ls we�e re�eive� ar�d re�e�ted, you mus#: ual�k�on nv1 commercia�ly re�son�ble,
��� List l�� N1fW�� f�r�ns snd ih� ee�sar��s� fint r�jeciios� {f.e., c�
qualific�tl�ns, �ic.) �nd
{�} Al1�Ch a1�i�I�iVH �n�ifor drt�G�menl�i�on #o supporl �FfEr r�a5o1�{s� li���d be#ow (i,e,. lett�r�, rnernc s,
bl[#s� t�le�h�or�e c�i��s, meeiing�, e#�.}
{P�e�s[' uqe o�c�i�tvn�� shcefs. �l rreressar ��r ,�r�d al��Ch.) _
�n�npa�ry hJarr�e l��Ie�17Une �ont�cl P�rs�� �co�e oi Work �� j�clior��
I
ADDITti�l�AL IfdFOR4VlA1"ION:
�
�-
F�ew, �2+�8
z_ - - - ��� —�� � � � �
�ITTA��IPN�NT �C
P�ge 3 c�i �
please ��ovitie ��dilf���l iMt�ormallort you iee1 wi41 furlt�er �xpl�in your good and hones� ei��rls to n�l�i�t
�u1l1NBE ��rii�ip�iion �n this proJ��t.
The bidd�r fur#her a�rees to provid�, �J;�ec#ly io 1he �ity upa� r�qt�est, �omplete and
accu�at� inform�tlon reyarding a�tual v�ork perforrned on this cor�#rac#, �he p€�yn�e�t
th�rea# €�n� �nyr �ropased c��nge� to tlxe ori�in�l �r��ng�����ni� su��r�itted with th�s bicl.
fil�e bidder also �gree� io al�ow �r� audil arsdlor e�cam��ryation of an� I�ooks, r��o�ds an�
iiles helci by �heir cornp$N�� tnat v�rill s�bst��tt�ate the a�ctual woric pert�ormed o�t this
co��tr��x, by an �utlxo�i�ed of�icer ar err�pto�ee o# the �ity.
�Iny in�eniional ar�dlor knowFn� rrr�sre�r�s�ntalian o� fac1� ►rrill b� ground� fior
1er�r�ina#ing Rh� �ontra�t or debarmen� trorr3 �it� u�ork for a period afi not fess ihar� three
(9} �+ears and for initiatir�� actior► unde� Federai, �la�e o� Local law� �on�ern��� fa��e
�#�i��ents. Ar�� t�llure #o corr�pl�r v4ri�h this ord��nance and �reai�s � rr�at�ria! breac�r of
cor�tract may �r��ult ir� a det�rrr�ir�aiion of a� Irrespor�sible o���ror and ba�red frorr�
par#�cip�iing in �it�r v�rork for � p�riad of ii���e n�t I��s thsn on� �i� �reaf.
The undet�i�n�d ��rlifie� #haE t#�e �nforma�ion p�ovid�d �nd the �fWBE(s} listed
+�a��were con�acl�ci in good #aith. It i� und�rs�ood lhat an�r �Il1NBE�s� fi��ed �n
At���hrr�enl �� u�+il# be �ontact�d ar�d k�� re�sons fo� r�ol using th�m knriil be v�rified by
the �ity"� II�fl+VBE �fii�e.
Aulhorfxed �ig�ature Prlr���d �ign�tx�re
Tiixe �ontaci I�F�rrtie ar�� Titie ��� �iFferer��)
�omp��y T��me Telephone FV�rn�a�r�sj
Address F�x Number
��iylSiatel�s� QaRe
Ft$v. 6��.+�8
OR�11iVANCE NO�. 134i1
�f� �R��NI�fVG� Ai1flEhlDl�� CIYY �F �p�� `W��'�b
���IN�,NCE h��. 1�923 �1� �#MENDIN� ���r��NS 2, 3, �eIVC]
�M�N�[NC 1�Y7ACWf1��N�' I; P��VIDlIV� 1� ��VE���I�IiY
��AUS�; �Rl� ���!l1�1NG AP! ���'�� f Il�'� DAi�.
�� li O��Afi��� �Y TW� Cli'Y �OUN�IL DF TH� CIiY OF F��i 1dtilOR`iH, TEX�S,
T'HAi:
SEGT'ION �.
Section 2 of City of Fort Wort� �rdinance No. 11923 is hereby amended #o read
as follows:
The ultimate goal of this ordinance is to remedy the effects of past
underutlization in the Marke#plaee by increasing the use of minority and
wamen business en#e�prEses above the present low level to one more
comparab�e to their availability in the For� Worth Marketplace. The City
Manager shall recommend an annuai goal for MBENVBE participation in
City procurement acti�ities, based upon the availabili#y within the
Marketplace. The goals, based upon availability, shall be thir�eer� percent
(13%) fvr minority businesses and twelve p�rcent (12%) far women
bus�r�esses and shall be review�d as provided for elsewhere hereir�.
These goals are not �uotas.
S��`iI�N �.
Section � of City of Fort WortY� Ordinance No. 11923 is hereby amended to read
as follows;
The provisions af this ordinance shall apply to alf contracts awarded by the
City, except as may be herea#ter specifically exempted. Where coniracts
invof�e the expenditure of federal or state funds, the state or federal policy
rela#ed to MBEIWBE or DBE participatiort may take precedence over this
ordinance. The pravisions of this ord�nar�ce shail be liberally construed for
the accomplishment of its palicies and purposes. 5pecific gaals shail be
established in the areas of construction, professional services and
purchases of other goods and services. A goal may be set on individual
projec�s based on the type of work or services to be performed, or goads
to be acquired and the availability of minority and wamen businesses in
the Ci#y's Marketplace.
�F�CTlO1U 3.
Attachment I to City of Fort Worth Ordinance No. 1 i 923 is hereby amended io
read as follows:
City Council approved 7une 2, 1998
I. ���Ii�ITIOi�S
�r�������Yi
1. "�,pplicable �ontrac�" means any contract of $25,�D0 or more for construction
projects and professional services and $�5,n00 or more for purc�ase
agreements, as weil as any other �ontracts that the City Council or City Manager
deem appropriate.
2. "Certified" means t�ose firms, within the Marketpface, tY�at have been det�rmined
to be a banafide minority or women business e�terprise by either the North
Central Texas Regional Cer�ification Ager�cy {NCTRCA), or the Texas
Department of Transporfation (TxDOT), highway division. En the e�ent of denial
af certification by either of tnese entities, the City reserves the right to grant its
own certification for use in City contracts.
3. "City" means the City of Fart Worth, Texas.
4. "City business day" means Monday thraug� Friday, inclusi�e, excluding legal
holidays. Legal holidays shall be observed as prescribed by the City Council for
observance as follaws:
New Year's Uay January 1
f11�. L. King, .lr. Birthday Third Monday in January
Memorial Day Last Manday in May
Independence Day July 4
Labor Day First Monday in September
Thanksgi�ing Day FoUr�h Thursday in November
Thanksgiving Friday Fourth Friday in Nov�mber
Christmas Day December 25
When one af tY�e abo�e named holidays falfs on a Saturday, the holiday shall be
abserved on the preceding Friday. When one of the above named holidays falls
on a Sunday, the holiday shall be observed on the fo�lowing Monday.
5. "�onstruction" means the erection, rehabilitatior�, aiteratian, conversion, extension,
demalitian, imp�o�emen#, remodeling or repair to any real property, including
str��ts, storm drains and facilities providing utifity serviee owned by �he City.
6. "Contract" means a binding agreement wner�by the City either grants a}�rivilege or
is committed to expend or dpas expend i#s funds or other resources for or' i�
connec#ion with a) construction of any pu�lic improvement, and b) purchase of
any services (including professional services}. The term includes "purchase
order".
i. "�ontract Bfficer" means the person empfoyed by the City to o�ersee the
per#ormance of tne contract.
8. "Contracting �epartmer�t" rrieans the de�artment responsibfe for payrr�ent of
contract obligations.
City Council approved ]une 2, 1998
9. "Contractor" means the Offeror with whom the City has entered into an agreement.
Includes the terms "Vendo�" and "Prime Gontractor".
10. "Coordinator" means the administrator of the MBE/WBE Office.
11."��al" means the percentage of minority business enterprise andlor women
busi�ess enterprise participation on an applicable projeet as determined by the
City, based on the availability of such businesses �n the marketplace and the
subcantractinglsupplier opportunities of the project.
12. "�ood ���th �ffort" means ha�ing absence of malice or any intentions #o decei�e,
gaod intentions and sincerity to meet the goal of this ordinance. Documentation
submitted by the Offeror to explain why its good and honest efforts did not meet
ar exceed the stated Goal. Compliance with each of t�e following steps shall
satisfy the Good Faith Effort requirement absent proof o# fraud,
misrepresentation, or intentional discrimination by the Ofiferor:
12.1. List each and ev�ry subcontracting andlor supplier opporiunity for the
comple#ion of this project.
i 2.2, Obtain a current (not more than three (3) mon#F�s old from the bid open
date) list of MBE/WBE subcontractors ancilor suppliers from the City's
MBEMIBE Office.
12,3. Solicit bids from MBEIWBEs, within the subcontracting andlor supplier
areas pre�iously listed, at least ten cafendar days prior to bid opening by
mail, exclusive of the day the bids are opened.
12.4. SoEicit bids from MBE/WBEs, w�thin the s�bcontracting and/or suppfer
areas pre�iously listed, at least ten calendar days prior to bid opening by
tefephone, exclusi�e of the day the bids are opened.
fVote: A fiacsimile may be used to comply with eith�r i2,3 or 1�.�, but may nat be
used �or b�th.
iVote: If the list of IVI��Jl�l��s for a particular subcontractinglsupplier opportunity
is ten o� fess, the �ffieror must contact the entire list within su�h �rea of
opportunity to be in compliance with 92.� and 12.4. If th� lis# of IU�����s
far a particular subcontractinglsuppfie� opportunity is more th�n ten, the
�fferor mus� contact �t least two�thirds of the lis� within suci� ar�ea of
opportun�ty, but n�t less than ter�, to be in complian�� with i 2.3 anel 12.�.
� 2.5. ProWide pfans and s�eci#ications o� information regarding the location of
plans and specifica�ion to MBEIVIIB�s.
12.6. Submit affidavit andlor documentation if MBEIWBE bids were rejected on
the �asis of quvta#ion not being commercially reasonable, qualifications,
etc. Documents may be requested to be produced for an in camera
inspecfiion.
City Council approved 7une 2, 1998
13. "Joint Venture" means an associatior� of two or more persons or businesses to
carry out a single business enterprise for profit far which purpose they eombine
their properly, capital, skills, knowledge and management in ar� agreed ta
proportionate share.
14. "IUPanaging Department° means the department res�onsiE�le for o�erse�ing the
day to day completion of tF�e cnntract.
15. "i�anufacturer" means one that manufactures a product by nand or machinery
suitable for uses; the process of making wares.
16. "fVlarketplace" means the geographic market area as defined Fn the Availability
and Dispariiy Stuc�y re}�resented. by the counties af Tarrant, Par�er, Johnson,
Coflin, Dallas, Denton, Eilis, Kaufman and Rockwail.
1 i. "A!➢inority" means a citizen of the United States or lawfully admitted permanent
resident that is Asian American, American Indian, Black or Hispanic.
� 8. "11�inority �usiness �roterprise" is defined as a qualified business concern
located in the Marketplace or pro�iding proof af doirtg business in the
Marketplace at the time of bid opening or the opening of responses io requests
for proposals, meeting th� following criteria:
a. which is at least 51 percent owned by one or more minprity p�rsons, ar, in
the case of any publicEy owned business, at least 51 percent of the stock is
owned by one ar mare minority pe�sons; and
b. whose management and daily busEness operations are controlled by one or
more minarity persons who own it.
19. "Bfferor" means any persan, firm, corporation, or partnership that submits a bid
or proposal to provide labar, goods or services to the City where f�nds are
expended. The term includes the term bidder and proposer.
2Q. °�rocurement" means the buying, renting, leasing or otherwise abtaining or
acquiring any supplies, materia�s, equipment or services.
21. "Prafessianal ��rrrices" means services whicF� require predominantly mental or
intellectual labor and skilfs, includes, b�t is no# necessarily limifed to, architects,
engineers, surveyors, doctors, attorneys, and accountants.
22. "Proj�ct hl➢�na�er" see Contract Officer.
23. "�urchasing" means the b�aying, renting, feasing or at�erwise obtaining or
acquiring any supplies, materials, e�uipment or services excluding construction
and professional services pre�iously defined.
24. "�ualified" means an indi�idual or busir�ess entity ha�ing pre�iously perfarmed
or recei�ed training in the work, in�ustry or profession reqcaired.
25. "Regular Deaf�r" is defined as a firm that owns, operates, or maintains a store,
a warehouse, ar other estabEishment in which the materials or supplies required
4 City Council appro�vad 7une 2, 1998
for the contract are bought, kept in stock, and are regularly sold retail or
wholesa�e.
26. "Subcantract" means an agreemeni between �he cantractor and another
business entity far the performance of work.
27. "SubcontractlSupplier �pportunity" means an area w�ere there is more than
one MBE ar WBE subcontractor/suppli�r in t�e mar�Cet place.
28. "Yier" means the level of subcon�racting below the prime con�ractorlconsultant,
i.e., a direct payment from the prime cont�ac#or to a subcontractor is considered
1 S� tier, a payment �y a subcontractor to its supplier is considered 2"d tier.
29. "llUomen �usiness �nterprise" is defined as a qualified business concern
located 'm t�e Marketplace o� pro�ide proof of cEoing business in the Marketplace
at ihe time o� bid opening or tne opening of responses to requests for praposafs,
meeiing the following criteria:
a. which is at least 51 percent owned by one or more women, or, in the case of
any publicly owned business, at least 51 percent of the stock is owned by one or
more women; and
b. whose management and daify business operations are controlled by one or
more wamen who own it.
11. P��CR�AII �OI�L
A, A Citywide goal for the Utiiization of minority business enterprises (MBE) and women
i�usiness ertterpr�ses (WBE) shall be re�iewed and appra�ed annually �y the City
Council.
1. The City Manager shall, on or before October 31 of each year, beginr�ing �ctober
31, 1996, conduct an analysis of the a�ailabiiity af MBEs and WBEs and present
to the Ciiy Council an annual repork an MBEIVIIBE availability and utilization.
2. Based or� the a�aifability of MBEIWBEs in the Marketplace and the City's mvst
recent goal attainment and with the advice and counsel of the MWBEAC, the City
Manag�r shall recommend to the City Counci� a reasonabie goal for the
remainder of the current fiscal year.
3. Tne goal sha11 be expressed ir� terms of a percentage of the #otal dollar value of
a11 app�icable contracts awarded by the City. Goais shall be established
separately for categories of consiruction, professional services, and purchasing
as wejl as any other categories that the City Cvuncil or Ciiy Manager deems
appropriate,
B. Individual project goal shall be se# by the MBEIWBE Office in collaboration with the
Contract Officer and Risk Ma�agement (where apprapriate) prior to solicitatioR. The
projec� goal shall be reasona�le and shall be based upon:
City Counczl approved 7�ne 2, I99S
1. Specific subcontracting and/or materials o�portunities required to complete the
project, and
2. The a�ailabi�ity o# MBE/WBE in the identified subco�tracting and/or materials
opportun�ties in the Marketplace.
til. COUf�TIf�G A!ll��Mf�E PARTI�I��i1�N
A. MBE/WBE participation shall be counted toward meeting Goal in accordance with
the follawing pro�isior�s�
1, For the purpose of determining compliance with the goal requirements
established in this ordinance, businesses wi[I be counted as MBE or V1lBE only
when they have been certified as such prior to a recommendation for award
being made to the City Cour�cil.
a} Any business listed by an Offeror that is not certified at th� time of
bidlresponse opening must file an a�plication for certifcation witY�in a
reasonable time for the City to consider the dollar amount towards meeting
the goal,
b) If a business described in the immediate subparagraph fails to s�bmit an
applicatian for cer#ification within a reasonable time, or if the business is
denied certificatian, the Offeror shall be afforded fi�e (5) City business days to
securs additianal certifiedlcertifiable MBE/WBE participation, starting the next
City b�asiness day following the day the written notification was recei�ed from
the Managing Department.
c) Evidence of the additipnal certifiedlcertifiable MBE/UVBE par�icipatian shal!
f�e delivered to and received by tF�e Managirtg Department within fi�e (5} City
business days after t�e notification was received by the Offeror, exclusi�e of
t�e date that the notification was recei�ed.
2. Except as provided for in paragraph 3 below, if the Offeror is ruled non-
responsi�e to the requirements of this ordinance, the Managing Department will
provide writt�n natificatian to the �fferor statir�g the specific basis for the ruling.
The Offerar may submit documentation that it will either meet or exceed the
stated goal, and may be cansidered for an award of contract.
3. if the Offeror is ruled non-responsive solely for its failure ta identify a
subcantract/supplier oppor#uni�y and that opportunity is less than three (3%)
percent of the total bid, the Offeror may submi# documentation that an MBE/WBE
wil� be utilized for #hat subcontract/supplier opportunity, and may be considered
for an award af contrac#.
4. Documentation required under eiiher paragraph A or B abov� must �e recei�ed
by the Mar�aging Department within five (5) City �usiness days, excfusi�e of the
date that the Offeror was ruled non-responsi�e. If the documentation is r�ot
recei�ed within the stated time, the Offeror shal� be deemed to have withdrawn
its bid. The City will not cammunicate with another Offeror regarding award of the
b City CounciI agpro�ed �une 2, 1998
contract until five (5) City �usiness days after the original offer has been ruled
non-responsive.
5. Th� Offeror may count toward the gaal any tier of MBE vr WBE su�contractors
andlor suppli�rs. !t is the sole responsibility of the Offeror to report and document
a11 subcontracting andlor supplier participation dollars eounted towards the goal,
irrespecti�e of tie� lerrel. Faifure to submit documentation as required in this
subparagraph, shall entitle the City to withhold payments until compiiance is
attained.
6. The Offeror will be gi�en credit toward the goal only when the MBE or WB�
subcontractar performs a commercially useful function. An MBE or WBE
subcantractor is consEdered to ha�e performed a commercially useful function
when:
a) It is responsible for the executian af a distinct element af the wor� by actually
performing, managing and supervising the work involved in accordance with
normal business practice; and
b) When the firm recei�es due compensaiion as agreed upon for the worlc
performed.
7. The Offeror will be gi�en credit toward the MBE/WBE contract goal only when the
MBE or WBE supplier per�orms a commercially usefiul function. A MBE or WBE
supplier is considered to have performed a commercially useful �unction when
the MBE/WBE supplier is a manufacturer or a regular dealer.
8. Regardless ofi whether an arrangement be#ween the cantractor and the
MBE/WBE represents standard andustry p�actice, if the arrang�ment e�odes th�
owners�ip, control or independence of the MBF_/WBE or does not meet the
commercially useful function requirement, #he Off�ror shall rsceive no credit
towar�l #h� goai.
9. An Offeror may count toward its goal a portion vf the total dollar value of a
contract with a joint ver�ture ec�ual to t�e percentage of MBE or WBE part�cipation
in the joint venture.
a) The Managing Department must recei�e the Joint Venture form �rom th�
Offeror within five (5) City business days after the date of bidlpropasal
vpening, exclusive of the day of the bid/prvposal opening, for certification by
the MBE/WBE O#fice.
b} The MBE or WBE involved in the joint venture must be responsib�e for a
c[early defined port�on of the work to be performed, equal to a share in the
owr�ership, control, �nowledge, management, responsibility, rislcs, and profi#s
of the joint-uenture.
B. Exce�t for joint ventures, the prime contractor and any wor� performed by the prime
cor�tractor is not cansidered for determining compiia�ce with this ordinance.
7 City Council approved June 2, 1998
C. The Offeror may not count toward the goal any agreement with a MBE or VlIBE that
does not meet the requirements of this ordinance.
iV. M��JW�� U�l�1��4ilON ��@U���iV��Nf�
A. 1n addition
proposals
project.
to the requirements set forth elsewhere, bid conditions and requests for
shall include a stafiemertt of the MBENVBE goal estabfished for the
B. 6id conditions, requests for proposals, and all ather s�ecifications for applicable
contracts to be awarded by the City shall require that offers make a good faith effort
(GFE} to subcantract with or purchase supplEes from MBE and/or WBE �irms. 5uch
specifications shall require tF�e Offeror to meet or exceed the statec� goal or submit
documentatior� of GFE for ali applicable contracts to permit a determir�ation of
compliance with the speci�ications.
C. Construction and Professional Services contracts and such other contrac#s wF�ich
may be competed for under seale� prapasal procedures �estimated cost of $25,000
or more) and Purc�asing contracts (estimated cost of $15,0�0 or mar�) shall be
awarded and administered in accordance witn the fallawing standards and
procedures:
1. Competitive bids for applicable contracts shall include the MBE/WBE
specifications in the bid specifications. MBE/VIIBE specifications consist of the
SP��lQ►L ii�STRUCiI�NS T� �IDDERS, M��JV4l�E Ul°ILI�A7101� FORNY,
P�IfViE C�i�Y�ACiO� WAIV�V� ���Ni, the C��D �AiiH ���ORi �O�f�ll,
and, if appropriate, the JOIN�' V�M���� �O��il.
a) Competitive bids that equal or exceed tMe project gaal must sulamit the
�i��1VV�� UTIL1ZpYl�id �O�illY.
b) Gompetiti�e bids that do not ha�e subcontracting and/or sUpplier
oppo�tunities must submit the PRIII�� �4f�] i�A�YO� 1M�iV�R ��RNY.
c) Compeiiti�e bids that have subcontracting and/or supplfer appo�tunities but
do not incliade MBEIWBE pariicipation in an amount which eauals ar exceads
the project goal, must submit the �J1BEJlMB� UilLl�d"�IOi� �O�i� and the
GOO� �AI�H ���ORi �ORlVI and documenta�ian.
d} Competitive bids that ha�e subcontracting and/or supplier opportunities but
do not fnclude any MBE/WBE participation must submit the GOO� �'Ali�1
���O�i ��RiU� and documentation.
e) The Offeror shall submit the ���1WB� IJTILIZAYI�h! FO��, P�IM�
COi�i�ACiO� V��4lV��t ��RNI andlor the G�Od �AI�'Fi ��`��Ri �BRM
("Documentation") as appropr�aie. The managing depariment must receive
the Documentation no later than 5:�0 p.m., fiWe (5} City business �ays after
the �id opening date, ex�lusive of the bid openir�g date, The Offeror sfi�ail
obta€n a receipt from the appropriate employee of the manag9ng departmen�
to whom defivery was made, Such receipt shali be eWider►ce that th� C[ty
recei�ed the Documentation.
City Caunczl appzo�ad June 2, .1995
f) The submission of #he applicable completed form(s) within the alfotted time
wi�l be considered when determining the respansiveness of the bid. FaiEure to
comply with the bi� specifications, inclusi�e of the MBE/WBE specifications,
shall render the Ofiferor non-responsive.
2. Other than responses to Requests for Proposals for those prafessional services
defined in Chapter 2254 of the Texas Government Code, respanses to Reques#
for Proposafs shall incluc�e a section which identifies tl�e particular MBE andlor
WBE to be utilized in pErforming #he contrac#.
a} Specify as ta MBE or WBE, the estimated percentage af #h� MBE or WB�
participation, the ty�pe of wark to be performed by the MBE or WBE, and s�ch
other information as may reasonab{y be required to determine the
responsiveness to the Request for Proposal,
b) Respanses thai do not meet ar exceed the utilization goal, as required by the
Request for Proposaf, musi s�abmit a GFE explanation. Failure to include
such GFE explanaiion shall rer�der t�e response non-responsi�e.
3. Initial responses to requests for proposals for those professional services d�fined
in Chap#er 2254 of the Texas Go�err�ment Code sha11 not inciude a response to
the requirements of this ordinar�ce. The City shall comply with the requirements
of said Chapter and rank the professiona! on the basis of d�monstrated
competence and qualifications. During negotiating #he contract with the highest
rani�ed professional, the professional shall respond to this ordinance in the
manner specified in paragraph 2(a) above.
4. The GFE documentation sha�! demonstrate the Offeror's commitment and honest
efforts to utilize MBE or WBE. The burden of preparing and submitting the GFE
information is on the �fferor and wi�l be evaluated as par`t of the r�sponsi�eness
ta the bidlproposal. An Offerar who intentionally andlor Ecnowingly misrepresents
facts on t�e documentation submitted will constitute a basis for classification as
non-responsive and possible debarmenf.
5. The contracting department may request tne MBENVBE Dffice to wai�e the goal
ret{uirements of this subsection, or to reduce the amount of the goal, in
accordance with the provisions of the Exceptions and Wai�ers sectiort.
D. The City Manager, with the advice and counsel of the MWBEAC in accord with City
of Fort Worth Resolution No. 1�48, shall adopt regulations go�erning the purchase
of goods and services u!nder $15,000.
V. ��S'i��►1NA�D C�flIY��I11�fV��
A. In addition to such other req�irements as may be set forth elsewhere, the foliowing
shall apply ta applicable contracts awarded by the City:
1. Contracts shall incorparate this ordinance by reference, and shall provide that t�e
contractvr's viofation of this ardinance shal� constitute a b�each of such contract
and �esult in debarment in accord wi�h the proced�res outlined in th�s ardinance.
9 City Council approved June 2, 1998
2. From and after the date of bid opening, any proposed change or dele#ion in
MBFIW BE participation identified in the bid, proposaf or con#ract shall be
reviewed by the MBE/WBE Office to determine whetf�er such change ar deletion
is justified in accord with paragraphs 3 and 4 immediat�ly below. Any unjustified
change or deletion shall be a material breach af contract and may result in
deba�ment in accord with the procedures outlined ir� this ordinance.
3. From and after tf�e date of bid opening, the contractor shali:
a} Make no unjustified changes or deletions in its f4/1BEIV1IBE participation
cammitm�nts submitted with the bids, proposal or during negotiations;
i�) If substantial subcontracting and/or substantia� sup�lier apportunities arise
during the term of any contract when the contractor represented in its bid to
fhe City #hat it alone wou�d perform the subcontractinglsupplie�- opportunity
worl�, the contractor shall natify the City befare subcontracts for work and/or
suppfies are let and shall be required to comply with Article I, subsections
12.� and 12.4 of this Attachm�nt 1, excfusi�e of th� time requirements stated
in su�h subsections;
c) Main#ain records reasonably necessary for monitoring their compliance with
the provisions of this ordinance;
d} Aft�;r tt�e first paym�nt and beginning with the second ap�lication for payment,
submit required II/I/WBE Periocfic Payment Reports, includ�ng praof of
payment documentation, ta the MBE/WBE Office. Fu�ther, upon request of
the M/WBE Of�ice, submit such other documentation as may be reasonably
required to verify proof of payments. Fail�re to submit these reports and
other requested information, if any, as required shall authorize the City to
withhold payment from the contractor until comp[iance with fhis ordinance is
attained.
4. The cantractor shall submit to t�e MBE/WBE 4ffice far approval a MIWBE
��C�U�ST' �O� A����!l�4L O� CHANCE �0�� if, during the term of any
contract, a contractor wfshes to change or delete one or more MBE or WBE
subcontractor(s) or supplier(s}.
a) Within three (3} City business days after receipt �y the MBE/WBE Office,
exclusive of the date of receipt, the Requ�st shall be reviewed. The Request
shall be approved if the change or deletion is justified. The following shal!
constitute justifica#ior� for t�e requested change or defetion:
1) A MBE or WBE's failure to pro�ide workers' compensation insurance
e�idence as required by state law; or
2} A MBE or WBE's fairure to pro�ide e�idence of general liability or other
insurance under the same ar similar terms as contained in the contract
documents with limits af coverage no greater than the Iower of 1} the limits
required of t�e cantracior by the City; or 2} the limits contained in the
contractor's standard subcontract or supply agreemen#s used on other
10 City Council approved June 2, 199$
projects of simi[ar size and scope and within the contractar's normal
business prac#ice with non MBE or WBE subcontractor's or suppliers; or
3} A MBE or VIIBE's failure to execute the contractor's standard subcontract
form, if entering a subcontract is required by the cantractor in its r�ormal
course of business, unless such failure is due to:
i. A change in the amount of the previously agreed to bid or scope of
work; or �
ii. The contract presented provides for paymeni once a month or longer
and the contractor is recei�ing payment from the City twice a month; or
iii. Ar�y limi#ation bei�g placed on the ability of ihe MBE or WBE to report
violations of this Ordinance or any other ordinance or �iolations of any
state ar federal law or ather improprieties ta the City or to provide
notice of any claim to th� contractor's surety cnmpany or ir�surance
company.
4) An MBE or WBE defaults in the perfiormance af the executed su�cantract,
In this e�ent, the contractor shall:
i. Request bids from ail MBE and/or WBE subcontractors previously
submitting bids for the work,
ii. If reasonably practicable, requsst bids from previously non-b�dding
MBEs and W BEs, and
iii. Provide to the MIWBE office documentation of comp�iance with (ij and
(�i) above.
5} Any other reason found ta be acce�table by the MBE/WBE Office in i#s
sole discretion.
N���: The contr�ctorr shali submit such documentation �s may
reasonably be requested by the fV��F��� �ffice t� suppart the
contrac#or's requesi. ihe time between the request by the M����
Office for add�tional documentation and #he delir�ery of su�h
doeumentation shall nvf be includecf within the #im� periad thaf th�
M���� Office is required to respond as stated in subparagraph
(a} abov�.
b) If the MBE/VIIBE Office approves the d�l�#ion o# a MB� or WB� and
replacement by a non-MBE or WBE, such appro�al �hall constitute a pos#
award wai�er to the extent of fhe value of the deleted subcontract.
c} lf the MBE/WBE Of#€ce denies the request for change or deletion, the
contractor may appeal th�e denial ta the Ciiy Manager whose decision wi11 be
final.
11 Ci#y Couneil appra�ed 7une 2, 199&
5. Whenaver contract, amendments, change orders, or extra work ord�rs are made
individualfy or in the aggregate, the contractor sha{I comply with the pro�isions of
this ardinance with respect to the alterna#es, amendments, change orders, or
extra work orders.
a) If the amendment, change orcEer, or extra work affects the subcontract af an
MBE or WBE, such MBE ar WBE shall be gi�en the oppartunity to perform
such ame�dment, change order or extra wark.
b} If the amendment, change order or Extra wor� is not co�ered by any
subcontractor performing like or similar work, and the amount of such
amendment, change arder or �xtra work exceeds ten percent (10%) of the
original contract amount, the contractor shall comply w�th Article 1,
subsections 12.3 and 12.� of this Attachment 1(exclusi�e of the time
requirements stated ther�in) with respect to such amendment, change order,
or extra work.
6. If the contractor in its bid included any second or lower tier subcontractor/supplier
towards meeting the goal, it is the res�onsibilEty of the cantractor to report and
c�ocument aE1 subcantracting and/or supplier participation dollars irrespecti�e of
tier le�el. Failure ta comply witri the City's r�quest to pro�ide the required
documentation shall entitle the City to withhold payments (but only to the extent
oi the subcontractor's payments related fio t�e MBENVBE partici�atian dallars
which are not documented) and/or to reject future bids from the can#ractor until
compliance with this ordinance is attained.
7. Upor� completion of the contract anc! within ten (10) City business days after
receipt of final payment fram the City, exclusive of the date the contractor
receives payment, the contractor shail provide the MBE/WBE Office with the
M/WBE FIiV�L SIJMMA�Y f�A�M�f�l" �EPORi FO�iVi to reflect the final
participation af each subcontractor and/or supplier (including non-MIVIIBEs} used
on the praject, Failure to comply with the Ci#y's request #o �rovide the required
documentaiion shafl entitle the City to reject future bids from the contractar until
compliance witF� this ordinance is attained.
8. In the event a contractor is in nan-compliance with either paragraph 6 or 7 abo�e,
and such non-compliance is sofely �he result of an act or omissior� by an MBE or
WBE, the MBE/WBE Office shall consider sucF� in determining what action, if
any, to take.
VL �X�EPiIO�S �►ND WAIV���
A. If an Offeror is unable to comply with the goal requirements established in �he
Program Goal section of this ordinance, such Off�ror shall submit one of the two
farms listed befow within the aqot�ed time.
�. A Prime Contractor Waiver Form (Attachment 1 B) is su�mi#fed if the Offero� will
perform the eniire contract without subcontractars or suppliers.
2. A Good Faith Effor� Form {Attachment 1 Cj is submitted i# the t�fferor has
subcontracting andlor supplier opportunities Eaut was unable to meet ar exceed
I2 City Cauncil appro�ed June 2, 199�
the proje�t goal. The Offeror will sul�m�t r�quested documentation that
demonstrates a good faith effart to comply with the goal req�irements as
described in the Program Goal section above.
B. A contracting departmer�t may requ�st th� MBEIWBE Office to waive or modify t�e
goal requirements for MBE or WBE by submitting a Departmer�tal WaiWer Form, in
writing, prior to solicitation o# bids or proposals. The MBEIWBE Offiee may grant
such a waiver or red�ction upon determination that:
1. The reasonable and necessary requirements of t1�e contract render
subcontracting or otl�er participation of business otF�er than the 4fferor infeasible;
ar �
2. A public or administrative emergency exists which rec}uires the goods or services
to be provided with unusual immediacy; or
�. 5ufficient MBEIVIIBE pro�iding the services required by the contract are
unavailable �n the market}�lace of the project, despite attempts to Iocate them; or
�. The application of the pro�isions of this ardinance will impose an unwarranted
risic on the City o� unciuly delay acquisition of t�e goods or senrices.
C. Whene�er the MBE/WBE Office denies a request to wai�e a goal, the contracting
department may appeal that denial to the City Manager w�ose decision on the
requesf shall be final.
VII. �RBGR�►� A�fi�il�ISiR�TI�N
A. The City Manager, with the advice and counsel of the MWBEAC in accord with City
of Fort Worth Resolution No. 1�48, 9s a�tharized to establish and implement the
regulations set forth in th�s ardinance. The MBE/VIIBE Office shall be respo�sible for
the overall administrat�on of the Ci�y's MBE/WBE Program, and its dufies and
responsibflities shall include:
�, Recommending rules and reg�lations to �ffectuate this ordinance;
2. Maintaining a current listing of certified MBE and WBE firms for distribution
internally and externally on contracts;
3. Providing infiormation and needed assistance to MBEIWBEs to increase their
ability to compete effecti�ely for the award of City contracts;
4. Investigating afleged violatior�s of t#�is ordinance and making written
recammendations to appropriate City aufhorities for remedial aefiion when
appropriate;
5. Devefoping and distributing all necessary forms, applications, and documents
necessary to comply with this ordinance;
6. Re�iewing, on a regular basis, the pragress of departmen�s toward achieving the
category goals for #he utilization of minority and women business enterprises;
13 City Council approved 7une 2, F998
7. Making �ecommendatiarts ta appropria#e City staff regarding methods to further
the policies and goals of this ordinance;
8. Determining MBEIWBE compliance on contrac#s before they are submitted to tf�e
City Council for award;
9. Maintaining ac'curate contract performance reportir�g system; and
1D.Com�iling a repart reflecting the progress in attaining the City's annual goal,
quarierly and annually.
B. !# shall be the responsi�ility of the contraciing department to ensure tF�at bids or
proposals ema�ating from the department adhere to the procedures and pro�isions
set forth in this ordinance.
1. The departmen# directar or designee shall assume primary responsibility for
achievir�g the goals of this program and shaU review, on a conti�uing basis, all
aspects of the pragram's operations to assure that the pur�os� is �eing attained.
2. The contrac#ir�g department shall take the following action to ensure that MBFs
and WBEs have the maximum oppartunity to participate o� City contracts:
a) A written noti�ication shalf be sent to minority and women trade associations,
contractor's associations, and minority and women chambers of commerce
abou# the a�ailabili#y of formally adveriised contracting opportunities no less
#han 28 days f�efore bids are due;
b) Af! ap�licaE�le contract solicitations shall inc�ude the requirements contained in
this ordinance;
c) A!I con#racting opportunities shafl be e�aluated in an effiort ta di�iele the total
requirements of a contract ta pro�ide reasonable opportunities for MBE/WBE;
d) For construction and profiessionai service contracts, establish procedures to
ensure that aIR contractors' in�oices are paid �vufce a month and t�at
s�bcontractors are paid within fi�e (5) City business days after receipf of
payment. A contractor's failure to make payments within fi�e (5) City
business days shall authorize the City to withhold future payments from the
contraetor until campliance with this ordir�anc� is attained.
e) Establish guidel�nes to ensur� that a notice to proceed is nai issued until
signed letters af int�nt evidencing receipt by the MBEIWBE ar executed
agreements with the MBENVBE ha�e been submitted;
f) Ensure that all required statistics and �ocumenta�ion are submitted to the
MBE/WBE �ffice as re�uested; and
g) If cireumstances pre�ent the contracting department #rvm meeting t�e 28-day
ad�ertising and notification requirements, the contracting department shal!
perform �xtensiWe outreach to MBE/WBE assacia�i�ns or other rele�ant
organizations to inform them of th� contrac#ing oppartuniiy.
1� City Council appro�ed .Tune 2, 149$
Vlll. C��� IFICATI�hI
The City will recognize MBENWBE that are certified by the Texas Department of
Transportation (TxDOT}, h�ghway di�ision or the North Centraf Texas Regional
Certification Agency (NCTRCA). In the e�ent af denial of certification by either of these
entities, the City rese►ves the right to �rant its own certification for use in City contracts,
IX. �BNi�iACY fU�Of�1TOR�R�C�, �ft�� R��BRi��IG
A. The MBEIWBE Office shall monitor eompliance with these requirements during the
term of the contract. If it is d�termined that tnere is cause to belie�e that a
contractor or subcontractor has failed ta comply with any of the requirements of this
ordinance, or tf�e contract pravisions pertaining to MBEIWB� utilization, the
MBEMI'BE Office shali notify the contracting depar#ment and the contractor. The
MBE/WBE Qffiiee shall attempt to resol�e the noncompliance through conciliation. ff
the �oncompliance cannot be resolved, ihe Coardinator and the contracting
department shafl submit written recommendations to the City hl4anager or d�signee,
and if the C�ty Manager concurs with the findir�gs, sanctions shail be imposed as
stated in ardinance.
B. 1Nhenever the MBE/VI1BE �ffice finds, after investigation, that a contracting
d�partment has failed to comply with the pro�isions of this ordinance, a wr�tten
find�ng specify�ing the nature of #he nancompliance shali be transmitted to the
contracting department, and the MBEIWBE Office shall attempt to resolve any
noncompliance through conference and conciliation. Should such attempt fail to
resol�e the noncomp�iance, the Coordinator shall transmit a copy of the findings of
noncompliance, with a statement that conciliation was attempted and failed, to the
City Manager who shall take appropriate action to secure compliance.
C. The MBEIWBE Office may require such reports, information, and documen�ation
from contractors, offers, contracting agencies, and the head of any department,
division, ar office af ti�e City of Fort Worth, as are reasonably necessary to
determine compliance with the requirements, within ten (� 0) clays after the notice of
noncompliance.
D. Contracting departm�nts shall maintain accuraie records for each contract awarded,
including dollar value, #he nature of the goods ar services to be provided, the name
ofi the contractor awarded the contract, the efforts it employed ta soiicit bids from
MBE/WBE, identifying for each its dollar value, the nature of the goods or services
provided, and the name of the s�bcontractor.
�. The City Manager, with the ad�ice and counsel of the MVVBEAC in accord with City
of Fort Worth Resolution No. 1148, shall subm�t an annual report to the City Council
on the progress of the City toward the utilization goals established by this ordinance,
together with an identification of probl�ms and specific recommendations for
improving tF�e City's performance.
15 City Council approved June 2, i998
ic. ���14RM�N�
A. An Offeror wha inter�tianally andlor knowingly misrepresents fiacis shall be
determined to be an irresponsiE�le Offerar and barred from participating in City work
for a period af time of not less than three {3} years.
B. The failure of an Offeror to othen+vise compfy with this ordinance and which
constitutes a material breach of contract as stated herein, may result in the Offeror
being determined to be an irresponsible O�ferar and barred from par�icipating ir� City
work for a period ofi time of not less than one (1) year.
C. The MBEIWBE Offic� will send a writtert statement of facts and a recommendation
for debarment to the City Manager. The City Manager, a�te� consultation wit� the
Department of Law, will make tne decisian regardir�g debarment and send a certified
rto�ice to the Offe ror.
D. An Offeror that recei�es notification of debarment may appeal to an Appea� Board,
hereinafter created, by giving written notice within ten (10) days from the date of
receipt of the de�arment notice, to the City Manager of its request for appeal.
E. An Appeai Board, consisting of not fess than three members appainted by the City
Manager with the apprvval of the City Cauncil, wifl meet witY�in thirty (30} days from
the date ofi receipt of the request for appeal of debarment, unless Offeror requests
an extension af time. The Offeror will be notified of the meeting time and location.
F. The Offeror will be afforded an opportunity to appear with Counsel if they so desire,
submit documentary evidence, and confront any persort tf�at the Ci�ty presents.
G. The Appeal Board will render its decisian not more ihan thirty (�Q) days of the
hear�ng and send a ceriified notice #o the Offeror.
H. If the Ap�eaf Board upholds the original debarment, the �fferor may appeal to the
City Council within ten (1 �) days firom the date of receipt of the Appeal Board's
decision by gi�ing written notice to the City Manager.
Th� appeal wil� be placed on the City Council agenda wi#hin thirty (30) days �ram
r�c�ip# of written natice, unless Offeror requests an extension in writing.
.�. From the date of notification of debarment a�d during the pendency of any appeal,
the City will not consfder offers from, award contracts to, renew or otherwise extend
contracts with, or contract directfy or indirectiy through subcontracts with the Offieror
pending the Appeal Board's decision.
K. Any MBE or WBE subcantractar or supplier wha intentianafly andlor knowingly
misrepresents facts or otherwise violates the provisio�s of this ordinance may be
determined to be irresponsibEe �or a period of time not to exceed one (1) year, and if
d�emed irrespansible, such MBE or WBE s}�all not be included in calcufating an
Offeror's responsiveness.
16 City Council apprnved rune 2, I998
�
�I. S�VE�A�ILIiY
If any provision af this attachment or ordir�ance, ihe application thereof to any person or
circumstance is held in�alid #or any reason in a cou�t of competent jurisdiction, such
invalidity shall �ot affect the other provisions of any other application of this attachment
or ardinance which can be gi�en effect withaut the in�alid provision or applicatiQn, and
to this end, all the provisions of t�is attachment or ordinance are h�reby declared to be
se�erable.
�7 City Coumcil appror+ed June 2, I998
i ���
�
r���r �
- - -'�
� � -
_ - � �
�-
� � ��
. .
�
� �-
i _ _
i �
�
-I-
J
-, �
�--
�. ._..
�
i � r i � i
_ - ��
__, r ,-
� _� _
. •
.
0
�
.
.
� �
� �� .I
J
_ _ � ■
,����
�
� `
�..
0
��F����-f � - c���fr��a� c�r�r���r�ior��
�`l1F31_� f}F �C)?�I'l-�1�'�"S
�1�1V�1��11��:� 1, l°��i7
'E�A�:3�� I�F �.`�T�°�'�T�`TS
�,1�1
�"I-1.1
� 1-l.�
��-1,3
�1-1.�4
C1-1.5
��-�,�}
C]-1,7
�' ] ] . �
C�-1.9
�~t-l.li�
�I-1_ll
C`�-�.��
C'I-C,��
C1-1.14
CI-�.1�
�'1-i.1�i
CI41,17
�I-1,18
{:l-I,l�
i'�-1.2f1
�1-1,�l
��-�.��
C`1-1,�3
C'1-1.?4
C1-1.�5
ct-�.��
CI-I.27
C��-l.?$
C1-1.29
��-1.3�
��-1,31
Cl-j.��
1��F�T� I'�I{�I�i�
Dciit�ition af'i'e�7��s
Coi� tra� l I]n cu m+��1ts
;�{�t�ce Ico i31c���ers
�'ri����a�;a�
I�ir�c�er
�jCTI�]`Et� �'lr[1t�lllU13S
5���ci�ri ConciitGar�s
�}�e�ifi�.}�tic�r�s
B��rtds
C'ontrr�c[
PI�,Ys
['i#y
C`ity �:ouncil
I�� a}+or
C,"i�y �it�itiager
C'ity A���rn�y
�ir�ctor af P���iic War�Ca
Dir��in�, C'ily Vlfa�i:3- I��p�rtrr�eni
�r���ii�er
C��rrtr�c#�r�
�urc:iies
T�ie V�Tc�r�C or �rx����ci
V�orkst�g L)ay
�:aler��l�r Days
L���1 ��r�i�����
Al3l�re�+ii�Ei��ri*�
C�Ya�7�e C3�de�
P�v��� Slr�'c�� t���r� A�lc.}��
[Jr��,�vc� St�•eefs or A��eys
C'it� S�a-���
Rc�i�dway
GE���vel Streel
�.1-� ���
��1-� ��}
C'1-] {��
�'1-] �2�
C.1- � ��}
C:1-] {?�
� 1-] �?)
C'l-1 (2}
C1-1 {�)
C:1-] {��
C1-1 �3}
C1-� {3�
C1-1 (3�
C1-I (3)
ci-i �3)
C:1-1 �3)
C�-I (3j
�1-I (3)
C1-1 �3j
C1-� {3�
�1-� �3)
�l-] {�)
C1-] ��)
G � -1 (�}
�I-] {��
��-1 {�)
� � - i �a�
��-a {s}
�I-1 {�)
��-1 (6)
C�-� ��i�
�I-1 {f�j
� 1- � (�)
C'2-2
C'2-�. �
�"�-2,�
C?-�.3
��-�,�
C'�-�.S
�`2-�.�
��-2.7
I1�'I'���P�tF.T�'f'10�1 R�V� PRL.�ARA`�"f�iV
C7� P��F��AL
Prc���c����] F��-rr�
�r��e��,r�.i��iu� ��t�(�Kia�3��fies
�7C�'11�7117A11�1T1 £lf �'c+�tiCa-act �J�,�curn�itts �r�� ���e of Projec{
���h�z�i�lirt� t��` Pri+pussl
�2c�ecl�icrrt at' Prop�sa�s
�3id ��cur��y
Dclivery of Pr€�posal
C�-� (1)
��-� ( I )
C2-� (?)
��-� ��)
��-� (3�
�°2-� (3}
��-2 (3)
��}
C�-?.k� ��ilf�dr����i�i�, �'���3c3s�ls
�'�-�.� �I�t����l�:i�)��i� ��4�i1]��.�i]OIISO�F'l-npCx��i�fi
C"?-�.1�} F'��l�ii�. Oj�crfij�� o��`rc������1
(�?-?. l I ��,•c�,u��r 1'ropos���s
('�'-?,lZ �7isc��r{Mlifi�:�kiv��c31'BicIcl�:rs
C3-3
[�3-�.1
C3-3.�
�'3-3,3
�3-3.4
{'�-�.�
C`3-�.6
�.':�-3.7
�'3-3.8
�'3- 3.9
C.-3-3.1�
C3-�.11
C3�3.1�
�'3-3_ I �
C3-3,?4
c���, i s
c�-�
��-�, t
C�-�I , �
[� �t-4 .3
�4-4.4
���.�
��.�.�
C4-4,7
c�-s
{'S-�,�
�'S-�.�
��-�,�
�'S-�.�
�J�-�,�
�`�-�,G
{�5-�,7
��-5.�
CS-S,J
C�-S. E{1
CS-5, I �
C'�-5,1 �
�'�-�5.1 �
A1�+���r� �;�� r��c��-rlo�� (��' f]{�CLJ11�1L-1�1TS:
C't�r�si��e���s�i��n �,f �'r�tipns�ls
11�9�i�r�rit�+ i:3a��ii�rs� rn#er��eis�+'1�crr�7ck� L3r�si��ess
i:���e��ri�e i;.�3�z�}�3ia�rc�
F�1�,<<< E��r�,1iF����ryer�l I'��c�vi�ior�s
1�4'ithdra3���� c3f �'rc�pc��al�
l�w�r�i c�f C'c�t7tracC
�c���riit��Pr����c�s;wl Sc�.�ri�ies
.�'3 c�n �s
�xec.���io�� c��'�'�����r�ct
F'�si�urc �o L-xct�i�c C'o�itract
Be��nnin� 1�1�ork
1 nsura3ic�
�'ansrack��r'* {.i�S�i��,EEoj�s
Wecxlc�� F'rt��ol�s
C'c���sracknr's £'�}nir��ct �1cir�yij7i�tra�ic�r�
��:�ti���
sc�c��� �r ��or�tc
�lil�'11l �1{��."�1Flt]"tt�i ❑C1l;U�li�t7�S
5p�csa� �rovisiajls
t��cr���s�+J car D�:crensc� {��a�nli�i�s
111��i��j�ir�G� c�� C'crr�Era�:� Flc}cuitiYcrils
E�ctra Wr�r�t
�������i� � i� i �����::,����,
Prc��3-�ss Sr�irr_I4�lc� �'t�r l�►��Micr a��cl �cw�:3• �'lanl f�ac�litie��
���,���-�oiv �r �u��x ��v� r����r���r�r�s
Auil�c}rii� c��Ct���rt�er
Confnnxrily ���th �'lar�s
�[1{fl'��i1Yfl�lUll {kf �-C1Ii�C'�C� Y�{��L1iT3Ct3�5
�ooperaiic�i� c��'Cc�nla�a���sr
�il7tE�L'i3C�f �lll��(}I' �GEt1�IC�'1#IOII �Cll"iC
F�i�51c1(�f�"i�e
�on�tn�cti���� St:�k�.y�
f'�lutitu���l�+ {�«d L���ties s�f Cit� l�l��rer.�o�
1 E�s��ec� ion
���t�t��r�l ��i'Dcfc:�li��e �«c� lJn�u�h�art�ed ��f�rk
S��I�s�€lui� 11�a#eii�ls ort Fc�uip�r�ent
Sa��r�atc� and T�Fs�s u�Ivlftteria�s
�lor3�� c�f Maleriais
�.�-� (��
�2-2 (��
�'.�-� ��}
�?-� {�)
C�-2 ��)
C3-3 ( � )
c�-3 (��
�"�-3 ( l }
C3-3 (l)
�'�-:� ��)
C3-3 ��)
C:�-:3 �2)
C3-3 {3)
�3-3 {3)
�3-3 (�)
C;�-:� �4)
C3-3 �6�
C'.�-3 (f,�
��-3 (�i}
c�-� ��}
c�-� ( � )
�4-4 { 1 �
C'4-�4 � 1)
��-� {�)
��4-� �2)
�'�-� (3)
��-� ��)
e�s-s ( � �
CS-5 �!�
��-� ( I }
C5�5 (��
�{�-� ���
CS-5 (3)
�5-� (�)
C'�-� {�)
��-� {4)
��-� ��)
c�-s ���
C�5-S {S�
C�-� (�S�
{2,}
C:�-�,�4 1=�i�lii�� �Iri�rlG�rr� �i��d l�liCilics
C'S-S.15 �i1�Cl"3"[J�)ISL?Z7 ��� �C��V1C�
C'�-�_IG ��I��u;Ell�rw}�unsil�ili#y���`C:c�ntr:�ctc�rs
�'S4�.i7 �1�:,�i�-l.l�
�'S�5.1 S i��a1:�� ���sp�hc�inn
�6-G
�C�-C,.1
�6-C�.�
��-G.3
�'b-C�,�
��-fi.�5
C�m��.b
C6-G,7
Cf�-b, $
C'�i-6.+?
C'�-C,. I D
C6.6. � 1
Cb-�i. I 2
C'6-�r.�3
�'G�C�,14
�'6-(s.1 �
�'�i-C, lf�
�'6-6,17
C�i-b.18
C'f�6.1 �
C6�(i.2E}
C~�-6.� 1
�7-�
�7-7,1
�7-7.�
t}�=7,3
�7-i,4
� 7-�.5
C7-7.G
�7-7.7
�'�-7. �
G7-7.3
�7-7.1U
C:7�7, I 1
C.7-7. � 2�
� 7-7,13
�7�7.14
C7-7,15
C747.1��
�_rC`,��l.Tt�l_r1T�(�'VS ��1�� L'l_'BLJt� F�1:S1'{�T��S�k�jLjT`l�
La�k�s �u t�c �]��s�:3���cd
�'e1 ���i t� �rncl I.. i cc r����
��#�i�i��l T}c�+i��x�, i��l.s���`�a�s, �n1� Fr�ccSscs
Sat�i[ary 1'ro��is'tuns
�li��jiC �afc�y �a��c� t"tmv��tii�ne�
�'ri��31����5� fo�� C"�,��trac�or in �trcet�, A�Irys,
at�d f�i�l7t-��=VI��y
i�f��iv+•a� C'rc�ssit��;�
B���•�c:�dcs, 1�4��rr��irtigs �nd F1�gxilen
LJ�e ��!-�'xjxlcrs3v�s, I}r�}� �'�ri�t�l, �tc.
1�Iark �'�ithin r��sex�i�n�s
l��dc�3ciz�lent L�c�r��r�kc�crr
CcFi�t��acR��i�`s Rc�y�ot�si[�ility for f3arr�a�� i"]:oim�
Cyc�lti[1',�lci[�r°S l'ttirit� �iM� D:��Y���cs
�c��us�tnen� t��� ftc!{�c:��inn c�f 1't��3l�c � r�I�1�E�S, E�c.
"I�ein��c�rr��r}� Scv4+e3' ���� D1'rti�� �oL�t��`cti�ns
��•����r��c�7����1 a��c1 �'l�ar�e� k€,r Vl�aier F�Fnts}�e�l b}� LIYe C'it��
LJse s�w�'{a �kx����;�n nr ParCiun nf �hc 1�1�c�rk
�o�r�ractor'� 1�esj�o���i�ility 1��f �}�c 1�'or�C
?�1c� ��sit�•i:�`t,i�L��:�l Ri��rls
�'crsot��l Lr��l,iliky cxf f'L�b�i� (�i�icit�ls
�tate sa1�s 'r�x
PRO�1vC'l1Tl{�� A�1D PR��R��S
Suh1�.t�ir�g
llssi�l3jr�ea�l of Conl�aC�k
Pmsecutir.�n {}#`Thc: V1�c��k
Li�7�itation uf �per��rvns
�M����-�,��cr c,�"1�����kn3e�, ai�d �qtiE�iiiritit
W�}rk �ct�cdu�e
T���c ot' �'�]an�x�c��c��r��ri� anc3 �rr�����c�io�Y
�:,x4��isi�>r� ���Tul�e�o���piciion
D�:�ays
7'i��� of�'c�3��pletio�
St����ctYsi�i� l�}� Cc�ur# �i�de�
'['e1���orary Sus�en�i��n
Ter���i��{ryti��� of C'a�7ti-act dkac to 7�lati��ilai �rner�r�,�y
�4�s�yensiorr �r �41�{�nc���n�ne�l c��li�e L�Furk
�r�d Ann��lment c�f`tlle Cut�lrac�:
Fu1#if��7�cj�i of �a��ti�act
Teranin�M������ i���` �c������ienc� oF�ire ����ner
�5-S {5}
c�-s {�}
C'S-5 {7}
CS-5 {7}
Cv5-� {!3}
�`6-b { 1 }
��i-6 � � }
Gfi-6{l}
��-�,{j}
C�-G {2�
C6-6 {3)
C'6�6 {3)
�6�6 �3}
Cb-6 {4}
�'6,(� �5)
C.`6-6 {fi}
�'�i-6 {G}
�'G-b {�i)
�`C,-6 �8�
��-� (�}
�C�-(� (9)
C6-6 (��
C;6-6 {`��
Cf -6 (9)
C�-C� ( I �1}
f�6�6 (]0}
C7-7 (1)
C7�7 ( I �
��-�(1)
�:747 (�)
c7-� ��)
C7-7 (:i)
��-�r ��)
�7-7 �3)
�7�7 (4)
��-7 (4)
C7-7 �5�
c�-7 (s�
[:7-7 (G)
C7r7 (f��
C7-7 (t3�
�7-7 {�)
{3}
C.7-7.17 St�tc•t�'�9et�ads and �racEic:�;� C7-7 (� �)
C.8 -�
f���L�SIJF�LA��.�1T AC�l� Pl�`�'A'IFNT
c"�-8�1)
C$-� {1}
���� �t�
�"8-$ {1}
C�-� (2}
C'8-S �3j
C8-t� (��
�.$r8 (3)
�-�-$ ���
C84$ {4)
�:8-�; ���
C 8-� {4}
C'�-� {�4}
C'R -8. I
C:8-$.2
f1�Ec�<��►G�-e»��;3�1 C)f C?tiai�liki�s
L1t33� �a1'll:CS
��-�.� L4i117�7 SLj�Zl
C:F-�_� �c�,�+e<x�P�}�tn���tt
C�-f�.5 �'�iTllt�� �till]]18�C5.'lllc� ���lainr��#:
['�-�_6 �'i�l7i��ld�ng 1'��}rl,����t
��-�'.� �3f1�i� r�L`���3�$j]C�
�' �i •#3.8 I' 31] �l I 1} �l }��n en t
C�-8.� 11d�fy�r�cy c�f T)�}�ign
C:8-8. i 0 Gc nera� �t��art��ity
C:R-�_ I 1 ������k�li;�ry W<}rlc
�.�-�.!? I�9isc��l�;�k�ea��s �'��c�az�c�G o�-?1���c��iat
�"A-i�. � � ���i7!"{i �{k[;LIIli�3l�S
���
PI�R7- [.` - G1:�l�:RAi. E:�:Vl�j-l-li��S
C1• 1 L��:�'1N1T1��15
� �_( "'I-I� )�! C' 1 • 1 T�FFi�iT1C7i�5
�"1- I.1 1]T•.1=1;�1TTT(7'�TS C7T' 'I']�.R?195: V�l�enc��er i�r ih��� C���rtract Dac�an�cnts th�
tO1�0���111� l�fC7�S [xf j�T�C�rlO[]ri5 ]F1 �1:�cc «I' �l,rin are Kascci. lh� ���t�rrl and �t�car�in� �I��yll I�e
�ik�Elei•sic}{�c� �i�cl i�,[�r�rcl�d:�� f{�11cr�v�:
[� I-] ,? {'(�NTRf�CT_1](�C'��?V`T�: T��c �{C3CI11'iJCi DC]CUCi1Ci7�S 81'C i11 �jI Of IE3� WF]itLll
isnd 4�rav��n �car��3t�errt�, s��c�h :�s �C�ccif�ct��ioi��, ��c�n��, ��d�lctti�i��, pl�iis, ctc., �+�I���t� �overn
�lzc ��lr�7s is���i �,ei�oR�rn:kr��e af t1�� coi�srac�, Thc�e a��c co���ai��ed on lE�e Gencral ��ntra�t
D��u�r�e3��s ��r�ci �he s��c��r] C.'onli�ac� �c�cu�r�ents.
a, f,L•I�11:R�A1... C01��I'l�}�(.:'l� �C}C�C'l,'M�I�`TS: T�re �,��eral Ca�rirac€
1?ocum�nis �ovcrn �il W��er Dc�a��tn7cnl Pres�ects .�nd include �he
Foilcrv�•ir�g 1#���ns
�A�T A - I�C}Ti�L'I'(� 131T]��R�
P�ItT B - L'R{��'(�Sl�j.
Pl�R-�' C - �a�:1�'TR�1L COI�1D�17DI+1S
i��i�T ]� - s��cLA�, �:�i�i��'rio�v�
PAI�T � - SY�;�'1#�'ICA'i'��IVS
r�L � n� r r s r�n s�� �v' �'s
1't�l�'�' F - �3��1���
P�1R`F � - C_�I�TR�iCT
{�sir:-G�1e�
{Sa�sn�l��
��1TY )
(I�cvc�oper}
��ii1�]]7���
(���rr�lc}
Wl�ite
V4't�ifc
C'a3tiary ��Ilow
�rc�wr�
Grccn
E1-1�ltite
�,2-Golden Rod
�;2A-�W}�a#e
B1��
Wllii�
�N �i t�
b. �Y��IAL C.C}I�1"��i�.�C"C D[�C�1N1�C�"I'�: The �pecia� C�ntrs�ci
Dc��ui�n�nls �ire Pf��:����] For raclti s�ccifi�: �a�•c�jcc# as a su�p��n�e�E �� �he
�e��ei-a1 �o��r��ct �oc�}rnents aa�d inc�tt�� #!�e f'al�owin� itern�:
PAT�T �- N[�"]�'I�'E TC1 BIDDEi�S (,Adv�.rti�emertit) s�m� �s ��3ove
P�iR"1' B - F'TZC]PC}�AL {E��d)
��R`l' C - ����R:�L [:(]t��f�1'�iC}I��
P�RT l� - �F'�[:i�ll. �[�NUITIOI�lS
�'A�2T E - 5�'L;C.'�]�IC'r�`�l[�I�1�
F'ER MTI'SlI,A S E�IGN T�
�'�1R'1" F - �3�l:V�S
P11R�' CC - �O�TI�A�:�'
YA1�'�' i� - �LAI�TS (�.i�,���tiiiy �oi�i�d se��ira��ely}
�1�1 �l�
C"i- I_3 1�C}"I"1C"T: 7'C] �3TI���'R�: 111I af l�te Icb�il �ubl�c.k[fC�fiS �It�kC�- el�LLli.k���' �}iJ�7ICSIiL'�
ir1 [��jl)Isc c��vcrii���1g �nE•�il��t]s or �llt'I]i�kled �IircCl i(� 4nl��re�l��l �tafti�.s �+ei�lai��ii1� io t}1e
�a�ck�-k co����er��la��•il ur�cic� llie' ��3ltfl'i1C.1 L�[�C'U]Z7�r��ti �[ari5lii�it5 !�� n��tiC�: l� bid[iCCS.
C:l- ]_�# F'��7P��.�1L: Z"1tic co���ple��d ���TG1�er� :IilLI si�;n�d 4xf1c�• ur [c�7dcr ��� � bi€Ic��r lo
��•t�Foi��n �hc k��o��C ���}uc�1 �f3t. C1u�n�r �I��irc� ��� f�ave �E4��ti�c. �o�c•�itcf• witli �I�c bid sec�ir��y�,
co«s«���cs �l�c Propos�l, ��'I71C�1 i�ecv�ncs h�n�l�ng up�on �l�� B�ci�c�• �vhcn it is aft'icitxily
i�ccei�+ed �?y �l�c C_�v��rr�r�. l�u� h�:en pt�hlic�y c>�en�.c1 ��7i1 �-c�r� ��i�d no� rcje�:icd by ��re �wr��r.
�'1-�.5 li�171���: ,4a�y ��c�n, persot�s, �'ir�rr, �i:ll�ll�l-5Y41�. cnm�s4�ny, �����s�i:��ior�,
�o�or�tit�r�, :�cl�€�� �I�r�c�ly o� Ih�'o4�gl� a cl4�ly .<<nh�������i �r���e�c�1t:�EGv�:, �u��n�itl3t�g a
pro�r�s:�l f��r prrf��frni��g �Ir� wr�ek rnn��m��.<<c�3 u3zcler t1�e C`an��-a�:i I?oc�arnents,
corrstit�Mtes a bidder.
£'1-t.fi ��?�`�T�?1L C`Ol�'DiTI{�1�`�: "�'fi�� �cncruC Cc7ndil���� �re: �I�� usu:�i �c�r�struc#ia�
�11�1 corrlrart i�ec��aErci�rex�Rs �+atiirh �;c}vcrn �I�e p�rf�r���.mce e�l` �I�� woi�ic �o [���t �[ �vil] tre
c:rnied on in accnr�la�c� ���i��, �hc �:��s�orr�.�ry �xrncccls�re. sh� f�c�sl si:�t��te�, ut�d
��cc�uit��m�nis c�F ��ti� �i[� uf Porl 1'�orth's chctrier c���� p���rr�ul�:�tcct ordi3la�c;e�s.
Wk�encr�cr there rn:��+ ts� a ���nfl�c� b�.[�4+cc�i t1�e �erc�;�l �:onrl�lio€�s pnd �he S}�ecja3
�ia���li�ic�r��, lhe; I�I�Cr �hali [:�kc �ret4c�ence..
�'l-�.7 SPE�'1�11� �'O,"�1��Tl�l��: Spc:ria� cr�ncii�ic}i�s ar� al�e �p�cific I'tc�ljGi-€�1en13
v��t�i�h �tr� �,cce��:,ry fc�� �1��c �r�r�icular p��,�cct covcreti hy �h� Contr�cl Dc�cu��scr��s .�nd not
sp�:c•�I`�c:rll� cc�vc�rc� in ��tc �c�c��t�� C��ncl�ti�3T�s. �Nl�citi c:or,si�lc�•cil wj�h [}tc �ci�eral
�oR�ciiriox�s and athcr clri7�c��ts �f Ch� C't�ntr�i�.t Docu�t�e.n�s #hcy ��1'ov��e Ef�e i��form�licrn
��itirch �I�� C't�i�lr��c��,�' ;llll� O�w�ll..`i` ��'�{}ll�l� tlai4+� lfi II��C�CI- �Cl ga�n a Chs�i'��u�h kna�vlccl�� of
thc �x�o�cct.
C�-I_S S�'F�'lFIC'ATI(�?�i�: T��c SE�c�ciiic:r�io�� is �t7t�t s��'lic}� {�r �art nf ihe Cc}�rtra�t
Doctir�Y�crsis �. E��clx sc� fu��E� ir� cl��ail ���e rcc��,i�rr�zc��ts u��•uch r�,�st be ��tic� 1�}� i711 rrta�e�ia�s,
c�nslructk�rr�, wcxrEc�7itm�ltii�s, ecjui��le�Yt :�t�c� ser��ic�s ar� c���de� fo r�ns�er a cc�nti��el��1 an
uscf�l prc�jec�. Wl�cnc��cr rcferc��7ce is m.��e ��� st�n�l�r� �Rec�f3catic��s, rr�ulat�ons,
3'ecl�aircrtlertts, s�:MEutes. ctc., se�ch r�fern�I �c> �ioc�ik��rn�s shall heco�Yc a�r����t nF the
C11�]li"�10E Ti�pClkfll�llX5,}USk :�5 fi�iil}�}1 i�1C�f WC11� ��7'i�1S3�1e� C�1���jR,
�' I C.°l f�C}1�1�D�: �l7e box�� �r honds are �E�c v��rit�cr� gi�a�•a�itce or sc�ur�ry ftirnishcd L�y
Efae ['�i��r.�t�ic�r �{]I' �l1'0171�1 ar�� E'i�i�i�ful �crfor�nance c�f �l�e rnr�lract ��i�d �nrl��ie �lie
1'ollc3wing:
a. Pc��o3-tr,a��c� ��nd (see }�ara�;r.��ah �3-3.7)
b. Fay�n�ent C3�nc� (�ee �:�ra�rapE� �3-3.i�
c, Mkxin�enaalce �3K�nd (scc �r�ll'�1�1'�'l�Fl C.�-�.�T�
ci. �'rc��c���I ��r ]3ic� Sc���a-i�y {�t�. S�cc3;r1 ins�rt��.i�tk��s t�� B�iid�.�'S, P�rt 1� ai�d
�?-?,b}
�3-� (2}
C'i-i.l�� CQ1�1'I'1�l1C.'T: 7"lic� Ccrn#ract i� u f'or���aE �i��ic�� �xbj��emeatt �icl���e�n �if� awn�r
�1T1�� ��kL: �{}]ZL�'a`IC�{1f C'C1�'CI'M11�j 1�11: 171L���i'riE ��IZ4jCi�SI:131i:I111� l]� k�3C l�4�f] �C3131I'IICl1T1� �?3E'lIB5 ��tiul
il�c ����c��ec� �o be r�rn��le�cd ►�,tcicr �hc �cmt�-act 17ocum�xt3t�.
� I-1 _ 1 f P[_,}�1*�S: T1te ��l��ns �rtrc [I��� �Ir�u iT}gs �r r� p���clw.ic�i�ai� s1,ct+cfrc3m rr��c�c by �Itie
��vncr's reprc��nX:���v� *hc.f,��irtg �3� �I�E�iI �k�� i��c���io�Y. tiin�cn*ii�n at�ti �osit�on c�f the
��:u7c���s cl�mc�#s {�f t1�e prc,jcct, inc�u�lin� such �ro�ilcs, �y�i�ul c��c��s-��c�io��rs, laytxut
ci��grt�r�s, u�n��icirr� Ji�,��4�in�s, preli�-r�i��rtr}� dr:tu�in�;s �«cl ���ch supplcm�r�E�l drawin�s �s
�he �D�+rt��r may issuc to cl��i�`}� othe�- clrav�•in�� <}r ror ik�� �ur���sc o� s�r�ws��� cl�Km�es �n
C1�� ���ark �ercir��ftcr �a��i�ori�e�l 1�y ii�c ��4•�ert, Thc ��17n� �re us��:�lx� l���tu�d s�par:�ze!}�
f�orn kl�e ��tl��r piMr�s c�f tlic C�r�tr�c� 17�c�un�c��x�, hut t}ti�� are p�r� �f the Contr��l
I]o���mert�s �ust i4s �hc�K��k} �l�ey �+��rc I�okaa�d �E�cr�in.
�`1-1_�� �"I�f�': T1tie i`wly ��f Foi� 1�Vt�r�lt, -i"cx:��, :1113k111�C1�}:1� �U]'�101-�t1[?�1, atiithori�e�i ��r�c�
c��r�e3-cd un�€�.r tlle 'Tcxas 5�:��c �t:�tute�, G�ctin� b�r 4mci ���r�u+��r i�� g�r�crning �i��ci� �r il�
(�ity il�fan���cr, 2�1C�'3 ��f whiclti is r�clt�ir�cd by c�tiai[cr R�r �SerfOT�I13 spe�ifi�: c��z�i��.
R�xspo�ts�bilily ft�r firx�k �'nf��r���r�enk c�i' tl�e ['�,fl1r�c�s iGtiv{rlvi�i� �}�G �iiy sxf rort Wc�rth is
I�� ��h:�rter vc��cd in �F�e �"i�y NZr��:�gc�•. The t�����s C�ty an�i �w��e�• a�e syr�r���}�mok��.
{"1-] . I 3 C 1�'Y {�Q[]Ti['1L; 'Th� i�uly e��ctcd anc� c�t�{��ifii�d �c�verning boil� c�f Ihe �it� of
�o�-t �'Vorih, 'Tex�.
C' �• 1, I## Ni�YUft: ��tic c,ff3ri���ly c�cc�c€1 ?vl�y�r, ar ir� his abs�x���, �tti� 1V���rc�r Pro tem
�f lhc C`i�� t�f �{�rt War�iti, "fcxas.
C'�-�,1� (�'1'Tl� I�7�1�11�C;�R: �i'h� ��it`iciaEly i���irc,����ccl :�ncl auth�7ri-r.e�i City 1�S�a����;�r �f
1t1�. ��il1�' ir� �c��'C �'Vot�4�7, Ttx�s, OY �115 ��U�� :�11i��C�l'i�eci F�:piCse�lk�lllv�.
C'1-1,1 G(_'1"I"Y .�LTT��th'F:Y; 7'he c�fficifllly t��3��c�i�itc4i ('i��r llttorncy n�' Ci�c {�ity c�f �or#
1�l�r�h, 7`exu�, ar �ris dul�r at��hori��d rep�e�er�t:��iv�.
(' I- I, l7 ����;C`T�1� C)�" ���'�L��- W�7�i� S: TI7E.' O{C1Cli�� I}� 3l7�)[?111t�{I [��'�I[;Id� Of f�l� �f[�+
csf �{�rt V+T�rt��� Tcx;�s, rcfcrred to in 11�e �1����cer �� the Ciz�r F.nginecr, or his ►1uly
�llkt�l�1��G�i� 1`C�}i'CS�f1��lt3VE.
C I -1,18 ��1R1=C'TC)R. [A1�'Y �V�'i`�� �f}EF'R�.`I�'VfTLLT�': T�e �ffici:�tly �k��oii�¢e�!
Direc�a� ��� �he Cil�+ Wat�r Dc:���tmcnt c±t' tftc C.ity cr�' For� V'+fnr�h, Te:xas. csr 3�is d�a��+
�4�t�ori�r�c� repre�enl��ti�e, �ssG�t�m�, or agc�rt�.
C' I- I, I� ��l{:;�I'VF..�R: T�e Di�.c:l�r of Pul�lic: Works, �h� Dij�ector ��' �l�c l�on Wor�h
Cli� Wi71�1' C)C�?��'1111C171, c��• �k�cir c�u�}� rt��iatioi�red as�i*t{��r�, a�c�7ts, e�gi��c�.rs, �nspcciors,
�rr s4��c�n�en�ic��s, tic�ir�� +����k�ii� tlic se{�}�e �f �t�� ���riicu�sr dulie� �r�lrus�ed to thcrn.
C'1-1_2C}_C'�)�'I�i�AC'I'��; Tl�e pfr�nn, pers�r�'s, �ar€r�er�hi�r, cc��npa�7}�, F�frn, �ssocialian,
c�� coi}�oi•�xlion, �llltl'1�1� 117��1 �7 fiC1T}lrikc;E 1�'ll� 1I]C {�V4'1ti�i' �'c�r �l7c �:xcc�tir}n o� wc�rk, a��ir�g
��-� ���
di��cc�a�+ c>r �i�r�}L��h a s�l,ly .l�rh�rizer� �-�presc��n#ivc, A suh-cun�ra�:zor is a pe��vrt, #'irnx,
�orpar:�[ion, �����ai�ing labcsr and m{�leriais crr onl}r Ctibor, fur �i�� work a� ���� �i�e c��' tai�x
p�n�e��.
C'�-I_�! 5t'�E�'iES; Thc {:c�rFat}ra�� bnd�es which z�i�e bound �y s�ch C�on�s rrs are
required u�i[h t���� Fo� t17e �'o�3�rt����r. Th� surc:�ie� en�a�ed �re Eo b� fully resp�orrsib�c for
t�1� �I]�11�� �li�[� Sal�S�t�c�o�y i`ul�ilt�tl�.�,1 c�f �h� C;cm�racl and �or an}+ and �11 reqtiircr���nts as
�e� forih i� khe ��nitact Doc�me�iis ancl :�pprover3 change� tE�erein.
�i-I_�� Tf-i]? 1�{�1��{ [�R 1'f��J�;C.`�": Z'�ic comp��t�.c� w«��C can[��rt�]ated wr� a�rd
covercd hy �h� C;��r���•��l I�c�c����en��, ]fICILI€�kll�, ��1� not 1im�t�.� ��� �he F�irnishing of akl
labo�, �n�ktctials, to��s, �:qui��n�.n�, �,n�l �n�:i�lcr�s:��� r�ecessar�+ la �raduc� a cr�mp�c��d �nd
ser�ic'eah�e pra�ecl.
�''1-�,23 WC�Ri{f!�lCa D�l�: A r�.�c�rk�ng �t�y i� cief'iftied as a ca�er�dsf day, not inc�ucling
5utur�ays. S��rrda}+s, arrd ic�t�l liotida}+s, �n wl�ich wea�her or o��r�� corr�Iiliot�s r�o� uiti�er
�Me co�tt3-s�l c�F lhe �c��kr�cl�r }�e3��i[ �17e ��rforix�a��cc aF E�c �rincip:�l unit �f wc}r�C fox a
�rcriod �f' ��ot i�ss t�tar� scven (7) l����r� k�eXween 7:#�� a.m, �rnd l�;�}U p.m., witl� cxce�tian�
as permilted �n p�ragra��l1 �:7-7.0
� I-1��� �C�LL�ND�11� D1���: � c�lcnclr�r clay i� a��y r�ay of [�� wcek or mt�nth, r�a �lays
h��rzg except�d.
C'1-1.�5: LECi�i_ HO€,��I�S; ��egal �nEidays sht��l �e �abscrvcd �� �rrescnhed by Eh�
C�ly C'o�ncil u[ ��r� C`it}+ o� Pur� W���h fc�r ��€�se.�vanc:c �S� �il�+ einpl�}�ees as i'oll�ws:
�.
�.
�.
�.
5.
6.
'7.
�.
9.
1�ew Ye�r'� �lay
M.L. I�ing, Jr. Si��hcl�}+
h�femori�.l D�ty
l��d��en�ler�c:e �ay
L��or Ila�
'f'ha��C�givi�� T�ay
Th�r��s�iving, Ft�d�}�
�:hrislmas I�a}�
��xch «�I��r d�y� in C�eu of F�ols�ays as
th� C'tt�r Counr.fl m�� d����rnin�
Jan�ar�r I
'I'hi�•d lvlond�� ir� .��t��ary�
Last �1rlc�nd�ty �n I1�1ay
July 4
Firs� �lor�da}+ in �e�teml�er
F€su��h Tl���r��iuy i�� f�I�v��n�xeF
Forth l�rid�}� in �lovc�nb�r
D�c�r�ber 25
Wiic� c�r�e c�� lhe above r�amed I�olii�a�s or a sp��ial I�c�l�cfay i� �lecE���d by ti�e �ity
�ouncil, I'�31�5 c�11 � S��4rC[ld]�; the l���i��ay s��al! �e o�scr��c� ��n [fte pr�cec�in� F�r�c�ay� �r i€ t[
�al�s on �unday, it sha�l h� c�h�ervecl c�n iki� FalEv���in� Nlonda}�, l�y �E�osc crn�lo�+ees
w��rki�� aiti WQi�'ill1� ��� O�]EI'8L1C}f}S. Elil�"114k"�t.',�$ wc�rkin� c��end�r day ope�a�ions wili
,corisi�i�r �he calendar �s tl�e ho�rday.
��-�.�C ABBC{�I�iAT��i��: Vl�hc:n�v�r �h� a�bb��viations �cf`f��ed hct'�Ert ��p��r in �he
�nillf'�1C# DOClk171CritS, IIiC iC1i�:l�t 8r1[� �1���i71n� �1�11j I?�; i35 �Ol�{}WS:
� � - � {�}
:�{��1�"��Q -
AS�"T -
1 � V� -
�s�r�s -
AWW11
��SA
��
Asph,
11 �c.
I31 vd,
�1
C'L
GI
Lti�.
lb,
MI3
Max.
I�CIiCfIC'illj �SS�'1:I�I171� O�� �iii��
�������v��.My T���riis�3{��-��cio�i C)�`iicial�
�r��erica� 5oci��y cx� C'ivil
Etti�in�crs
l�� �1c�{trd�mce 1�Vi�h
Arrreri�t�n �o�ic�y c�FTcsting
ri��ter��ls
At���a-icat� 1�V<<l�r 1�or�Cs
}�55 c7� i <<l iol�
P►mcri�a3� Slan�lartls �s���i��t�on
�J�{�T1iUC1C TCY4�1141��
�s�hal�
Avenue
13��lcvard
C:�� L•c�n
Cer���r ��nc
�al�a�7���rE Trc�rr
�.� �ra�' or T,.an�a�
Pa��nd
M�n1�c�le
�T�x i�t�u��
1vl�;D -
C�'S �
Mi n.
M��i�o
��
R
l.D.
U.[�.
�lev.
F
C
I�.
Ft.
� �.
CY
Yd.
�Y
L.F.
.i?,I.
MilIion �'i�l�on�
��.� L�ryy
��bic Pc�ot �c:r
Secant�
Min3�n�m
Fviai�n! ��hic
�������t�n,
h:�c�ik�s
lr���cie Diamel��
i7��sid� Di�l7lei�r
El�valior�
Ft�lit�cn��eil
�enli�;ra�e
�nch
�'ook
�tree[
��i�ic Y��d
l� a�•d
Sqtat�i-c }+{��d
i.�near Poot
l�us:tile 1�-�n
('1-I_�7 (-'f�1�1?V(_;� (?R1��.R: A "Chiryi�ge (�r�l�f" i� r� ��'3'ii��13 �I7jj�1�Cl�C]lt:i� agree��]��Il
hetu���.n t�ic O���te� ��n� sttie �oaltrac�or �n����`i�l� so�n� �sd�kcd c�r c]�.clu���d il�:rn or feal�i•e
wlii��� rr�a� be fo�aal+� rtc�e�sar� ��r�d ���l�icl� v��as nc�t ��crii�wct�1�}� i���-ludecl in �he �r��p� of
�t�e �srr�jcr:t ��� v��t�i�:h bi�1s wcre �ul}ntiit�cc�. Tncrcase ir� unit qua���i�ic:s slaled in EC��
}�r�+irosal �3re n�� �i�e �nh�c:et m��ler �rf a C'h����,�c {}a,ticr u��lc�s tl�� inc���se ��r dccr�:t�e is
�7����-� �k�;�r� �5'�.� o�` l�e :trrsounl ;}E't��c �.�rticuiar �tcm c�r 3tc�r�s i�a the �rrig�n�l pri���osal.
r�ll "C1Y.�n�;e C�3•d�rs" �}3ti11 bc pr���r�d by �h� �ity fresrti inf�rn3a�io� �Ms n��es�ary
furrYi�l�e� Ery ��e �c,r�trac���.
C:�-l.?� PA1�F'� 57-1�4?F.TS 1�'�fr� ALLI.:�'S; �1 p�vc�i �t���}ct or �lilcy sl�t�l� �e ��fi�ied �s
� s�r�:ct or all�.y l�t���Fn� c�ne ot' lM� i'ollo��ir�g type� c�f �+�ca�•r��g �u�•Faces �����lied over tl�c
rta���ral �nirrrpraved ��rfave:
l. A�7� t�}3e ��f ��pl�:�l�ic r.o��crcte v��i�h oj• v��ith{aut se�ar�s�c I�asc mat�rial.
2. ���y t�pe «f 4L��J1�4�1� �urr��c� Rre�,u�rnt, T��rl �TtC1La��i7lg :iri D1I�CI 511�F�CC+ wi�l�
c�� �+�i�h��ut s��sur�t� b�se �nr�tey7al,
3, �rick, �v€�h or ►�+�itho��l se�ar:�cc b���e �'na�erial,
4. ��}aticrc�e. v�'iti� or �vr1�{}t�t scp�rat� hase m{��e.ri:��.
5. Any� c�arshin:�[iorr c�f �l�e :�b�v�.
(�l-I {��
C:1 • 1,29 �il�iPA VFl� STRFFTS �� �1 � .f .F:��; An ��np�v�;� strce�, �lley, �e��cJw�y c�r
c�tl�e� surf�tcc is �r�p �trca �x�:ep< <Y���se cic�'in�d #'or "`]�av�d �sr�ets ar�d f�Jl�ys.,�
C'1-1.30 C~1'�`� S7�2EL-'i': A c:i�y s�reel is �leiined as Iha� ai�� k�elwcctti �I�e r��ht-���-wa�
lin�s as the s#rec� is dedi�atc�.
�'�-1_3l �OAI]1�111�*: Tiic ��a�way is dc�'���ed tis �lYe �rea becu�eefl parailcl lines twn
(�'} �xa�:�C c�f [!�e c��eh �iR�es or fo�ir ('4} fiel ba�ic �f` E}�e �ver;�g� edge o� p�vemcn� where
na curk� ��cis[s,
�I-t.3� �i��VEi_, STI�EFT; A�Fav�:t slr�el is �n 4mimp�avcd str�et to which ha� b��rt
adc��d cme ar rr�or�e a�a��ii�:�[jc�r�s of ��•��cl ur s�rz���ar r��Mte�i�� �ka�er �han �ftie r�a��ra�
iriale��1�I �{�Ufl� Ofl IIl� SIfC�t Slli'#�C� �}E��TC �71]j� �t71�]f'OV�r�1�I1t VVBS F37di��.
��-j ���
�L(.:'l1C}[� C � {�L:NFRrII. [�(_i]�T�I'TI(�1��
{v?-? 11�"�-LFtPr��`l'l�TI[�a� ��
I'1� I �:P�l�t1�'i-l��1 [.?F P3�[_�l'�S�►I.
S�C:Tj[�N C?-� Il�''I-1�:.1�1'R1���'I-I��� �L�L� F'F�r�'.��A'T]{�� C}F 1'f�[=}PC}S�1L
�?-�.� �'1��1'(]Sf�L 1=�}1��1: 'L"ltie �v����cr ���ill i-���roi�l� k�i�3cr�l�ti 1�k'Illti �]-£3�}�}��� fOClll. �vl�ir:�
�vil1 coniain a�i it��n��e�l list of �C�e i�er�s a�' w���ic to �c c�c�n� ��r r�7aten:3�s tq �ie �urni�hcd
a��d ttpon ���1�icE� l�ic� }���i{cs il1-� r�i�L�c��c�. TI�� ��rs��{}�is] fr�rin v.rill �t��e lf�e i3i�idcr's
�c��rs�l unilci•s�����di�tig c�f [13e E�r�s,�ec'l to be ioir�}�Ickcd, �������idc a sp��c� for FMar�ri���n� EC�e
�rno�rst ot- bi� srcuri��, i�T1C� *tiklt' t�1C L�:d�IS ��31' �Cll�`1-�n� �CIlO �! �r)f�7�;�� c01]�i��t. �I1tc- �w]��r
����il ��rr�is�i f�����s fur tlic i3i�1il�:r's "E�4�5C]'ICil[:t; ��r,irrcl,.. .`Fc������r�er}� S��h��dtGle,,, f�r�d
"�i�a�ticia� S�.1��117C11l�•, ;�l1 c�� v��l�ich mu�� bc �xr{>��cr�y cxecut�cl tuYc� I'ijccl �vitlti ��re l�ir�ctar
oflhe C'�t� W:�te�� 1�eE��li'E�]tenl c�ne ����ck itir��xr �01,1tie h+,ur f�sro����in� f�f Li,ds.
The ���i��rci.�C st:��cmen# rcr�tiii�c� �hull ��ave h�cn ����c�iMre+� h� i]]'� ]11[���1�Tii�C.C3l c�er�3Ficd
�}k�L,l�c ��ccc�ul�[:�N3t or {tn i�ticirpe3�d�r�t ��ui�lic :s�c-o�kr��s7lli I7[.pI[.�111� A V'iljl� �?Cl'C71.1� Iti�ll�� �1�
aati :s�3pra��ria�e s�ai� C�cct�si�ig .��cr�cy, �mci slt,a�1 h{���c l�cc�i� ��> preparcd a� ln ���flect tl�e
c���reni financial s�a��s.'1'�is sttilcr�ticn� rr�p�si be curs'cr�l �nd n�� more Ih�r� vn� (!� y��r c�lti,
Ij� tlie case th�t ��ic�din�, d:,tc f���ls v��i�hin ��e �ime :i i��w 4.�at�x�Y��1t �s 13�ar��; �+r�p�a`c�i, �lie
prev3c�4�� ���tcrr3c��i sh�a� b� klp�lal�ci b� �arnpc� v���i�'ic:,tior�. Lii��kid r��s��s it� t�ie amc�urrt �f
tc�� ( I()� perccnt of lh� cs#ir-naled pr���eci cc��� wi] I be rec��ir�.d.
For an cxp�ri�r�cc record lc� �c con��cicr�c� Eo trc ��crc��u�l� fc�r a�iven �ro�e�l, il m�st
���i�eci �he ex�cric�ice c�f �l�e lirm s�c�C�k�g c�u�3rfic�,iion ir� work of bc�lh �he s�n�e �3�}ture
�nd m��;n3tude �s ih�� of �h� prujec� ft}r u�l��ch Y�ids ai�e �0 1�� i�c�iv�d, a�td su�.�ti
��x�cricnce rr�tl�l h�vc beer� cum�icterJ. �tot inore t�tart �i�e (S} yc:u•� pi•ior �c� l��e clate on
u+hicf� �3�ds isre �u �e recea��rd. "1'he Dir�:c�a� c}F �i�e 1�V:�tcr Dcpar�n��nt sh�tll be �ul� ��dg�
as �o lh� sccc��tt�bili�}� c�f cxperier�cc 1'or c���Eifir�f�in�r �� b�d on ��fly Fr�r� 1�V���l� Vl�:ite�
�7epartme�ti� projecl.
�l7e pfo��ec�ivc bic�cl�� s�.l�� SC�1E.'1,11�C �I1� 1:�1L1k1JII7}]lt ��C. Il�$ a�V�l�il�7�� f�r che pr�j�c[ and
si�kt� tl,ut �r; ��il] i�c�7z such acl�ii�ioal�l ���t�i��r�1�n� :�s inay he rc�t�ircd lo cc�rripleie ���
�rnjeci osy whic�i l�e subiniks a i�id.
C'?_"�,� �T*�T�R�'��I:�'�1Tif�1�! (-}F QUA1�]T�TTi1S`: T�7c q�ka�rtities c�#' work and mt�te�ials
�o l,e Fu��nislicd a� rn:x� be li�tec� i�� Ihe [}r'C��c3S�� f�7i'i�1S QC C�EY3�i' �?�1't5 c�F �he C'onlract
�]c�cu�ncr��s w�ll 1,e cc�n�i�lcrecl as ���rr,xima�� onl}r a�id v��ill he u�e�d for tlze }�ur�ta�c of
�[]li1�7�1']I7�". �11�5 �T1 � L�111f[]�71'� �:ss��. P:�}�ment ►��i�l 1�c ix�a�lc ��� ��lc Cc�r�lra�:tor ��� f�n�y tl�e
�c��ai quw<<t�wties of �4�«��k ��c�rfur�cd or ���t���i�ls f��r�i�hcd �n strict acccxrc�orace �uith �h�
�onlr;�cX �crc-�im�n#s �m�i P3i�l]5. �'IC i�ll:lil�l�1�5 (}� 1Y{kl'�C L� �C �]�TF{}f�C� �i11� E1�1CC17c'1aS t0
1�e f�r����ht�d n1�tv b� incrc��scri or deci�.�sed A� 1�carin�ifter prc�vi�l�.cl, w�irh���l in ��n}� �a}+
in�'KI�i1�8tiYl� �I�IC 4]]lll �l]�iC:C� 1}]{� i7T klil� �lil"kCf I"CZ1LI�l'�17j�13�5 Of Sj]C C{7ri!!';iGl T�[�I;LlI71C31�S,
��-���}
C'2•2.3 ��11��fI��1'���}fV [�F C(7fvTR?1C.'�' �C]CiJ?t'fETti`�`� A.1��1� �I'T"E {�F' PI��IJE�'�':
TiGc�d�rs ��re ;��viscci t����i tl��: C()]till�Yll�C Bl]i;Uit7�.11E� �]I� I-ile wit}� tlie �wr��r sh�ll ccr�slit�te
all of �E�e i���'orma��on v���r�c�r t�c Owncr wil� t`u��isl�, 111� ��dd�k€c�nat in�o�rrn�C�c�n an� d�ta
v��hicl� il�e ��+�i�cr will su�,���+ af'[cr pr��r���ul�uirot� 03- t��c forrn�,l cc}nt��:�c� dr�c:�mc�n�s s�all
�+e i�st�er� in �I7e fo��n of wri�tct� �d�ci7dn and sEti�ll hccornc ��rt c�f [he �c}�kract
Dc�c��i�er�l� j4i�# as Chou�,� suc� adder�da w�.�-e �cl�i:�lly �vril��.n i��tc� �IZe� c}rig��a] C'c�r�tr���
Dc�curn��rts,
Bidd�rs ��e re����T�e�i, pri�r lo �'iling �F �r��rc,sa�, t� read �nd �ecome ��miiiar w�th the
�oiitras�l D��cum�nis, �o visi� ihe �i�� c�f k�e �arc���.ct ��r�d ex,�r�rine �areF�ili� all locai
condi�ioirs, t� int'orrn �hcrr�scjves !�y zhe�r crv�n ifl���.ticnr�e�� res��.rch ��d investigr�#ior�s,
�fs��, 1�crrie��, .�nd by s��ch o�E��,r rnc���s �s t�iay I�c tfe�css:�r� l�� �:�iri a cc�m�ile.i� k�i{�v�+ledge
cs�' �he �:{m�3ifi{��s �vhich will h� enc���n#er�d dttr�n�, con�#rE�c�tor� �f t�� pr�je�t.'I'i�ey m4is�
jtadg� f�r tt�c�t�sclv�.s th� ilif!'iculties «f ��� wc�rk a�ci all at�ensiirtg circtlins�a�rces afFec��ng
#iz� c��� ot dc�ing �hc w�rk or �lic lintie ��.q��rr.� For �ts ccampleEivn, ��d c��lain �Il
�nf'o�-r�atic>n ��c���i�er� to r�ake �r� intclli�er�t �i-o�oaal, 1�10 irYfo��iria�ioi� �.iv��� b}� �h� Dwr��r
or any ��c.p��s�.t��alive +��F �t3�: �wn��.r ���h�r �him tl�al c��nt�,G�ecl kfi l�l� C.i7�]lf�Gl Di1C:UF1'lCl1fS
�n� �#'ficially proin�al��rted addc��da t�c��cta, sE�all hc bi�rd�r�� u�c}� th� �wrter_ Bi�def�
sl��11 �el}� exclu��vc�y ancl �c�lely upor� Ih�ie own �sliniates, invcs�i�aLion, rescarch, �csts,
cx�loraii��s, ancJ E�th�r [!a[� v�+l��cl� �r� necessary ft�r fu�l �nd �on�p�ete inf�rmatior� ���on
which she pr�posal is to be bas�d. lE €s rnkatka�ill� a��eed �hat �IYe �uhrnis�i�r� �f a prc��sa�
i� y��i�na-facie �vidence t�r�t �he ����der h:�s ma,de the in�res�i�tion, �x�tnirti��ions �n� �csts
����csn requi�ci_ f'lainYs fc�r ��lcliticsn{�1 cc}mp��c��i;�n €fu� kc� var�aii�n� be�ween cari�itions
�ct���11}� c��c��t��crcd in consu•��ctiar� �ncl as sr�d3c��tcd Sn thc ��n#racl Documcrrt� will r�o#
�e a�ln��ed.
Tlie �ogs of Sail Bo��ngs, if ��Y}�, ��, tY�c pl���s �r� fcsr gc�,��al infc}ematic�� v�iy �nd m,�y
r�c�l he c�rrrecl. C�eiCl�er �he (7wner �3of� rhe �R��iro�er ���i�an�e� th�� th� d�l� �hc�wr� i�
rept�ese�,t�ttive «f c�ncli �i�ns whicl� �c�ual ly' exi�i.
f'2-�_� �1113h�I1`I".�`t.f�'C'x DF f'I���'��AL: '�`hc �3iddcr sltiatl s����tit �i�s Proposal an tlY�
forn� ���rni��eci 13y the Owner. �II bl:�r�k ���acr.xs a�a�rlict�l�le Eo l�re p�•ajec� co���in�d in �h�
Forn� sC�all be cor��ccl!}� �'��led in nt�d �lie C�iddc� sha�� szate t�tc p��ce�. wa-i��en in in�c in b��th
worcis ar�d n��mc�al�, f�r whic:h I�e �fc����e� t� �o work cor3#�m�late�d or i`urnisE� ��e
m�tze�i�tls ��c�uirec�. A�I s�,c� pnc�s shikll �1k'. v�rntlen �eg�hly, in ca�e vF diserepar�cy
between ���i�e writ��iti in v���r�ls {�nd lli� ��i�cc wri�t�n �r� �i�m�rals, lh� price mo�i
�s�v4m�a�evu� to �he �'tly shall govei-rx.
Yt a�rn��s�s�l ts Suf7rt�]![��i �}j� �lli iric3ivi�Ju:�l, �115 41' �I�f f1211�T1� fT14lSl L7� 51�,i��CI �?� E73i17 ��1��'�
or I��s �I�cr) dul}� �u�ho���.ed agej3�, If` $ pr�}aosal is subm�t��.d b� � firm. �ss�ci�tion, nr
p�trtn��shi p, kitie rtai�e a��d rtc�dre�s c�� e�Mch mex�l�er oF lhc Firtt�, �s�oci3ti�n, or p:��i��rst�ig,
ar Uy perso�t rJu1y ���hnri•r,ed. �f a pF�p+�s�l �s submitEe� �J+ a c�m�any or coiporaii��i. #Jic
cotnpany oT cur��r��ican riarn� �ri� ht�siriess acfdr��� Tn��# be given, and lf�e prapc��a�
signe� �y a�� offici�l or du�}� attth�f�iz�.d 3ger�t. ihc c�rpo�at� s�¢I m��ti be aF�xed_ Pc�wer
�2-2{'?}
c�f Atto��7e� �,u�lu�nzittg �gen1� i�� �xi��r5 4�� �ig� pr��[1i�s�� ��«�t l�e p�x�}�erly cerlifi�.cl an�
ir�ust be irt wr�lir�g :���� s��h�nitt�� w��li t�e �ropasal,
C�-�.� f�FJi:C'TZOIV �T` F'RC}PO�ALS' Propo�a�s r���y be re�ecEc� if they �hov,r ��y
attrrarion c�f wt�rds or �'i�t�rtxs, t���cl��i��r�s r��t ��til��d fo�, cc�r�r�itional v� uncal��d for
alt�r�n:�Ee I�iils, e��s�i�s, c��' irreguiar�l3e� of ar�}r �C.ir�d, Q� C0lllalil lirib��f]C�L� V;,l�l« O� �T!}�
itcros. P��}�{>s�l tcrtd�secl c�r dc�ive3-ed ���`ier ihe c�fl3cial I�m� desig��nted f�r ��cci�t o#'
�xrc�pc��:Ml ��all hc i�c#ut-�-�e�i to �1�e 13��1cl�r ��nopcnec�. -
C~2-�_6 �iID �i,CLTR[TY: I�`o pr�pnsa� �vr1! hc� cot�si�ered uniess i� i� ac:�trmpani�d by a
.`�,r�}���s�1 5ecui-ily„ c�f t3tie �h��r�►�t�:x �t�d t��e. an1ouitiC indi�al�d in tlle "i�ntsce t� �3id�ler�..
a�tcl ilie "�fC}�7S}S:]i.�F T�7� �I� Sf,`[;l]Tlt� 15 Fe€�t]iTC� i3� �}1l: O4�'f�Ci kS ��'Ii.�c:riC� �� �i)UI.I ��lil�3
an tt�� ��lr! c�t' tl�c Si�ider. �rtd l�� w�a�+ �� a g�<'�a-ti»t� lli�►l if :�war�cd the co�trac�, �hc
Bir�dert �i]l within ll�e reqiu3-c�l time cxc�t�t� a fc�n��l c�sntr�ct and f�arn�sh tlie �����i�ed
per!'c>rrnonce �in�4 c�lher hor�cis. "�he laid s�curik� o� E17e kl�re� Icrwe�� �idri�rs will be retain��
u��ti� �lie �orl�r�ci �s awarde� �r nthe�- d�s�os��io� �S madc Iltiere��. Tlre b's� s����ri�y of all
otl�es bid�l��� �tiiay b� relurnec4 pin3�}�kl}r after �lze ca�aar�ss �f h�ds.
�'�-?.7-- b��,f�f�'ERY_C�1= f'���]�0��1L: IVo pi-oposa� wi11 be cc�ns��crcd un�ess �i is
d�:ljverec�, a�cc�m�at�ied b}� its pr��se3• Bid Sec►�ri�p, t� lE�e �.i�y iv1.i���ge� or hi�
rc�Fesenl��ive in �I�e c�ffk�:�al place cxf l�usines� as s�t forth in ��te "�Jo�ice tc� Bicjdc�•s." I� is
the BR�I�i�r'� sole res�c�ns�bi�i�y ��� dc�sver the prt��asal �t �h� pt���er lirr�� Co !he �rc>per
�r���c�. T�re rr��r� fa�t tl�at a pr����s�1 w�..� �lisp�tche� wiil no# �e cc�nsid�:�'c�, 'flze Biilder
must �ave tl�e �,r�pos�� acl�.�tly d�I�v�K�d. Each ������o��� �hall be in a sestl�d �nvel�pe
plainl}� marker u�itlti i��e wckrd "�'��(�1>��AL,,, �n� tt�c nam� c�r dcscri��ion c�f thc pt-oj��t
a� desi�,n��cd �zti €h� ";Vc}�ice to f�i�lcicrs." Tf�e et�velc���� :�h�ll ia�e �d��essed to the �ity
NT�nagcr, �C:�[}� Ilall, F�r� 1nlorth, Texas,
C��2,R V�IT��D3��WT�1� �'RC�I'{7�1�1LS: �ro�os��s �icwally #'i�eci wi�l3 th� �il�+
�anage� r��t�rtot he wt�hcir3w� }�nc�� ta �E�� tiri�� �cl f�r c�p�ttiii�� prc�pacals. t� rc���e�[ for
r���n-consideralio� must bc rns�dc in writing, �ddre��ed to �lie �ii� Nf�nag�r, Knd fi��:cl with
h�ry� pr�c,r lo It�e �ijnc �el Fc�r is�e�ing c�f �ro��x��1s. �fter �il �roposats not req�ested for
no�-�{}nsider�ti�n �.�e opc���d anc� ��iblic�y r�ad a�c�urJ, tl�e }�ropas��� f��r whicE� r�or�-
cv�sideralion �eqlRests h�ve h�c�:tY �ro��l� �i��d �, at the oplion �f tl�e �vk+r�er, b�
r�t��r��cd unvpen�d.
C��-�_9 TTLC�RAi�TC [V�(3C�1.FTCA`�`rC�?�1S OF PY��I�(���4t�: , A��+ Bi�ir�cr may modit�
hi� ��`o�osa� �y lei��r�p�ic �:r>3nst�u��iCalaur� at i1Llj� lirri� �]'!OT #O I�le �imc se� #'or operting
propasals, pTnvid�� suci� �elegr���hi� c�niniunac�lic�n is r�ceivec� by �he ��ly Nlanage�
prior !v �he saici pro��o��l o�x:i�ir�g tirnc, �rrd �xovided fui��,er, that tl�e ���� Niatt��er is
saE�s�'�ed �h�t� a wn��er� �nd cluly atriher��icatcd c��nfirma�ior� �f �uch tclegrapttiic
coi�a�luriicaCiorr o�er tl�e signal�re of �C�� b�dder �as �nailcd prior k� xhe propos:�l ��p�nin�
lime. �� sixch c�snfirma�ion �� �tot receiv�cl wi�hin fE�rEy-cig��E (A8� hu�rs aCz�r th� propa�al
o�e�ii�g �i�e, ���� fu��her cnr�si�Ecr�ticm wil� be gi�+�:n to the �x4��vsa3.
C�-2��)
C�-�.10 PLJi31..IC C)�'.�1V11�C� ()�� �'R��'i�S�IL: E'rt�}���s�l� whic�i h��re. b�}cn ���aperl�r
fi�cr! a��d f��� v�hicl� n�r "�JOF1�C01]Si{��C'1�EE0[1 Rc��tiest" ha� 13e�n res:e3v�d �ail] bc gitbl��i�r
opened �Tl{� 3'��li� :�i{rud by lhe �ity Mai2ager oi• his autf���r3r.er3 i-cp�es�r�lasi��; az lh� ume
ar�d pl�cc i�tdi�.:�t��i i�r th� "`�+/5I�r4 L4+ �}V��l�.yy Aj� p���yosais whi�:f� �ave t}eer� opened ���3
r�ad wii� r�rrt�in ��n file v��ilh Ih� �wncr un�i! ll��: coiitrac� I�a� he�� aw���e€�. }�icld�rs or
lheir �Mull�ori�cd i�c��rese�ti�ati��s �re inviied l�� h� preser�� For �h� �}�er�ire� ���`bids,
C2-�,2 I 1R.f2L{�lJL�1R PRC]POSAi..S; F'r�s�}c��t�Js sC�all �c coi�sicier�ci ��s "i�regt��ar" i€
Ih��+ show ��tiy o�nissiot�s, altcr�rti��ns oiF �o.rm, ��rf��xli�ns. o� co�ditions flot c�,�led for,
una��hc�rized a�fe�r�ate bids, or i��F������r��i�� c�f t��iy kin�l, �iouFe��er, Eh� Uwnc:r ��serves
�}�e y�gh� ta v��ive any al� 3rr�gt�lr�ritics ar��! to �t��kc thc a��rc� of the con#r�rci ta tl�c �cst
ir�le�•esE oC �f�� C���. T���iering a��-c��o��l ���t�.l' ��1[: C��7�ii��, 170�r IS al� ]fT��l3I#il'il� W�11C�1
l',:1T1 i�l�l � W �i V��.
[.'2�2,1� D�S�LJA[_�'TC'A'1'fC}1�i [)� Li�L]��1�,��: Did�ct�s may b� disq���lificc! and t��ir
�][�C7j]i}yA�S f10[ C031S1i�Cj'C.l� IO� �lllj+ <l�, hu� ns�! li3nifed �o, llle tolIowin� r�asc�ns:
a) R���c�ns Cor l�e�ievit�� t���� coll�r�i��r� cxi��� �mn�� bidrlers.
bj Rc'�S[sni�b�� �fc�u1�C�S ��[ �I1��i11� l�lflt tli��r �7�{�[l�-r i5 ]RteF�*t�� iR R1QF� lll�i7
o»c pr��pas�l for wnrk �cm[en�p���ed.
c} `i`h� �11���i- �Clll� liliCl'CSi�'(.I in ��ny li�i�,�����, t��ains� the �wn�r or wli�re
tf�c �wner m��}� h��r� a clai�n a�ains[ or bc cn�a�ec� irr lili�alion a�ain�i �he
�id�et.
d} The L�idd�� bertrt� in ar��e�trs c��, a�y e�cislin� contrac� a�� haviztig ii�fau�ted c�rr
a �revio4�s contr�ck.
ej Tl�te �icl�i�r h�,vin� }�cr��rr�e� a pric�r car�Cract in an �n�a�isfi4iX[}f� f11i3Tlfl�f.
Fj Lack of �orr���:tc•nr:� �� revealcd hy fin€�r�cial s�aEcm���, �xge�i�nce
�tatenz��it, ����ip�ncnl sc�edul�, anci suc�� iflc�uiri�s a� ll�e �wncr in�ty s�c
fil lc� tn��C�.
g} Ui�coi��l�ted wor�€ whiclY, in ki�e juct�en� oi' ���� �wr�cr, will preveni ot
hincler sh� �Ton��l complelion o�:�il�liti�n:�i wc��k if awae�led,
h} TC�c �iic�il�:r n�sl filing, witi� �h� C_�w���', o�te we�k i�� a�lv��Yc� ��F Eh� ���xr o�
�he o�estii�� ot p�opos�is �I�e �'�It€�wi�g;
i. Finanr:i�� �t�,�e���nl s��wing �he �inrir�ciat cor��3i�ion �F �h� hidde€
as s�aec�fi�d �r� �art "A" _ �p�c3a� In��ruc��o�s
�. �1 cu��en� exp�eience record shov���ng es{aecially the �eo�ec�s at` s
n���3� simTl�r Ec> !�e oi�e �ar�deF ca��s�dcra��nn, wh��h have be�r�
siicc�ssf�ul�y� cornpje�cci i�}� l�e Bidder.
3. Aii ec���ipment schc�u�� shov��'rn�, �he eq��i�ment th� bi�d�r I�as
av��l�hle E'o� t�ae a� t€�e praj�ct.
T�c �3acl Pr��osai of' ��� 1�iddcr w�,c�, En �h� �u�igr�ter�� of ��3� �t��ir,e�r, is disy��iifi�d
urE�ke:r Eh� �ecl��i�ntienl� �tr�le� h�re�n, �1�a1� E�c �e� asid� :,n�l n�! �pened.
��-2(�)
�'F��i � • {�1�.�1���. ����'1�,��
C�:�-3 l�LV�J:�R❑ 1�I�T.7 F�CF�UTIC�I� �F
I]�C CTM.L�'1"�
SEC"I-!C}hi �3-3 R1�V�11�L) A�f�? ���'��T��1� [_�F l�C��`LJ�T�T�:
C�-3.� �:D1*�SI�ERA'1'ID�I {]�' �R(��'�?�A��; ���er prc�pos���� h:sv� l�eer� �����ei� unr�
read alc���dr �F1C �7�17�}058I� W��� 1}E ti1�111Is��[:{i [)17 C��C �1�'J��.4' �P L�7C I�LiC?�L'.�I �?iyCG'S� the c�uar���tics
sllow�ti in lhe �rn��os�l, and thc a��plicati��r c�f s�trl� fc�rnt+�las or c31k��r me�l�od� o!' U�-i��gin�
ite�ns tv a�:c}z�tr�tiun b;��is �s inay be esf�b�islY�� in �h� �on#ra�t �oct�r�ients.
';'�� tn��l o�R:�in£d l�y �:��Cirt�, ��e s�m o�' k�le �roducts of �he �r�it �ric�*s qu�t�d anci tl�e
cs�itr�ar.�d c��:�nti�i�.� �1��� <�ny Cttm� �urrt i�c�-ns anc� sucl� ��he�` c�uc�t�� �n�ourrls as �ay
enter inlc� thc c�si of lhc �.oEvpt�ted }�rrsject will tx� �a�side�e� as ti�e ain�k�r�t ��f �hc bi�,
iJnti� il�e w:�r�l c�f [1�� c�ntra�i is r��de by tl�c Owrrer� l�ti�`� right wi�l he r�served lo r�ject
ay�� �r a�l pr�E�r�s�ls �r�d wasvc lecliniculities, t�� r�-��ve3�Ei�e Ic�� �icw �ro�c�sals, or to
�r{�ceeci with ��re wc��k in a�1y mar�ncr �s ma� he cor�s���r�d for �he hesl anicr�s# a�' k�te
�wner.
�3-3.2 iv�ii�C�RI"1'Y B�`�L�`�:�,5 C�v7-��PR��rfV�!(�I+�1F,N-o1�VFJ��:I� �3��iN'BS3
LN7`�`T�P�iSL: t'�iNE�I_�AI���: �c�ri�ractor ��,r�r:s �o pri}vic�e to �wne�, upnn requ��l,
ct>r���c�e ar�d r�ccu��ate inFc�Fina��un r��arriing �tctual ��For� per�o�,��eil ��r � Iv�innrity
Bus��ess I�nter�»se (hrl��) a�dl�r � V1��man�owr��d Buss�tcss �nt���risc {�NT3E} ��n �e
co�7�rac�l anci ��c C��t�menl �hcrcfor. Ccantractor ���F�er �i�r�.�s. ��p�n req��est by �h� �wner,
to alRr�w and rt�arEEt �ncil��r an ex{�min:st�otti �f �kny i��o�cs, re��rc��, �r files in tl�e posses�is}r�
of Ehe ���trat��r�r k�ti:�t �4�ill sul��t:�r��itxte tl�� ac���l wor�C ��erf��r�ne� hy a�, MW� or WBE.
Any �nnt�ri��� mi�rc:�resent:,ti�n of �ny r��tL�re will �c gi�ou�ds Fc�r t�rmii�at�on o� tt�e
corilract ax�d fur ir�ilia�ir�g an}� aclic�n under �ppr����;ate federa�, state o� Icr�a� laws and
�rdinances rcl.��ing to f�x€se s��t��nents: �'urll7er, ai�y suc� it�si��,r�sentat��n ni�� Y�c
�r«ur��s �or disqu�lific��ic�n c�t' �ontractc�r rt� �wr�er's disc�etic3n for b�ddir�g ��n t"utur�
C`orrxrac#s wiih lh� Ow�er for a�ieric�s3 0� f�ir�e cti�riot less �F�an ��x {Fi) morrlF��.
C'3-3.3 EC��LJAia E�`LO�'ML�1T Y�{�VISI{�I��: Tltc Cont�-a��{�r shall compt� wit�r
�urrcr�l C�Ety Ordii�anc�s �ral�i�iiing discrimina���r� in e�plr�ym�n� pr���ices. Ti�e
�oi��raetar si�all posl tl�� r�y��ir�xl� ]1Cll1C� Eo ��a� �f#ect or� the �ro,M�ct si�e, and ai his
rec�ue��, �u��� be �rovii�cd as���l�nce �� ii�e Ct�� of �vr[ Wn��h°s I:,qua� �nip�c�yr��r�t
�3#'ficer wlio w�13 r�Fer aa�}� c�ua�i�ied .��pli��n� he m�y I�ave on fil� in his o�'fice �o thc
�c�ntractoi•. ��3�r�-��ri�te no�iccs niay he a�cfuirc�# f�c�m �h� �[��al Ertrployrnent (7�'fi�;er.
Cy�-3.4 1�T�'�RA1'�W�iL �F PR{7PC)���.5: l�F��r a p��osa] I��s b�en read b�+ thc�
�wn�x. it ca���sol b� �+iihd��a�an l�y �he �i�lcier �vitltiin iorky-fiv� �45� da}�s a�te�r il�e ci;�t� on
which thc prop�sals weTe ��ened.
c��.� ���
C; :�-3,5 �4VA�� (�h' ��1�2'�'RA�'�': '!'he �Jwa��r r���rves t�te r�glit �o witk�fro�d fin:�l
ac:�i,�ri or� �Y�� p��}�c��al� ��}r a r�asoi���if� sime, n�,� ln excee� fc>riy-�'ive (4�) �a}�s �fter t��;
cii�t� of orx•nin� �r+��c�sals, �n� in r�o �v�r�t v��i�l �n �.w�rd be ma�e ur�ts� a�t�r
inves�i���ior�s ��,v� been made as lo kh� re�p��r��it�ilG�}� �}f �I�e �rrc�pc��ed awarc�ee.
Tl�c ���rard o� llie contra�t, i� ��4+a�d is m��ie, v�+ill �e �o �h� ]��v�rc�� t�r�d �es#_r€:s��ns�v�
E�idder. _ -
TF�e a��ar� of tl7e con�rt�ac[ s�t�ll r�c�t hecarti-�e cf�'cc�i�+� t�3rt�� t�� �wner h�a� r�aliFied �he
��nlr�clor in �+�rilin� of s�ch a�vard,
�3-3_6 _itL!'LiRN C�F I�#�C�1'CI��L ��:C'�IF�1'T`TI�S- ��� sc�c�n a� 4}ro�osed p�tice �oi�1s
have b�en de���niiiY�� rc�r cc�m�,��7s�r� ��� i�ids, th� �wttcr ��a�, � it� cli��r�lir��, 3-el�aen lhe
p3-�p����,1 s�curi�y whici� accom}���i�icd �h�e pro�ost�ls u��hic�, in it� �t�t��r����,�, W4)l2�[� Ri}� �
c�nsid�.rcii fur �l�e irw�fd. A�I �x�her �rc�pc�sal se�urwlaes, LEiUi�i��+ �IZC}5� �� IIiE rI]i'{`.L' ��WE:St
bi�de�s, wil[ i�c rcta�t�cd by tl�e O►vn�r u«r�l t�,c r�yui�cr! c�ntract has be�r� exec�ted an�
hc�r�d f���i��ed or k�tie �wiici• I�as u�E�e:rwrsc disgos�d of �I�e �3id�, :�f'�cr whic3� �hey wi�a �e
F�t�r���d hy tha ��ly �e�:retary.
�'3-:�.7 �3{�f�I�S: 1�lit�� �l�e cxccr�tiurt ���d de�iv�ty o� t�e C����tritc� Docum�nt�, the
�c�nlr�cior �It{�ll fumisli lo, ar�d f�le witl� the ow��r iz� �?�� �zr�o���rts liei•etn rcc�uiir,d, th�
fallowing bands:
a. PFI�F��RNiAi���: B�NI?: A goo� a3�d �uF�i��ent p�crfo��nc� bc>r�d ir�
�I�c axnc>�n[ c�f n{>t te�� lha� �00 },e��cent �f �k�� arnv�rnl of �hc conlract, ss
cv��enc��d ��+ �h� prc�}�o�al ��bul�t�c��t nr �tl��.rwi�e, �uaranteeir�g l�l�� full
�i�rJ f�i �C�fui exc�u�ion o� �lic v�ro�•]c iKn� p�er�'ari�ar�ce �C �I�� co��ract, �nd for
the prc�t�ctic3n <af Cl�e (�w�er ��nci all c����r persnr�s agait�st dtima�e b�r
reasor� at' r�c�ligence c�i thc Co�ztrac�or, or 'siyiprc�p�r �x�cutit�r� of the w�r�C
or use O� 111�C1'10��' m��cria��. Tl�is �e�f�r�ance �an�i slia�l �u�r�nte� ih�
�aymen.[ �'c�r ali ��bor. rn�t�ri�ls, cqui�mc:��, sup�,li��, and s�rvices usc� in
llte c�nsiru�:�icr�l �I' [he w�s��k, atti� sh�l� rc����in in full fc���� �ald efl'�c[ �r�lil
prc}visjons a� nbovc s�i���€a#cd �re accomplis��d arrd fi��al p�ym�r�t is m�d�
un ll�e proj�c:t b� lhe Gil�.
b. 1v��iN'1'l�1�l�41�C'T: f'��1�1D: r� good �nc� s�ffi�ieni ii�a�nlenanc� hand, it�
�h� umc���nl v�' n�r� I��s X��r� i1�0 pe�cen� �f ��� arnc�ur�E af t�re can���ct, as
�viil�nr.eii ��� ��� �a��opc�s:�l �a�u�a�ion �r �thenvise, g����Fa�Eeei�r� lhe
proni��, f`��11 and f`�it�Yf�l fx.rforn��tnc� o�' �i�� g�ncral �;k�ax�sr�l� whi�h is s�et
for�h in para��aph C"8-8,10.
c. P�1YMF.iV'f` R{�ND' �l �;��nd an� sul-ficw�r�l pa}�r��ent bond, in tF�e
�t�io�n� of not �ess tl�at� 1{}fl p�rc�:�3t o1` ��f� ��r�ounl of �he �or�trac:l, �s
cvidertce� by tf�e pro�osa? tabi�lation or ot�crwi�, ���r:�n��ein� t�e
promp#, f��l� �i�d fais���'��� paym�nl �F a�il c�airnu�#s as �et'i:�ed ir� Ar�ic�e
�343 (2)
51C��. ���i��wd Civi� St�t�at�s ��f T�xas. 19��, as timcrti�e� b}� i�nu�e Bill
�44, A�:�� ��`�` l.��islature, R�}�ul{�r S��si�n, 19��, �f�'ec�ia� �April ��,
1���, a�3cilc�r the I�ttest versi�}r� zhci��f. ���}��ly�ttig labor an�i r��t�ri�is ir� the
p�n�ect�ticm ��� ���c wo�•k �rcxvidcd Fc�r in tl�e co��lra�� bet�� c'�ns�r�cted
un�i�r thesc s}�ccificat�or�s. i'ay��eni Bc�n� slYall ��rnain �n fc�r�� ut�ul �ll
p��yrn�r��s as �bove sl�p��l�[ed are ms�d�,
d, (�TT�ER BONb�: �uc� olh�r l�c�n�3� as niciy� be �ec��ir�d b}� lliese
f'c��tr�ct L)oc��ments s�all hc furni�h�*�l k��r t�e ��i�tr�clo�',
I�:o su��tie� will bc arreptcd hy Ih�: Ou+ner whic:h ��rc a� th� �im� in d�>f�iutt or ci��linc���ett�
on �n�+ ��z3ds or which ;�r� �strcres��� i�� any li�i�ai�o� ag�ir��� �i�� �wt�e�. AI1 b��r�+�s shajl
� mrtd� on Ih� form� f�rrnistti�d b}� ih� C�►�ner and sf��il hc .ex�cuted �y �� ���proved
s4�rcly c�m�any ���i�ti� }�us�r�ess in lhe Cil}+ ot' 1=c�rt Wc���lti. Texas, �x�c� whi�h is acceptab��
to ��� C�wn�.�e. in o��€�� ta bc K�cce�rtt���l�, tF�e n:�rr�e o� �he �urc:4y s��ll I�� i��clu�ed ssr� tl�e
curner�t U,�. Tr�a��ry li�l of acc��,��ble �����ics, Kw�rd ��,e �mount af bond wrilXer� by an}r
onc sccept���s�e �om�an� s�ta11 r�ot e�ce�:�l �l�c �mc�kmt sh��w�� o�i �h� Treasury lisl �or th�x
co��p:Mr�y. Each bund s�all he �rc��c�r1}� executi:d b�+ b�th th� C'��nt��cto� and SuF�t�
��mp�,rty.
�t10U�� ilf7}� Slir€i� �17 [�� C�3111!'�GL ��' [�E:CG�i111���C� u1�48ti5C�iC[i}f� al �ny ti�ti�e I�y th� O�+�r�er,
notice will l�e� giv��ti i�e �ontrar.�c�� to tlsat ef�'�ct and �he C{�n�ra�:tar sY�al1 �mrr�ed��M�e��
�xrovide �, trew surety �a[�sf{�t�tc�r� to ��e C�wr�er, �� pa�+mcnl v�+ill !�e inacle ur�rl�� �he
cc���ract �r��il lhe r�ew sur�ty or ���r��ies, as req�ii��, fYt�ve r�x�als�'ie�l a�d have l�e.�r�
�icc�lated b� aE�e �wx��r. 3'hc cofl�r�cl �1���11 i��t be {��er�tive i�o�• w�ll an}� �a�rrn���s be c�ue
or paid ��r���l a�rprova! of thc bor�d� h� t#�� Own�r.
C;�-3_8 E7{L��!'1`l�i� D�CO�fTI�,��"I': Witl��n terr �10) da�rs after l�� Ov�rner has
a��xrop�•ir�te re�c�l���ic�z�, ot ��herwG�e, awarded �I�e �.on�r��t. �I1e �r�n�r��tor s3tia�l �xec���
ant� filc with the �wncr, I�e �ontr��c'L Etr�d ���cY� I�ancis as r�ra� be rec�trir�:d in �he �:���t��ct
Dt�cun�e�Yts.
I�o �nr�lr��l s�:�ll i�e 1���7ding u�xon llie �k�n�r un�i1 it }�a� k�een. aticsted by lh� �it�
�ecre�ary, ��p�roved �s lo I'urm �nd legii�ll�+ L?� C�1� Cil� �lll(?3"t1�:�+, sn� exe�:uted Cor ti�e
�wr�e� �y eil�r�r �he i1�fa�or or �i�y Iv� ur��g�r.
C�-�,9 Ff�l�_LTi�E �� ��.�:LT7� C01�"TRP��:T': i�e faalure �f th� ��xa��ie� to
ex�c���e �he ��yuii�ed bc��d or honds a; to �i�;n �he �ec�uired �.an�i�act w�lhi� ler� (t�} days
:�fter �h� ca���ract is a�vard�:d shal� i�e �:nnsidc�•e�i E�� �he �wrter as �,n ���ndc�nrr3�t�t oiF ini�
��roposa�, s�nti kl�e cxwncr ma}r ��nn�r�l il�e Aw��'d, Bp reaso� of th� ut�c�rtr�int� of th�
n��u•k�t prices ��� r��t�rial and tu1�t}z, and ii bein� i��rac�ic�M�le ;��d diFfi�:ult to acctw��te�}�
deterr�ir�e the amotGr�t of d��mt}ges r�cc�arrir�g �o the c��vn�� i�y r��tson of said �wa��ec's
f�il�re to executc said br�r�ds and cvntr�c� v��i�hir� len {1C}) c�ay�s, tF�e pro�c�sal s�cur�ly
a�c:ompa��irtig ille �rr�posa� sl�all he kl�e a�ree� �t�ou�� ot' da�iages wC�ich tl�e �wner w��1
�3-3 (3)
s4affer i�y ret�soi� of s4�ci� Ft�rlure �i� �he par� of tlre Awardc� t}nd �l�all tl�e��u�an
ia�ame�iia�el}� by Far�eil�d to the [=1wi�er.
�'€�e i'wiir�� o� a p�op�osul v�+iC] be c�nsi�i�:��d as acce��arr�:�; o� lhts pix�v�si�n b}� #lie Bid�er.
C-�-3_ �[� RFC� .TN�i�lT1�iC'F V�!()RK: TC�e Cc�n�rac�or sht�ll �ro[ �:ort�ir�ei�c� work ��tEil
iICJ�IiIN���Ci �� w�riiin� tc� cl�� ��, !�y th� C�wn�r, S��ould l��e �o�tr�ccor fai� t� cor�ymencc
work al �F�� sit� ��i' �h� �af���ect wi�hin �he �ime stipulat�d in #I�e �+rrillen aulF�ari�alion
us�alt� t{+rm�:cl "Wc�rk Or�er" c�r "Pi-c}ce�cl (7r�i��", il is agreecl �I��l tlle �ur�ky �nmpar�y
v�ril�, wit���� ten �10� drt}�s a�tc�• titic coi���ner�c�rtYe��� datc �et fc}rth in s�ch� �r�it��n
aulhorizali�n, comrncrtc� �h� phJ�sical executi�n oi` t�ti� cortiu�act,
C'��3, I 1 Z�1Si_rR�I�C�: T�tie Cc�nrri�c:lvr �l��11 ��� c�c}mmence wo�•k ur�c�er ti�is
rorn�act ur�ti� ��c h�s obtaincd al� ins����nc� ,�cq��ir�.d under th� �c�n��raci D��c�r��r�t�, and
�uch in�uiKk�rce E�as bee� appro�rcc� by ll�e C}wr��r. -�'k�� }�ritnc Cont�•�ctc�r sl�ali be
��s�ans3ble ��}r �iclivenng #c� �h� Dwner lhe �ub-���xr��tor'� ce�ificate of ins��rancc �ot
a��3roval, Z"}�c �r�r�1� �u«�raclor s����ll ���ica�c on ��tie ccr�j�ic:�tc c�f �ri�ur:�r�ce incl��lcd jn
t��� c�n���n�enl�� fnr exec���inn ►vhether or nol €�is i�rsk�rart�e cove�s s�1��con�r��cto�s, It is t��
ii�Ec��tior� csf �he �wn�r Eh2�t ��ze in�u�-ance �c�v�:r��e rec��Ered her�in shall i�rclude ���
c�,ver�gc of dj1 si�h�conlra�tor�.
�. (�`C];V1�PF1�1�A`FI{�i�11T�l,�LTR��1C;�= The �ontra�tor sh�ll �na�r�tai�r,
t�ul`rng t�� �iF� clf t�i�s CoriirSCl, W��rkeT'� C'c�m�en�alion l�Y�ufu��e c�r� �11 of
liis cr��loy�ccs �o �ie �r��aged it� wo�k ��3 Ehc �rx�j��c �rtd�� �his �or�tracl,
and far a1i s��h-cor�tractor�. l.r� cxs� an� c�ass of cnip�oy�cs engaged iiti
ha�ard�t,� wc��lc c��� kltie prr�j�c� �r��er t�is �:�,nlracl is n�t �r�tec#ed ur��er
t��� Worker's �orrxpet�sation �t�tut€�, ttte ���ntractc�r �h�fI p���rFde �der�u�t�
empt�yer'� gene��al lia�iliky �i�s��i•ance for t3tie �rotec��on of s�c�t of hts
�m[�4«y�es ��l �q �r�tecle�,
r�. c�r��n���i:��.��i�� ��1:�l�F;[�AL Lr�����..r��� �.���T�����: Tt,�
��ar�lr�ct€�r S1t�11 p�'c�ct��-e: �n[1 sh:��l i7��ir�l�i� c2�ri�7� lhe 11fe o� khi.� cnnt��a�cl,
�nrn�r�hcnsive ��eiti�ral Li:��?i�ity l�sut�at�cc (Public Li��ili�}+ ��d Prup�rt}�
Uum€�ge �nst�rance� i�r the ur��o�an� not 3ess lhaii ��i3�,UU0 co�r�rin� eaci�
occu�Yer�c� ��, acca��� �af bc�ci�ly in��ry, �r��-luciang ciea��r. �ns� �r� �n �mcrunl
not t�ss than �SC}O,OU� cov�rin� cach occurrcncc on �a�c�ur�t o�' p�o��ty
dam���e ww�h ��,0(}0,�}0� �mbre�la,po�icy c�vera�e.
�. �DDI�`i£}fV�L LT�S�I.TTY: The Ccrnt����or sl�a�l fu�is�t
i��s��r{nn�c as a se�a�ate �o�icics or b}r additiot�al �ntic�rserr�en� �� on� �� tl�e
�bove�me��tio�red po�icies, and ii� tt�e �t�yo��nl as s�c Fort� �or �r���ic
li�}�il�l� ant� �rn�ae�[y s�amage, tF�e followk�lg kns�s�nc�:
�antin�cn� Ltabiiit}+ {�over� Ge�,c�r�tl {'c�n��-a�:t�r'� L��,bij�t}� �'or ��:t�
�f sub-c�r�li�cxors}.
C3-3 (4�
2�. ���r�[i�r�, prior t�� ;my hi���ir�� bcin� dor��.
3. C'��]la��� of b��il�lin�s c�r s#�•�ac��fes �xc��a�.er�t �o exc�val.�vr� �
L`.7iC�lVdl1�!] #1F� �f'f'��I"E]7L'C� B�I�CC11� �O SiiT7-k��.
�. Dar�nag� �o �aiicl�.r�,�{�und uu�iti�s f�r'���Q,�0�0.
5_ B�il�er's nsk fv�'1�Ci'C �bOVC•�I-OLlllt� 5tr�7Ctiti'CS �T� IT�vOlved�.
G. ��r��ra�tua] ],i;�bilit}� �cov��-s itEl indemr�ifsc���on �:c�uircme�ts af
�on�r��`t}.
�, ,�ZTT�71V#OB1'�.� D�ISZJRA�IC'E - Ei{���]IT.,`f FI�JLTRY_�1�117 P�tC�PI�RTY
D11'��1�1�E: The Cn��e�cto� shall �rc�c:�re �nd �na�nt��ir� +Juring t�c iife of
�his �r�nlr�c:t, �un�����cn���e h��io�na�ile I,iubili�}� Ir�sur�nc� ir� �n
amc���r�l riot tcss ��an $?�Q,C�DO for ir�juries inc3u�ii�ig accid�n#a� ����I� l�o
��zy i�n� �aer�on �nd subjcct to Ihe �a�t� lirni� for c�ach p�rsc}� an amount
r�ot less #�an �SOC},Oi?i} on �cc�,unt of ot�� r�cc:i�i�n�, ar�d at�tam�bile
pr�perty darna�c ir�sui�a�ce in ar� amount nv� ]e�� thar� �l{lC�,{lQ{}.
e. �C'�PE {��i iNSi�i2�I�C:� �11�iD SF�C��IL �i�l�,��3�; Thc inst�fa��e
reqt�ired �an��r th�; ��ave par��r�pl�s sl��l� provic�e acc�quat� prot�ction f��'
the �c�r�tr�ctor a�d i�is sub-c��tr:�ctors. respec:tivcfy, agat�st rlam���
cl�irns whic� may �rri�� �'rc�m oper�tions t�ncl�� this �or�tract, wh�tI��� such
c�������,t���3s i�e �y !he �nsurcd or by �myc,ne c�ifcc�l� or indire�:�l� �rnp���e�
h�+ hiin, ansi aisc� a�ainsl ar�y a�' tl�e followj�l� S�J�GIu� �1a��li'�S WIlE��I llli�}�
I]�C �f�COLlIIIC',��.� �11 1��� i}�I�iJfTrkilf]c:� O� �I7� �OT]�.CdC�.
f, PR�O�' C�I� �'r�i�Ril1�L� C1F ���`�t11IVC'E: The �ar��r��t«r �ha11 fu�-n�sh
C�11: [}WE1�F wi�h sa�jsfactory pr<rc�� rrF co�r�r��e by wr�su�•an�� rec��lired ir�
�l�ese Ccrnt�•a�t D��umen�s ir� t�c atn��iflts and h� carrie�s satisfactory [�
41�e �w��er. (�amp�� ���Rac:l�e�.� 1111 tii�LMr;�r�ce reyuii•cmen#s ��ade u��o� tlye
���n��'�ctor sha�l t����y to the s�k��.�nlr�c[o�s, shou�� �he P�ime
�ont�•ac�or's ins��r��ncc ��ot cover ���� ��b-c�stilractor's wc�rk npe�•a�ions.
�. Y.,�C'�►T.. �1GEI�]`T f{�R 1NSUR�II�?C�: �INT] ����IN�:, "I"�e i��ur�r�cc
arrd h��r�di�}�. comp�nies v���l� whr�m �h� �ntti�ra�tar's 3n�ura�ce asid
C3-3 (�)
�ertorn�anr.�, payrr��n�, m�in[en�nc� �,nd .�l] s�ch o�her bonds :��c written,
shall be i�}�r�:sc�r�cil L�y ��� agcnl �r ��+c�zt� l�uving u�i Off�c:� lt�cated �vi[hin
IF�� ctly I��r�ias �� ahc Cit� of F��rE �Vt�rl�, T�,R�ar�� [���x�n�y, Texas. Each suc�
s�,en� �i��I] be a duly i�u��ifictl, c�tie upc�n w���t� uu����}ril�+ ancl pc��+�er ta ac�
cm C�ehalf o� �h� irrsu��i��rcc ��i�1or �o�tidi�t�. rc��T�p:�n� Ic} neg�liate and set#le
wikh �he Cil}� c�f Forl �Vo��th, ot� �r�1y oi�cr claitrtarrl, ancl cl�ir�s Ih�t �he ��ty
c�f �'��rl Wr��th a� o�he� ���ir���nt ar �it�}� pt��,pc��� a�vner who has �eer�
d�m��eci, r�ay €�a��� aga�nsl ��e ��e��t�acior, it�su��a�ice, �,nc�fc�n c��ndii��
cc�m��ny, lf khe ��ca3 in��ar�nce t�ep�se�tali�� i� no� sa cmpc�wcrc:d 1��+ Eh�
insura��ce t�r l�a���ling cntn�r�ni�s, th�� ��2c}� ����€�c�rily G�s��s[ 1��: vest�r] in �
Incal :��ertt or c��im� ��fl'ic�r re�i�ling ir� ��e �1e�r��slex, �k�c f{o�t Wo��h-
I]a��a� arca. 'nc� �:�t�tic oF �h�. :,gc�5�, car ���n�s s��:�ll !� s�t fv��?� on �lI suc�
b�,nds �ncl ceriific�t� af ir�surance.
C3-:i_�2 C'Cl�lTi�A�:"1'�R`� OBLI��`I'IC]hT�: Uncicr �h� �{}�#r��:l. �C�� �arti�ra�tor
shat� pa� �or :�I� mt��eri�ls. labor arrc� services whcn due.
C3-3.[3 VIWF,FKI,� �'A1�'�t�)LLS: A1 �c��tiFied cop}r �f e:t�:h payrc�I3 c�vering pa�nncnt
of wa�es [o �I1 persc�r�s r:n��ged Gn �ork on ll�e �r��ec1 ai tl�e sitc of �lie ��r�sl�c:l �hall be
fu�n�s�ed �o tite Owr�er's rc��r��se.n�a4i�� w�ithin seven {7} days a�er t�� clos� of' cach
�a�s•��11 }�erio�i, A c��r�+ �r r.o�r�es �t ��� �p�lir.ahl�: �r�inirnurn ws�,e rate� a� set �'o��#Iy i� lF��
�ontr:�c:� Doc:urr��n#� ���all �re k��t pos#�d �r� a co��s�ic�o��s p�r�ce at �F�e �ile c�f �he prc�,�ect
a� �II �ii�tes du�•ir�g �I�� c:our�� c�l' �he �n�tr�cl, ����ie� of 1��� �v�ge ra��s wilI be furnish�ci
Ihe C'�fl�ra��or, by Ihe (�wn�;r: hcxwcver, �c���ing an�i prx>�c:�.tinrt c�F �he wage rates s�ail bc:
�l�c res�c�r���hility ul' �F�e <�ontractor.
�3-3, I� �C)i�17-R�1C f0€�'S C�1�TR�iC'i ��T]M7N��'['i2AT�C��1: A�y ��n�ractor,
w1���ltier a�er����ti, �e�•�ons, pai��crslxip, cr�n��an�. �rn�, assa�:ia�ior�, cc��p�r�li�n �r ot�er
w�o is �p�roved �o �fo k��sines� wi#h a�d en��rs into ��or�tract w�t� ti�� ��ty tc�r
cc�n�lr�clinrr of �+��lc�• ai��lfc�� s��1�t:�ry s�wer �sci�i��es, wil! h:��e c�r ���al� esxabfisi� a f�1��
opc�i�tic�rial �usinc�s� of'fice �4+i�hi� t�c Fo�rt Worth�Da�las metro�li�a� area, T�e
�.`ontr€��lo�• sliall C:�'l'e�i'�{:. CI�I��Te�,��r �r �s�igr� ihis o��'Gce (c>r I�e rrta�+ de7c�a�e liis P���je��
����ieriniend�nl} v��i�h fi�ll �uthn�-it}� ��� t��ns�c:� a11 ��siness actions rec�ui�ed in the
pertar�ti��ic� af �I�� �c���r�ct, 'l'I1�s Iocal a4s�llori�y� shail be �7�dc r�s�ns�b�e �� act �'o� �h�
�'��rlra�tor i� a�! rry�tlE�� m<7s�e respvnsihle !� acE Fnr �he �on�tacca� ir� �il mat���s
�eriainir�g �� the w�rk govcr�c�d h�r �hc Cc�r��r�cc whc����r it � acl�r�irr�s#rativ� �r ol�her
wise and as s���� sh��l b�. e�-r�powci��, �I�us dcicgxt�d �r�d clti•�ct�d, l�x �e�t�� ��i �naler�a�,
l�bor or ott�er �xpcn�3i�ure, alI cE�ims ��ainst �vark or ��y oll�er rn��cr associater� such as
�a�nt;�iR�ing �dec�uat� st�d a�pr�}�ria�e in�uranc� ct� seer�rity ct,verage �or lhe prajec[. ��ci�
�ocal a��k�ozity for lh� a�t�Yir�is��a�ic�r� o�' tf�e wnrEc uncicr thc.w Cc�r�lract ��ral� be maintairicd
u��l�l rtf� l�usir�ess �ra�sacE��i1s execule:d as part o� t��e Cor��ra�:t ar+e ct�r�t��ete.
S�s�ul� [!�e ��iit�actor's �xr�ncipal base of �pe�-a�ioras b� c��he� t���r� in the F�rt Wc�rt�-
�]t�IG�s me�r�pal�tan area, t�ati�ic��inn of E�� �or�iract�r's �ssigr����t af lo�al a4�th�rity
si�alI �e r�a�e �r� wri�a�g ta �he Engir��er in advar��e of �n� wc�r�C «n �I�e p��ject, aE�
�3-:i (�)
����rc�gri:�te�y si���eci and se��e�, �ts �M��li�:�t�lc, by �he �oiyt��ctor's ��s}�o�r�ihle �ffices
wit�� �17e ��n{le�-�t:,��tin� �h�t tl�is writ#�re iiRtil�ElIl7�fl� D�.3u�hor��� �o CM� local re�re����a�ive
�hal] 1�c�on�e ����•� c�l' tlle }�rn�ec�t �anta-�c� as kh���h bouiid dir�c�ay i��to �h� pro,j�c#
�icsru���ents. Tt�e ��tcnt o�' ��cs� req��ircrt�cnts is lhi�l t�ll maite�s assr,c�ated witl� lhe
c:{xnt�ac�or's �c��nii�iisCraiia�, wt�c����r �E l�e L?I'l�f]��iL �n t���ttierin� t�te woric, or ��t1�er, be
�;�vcr���d dir��t by ]oc{�x� �fu�ha��ry. T�ti� satti�e rec�uir�+ri3�.tt� is im�rc�s� ot� insur�nc� �r�d
�urcE� c�vc�rt��e. �I�ou�d lhe �'ontrac��kr's local reJ,ri:sc[�tafsve f�i3 t� ��ri'orrn to t�re
sa�isfactior� c}f tt�c �;n�tne�z, xhe �ngin�cr, at C�i� �c��� clis�r�l�or�, rrgay� d�mar�d �ttiat ��ac�
lor.a� repre�cn�a�ivc he reglac�d rt�rd khe �iti�i�tie�er 3,1:��, :�t �is sc��e discrction. �to�, all woric
uiitil �� �cw l�c��� authori��+ satis�acl��ry to �he Fngir�ccr is �ssigr�ed. I�o creciit afi worki�rg
�im� wall �ic a�l�wed f�r l�e�iods �� w?rich �vark s��ppage� are in cffect ��or t�is rc�asvfl.
C3-3.�5 `VF;�TLF�: Ve�u� �f i�ny :�c:�iot� �yc�•��nunder s�tiall � exclusivel� �rt �at��n�
�ounty, T�x�s.
C3-� {7�
P.a►RT G - G�I�L•R1�L ���iDl7`I�Ns
��m� ��C�P� �?.�'� 1��C�l�K
SF,C'TT[�I�! t.4� S��P� �}F Wt�I�K
C�-�.� 1[�1'Y'�:1�1'�' OF C'(��1i��lCT t�C)�'!_rMF.N�'�� �t is ih� ���finile an�en�ick� of �h�se
�c�n�ract L�oc�nier�#� !r� �rc�vide for a com���[e, �isetial �rnj�cl which lh�: �nnt���c�vr
��rtc�crt:�k�.s �o consCru�� {xr �`ur����h, a�l ��r f��ll cc�r�y��ir�r�c� �vii�i khe reyu�s���r�ts aiid tii��nl
of t�r� C,'�r�tract D�cuments. �t ts defini�el� understaod �l���� �h� {:r�ntr�t�i�r sha�l �� all
wark as �ro�rid�cl �t�r ir, �i�c �ont���c� D�}c:u�rtenls, s�ra�l �1�� all �xtr� or �p�cial work as may�
bc consider�c� hy t�ti� {�wner as nece�sar� to c�m�le[� t�e p�n,�cct in a sa�isfaciory artid
acce�t;}b�c ni�i�nc�r. 'C��� ���nl�ac:tc}� slYull, ��r�l�ss o�licr�v�sc specificall� slated in tl7ese
�q�ifr�C[ DOC4�fri�l�i.5, furnish tEll liE�or, tncal�, �#��tcri��s, �nr�c�ir�ery, �:qui��merlt, s�ecsal
servires, a�d inr:identa�s �3��cssar}� �� #��e pras�cuti�n ��r� co�npl�tion o� thc pro,ject.
C'�-4_� �P�C:IAL �']�[��[SiC}l�i�� �h�uld a�y woi•k �r conditions v�h�c� �fe no#
t�tarough3}� and �K�Eisf;�c:�nri�}� sti�u€�ited vr cvvcrcd by C�r�c:ral �r ����iaJ �or�di��a�� vf
t�es� ���a�iract Duc��ncsits be ani€ci�a�r:d, or s1�t>uld �hcre bc 7n}r additEvnal prt�p�sed
woric wl�ich �s i�a� �:overecl h}� i�es� ConErac� Docuiner�ts, �he "Speci�i Prc�visions"
Ca�rerir�� aly such wc}��( will bc �rc�arcd 1�}� 1.hc �wner pi�evi��� lc� Eh� �i�ne of rec�e�vir�g
bids or prop�s�ts Fc�rt ari� such w�r�C �n�l FKlrnis}ticd ta k�e Bidder �ri th� �orr�r of A�#d�nci�_
r�ll s�ac�r "�{x�c�al Provisio��s°' s�rall b� co�si�ercd �o �� �Sart ot' �h� �ont���i Dv���ment�
,j�sk �� th�u�;l� they� w�r� a��g���]ly writtcn t�erein.
���.� �r��tr�,�s�'� or� arc��r,�41;� (�iJ�'�I�1'TTl'L�S: '[`he Owner r�se�ves the ri���
to �lter th.e �u�tntits�s ot' zlie work E� bc }�erFo�n�� c�r to cxtei�d or slxnr��n �he
imp���r�me�zts nt �n� ti�ne wh�n �nd as fo��n� tr� �e ricr:�s�ary. a�tid th� ���tr�tctor sl�a�I
p�:rforrtt the wor� ps altered, �ncrc�sed vr c�ecre�.��� a� �he uni� prices. S�sch incr�.a�ed or
t�e�r�as�d q��ankil�+ s�zsll not U� r�iore tha� �wc�7ty�l'i�� {��} �e��c�nt of thc cont�mpl��ed
qu�nt�ty c�F s�ch ��ci�r or items, V4`Itcn s�c� ch�r�ge� ir�crease ar de�rease [he �sri�inai
qu�nlil� ai any ilem �r it�rns �f inrork �o be cic�r�� c��• rnateria�� k� be f'urnished b}� th� �5
�erc:c�i� or m€rfe, lhen �i���er par�y t�� If�� c��tra�t s�7al� �pr�a� w�7�tcn rcr�uest to tlY� nthtr
�ai�t}+ �e enlillc� to a revisc� c�r�s�ci�r:�tio2� upo� that pr�rtio�ti �f t��e work ab�rva or b�low
�he ?� p����r�� o� ll�e �>r��ir��� c�+��nti�� s�at�.d ir� khe �rn�rosal; such revised consl�era#�o�ti lv
be ci��e��ined �y �p�cial ag��c�ne�t or as 1�erc�nafter provitlet� For "L'.xtra VVork." T�a
{�Ilowanre will b� rnac�e I�r ai7y cllanges �� ar�tick��a�e�� �rc>frts t�o� shall s��t� c��nges be
co�tiside�-�d �s waiving or �nvali�i�xting ar�y cond3i�or�s «� prov�sior�s of lC�� [r'nntraci
]�ocu��r�c�.
�la�i��ions i� c�uantili�s i�f sar�ifi.ary �ewer �ri�s ir� deplt� �:ategorie�, shall �� inter�x�ter3
17�.CCIt1 Li5 �1��I]Ilf1� Cc? OVCi't1IJ L�11:i11i1�1�� �� �i�nit:l� S�W�C [7��#: i�7 C#IC�i pI�C 51'L�, �ul r�o< «
�I�c varivu� ti�pth �ateg�r��s.
�4-4 � 1)
�.�-4,4 r1LTF�ILT�l�1� QF ['(��1T�AC"�' pflC`[.r11�fF,1�i'�'S: L3y �lia���e arcie�, t��
owr�c� rescrv�s lh� rE�,ht to rr�ak� s�tch char��;es i�� the C�r��r�cG l�o����ncj��s �tnd in #lic
c��riracier or c��anti�ies nf �he w�,�ic as rt��� la� �i�cc�s�r� «�' de�iral3le to ins��re �o���rlelian
irr t}�e nzost sa�i�f�ctor}� ��ra��ncr, pr��r��c�I sucli cl�an�es di� r���� r�tialenall}� �ll�r ihe �nginal
(`����e;"�l I)octii�nct�ts �r c��a���c tl» gc�r�ral ri:�1ur�: c�F �l�� �r{x��c! �* a wE�c>ie. ��ch chat�ges
s11.�11 n#St be carrsider�d as waivi�t� or iiivatidrttin� ttny �C]l7�li]�i3� of prvvis�o�r a� t�re
�'{1]�lCi1Gl D�CU]TlEfi[5.
C�4-4,� T-.XTRA WC?�f�K: Ar�ciakiar�al work r�lac�e i�ecess��r}r �}� c�r3nges �r�r� aiterkMti�r�s
of t�sc Co�t�-ac� Tlc�cumc�r�ls c�r oiF c�u��tilie� �r far ofiher reasans for wlii�h no p�ic:�s �tre
pro�rided ��1 tlic C�sn�r�c! �c�curn�:r�is, sh�l� he �lefinc�c� �s "13x�ra VVar�€" and sf�sl� be
�e�t�Tmed C�y s}�� C�ot�tr�cl�� in accordance wi�h rE�e:sc ���r�tr�,ct .Dnc�rrten�� or �pprov��
:,r��li�ic�r�� ther��v; provic�ed h��4re�rer, ll�aC bc�ore .-�n�+ cx��a work is laeg�n a"�Fr�xnge
cardc�" stia�] h� e�ce�ule� or ��r�tt�.n c�rder i�su�d by tF�e� (3wner to du t�� u�orl� f�r
�aya�aenls �r credits a� slr�ll tx: c��:tcrn�inccl l�y or�e �r mr�re cc>rx�hin��lion �f ��r� t'o�lowiitg
rn� t i�t�d�:
a. Ur�it t�id pn�e �revit��s��+ a�,prnved.
b. An agrt�ed I��� s��m,
c. 'Ch� �tctu�wl r���s���a��e cost �F �1} I�bor, (�) ��:r��a� of cc�ui�menl u�ec� vn lhe
ex�ra wo�-k for tY�e tim.c sa ��sed at Assocjat�d Cryeri�ra! �o�i�ractor� p�'
���enca �ur�e��t �c�ui�rrtc.n� ���tr�] r��tes. {3} m�ter3ais enteri�tg perm�nent�p
into thc pr�ject, �t�d �4} �c�u�1 c��st c�f insur�r�cc, C�c�n�ir;, ��d soci�l s�c�rity
a� cke�e�n3ined l�y �he �wrrer. plus a t`ixcd �c� ta E�c a�rced u�at�r� h�t! €r�� lo
e�cc�c�J I�1 �r�en� �f Ihe �clu�l c�s# vf ���cf� extrr� worlc. T�c F�x�d fce is
t�o# to i«�lur�e a��y �kdcliliona� p2���'sl �cx �h� Cc>n�ra�tor f�r r�»tal af
�c���i�mei�i nv��ner ��+ him and us�d �or ex��a work, T�e Fe� �hail kre I-ull �r��l
r�ompl��� c:a�n�e����tic��, �n c��vef �I�e e�s� nf ��rpez�ir�le�r�er�cc, ovcr�rc�d,
at��r prot`��, gcne��l �rtid all a�h�r cx�e��c ric�t inc�ucl�d i�r {�}, (�), {3}, and
(4 ) a€�o��. '1'he C'�nir�ctc>r s�ti�t! ke�p accu�•�t� cost re�or�s o�Y tri� I`orrn �rrd
itti ihe rn�:�ttic�d s�g�es�ed l�� �I�� �vwrn�� rmc� ����a g�v� �he O�vne� �ccess ta
a�l accox3nEs, bi11s, v�uchers, a��d r�cords r�3at�ng co t�� Extra Wc�rk.
i�io "`Chr�n�� Ordc:r" sh�l� �accomc efP�crivc ��a�ti� it has heen ���rove� ar�d sigrred b�r each
af lh� �o�ieaclirr� Fartic�.
I�o c:l:�ijn �o� Extr� V4���r�C �F �r�� kir�� wilI be al�owed �ir�lcss ordere� in wf��ing by tl�e
�W�Ci'. ttl �BSC �ri� Orilt;rS �r in�lr��.li[)r��, eit��r orai a� wiitt�n, ����ar to tl�e C�`orrt��cto�
�o ir�v�rlve L;xlra 1�Vo�� i`or wl�icl7 he siioulcl r�:c�ivc �.c�e��p���s�iic�ii, h� shall rr��k� wril,le�r
reyu��� �c� �h� �r��ir�eer f�r wfzlien ard��s attt�o�•izin� suc�, �x�ra 1�ork, �ric�� lo be�innir�g
sucl� work_
{;�-� (�}
5�rnt�t� a�1if�l-crei��e arise �s t� wttat �o�s sr� d�a�� �ot cons�ituze Exlra 1�V�rk. or as �o lhe
�7�3�11'!Ci]t L�1C]�CO�, a�id Ihe Fn�i�f�er ir�sisls r�po� its p�i�fo�-rr��Mnce, �l�e �ont�actor shu�l
prnce�d wi�1� tli� work �Fler malciiig wril�en rcque�t for wri�len �r�d��s 3y�� sha�l k���r
��ccurat� acco��ti� of �he �clu�i re��.son�tb�e cc�*� �i�creof t�s �rc���ide�i unc��.r me��od (Ite3ix �`j.
Cl�i�s for ext�a work u��ilf r��t be paid un�ess �l7e C�nz��ctnr sha�l Fil� h'ts clairn wilh c�t�
�w��c� wilhin five (5) �l:ry� ���fc�re �he iii��e for makii�� lhe firsl �:sti�nat� a�ter such wor�C is
done and tmless the c:lair� �� sr���po�k�d E�� sa�isfactory vnuche�� and cesC�fied p�}�rolls
coveri€rg �11 la�or �Mnd �r��t�ri�ls exp���cled upan s�id Fxlr�, �Vo�•�C_
"C'I�e �or�#ra�;lc�r sl��r�3 fu��nisli tl�e Dv���er suc�r t�1��:�1I:��ic�m r�c���ds of ali �ev��t�cx�s tram
�he arigin�l C`c���ra�t Documents �s r��t}+ h� neces��ry to en�tl�ic th� �wner lo p��par� �or
��rm�r��:r�t �c�or� � correcled ��t of pl�tns ��c�wing lh� actua� ir�stal�ali�r�.
`�'!�e compe���aii�m a�r�ed t��yoi3 For "Sxt3�a 1��rk" wl�e�I�e3' [}r C1[]t i131ti�k�� Y�]� il "�h�ng�
Clyd��" shtall he a�tii11, �o��let� a�td �isti�� payrr��n� fcsr a�l costs �ar�1�K�ctor ir��urs as a
r�s�lt �ar r�:Ia�ing lo llie �.h:�r�gc or cxtr� wnr�C, whct��er said c�sk� a.fe lcnown, unkr��wn,
�'�resc�� c�r Lmfnre��e� :�t thal ���ne, �ncluding wit�ro�l li���t�tiar�, an� �o�ts for cielay,
exle�tded ov��h�acl, rip}�le o� im�ac� cost, or any {��i�er cft'e�� on char�ge� c}r �r��l��ngec�
wc�r�C u� a res���t of �h� cha�ge c�r exura work.
C'.4-�,15 ��'1 �f]�;�,E �F ��L��4T1(}1V: I3eFore cc���rnencin� ar�p �wor€c t���der llirs
contract, ki�� Cc}ri��actor sha�l �uhrni� #o the C�v�rner �nd rec��ve �h� �wn�r'� a�prov�x�
t�re��c�F, a"��I�e�d��� of C}per���i�r�s,,, shc���n� l�� a slrai�hk lin� r�e�hod �he date �f
cc�miyi�nci�g at�d firr�s;�in ; ca�h of �he m�jn� clern�nts of #he �nntr�7ct. �'itie�e sha�l h� also
s��o�r�� t�ie es�imale�d �nr�thly c�st �f wc�rk Fo� wi�ic� ��ttm��c� �,�e to be �xpe�t�d. Tli��e
sh�ll be pres�ntcil also a com�nsite grapl� s�ac�u3it�g tlle ����i�ipa�ed �rro�;��ss of
s:oi��ir��c���� wi�h i�e ��me �J�iil� I}�D���L� }1{}il'/_C]ill�Il�j ��rd pe�ce��a�e of co�n�let�ar�
gi��tc� vcrtica�l}�. '1'he �r���ress chart� �1��1� be prepar�d on S, l!�" x 11" slti�ets �nd at
l�ast five blac�C c�rt blu� lit�e prir�l� sl�all be f�rnished ta �h� �v�rr�er.
C`�-�3.7 PI�OC�RC55 �C'���FDLTL�S I{�R V�l�ITCR f1�l�7 S�V�:� P�31��1'I'rA��.ITT.��:
V4f��}���� �er� ���) day� g�ior C� s��hmissio� af tl�e fi�s� ����k�lttYly progi�e�s p�}�ment, t13�
�'on�r�ctor �h;�ll ��•e�are �xr�d �ui�m�� to t��c owr��r fc�F ��prov�l six c�pie� c>f tlte sches�ule
ar� v�i��ch �h� �as�lraclr�r �res��oses to �arxy or� activ��ie� �in�ie��ir�g �rofi��rer�e��� �f
m�terials, �lai��, �rrd cc�uipi��ci�t� and tl�e cot�tenYpl�#ed c��tes �c�r co�pleling i�t� same.
7"}�e �chedul� sl���i b� tn �he fc�rm af � lir�e �ch�dule Critical Pall� �VleEhod �C'�Nl}
�etwark ilia��•�m. As the v��c�r� pro�resses, #i:e �c�r��ractot shali ���er c�n ��r� ���gr�m �he
aclu�l �rco�,ress at the e�ci {�f eacf� �arlt�l payme��l ��riod or a[ ���h �ntorva�s �►s �irc�t�:d
by il3e Ln�ine�r. TF�� Cnn�ractor shall ��sc� rev�se lhe sche�i�fe ��� ��#lect any ad��sl�nents
in cor�Eract �irne a�,����v�d L�}� lhe F..n�;it��cr. Three ��}�ies �>f thc up�ate� s�h�clulc sh�t�l �e
de�ivcrcd al ���ch in�crvat� as c�ir�cted 1�}+ ��e Eng��e�r.
r�� a mir�tmum, Ihe ccros�����c�ion �cl»:ciuE� si�all irtc�rp�r;��e irl� �oric e€e�ler�ts �n�
n��i��i�i�:s �r�c�ical�d ir� �h� propo��rl :�r��f En �l�e zechnical spe�:it'icatioj�s.
�4�4 �3�
�'rior to #h� ti��al drattin� nf ihe +Jetuiled cn�str���ic�r� �chedule, �h� Co�it�•nc�or sl�$II
review t3�e de��fi schcd�tic wil� tl�� F��;ir�eer l�a �:nsu�tt ii3e Ct�nt�•<���or's �inctersE;�rtidir�g of
IF�e corrlract requir�mer��s.
'The �n�}owing �uic�eiincs ��a11 bc �dhrrc�{ �o irti prc�arin� the conslrur�i��r� schedu�e:
2�. C�'T.II�S��11� {I.9#CS �Cl� �1�Y�11 �31'���Cr COfiti�]1CllOf1 ��LCS sl�all !�e �leve�c���d to
cc�nfcrrm fv Ci�e tir�re �ot�str�i��ls, sequencit�g fec�u�r�.�rrcnts anil cc�rn�letian
tim�,
�. '�'C�e cc�nsrruction prc�g�e�� �h�ll h� divided in�o ��ctivities with t�r�
cl�ara�ior�s af ����arnxi��:�te3y� �ou�rteen ci��ys (l�} r�a�s and �or�st�tic�i�n
v�tues r�c�i to cx�ced'�5{l,C}Q�. f�a}�rication, ���l�eF� �ln� 5klhrr5ilf�l �C4�YIx�eS
are �x�eptions tc} I��i� guadeline.
c_ D�r.��ic�n� �h��l l�e iEi calen�ar d�}�s �3�d n�nnal �oli��a}�� anr� we��lter
coi�ditior�s txver ih� r�uru�ivn c��' �Ixe cnr��r��� �h�kll be acca��nted For wiiliin
�k�� durati�n ot' cuc�r a�tivity.
d. O�i� �ri�ica� E]t��h �h�l� be shawn c�� ch� cvn�tructian sche�ule.
e. F�c��t �im� �s �ket'ined �s tltc arnot�nt ot t�r�Yc bctv���cn �hc �.a�-licst s�arc c�a�e
a��d tltc Eaiest �t�r� d�te �F s� c�ai€� c�f ��c�ivili�s oi� titie C�PM �ons�r��c����xr�
sch�dul�. l��Jr�at �im� i� n�� for thc �xc���ave ��e ckr ber�efit of citf7�r tire
�c�r��rackor or tllc �]wr��r.
�. T`��i��ty� d�}�� shall l�e use�l fnr s�thmill�l t'eview u��l�s� o�herwtse speci�ed.
Tlie �onsfruclion scitcd�le sC�:�ll as a m�r�i�3i�lm, � divided into gerieral c�alegar��� as
indtc��ed �r� t�e Proposal �tYd Tec�,nicil� 5�,�.cil-icaEi�sn� ��d �:ach general category shall be
b,-��c��, do,�vn ���� aclrviliea ir� eno�tgl� deta�� ta aclticve r��livitics oF �,p�r��citr�alel�
faurtc�r� { 14} da�+s duralia�.
Fnr each �er�e�al cat�.gvey, tlae conslruc[�an scf�edule shail identsfjr all tratles c�r
subcontracts whose wu�•k is r�:pr�s��rted by acxivities khal Fot�ow the gu��e�i��es of t�is
Sec�ior�.
F�ar e��h oF the �rad�s ��r suhc+�n�ra�ts, !he C:4fIS[1-ki{'k�0I1 scl�edtile �hall ��Y�i.icate lh�
f�llnwfng �j�a�c4�rer�3���ts, construc�ion �nd �reacc��,l�r�c� activities a�td everr#s i� �he�r
Ic��ica� s�que�ce f�r ec�ui�rrtenl and m��eria3s,
l. Pr�j�r��ati��� :�rac� �ransmiEt�l a� st�bn��ltal�
�. ��bn�il�tal rcvi�w pc�t�s.
��-� �4�
�. ���op fi��brac:��ion ai�d deli�ery,
�. �r�c��or� c�r is�sts�lalion.
5. 'i'r�rnsmit��tl o� mttrtuf{�cturcr's a���alio�ti �inci j7iaint�n�nc:e instrvctions.
(. l�slallec� ��uip�nen� r�nd r�tate�i�'�ls t�slirrg.
7, �wn�:r'� o�>eralor instru�:tfar� (if spplical�le).
8, �'ir�al in��ec�i�r�.
9. �ger�ti�r�al t�stii7g.
]f, ir� �k�c opinior� ot if�e �wn��r, war�C ac�:o�r��lis}ted Falls t�ch�n� tha� sch�du��d, khe
Gnr��ractor s�al� t��Ce s��ch rtctic�r} as necess�ry �c� it�i�r��ve his p�o�re�s. In adc��ti��, the
(�v►+ner ix�:��+ requ3r+e ���� {`or�t�-���or ta s�hm�� a rev�s�d s�hedu�� demorr��ratir�g hi�
pro�ra�n �nd pro�osc� pian io rnake up �ag in sr�C�ed��leci progi�es� �sr�d « ir�s�re
cor���ctioi� of �he w�rk wilhin thc co�lr�c�� �ime_ if [�ie owner �inds th� ��c>pos�d �I�rr r�n�
ac�:�pt��3e, h� tnay recl�src ��e �nr��ra�:tor �c� �ri�rease �h� wor� t'c�rce, tl�e cofla�r�ct�on
pl:���l and e�uipmer��, �he iiun�b�r c�f work shifts or ov�rt�me ope�a�ions u�it��u� �d�i�io�al
cost tv the �wr�er.
�:,iZure of �he C'ontr���or t� cornpl� witlti 11ti�se r�y4�ii�cmer�ts shail �� �.os�side�ec� gr'cxunds
for r�ctern�irYa�i�r� �y tftc C�witier Ih�t tl�c C�nia-�ctor ks fdiling tn �r4}secutc �he wc�rk wil�r
diligence ;�s wi11 �fl��rc its con��le�ic�n wi�hi� t��e #i�e speci�ies�.
��-�4 (��
PllFt�` {' - (..i�;I�1��AZ� ��T�D!'1'Y�]N�
�5-� C'�l�1TROL ��` 11V[�I�K f�1�D
ft�A`;'�'�I�LS
SFCTiC]Tv CS-5 C:��T1��7i. {�F �oRIC ANL] MA'i�Rl��.,�
��-�,l A��T�F�()RITY C��� ��NGi�1�FR' T�e wr��'k ��a11 be pe�-forme� l� t�e
S�CES�:1[;tlt)�1 O�l� i�1C �.I7�1i1���' �11�I ��t sEric� cojn��lia�c:�: w3t}� �he C�mtr��:t �r�cu�csits. The
�'ri�ir�c�r sl�all t���:�ile a�! r���t}�lio��s w�rici� sris� as to ihe �}us��it� ai�� acccpta�iiity c,f kine
mater��ls #u�nis�ed, worlc peifcxrrn�ci, r{�te cxt ��r��;re�� o#�t��e v��c�rk, vver:Gl� *c�c�r�e�z�e i�Ft�tc
c��r�siruction, i�tc��retati�r�t c�t' il�e ��ontract D�c�nrtic�}�s. acce�3ia�1e �'i�l�fllinent of the
�'or�iract, ��un�cz��r�ti���, j��i�ual rig���s �retr���er� �c�i��r�ctor and Owr�e� uncl�r t�tese
C[7T7iidCl D{]Cl11TiEf1�5, s4��,e��isicsn ol� ljie �+�oric, r��ur��ption of operati��ns, ;�n� all ot�r�r
q���sliorr� or cii�put€�� w��ic�r ���ay arise. F��incer w�i1� not h� r�:�po,�s�ble for ��nlr�tctar's
means, r���:il�cxds, teclYr�ic�kaes, s�:q�ie��cc �r }�rr�c�c�u��� o#' c�snstru�:lic��ti, nr t�� safe#y
�rrcc�utio�r anc� ��'{��,7�ms inc�de��t #hereic�, a���l i��: wil� r�c�l he res�roi�sible for �c�r�ir�c�or's
t�il��re E�� }�erf�rm tl�e work in accoF�anc� w��� Sh� cnntr��� doc�me�is.
'�`�e F���;in�er �hat� determin� t�e ��no���# +9i7(I [�1Ci��l�� o� iY�e wc�r� cc��t��l�tcd and
matcria�s furnish��, and h�s dec�s�ons and �.siin�a�e� sMail be fir�al. l�iis eskir�ate� ir� �ucl�
���ent ��all be a co�tiditi�n l{� �h� rigl�t of th� �c}ntractor #� re�eive mr�n�� d�e h�m ��nde�
th�: C�or�tracl. 'fk�� ���er s�ra�l t��ve exec:4��iv� �t�lhorii}+ to c�z�`or�e a�rd �nake effecl�ve
su�� necess�lrjr dcci�ic���� �n�i c�rt�c'rs �s t�3e �nnl���c:icar �tiils to c�rry (�uf pr��m�fily.
fn 11�� e►+�nt of ar�y cii�pu�� h�;tweci� t�� L'�x�gii�eer :�stid C:or�tract4,r c�v�r tl�� decis�oiy of �hc
Er}gifleer r�n ar,y s,�ch rr��t#er�, khe Fn�;�r���r i7Yti�st, wiil�ln �� rcasoi�able li�B, u�s��ti v�fritt��i
r�c}u�.�f of th� �:ois��act«r, 3-��idcr a�tid �eliv�r ic, b{s1.h the owner and Contrac�or, a wril��r�
cl�cis�an c�n �h� ����i�� iji caj�ir�vers�►.
��-�,� CDI�T'i��ti��l7�f 1�1'�"1� E'�..AT�S. The �ini���:c� �roj�ci ir� �II c:�ses sl�a�l
cc}fl�i�r,ri wril� lincs, �r.�cje�, crc�ss-s�ctiorrs, Fiiz��h, :��id dirn�ns�c�ns sl�owil otr the p��n� ckr
�n}r n�Me� rec�k�irern�nts c�llicr w�s� �lescrab�:d iis �li� C"��n�r�ci �ocu�x�er�ts. Att�+ deviatio�
fr��n llle a�pr�ved �'c�a�ta•��ct Dact7rnents require�i �� �he L.�zgi�le�r �iut�n� c�ns#r�c�i�,n wi��
in ail cas�s �e �ic:ter�ni��c� �y ihe En��r�eer �n� ����hc}ria�d �y the �wn�r �� ��ast�e
Ord��.
C:5,5,� C'(�t�i�L}iRl1lT1�1�! C�F C(��1TR�LC"I` 1���l.JM��V'T'�: T�e C�ontra�#
r]c��uTr�c:ttiis a�e mtkcle ul� c�f s�uc�•al �eclion�, �►��tiicli, ��a�Cer� icr�;�ttie�, ar� inler�decl to
�cs�rib� and ��rc�vicic for � c�mpl�te ar�� us�.nxl p�oje�l, �uid sny r�quiremenis �pp�caring
�n csr�� ��t' �17e se�#ivrr� is �s bir�ciin� r�s t�o��� it occe�rre�i in a!� sc�tions. �n cas� of
discrc��t�c�es, �i�"1���:� i:.�11ri�l�SlOt1 S�1F1�1 ��V�17� �v�r sca�eil cli,nens�o�zs, p1u�� sh�lI �ove�-n
ove� s�3�:ci#i�:�tin��s, s�}ecial cr��d�tic�s�s si��ll �ove�� ��vcr �,ciie�al s:nt���iElor�s an� siar�d�rd
���ciEir.aiior�, �nd qur�n���ic�s s�ou�iti on �lie �r]�titis sliall gr�vc� nvcr thos� shown in t�e
propns�r�. The C'�}r�tr��c�or s��a] I nc�� t�6ce ac�v�iylag� �f �r�� ���p�r�n� error nr c�mission i� the
Cc�nir�ck Do���me�ts, anc� Ih� cxw�er shall he perjr�i�tcd �a r�alce su�h cor��cti�r�s ��r
it�terprcl�ti�r�s as m�y be �ccn�ed ne�:c�ss�iry for fr�tftl3ment o#` ti�e inter�t at �t�e �ontr�c#
CS-S (�)
L]�ctGtn��,�s. �n the evc��# ��tie.y Cc�ntr��ctor di�cov�r� aJ� it�p�rent �rr�r �r c�is�:�����ncy, ��
s��l� ir�7i�ic�i�tely call this ca�dit�nn t� Eh� �ttcnti�iy �f tl�e Fr��;i�tieer. lr� t�tie cvent of a
CQnllic� �I] �i'3Wt�Y�5, ��,ecifica�ian�, or oi��e� �ic3��i���ns �� iltie ��}�tilr�,�.� Doctin�ej�ts wl�s��r
v��cri: �tic�i repr�r�e41 prior ��, ���e a���rc� o�Coj�#r�c�, �i�e ('�,�#rac�o� sh$�I �ae c�e�med to have
quoted the mv�f expcnsivc resa�ut��n ot tE�e conti�ct.
C'�Y5,4 {'�Oi'�l�A'i"�C��7 OF (-'Cl��f:R;AC"1'(�R: Ti�e �'on�ractor wx11 be fiirnished
v�°it� ll�rc� �c•�� ckf- C'on�r€�ct Dnct�mcn#� �n� sk�rta!] have �v���jt���3� or� t�e site oF lit� projeci
�t �li ti�x�es, one sct c�l"s��h �vntfact boc�rn�nt�.
The �:o���rt�ctor �1���� �ive [o th� �������C 1he �onstant �rttc,Yti�n n�cessary to F�c�iiit�te �he
�ro�r�ss thereof a��d ���all c�o��ra�e with �I�e I:��ir�eer, i�is i���p��1ur, and r�t�er
C,'c�itit�•aclors i�� �vc4�+ �ossiblc wa�.
TF�e �:or}t�ac:t��r shali at a11 �itY�cw h��� c���x���#cnt pcl�sc���,�cl avail{��Ie lo t�e �xrc�}�ct �ite for
�,rt�per��rfr�rn�t�iice ckC�l��.x W�1fI{. �r�f]� �L1211�'3C#{kC ti�l�l�� �1'QVI{I� �l1� tT��1Rt�'1i�3 FI� �I� �f1�1L'$ d#
ihe sitc �=f t��; p��r�ect a cot�i�cicnf, EiI�;���Il-S�1C��C�ti� S�I�}l'.fIT1E�T]C��i�� �6i� aC1 3SS�S��IIt WIrlO
rtt�e f�ll� ��.��hor�zcd to aci �� the C���1[ractoj�'s a�e.��t c�r� tf�e wor�C. �uch .�uperinle��dc�� ar�d
llis assista�zl s���:�1] l�e c�t��a�lc o�`r�}�cli��� bnd u�ac�lc��s#an�i���; l�e �:c}R�iract Do�urn��ts ar�d
s��a1� ���:�iv� �r�d ���li�l in�c��ciions feott� tl�c O�vner, fihe �n�ity���r, c�r �ris a��t�ori���
�-epreser�t�liv�:s. Pur�uant to tfiis P{:SFil.lil�l�ll�iC}� v� ��ic �orilr��:i[>�, lhe �ot�lractur ��r�►�l
dcsi�n:��e i� ���riting lo llze }�rc�j�ct� �ape�•intrndr��tit, to a�t �s #he �ai�tracicsr'� ����t on t�i�
wnric. Sucl� assis��ni p���,��:cl �up�t�it�lcn��:nt *�}��I ��e a resi�cnt c�t'Tarrant �our��}�, Tex�s,
��d sh��� i�e suhje�t to ca�l, as i� ih� �3�e�jcct sti�crin��ncle��i, a# �r�y ti�e of ihe c��y o�
t�ig�it �»� any ilay uf i�e �veek on ���}�ic� il�c �n��n�er de�criyts��es that (:IF�111i7St8J1L`.�S
r���uGre lty� p���s�:�ce ��n tite proj�cl ����.w c�t'a f��reseit�sttve cx�'t�1� �'�ntra���r �o �dr.x���at�ly
prc����cie ��n� fhe �afety ur ct�nv�niencc of tt�c t,�aveiia�g �rub.aic or tlYc ��wr���s o� prupert�r
�crc�ss whi��Y thc� }����e�� cxten€�s or tlic s�Fety a� ll7c pr���rt�+ con#'r�ivus �o the �r���c�
routir��.
�"C�e �ontractc}�r �i�all pr�vid� �E�1 f`t�cii�Ries ta enab�e �he F�,�inee�• �nd his iri�pector �o
cxru��i�e anci inspcct lh� wr�r�Cmansl�ip a�Yc� »�aieri��ls en#ering �n�o iY�e wc>r�..
�s-s_� F1��_��;�°v�� .��T����1� 1��:c��1-rr•1����o�r u�r�l�t: w�,��,r i� ���e opf�zio�
of Ihc �v��t�er ur I:n��«�er, a conc�3�ic�ri o�e�tier�;e[�c}� cxis�� rel�fed to aily �ar�l ���`ihe wc�rk,
#1�� �c���r�act�r. �r ti�e ��]�1lCA�FCiC' If3.COU��'! I]T� d�si�;nate� ��eprescnt�ti��, si�all responc�
wi#1� �isp�t�:h �n a vcrbal r�qtite�� �r���cle by th� Owr��r cx� �:n�i�c�r to allevi�le ihe
c�rr��.xrg��cy c�t�dilickt�_ �u�h � res�onse s17:��1 accur day or t�3gl�t, w�,�ti�er #he �ro��c! is
schcd�Gled un a ca�end�r-da�r or a wc��k�r�g�da� ba��s.
Sh�t�id �Ize C.'o��ti•ac�or ��il t« re��ron.� �o a i•eyu�sl fi-�x�ti lhe �i�gijieer t� r��tify any
�t�c��par�c��s, on3i�sGon�, ar �c�ri�c:��ion �tiecess;�ry lo c�nFck�nti wit� the re��iretr�cn�s t�f't�e
�r�s��:�t s�re�ifica��o�� or �,lans. tC�e E��ir�ccr shal� �i+r� t�e C:oi�#ractar uxr���e�r r�otic� t�xat
sucJ1 work nr �.h�n�es are to be perft�rmed. 'Ci�e v��ri#tcn s�c}tice ��iall dirc�t aite�ti<k� �� tl��
i�i�trt��&Ill COli�i�IQ�i �iiztl r�iJU�Bt i��� �t3f����Cltrf t� t��4� 1'�121C�1�� �cl�[}�} t� C017CC[ ��1�
�c�i�ditio:r. �r� ��e eve[�i ll�c �c�n�rac�or [loes n�t l�ke p[�Sittve steps to fult�ll ��is wnt#e�
rcqu�s#, o�• �o�s r�ot shoe j�ast cause f�r n�x� tuk't��g �h� �rop�r a�ticr�r, wiiliin 2� liours, i��
Cit}� nza}r �ak� .s�ch retn�di�� a��ior� wi�h Gi#� forc�� c�r by con�r:�ct. Th� �it� s�r��l �e�c#�c�
C5�3 (2)
;sr� �mount �yu�1 �c> t�tie er�tire cc��l� fr�r s��ls ��ined��3 �cti�n, plu� �S°�o, from ar��r fur���
dx�e tt�� �,�ntr�ct�r o�r #�re pFoje�t,
C:�-�,� F�Fi_i� C]�'F�CE: 'T'he Cnnlructc�r st�al� ��o�ride, �i no ���clr� com�,er�satiarr, �i�
a�eyt�ata fi�l� otfcc for ��se o�'t�� E��gir}ee�, if��s�ci�a�:�11}r ca�l�.x� tor. "�`l�e fi�lc� ofF`t�e
s��all be no# less lhar� I fl �c l� f�et ij7 fiooi• KMre�, subst�tntially c����tructed, wel� hc{nt�d, air
����r�dil���neci, �i��#e�, ��t� w�s�i�er pro�#; sck �h�ti docx3iz�eiits �.�ill nt�l [�e d�r���;�� b� it�e
ele�ra�r�#s.
�'S-�.7 �'��1�'i�����'Ic�T� ST�iK�S: Tlic City, �I�rougl� its T.;r�g�nee�, will �i.�i��r
the fC'c�nt�-act�r wit#� a�l �in��, ����de�, ar�d m�a�urer��nt� ���cessafy t� tk�e prop�r
pras�c�lion az�d co�i�rol {�fiitie wor�C contra�ted tiu�cl�� tl3ese C`antrac# �ocu�ncnt�, ttrsd
�in�s, �;r�d�� �nc� rr�ea�►E�crr�c��is wil3 l�e e���l,lishe� by 3xic��a�s o�'�l�lce� or ol�ier cx�storr�ary
rn�tl�od af trtiai�ki ng as may �e ��trnd �o�7sislen� with �,�sod prt�ctice.
`�'�::��: siakts or rt��r�ings �hal! be ��t s��tfi�ie�tly in �d�ance of`�ons#ivctio� oper�lic��s to
��oi�i delay. ����� s#a�C�s ��r �rtarking� {�� m�� b� �stabti�]�ed fc�r C'�>r�t�actor's �se �F
�uid�r�c�: s�tiall �e �rescn�c�l by ti�� Cujitractor until he i� �K�zhori�c� b�r the Engine�� ta
rc�no�e �heni, W'��eneve�, �n �1yc �pii�i�n o�' lhe L.���i,icer, any sta��s or m�rk�r��s have
he�.rt ca�cics�l� c�� v��il�fuliy desir���d, dis�ti�r�ie�. or rern�v�:�i #�}� l�re C�iti�ractar or ar�y o�
i�is cn��layees, r�e ival ����t of re�alacGr�g s��ch stalccs o� r�iar�Cs ���us ��°fo wi�l �e c��rgeci
:�g�ir�st �ra �ontrac�or, ar�ci kl�e �ul1 3�i�ount v�•i�l he c�criuc��d �i�arn pay�ne.n� c�ue th�
�ontracto�.
C���S,f3 _AUTFI(�T�TTY AI��D DL�"I"I�:S [�F C17� INSFECT�i�; ��ty� s�ispactars will
�a�: ��iho���cd io inspe�l �r�l wcxr� ��e�nc and ia h� �ic�r�e and all n1a#erials furni�h€:�. ���h
ir�s�ect}ox� m�y cxtcn� �o a�] o� an}� p��t o�` #I�e wc�ric, �nc� c�te prepa��tion or
nzanufa�:t�rii7� o#` tlie ina�eriaas tu U� use� r�r �c}u��r��ren� to i�c ij�stt�ilcd. A CSt� Tnsgcctor
i��ay �e �i�r#iaa�cd ��n ��ti�: work to rep�rt �c� �1ie E�7�;i�ye�er as tt� tl�c ���t��;ress af �17e wvrk ax�d
�h� r�ti�ttincr it} w��ic� i� is be�n� l,�r�c�rit�cd, t� re��>�E any evic�rrticc I��at �Y�e r�aten�ls b��ng
fi�e��isl��i� va• l��e wc}r�C b�f�Yg perfon-n�:cl hy thc �ot}tractc�r �atiEs tc� {'�l�il� th� rc�uirement�
��t' !he ���ntract D������ents, and ts� c.a�� tl�e ��#te��l��}r� c�i� the Cottitrsclor �� any �uc�t F�tilure
��• ofiller ���fi��tige�e�ts. �►�cl� iY�s�s�cli��r� or lack of inspeciic�n wi1� not rciieve the
�.'cknlr�c'l�i' lr��� inn}� o�li�alian �n perforjv #he wc�z-!c in �ccordaryce wi#h #he r�€�u�rer�ents
�f t��e �nr��ract l�c�ck�ments. Iri case af:��� clispute arisir�� bet�+�eer� �tfe Cc��itractor �nd �he
�'iiy i�s�cctar as z� �he ��ate��71s ar c�Lripjr���i# f'tar�islxe�� �kr l��c i��anner of pe�formi�� �i�e
u�ork, �he C:ity l�rs�,ector will �Yave t��e a��t�c�rit}� to rcje�t s�ti�#erials nr c�c�uigrI����, $rt��ar
lo su��e�ci �vc�rk �m��l lhe que�tic�� �l tssu� s:an �r�. referrc�cl to �tiid d�cic�ed b� t}�e
�'n���ccr. T�c [:�t}+ �nsp�ctc�r will no#, hc�v��ever, he a�ihoriacd io revok�, alter, ex�lar��, or
relea�e any re�uiremc�tt r,# thesc �'o�tr�ct Do�t�m€�ts, nor to ��prov� or �ccept a��
��«�t�c�rti nr secttnn of l��e work, nnr to �ssue �»y i���trt���iu�,s coj�lrary ta� l�e �eyuir�:r�re�it s
oF th� �at�tract DocuTn���is, Thc C`ity �r�sper:tc�r �i�l iit ��o s:��e a�� �s ���cri�tendei�� or
�c�reR�zat� c�r p�rfor�iri �n� othea� �t�tic� �i�r ii�e �orrtrac#ar, nr inie��er� v��ith t�e rrz�na�eme�t
c�r oper��ti�j� o�tM� w�,rk, �i�: will not accegt frc�r� tlYe C`aji�r���c�r ar��+ c��a���r�sation in ar��+
�ar�i for ��rfnnt�il�g ��Y]� dul�es. The �;�nir�cior sl�all re�;�+rcl and c>bey lhc direc�ions ��d
ir�struc�ic�ns of �h� City ]ns�ect�r or Er�g���eer wi�c:R �1�� s�s�� �t� coi�si�tenx �rith the
4�b�igati�n� of the C���lr��:! Docz�tner�ts o1' ��3e ��ntrac# Docurr��x�ts, provtded, ]towever,
si�oulcl �he ��}ntr��;��r ob�ecx to ��y c�r�ers +�r ir�slruc�ic��s or 11Ye �i��r luspectorF the
CS-5 �3)
{'c�nt�`�ctc�r m�y wiC�i� six cla}�s T�lake wriifer� app�al lo ihe �n�;��ieer for his decision o�r
���e tr�att�� ir� �nntrovcrsy.
��-5_9 iT�l�l'F[=T�(�T�: Th� C"o�irac#�r sl�;�ll f�Mi�r�si� sf�e ���ineer wi#h ev�y
�casont,�,lc� t�t�i�i#�r t�r asccr�ttinin� W}��ih�r or nok the wn�-lc �� �cF1'��r�r�ecl is in ac�o�-d€��7ce
v++ati� ll�e re�u�rements �f Ch� ��r�lracC �ocut���rYts. if �1�e Et��ir��er so reques�s, ihe
�c>r�lr�cic3F sh�il, �i any tii7ie befc�re �cce��ance of 1�7e work, re�ove or �incovcr ��ch
pc�rt���r� n�' ��� finished w�arlc �s rr3�y i�c ciirec��:d. �ftcr examinati���, t�e �c>nirac�or st�a�l
�-e;�t�re s�id po��ion5 of l}�� ��r�r�C to th� st��i��1'd ret�ui�'eil by the �ort[r��i Doct��r��Mis,
�hou�� the wo��ic cxposed ar examinrd ��rnvc accc�a��hlc., l�i� llflc:CiYC'f]i5� I1F F2iTk[�vl�l�* �ll�
re�lac��� �f Ih� co�ering r�r ���r�king �ood nf'tttie ��a�rts r�t�7����d s��all bc ra��d for as exlr�
�ork, b�� slin��cl 1�lc�rk s�� e�xp��sc}� c�r �x��e,i�l�ci ��rc�v� �c� h� t�naccept���e, k��� �ncu��er�r�g
ar �emo�an� r�i�d r��placin� o#' �11 r�d��cet�t dcfectivc o� d�t�agec� par�s shal� b� at il�c
�aiitract�,•'s cx�c:,ise_ �lo wcsrk ����ll �e �c>a�e �� ma�cr�al� ��ed wilF��ul �uit�ble
st��,er�ri�ran or i�ispection.
c�s��.l� 1��:n.����r�l� c�t� r��{:��k�.C"1"l�r� �t�[� �iv�uz��io�tz��� uFo�.]�: �il
work, ni����-i�ls, e}r �c��aiE���7cnl w}�ich h:�� ��een r�jec.tec! �l�al� bc: rer�z�.cji�c� c�r remc>ve� ��rd
re��ta��� in an acc�p#�rhle rr��nne� hy !he �or�tr�rctor a� Et�is experYs�. 11�o���C �on� be}�ot�d
t�c liiies aiYd �r�d�s givcj� or as stiown on ll�e �,Eans, ��[�1:�7� �i� Il[`,I"i:]R i�3eCiE1��� �]FVVI{I�CI,
ur an� Fxtr� Wr�rk c�c�r�e will�r��l w�•iilen au���c�x�ity, will be ccxi�sirlcred as �xna�t��uriz�d a��d
c�c�n� al ��7e cxpens� of ��ic �o��tr��tu� :�r�d �i�l nc�i be �aicl f�� b�+ lhe Owt��r. V4'or� co
dc�nc rrtay b� orcl�:��.d r��mc�vc.� ai tl�e C'c�nt�-r�c:#c�r's expense. L1��n �Y�e fa�luFe on #ile part af
ih� (-.�pnkr�c;lor lo coir�ply ���i�h .�ity or�cr �f ili� ��Y�inec:r made t�nder llie prov�sia�Ys o�
117is p�r��ra�h, �li� �n�itti�:cr v��ill ��:�ve ih� �ut�ic��i�y #�� ��u�e de#`eelive wc�rk la be
r�fncc�ied or retnc7��e�� �n�! replaccd and �an€�kalhori�cd ��r��r�C �o �c re�novc�, and fhc c�st
lhc.re�f n�ay be dcc��c��:d 1`r�ni any m��n��+ dUe �r �n ��.c�me du� ickt t�e �c�nlrac�or. Failu�e
�o re�lui�e tl�� remo��ai c}f �3l}' €����GtIY� or �ar���tl�ori�ed wor�C shail noi �oi�slitute
r�c�ep�ance af sucla work.
�`�-�. � 1 S�xEf3�'i`I_IvU-I`� !�A"f"t_:I�i.AI,� �Ft CQl1IPME�T: �f ilie ���ctfica�i�ns,
law, c�rciin��ce, c:txle� ar r�>�,ult�titms jreC�rii# C,',c�nFC€�Glnf �o fi�r�-�i�h �t�' t��� a�ub�tizute il�at
is e�u�l ro �i�y r�7t�te�•ial or equ�pnz�i�t s�eciftcd, ��Y�i if Co�Ytracto� wishcs to fur�ii�li or use
a prc,posed subs�itui�, he shall, �ria�` #c� il�c pr�xc�c3���Pr�cti�n c��i�ferer��e, rr��lce wrillen
ap�laca�ic�� ttr �1�G1�€:�:R far ap�rova� o�' s����y st�l�stil►Gtc �erii#�ying i� wriiin� il�at t�e
pr��poscd s�7l�sti�t�te will �erli�rm :�dec��:�[����r �he f��ction call�� fc�r by the �ene�al desi�r,
he sir�iilar �ri1d ui` e���al s��staz��e Eo �f��t spc�iiied and b� suited io ll�e same u�� �nd
ca,�a���e a� ���:rti�nr�ing !h� s�me �Lnclic�n a� �Y��lt *�se�:�fiec� ; an�� i��e�t��'yi��, all va�ia#3or�s
�f t�re proposed s��bstit��e fro�ri tha� spccifie� attid iridt�au�t� av�i��l��� r�aintcn�nc�
se�v��e. Aic� �u����itu[e �h�ll he c}�'{i����.d �r i��stal�cd w�lliout �4+r�lten agp�•�v�� o�' �n�irtecr
w�o ���t� bc �he jtitd�e ofi ���e e��ua�i#�r :�nd �n�}� rec�uire �'c��lr��tc�r to �i�mish �4r�1� c�t#��r
da#a �th���t ��re �To�osed s�hstitu�e as I�e consi�crs pertinent. i�o substi�ute sli�il be
ordcr�d or insta�l�:ci witt�c���t s���:li ��rl'orm���e guar�ntee anci bc�nd� �s �w�er r��ay r�q�aire
whicl� �hall be fi����is�e� a� �on�rac#or's c�t,��:i�se. Confract�r shsll indertinify at,d �i�l�
t���nlcr�s �v�r��� �nd k:��ineer anc� �nyc�ne d�rectly vr ifldircc��y emplay�es �� e���e� of
#i�e�n from a��d a�aiiist ihe �Iai�iis, d�ii�ages, lus�c� �nci exper�s�s (inclu�irig $�torn�}�s
i'�es� t�rising �ul oF �he u�e c,�'subslitu�ed nya#eria�s or �c�urpm�en�.
��-S {4)
C'��5,1� ��1��'LF..� AI�1L7''I'F�T� OF I1�1A7`EI��AL�: Where, ir� ihe c�F�ittiio� af �lie
F�i�;�r�ecr, or as ctil l�d for in Il�e �olitrac# D�>c�����.tt#�, te�t� ��f �Yti�terials or �q��iprr�enc a�e
nccessary, �uc:�, tcs� �vil� �� ma�e al #h� �xp�:itise c�f a�td pai� fc}�' ilire�t �o i�� �esliii�
���f7C�+ ���f C�'jC C�u�C7�i' 1J�31CS5 Ol}]Cf W15� ��]CC1fICt'1�I}� �1f(l�rl{��C�, �'he failure of �he Our���� t�
���2��C� ai�� icsts o�' m{`�tcrials s}��11 i�7 �tia w�y r�l3cve ��7e c�niractor o�' h}� rrsponsibilit}� o�`
funtiis�iz�g ma���ri�ls �r�� e��ui�trti]�'ttl fulEy �'c�n�'c�i7y��r�g #v t�� tequirem�nls o# the �nnlract
Do����}�:nis. '�cs�s a��d ��mplirtg c�f m�t��;��s, ua�less �}t���•wise �pc��ilicd, �vrll he rnade ��
ac�c�rdance wi�lti Il�� 1at�st r���;ll�cads p�•escri��ci by ihe A�nc�ican �aciet� for '1"esting
iv���crials or ���:c�fi� f�Cj[�]fem�tltS �f �he C}v�ricr, Th� �o�iirac�or �1�$11 pr€��•i�l� ��ch
Fac3li�i�� �s �lte i:���ine��- �t�.�� �•cq�.�i�-� t�z� c:a�l�rtin� ElTl� �OI'W�'kFi�lll� R�iliZ�}1�5 Al1C� ti�'1��� llOta
wiC��>ut spec3�`i� k��n#tcn periz�is�i��� oi' ilte En�i�ii:�r, �s� ��atcr�a�s re�Tcscr��ed by tl�e
sarrtipJe� un�il �es#s E��ve h�;en ri�ade ar�ci lhe ��aterE�rls ��p�'�v�d #'t�r use. 7��e Cc�ntra�tor
wiil fu�tis�t ad�quat� sar�iplcs v��il�c��ryt cl�arge iv i�e: Owi�er.
Ln c���: ��` cc�r�cre��, #he aggreg�te�, d�sign r�i��i�7z�un, #�114j 11'1� ri11]4i21� c311t� tl`5175�}01'llIl�
r:�t��pinei�t shal! l�e ���prov�c� �y the �:n�in��:r hef�,re �ny �or�crete is placed, �1nd !he
�t,1�����i��r s�i�ll k�e res�unsi�le �or S'E}>I�CI13�, an}� c�tyci�t� whict} do�s ne�t rneet tlie
rec��kircme��s f}f ih� Co�}lr�}cl �lr�c►���Scnts. T�sts �1�{�ll b� re�ade ai l���l � da�+s pi�or l� kF�e
p��ci��, �f coj�crc�e, ��i�,� sa�r-�ples frc�m �h� sarr�e ��;�rc�ate, ccr�c��t, a�7d mortar �viiic�r
�re tc� t,e use+� l�t�� in ��re c#�3�cretc. �t��uld the source o�'su�pfy ch�ng�, new tests sh�i1 b�
n�ac�e pric�� lo th� t��e �kf r�c�v r�ateri�ls.
��� 5,1 ��TO��AC�� OF Ml�'I'�l�TAi�S: Al] ntiaic��iajs whi�;� �re �o �� t�se� i�t the
cc,��;tr��ciion c��nirt��t �l�al! he s���rcd so �� tc� €ris��re liae ��esc�vaiic�r� cxt`c�xaali#y �n� �tr�e.�s
�f#�� wark. �1V�en ciirc.*cte� by 1C�e E���incer, �he� s��ill �i� �]�ced o�� wr�c��et� pl�r#f�rntis o�
athcr ��arci, cic�r� d��ral��e s�rla�cs irynct n�t ���ti �he gsc�uncl, asti� shE�l} �e pl��cd L�nder �over
wh�� c�ircc#ed. Sior�c� nya��erials shall �e �I�►ccci and lo��t�:d so as t� f�ci�itatc prompE
ir���ectiort.
�5-5.14 �'�C1�'FZN(} �TT�i1�TUF��S �1�D UTZi.I'r�r�s: �'he l��atio�i ar�d �li�ncl��i�s�s
�howt, c�r� the p�an� r�:�:�tive to tlxe �:xisting u��l�tics are l�as�d o� tl�e b��t inforntafi��
availa�le. ��nissins� fror�, tl�e ir�c�usion ���' 4�tility �;�catio�s �r� �he Plans is r�c�t tu 1��
ca3tisicf�:rcd :�s itc�nexiwien�c o#`, or a L���i211�� ���:�1#70i] of, existirY� �and�r�r��nd ��ti��t�es.
The loca�ivr� ��'m�i�y g�s izr��r��, w€�t�r rr�aii�s, ct>�c�ui�s, sc��Fc� 1ir�es attd service 1�nes for
�ll uiili�ii:s, etc., is un.kno�vz� t� the �}wne�, anc� ih� C��vner �s�utti�cs nc� re�pc�r�sibi�ity f�r
f�i�urc io s1�ow �n}r or all �us�l� stj��c�ures �r�d ��tilities on thc pl�ns �r to s�ow l�e�r� in
i��fr �xacl �n�:alion, lt is ��1uEua�ly agrccd �Y�a! �r��I� Failure will n�t be C(k[15�4��1'�CI
sul'fici�stit ��sis for claims for a�lc�ition�t� con��s�ttsat�t�n fc�r ��xt�•a �N�rk csr for iiicre{M�ir�g
it�e �a� quantilies in �r�y �riun�Ye� ��•4��#svev�.7, t�nless an obst�z�ctjnn �co��te�e� i� su�:i� �s
t� n�c���sitaic clian�;�s ir� tlie lincs {Y��� �raries c�� cottsidea�able ma�;n�t�de c�t r��u�re� t�e
})Lii��1�7� Q�S�3�[;lc�� kVOC�CS, �n�v�sion of w�tiich is nat madc i� tl�es� �c>�lir�c� 17ocu�r�en�s,
ii� u�h�ch c��s� t�e pro�+��i�n in t��ese �nntr�ct Doc�wrrier,ts for F.xtra 17Vork sl�a�l 2��p1}r.
It s����l I�e th� Co��tractor's �•�sp���sihilit� lo v�nl� �o�alivn� c�f t1�� �cE�ac�r�l andfor
c�r�lli�tE���; util3�i�� �ulYicic����y in �cl�a�icc af construction in c�r��� tha� �r� m�}� iicgo#i�te
s��t=� 1aca� rMcijk�stmcnts as �ecesssry ir� #he �onstr�cli��n pr�ces� to p�nvide ade�uatc
cicaranc�s. T�ic C'ontrac�c�r s��a11 lake ai1 ne�es�ary �recttiucic�ns in �rder t� �t'utect s11
�5-S {5)
cx�stir�g ��tili��es, sE�u�:Eur�s, ��nc� �en+ic:e lines, 1�eE�ificatiory of exi�fing ta�alilies, stru����res,
r�nd scrvice �i��:s �hall ir}rltide notific�tir��t ��#'�11 u�i��ty coj�tip�ni�s at 1�::�sz fc�rty�ei�h� (��}
haurs �ti advanc� �xi� cnnst���clion i��cluding cx��l�>r��c�ry exc��ra#ioi� i�` ne�:��sary. �I1
ve�i�i�alic��i af tiliti��c� �rt�f ��eir �clj�a��nle�! s�ali bc cons�cl�red sul}sidiary was'�c.
C�-�.1� I1�'TL•�tR�JPT�CIT� ��� 5�:��I���:
1�nrrr��l �ix�s�c�at�nn: .�n i.�� norma! �rosect��ic�r� o�'wo�k w}�ere �f��
it����ru��3c��1 of ser�f�c�c is ne�;essar�, �h� �ontrac�or, at Icas[ �� h��rs in
adv�nce, shalt Ue a-eq��rc� to:
1_ Ncst�Fy lhe V+�atcr Dc.p:�t�t�rre��t's D3�i�ibt�iion Diaisior� a� �o
loca�ioii, ti�i�c, :�n�i sc?�e����ie �#'service in�errt�ptiot�.
2. i�lo�i�� e�ctY �•�si���nea- pea'wc����ll}� Cl��'i����,h re�}�crn�G�le �e��aiutiel �t�
��x !]�e time ar�c1 scheckk���, uf E��� i��terr�r�lic�n of if�cir s�rv�c�, c�r
�. �n ll�e �vent tl�al persoit�I iYo�ificati��r� of � custoni�r canno# b�
t���de, a�re���re�i t��, f��rm *�i��lJ I��. �t#�chcat! io ihe C�fitc���er'� doar
lcn��h. "�'he ����, s�ra�i be durab��: i� c��ml,c��itior�, ar�� ir� larg� b�ld
��ttc�s ���a�� s�t�r:
..�lO"1'!��„
��x� #o ���li�� linprc�v�.rnent in yaur nei�tborhoori, }rck�,r
�w��er� (s�.v►�er) serkFic� wtll be ir�t�rru�ried �n
�r��we�r� �he l�oti�rs of �nd
Thi� i�i�c�nve�ie�ce will bc as shf�rt as �r�s�ible.
Tl7ar��C �a�a,
Coi�trnctor r -
Acic}re�s P�c��e
�. Emer e��, icy: Iti t�ia �:ven� i����t nr� unForeseei� sei�vi�e i�it�:n'up�l�[1 vcc�rs,
n��ic� w�z��l h� �s ��ove, but �mr�,�:c�iate,
C'�-��1�i �II�T[JAI.I�,�?��'�}I�'�?L3ILTT�fC_}F'COI�'Ti��1C'.T('1���: ��'} t�11�u��] ��t (>C
�ic��eci {}r� Ihe �}art ol` ���e C'c��7lracior, ar �ny �t��er Cui�cractar or a�p sub-cc3rt�-:�ct�r sl�all
�t�ffe� �,��s c�r �t�am��e of the work, tt�c G«I��r:��#c�r a��r�es to scttle wi�h such c�tl�e�r
��z�tractor or sub-co�,�r�cE��r l��+ �gre�mer�t or Ai�bi�raliori. Ifs�rciz �xih�� �c3i�Cractor or sub-
conirxcio� �hall r���ei�t a�t� c�iaiin ���ai���l th� c�wn�r nn �cc�ur�t o# �ar7�ag�: aEl��;� tt� i��ve
���e�n sustxii�ed, th� c}wner w�ll n�#ify i��e ��t��f��c�c��', u+ho ��xall indeinr�ifj+ ar�d save
��an��ess the own�r ��ainst �n� sucl� �l�irn.
��Y5,17_C�L�EA1�r-UP: C'le��t-up o� sur��Zus �€��lor u+��s�� rrka#��ia�s accumulated or�
t�e job site c�t�a-in� t1�e �rasccutior� o�' t�s�: w��k und�� �Iles� �otilract Ducum�:r�ts s1��ll be
GS-5 (6�
a�complished rr� k�c�3i��� �vi�l� � daily a-����i3��: cs��khli�lled #� t��e sal�sfac�aon of th�
Fi�g�necr. T�4�eR�ly-fcxt�r {2�) h��ti}rs �if�et� vVr3ft�i1 noti�.� is �i�Fera I.he �onlr�►c���r t�y�# �he
�.���1I1-43�] C}T3 �jSC Jc?�7 5�#� I� �1!'�]#:CCK�III� I�! 8 1T�FIll1�l��r LkC15�itC5�Ai:1[71-j� t0 tYl� En�it��er, Lf the
Cot�t��aci�r luils �� c�rr�sc:� ll�� Lm*��istactory ��rc�ccdtire, li�e Cii�� ai�a� t��e s��h cl�rcc�
�ciivn �s tltic 'L'•��gir�eer ij�crns �lp�,�-op��r�lc #� c���rcc� ii}� c�c:��i-t�� deiic��}�ticres c.3i�d to the
�'c�r�tractor Ga1 llie wri��e�� nc�tice, and th� costs c�l' wuct� direct acrinn, t}lu� �� °la o� such
c:�sts, s�a�l he c��=�L���ec� �'rcxm t��e rnoiti�� rlL�� or �� �ccos�-r� due lo tlie �c����r�act�r.
i��c}r� t��e c��m�,l�t���iz �f �l�e p���jeci as u u�t�o�e a� cc]vercd by t�esc Can�ract Dc�cu�iei�t�,
;�n� �rf���: �it�al ��c�cp#a�tis:� :��sd fina� �ayj�le�tit ���11 be in�cle, il�� C.'or�#r�r�tur s�ta�l c1e�n
ai�d re�x�c,v� F�•o�n th� sitc of t��c ����oje�t a�l �urp�us ancl discarded irs�t�rir�ls, teax►��rary
slx�kciures, a3id ��ehris ���' evcr�y kind. ��I� shal� lca��: ttti� sit� c��' �1� wo�k in a ne�t a�d
ard�rly c<}n�fi�ios} �qual E{� ��at v��liich �ri�iR3a11}� C7C151�, S�kl'�}IU5 itnc� �vaste ��afer-ia�s
rem{�v�d l��om lhe �Etc �f' the wc�rk sh���l b� �is��o�ed ��f at lc�c�lions sati�#'acic,�y ro #he
Eit�ir7�:�r, The �'ia�Yt�•acPc�r �lYtrjl l���rc�u�;lily c1eal� ��1 c��uipn,cnt a��d m�teri�ls i�s�alleci b}�
�im ar�cl s1Y�l� ri�ii.+�r <,vc� ����i ���a��rials i�nd e��uip��cnE in � I�ri�;1�t, c:�C#liti. pcxti��c� and
I�c;�� �,p�e�ri��� c��tidition, I*�� ��Cti'A �nrI��]�t�5�3t]c�It Wit1 Li� lil'siC�� �� t�i� C'����o�s�:�ci��� fo� ��p
c�ean-u� rec�e�it�e� o�� ihe p��ect.
�`5-S,SR F]]���t, i�1�P��7"�C��l: Whc�tie��r t�e w�rk p�'o�ic�ec� fo� ir� ar�d
���ilc������aie�i u��i�er tlie �'n���rac� I)actul�ctYts li�s bcen satis#�clo3•i�y cnmplei�� an�i liria�
clean-up ��rfor���ed, tl�e �:n�in�er will �r�aiif}� #he �3•aper �ff�ci�xl� of the �wner and
re�ucst #hat a Fi��rtl Er3����ctic�n �e ma���:x. Such insp�c�ion w�11 be i-�a�le wiilyin lC} �a}�s
aRer �uch rti�iifcati����. A�ter s�c�x fii�ai it�s��cticm, �f tt�e w��rk ttud inaler�a�s ar�d
�:qu��mer�l �3-� li3urtid s��E�fi�ctory, ihe Co��l����tt�r �4�i�1 l�� notjfic� in �riting o#' the
ac�:e}�fance �f ihe sarrlc �1�er Fhe ��rt���er resu���#io�� ���s ��re�� �aS��d by t�e �'it� C�uncil.
T�o t�m� ch�r�c ��ill be ���a�ic �gai�st ���� (;orrlr:�c��r �e#�v�elti sa�d c�at� c�i' n�tificat�oz� of
tiie F..r�gincer an� Rhe da�e of �i�al itYsp�cti<kn �fihe wc�rk.
��-� (7)
���T � - c,�:rvr�r�L �,�r����i1�io�v�
Cfi-C� LJ_.�AL 1�Ff..ATi�T�� AIV� PL.J$��
ftES�'ONSTF3�I'I"Y
�.�:C'�'i��i �C�-6 IvF�;Ai.T��L�1"�'IC];�S A�'�]-D P�����.,1� RFSP�iV5LC31Li'fY,
C'b-6.1 1��1V4'S'I'� RF.{?BS�R11L;l.]�'!'he C'c�ttiff���:lor sl��ll �� a!1 Ci�e� r����erve �xnd
cck,����� v�ri�h all re�l�r�l ��t�i 5t:��� [.s�w� :.anci Cit� ordinanc�s and r����latic�n� which i�r an}�
w�y af'f�ct tl�e conduc� c�f �lie v��nrlc n� hi� o��er:i�ior��, imc� w17a11 ol,s�rve ar�d �€�mply wil�
a�] ��rde�s, 1{M�+��, c�rclin:�ttic�s nnd r�g�iatio�is w�ri�h exis� or wl��ch m�y be c�acte� �at�r h�
I�od�es havin�, �t�risc�icfiior� nr au�hc�ri[� For skac� �.n�c���n�.nt. l�o �I�� �r r�Yisund�rsla�t�li��g
c�r i�,nc�ri�nce Rhcrc�i� �vall he cc���siticrec�. '1'h� C`c�ntr3c#or aa�d his �uret�es s�r�ll �ncicrtti����y
�Mnr� �{�ve ha��nl�ss Ih� �'i�� :�iti� {s�l of iCs r�fl'iccrs, agenks, �nd emp��ye�� ug�ir�sl an}r �r�d
all �'I�ir�s or li�hifily �nsing frvr� ��r l�tiscd on the vi�i��i�� of any st��:#i I�w, ardinartce,
r�g��1€�lian, �� orc�e�•, wheihe� iC he �ry IYi:�1s��F or h�:� e�npCa}�ees.
C'G-6.� P�;}��'f£T� �►i�L� LZC�NST:�. Tt�� C'orit��,ct�ar ��ra�l pencux� all p�ni�iks and
liccr�s�s, ��1y �i1 char�cs, cost� anc� fe�s, �r�d give ��� r�a�i�es necess�ry �r�d inc�der�� �o �ne
cl�ae �s�d ��vaf4G1 �rosec.ukiar� ��f ���e work,
�6-�,'� 'Y,A`�'r'I�1TFT) D��'l�'���. MATEFt1�1.�. �ND PItO�.LSSF,�; if t�ie �o�#ractor
is rc4��aired �r �iesires t� t�s� :�ny dcsi�n, dev�c�, n7lii�i7d�, c�r pr��c�:�s cover��l b}� l�Et�r,
�rat�ni, or` ca�,yri�;�ix, he ����sil provide 1`oT suc�t usc b� s�itab�e t�:�a7 agreem�n� wit�r the
pa#ent�c or own�r of st�ch pat�n�, �eiter, ��� cop��righie�i ci�s��r�. It is rn�atu��ly s��reed :�nd
u�zil��rs�uad Ehal v��i�ht�ul cx�cp�ir�n L�ze co�rfrttct pr�Ce ����1 ii�clud� �I1 rc�yal�tcs c,r �c�s�
�ris�r�g fram p�ten��, �r{�deinar�Cs, :��,d r.opyr�gl�ls irt arty ����y �n►�s}lv�d in ��e wc�r�C. Tiie
C'onlrac�c�r �nil It�s s�ar�ii�� sl��il �nd��i�r��l`y and s��ve f�ai�nle�s #hc Owne� fr�m :�n� �nd all
r3air�� fnr i17�1']11��TT7�17t by rc{�son raf tl�e us� o� any �4�cY� trade�mask c�r �:op�r�7g�rl in
conncction wilh �h� v��ur�C agr�e� �c� b� perform��i und��r tt�ese C.`�nlrt�cl Do�un��nt�, ;m�
s�ta�l indenmif� the �wner �{�r i�rry cos�, expens�, nr darr��ge wl�ich it ma}� l�e c�hliged �a
�ay h� �ea�on of s�1�F� infnn����Y�i7t at any lime d�ring the prc�scc���or� o€ r�r� work or �fler
�crm�lction �� �he �r,r��rk, �ro��iderl, l�vwever, ��7a� �he C�w��e�• will a�sur�tc �E�c �•esp�n�il�il�t�r
t� d�fend :�n� a�zd all sti�its brnug�t for �he infri�,gc��r-ken� of' <�rt� patet�l c����ncd �a l,e
inFring�� ripot� �I�e design, �Yp� of cr�ns��uc��ckn or n�at�ei�l ��r cquip�iie�x s�c�c�tied in tFte
��r�����t Dac�i�r���ls fu��rist�ed tl�e ���r��ractof by �he (�v�n�r, at�d �o h�ld �hc C'ur�lrac:[o�'
�'181'ITi��55 Oi] ii�COUI'�� O� SLICFi SUI�S.
��'�-�_� �AIVLT,4l��f PROVISIO?�15:. T}�e C'oi��r�c:�<}f shall csta�s�ish and enfor�:e
amc�ng �is e�r-r�rinyee� s�c�� �•eg��lali�n� in reg�rd lv �I��nji��css ��id d�spc�sal af �art��ge
a�tii waste as will �c�Yd to �rcvc�rl �IS� inceptior� �nd spread of inl�cti�us of car�ta�io�s
c€iseases ar�c� �cs c�f�cti�eiy �re�+er�� lhe c�ew��ivn of a i��is�n�� shout th� worl� on any
pro�;�ly �i��tier pubiic c�r �ar�v��e. and s�ck� regui��ions �s ai� ��e�uired by [�u+ sh�11 be puE
ir�t�� jmmc�l�ate fcxrc� ��nd �ffcc� �y Ihe ��n�rac�or. The ��ecess�� �ar�ilar�+ conven€e�rc:cs
F��' �s� o� ]al�vr�rs un t3�e wvrlt. �roperly s�cJt�ci€�d from pt�h�ic �h�ervation, sh¢ll �c
cor�st��.�cteci �nc� tn:iin�ained h}� lhe C�nlraclor r�»cl tlicir use sh�ll �re slrictl� e�l-c�rc�d by
CG46�i }
�F�� ��,nlr:3��c�r. A�t ���:h fa�ili�k�s sh��l1 �e k�p� in acle�wn and �arri��r�cc�r�c�a�ior�, Fr�e �rom
iab,��:ctic����:t���e o�i�r� ��� as r�o� tc� ���se �,�u�sa��ce, All ���ni�:�ry 1�►�rs �n�l reg�l�,ti����� {��she
�t�te �� T�xas �nd ihe Caz�r �haal �e siricil}� cr�m�aied u��th.
C6-6.5 f'LB�.IC �AF�T�' �'� C'C�I� VLi�1T.E��F: '1�Iatcrials or cquT}�m�nt
storcd :�b�ut il�c v��e���k sl��l] b�: ��I���cd ��t�r� uscd, and [}�e �+�ork s�t�fl �t all �iirties E�e so
c�nductcd, as �o caE�s� no grcate� obs�ruc��on or i�cortvcr}icnce to t�e �a�bti� tl�ar� is
��i�s�d�red to be abso�s��c1y r�ece�s�r� by �he Lr3�ineer. "1'��e Cont��ctc�r is t-er���i��r� lo
m�int��n at a�l times ��I ph�rs�s of �is waj��C in surh a �rranner �s not �o imp.�ir tfie saFet}� ar
c�e�venience nf Ih� �ar�hlic. in�:luding, hul n�� limi�es� �c�, saf� �r��l cc�nv�n�c�l[ inga��� ��d
��;res� Ea lhe �r«p�.�ly conligu��us tc�� h� v�rc�fCc arca, The Ccrn�r�cl«r �haEl r��ke aCi�€�U�te
pro��is�ans �o r�licicr reasc�n{�b�e i��gr4;ss and c��c�s fo� nc�r�r�r�l vct�ic�tlar lr�ffi�, ex��p�
c1uF-ing ���k�a� �f•en�tring or pipe ins�a�l.a�ion op�r���tior�s, a� r�l� iirive�vay crassjr�g�. S��cl�
p�-��vE�lnn� rn�y incluc�e I�ri��,ir�g, �Slaceme�� c�r �ru�hed �li�ne ��r grdvel �xr �r�ck� olhee
mc:�n� of pruvidin� �,rf��x:r itti�r�ss �tnd c•�rr.�s f��r �he �m�x�r�� scrv�d b�r Ehe driv��va�+ ��
tl�� �;�gineer r���y a��ror�e a� approprit�te, �k�ch o�l�c�• means may i��cJt�de tC�e divc�si�r� a�
+lriv�wr�y �rr�#'f��, wa�h sp�cif4�; t��rp�c�vai l�y Ihe F��ir�e�r, �� di,��er�icm c�l' �r��ffic is
ap�rov�� bv [}�c Er���ne�r at any loc��ion, �he �on��•a�tor m�x�r r�aice a��r�ng�mer�ts
s�lisfar�ory io lhc �:��gineer �or �he di���rs�c�n o� �raf�ic, �}s�d ���all. �� his �xpen�e, �r�v�de
:�II r�al�ri�3s a�d �r�:�fc�ri-r� all u+tk�rk ncce��:,iy fc�r Ih� cc}������cEic�n a�d rr�ainte�a�xce c�.f
i•c�udways a�id }���d��� f�r suc:}� �ii�crsinn c�f iraf�i�. �icicwa]ks �nitsi t�ol bc ubs�ruc�e�l
�xccpt �}r s�er�a� �esrr�ssior� ot the �;�girtiee�.
T�e r��t���:�is �.xcE�.�Ektcd �r�� the r.�r�s�.r�c:�icm ma�e�als s�c� �s �i�re �sc�l ir1 ��nsEFucEic>r!
of tt�c work sliall l�c }�3a�cd so �s n�t to �nt�:����cr [ftie w�rk o� ����ve�}i �`rc� �c�ess to all
t`f�e k�yclrar��s, f'ire a,�aiTn hnxe�, �nli�e c{71C �oxes, �ua�er vt7l�es, gas val►�es, �r rr�anhofes ir�
Ihe uicinit}�. Thc O��ner fcscrv�s ll�e nghl tc� remedy :�n�+ nc�l�ct on lht*. p�t csf ihe
�on��ac�or �s rcgards �a �xub��c c�t�ver�ic�ce ��rt� s�et}r wl�ich roay cojne �� �ts a�tcrt�ior�,
afser �wer�ly-i'our ho��r� �oti�e �n wrili�g lo th� C���rac�or, �ave i� cas�s o� �mer�er�cy
wE��it it ���tll ��ve Ihe ii�f�! �o ret��ti� :�ny ne��e�.l wilhcar�i r��3��te, �n[1 ��� e�tl�cr c'�st�, If�e
cost of st�c�r wor�C or i�ratcj�ia�s 1'��rnishcd by t�i� �w�cr �r by t.lie �i#y shr�ll �� ��ducte�
Fi�rn �he rric�nies d�e �r l� l�t�cc�rn� dt�e in �he C'�i�lra�t�rr.
�'�re C�orrlr�ctor, a�ter a���rc��ral of the l;��gineer, �F�ti�l flt�lify ll�e Fkre �e�iMrtn�er�t
He��f���l��r�ers, iraffi� En�ine�r. arr� Pc�lic� i�eparim�nt, ��h��n an� sta-e�t or :�liey is
i�cq�csl�cl io ��losed ar obsl��ucEcd o� ���}� fr� �y€�ranL is io �� rnac�e �rYa�ccssibl�:, sr�d
u�lie�� s� cli�ectec� a�y �he Eng��eer, sha�l lceep {�ny szr��t, slreets, or �i�f�wr�ys 3r� con�ilior�
�'nr un��h�l�,ct�c� u�e C�y fire a��a�-alus. "f�e C'on#r��c�r�r �h:�ll ��c�mp�iy nc�lif�r tlle Fiz'e
I�e�ar�Gnenl He���l�uar��r� �vf�en ��I s��.�t c�h*irti�tec� s�reets, �l�e}�s, ur hyc�r�nts ar� g�:�ced
�a�.k in scrvice.
1�I�i�cre Ihe �or�lractvr i� re�}uir�cl �u GU175C1'11C� �emporai� bnri��s c�r mak� �t�ei•
{trr<�ngem�e�ls €cxr c�rrasst37g ��v�i` clitc]Zt� c�r sCrea�-rsT ��is i�;�p�}�silai�ity �'��r acci�er3[s �r�
conr�cc[tor� wi[h� su�E� �rossings sh�l] irYclu�f� tl�e ro���wa}r appr�a�hes �s well �s th�
slruct�res ��' sucE� ci�ossings.
C6�6{2)
'I�c Cortructar �i���k] ��t all I�ares coitic�LRci hi� op�.r�klion nr�cl use o� c�r�st���c�io�� rna��ine�y
�o �s �tol tc� darr���;e c�r des�r�y i��ccs ��d scr�l�s loc���:d i�� c!{��� ��t��tirnily i� or t�r� ��ic sitc
ckP �I�e u�c�r�C. 1rVi�erc:ver �r�y suc}� d���rage m:�y be cl{�r��, lf�� �ontrrxc:tor shall Gmrne�iirttel�r
�atisf}+ �11 cl�im� �f pro�aeriy cxu��ers. �ir�d �� ���y�r�c��4 ►vili be m�cl� by xh� �wncr in
sc�tlemc�� o�' skaci� ci:�iT�}s. Tl�e Coi�lrw�c�c�� �Iz.7�1 fi�e witl� tl�e Ln�ine�r a wrilten �ta�c�nent
sh��ving aSl s��c�t �I:���ns :�djusted.
�b-�_6 ��[VILEC':�S i�[� ��};�iTR��"1�i�R ll�l STR�;rTS. 1��,LFYS. �I�1D
R�C�H�'-C]�•1�V�1�: ��c�r lhe p�rforn�4s�cc af ll�e con��ac�, t�e �'�n�r�c�or wiil b�
�TmiIEC(� kl7 USC Flf1� i]�Cll�]� SLtCF1 �(3�l0135 �� I�C �]13�I1('. Sii'E2lS �li� �II��St o�' o�her �rt�txli�
�lac:cs ar c�tl�r;r r�glx��-oF-wtty a� ��ro�ricled fi�r in �he t�ix�i���nccs of the C;ity, as sC�c�wn in
tlic C'�r��xac� �oc�mcn�s, �T �s ma� h� s���ci�`ict711� :�u���c�fF�e� i� v►�ril�r�� b}+ #li� F..n};sncer.
A re��sc}t��}ble ��rrtour�� of tc�ols, m�#eri�ls, and ec�uEputie�� Fo�• corr�kructio�� p��rpc}�es may h�
�Ec�r�d ii� sucl� space. ��r# no r�c�re th.�n is necrssary �o :i►��nG� dclay in lhc c��tistruclior�
c��x���aCic�ns. �xc���aleci �r�d ��sr� ma#��i��ls r;�s��ll b� �ilcd o�r stak�d in �uch a way a� nat �o
in�er�er� with thc use o�` ��itccs �h:�l rt�:�y !�c c�est�t��it�cl it� be 1�f� �ree a�d �no�s�ivcted
t�r�d s� as ��c�l �� i��convenicr�ce oc�u�aiits of ��1�accnt ��c��+c��]r. i�- tl�e stree� is {�cupiet� �y
�-�s�rofld tTa�'ks, t�re w�xr�c sh.'7�I Yle Cfll77�iI ��r� �r� s�lch i���nne� as nal tc� int�r�eFe wi�h ��tie
O�}Cl'8ll[111 O�� lfiil7l�, !o,l�C11�.; (1i' U!'1I0�[Il11� O� CAI'S, eic. {�t�ier co��#raclrxrs o� ����e �vVr�er inay,
for �I1 pur�o�e� i�cqti�ir�d �y �tte c�nt��cE, �r�te� t�po�i �t�c w�rk a�td pi�emEs�s �s�d �y lh�
�o��rac�or �nil �hall bc pro�icicd all r�ast�Itiabl� �;'I�i�kll�,� and �s�is#ancc fox the
c�m�lctivn c�f �djnirsing wc�r�, �in� �dci�itic�r��� gi�ur�c�s cC��ire�i b}� �h� Co��ractor f�r his
us� ��all b� provi�J�:d by h�rn :�t 1�is �wn cost and e�cpense.
�G�fi.7 RAl:1rW�1Y �'!�C]SSI.�C�S: Wk��n lC�e u�or�€ encrorxch�s �tpon ar�y ri�F�t-�f w�y
o�' ati� r{�3arc��d, �he �i�}+ wtl! �ccure li�e nec�ssary c=�ser�x�n� for ti�e v�nrk. 1�Vhe� �I�e
railror��i track� are io be �r���s�d. �he Co�itrac�nr �l�a�l cxh�e�ve all tlic re�ul��ic�ns mnd
�nsxruc�io�s o�' lhe �ailr��t� coriti��u�y as la !he �e�hads �f perFormis�g the wcxrk a�td ��ke
a�l pr�ca�lians for [1�e safe��r of �ro�e�ty unri �hc p��lx��c. �Vegotia�ior�s wi�Y� �he railw�}�
com�a�ie� �or �I�e perr�it� �h�ll �e d��n� b}� and ii�rotl�h lh� �it�. The �ofl�r�c:lor shal�
g�ve �he Cit�+ I�r���re nol ie�s Ehan five d�}�s �r�or t� �I��: ��t�� ��f his ir�#�r��in��s to be�i�r
wor�C o� Ih�l pa��tiox� �f �he �roj��t �vh�ch fs r�Eat�:d ta Ehe r�ilwa�+ prope�ties, The
�c�ntract�r wil� n�t be �iven ex�ra co�np�nsalic�al for suci� i��t�l�wa}� c��ossir�gs ur�les�
spccl�'ic:,�ly sel f�rth in ti�e �oi�t�•act Doct�ments,
�C-Fi.S BAR�I��1T]E�t 1��RTViNC'i� �i*�D �V�►7'C'�T�vI�:�T: �Vh�r� ��e work i�
car,��d o� in or ��djac�nt lo ;on� st�eel� ��ley, c�r �suY��ic pi�c�, th� �nr�tr���or sha�l a� his
own ex}���sc fum�s�, �Tect, and rnaintai� ���c�t b�i�ic�rd�s, �'ences, li�hls, an� darrger
signal�, �f�{�11 �rovid� �uch wa��:hrnar�, ar�d sliall �u�Cc all �ucli ati��� l�recm�kic�n�ry
���e�����es f�r ��r� �r�rtection of �crson� �r prcrpe�-iy a�td of cl�e work �� �re �re�e�sary.
�arricade� and fencc:s sirall �xe �ainted i� � c�alo� �h:�t u�ill he visibl� �� nig��. F'rom sunsel
tca s�xnr3�e �I�c ��r�lracfiar �ha�l fui�ish ar�d r�ainl�i�l a� le�st nne easily �i�kl�le bur��ing
li���t al c��:h b��r�icade. �► �uf�icier�l ktiuniber esf h�rrica�ies sl7ajl b� erected a�c� �'n�ir[tairl�d
to keep p�destr�ar�s awa� t`��om, ancl ve�ic3es i'r�m b�in� d�•ive�Y c�iY or i�[a, any wvrlc u�d��
�6-G���
c��rs�ruc�i�rr �r k�ciir� �ti7�iTi��ir�eci_ The ��n�t�ac�c�� sf3�ti1 i`tn7��s�� v���r�cftr��.r� ��c� ke�p lC��m
at �IY�.�r r�.specti��e �ssigi�z�lcnts i�� sul-t�i�icii� 1lLIi11E]tl'S �o }���oiect iEi�, �work and }�revenE
�CCI��FI� OI C��.illc���.
�1] ir��Eal��lic�n� ��nc! prnccd�res sh���l he �onsis�er�l +�ri�h �r�visi�r�� �e� �'ortl� in �f��'°1��0
'1'ex��s 1��n��:�l c�r� [Tni����� '1'r�it'i'ic C.'artrt�al L?�vi��s 1'c�r S��-�els tlnd F��ig�ways" issued
un��cr �he ��s�IF�c�riky �f the "5�.��e oF "I"exas L�niform Ac� Reg�rl{M�ing TraF�ic on 1��ghways'",
���iifEec! tis .Arlicl� b701d Ve�-t�rt's �ivli Slaf����. periine�� secEi��n being Se�l��n I�[as. 2�7,
�9, :�C} �nd 31,
'�'F�e Loi�trfxctar w�ll not remo�e �rt�r m�;ulal�r� �igr�, itt��ruc�ia�al sf�n, sEree� n:�me �igtt,
ar o��er s��n u�hi�i� I��s i�eer� ����:ct���E b� thc C'it}�, If �t is ��t�t•t��irticd �#�at a sig� must i�c
��tncrvec� I{� �cS�,-rtiit R�ec�ui��:c� consln�c�ic3n, if�e C'«nir:�cic�f �h�ll c��nl�cl lhe Tr�n�porialior�
imcl Pulk[i�: Wu��ks �c�rar���r��, Si�ris an�l 'v1;�rkin�;s Division (p�rto�� numb�r 871-8�?��,
�o rcirrove t�e sign, In c.�se o� d�g��:���ry s�gns, t}te �ontracfor rntisi re�iace !hc permanent
�}�n wilh a tempckr�r� si�n nie�king the requi�+cmen#� {�#' �h� ����ve r�iF�rred mart�al and
�����t �emE�orary si�n mus� he in���llc�i ���it}r ��� tl�e rc�noval uf the �crnyar��r�c �i�;�,. rf th�
tr�r3�orary s��r� �s nc�t ins��El��d co��ec�ly �r i� i� does noi mec� �C�e reqtiire� ��ccif�cations,
�he �rerm��r��n� sign xl,all h� ]cft irr �I�ce ��r�lil lhe tem�{>r�try �ig� rec�uireme�rl� ase met,
When c�kns�r'uel�c�r� vw't��k is cc�m�le�eci �c� lhe ex[enl Ih�� th�. �c:�rnanent si�;�1 c�n he re-
i��s��11c�. tltic �.*OFIIE��Cl4F SEIiiII �t��lri C{3�7�ilCl 1�'1L �i�f3S 9l1� M.9fIC117�5 I�IViS10�1 l0 1'C-1l�Sf�II
�f�� pe�-��rr�n� �i�� {��d sh�l! lea��e his tempor�ry s��n �r� �I��ce �r��ii s4��F� re-ir�sts�IC�#�o�1 �s
cc�rt��leE��,
The �oi7t�-act�r will �re �eld r�s�aonsiblc fae ��l du�niw�e �� ��e work or ��re pub�ic d�e �a
f�ilur� c,f F�ittTi�aci��, si�r��, fences, �i��ls, or wa�c�irnen it� �rrt�tect lhe�n. Wher�e�r��
cvi�le�Ycc �s #"o��td of' sucli d��n��� �a tl�c wcrrk �hc ���3��ccr �nay is�•�i�r �Itie da���;�d
�ortion ir�lR�edia��ly ��e�no�red and re�>laced b}� �k�e ��n�r�ctor .�l lltie �ai3c�actor's aw�
�xpcns�. Th� ��n�ract��r'� r����nsibiliCy for �he mai��en�nce vF hdrr�ca�ie�, sig�s, �ences
anci �i�l7ts, a�Y�! for ��rovi�lin�; w:���.hmen shall ���at c:case u�7�ii �It� p�•oj�:cl si��11 h�ve been
coit�pl��ed �nd accepled L�y �he �wi�er.
T�Q �O�T1�1C11SilS1�?l, excc�t as s�cr�fic�l�� prc�vidcd i�t [lie�e �on�r�ct Doc��r-rei��s, wjl� �e
patd lo Ehe �c�nlr���lnr f�r ihe Worl€ f�ncl i�rar�ei:��s invnlved ir� �he c�n���ucling, �rvvidin�,
:�r�d maintuirtir�g c�f C��u�cutfe�, sign�., feflc�s, ani� lighl� c�r �:�lari�s of w�lchr��e�1, fc�� t�e
sul�scyu�nt �c�noval at�d dis�osal oP s�tcli bari7caties. si�ns, or For any ot�ce incidcntals
i�ec�ss�ry f'oa� �he pr�per prote.ctior�, �af'e�y, and corrv�nier�ce o�' ��re �����rlic r�ur�r�g lF�e
corrlr�cl peri<}d, as �f�is wa�lc is con�ir�er�.c� !o be s�t���d€�ry Eo �he �ever�l it�r�s for wl�ac:l�
unxl ort lump suni �rices are r�q�tes[�d in tl�e Propcxs�l,
�6-�,�_ U��: �1�� �?7{P����lll� DRi�P Vtil�:r�iHT. �`TC'.. �hc��ald ���e C'or�tractor e�ecl ta
use exp�osives, cfrc�p w�ighx, etc,. in thc pra�e���tion af t�c wor.tc. kh� utm�ac �are shall �e
ex�zx;���c3 aE �,I1 Eimes s� �� n�� lo ci�c�ang�r a�Fe �}� ��x��erly. Th� G��n�r���c�r ��ul� n<}tif}�
i�1� �r€��x�r rC�}i'C�Crlf�ltlV� O� 8r�� �rl�E?IiC 5�rviC� COrp(}T�CIOrI, rtn}� carnpat�y, i�divfdual, o�
u�i�i�y, :�t�d �I�e (�w��er, nat ]ess t��tat� [wc�7ly-fo��r l�ours �� �d�+{�itic� of ll�� us� af any
C6-6{��
��clivi�y� w�ich mi�h� d��mag� �T cndanger �he�r ur �is �rn�a�r�}r :ilortg ar adj�c�r�t �� zl�e
wn���C.
V4+1}€r�. [1�� ti��e c��' ex�i�siv�s is tc� I�c �er��i�Ie�i oi7 #he ��-ckject, as s�ecifieci �� th� �pe�iai
�'-c)Tii�1110175 ��C41fIii:RiS, nr t�e �se of cx�lc}sives is re�7�esterJ, lI7� ��3�1�f��:�l]T S�I�J� SLi�lTikl
nc���ce in �l�e Fn�irrecr ir� �+�r��ing Cu�er�C}�-f��ur ho�Mrs �3ri{}r �� comnYens:irrg ancl s�al] furnia�
�vidc.wr�cc th�t he h�s instrr��ce cover��g� �c� pro�ecl t����ins� a�y c�rtm�ge� ���3d�ar ir����i�ies
itris�ng ot�l of �uch �sc of cxplosives.
Cf�-C�.1�1 1�V(}RK 1�'1"L'1I1�! T;AS�;MF�'1'�� �7+�her� �h� v��ork p�ss�s o�+cr, throt�gh, �r ink�
�]PCVAt� �7a"t���Crl�+, XI1C {JW�4�f W1G� j1rC1VI�C SiEC�I ]-3�E��-uf-w�y or ���emcr�t privile��s., �� ��re
C'3�y r���+ dcc�n �7ec���a�-y for ��� p�osec���3c�r� c�f �l�c work. �l�xy �dcli�io�lal rw�.�rts-�f-w�y or
wnrk �tr�� corr�i�e�rec� ncccss��ry la}+ the �c�ntrartor ����� bc }}ro�i��d hy Itiirt3 ai liis
ex��ense. ,�u�:�t ��l�iiEiu�ral riglits-�o#�-u+�y or work ar�� sl�s�l be a�:c�r�ireti #-or t��� bene�� of
�}�e �'iky. Th� Ci�}� s��.711 b� r�r�Eifi�c� �r� wrilirrg �� �o tltie righ�s sn acq��ii�ed befnr� worlc
be�ir�s in �f�e a�fect�d ����. �h� Co�itractc��' sl�all �ot enter upot� �rivate pr[��er#y f�� an�+
��r�s� ��i�l�nul }�a��trti� �revious�y �t�taine� pca�i�iswi�}n f�n� �I�e c�wn�r �� s�c� prop�rty,
T��e �:c�n�ra�:tcx� uri11 not �e allnw��i to store ec�L�iprt�cr�t or rna��nxl on private �r�c�perty
tin�e�� .�nd �t���� �he �pecifi�d sp�roval oF �he� E�r��erty vwrte� �Y�s �ecn secuf�ci in va�7��ng
by tl�� �o�srac�or und a co�y t'karnish�d �� �hc �ngir�e�r, i.9r��ess ��ec:i�ic'al�y p��v�ded
cstll�rwjse, �he Co���r�ct�r sh��l c�ear �11 righl�-t�f��vay �s� eas�m�r�ls aC ol�s�ructiar�s k�h�ch
�nust �� �c�n4xve� to make p��s�jha� p�-oper prase�uu�� oF �h� wurk as � part �F tlie �rnj�c�
con�Er�cli�sn opera�io��s, Tl�e �osti�ra��nr �ha31 l�e res�onsihl� f�r ��r�. preservatinr� of at�d
sh�ll use cv�ry �rec�ut���n to prcvcni d<�rna�e to, �11 �ress, shrkal�tke�y, piants, iawr�s,
f��c�s, c��l►����*, curhtr��, and all otl�er ��pes at slruct�k�es or iir�proverr�c�ts, �o al� w€�#er,
s�u�rcr, �nd ��s li���s, to a1l cond4�i�s, �veri�e�+l p�l� ��nes, �sr ��ppurter�ances l���eaf,
iiYcl����rt� tltc cor�sli-4�c�i��� aF tcmpc�rar}r �'�nces �tr�d to all r��h�r ptiblic ar �,riv��� prope�ky
a�jacer�t to tEie w�rk,
TiYc �ont�ci��r sl��l! n�rliFy t�� prc��r�.r represe�l�t�ves of 41�e r�wrr�rs or occ�lp�r�is o� ihe
����b�ic ckz �s��iv:i�e S��ncis �+f ir�t��•cst �i� ]a�,�ls whi�h rr�ig�l hc affected by l�� wo�k. �i�c�t
nc��i�:e s��all t� m�cle :�t ��.�s� 4� i�r���r� ir� ��i�ri�ic� t}f �h� begtnning c�f ���� work. I�oli��s
st�all b� :��p�ie�blc t� bot1� }�ua�lic a�Yd piivate uttlit� cs�nipani�.s or a�y �c3rpc�ra�ion,
com�un�+, it��3i�+idu;�lr i3� L1�Ylk:i� cither �s c�vuners c�r oc�upanls, w�ose I��ncl o� �ntcre�t tr�
1�r�ci r�right E�e aff���ed by thc wo�k. Th� Cot}ts�actar shall be responsibl� fcxr a11 da�nage �r'
117�L4I'�' to �+r{��e��y of any c�it�ritc�e�• res��liir�g f'r�m ai�y :►c�, c�missi�n, r�egl�c�, or
i�ii�eondu�t in tl�c mar�ner c�r met��od o� e�cecut�ot� af lFa� w�rlt, or al ar�y time du� k�
cic�'e�.�i�e �c�r�C, m�;�er��l� vr�y�ipmer�t.
V+��e�� flnd wlier� ��ly �ireck c�r i�,ciirec:t o� in���y xs �onc to ����l�c: or privatc �i�periy �n
�CCOLII7� Of �T1}' ��;, orriissior�, neQlcct, or miscandu�t �� lf�e ��te�u�ior� of tl�e vv�r}�� +�r irr
consec���nce �f non-exe�uliun tl3�rc�� an tl�e part of �h� ���lractor, �re �l�al� zestore vr
1�ave rest�i�ed as l�is cos� �n� ex�en�e s��r.h �}r�perly l� a�ondilion al ]eas� cqu:il ta t�r�l
�}4�tiICi1� �C�C)C� �`'rlli']1 clan7;�ge or ir��ury u��as done, h� r����iring, j�eh�}lding, a� s�ih�rwi�e
C�C46(5}
r��lacing an�i rrs���ri�z�; �s nti�}� �,e dir�ctcd by �he [�wner, vr �,e �h:�ll r��k� �uc�� s���
c�;�rn���;e� c�r inj�t� i�� a m����er acr.e�tt�ble to Ehe owt��r v#� Ihe �rc�y��rty :�nd I�e L-tti�in�er.
Alf fcn�=es �ncott��[ered and rertio���d �EAring c�nsln�cli�xn sxF ihis p�c�jcc� sE�a1! �e res�orcd
�« �E�e nrigi�7�t� nr a b���er ��ax� ori�i�i:tl cc�ndi�inr� u�c�� cc�mpletiorr o# ���is pro,�ect. V1��resr
w�fc f�n�irtg, ei�l�er v��ii�e mesC� or ��II��C{� Wli� 1S !�> l,e cr�sscd, �}1C C.Ofi�f�7CtOF FI1SIl s��
c��caw� l�r�ce pc�s�s on e�ti�er �id� o�' lhe� pe�m��nenl �asc�,��r�� ��c�orc the fcncU is c�f. �ho�ald
adcfi��or��.t fe�ce cut� b� necessary, lhe {���n�r;�c��,r sf3irl� �ro�i�� c��ass-hrac�d pn�ts al Ihe
po�r3l af ll�e �rr��n�ed �ul wn :��l�i�tic�x� t« �he cross h���,ccd pr�sEs grovi��d al lC�e �ermaner�l
cascmcnts iimils, hefc�n: 4h� Fer�ce �s cu�.
Tcm��r:,r� fcncirig sEi�!! be ere�ted in �face at' �F�e fcncir�g remcxv�d whcrievcr [17e w�rk �s
r�o� in pj�o�ress aG�ci wh�� the �ite is v��.a�e�i ov�rni�}��, a��lor at ali Ei�r�es t� ��-ev��t
live�toc�C fr��rrk entenn� th� ccm�tr�tc�i��n a�c�. Thc cosl far fence remc�v�}, LCiil�}���+
�l�xs��es �nd r�.p�ac��nc:r�� sh�ll �ie s�bsidi,�ty �o tl�e vanaus itcros �id in thc pj�o�e�t
proposa�. 7'I�er��nl�e, no sepaf:��e p�yrt�er�c �h��l i�e :�11ov��:d i`o�• �a7�+ se�v�ce a�soci�ied �+��l�
llxis ��+ork.
In �ase of t'ailtGre �n the ��i�E �T t�e �c}nlr:�cl��r t� restore such �aroperty �r �� make �o�d
��ach �iama�e Vf IE3�l1i'�+, [he C}v�����r �n�}�, upor� 48 I�our u�riiscn r����ice �r�de� c�r�iz�ar�r
ci�c:umstunces, an� v��ithout noti�c wC�en a nni�an�e nr ha��rcJcr�ts c�nditiorr resul[s,
���xc�c�3 �� rr���i�•, r��4�ilc�, ��r c,tl��rwi�� reskc�re s��ch �xrc�p�.rty as i7Ya}� be det�t�rni��d �y �f�e
Owr�cr to b� neces��xy, �nd Il�e cc>st �hercby �il� t�c deduckeci I'rom any mc�ni�� d�e #c� ar
io l�ec��€��e du� tc� tl,e �on[rac�or �r�dcr this �ontr.3c#.
��i,C,1l lI�?i)��'L�1]E1v'['C'[71�'�'i���C`7�C]�' It �� uitidcrstood �nd a�re�d by �h�
g���ties herc�{x tl�<a� tf�� �ontr�,�t��r �fr{�1� �crfo��rn :�II wc�rk a�c1 :�efvice� her�:unc�cr �s an
�nc�c��c��dr.r�� co����ac�or, ��d not ��s ar� orficer, €��enl. s��-vun�, ar c�r�ploy�e o� �he �wn�r,
Con[t�t�c#i�s' sk�al� E��ve excl���iv�. cc��lrc3a c��' t�nd ��x�:lusiv�. rig��� �o conlrol �he cE��t�kl� ��� all
work {�r�d �ervic��� pc�-!'orrncd IYcrcu�dcr, �tt�d �II p�rsan� pca-fc>rrni�� �fte sarr��, and sha�l
he solely ���spot3si�ie for t��e ac�s a�d s�mi�sickr�s cxl- E�s c�l-f�ers, �geilt�. s�r�ranis,
c�npl�yccs, conRe�c��r, ���ccmlr�ctc�rs, Ciccns�es �tnd invi�e�s. 'I'he d�ctrin� ��f ��pc�r�cl�:�t
����ericrr �h�ll r�<}� u€���I�y �s f�ctwcrn C?����e� .�nd �onlr.�c�c�s•, i�� c�f�"�cers, �g���s, cni�loye�s,
conz�ac�ors ar�d subcontT�c�ors, and n�t}�ing herein s��tll bc co��strued as crea#irag a
p:�rti7�r�h� � c�r jc3i�ti� e�tiCc��rnse l��t���cri �wner ar�d Contrac:tor.
C�-�.1� C'�NTR�1�f(_��'S F�I�S�'�1*��If3��.1'['Y F�It DA;1�I�lG� C'LAIM�: �onEr�ctv�
c�ve��EtTtits �7nd agree� �a, �nc� c�c�s hcrc:�>y in�iemnify, I�old I�:�r�titess r��ld de�er�cl Own�r, its
o�'�'icers, ag�n��, �ervartts, a��d c•�n�x�c�ycc�s l`ro�i and r�gair�st ar�y a�r�i :,�I �I�i�ns or sui�s for
�rn�reny c���n�l�;e nr �c�ss :,t��il��� persor�rt! ir�ji�ry, it��l�i�ii��g c�c�l�, tcr �ny arici ��! p�rsorrs. ot
u���:��sc�evcr kind l}i' CI1�C�IC��i', wh��h�r r�al or �sscfE��, :�ris�ng out ot o�• in c�nrrection
wi�h, di�r.�t�y �r ind�rect�y, Ihe wc�f�C ��nci s���ri�ea to I�e pe��l'arftied he�e��nd��' hy ��t�
�o���r�c�or. �ts t�f!`G��rs, agc��ts, crt�ploy�es, �o�7tr�cto�•s, st�bcanCrac��rs, �ac�r�se�s qr
�flvilees, k��e�F�er �}r r�ot causc�, in wl7nlc or in apai�t, by alle��d ���;li�e��ce o� thc �a.ih �#�
c>�'ficers, ��!�flt�, cm�1o}�ecs, ca��lractor�. sul�contrac�or�, lic�:n�c�s or invitees of t�e
�6-C��fi)
��+��}ef; <�nd saiti �c»Ytraci�r cic�es }ti��•c�ay cove�3r�l ���ci r��r�.c to as�u��c ry�l li��ilit� and
res�o���hil��y uf �wrref, its of�i�e�s, age37ts, scrv��n�s, ��nd �>�rtiE�loy�es for prvp�rly �i��na�e
r�� icrss, a�tdlor �ersor,�� 3n����ie�, E�icl�di��g dcakl�, l� �ny a���i a1i per�r�3i o� what�n�v�r �nd
or ct��r�c��r, wh�tl�cr real of ���c�rtcd, ai�i�ing c�ut oF c�� in con�ec:tion �vith, riirec:tly or
i��r�iTectl�+, �he wc�t�� and �ervices to �+e �erfc��•�7tied 1}�reu��i�r Ixy cf�� �ontractor, its
u�'ficer�, �gen��, ��rti�loye�s, cor�tractors, �i�bcc�t�tractc���, ltcer7se�s �r ��ti���Ee�s, wi�ct�er o�
E�ot cau�ed, in whole or in a��:�r�, L�y €�lle�e�i r�e�lig�nce �# officers, ag�r�t�, cn��la�ees,
ca�ts�actors, sul�coi�tract��rs, iiccr�sc�cs or �nvi�ces c�f the C�wr��r. �ontr:�cEor l�kew�se
coven��tils �r�d �grces to, �s3�d �ic�es i�er�E�y, i�l�C111171�}� i1r1iJ 17�ICI IZ�ril3I�S5 �kVr1CT �t'O�7Y 8I1{�
:��ains� any and all in���rics, �oss or dam��e� �n �ro��crly �F �he �w��er �Jx��ing the
��r�arnit�nCe of any af ihe [e����is ar�d C��n�Iiliraj�s of t}�is C:o�iir:�ct, whe#her �rising o�i c�F �r
i�� c�r�nec�io,� wit� or resuE�in� �n>m, in �vhoie c�r ir� a}��iri, as��+ ��r�d a�l all�ged �c�s o�
U17ti15;5�{3�1 Ot Oi�1C�l'�, ���1��5, �i71�730j'�C3, CL}Rir;1�.Z�S'S, �ui]COrixf�C�C]F�, �iCEl1S��5, [)� lliVi�C�S
of [1�� �wr�er.
In thc� evcnt a writ�cri ctai� for d3in��es ag��ns� �he c�nlrac;t�r or ils s��h�c�r��ra�tai•s
��ntiai��s u«�ektIcd �t ihe �imc �11 ���i•k un ��re p�r��j�ct has h�c� cam�l�:z�d t� the
��ii��action c��' thc Y7irec�ar nf �E�� 1�V�iltf ����rlrnenl, �� evidenc��! b� a fi��al in�pec�ior�,
fi��nl �:Mymer�� to th� Co�7u•a��o�' shal] n�t bc rec:otnmend��d to �h� �]ire�tor o�' ti�e W�ter
Deparim�:�t for ;� p�riad of 3� day�s ��ft�r lh� da#e of s�r:t� f����l ���specl�iar�, �+r�l�ss tl�e
���t1r��:tor �hal1 su����il v��•i�tcr� evid�nce satssfac#ary Eo t�e i7ircct�r th�►l tlie claim ��
h�cn sc��leci and � rel�s��e has beer� obtair��d fronl l�� claiin�n� �nvo�ved.
lf the claims con�ern�d rrr�aar�� u���cttle� �s of the ex�ir���on of t�c above 3(1-da}+ �esYod,
rl7e C'nn�r�c��i' r�uy bc cle�rrte� to be �niik��c3 to a�emi-#�irtal ��;�ymciti� �or wc��ic �omp�eled,
���c?� sct��i-f�n�l f�a�+me�r� icx �ic in Ih� eiI17[]ilLl� C{��I�I �i] ���V� �D�c�� €.�4�Iar �znaunt xhen d�ae les�
I��e cfo�la� v�tuc of ax�y writtcn cE��ms pe��di�� ag�insl �he �or�lrHc:l��r tiri�ir�g ��� ot`
per�c�rm�x��e of �k��h work, a�d s��h s��-ni-f�nal pap�e�t nYay then �e �•ecommer��c� by
t�re Dircctar.
Thc ]�irectnr shall n�t ��.comm�nd t`i�itil �ayn��ttii lo a Coriu�acl�r �g,a�ast w}t�,�n s�ch a
claGrn !'cxr �ani�rtges is ot�#slaridin� �or a p��tiod af six months follov��ing �l�c: date of ��e
acc:�ptt���cc a�` �h� wn�k �ci�for�ned Eml�ss �he ��+r��r�rctor �ut�rn��s ev��lerYce ii� wr�tin�
sa�is�scicxi'y �ot he I7i4���or Ehal;
Th� clairrk has becn �.t�1c� and a a��case h�� l�e��r vhc�in�d frvrn ��t�
�.��in�r�t ir�volv�d, C�i`
�. �icr��d [:�itlti e��faz�s h�rve ��ee�� made t� s�t�le s���h c�utstar�ding clai��is, and
��,�:1� good ��ktE� c�forts hav� fail�d,
if conditi�n { I� above is niet �t an� �ime w�i k�ir� thc s�x n�on�Jti periocl, tlte I�ir�c:lor sliall
rccoinmc�n� �I�t�� �h� �r�al ���tyme�ii lo i31e Crc�ntrn�lo�• b� rr3adc. If candii�or� (�� �bnve �s
met u� �+ny ti�n� withir� �he �ix monti� �riod, �he Dir�:c�or m�}� i�ecommend �ltiac Fir�al
p��yment to I�e �or�tra��:ic�r l�c n�a�1e_ �� t�� ex�ira#ior� �f �F�� six mnn�� p�rind, �h�
�G-6(7)
Directur 3na� e�cc�mr�cnci �E��[ i"in�� p�}�rnenl l°�e ii���ke if atl ot�e� v�+c�rk has h�err
��crCoi�tied �nd iMil c}thcf c�E]liga�in��s cx#' �he C`ae�z�-a�«r i�av� heen m�t �c� �h� sau�fsclion �f
�h� Ds�e�:l�r.
'i'�ze D�r���n� mu}�, if he �e�rns i� r�pp��o�r�a�c, refu�e �a ac:cc�t biiis �n o�li�f VJa�er
Dep�rimc�� C�m�r�cz v�oric Fr�m a C`�ntr�c�n�- a��a�i��� w�o�n a claisn for dam��es is
{]lJ��lilfll.Il [1� :13 � I'CSU1[ 01 14+1}I'�C �1C1'IO�'117�{� IIR��I' :� ��ty Cnn�ract.
C'6-b.13 �01�'`I"Rr�,(�l'(�R'� C'Z.,r�IN1 f�CIR [�ATvI�1GE�: Should !h� �'o��r�c[or claim
�c�rr���cr�sa�io�r F€�e :�ny f�lk��;eci dam{M�;� hy re���s�ri ��� �he �c�� �rr c�mis�a��ns csf llle �7wrtef, ��
s���jl �vilF�i�� �k��ce �i��rs �ft�.r �fti� �clt�:�i su�luini�t� o�`s�i�i� �Il�gc:d �lan��g�, m�,k� a wri�t�n
���#c�n�n� tc� �he F���inccr, seilit�g out rr1 €lc�ail Il�e 1ti�ltti[� nT �I�c �I���;�.�i �#ast��tg�, ai��d o� ar
f�e!-c�rc �t�c ?S°'' ila�r of �i�e moi�t�ti s�rc�c�di�� t�,a� in wl�ic�i ant s��ch damage is c�airr�ed to
k�avc l,e�n susE;{€a�c�ci. Ih� C�rnl�a{1c�r sh::wlG ��I� ���i�h� �Itc �ng�n�cr �n w#emi�ecl st�l�ment �F
t�e cie�ails and ��c anlouni of sucti �]lcgcd dt�r��;�g� and, upc�n rcq4�est, sf�ajl giv� the
�:n�ine�r access �o �ill ��oks {]�� �3{'C.C141fi1, recei�l�, v����r�r.rs, Erills �f ],�dirr�, and n�he�'
t�ool�s o�- p���er� ��n�uini��; �n}� evi�ici�te� as ic� t�t�: �tnout�l c�f ��cF� all��ecl c�a�n�Qe. L1r�l�ss
su�F� slut�rr�e�ts �h�Ii � fil�:d �ts t��:���r�a�ove re��4�ireci, �IYe Co�Ytra��or's claii�t t'or
com���r�s;��ior� shafl be u+aived, asld he sf��lt n�t he c:nti�lcc� �o ptt}°nier�t. oi� �ccour�� of such
damages.
C'G-�. I� �11�JL'ST�LE�I�TT ��� 12LL[��}�`�-IC]1�1 (7�{ f'IJBLI�_UTlL1T1��, �']"�.; In case
i� is rrcccs�t�r}r ro ca�aa7ge, m���e, c�� altc� in :tny n���rrti�r �hc pt��pe�Ey ��f �}�uk���c e�lil4l�l �r
o[}tiers, the �aic! �3r��p�r�y �t�ali r�c�� bc movc�d or ����crf'eteci k���h un�il o�d�s�s �hercu�or� i�ave
�a�er� �*�u�c� k�}� ��,� �r��inc�:r, Thc r��l�t is r+esex•vec� lo k�e, c�wncrs of p��blic �G�iCi�ies �o en�er
the g�c+gr��liical limils al' ti�e ���nR���cl f��r �f�� �ur�,osc o�� niaic�n� such chan�e� �r r�pair�
�n tl�c ��•c�perky t�ial r�ay he n�c���ary ��y �I�� �crforj���ce o#' �h�� ���n[r�+c�.
C'�-6.�5_7nLA�lP()1��11��`SE;W'�:�Al�l����]�RAI1�C'OI�T�ICC'"I�'IC)?w:�: Vl�l�en exiski�r�
scwcr ��n�s i�r�ve Iv be �:��C��n t�p ckr ��c�nc�vc�i, t�c Contractor �hal�, �� h3s ��wri �x�c��c: a�d
co�t, pfav�cl�: tjnil niaint�i�ti �cmpor�rr� oul�e�s ��nd cc�nr�e�:li�s�s �or a11 pri�ra�e r�r public:
c�rrtins an� scw�a-s, 'I"he �nn�ract�r ��all t�ls�� �akc �.��re �f .��I sew��e and c�r{�i��ge v�rh;ch
w�3il h� rec:c�v�c� frc�iiY �h�sc ci��ai�rs :��qcl scwcrs, a�d fnr �his ���posc I�e s�:�ll �rovir3c and
maint�i�r, �� hi� o�vn cos� ae�d expense, �ci�c�u�te �k�m��ing t`acili[ies ��d temp��rary ok��le�s
c�r divisians.
7'f�� ����r�c���, at lits ov��n cast �x�d �x�c3���, sh��J ccrostru�t such ti�4��h�, pipes, or �ther
s��Ytc��res r�ccessar�+, a1}d b� �rc��reci al {�l! �irr�e�s �o �ispt�se €�f clrr�jr�a�e and �ewage
recc�v�� froi�i khe�e �em�����ary tinr��c�tir�ns �tn�il su�h ri�n�s a� Ih� ��rm.�nen� �:c�r�n�:c�ior�s
�wr� h���lt ��r�cl are ir� �e;rvic�. Ti�c �xis��n� scwers �,nd ccma��c��c�ns sh�ll be ke�t in scrvice
t�nct m�ir�t:,incd �mile� �l�c �"otttr:�ct, exc�pl whe� �p�c:i�i�d or or�ercd to be �bandor�ed by
I��e Erigi��c�r. r��l w�ter, se���ge, and o�t��r w�,s�e si��li be di��ased ��' irr �� satisf��c��z�
���iu7ner so that no nui�un�� i� cre��c� an� s� t�ax t#�e work �nd�f �Qn�krtuclinn w�il he
ar�et�uately p�•c�te�te�.
CC��{i(�)
���-�_i� ������!�c�,rn��7��a�' r�r�� �������c,ss r-c�� v��1r�_ r�.;rt��s��L� ��r ��.
�ITY: 1�Jl�en Ihe Cu��trac�c�r �i�sires to ti��e �`ily v��a�cr in t�}��rtiecEron wi�h a�1� con�truc��an
w{}�lc, ��c �ht�ll �z��ke �.c�����l�;te {nt�� s��isfac�nr}r ar�•��lgcmc��zs with ik�� �'u��t 1��rlh C:��}�
Wat�r DcpA�trne��� fo� sn Kt�fan�-
City wa[cr ��krr�isl�c�k tc� �Eic C'nr��racr�,r �ksu�� 17� c€��livc�rrci �c> c���. C.o�7lrac���r fr�orn a
cc�nnc�tion t�n �il cxisiii�g Cir}� ntia�i�. �lll pi��ing rec�4�ired bc}�c�nd �hc po�nt vf ci�liv�ry
shrtl� bc in�t��l��d L�� f�e �csr��racEnr �t his Owi� expenSB,
Th� �c�n�rrtc�ar's i�S�1ii1�51�3I1s�' in �h� usc o�` �II exis�jil� ftre t�ydrrt��t �sr�cUor valvc� i�
detailc5ci in �e���nn E�-1,� U��'� (��' PiRG i��'I]R�ItiTS A�D �A�..�1�5 i� �hese �'acneral
�ori4rac� D�cximerk�s.
W��en m��ers a�-e iase�l « rnca�ti�re �C�e ��a#e�, �lie ck��tr�c�, if a��y, E��r water w wll bc jn�de aC
�he i����ar �s�a�fisl��d t�a���. V4'h�n �yezcrs are nc�t use�d, #h� ��18T�y�^�r if �n�, will h� as
pr�:s��3bcd hy �he C�t}� or�ar�a�7c�, r�r v���ie�e n� nrdiria�tices �p�lfes, }��}�meitit sh��l l�� �nad�
��i cs#i��a�es a�,d rat�� ���abl�slicd I�y ��e �a��cctor �f �he I=oi� �1Vc���1� Water �epart�n�nt,
�` fi-6_17 US� ()�' !�1 �LC"3'�[��f C?R Y��1�'�'[{�I�I i7� "i�tl�; V�{}i�I{;, Whe�tever, i� t�e
«pit3iorti o� lh� ��g,�neer, �rijj SCL`E�47j3 Uf �ckfEiur'i O� �Ile +N�T�C Oi' ��}� SLCLiC�L11'� 1S lr� SL]it�Y���
�:ondiRi��n, �t CT1��F �� jl�lt �ritQ US� il�cm �it� v�rE�i[xer� n�}���e of �i�e En�sneer, and s�icf� �sage
slt:�ll n�� be t�cld �r� he in aatiy �+�a� :��� acce���:�nc� o� sarc� w��rk or stru�:tur� or any ��rt
the.rco#- ar as a��i��er �� ;ln� oF th� pr�rvF�io�� af �l�ese Coni�•a,c� Doc��menl�. l�11
n�c�ssa�y reg�it�s �nd ��err��vals �Y �n�+ ��c:fi�� uf �he w�c�rk so �t�t inL(� �sc:, �t�a io def���ive
matcrials or wo��km�rr��ip, cq�ai�rn�nt. or def3cier�t ���erali��ns ari �he �art o9` lh�
Cl)]lCCr�C:I�)�} sha11 b� ��rF�rrmec� by th� Cor�tractor �t his �xper�se.
��i-6. � � �'�I�TR�1C�1-�R'� ��:SPf�I�`�tT3TL1TY ��,� T�TE 1�l�7]�T�:, llnir� wr�tten
acccptance hy ��e Uwr�cr as �r��icie�i Cor in �li��� Cc�,�tract ]�c��umcn[s, lhe �vc�rk sh�l] 1�e
L�nder Eh� c3��i•g� ar�cl c�•� c�f �he �'aritractor, �and he sY�,�11 �s�ke c�rcry nece�s:�r� prec��ti��n
tc� prevc�� ir��ury nr du�fi�:ige s� tiic wo�•k c}r �titi�r p�l�k lhercc�f by ��ti�r� o� the e�e�nc�tits or
f��m ��ny �:a�se what�nevcr, whcth�� �nsing from �he execk�linn o� nonexecu�i�n of Ih�
v���rk. T�e Cornraccc�r sh�il� 1'��7uI�L�, rrp:�ir, re�#�re, arid ���;�k� �ood at E�3� c�wn cx�en�a al�
inju�i�.s �r d�}r�:�ge to mny �i�rti�n af' the work occas�c3r���i by �ny of �h�. ��erein�����e
caus�s.
�fi-fi.l9 hF� 1�A�V�R �Fi.FG�1L RIU7lTS=. 1i1sE,ecti��r� by th� En�it�e�� a�r an}r
4�rcier by �I�e �wner by ���ym�°�� af �nar�ey �}r �tty ��t�yr��:r�� �ur ar a�c:e��an�e o� ���y work.
nr any� �xter��i�a�Y �F lintie, c�r any �So�se�si[��ti lak�n by 1.hc �it� shaXl n4�t opera#e� �s a waiver
a� any provi�i��n o� t�e �`c��tr:�c� �c�c�trrticnts. Any waivcr of wGn}+ I�rc�c�i or Conlr�ick �hajl
noi i�� held tr� be a�+�aiv�r of ��ny c�th�r or s��b�e�{uct�t [���cac�.
Tlte Owi�er re�erv�:s lE�e �i�h� to car�•�cl ��n� error th�t ma� bc �4sc«v�rcd ir� aa��+ esli�at�
�t�rtt n�ay hav� Fieen �alid und E� ac�j���� ilYe s.vt�e lo m�et tl�e r€qK1�rc:n�je�3#s c�f �h� �ouir�ut
L7ocu�nenl�,
���G(�)
C�-�,,?{1 PERS{)_�f�lL LL�F31.L1"Tl� (�F PITF�I.IC �FF�{.'IAI.S- jr� c;�rrying o��t tl��
�rovisions u�' tjticsc ["otti�rac� Ilo�.�me�zt� c�r in exerci�i�g :Mn� �x��+�er t�f :M��C�c�rif� gf�n�ed
�lic�ruE��cr, �hete sf�a�l be no I}��k�il�t}� u}�c�r� Ehe a��hnri��d r���r�sen#a�ive �f t�te �wr�er,
e:�1�cr personally or olf��r wise as �hcy �,re age�ks an�i r���c�e��ta�iv�� oF lE�e City.
C'C�-fi.�1_ S�'A"i`E �AL�S=C-,a►�: O�Y a�:c�ntr:�c� uw.�r�l�.ci l�y �he Ci�� c�f Fort Vl��rt�,
a�rd c�G��.�ni����nn v��ich {'1llwk�k�I�S �OF' ��fCIliF1���TI �?Urtili�TlE L�]C �rovi��or�� c>f Ar#�cle �C�.�4
(��[� �f Ehe T�xas I�iEniteci S:�l�s, Fxcise, aiYc� U�c Ti��c l�cl, ti�e C'onir�cic�� rnay �x�rch�se,
rent tit�- le:�s� u31 m��ten:��s, ��[��Ii�S �fl� C{��kl�]1'f3�ril USEd O�' CO�k5LIf11E� iii LI�� pCF'�0�1:�nC�
c�f ��Zis co�ttrac� b}� iss��t�g to I�is s����ali�r :�n exemplia� �e��if�cat� �n I��u al' ilie tax, sa��i
cxc������i,}r� �cr�ilicat�, t� co�73��1� wE�h St���e Cnr�ti�r�r«ll��'� C�uling .��7, A�ny s�acE�
cx�r���rlion certific:M�e issued [O 1F1� C{Oi1tP�1f:COi` 11i licu i�� t��c tax sEi�31 h�c su��je�� t� a�d
��ajl cc�m��y vai�h �h� �S�•crvi�it}n c3f .St:��e E�otnp�t�c�lle�'s R��1�ng ,Utl, zi��d ���+ s��he�
a}�p1ic��Ya�c �t�le Co�nptrollcr's ruii���;s per�ainir�� �c� !h� 'T�x�� l�imi��cl S�t�s, �x�is�, �nd
il�e `I'ax Acl.
��� � co�Err��t awarded by a c�e�el�ti��er �'or �E�e cc�nsln,�twcm �}F ���hlicl�+-owr�er
im�ro►�cm��� in � sfi.r��� 3-ig�rf•��'-��+�� or o�her e�semcr�� v�hich l�as tx:cr� c�e�lica�c� t� �he
�a�,i�iic ur��i �I�e �i�� nf Fc}ri Wc�nh. an orgat�izal�or� u�E�i���� q4���liFies 1-ur e�etnptinn
��rsuat�� tl�c �rrovis�or�s of Artir.l� �C?.04 (H} oiF Ihe "�`cx;�� I.�miled Sal�s, Excise, �r�d l�se
'�'a� �c#, t�e �onkrac�o�• ca�� �arob:��ly bc cx�mp�cc� in �f» s:�me m��ncr st�,led �bvve.
Tcxas Lfniit�d �ales, L�xcise, a�ci �Ise T�x �►�l permits �t�d inforn�alion ��n be obtained
fram:
Cc�m�a�rai��r ���' Puhlic �ccounts
�atcs "Cax i]�vision
�r���lol S�alior�
1�1�stitt, T�
C'�-�{1�}
C'�Al�"l� � � C'rF�FCEtAL i:C]�ff�1Tl�}I�iS
�7-7 �'�C]S�C.U']-ION �1�iD Pl�(3(.SY�ESS
���"1'l�N �'�-"7 I'3�OSLC'U-I-�CI��! �h�� i'T�(]C1��S.�:
�7-7_l ��i131.�T�r�r�: 7'he �c�n�r:�cE��r sf�iwll ��.rfo�•�n u�ish hi� ��v��r� ar�ar�i��lanr�,
anc� v►�it�s �he ���i��:�r�ce of wc�rkm�n ux���.� Iti�s iT17111EC�kilt�' S41�aer�E���-ri{��nC�, w��`k �f �
v�IL�c c�f ix�t tes� �I���� f'i�ky ��O�Y+� ��^rcent o� the v:�luc etnl�������c� on t�c conl�a�l. �F ��c
�n��rrac�or �ut�le�s �i�p a��r� �rf ��� ►�c���k �o he �ic�n� u�idcr kh�s� Contract D��uments, #t�
�+�i�l not �azcle�� ai7�+ circiMmstanc��s l�c rc�ieved c3f �h� resp�snsil�ilE�� {�nc� obt��alio�� ass�n3ed
�r�der �he�e �oni��:�ti D�xrur�7�:nts. A�I kra�sacErot�s ��' tlic ��tigin�er ���itl bc wittr It�e
�oR���-aetor. Sk�bcnnt�-a�tors v��ill be ���n���lrf�c� only in t�ie c�a�:��ii}� o� e���l�y�e� cxr
wc�rk�-r��n o� I�e Cc�i��r�irjor :M��ci �h�]] b� subjec� kck� �� sa�� rEi�Lill'Cl�'iCI1�5 �l5 �O 1;�1�J�2C���
���� c�rn�ret�ricy. "1"!�e C,Iwner w�ll noR r�c���;nix� ar�y �����c�rn�r��cl��r vn �he �oj�k. �I'Ixe
�a��ira�����• s}���13 ai all �rr�Ycs, u��lYen kh� �urk �s in c����E��tion, he r�presct��cd ejther in
persc3n or by � s��jxns��c��dcni or oiher cicsi�;nateci re13Fcscir��tives.
C7-�.� AS�1G1�11v�1:�1T {?F C��IT�2A�'T: T�� �oitilr�c�or sl�all €�pl assi�n, tear��F�r,
su�act, c�r �lh�rw��e �Jis�ose o#' �l�c con�raet or li�s ri�f�ts, ti�fe, or ir�te�cs� i� or [v the ��m�
or an� �>�� Ihere��F wi[��ot�[ �h� previo�s ca��senk ��I- Rt3c �wr�er ex�r�ssed by resc�lution o�
��tie Ciip ��}�nci� t117,C� C017Ct3i7�C1 1f] t}j� l�l� Sllf�ll��,
I#' l�t� Cc����ra�tor �fc��, wit���ut such pr�vic���s co�rscnt, ass�g�, traa�sfer, su�let, c�r�v��, ��`
o�hc.r+.+�is� di�}�c��e «f �iYc canlr�c� c��- h�� �i�tit, �ille. ��r ���Eere�l Li}cr�:in or ar�� p:�rtt thcreof,
tc� �r�y �e��son �r persons, �a�rtnership, ��n7pany, firm, nr cay�p�ralic�r�, c�� dt�es by
C�;,��kj����lcy, vE�lux�tar}+ c�� �nvirl�mt�ry, or ��y :���i�r��7tic��t u�Yder ���e �nsr�lv�.r,cy l�ws of an�
st�kt��. ��i�:�i�t iv dis��>�c of [I�e conlr�cl mu�+, {xl t3ie c��iian �f l��ze Own�r be rev�k�� a��d
,aitin�,�led, tinlr�s tate �urc#ies *h:tll �uc�:cssfiGll� cc�ln�let� said cc�ntra�t, and in khe �:�ent of
;��}y s�ch rcvncalion or ixrrn��lmcnt. �in�+ r����7i�s clue or to �ec�>ri�e due �rnder ��r b}� vi�t��e af
��i�i �r,r��r�rc# si�al! I,e re�a�ncd by [t�e D�{�ne� �s 1ic���clat�il cEa����g�s for �#�e rcasoi3 lha� i�
wo�31� �',�: irnprac:tic:�t�le at�d ex�r�Fnel� �if€�ic�r€t �c� �x tltie acl�a� �an�ag�s.
�7-7.:� �'�OSLC'G'I'fCI;�T QF 7-7_�f: V�IC1l�K; I'r�crr to be�inni�� any canslr��c�ic�n
o�e�-a�i�ris, l�e ���n�r�cta� s�ia�l �ubmit tu ilic Fn�;�nc�r in f��re �r more �cc�p�es, if
i�eqttc�tcd �y Rhe Eng�t}eer, a prc��,ress scl��d�ite p�`�°Fcr��biy ir� cli�u-t or clia�rdrr� furm, or �
larie� o►aiEining iiY ��:ttii3 and sic�i by stcp �i�c ma�ner �t �rc��c�.t�ting t�e wUrk arrd ordering
m�ttc�iaEs {�nii cE�4i���rnen� v��ir.l3 Ite ex�eclS icf �-c�llow ir� c}rdr:r �� c:t�ntiplctc �hc prvj�t tr�
�h� 4cC�cr�ulcd �Em�_'T���r� sh�ll be s�Mk�mi�t�.d a�al�le c�f cstimaNecl ��rt�o�u�ts to be ����ed I�y
�he �cm�r:�c�crr c�urGn� �'�ch rrtoi��hly es�i��rate pe�iod.
Ttte (_'ortsr�c��x�' st�all c��mr��ettc:� �h� work ko he ��:rtornzc�l uncicr �hi� c��ntr�ct within tF��
titne li�r�i� s�tl�t-� ��3 1F1�.�7C �Q11Tt'�iCE L�C1C1.If11�i1�5 i�li� S}7;�a1 �.ot�c�k��� ihe wo�•k i�� a c�n�in«c�us
ir�ann�r xr�c� +��i�h �ufficE��3l �q�aipni�rt�, �r�a��i7a1s, ��n�l labor �s is nccessary �o in�ur� its
c��r�ptctian witf�in tt�c time limix.
C7-'T(1)
7'IYc setlu�nce �€'q�ae��ed ��' isl! ccm�lrG�c�s�oi� np�.rallt}r�� *I���li be a� �1� titn�s ��� s�eciFied �n
[�re �}��:�i�� C��n�rarl Dac4krr-kcnts. �1ny t��viatiort f�-��m s4�cC� scq4��.n�i�� sh��l be ���bmittcd
to t�tie �n�,in��r f��r his a�s�ro�+�l. C`c���r�clo�� sl�ul� ��c�� pr{�eed ��i�f� �tny s3e�iulic�n ��nti� E�e
�as re�ci��c� v�•ri�te� apJ�r�val f�,rrm t}�� Enginccr. ���ch �peci���[ion �r a�,p��val by sh�
Engii�e�� shu�l r�c�t ���Rieve ���e C�:�r�lr�cicr� �rorn f��il r�:�pnr��il�iCity of �h� c:cfaz��le#e
�erf��m���cc c�P �he C�n�ract.
The co�rlrac� �i�r�c ma}� he ch�nged onl}� :�� �c� Forth in �cction �'7-7,8 �XTL?1v�I0I� i�F
TIMC OF �C)Ml'LLTI�IV c�f this A�;r�cment, :fr�cl � peo#ress scf�eciule �f���l no[ ��tt��iEule
r� chan�� in �I�� co��ract �i�e,
�7-7,4 LtC�'fl-T'ATIC}1�1C]�'{��'�;���'�{71�5; Th� wc�rEcar�g operations s���ll �l a1C
Eir�cs he c��1d��c�cc� by �l�c C�m�rac��r• so a� �n c:r���te a tnii�imut�� :�mc>unl c�f incon�cnicnc�
�o �hc pub���. Al arry iimc �vl1�.n, �� t1�e ��adgr��:nt nf �he [�r}�it�ce�, rhe Cor�t�ract�r t��s
c�b*ir�jct�d or cic�s�r� ��� is ���rr�iiig un �k�ae.r.��ior�s in a pc,r�i��n nf a�t���t or ��i>iic: w�y
�rcat�r th�n i5 riC��S53T'j� FOr �Srt)��.r tJ4CClkEi[]Fl [�f #�l� w�3`IC, �F9c Er�g�r��er ma�r trquirc thc
Cor�t�•�x���; �c� FGnisE� tl�e scctior� c�n wi�ich op�ra��or�� a�-e �� p��o�ress be��re !he wor�C is
cc�m�iei�ccd on ��iy ��2�li�i�rna� seclio� or sl�eel.
C;7-7,5 C'H�RACTI�sI� [_�4{ �'�ORK?��;CV ArV�7 EQLTT�I�F:I�'Y': �.c�ca.] I�hnr �h�ll be
���ec� #�y �l�c C'on�r�cior ��he� �t is �vuiE�i�ae. '�'h� Contrac�c�i- rr��y b�•ing Fram ouE�k�f� t�re
�it� �f F�ort 1�Vo1��F� IYis b��y r�len �ttid his su�e�ir�l��dr.nt. �l� ctt�e� w+�rkm�r�, includir�g
cq�ti�rner�� v�era�ors, r�ap he importeci ��YI}� �f�er �he local supply �� exha�s�e�. The
�onlra��or sY�a�l e�n�rkvy only ���:h �€��eri��tcr�d�.r��s, fc�rcrnen, and v��o�km�� whc3 are
c:ar�fu�, co,r�pct�:n�y iI��1,J ly�ll� .�1}U�IILF.IJ }� iJ��V}ili L�4. CSUlI�.} ��l4+ �M��� i{��I�T�4.� 4lF ilL+r�,
and �h� Fn�Eite�r ir�a}+ d�i�ta��ci �n�i s�.c�irc tl�c s��rnmary dismiss�l �i" �n�+ �rerso� or gcrs�r�s
em�loy�d �� k�� �.`t�t�lrit�tor ir� c�r ��3�ui o�' on 1��� v�,�c�f�C whc�, in [hc ���nion c�F �he C�wrzer,
shaal miscoiid��ct h�rrrs�l� c�r �o �c fcsuncf �cr be �r�coni�e��n�, d��respectf��l, ir�Ee�np���te,
�Eisl��iYes�, or c�lherw�se oh�e�:ti(}nai7�c or r�e��ec:i�t�I in the j�r�pe� �acrFvr�nar�ce o� his or
Iheir d�tt�s, cxr who n�glect or ����uses !� ��mpl}� witl� c�r es,Ry o�il th� directi��� of �he
crv�ner, ar�d such perscrn c�r �rersor�s s�aj� nc�[ Fre ern��oy�d ��:�in �i�e�e�n wi��o�� �ntt�n
conscr�t cxf �he �'ngi�eer.
111� v�rc�rk.r�er� s��al� 17ave s�Ffjcient ski�l, ah��iiy, ar�d cx�cricnc� t� �aro�er�� pei��rm titie
w�r� assigned [o Che�rY �nd ��:�'ake ar�� cquiprn�t�l r�e��ssary to properl� ��r�y oul tlic
perFas�rr��nc� aP �he {�s�igr�ed �uti��.
Tha �or�#ractof sh�l! furnish ��r�d m�in��sr� c�n t�r� wor�C al� s�scl� cquipment as is
coiisidcrcd ��� 6� n�e�sst�r� fc�r �he ��rc3scc�x[ion of tY�� �c�rk irr �n acc�ptai�le m€�fln�r aitic� at
a satjsf���ury a`�sle c�f peogr�ss. A�� �q��i�meE�t, tool�, a�d machinery �sed for �:�n�king
m�#�riais �i�d exc�rtf ir�g any part c�f !he wv��C s�iall b� suhje�; kc� lhe a���ruv:�l �f t�te
�s��k���er ar�d sh�l1 iic �r�{�ir�tained i�� a�utisf�sctc}Ty, �aFe t�t�c� c.Ff�ci�nl w�rk�ng cnndizior�,
�q�ri�Tn�:��� v� �ny �oi�tio�ti of �I�e wark shall L�� su�h tl�al �o injury� to tl�e wn�'k. V�J�rlur�e�
vt ad,j�cc�t }�rc��a,e�•ky wil� res�it �-rc�m zts tise.
C7-7(�j
�'7-7_� 1�V0�1� SC'H:[:D1_1L�: F..j��se� v��c}rkin�; c�i�y:s �il��� �� Cl�fF1�]4ilCi� s�aa-li�g
v��itl1 iC�� 1'Ersi ci�ry ol- Ehe wc�rlc ccmz�je�c�c! ss �ic�ie�e�l in C:1-1_�3 "1�VOj�K1?�FG D�i��" or
thc date s�ipul ����il i�t t�e "V�'�1�� {�}RDLI�" for be�;inn�n� �u��r1c, whi�:}�ev�r r�am�s f�rst.
�lot�iii�g in ki�csc �ont.r�cl T��crim�n�s shall be rc�n��ru��i �s �x3�c�����ikGn� t}tie �cm�r�ek�r
frc>m workir�� cxr� �3i�rclay, S��n�la� or I.�g�i H{�ti�;��s, p�•o�rici���g t���t tl�c follc�wir�g
rcq��rements �re rne�:
�. A rcqt���i 4c� �vor�C o31 a s�e.c�fic �al�i�'dt}y, �Lar��r�y ��r I�gal 1Yc�l�ci:,y �n�st
b� r���i� to ���e i,t�ginc�r n�r ];�rer �}�at tlxe pre.����r��: Tii��•sda�r.
b, �1n}� v��orEc �� he �{i�ne o�r tl�c prc�Mecl r�� sucl7 t� spcci�e Sa�.�rda�r, �un�#a�+ v�
L�gal ��r�li�l�y rnus� L�c, in k�e ���inic�r� o� she �:n;���eer, es�ei�ti�l �o ��tie
iimel}� cor��plc�io�r al'!h� prr,j�ct.
�rhe En�in���'s d��ision �h��� t�c �i�a1 iii rcap�n�� r� �t�c� ��eq�est fc�r a�p�ova� �� wt�r�C
c�r� :t s�eci��c �a�ue�lay, �uT�da� or I�eg�l Hc��id�ty�, �i�rl no �xlra c:oiti7��n�ati�}� s1�311 be
�llowcd �o ��tie �'c�n�ractor for any wc�rk pe�or�ned or� ���ch :� spe�ific S�#urday, �Kanday or
Lc��l l�ol�d�y.
���l�n�i:��D�ys shali E��x ��#-ii�cd in �1-1.�4 �nd tl�e �oiitractvT t��y workxs he �c� il�sires.
C7�7.7 '�`1Ni�: �F CC��1 M7:NCF.MCNT 111�I] �:�'viPT�L:TI�N: TC�e Cor�trttct�r shala
comm�rrce th� �vor�C�rr� ��era�ic>ns u�i�hin �he lime �petif�ed in t��� �osti�racl T]c�c�men�s
a�d se� I'c�rt� in ik�e Wc�rk �rder, F�il��r� t�x cio so sl��ll be cc�ns3d��ed by Ih� own�r �ts
�t�K�n�antnc��t of the Cc��t€rac� Y�y Rhc C'{�n�r��r.tor �ty�i C��� ����e� may psoceed �s �re se�s �'ii.
'C�re Co�lr�cic�r shall m{�int�it� r� ratr. of pragre�� sr�ch as v��rll ir�s��re tF��t ti�e w�a�e work
�i11 be per�ormed a»d tlie ��i�rr�isea cleancd up ��i �c:cc�rda�ce witl� I�O� �on�ract
Docu�-nents 7nd witltiirti i��e kir�e ��t��h3is�cd in stiGcE� d�cu�er��s ari�l s�ch extension of time
as i�iay I�e prnpe�•1}� a��th�r��ed.
�7�7.8 �;�'�'�NSIC]1v (�f�� -��1.�.F C'(�i�4P�.�TI�Ii+�: '�"fne �atti�ractor's rec�ue-�� for �n
extensi�n c�F <<T31C: af cn�npletick�i s�al1 be ccx�l�id�r�c! o��Iy when tf�e r�queat f��� sx�cM
ex�en��on iS SliI3TllItSC[� iT� �uri#3r�g �o Rhe �;ng�necr wi�}�ir� �ev�� d�}}�s fro� ��r�� af�er �he
�f�n� ���l�gt`{� C�iLiS� [}f {.���8j+ SYI��� C]l:Cl3FfCiI. �}1011I[� 8TC C`-7CLC17SSOri O� �I7� ��Rle (}� L'03�i�}�C�I�FI
bc rcq�ested �uci� fcqucsi �+ril1 he f��rwarc�c� [o tlle Cily C�c�t�ncsl for {xppr;�va�.
1�3 �������in� t}tic cnntra�l �im� for c�m�lelinn c�f wnrk, cor�s�rier��io� will be �ivci� ta
tmfc��es�e�� c�aK�se� l,�yonc! il�e conlr�� ;�t a�cl wit�ou� �he faul� or rre�li�en�e o€ ��e
�'nn����ctor, firc, t�{}c�d, zonladoe�, ��icl��t�ics, qu�r:ii��in� r�stric�ioi�s, s�r�kes, cmbi�r�o�s,
or il�.�{xyrs �f �t�h-co�ir�•actc�i•� du� �u s,�cl� causes.
�7-7(3)
Vlf��en thc ila�c af cutr��a�c��ot� is h:��ed or� �� c�l�ncl���• �a}� bidr a7 I'�i�UG"$t �OC CJCCL']'CSI(}Ci [}�
rime be���rsc o� ir�cicin��� wc�i lrc:r w�l I nc�C he c�n�i�ere�f, A�ec���e�t fo� �xtci�sion o€ �ime
����e t� irr�birit�r to obtaii� sttppl�es anri �r,:��er4al� ur�il be cvx�si�ei-e� ofll}� w��.n � rcview of
kf�� Ca�lra�:tor's p�rchas� ordcr c�ates �nd c�lher pei�in�n� data as rcc��iested b}+ lhe
F..r�gineer i��c€ica#es lh�t thc �ontr�c�or h�s m�d� a t�c�n�fic3e #��rempt to �ec�r� deliver�+ on
*cC�e������:. l��is ��rr�l� incluc�e e�`�ai�ts �o oh�a�r� �h� ���������s:� �nd mr�#eri�ls fror� �I�er�at�
so�r�:�s ir� casc th� firs� s�t�rcc c�nt�ot rnak� ��.live�y.
If sati�€'�ric�ry execuli�n ��d �c�mp�e�ior� af t�c c����ract sl�ou�c� rcyuir� wcrfk ar�d m�ter�als
i�t �i�a��:r amcrur��s �s�• �u�nti�ies than �h��e s�� �orRC� in �Itc a��i•ove�i �o��lra�t Dr�cum�nl�,
�I�cn �f�c cortit�act t��nc t�iot be incre�se�l by �hai�ge (]rder.
{'7-7.9 l�Fi,�A�'�: �F�e �on#ractor s�ta�� rcc�ive st� corr�p�n�a�ion Fo�r c���ays �r
tii�d�•an�cs �c� �lie wur�C, cxccp� ����z�.n ciG�-�.et �nd �3navoic�:rb1� �x�ra cost �o �Ize �n�tr�c��r
Rs �a���cd h�+ [he I�mitur� c�� ihe C'it}� zo �arc�vide in�c�rrr�akinr� c�F inatcnal, i�' an}�, whicl7 ts to
he furr�ash�d by �he Ci�y. VJhe�r ��3ch extra cun�F�ens�tic�n is �l�i�ed, a wrik�en sta#�m�nt
�I1C['�O� 4t]:1II �3� �IYi:Si.rlll'�} I]j+ ��1[', C�1RtTi1Ct{}f �O E�l� L'.f1�it1C�1' ikki� �� �}j� Cf�l; �ng�rrccr fc��tnd
ca�re�l, shall be �r�proved �nd refe�eJ hy �he En�in��r l{� the C�i[y �ounc�l for fi��ai
��p�rnv�l c�r cfi���pprc}v���; �n�i Catie actiotti t�tc�x�on by �h� City ��x�n�il sh�l� i� firr�l �€�d
bii�dir�g. IF �c�a� ss �auscd by s�ye�i f'rt- o�clers g�ven by ti�e Lng�n�er �o stop work, �r ��+
cE�� �c�t�rmance ot ex�e$ wark, or �sy �he �`��l�re c,f Ihe �'��y to �Fnvi�e n��tcriai o�
neces�ar� inslru��ion� f'vr canying or� �l�e work, il�c:� s�ch c�e��y� v�iil �entiile lh� �c�r��ss�ctor
to ari eq�ivslc�ri �xten�ic�n c�f kime, E�is a�p�icatian �'or shal�, �iow�ver, be sut��c:c� �o ��e
�pp�-ov�r� of �t�� Cit}� C'.uunc�l: �n� n� �uch ext�r��io� of #ime sh�ll ��e���se the �ontractor
c�r lf�e ���ret� �rr I�ts �erf�rmar�ce b��7d fE�c�m �ll hi� «��Iig�li��t� I�ereurrder w�ni�h sl�all
r�m�i� in fL�ll fc�Tc'� unt�l �h� rlischai•ge of rhe con�ract.
�'7-7. I() 'I'IMF �)F C'C]iV� f�L,E�'t'�{}i�i; T�t� I ime «f �{�m�lelion is an esscntial
el�.����.�rt c�l' th� �a��r�tc�. Eaci� h��de� sl�a�l it�dic�tc ir� tite :�p�rc�pria[e pla�:e qt� [I�e 1���
page aF il�c �rop�sal, �he �tur�til7�e� c,f w��king €�a�+� or �ale�cfia� �lays �hat I7� will r�quire �a
ftill� [:��fr�}7�t'l� tI7lS c[�rk[1-�C� Di' lll� tl]]i� l3� LOm�}1Ci1Uri WI�I �}C S��C.i�SCL{ I]� SIl� ���� }� ��7�
pro�os�� se��inr� of �he �or��r:��c l�nc�r�re�ts.
�'h� ri�ml��;r �}f day* i��rJica��d sl1.�l I E�e a��.aiistic estirr3�t� of lhe �ime rc:c��,i eeci to cc�m�l�te
tlle w�rk ��vcr�cd b}+ thc specific c��ntract �ei»� bid ugor�. �I'E�c amott�t af ti�nc s� stat�d
I�y ll�e �4�c�c�ssf��l b�dder �� lhe �iEy wsll be�o�e Ihe �im� 01- c�mp�elian ���cified �r� tl�e
Cc�n��-�c[ Dncum�n[5.
For ea�h �.�tlend�- d��+ t�at an}� u���ric �hal I rcma�n tMnc��t��le�cd a�t�r the #ime sp�ci�'i�d itr
�he �oniracc C�ocu�r�ents, or ir�ci�asccl lirne gr�Mnt�d hy Ihe �lwner, ar as �UIO?1��lICRI��
�nc:�eased �y ,�cic�i�ic�r�ai wnr�c or mitterial� order�:c� :�f�er �l7e c�nt��c� i� �ig��d, lh� st�m per
cfa}� g�v��r ��� tlt� �'ollu�+���� sche���a1c, unIcss o��ierwise sp�:ci�i�d ir� otlicr l��rls �F l��
C'a���r���� �?ncumct�ts, wij� l�� �ieducl�d from tlie r�r�nies �Cue l€�� �on�r�cl�o�, r�a� as �
per�alty, b�l� �s ?iquidated �ama�cs sufF�r�d i�y �he �kvr���.
�7�7(�#�
,��,i()1.�1�T C�F C:[��"��t,�CT
$ S,�IQI
� 1 �,�]0 l
$ �5,0(ll
� ��i,i.%ti.il
� lt7(1,iioi
.� �IJV.VIIA
� 1 a���,i1� 1
� �,{)��O,E){lQ
�SS [�7�kT1
#v
to
to
CO
ro
��
�C�
��d c�v��
� �yV4JV
$ 15,�L}U
$ 25,t1U�
� 5�,�]{]Q
� �UU,C���
$ 5(}O,C}00
� � }�!�l5.lylllJl!
.� �5ii��t��.i�
isiciu�i�e
1�C1135LV�
i rtic�k��iv�
�nclusi�e
in�lusive
inclusive
Rnc�usiv�
itiClUSlv�
�Zv1C}U1V� DF
�I���ID}5►TED
DAMA��S
k'LR �A,Y
$
�
�
�
$
�
$
�
`�
�5.0[}
��.{��
63.[]C�
�C�5,UU
15�.(}0
� 1�.U0
31 �.QU
�,4�:1J�
�33 �.�][}
Th� ��artic� 17r.r�to 41T��er�t��tti�� ai�cl �k�;ree r}�:st aaiy I����rr� i� kh� Gi�� caused h� �h�
Co�atr:iclt)i'SS C��I�� In �.0117�}��iil3� 1.I�e Wc)rk 1lCfCUI][��� iri thC #I111C s�acC����� �i}� i}l� �'.t}r]i�'���
Docum�r�Es v���u�d h� inc�pab�e ar v�ry difliculi i{� calc�Ml.��e �iue �cr iacic c�f �c�u�at�
infc�r��atior�, ancl �h�t t1�c "An��►��tt �f Lir��ud�tc� Darr��ges Per D�j�", as sel ��� �bavc, is
a rs:asor�3h1� fs�re�as� of ju�i c��mper�sa�ron d�c �l�� �i�p fvr harm cati�seci h� a��y �clay.
�7-7_ � l S USPE�1 SJ(�IV �Y �= ��[.i�T ORD�R,. "�"t'r� �v��E�a�:tor shall s�spet�d
o�ef�t�u�xs o�r suc:h �ai� o�• �art� of t�,� wor�C e�rd�rc�3 t�}� any cnt�rE� ��ry� wi�l r��� h� et�ttlled
lv ad�itit�nal c�mp��s�#ic�n lxy ��i��tUe of s�ch cc�ur� order_ iVcitli�r v��ill he ��e tiable �o l�e
Cit}� ir� Ih�'v�rit �h� wo�k �� sus�ende� hy a�c��r� [�rci�r. �IeiEh�� ��il� lli� Ow�ie�• be liahl�
to ihe C'r�n�r��tor b� v}��tur nf aa�}� C'nur� �rc�c�• or ac�i4}n for wh�ch thc �wn�s is nvl so�e��+
resp��sible.
C747,i� T�MP[�R�►i�Y �EJ5YE�1�1(�k�. The �v.�ner �ha�l F�ave t�e ri�hx lo ��sp�:rd
�he w��rk ���er:a�i�� wh�llp or i� p:Mrt f�>r s�ciy p�ran� c��' peria�� �f t�tue as he m�� dee�n
r�ccc�ssary d�e �c� ��ysuttahle we{tt�e��• cortdili�r�s csr �n� t,lhe�' t�nsuitah�e c:c�nilit�ons wt��c:h
��� ���e ��i�ic��i o� the �w�,er �r I"�ga�reer c���se furlh�� �}roseculic�r� ��f the w�ar�C !o b�
tins�t��fac��i� or de�rilyY�:ttiEai lcr sh� inter�st of the }��c�,ject. T)u�i�ig tc�r�pv�ary suspcns�or�
c�f t�7� v�'as�k �{r��r�d b�r �has co�it�rtct, for �ny r�asan, �he �w�ier will m�k� no exir�
�,ir�+r�����t I'nr �land-�y �ime ��fi cc�ns�i•uc�i�n ���Lti ja�icr�� a�rsif�r co���s'ucti�n crcws.
1� i� sE�cruld bcc��}m� ncces�.3ry �o ���per�d work fc3r aiY �ndefRr�i�c per��d, t�e �ontract�r
sh�r�l st��•� all �n�t�rjals in such man�ter tl��t ��ey v�ill �oR c�1�s�rt��t c�r ��npecl� �l�e pk3blic
►�nnc.ccssarily �so� bec�me da�n��g�d ir� {���y wa�, �itid F�c s�ra11 �a�Ce cr+�rY Pi•�ca4a�ion to
�r�;�r�i�� c�aii7age or d���rioratian of �he wc�rk ��:rformed; he s��,l l�rr�tvi�e �t�it�b�e s�r�inage
�tbatal ll�e +uor�C, an�i er�ct Rem�c�rar�+ ��ruc�ures wh�r� r��cess��ry.
SE���uld �he �c�ntracEor nni be: ��le to c�mplc��� a por#ic�n at' the pixr�e�� d�e to ca���s
�rc�ond the �o�tj�] of rwx�d wi�E�ai�C ihe ���Lzlt nr nc���ge�c:� a� tl�e C`antr�ct�r as se� F«ttt+ in
Pa�•��gr�►�SI� C7-7.� F?CT�NS1()1� �?F "C`}�'TIML C�F C(�MPLFTZO.�, a.fld �C��uld �t be
C7�7�5}
�eterniir�cd E�y m�tud� cc�n�e��� ��f th� �'an�rac�or ar�d �f�c �n�iylc�i• �hat a�c�iut�a�t �a allow
c�r�s�ructi�r� to procc�� is �rcxt �vr�tlah�e ►��ikhin a reas�n�hl� period �F lime, lhen ti�e
�ontrac�or ma}� bc r�i�nhuz�scd �c,�r ti�e co�� �f mov��rg ltiis ��ui��n���t �ff th� jr�b ar�d
rel4�rnin� lhe r��cess�•y cqui��7�er�� ��� �h� jc�b whc� �l �s �ie#e�•i�ist�ed E�y �h� Fn�;in��� �h�a[
c�nstructton r�r�y be fest�m�d. ��ch r�imbu�:�en�c�t sh:�ll bc b�rsc� o�r aclual cc��� t� �E�e
��r��raclor of movi��� lhc eqtwi��n�nt ���r� n� �r�'c>#'t� wili k3e �ll�wed.
I�c� r�ir�x�su���menl *h�kl ��e altov��cd if �fsc ec��ip«�c:r�l is rr�ov�d �� artothcr cor�s�r�c�inn
�roj�cl �or �he �ity �f Fort 1�os�th.
'�'hc Cyo��yactor slta� l nc�l s�,sper�d wnrEc wilho��t written n�tice �rom thc Engineer and �t�a11
�i�c:eed wClli 1�1� 1Y�1'k Q�r�ti[�nS prc�m�,tl�r wh��l Ilplll�iC{� b� k�1C E�k�11iE�f lc1 SC} r�SE�f�lC
[)p�rati���,
C7-7,13 '�"rEts�1�.�l.��'1�I�1 C]F COI�lTRr�C"T l��.i� "1'� I*�.AT1C1��L CI��F:RC;�;AF�Y:
W�e�eve�, b�cause ol` �l�t��r�a� Ci�c��gci�cy, s� �lcilue�c� hy r€�e �rr��ideiit of liYe Ur�iied
�ta��s or o�h�.r l:��v�u! �,�th{krity, il h�comes imposs��l� f�xr �h� C'c}n�r:�ctc�r ic3 c����.��n a�� oF
�F�� necess��ry lal,or, j7�a�e�rit�Es, :,nd c�ua�rr�re��t �or �l3e �ros�c��ion of �I�e wc���C wi�l�
re:��n�i�,h�� c��r��anuEty for a periad o� E���o rnon��s, if�� ���1tra�tor s�al� withi�y scve�� �ays
notit'}� tttie C'ity in wri�ing, gxving a det�t�ed st�t�inc�zt o�' ti�c �:Efo�t.� wl��c:h h�ve b�en m�de
a�d I�slir�� aki r�ecessary itcrr�s �f l�tl3n�, m��Ee�ials, and ec�ut�iz7c�lt ��ot obt�i�r�€���. iF, �F�er
inve�lig2�kic�n5, tFke ow�ncr f�n�s t�a� st�ch cc�n�fi�i��n� cxi�tir�g and �h�r� the ina�ilit}� of thc
�onira�.[�r l� p�'f�ceed i� ���1 ;�C�i'i�k����±le it3 ��hulc n� in �xr� tc� �I�e f��ll �r n�g,�ect o1` lh�
�a�rtra�Eor, th�ri i� �€�e O�vne� cannni aF#e� re�sonabl� cf€ort assist the ���ntr¢ck�r ir�
�rocur�ng ar�d ma�cin� ���i�al�le ��re ntces�f�ry I�+hvF, i�r��teri���, ar�ti cq�i����en� �riihin
�hi��ty� da��, EFI� C.{]fkiCi?iC�{1F Tl]}� �'l'.C�l1ES� til�,` l)V4'i1C.� �i1 �{.'F7TJl7l`alt� ��7L` �{}I1�fIIC� �I]CI I�IL' OWfi�.'I'
rr��y car�}�ly wi�li t�c r��ues�, �37i1 ��1� I�I-F]llil�ll013 5�1�1I h� t;Onc�i�i[�r1Ci� :�r�l'1 I��lS�� L�]]Di� A
f�r�a� se�llem�f�t ���4���a�tily t�c�e�,��sh}e ��� h��ih the �v��r}er a€�� E�c {�'o�r��•a�t�r ar�c� Fina�
�a��rfnenl �h�ll b� made tr� ;�C��I'��17C�: Wlill f�11: Cs.',f111� []f' l�� U�;���C.I 5�k���tTM�fkf, Will��l S�'IAj�
i��clu�lc. B�t nc�t b�: Eim3�ec3 �c� �he �aymei�! for ��1� wor�€ exe�ut�s� hu� r�c}� �r�#acipa��d
pro�'i�s �n woi•k v��iuch I��rs t�ot bc��� ���:rfc�rm�d_
�7-�,l4 Sl_�S�'T���I�IC}�� 0�2 l�Br�NF3�IV14�11��1'�` C�I�� 7'1�L V1��l�K r�ND RNh�Ji�NfE�1'1'
C]FTi�TF.. C"{llti'i'I�A(�'i': '1'Ei� wc�rk ���ea'��r�ns �rn t�ll c}r ���y porEion �i• srctir�sy o�the
��t�rk t]nt3�� C`e�F�iracl sh:�lk he s���pendcd ir��rt�edi�tc3y on wrilien c�rd�� ��F �l�e E��gin�e� or
ll�e �ar�l���zc� rr�ay bc rler�ared c��ncc�ed by tl�� �'it� C:�un�i� fi�r an� �c�od and ��ffi�:i�nt
�a���e. "��'he t'oilo�vi�ti�, by wa� ol' �:�cam�le, bu� r�ot o� iir�iit�lion, rr�ay be cc��siil�rcd
gFo�,��fs fc�r su��en�io� c�r ��nce�lal�or�:
�t. PailtM��c c�� t31e {:c�ntra�#n� C� co�nz�ict��e �vork operaiio�s �vitl�ir� �I�e �i��
speci�'ied i� �}te Wc�rk (]rr�er i�sKlesi �}+ lhe �wr�er.
b, ���I������r�i�l evidence #hai ��rt���e�� {�� �F�e xvc�rk v�ea-u�ia�s b�+ lhe
�'antrac��r is ifl�ufficicnt �o �orr�plct� thc wor�C witi��n t�e s}�e�.i�ec[ tirne,
�"7-'7{G�
c. F����re of �Ite �ornras�lor �c� ��r�v�rle �'lf]d r11:�1i3�81C1 suft'icient ]abor �nci
�q��ip���nl lo }��'ogc�•ly cxec���c �h� worktin� n�crations.
d. �ubstai�li�l cvidc�ce th�l Ihc �nt�tract�;� h�s a���t���aned �I�e woz'k-
e. ����tun�i3� crrjderrce th�� It�e �onfr�ct�� h�s k�ecom� in��x�vettt {��-�Sat��krv�i,
o�• olhei�vi�e ii��aatici:�lly ua���,l� tn c�rry c�n iiye �vork sa�i�Factorily.
f. F:iIII�F� C111 [I7C pt�rt c�f ��e Con�1•��ct�}r �c� obser�+e ar�}� re��ii�me�ls nf thc
�t�ni�':��t Doc��m��riS n� !o com�l}� with any �rcl��s giv�n b}� [he �y�g��i�er
�r �wncr pi�vi�iecl for in �C�e�� �'��r�Eract l�o�uane�Yzs.
g, ��aiC�re of tl�e Cc����r��c�c�z prcrnY��tly lo m:�k� �oad :�ny �l�:�ect in ����nals or
w«r��n�ns�ip, or any d�.�'ects of �ai�� n�ture �he �.r�n�.ctfo� o�' �rrhi�l3 li�s
h��.n �i��ceReii i�� ���ntiri� b}� lhe Eng�ncer or tf��.w Own�f.
h. ������K�n�i�] c�rid€��ce {x�' co��usi�3� f��r t�te p�rp.os� �f il�egt�liy �rc�c:t�ring a
cnrr�r�c� or ��er��:tr��irr� ri�.�k�d or� ll+�. �'.1�� IIti k}l� [:L}I�SII'4aCt1�7i1 �?�' VJO�'�C 11Il��f
c�niracl.
i, ,A sut���:��iti�l indica�iot� l��t th� C�r�tractor h�+s ��de ar� k�n:�u�hori��d
u��ign��crtt c��' lhe �:ontract �r ��n]r CtGn�s d�e �hercfronY fc�r ���� �c�e�'il t�f
:i�}+ cr��itor or for an}� oth�� �+�rpos�.
�. lf �he C��r�tr:�ctar shall �or ���� c���s� �l�a�saev�r no� �arry or� ��e work.ing
���c�at�r�n ir� an ac����ablc mar�r��r,
k. �� �hc Conir�c�or �ommer��:�s �egal a�tic�n agsiitist th� Clw�cr,
A['�pp� oF �he �ti�s�cnsjon <x��c��r or �cti�n c�f ��rc �ily �c�u�,c�� sl��]I be servcd vn #h�
�'os�te�ctor's �urcties. ��lh�n �4r��•k i� ����r��ii:d f'�xr ��riy ca��se c�r r<��+s�s, v� w�er� th�
cc���i�•�c4 s� c:a�tic�ieci, l��c �attil�'ackv� sliall clisc�nli�7�r tf�c work �r s�cl� part lhc.�o�as tlie
owner si�ali d�sa�;n�t�, v����re��}���n �he �ur��a�.� rt��y, a� RC�ei� op�ion, a�xu�rY� ilYe �vntr�ct
c�r tl�al parliar, [her�oC ��I�ich tl�e �wner I�as o���red t�c Cor��racior �� ��sco�tin�e, :�r�d
�r,a}� perfc>rm ��7e sar�e c�r rrra�, wilh rurt���}n con�enl ��f �kYe owner, s�t�lcl tl�� wc�r�C or �hat
pnrlir��a ��f �I�e �c�r�C .�s tak�� ove.i•, p,�nvidcd how�vc�, th�t khc: �ur��ies sh�Ml1 exc��fse ll��ir
o��ic�n, iF a� ail, witY�i� l�vfr weeks aft�� �E�e ►��ri�tciY r�olic:� to dis��»�i�uc �he wo�lc has
heen scrv�� �pon �I�e C"s�nir�t�tor an� u�c�r� �he S��rctie� ��r �heir ��tt�ari�ed ;��,�r��s. �h�
S��c[ies. in s�rh even� �l�al1 ass4�r��e �IYe �oi�ir�ct«�'s p��ce in all i•�spccls; :�nci s17a1� be
pai�J !�� �3�� C]wner !or ali work pc��'nrmcd ��r tY�em �1� �ICG{31-[��1�"YC� WItFI IFI� [Ci'1115 O� lF��
{.'ontr��t Dacttrnents. �II mc�r�ies rcn�r�ir�i��g c1u� �1�� C��r�rac�nr a� �t�e t�mc r�� tli�s clefa�l�
�E��I1 t�cre.��pcm bccon�e due and ���ya�bie to �l�e �ui�.tie� as �E�c �vo�-k �ro�t+css�s, sul,jt��t to
:�al c�f G1�e �e�rrks nF �I�e Cc�ntr��t L�oc4�me�ls.
[�7-7�7)
TCl �'�4E CI1l: �Lil'i�]�S �O 170l, VI'1�I71l1 if3� ItCI��111iiI70�'C 5€1C.C1��CCI ��1riC, C74CE'C15� 1E7�31' �'��hf :3fi�
oEa�ior� ta itssE�E��c ��ke can�r:�cl a�c��or��ibili�i�s, o�• 1���C poirt�o�r tlZe3-eoF wE�ic�r Che [}wr�er
1��3s o��d�.rcd �E7c �'��itraccor lo cti�c�,n�i�r�l�, �her� ll�c 4��rn�r sl�aC1 I�av� lF�e powe� t�
corn�lc��, by� coriri-ac� �r �s[�efw��e, a� i� m�y ��letenr-rii�e, IC�e work h�rei� c���cribe�l c�r
such ���o��k �hei�col` :�s ik may cie�m �ec�ssf��-y, �Mnci E�� C�'an���c�ar l�ere�lc3 ��rees kh�lC [h�
��vner shal� F��-���e Ihe n�Fa� �s� t{�ke pc,��e��ion ���` {wr�d �se .�r�y m:s��riaks, pl��nss, �{�nls,
ec��u�an��nl, s��p4�lies, :ii7� F}i'{]��'I��+ i1I� �ii]� �IFI� �7l�ik�'IIj�C� F7�+ ��k�. �C�Cl�I�iJCLC}� I�C)f tll� �Ji1I�[��5�
oF �;irT}'ing ��n t�e �vc�a�k �nd t�� ��oc�ia-� c��hcC �cx�IS, equi�r��.nt, m�i�n;�l�, t�t�iC�� ��t�
}���n�r�rtJr I'c�r �he c�}m�Ic�i�sn c�i" t}�� wt�rk, c���i �<x �I,arge �� �Irc acc��un� of thc �un�ractor of
s�id c:�n�r��t expen�c ���r It�bor, i����c.ri�ls, �orols. �Fcjtlt�l7�t�r1l, :ik1C.E dLI �7��}C175C8 Cl1C���1ilS.I
�h�.��c�o. Ttie cxp�,�sc �� �:ht�rged slt�ll be c�eductcd b}� �17c owi�cr f'rom suc� n�onies as �na}�
L3� i}LI� l7F' ]?711}' E?�C�xl�� l�lk� al a�y lime �facr�:�f'sc� io �t�c (�o1}�r�c•�c�r xander and by virt��e of
I�a� C'ax��ra�t ��� :inv psr� lhcret�f, The Ov4�ner;h;�11 r�c}t be rey��ir��i �c� ����ta�r� th� 1«w�st bid
for tlze �.�c���k c�,r3���lc�itti� �i�e corr�r{ftt. E�u� �irc exp���s� �c> 1��: deciuctc:d shal� Z�e �Itc ac��iai
cos� o� �hc owncr of stich wor�C
fn cu�e ����h ex�ai:��scs sf3�il cxce�d lhe a�nou��� �-hic1� wat��� ftave bccr� p���hle tin�er khe
C:a�rtr�c� if ���e st�rnc had b��n �n�n�lrieil h�+ tl}e ��c�n���aci, Ehen lhe �crnt�-a�:�c,r ��r�c� hi�
�urctir.� s�akl �tiy ihe ��nc�unl c�f *�r�h exce�� t� ihe C'�ly v� n��iice fn�rr� l�ti� Ovw�r�e�' �F lhte
excc�� ci�c, ��hcn :�r�� �ar�ic�j��r ��:�i�t of �he wc�j�k is L�cf�ig c�,�ric�l ou b� llt� Owt�e� ��
coritr<<�� o� ot��crwise 41�1C�CF 1�1� �]T{7V1CIl?I15 O� 1Ei15 S�CElOf3, ��1e C'o�rlractor ��all ci��t�nu�
E�� r�n����a���r �F iC�e ►��rnrk in �.c3�fc�tTnily wki� I��e i�.tm� c�F #17e Cc�r�lr��:l D��c�3z�e��s :���il ��
�u�h �� manner ��� �c� n�� h�n�e� or inl�rfere wtlh �C�e �e�f���man�;� of ��c: ��or�C I��+ �h�
�v�����r.
�'r-�_15 f��11_1=tt_�_���a��rc��'TRA�"f':The [��:�r�ta-a�:r will he cur�si�l�rc�l as Itavir�g
be�n I'uif��le.ci, �a�rc as pres��ic�cd �ii atti� i�onil un c�a�Yds crr 1�� ��w. �+��lic:n �il tl�c �4�o�1c ti��d all
scctions �r pai�s of t�tie �T���e�t covcred by she Contract l�oc�t�ncnts hav� �r�en �ini�C��t�
anc# cn€�ip�eted, �he i-in�,i i�s�ae.ctic�r� macl� I�y �1,� F»g��3�e.r, anci Eh� fina� ac�c��t�r�c� �r�d
firta� �aay�me�� macte b�+ th� �wrter.
�7-'T. � f� 'I�I�M Eh`ATI� l]V �'{�� C'C)�i VFNi�1�CF Cl� TNF, �lWh�l�;
Th�e perfurm:�t�c:� o�` ���e ���rk ��nc�cr lli�s �o�i�r�xct r�,7�}� L�c [�rmiilared by llxe ��+�r�er ir�
whale, or I`r�af� tiirre In li�ne in �art. ir� �cc�rc�ance v��ilF� Ihis *eck[nn, wher�eve� �he ��vr��r
�h�11 �ke�e�nine �l�ut s�cl� �c�,ni�tia#ic��Y is i� t}�c �+r:st �r�tefest cxI �hc Owrrer.
�. �!()'l'1L:�, C�FTI�;.l��i11�l�1"�°I�]1�: Ae�y'I'ernYi�iation sha�l be ��fe�:ted b�r
ir���ili�tg i� no�ic� ���' ��i�: ie�mi��iw[ic�n #cx Ik�e �c�n�raci��r Spe�:tf��+ing lllc ex[cn�
��� whi�lt perforrrEancc of wark �indcr lhc cc��i�r�ct is tcrntii�a#ed, and �Itc
cla�e u�on which s�ic�ti �erni���a�ior� bccor�ies �:i-�t;ctive. Ri.cei�� of lh� no#xce
SI7SIJ � C���ITE�C� CC]T1C�US1V�i}� �i�SUjT1C� and csta��ishe�l when lh� i�tt�r i�
p�ac���i an lf�e iJ��i[ec! �l�t�� �c��tal Service ]v�ai� by k�e �]wn�r. F�r�her, �l
shal! he dccmed conclusive�l� �r���m�d �nd �st.abl�shc� tl�at stxc�
1�1'111iti:li1�3t7 IS �]'l�iC�� ��i1�7 �IISI C�ItSL �ifi LFlEi'Cltl Si�rC�; a�d G�o pro�f ir� an}�
��-� � ��
cl{lim, demanc� i�r ��M3C �C��II bc rec���ir�d o9` l�e Own�r r���rdin� such
ciisc'i�e�ionary �cuon
B. C�]T��TI�ACT�R 11C"�1�1��: �Fter r�cci�xt of a i�atice af terrnir�alic�rir
{�r�ci �.xccpl �� ����e�•wise cii���te�i by Ihe F�t�ir�eer, �hc �onl�`�ctor s�rall;
1. �top wc�i'�C utti�ler lh� c;c�ntr��t on �hc c�a�e and to t�re exx�:x�[
speci�i��i iri tf-te notic:� cxF te�minali�n;
�. p1ace no ft�rt�rer �fd�:rs �r s�tbc�ntracts far r�atena��,
�ervices ar f�cili�ies cxc��rt as r�x�� be n�c�ssay� �or
c�mp�cti�n ��F �u�tti ��r�i�sn c>�- �he wurk K�r�der �he �untracl
as �s nal i�r�nin:�ted;
3. termi�Y�te a11 �krcicrs and sub�c��tr.�c�� to the ex�en� �hat the�
r��ate �o lhe pci•!'orm:rns:e af �he w�}rk teiznir��t�d b}� i�o��c�
ot` tcrmination;
�. �rar�sfcr iill� Eo thc (�wn�r t�nd deliver in ttre m�n�e�, ��t t�e
times, :�nd to lhe exlent, i f�i��, cii�ected by �h� Eii�ine�r:
a, tlSc f�+l,ric�tcd vr unf�bric:��cd parts. wurlc in
pro�Fe�s, com�rlct�d w�r�C, st�pgiie� aric� r�l€�e�'
�ate��a� p�-oducec� �s � �:�rt of, or �cc�uire�l �t�
c�nr�ection with ��re �S€�r���i�ar��� o�. lF�e work
tcr�ninated �r� �E�c n�l��e of �ine terminat�on; an�
b. TY�e carn�tetecl, ar �u�tiali� cs�rnp�etec� �la��,
�Ir�urings, l��clr�ll�i�l0�l �nd c�tl�er prnpci�t}+ whic:h� i#
lttie co3ltr�ct 1�ad bcer� co�npaet��, would have been
requia`c:�i �o l�e �urni�#�e�d to �}�e (]wn��,
�. c.c}m�rlcic ��e�F'c�rrr��ncc o� s�c� worlt as s�all nc�� l�ave �ieen
�crn�in:�ted by thc flo#ice of �crmina��c�n; ar�d
6, "I"ak� su�h nction �s rna}� �e ��ccss�y, o�' �+s t�re �ngineer
n7�y direct, fnr t�r� pr�te�.E€c�n a�r�i p�'cserv{�!€oi� of �.he
��roperty rcla�cd to ixs c�n��t�ct whic�t is i�� lhe p��ssessio� ��f
t1�e C.�v��lrar.�cxr and �r� vvltiicli lh� �wner hr�s or m�J+ ��yuir�
the r.�S[.
�l� s ti�7ic nol j�tcr ��r�n 3[? da�s a�ter t�l� ��r�7�in�lic�n d�t� spec��iecl in lhe
n��k��:e af le�min�tion, lhe Ct�i�tractor rr�n�+ submi� to the �r��i�ree� a]i��,
ccr�if'i�d as to q4�anti��+ ��nd q����lity, a� ai�y {,r a�l i��rFts r�� #errr�ir��it�a�
117YClltl]�� 510� [�FEVaC1lCS�� l�]S�1�SeC.I L1f, exclk3�rv� �f iterr�s t#�e �is�{�sition af
�7-?(9�
whtc�r h:►� ��er� cl�recled or ��GtlYori�ed I�� C�7�;ine�r, N«t R�t�r �IaK�n I� da}�s
xl������f��r, the vwneT sh:�ll accc�# ri�le to suc� ��c�t�s �r�vide�l, �h�t Ik�� I�st
su���ni��eci sf,:�lI tre sr�l3aect to veri�'ic��tjon E�y �l�c Ct�Lir�eer u�,rrr� rernc�val �f
�hc i�cros c�r. if �he items are stor�d, ��rirllin �5 di7�s f`rc�m the d�l� of
su��Y�ission c�f tl�e �i��, .�nd any �iecessar� ;��l���s�n�t ��ts to c�rrect �Ize la�t as
sul�,nit��d, �I�:�l� hc m:�d� prior ta final scttl�rne��,
�;. '1`�_�t�1�l:C�'��"�-���?� CI.�i�#: Wishir� ��} days a�tcr the n�tice o�
t4���r�i�z#i�s�, ll�c Cunirac����' �hall �ul3mii I�i� Ie�mG��tio�ti �laiin to [�e
Fn�in�er in �C�e f�rr�n a��d ws�h �E�� �errific�,��c�r� ���trih�� hy �he l;ngi�ree�.
Li�le�s ��n�. ��r m�re ex�cnsions �r� ��siliri� ar� ��-:���tcrJ b� th� �w��c� �tpo�
r�:cj���sc t�f ��7e ['��ntr{�ctc�r, �n�de in wrili��g w�t}�it� surh 60-��� �ac�ic� ot
a���hor�izec�! cxtrrtsion tltere€�f. �r�� ar�cl ail sl�ch �1�aii��s sltall be cot�c�usi���y
�fe�rr�ed waivec�.
C�. AN��LT1V7'S: Sui�je�c� �c� tl�e p�trvi�iK�r�s �}f I#e�n C7-7.1{�), th�
��n�ract�}r �nd lh� Dv�ncr mi7y ���.3�c� up��n �f�c w�,f�le nT a�y ��rt �f tF�e
:��yir�unt nr �r��crunt� Ic� he �aid tv x�te Coi�Gtt�ac�l+�� lt� re�s�n o�- C��� l��i�R ���
par-�i�3 teG�nzix7t��to�ti at' the wc��-€c �ursuan� h�retcr; prov�d�d, �h�t sucl� �gre�d
�mc���n� �r :Mm{tt�r�Rs sl�all �7cvc�� cxceed t31e tc�lat �:�xn��i�cl pn�e re�uc�d l�y
�F,c �mr�unt �f �,uyme�ts ntherwise rz7�i�� nn� as furEhcr �e�1�c�d t�y t�r�
co���ra�� ��°icc wor� ��� le�min�led. "C`h� contr�cl ���1! be an7e:r�ri�d
accnediG�gky, :knd �f�c Cor�tr��ct�r sh�li h� �:tisf th� {�g���d �-�xnount. I�io
am���n� sl�all h� �iue 1'vr tasl �r ��i3tic.ip�icil ��r�fits� iV���hEr�g i� �7-7, Ib{F�
hercaf�[cr, �}f'�5�i'kk}II��" C�1� ar���un� �n be p�td ��o �Ire �.uY3��actor b� rc��c�r� c�#'
�F�� tC!'�3�!]Z;�110�1 l)� ti4'{J!'�C �]lll`�iG:.137� lc� ���i� st.ctinn, s��ali bG C���TY1�{� �Q �ilIl'i�F
res�r��.t csr c��k�����i�� ilctct�r�i�nc c�r�F�`c:�'t th�: :�mc�E�nt:�ramc�unEs wk�ic� r�ay
be ag�cc�i t���r� tc} hc �a�ici tc� Ih� C"ar�lr:�ctot� purs��aii� �o t3iis p�tr:�gra�h,
E. F�1il,lJI2ET[) �1Crf��;�: Jn �ho evcrit of �#�c faiEu�� c>f t3�e {-'c�n�ractvr
�r�d �lyc Owr�cr �� �g��� t�s }�rc�vi�3ed i� C:'�-�, i�{D) ��,�� �I�c �+nc��le arno�n�
�o be �r�id t� tl7c C'a�,tractor h� ��ca�csr� ��� �he t�rmina���fl �F tl�e �or�C
pur�u���l ta �17i� seclian, !h� �wi�cr sh:�il �c�tcrniin�, �an the basa� c�f
ini'orrr�;���o� avail��bJc �c� it, ihe amount, if ar�}�, dt�e to the C:o��r��tor by
re�,sc�n c�f titie l�rnit�aiion ar�� sh�all �ay �n �h� C's�r�lrac��3r k�e amaur�ts
�etermin�.d, ��� �mc�un� ��ali l�e due ior los� �r an���ipa��cl �arx�fi�s,
F. f.1�;17UCi�'f�i�l�: I�� i,rriving al rhe a���an� d�e t�re �'ontrac��r �r��er
�i�is ��cti��n Ehere s�r�11 be �cducled;
i. a[] �tnl��{uid��ed ���fat�ce or o[h�r pa�+r�i�nts on acc��r�z
�t�erc�ofore ma�e k� �he �onCractor. appl����ie to �lic
ke�anii����d �orEion of this c�r�tr�cl;
�7-7( l�i)
2. any claim wl7ich �ltie Our�7er may E���re A��iI1Sr the
�ontraclt�r in con��eclic�r� witl� �hi� c:{}�ttr�tct; and
�_ El1c agree� ��r�ce For, crr t�e ��rs��c��cls ot lh� s�l� of, a�y
�nateraals, sK���plics r�r c}tl�cr iltir��� kcpt by t��e Contrac�o� or
so1d, l�u���an� to lh� �ro�+isin�ti� of [hi� cl��sc, and r�t�t
ol�iefwi�� ,�eco�rt�r�cl l�y ur cred�t�cl �o the ��+rn��'.
�. AT).�i 1�T�1��1�T; ll` ll�� iem�En:�iion hcrc�r��Ccr be p1rEi�l, prior tc} �he
��111ii71�rit Of II�� tcr�ttt�ater� ��,rti4xt� of ��3� c<xnt�•a��, �}��: Collkra�l��� �t�ay
f�le wi�h k��e F.»�;i��cer a re�ucsi irY �va-iXi�g for �r� ec��iit:�t�lc t�dj�st�nc�t of
�hc pr�ce c>r pe7ces spcc�fi�.� in the ccsrttr�}cE ����l�r�g lo sh� �:�n�ti��ilued
p�i�ticrn c�f �hc rcx�ta'�c� �tlie pikr�io� no� �ermit�at�d t�� nn#ice v{'
t�rminati��}, sucl� ec�ut�al�le ac�ju��rr�e��t as �:�p !�e a�r��d k��o� xl�all be
mar�e in ��i�f� �r�ce �r �rices; nc��ing con��ir�c� lic��ein, however, shal� C�nii#
tY�e ri�hl c�f rl�c owner }ind �iic C'on�r�t�or �o agree t�p�n l�e amoKa�lt or
arr�c34�ri[s to �e �sai�i �o� ��r. C�or�t��a�tor �or the cornpl�tiorr c�F �t�e co�tinued
�or�3�n of �he c.�t�R��r��c� wltien said corrlrac� c�ocs itot cc�n�a�n ar� �s�ai�lished
�:ontra�t �ri�c �'or such cv��tir��cd �ortioxt.
kI. �1C1 I.]M1'f A'1'1C11� Dr R1[�I TT�' �lotii�� ca��t�ineci in this �ec�i{�n s1��1!
� imil u� .�1i�r qhe ,;���cs w1}ich �i�c (�]wr�er ��:�y have !-��r �crrr�inatic�r� of �I�s�
�.o���r�ct �Ttc��� �'7-7.1.� herenf crtt��3ed "�L'S��;itiS��I�I �k�
Ai3A�DC]��M�:i�T ��' '�"tI� Wo�I� �►� �1�N-[JZ.i�LL�,i�i"1' �F
�(���TRi1C.'1"' or ar�}� othcr righl wE,ic� �1�e �wner m��y h�ve for default or
bre�tch af contsact hp �unlract�z.
C'7-7,17 S�F�`�'Y Vr�FTlI�I3��A�T]P��1�'7-Y[~FS: "1"he �ontr��tc�r s�na�l h�
rcxpons��iic For initirtti��g, maint���ni��g ��nd �u�c.rvising �1� saFe#y �>r�:caulin�s �r�d
�x��;rams jn c�r�n���ia�� �4�i�l� Ihc worlc ��l all �im�s ar�r� �h�ll asski�nc :�I� respar�s�hit3t�cs for
tlYcir c�ifor�em����.
"1�E�e C'ont�•artc�r sha�l c�arn�i� with fesi�r��, slat�, ��nd lor�l ��,�+s, o�-diR��t��:cs, aiid
rc�,ul�fic���s s4 :�s to �r�l�ct �5crson .�i�cl gropert�r �rc�m ir�jti�ry, incl43ding de��kr, or �ar����e
it� ronnect�vr� w��C� the wnr�t.
C;7 �7( i f�}
����r � - c��rr����,�o�vr�rrrorr�
C'8•� 'V1C;�S�1l�E�+]E�T A�1� PA��+LENi'
SE�']-.I��1V C'S-� MLAS�I�t�M�,�"l' AI*�D PAYMEI��'
��S-�.1 1��E�5�JRE�NT (�f� �7�lA�TT�'1L•'�. '�'k�e cietcrr3�Ena�iuis af yuan#i#ies of
work ��rl-oriii�+� l�y �he C�a���ractor �nil t�uthoR�ed h}� the Cc�r��r�c� L�o�4�rr��nts a�ce��al�ly
coi��plctcd unc�cr Eii� tCfrtlS O� II7C C-'��i1tr'�xCt �]�rC�1171�1315 4�]iIIJ �� I���C�� �}� E�7C E11�lIlCEi',
�ased an �r�e�sur�n�enEs j�t�i�e by �I�e ���;inccr. '�'�ese tr-re{��+�rcr�-��n[� will he ��radc
a�cordtt}g tv kh�.> �r�7ated Sk.��e� �t��nclarc� "v1��isur�„�nea�l� us�d �� coryin�on �rac.tic�, �rid ws1�
h� �hc �c«���i lc���tl�. area, �vli�l contents, nu�licr�, ����i �vea�hts of �h� mat�3i�3� and it�m
instatled.
('�-R.2 �;IV��T P�t��."FS., Whetti in �E�e Pro��as�il a"Uj�i� Pricc" is s�t forth, the sa�ci
.`�7Zi�E 1'f3�C" S�isr4� 117L'Ili{�� lE-lC fui�i���i�� bj� �he �'.t�ntractor �f` �I1 l�1h01', t0{��5, t�1�l��I����,
ri��wc��r�er�r, c.c�ui��rt�cn#, to��pli:�nre� Ko�ci :�f�p��r��t�a�ic�s ��.xccssaiy i-nr th� c�rr�struc����n txf
ancl �hc c�3����•t�o�i in d m�nner acc:c��tab�e lc} ����. �ng�necr �� �sll w�r� ir� 1�e ��ne u�id�r
��le�e Cor�t{,s�t Drx:u�rleiits.
The '"LJnit �ric�rr shall iricl���e :��1 p�.r�n��c�t t���d #�:rnporary �r�teclit�r� of o►�erF��ad,
�ui-�uce, and undcrga�>und �tnic�ur���, c]canu��, �nish�rr� co�l�, o�cr�re�cl �xp�nse�, bo�d,
ins�r3nce, p:�t�i�l i'e�:s, r�yal�ies, r�s�C clu� to t�e elcme�ts an� o�he� clae���s, del�ys,
}�rofits, in���rics, ��ma�e� cli�i���s, i�xes, and t�ll �,�I�cr iteins na� s�erificallp i3��n#ioi�ed tF��t
�nay kte requii•ed fu f��lly cor�struc� cacl� item c�f �t�c w��rk ��ar���ete i� place ar�ti �r� a
st�xtis.f�ctc�ry ca�diti�n f�� c�peralion.
(�8-8,3 L_��iv�P Sl.?iv�:. WC�c�n in the P���p�sal a"L��mp ��Fn" is set �c�rth, the said
"�.,kGt�� S�m" sC�a�l �cpi�*�r�� �i�e Ec��al cost �'�r the C'�r�k��c�or �� furnish �i� labor, �c�ols,
tr-rat�ri��s, rr�acl,ine�y. ��uipri�en�, ����ur�e���rrces, �r��l al1 s�b�i�liary w��rk ���ce���r� for
tl�� �:csnsli��c�ior� an� cc����pE�tic�n �f all the wor�C l� �ruvide a c:ompie��� :�nd �u��:�iunal i�em
�s de�a�fecl it� ���e S��:c�ial C'c�3�tr��cl l�c}r:u��n�nls ut�cilo��l�ns_
CS-8,� �Gi)PE �� T'�L�'N��NT: '1'I�e ��ntra�:tn� shall rcceive and �Mc:c�pt ihe
ct���n�cnsa�ion rys hercii� pr�rvidcd, �n t'ull l�ti}+M��er�l fi>r 1`�Grni�fri�ti� :M�l 13bor, lo���, rnaterials,
:u�d in�icl�3rtals fc�r perfc�r�irig a11 urr�r�C c�ntc�npja#ed �rnd c�nbF�c�d �3nder �h�se �c�aYtraci
Documcn�s. fnf a�l �os� EiIti� d�tm��c ari�ing oui oF Ihe i�a����� o� �he work or fr��n #h�
rKc�ic�n of' ��re c�lr�i�er�ls, �or a�y uiti'or��ceri dc�cct� c�r �bstn�cti�i�s whi�li may :�t�se or h�
er�countcr�� dk�rina �hc �rc}��c�i�ion wh€c�i n���y ii]'IS� ��r t� �nrountef�c� d��i•ing tk�e
prosec��tG��n af �F�� v�ork :�l �il� t13�1� �]�'foi•� i�� �in�l acc��rt�t�te iry �he �w��r, {ex�e�� �s
pr�vi��:d ir� pnr���;r��E�h �'�-5.l4� f�r �}II risk� of wh��tev�� ci�s�npE�on cc�nr�e�teci witt� �he
}7CC15[:�LILIOIl {3� I�1L' W�)F�{, for ��I1 expcnses incur��d hy c�r i� cn���:q�enc� oi �lie ��������l��ou
or dtscc�t�tim�ar�ce ��' �t«.I1 �rc���cu�i�i1 ��- tltic wr�eki�r� oper:��io�tis as 1�er���1 spccif�c�, �xr
a��y �rt�cE a11 it�frin�c�r�crt�s c�f pate�Es, irade�n:�rics, copyr��l�ts, or �xlhcr lega� fcserv:�li�1�s,
��-8�1 }
dnc� for cnrrkp�etr��g �h� u��o�k in an :�cc�p��tb�� t��anne:� :rc:�.c�rc3in�, [� k�� terr��s c�� E�e
�c)s'lif{'Icl j}[)C�iTT7�Tll5.
�'�]C �5��rt11�S"Il �1� f1T1� C411F�31t QI' �3�"Iltli Cti�liR#ItC �JI�I{1i t0 1�7t- �]f1:i� JCC.��}���1G� �� l�i� WOl`�C �7�+
�hc O��n�.r sh�11 in no x�ay coi�s�ii�iic a� ��kna,vle�I����e.�it u� ���e ac:c:cptan�e �f �I�e �vo�•!c,
�na�cri:�ls, ��r �c�uR}�me�iC, ���r i�� im�r Vk+iij+ �1F�C11{�3C� or t�i'f�c� �f�� ���a�i�al��R�s af ���e
�on�r�trtor �o �����ir, c��r���c�, rcncw, oi• rcp�ate ��� �r�s ��vn and �t�o�x.r rx�,�n�e �ny �e�`��ts
o� impel��cctio��s �r� lh� €�crn�lnGc[ic+n cr�� irl Ih� slre�€r�th or c��ia�ily ��F t��� tni�te�i�f t�s�d o�
�i��l]�T71�i7t OI' �8�h��1Cr� FurT�1�Il2C� Itl Ol' �L?Q�1[ C}le �:Orl511���lIQf] O� iI�C WOI'k Un[ltr �'c»Zkr�1�.1
and i�� a��r��r�en:�i�ccs, ��r ��zy �i�mag� ��c �r ��tril�u�ec� �� �uc� cle�ect�, wl�ich �efec:ls,
im�erf�c�i{>n�, oe dama�e sk��ll h�ve h�cr� c�iscovcrcd c>n or hefik�x: �he fin�i inspecE�on and
�tcc�p��nc� �f �he u+�rk nr clurirt� �he ��r�e yrar �uaranty ��crioc� :�F�er �he �na� a�c��l�nce.
7"I1e �v���ier sh�J] fre IE�e s<>I� j��d�c o�' sucf� d�F�cl�. in���r�'cc#ians, or cEama�e, ��� �he
C`c}�ln�ctar �h;�ll be ]ii���le �� ��Zc C]v��aier f�r t':�ilu��: ta cckrre�i ihe �arne as �ro��d��! her�i�.
C$-8�5 P�IRTI�IL rS'�'�'�1}l"1��:�� �1N� F21jT�TNA��; 13�Eween dhc i�� ����1 �he �`�
c��y e�f e;Mc:h Rr�nrti�h, ��7c ���Tt�ractc�r �h��� s�t�irTlil fo t}te En�ir��er a s�t�temer�� showin�* ar�
csun�ate of �he va1��� ��' l�� w��k �lc�n� r�r�G��i�� ��re ���•ev�ous rna3�th, c�r eskimate �sc�Yod
41f�CI�f i�l� C�Ui�li'dcl D���.1�i71�T1�5. C��Cr� l:��er �han t�e �[}th cl�y of tt�e r�����f�, �l�e F.n�ir��er
:�h�il k+eriFy such estim���, an�l i� �l IS FQ41i'1� l0 i}E c�cc�e���hl� ���d lhe �ra�ue ���- �2ic w�}��C
�c��fnnnetl s�nce �F�e lasl p�rti.�� p�y�r�er�l was er�a�1� �xcc�.ds or�e �un�ired civ�lars ��l[J0.(}Oj
infl a�7�at�nt, �Q�1� c)� SU��I c511f]lA1C� Stlrl] ►4�i31 �S� ��I� l0 �i1C ��li[l'�C�01` i� lF�� i<)!�l cnrlif�Ci
arr�c��x�rl �s less �liar� $�4{}(3,{10(}_�(�, or 9��''� �xl' �E�ch e�#im�at�d sur� wil� �� pai�f �c� �he
�{�T7[raC�Or 1� 1�3� F�[3� fiOfl#i`��t 8rT1[�tarl# 15 ��UU,�]OU.{]0 or gr��ter, wi�hir� twe«t}+�.f'ive {�Sj
da�s 3�t�r [he r�g�,lar e�tkm�t� E�cri�>d, Tl�e Cit}� �+ill have �ha c}l.��i:�r� ���' pfe�sring
�s�iix��tes on �an-r�� furna��e� by �f�� �it�. 'a'he �,arfiial ��tirnat�s n�ay include acc�ptab��
nc�n�x.�i��,ah�e ma�etials �Ecli�+c�-�:d lo lE�� work v��h�ch �r� t�� l�c,x in��r��rat�€i into [h� work
as �i �x-rrMar�e�,l ���1 til�re�f, ��C[ V4��i�.�1 at I}l� �ilTl� �f t�C CS�it11�EC h�Ve TIt1E �iC�R If]S#�IIC�
{such ��}�m���� wiI[ be �Ilc��ed o�i a�as�s o� �S� c�f lF�e nel G���oice �slue t�crc«f}. Th�
C�n�ri�c:lc�r sF�s�ll f'ui�tiisfs ��e Engineer s��c�r ii�forrYtiE�t�o�, :,s !�e ma}� �ecl�aest. t� a�� i��r�� �s a
gvicCe i�t the v�rific�tion �r Il�e preparaEr<x� ��' ��rtial estim�les,
]t 3s und�rs�c3nd �h�af par#ial estim�te� E`ror�r ��or�lh t� �nar��li will I�c :��SpFnximale on1y, sll
p�ri�al i��r��hly e�timale�s and paprnenc w�al f}e s4aa��ecl to correr�ic�rt in the ��lima��
ren�tered fof�owi��g the discovery o� a� err�r sn ar�y pr�vi«us e�tiniale, ar�d such es�im�t�
sl�all r�c�t, i� any �•e�p�ecl, be lak�:n �s a�a �c�t�tiss�o� of she Own�r uF If�� �rr����nt o� wark
dor�� or of i�s c�uan�ily of s��ffi�i�nc}�, or ��; an �cce�iance �f thc work c�r�r�� ��r ihe rei�ase
�f l�e �onrra��or of an}� c�#' his res�or�si�ililies �rt�ie� �he �onlract �oc��mer��s.
T�e Ci�y re�er�e� ��e ri�l�l l�o wi�E,l�aid lhe pay�m��i �f ar�}� ,��c��ti��ly eslimate }f �i�e
�oi��ra�tor f�ils lr� �rerform the v�,��rk slrictly ir� accordance witl� the spacifica�ia�rs �r
p�•avisions �f tllis C«��ra�l,
�8-�(�)
C'S-�i_F� V+F1'1'���{]LUff�C� PA`#!vr1::�fT: �:�}�me�t nn iwttiy �sc�n�a�e or �;timale� rn�y
1�e f�c�d in :�bey�r�3rc �f lC�r �?[',I'C��]�lixi]4C L7� 1j1� I:OFl5�1-li�.�iQri D�e3��t10115 3� llOt 311 �CCC}T'L��i1C�
�+rilh lh�: t��:c���ir�mcr�ts c�t' tf�� �anlr{rcl Dc}cun�e�l�s,
C�3-�_i I��17*�A� �►��'�:�'z'�''xC.TE: V1fh�r��:vcr �he im�r�v�ntie��ts provid�cl far by
I�re ���ni����cl �oc�in�cr�l� shali Il��v� i�ccr� �:um�l�itcl ;irtd �I1 rec�E��rcmer�ts o�' lh� �ot}�raci
I]�curr��n�s �}ti�+l! E�uv� heen f4ali't��ed �n ��e �ar� r�f- t�Yc C`on����cl�r, ��e �orr�r�ctnK s11a11
r�c�tify tl�c FnQit�e�.r �n �v�ti�ir�� �It:�� �l�e ir����•ov�mc�ti�s a3-e r�ad� �'�r final in��ec��on. "i'he
C:n�,��ccr s1���1 notiFy 4h� a�p�-��priut� a#-�icit�ks c�f �he C�wne�, �►+il� wi�hir� a re���n�ble ti��
m�k� �t�ch �'inaE �r�;����io�i, :�r�d i� [1ti� w��rk i� �utis�actor�r, in �n �c��:l�t�ble ec,n�ition, �nc�
IYas bee� cnmpl�ted itti ac�+�r�1:��cc v��rth t�� �crms o�' �Yr� �ontr�c� 1]ocum�ncs ar�d �ll
���proveil �i1c��iifi�.��ti�i�s !]�creof, ��e �:n�;itti�cr w��l ir+i�ia�c khe �roc�s�ing af ll�� fina�
�s�im�te �r��i rccomm�nd f`it��! ac�ept:��ce oF lFi� l�ru�cct �n� Fi»ul pa}�n�er�i l��r��f as
a4it�ines ii� p�ra�ra�it C8-8.$ belrsw,
C'�-�.8 FLNAir P��1�1F�lT. W�ene�rer al] thc imp�over��e�ts prc�vided fc�� b}� the
�c�nt��nct �c.xcurn�n#s �nil a�l ap�rc�ved itioc�ifw�:a�i��itis C�tiercoi st��ll ha�e be�� �:omplcted
ar�cl ail rtyuiperrter�ls of tlxe C`����[rac� l�o��rr��n�s Il�'1Y� hec� �ulftll�d a� �he part of [he
Cor�trac�or, � fin�,l csEir�ale sltiowing ��e v�lk�e of the �vc�rk �vil� be prep�i-ed hy thc
L:i�gir�e�r as suc��t �xs the n�c�ssary me���re�r�eni�, �csmp���al��r�s, a�d ��r�cks �an b� tnade.
A1! prior �stj�nat�s upor� wh�c� pr�ymer�[ F��s beer� tn:�de are s��b�e�t �o r�ecessb.ry
corr�clic�ns or r��risiorrs i� lhe fis�ai p�yrrtenl,
"��re amo�ir�t t�� �E�e fin{rl cslinia��, �ess �revi��u� ��a}r�n�ral� an� any st�tns l�l�at hav� been
�l�iluctcd c�r rct�in�d uTtder She �rrc��risions �f iile �'on�rt�fc�l D�cu��r�fs, wrll k+� paid t� t}��
C�ttilE�Kxcl�r wi�h3n (�0 d�y� :��ler ��Y� f'tn�l �cc�pzar�c� by tttic t�w��cr on a�rn�}eF �esnluuo�
of �h� Cit� �c�t3nci�, prc�vid�� il�e �ca�tir�ctor I��s ���•��i��r�� to lh� c�w��er salisfa�ta�y
�V3[ik'T1CC QF (:{111��7I];i�k�C r�B ��[]lii]1�V5: Prior �o �ul���rissior� �f t�� fina� �stim�#e #'a� gayr�i�nl,
ihc Co�rtr�ctor sl��lE ��xe�ute ��� ��F�`idav3k as �`t�rt�is�tied hy �h� �it�, c:e�•�ifying tl�at;
A. ��� �+ers�ns, �irn�s, as�oc3atic�n�t, carpn���ion�, or other ar�gatticati�nc
���rnisFrin� l�►bc�r ar�dlor mat�:ri{�s ha�e �e�r� paad in F�l�,
B. ��st the wagc sc�le �:�ia�ltshc�3 t�y kl�e C:iiy �ot�neil ir� the �zty �f F�rri
V+�o�ih I�as been ���d, ar�d
�, ll��� ��c�� ��e no �1i41f31S pc3zc�ie�g C�r perscmat i�jur�l andJor prc�periy
dams�e�.
Tl�c ��cc�ptance �y !he �antra�`tc�r �f �fne I�r�l or t'sr�ai p�ym�nt as �fc�resa�d s�tall opera�e as
��3� shalE ��c�se ��� �rwr�er f�o�n rt1] cluims or ]ia�iilr�ies ��nder �he �'on�r�c� �ar an�[ltiittg
r#oite �r furni�t��d nr rclaling zo !he w��rk �r�c�er th�: Co��r�c:l Doct�m�;�ts or utt}� ��t os
negl��t of s�icl �i�}� r���ting tv �r c�nnnected v�rsilY tF�e �on�ra�t.
�S-�(�)
`�'�c inalci�g ��f t�,e I'in��� �:���'ne�l b}� klle (�wner ��iall ric�� T�fieve �lie Cor��r��:tcrr c�f ���+
���al":�I]#��5 ��� t)i�iCr [�C�LII�'t;111�i1TS �F� f�iC ��1Fli«�.l Dc�c;�Il1E�tE3 1+�'�1iCI� S�}LCI�Ic;�II� C{?t1E�iYLII:
� h�reaf��r.
C'8�8,9 A�IFQi��I��C C]�' I�f:�"IC;I�- it i� ur����s�ood that �he E3wne� be��eve� it
h�� e�n�lc��ed com�e�e�� ei�gi��eers a�id d�.s��r�crs �� ��r�pare tl�� Coi�zsacl Docuinenrs and
a�l m�difzr��i{��s �f �E�� aE�peo�re� C`an�r3c� Dur:uincr�ts. Jt is. k��e�efic}r�, �greed t��at tl�c
Qw�,cr sh�Il �ae r�spons���e for ll�� acJec����c}� �#' its own �csi�n #'ea�ur��. sul`�cie�cy o�' th�
��ntrsrt Doc�ame�ts, Ih� sa�'�l� �� �F�e s�rWctui�e, and tlae prt�cC�cahility i�f' kh� ��p�r{��i�ns c��
�h� compl�tec� �roje�t, �ri�v�d�ci the �`���Ir�cac�r h�s �omp�icc2 v��iiE� C31� te[]uircm�Rts ��� i�le
s�id �'onlr�rct Dnc�m�>nls, a�l a�xi�rr�vccl mc�clR�ic���c�rts t�erc.of`, ar�d a�i�Cit�c�rtis :�1tid
atter��tic�ns [F�ercof 3pprav�d it� w��i�ing �y thc Ov�ner. Tl1e L�iardcn of pra�t af such
ct�mpliancc sl�aJi l,� u�on �I�� C�ar�kr:�ciar [a show �hat he hKks ����n�lie� wilh #ile �onlract
Dacun�c�ti�s, ��pa-��ved mc��ifica�ic�i�� �h���ea�, ar�cE �11 a�ter#lit�n� Ehcf�*�f.
C'8-R.1{1 GLi��:f�AL C���A�A1V'�'�': �'�1ci��re� ��re fin:M� ceriificate nf p�ymcnt nor
any prav��ior� ir� kl�� �c�n#�'�ct Dcrc��rr�e�t� t�c�r ���"Ri;�l c�r �ntir� accupanr:�r ur �se c��' ��t�
�}�ll3aS�� I?� lFl�. �V1+11CF' S�'I�I� CO?1S�1�U�1; t�n ��t�t�aRanc=�. t1f �}i� WOi'iC 130t dQi3� iil ACC�I'[��T�CC
wi�F� tize Cor�lE��cl I�oc�,me��t� nr relieve ���e C'o�iCra��or o1` �i;�i3�li�y ir� ��s�e�t tv ar�y
cxpress warranli�c ��r re��c�ns�i���it� F�r #'aul�y m�ze�iai� c�r v��krkm:�n�hip. The �'�rntr�ct�r
sFa:�ll r�me�2� artiy defi�cts or dair�:���.s in tlYe wcrrl� :�ttid p:�y For at��+ d�jn��e �o tI�� ol����
v����ric rc:�ulli��g �h�t�ei'rt�r� which shr�11 t�p�e�r wiEhin s per�od oFc��e y��r f'ror�r Che date af
fr�a1 acce��an�e af �I�e w��rk unles� a Ic}nger pe�iod is ��eci�'R�d :�nd shal� fu��i�h ��c�c�cl
s�nd �u��c�e�t m�int�r��nce l�nnci in ti�� �mcx�rnl �i' I�0 ��rccnt of �he arno�r�� o� �hc
cvn���ct which st��ll usstii�c tl�c pc�-�or�7��r�c� nF �I�c gc�7ci•al gixar�n�y as �bovc out�iilcd,
The 0��+�3cr will give nolice n� t�i��erved cle�`c�:ts wilh rea�c�nable �rompt�ress.
C�-�_�l 51��3�Il�LAR� WC�I�K: �lny �iti� ull wo�k specifically gove�ned b}�
do�c�mcf�tary rcq�ircrr3enls i`or tltie p3-�jec�, s�xch �s cosl��ili�n� im}�c��ed E,y �h� P�ans. E�e
Ci��1�1'FI� �[sf��i`:�Cl D[?�k�i1l�!ntS c�t' t��.5� ��7et�i3� �Vnlfaci Dt�c;uiY�Ci1tS, in w��ir.t� no s�cific
iscm f�}r b�d fYas �een p�ovicted lor itti �E�c Prapos�l, shall �e cnn�sd�r�d �s a s����idias�y
ir�Fn aF wark, ih� cc��� of which �31a11 �e incl�rded in lhe pr�ce ��ci �n �F�e P�-opc���I, far e�:�,
C�id ite�n. Su�F�ce r�:s�c�ralion. rc�e�C cxcuv:,�ic�n t�n�i r.l��antkp �xrt gen�r�l itcn�s of work
whicrti fall � i� t�c category �f �u��idiary� wark.
�'$-8, I� 'v1FSC`�LL�i1VE�L�S PLI�C'L•'!1rI�E1�� C]F M�'TL•R1l�L: Iv��rterial ina}� bc
alioc:�tcd ��iiler Vi]i'Il�Ll5 bid ikems in tlie Proposal �� e��:�k�li��r ��31it prices For
misc�tlanco��s ��1��etnent c��` m�teiial, '1"hese materiA�s shall ��secl �r�l� kvh�n dir�cted hy
thc �.n�in�er, dc�pe���lin� vn field cc�nrlG�ic���. Papmc:n� fi�r misc�llan��U� ��a�:ement �f
m�����iaa will Fre rnad� for oni}� [haz am��r�[ �rf m�icr�al �scd, me:�sured to th� n��rest ot�e-
�er�fi.F� unft. P�}�r��nt f�r ��t�c�.l�at�cous �l�ccrrYcnl o� �i���eri:ii sl�all be in �cc�rda�ce wi�h
�tti� Gen��•�I �ontrr�ct �or��men�s reg�rrdle�s of ti�e �rck���I an3�����t ��sed fc}� 4he �rajec#.
C8-8_13 �tF.C'{�R�] D(�Cl?1�'IES�TS; Ti�� C�n�rac��� s17a11 �Ceep or� r�:c�rd a�vP�r
af ��I spe�ific��tions, pl:ins, �rri�c�7��n, t�ic��lificaiioi�s, sh�� �iraw�ir��s and s.�ni�les at #he
�$-8(�}
s��e, in ��cr�3 ord�� a�+! arn3nt��iccE io sl�ow �I� c��i���s 3r�ade r���rEng �17c c�r�slruc�Gcxr�
gracess, Tl�es�; sli.Kll be c2clrvercd �o tl�� �:ngirtcer up�� com�al��ac�n c�f th� work.
�S-S(5�
SUPPL�h��NTAR'Y CONDIT�QNS
FORT �'4'ORTH, WATER DEPA�TMENT
WATER Al\D WASTE�'VATER TREATn'IENT PLANT PR4J�ECTS
August 1, 20a1
1. CONTRACT DOCUII�NTS: In Sectian C1-1.2 CONTRACT Y70CUMENTS,
delete Paragraph C1-I.2b SPECIAL CONTRACT DOCLTMENTS and add the following:
"b. SPECIAI. C�NTRACT DOCUMENTS: The Special Contract Documents are
prepared for eac4� specific projeet as a supplement to the General Contract Docurnents
and inelude the follawing items:
PART A- NOTIC� TO BIDDERS (Advertisement)
S�'ECIAL INSTRUCTION TO BIDDERS
PART B - PROPOSAL (Bid)
MIWBE BID SPECIF`ICATIONS
PART C - GENERAL C(�NDITIONS
PART CS- SUPPLEMENTARY CONDITYONS
P.ART D - SPECIAL CONDITION3
PART' E - TECHNICAL SPECIFICATI�NS
PERMITS/EASEMENTS (Some Pern�.its a�re Multicolored}
PART F- BONDS AND INSURANCE
PART G - CONTRACT
PART H- PLANSfFIGUItES (may be bound separateiy)
White
�Vhite
Whits
Golden Rod
Canary Yellow
Green
Green
White
White
White
White
White"
2. DIRECTOR OF TRt11NSP�RATION AND PUBLIC WORKS; Delete entire
Paragraph C1-1.17, and replace with the following:
C1--1,17 DIRECTOR OF TRANSPORATION AND PUBLIC WORKS: The
offic�ally appoimed Director of the Transportation and Public War�s Department of
the City o�Fart Warth, or his duly authorized representati�e, assistant, or agents.
3. DIRECTOR OF ENGIlVEERING: Add the following paz'agraph after C1-1.17 and
befare C 1-1.18:
C1-1.17A DIRECTOR OF ENG]NEERING: The o�ficially appointed Director of the
Department of Engineering of the City of Fort Worth, referred ta in the charter as the
City Engineer, or his duly authazized representative assistant, or agents.
d-. E1tiIGIN�ER: Delete entire �'aragraph C1-1.19, and replace w�ith the following:
The Direetor of the Fort �orth Department of Engineering, the Direc�vr of Fort
Worth Transportation and Public Works Department, the Directar af the Fort Worth
Water Department, or their duly authorized assistar�ts, agents, engineers, inspectoxs,
or supez�ntendents, acting within the scope of the garticulax duties entrusted to them,
CS-1
5. PROPOSAL FORM; In Sectian C2-2.1, Paragraph 1, revise last sentence to read as
fallows: "The Bidder shall fumish a Financial Stateznent, Eguipment Schedule, and
Experience Record, all of which must be praperly executeci and filed vaith the Dir�ctor af
the Water Department one week prior to the hour for opening of bids. Information shall
be on forms provided by the Bidder and acceptable to the City.
6. EXAM7NATION OF CONTRACT DOCLTMENTS AND SIT'E OF PROJECT: In
Section C2-2.3, Paragraph 2, add the fallowing to The ]ast sentence: "except for changes
in the site candatians caused by factars outside of the control of the Contractor which
accur after the Cantractor's inspection and priox to installation."
7. INTERPRETATION AND PREPARATION OF PROPOSAL: Part C- General
Conditions, Section C2-2, exchange paragraphs C2-2.7, C2-2,8, and C2-2.9 with the
follawing;
C2--2.7 DELNERY OF PROPOSAL: No praposal will be considered unless it is
deli�ered, accampanied by its proper Bid Security and other requ2red material, to the
Purchasing Manager or his represEntative at the of�cial location and stated time set
forth in the proposa] at the proper time to the proper p�ace. The mere fact tt�at a
praposal was dispatched wi]l nat be considered. The Bidders must have the proposal
actually deJivered. Each proposal shalI be in a sea]ed enveJo�e plain]y marked with
the word "PROPOSAL" and the name or description of the pxoject designated in th�
"Natice To Bidders". The envelope shall be addressed to the Purchasin� Manager,
City of Fort Worth Purchasing Divisiar�, P� Box 17027, Fart Worth, Texas 76102."
C�-2.8 WITHDRAWTNG PROPOSALS: ProposaIs actua�ly filed with the
Purchasing Manager cannot be withdrawn prioz' to ti�e tame set far the opening o�
proposals. A request for non cansiderat�on of a proposal must be made in writing,
addressed to the City Manager, and filed with him prior to the time set for the opening
o� proposaIs. After a�l proposals not requested for non-carasideratzan are opened and
publicly read aloud, the proposals for which non-consideration requests have been
properly filed rx�ay, at the op#ian of the Owner, be returned unopened.
C2-2.9 TELEGRAPHIC MOD]FICATION OF PROPOSALS: Any bidder may
�modify his proposal by telegz-aphic communicatian at any �i�r�.e prior ta the time set for
opening proposals, provided such te]egraphic cammunication is z'eeeived by the
Purchasing Manager prior to the said proposal opening time, and provided furth�r,
that the City Manager is satisfied that a written and duly authenticated con�rmation af
such telegraphic communacatian over the signature of the bidder was mailed prior to
the proposaf opening time. If such canfizmation is not recez�ed within �prty-eight
(48) hours after the proposal opening time, no further consideration will bc gi�en to
the proposal.
CS-2
S. MIN�RITY BLTSINESS ENTERPRISEIWOMEN BUSINESS ElVTERPRISE
COMPLIANCE: Delete entire Paragraph C3-3.2, and replace with the following:
C3-3.2 MINORITY BUSIN�SS ENTERPRISEIWOMEN BUSINESS ENTERPRISE
C�MPLIANCE: Upon request, Contractor agrees to provide to Owner complets and
accurate III�DiYri8t1417 regarding actual work performed by a Minozity Business
Enterprise (MBE) andlor a Woman Business Enterprise {WBE) on the contract and
payment therefor�. Contractor further agrees to permit an audit andlor examination of
any books, records or files in its possession that will substantiate the actual work
performed by an MBE andlor WBE. The misrepresentatian of facis {ather than a
negligent misrepresentation) ancllor the commission of fraud by the Contractor will be
graunds for termination Qf the contract andl�or initiating action under appropriate
federal. State ar local laws or ordinaraces relating to false statements; further, any such
misrepresentatian (other than a negligent rnisrepx�sentatian} and/or commission af
fraud will xesult in the Car�tractor being deiernvned to be irresponsible and barred
from participating in City work for a pe�rind of time of nat less than three (3} years.
9. C3-3.S AWARD OF CONTRACT is rr�odified tti read as fo�lows:
"The Qwner reserves the right to withhold final action on the proposals for a
reasonable time, not to exceed the period stated far the duration of the Bid Security
stated in the Notice to Bic�ders or 90 days, whichever is shflrter."
I0. �3-3.7 BONDS. For t�e Paragrapt� a�ter Paragraph C3-3.7d OTHER BONIJS, which
begir�s with "No sureties", change the entire paragzaph to read as follovws:
"No Suretaes will be accepted by the 4wner which aze at the time in default or
deiinquent on any bonc�s or which are interested in any litigation against the Owner.
All bonds shaIl be made on the forms furr�ished by the Owner and the surety shall be
acceptable ta the Owner. �n order for a surety ta be acceptable to the Owner:
(1) the name of the surety sha11 be included on the current �[.J.S. Treasury List of
A,cceptable Suz'eties {Circular 87a}, or
{2) the surety rnust h�ve capital and surplus equal to ten times the amount of the
bond.
The surety rriust be iicensed to da busaness in the State of Texas. The amount of the
amount of the baz�d shall not exceed the amount shown on the treasury list or one-
tez�th (1110) af the total capita] and surplus. If rei�surance is required, the com�any
writing the reinsurance must be authorized, accredited or trusteed to do business xn
the State of Texas. Each bond shall be propezly executed by both the Contractor and
the Svnding Company."
CS-3
ll.0 INSURANCE. Change the following portions of C3-3.11 Insurance as shown
below:
I1.1. INSURA.NCE FOR SUBCONTRACT�RS: At the end of the first sentence af the
first paragraph, insert the following: " and certificates of insurance shali be delivered to
the C}wnex." At th� end oi the first paragraph of Sectiora C3-3.11, after "and for all
sul�contractors", insert the folIowing: "The General Contractor may require all
subcontractors fa lae insured and submit documentation ensuring that ihe requirements of
C3-3.11 are met for all subcontractars. Failure of the OWNER to request required
documentation shall not constitute a waive�- of the insurance reqnirements specified
herein. The Contractor's liability shall not be limited to the specified amaunts of
insurance required herein."
11.2 INSURANCE LIMITS. In Section C3-3.11, after the word "occurrence", add
"laggregate".
i 1.3 COMPENSATION 1NSURANCE: Add the foIlowing ta the end of Paragraph C3-
3�1.a: "Warker's coxnpensation in�urance covering employees in the project site shall be
indarsed rr�ith a wai�v�r of subrogatian providing rights of zecovery in favor of the
OWNER."
11.4 COA��RCTAL GENERAL LIABILITY INSURANCE: In Paragrapl� C3-3.11b:
Replace the wc�rd "Com}�rehensi�e" with "Cammercial" Add the following to Paragraph
C3-3.11b:
"Certificates of insurance shall state that Insurance is on an "occurrence" basis."
Certificate shall a]so contain a statement that no exclusions by endorsement have been
made to the Commercial Generai LiabiIity Policy".
11.5 COMIVIERCIAL GENERAL LiAB1LiTY {CGL) POLZCY: Amend Pa�tagraph
C3-3.11c, Additianal Liability, as follows; by adding the following:
i. Add the following the Section 6 CONTRAC'1'URAL LTAB�Y: "The City, its
b��IC�S, employees and sez-vants shall be endorsed as additianal insured an
Contractor's insurance policies excepting employer's liability insurance coverage
under Cantractor's w�rker's compensation insurance policy. Contractor's
ansurance policies shail be indorsed to provi�e that such insuxance is primary
protection and any self-iunded or comrnercial coverage maintained by the
OWNER shall not be calIed upon to contribute to loss recovery."
2, Add t�e following paragraph:
"When required by the Contract Documents, Environmental Impairment Liai�ility
Coverage must be provided in the limits of $1,OOO,DQO per occurrence and
$2,000,000 annual aggregate. The Environmental Imgairment Liability (EII.)
must contain caverage far sudden and accidental cantamination ar pollution,
]iability for gradual emissions, and cIean-up costs. Th� EII. co�erage shall
include two year completed op�rations co�erage on a per Project basis. A
CS-4
separate insurance policy may be needed to fulfi3l this requirement. EII. for
damages incuired in the course of transparting sludge shall be covered under the
contraetor's insurance policy{s)."
11.� AUTOMOBILE INSURANCE I.IMITS: Revise Paragraph C3-3.11d so that the
insurance limits are as follows:
Bodily Injuzy $250,000 each person
Bo�ily Injury $SOO,QOQ aggregate
PropertyDarnage $1Q0,000 aggregate
1I.7 PROOF �F CARRIAGE OF INSURANCE: Revise Paragraph C3-3.11f by
inserting the fojlowing after the first sentence: °`Other than Worker's Compensation
Insurance, in Iieu of specified insurance, the City may consider alternative coverage or
risk treatment rneasures tHraugh insurance pools or zisk retention groups. The Gity must
approve in writing any aIternative cor�erage."
11.8 LOCAL AGENT FOR INSURANCE AND BONDING: For Paragraph C3-3.] 1g,
delete entire paragraph beginning "Local Agent for Insurance and Banding".
11.9 DEDUCTABLE LIMITS. Add the fallor�ving Paragraph C3-3.11.g:
"DED�CTIBLE L]Ml'rS. The deductible lirnits or self-funded retention limits, on each
�olicy must not exceed $10,OQQ ger occurrence unless otherwise approved by the City."
11.10 INSURANC� COMYANY: Add the falIowing Paragraph C3-3.1 l.h:
"IRISUR.�NCE COMPANY: The insurance company vi+iti� whom the Contractor's
insuzance is w�-�itten shall be authorized ta do business in the State aiTexas and shall have
a current A.M. Best Rating of "A:VII" or equivalent measure df fi�rancial strength and
salvency."
11.11 NOTI�TCATION:: Add the following Paragraph C3-3.11.i:
"NOTIFTCATION. During the lifetime of this cantract, the Contractor shall notify the
ENG]NEER in writing, of any known loss occurrence that could give rise to a liability
claim or lawsuit or which c�uld result in a property ]oss."
i1.12 CANCELLATION: Add the following Paragraph C3-3.I l.j:
"CANCELLATION: Insurance shall be endarsed to provide the City wath a minimum of
thirty c�ays no�ice of cancellation, non-renewal andlor material change in insurar�ce pvlicy
tezms or coverage. A rzainimuml0 day notice sha31 be acceptable in the evez�t of non-
payrnent of insurance pxemivan to insurance company."
11.13 CITY RESFON5IBII�TIES: Add the fa�lowing pax-agraph to the end of Section
C3�3. X 1: "CTTY RESPONSIBIL1Tl�S, The City sha11 nat be responsible for direct
�ayment af insurance premiurn costs for Contractor's Insurance."
CS��
12. L1M�TATTON OF INCIDENTAL CHARGES (Reference C4-4.5c):
The Coniractor agrees that should any change in the work of extra work be ordered, the
fallowing applicable percentage sha�l be added to Matez�al and Labor Costs to cover
ovezhead and �rofit:
1. AIIov�>ance to the Contractor for overhead and profit for extra work performed by
t�ie Contra€ctor's own force,s s�all not exce�d 15%.
2. Allowance to the Contractor for overhead and profit for extra work perFormed by a
subcontractor and supervised by the Contractor shall not exceEd 1p�o,
Contractor shall be reimbursed for direct field overhead when the change requires an
extensian of the Contract period. Contractar shall not be reimbursed for indirect
a�ezhead or indirect costs related to changes to this contract.
13. TESTING COSTS: Section 5-5.12, revise the first sentenee to read as follows:
"Where, as called for in th� Contract Documents, tests of mater�als �r equipment are
necessary, such tests will be made at thE expense oi and paid for by the Contractor
unless otherwise specifical�y pro�ided for in the Technical 5pecificatians."
1�. LAVVS T� BE aBSERVED: Section C6-6.1, delete "az� which may be enacted
later". After the word "exist," add "ai the time of the Contract or rnay be hereaftex exist
during the performance of the Contract."
15. BUiLDING PERM�TS: Paragraph C6-6.2 Insert the following at the end of the
paragraph;
"Contractors are respansible for obtaining construction permits from the governing
agencies. Contractor shall schedule all code inspections vrrith the Code Inspection
Depariment in accordance with the permit requirements and sul�xx3at copy of updated
schedu�e to the Engineex weekly. Building, plumbing, electrical and mechanicaI
building permits are issued vvithout charge. �ater and sewer access fees will be paid
by the Water Department. Any other perrnit f�es are the responsibility of the
Contractor."
1b. BARRICADES, WARNINGS AND FLAGMEN: In Paragraph C6-6.8, rep�ace the
word "watchmen" where�er in appears with the word "f7agmen". In the �rst paragrapk�,
Iines five (5) and si� (b), replace "take all such othez- preeautionary measures" with "take
all reasanab7e necessary measures",
17. C�NTRACT�R'S RESPONSTBILTTY FOR DAMAGE CLAIMS: Delete entire
Paragraph C6-6.12, and rep�ace wiih the following:
"C6-6.12 CONTRACTOR'S RESP4NSTBILTTY FOR DAMAGE CLAIh�IS:
Cantractor co�enants and agrees to inderzanify the City' Engineer and Architeet, and
their persannel at the project site for th� Contrac�or's sa�e raegligence. Iri addition, the
Contractor co�enants and agrees to indemnify, hold harmless and defend at its awn
CS-6
expense, the Owner, its officers, agents, servants, and employees, from and against ali
�laims or suits for �rope�-ty loss, property damage, persanaI injury, including deatI�,
arising out of, or aileged to arise of, the work and services to be perfoamed i�ereunder
by the CQntractor, its officers, agents, employees subcontractors, licensees or invitees,
x=hether vr �iot nrz►� such rri�urv. �ia�rra�e or dea�h is raused, in whale or in par•t, bx
the ne�lr�e�zce or alle.�ed ��eeli�e�rce of the D��ne�, xts officers, a�e�zts, servartts. or
emplovees. Contractor ]ikewise covenants and agrees to indernnify an� hold harm�ess
Owner from and against any and all injuries to the Owner's officers, agents, servants,
and emplayees, loss or destructian of property of the O�ner arising form the
performance of any of ihe terms and conditions of this Contract, whether or not any
such i�rir�ry ar da»ta�e is car�sed, itz whole or i�z vart. b'V the �tePligence or alleQed
rre�ligence of the Owrrer, its off�ers, a�e�rts, servajrts, or emt�Iovees
Iri the event the Ownez- receives a written claim for damages against the Contractor or
its subcontraetors prior to final payment, final payment shall nat be made until the
Contractor either (a} submits to the Owner satisfactory evidence that the claim has
been settled andlor a re)ease f�om the claimant in�olved, nr (b} provides the Owner
with a letter from �he Contractor's liability insurance carrier that the claim h�s been
referred ta the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other C�ty of
Fort Worth public work from a Contractor against whom a claim for damages is
outstandang as a result of wc�rk performed under a City Contract."
18. STATE SALES TAX:
A. DeJet� Paragraph C6-6.21 STATE SALES TAX in its entiret�.
�. This contract is issued by an organization, which qualifies froz' exemption pursuant
to the pro�isions of Article 20.p4 (F) of the Texas Limited Sa�es, Excise, and Use Taa�
Act. All equipment and materials not consumed by or incorporated inta the project
canstruction are subject ta State Sa�es Tax under House BiII 11, enaeted August i5,
1991. all such, tax�s shall be included in the various arnoun�s on the Proposal Form.
The successful Bidder shal� be required to submit a breakdown between costs of labor,
consumable materia3 a�d other constructaon costs and casts of material incorporat�d
inta the groject construction prioz' ta executiQn of ihis contract.
B. At the time of executian of the Ca�tract Docu�nents by the Contractor, th�e
Co�tractor shall complete the "Staternent of Materials and Other Charges" which
identi�es the project costs anticipated in the Project into "Materials Incorporated into
the Praject" and "All Other Charges". The Contract shall be a"Separated Contract".
G The City of Fo�rt Worth wijl iss�e appropriate Certificates af Resale to th�
Cantractar.
D. A�I Change Orders t� tt�e Contract will separate charges for rnaterials ar�d labor
and will contain the follawing statement:
CS-7
"For puiposes of complying v��ith Texas Tax Code, the Cantractor agrees that the
charges for material incarpQrated into the project in excess of the estimated quantity
pzo�ided for herein will be no iess than the invoice price for such material to the
Contractor."
19. PAR'1"7AL, PAYMENTS: Change Paragragh C8-8.5 ta read as follows:
"Pariial pay estimates shall be submitted by the Contractor 5th day and thE 20th day
of the manth that work has been is in progx-Ess. The estimate shall be pracessed by tY�e
City on the lOth day and 25th day respectively. Estimates wiil be paid witi�in 25 days
following the end of the estimate period, �ess the appropriate retainage as set out
below. Partial pay estimates may include acceptable nonperishable materials delivered
to t�e war3c place which are to be incorporated into the wozk as a permanent part
thereof, but whach at the time of pay estimate have not been so installed. If �uch
materials are included within a pay estimate, payrr�ent shall be based upon 85% of the
net invoice value thereof. The Contractor will furnish the �ngineer such information
as may be reasonably requested to aid in the �erifacation or the prepa�ration of the pay
estimate.
For contracts of less than $4Q0,000.0� at the execution, xetainage shall be ten percent
(10%). For cant�-acts of $4QQ,OpQ.QO or more at the time of execution, retainage shall
be five percent {5%).
Cont�-actor shall pay subcontractors in accord wath subcantract agreement, witha� iive
(5) business days after receipt by the Contractor of th� payment by the City.
Contractor's failure to make the required payment to subcontractors will authorize the
City to withho]d future payments from the Contractor unti] compliance with this
paragraph is accomp�ished.
It is understood that the partial pay �stimates will be approximate only, and a]1 partial
pay estimates and payrz�ent nf the same will be subject to correction in the estimate
zendereci following the discovery of an error in any pre�ious estimate. Payment of any
partial pay estimate shall not, in any respect, be taken as an admission of the Owner of
the amo�nt of work done ar af its quality of suf�ciency, or as an acceptance of the
woxk done or the release of the Contractor of any af his responsibilities under the
Contract Documents.
The City reser�es the right to witf�hold the payrnent oi any partial estimate if the
Contractor fails to perform the war% in strict aceordance with the speeifications or
flther provisions of this Contract."
20. RIGHT TO AUDTT: Add the falJawing to Sectian C8-$:
C-8-8.14 RIGHT TO AUDIT:
"(a} The Contractor agrees that the Caty shall, until the expiration af three (3) years
after fina] payment under this contract, ha�ve access to and the r�ght to examine and
photocopy any directly pertinent boflks, documents, papers, and records of the
CS-8
Contractor involving transactions relating to tl�is Contract. Contractox agrees that the
City shall have access dut�ing normal working hours to all necessary Contractor
facilities and shall be provided adeguate and appropriate work space i�t order to
canduct audits in complia�ce with the �rovisions of this section. The City shall give
Contractar reasonable advance notice oi incended audits.
(b) Contractor further agrees to include in all its subcontracts hereunder a provisifln
to the effect that the subcontractor agrees that the City shall, untzl the expiration of
�hree (3) years after �inal payment under this contraci, have access to and the right to
examine and photocapy any directly pertinent books, documents, papers, and recards
of such subeontractor, invol�ing transactions to the subcontract, and further, that City
shall have access during normal working hours to all su'bcon�ractor facilities, and
shall be provided adequate and appropriate w�rk space in order ta conduct audits in
comp7iance with the provisians of this article together with subsection (c) hereof. The
City �ha11 gi�e subcontracto:r xeasonable advance notica of intended audits.
{c) Contractor and subcontractor agree ta photocopy such doc�ments as may be
requested by the Gity. The City agrees to reimburse contractor far the cost of the
copies as follows: �
1. 54 Copies and Under - 10 cents per page.
2. Moxe than Sq copies - SS cents for the first page plus fifteen cents for each pag�;
ther�after." (5/25/93)
2�.. SCHEDULE OF COST,S: Add the following to Section C8-S:
CS-8.15 SCHEDUI E OF COSTS: Following the completion of all wnrk on the
Projeci and prior to submittal of a request for final payment, the Cantx'actor s�all
provide a Schedule nf Costs to City far approwal which list� all equ�pment systems,
structures, building electrical and HVAC systems, overhead and project related costs.
The items will be grauped inta categories using the Owner's list of category codes
whieh will be provided h� the Owner at the Preconstnxction Conferenee.
The Schedule af Costs will be used by the City as input to the Capital Assets System,
and will not be considered in preparation of modifica�ions to the Cantraet. Cnsts
associated vvith the preparation and processsng of this schedule t�f costs sha�l be
subsidiary to the price bid.
The Cflntractoar vvxXl also gro�ide a pro�ected payment schedule tied to the project
schedule and the schedule of �alues which projects the manthly payments through the
end of the Project. The Payment schedule must be subrnitted along with the f:irst
request iax payment. This information is necessary to arrange financin� of the Pxajeci
by the City.
�ND OF SECT�OI�
CS-9
�
�
i�
.�
i
1.
�#
�1
�
�
PART D - SPECIAL CONDITIONS
TABLE OF CONTENTS
ITEM
D- l
D-2
D-3
D-4
D-5
D-5
D-7
D-8
D-9
D-10
D-11
D-12
D-13
D-14
D-15
D-16
D-17
D-18
D-19
D-20
D-21
D-22
D-23
D-24
D-25
D-26
D-27
D-28
D-29
D-30
D-31
D-32
D-33
D-34
D-35
D-36
D-37
D-3 8
D-39
D-40
D-41
D-42
D-43
D-4�
D-45
TABLE �F C�NTENTS
General
Project Designativn
NOT USED
NOT USED
NOT USED
Wage Rates
NOT USED
NOT USED
NOT USED
Existing Utilities
Exp�oratory Excavations
NOT USED
NOT USED
NOT USED
NOT USED
N�T USED
NOT USED
NOT USED ,
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
N4T USED
N�T USED
NOT USED
Detectable Warning Tapes
NOT USED
NOT LTSED
NOT USED
NOT USED
Valve Cut-Ins
Connection of Existing Mains
Cutting and Plugging Existing Mains
NOT USED
Deholes (Misc. Ext.)
Easements and Permits
NOT USED
Construction Limitations
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
PART D - SPECIAL CONDITIONS
TABLE OF C�NTENTS
ITEM
D-4b
D-47
D-48
D-�49
D-Sd
D-51
D-52
D-53
D-54
D-S5
D-56
D-57
D-58
D-59
D-60
D-61
D-62
D-63
D-64
D-65
D-66
D-67
D-68
D-b9
D-70
D-71
D-72
D-73
D-74
D-75
D-76
D-77
D-78
D-79
D-80
D-8 i
D-$2
D-83
D-84
D-8 5
D-8b
D�87
D-SS
D-$9
D-90
TABLE OF CONTENTS
NOT USED
Bid Quantities (Misc. Ext.)
NOT USED
NOT USED
NOT USED
NOT USED
Temporary Pavement Repaiur
NOT USED
NQT USED
NOT USED
Barricades, Wamings and Fla�nen
NOT USED
Dispasal of Spail/Fil1 Materiai
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
Traffic Con#rol
NOT USED
NOT LTSED
NOT CI�SED
NOT USED
N�T USED
NOT USED
Property Access
NOT USED
NOT USED
N�T USED
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
insurance
NOT USED
NOT USED
NOT USED
Warkers' Compensation Insurarace
PART D - SPECIAL CONDITIONS
TABLE OF CONTENTS
ITEM
D-91
D-92
D-93
D-94
D-95
ll-96
D-97
D-98
D-99
D-100
D-I01
D-102
D-103
D-10�
D-105
D- i Ob
D-107
D-108
D-1{�9
D-110
D-111
D-112
D-113
D-114
D-11 S
D-116
D-117
D-118
D-119
D-120
D-121
D-122
D, I23
D- I 24
D-125
D-126
D-127
D-128
D-129
D-130
D-131
D-132
D-133
D-13�
D-135
TABLE OF CONTENTS
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
Specification References
Explanation of Bid Iterns
NOT USED
NOT USED
NOT USED
Protection of Trees, Plants, and 5oi1
Partial Estima#es and Retainage
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
N�T USED
NOT USED
NOT USED
NOT USED
NOT USED
NDT USED
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
NOT I1SED
NOT USED
NOT USED
NOT USED
N4T USED
NOT USED
NOT USED
NQT USED
NOT USED
N�T USED
NOT USED
NOT USED
PART D - SPECIAL CONDITIONS
TABLE OF CONTENTS
ITEM
D-136
D-137
D-138
D-139
D- I44
D-1�1
D-142
D-143
D-1�4
D-145
D-1�}6
D-147
D-148
TABLE OF CONTENTS
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
NOT USED
Project Clean-up
Project Schedule
NOT LTSED
NOT USED
NOT USED
PART D - SPECIAL CQNDITIONS
D�1 General:
Sui�ject to modifications as herein cor�tained, the Fort Worth Water Department's Genez'al
Contract Documents and Specifications, effective 7uly 1, I978, with the latest revisions
are made a part of the Contract Documents for this grnject. T�e Plans, Special Conditians
and Provisions Dacuments, and the rules, regulations, requirements, insCructions,
drawings ox d�tails referred to by manufaeturer's name, nurnber or identification included
therein as specifying, referrirag ar implyir►g product cantral, performance, qUality, or other
shall be bir►c3ing upon the Contractos. The specifications and drawings shall be considered
coogerative; therefore, work or material called for by one and not shown or mentioned in
The ather shall be accomglishe� or furnishe� in a faithful manner as though required by
all.
T�e order or precedence in case of conflicts or discrepancies between various parts Qf the
Contract Doeuments subject to the ruling af Che Engineer shall generally, but not
necessarily, follav� the guidelines listed below:
1. P�ans
2. Contract Doc�xnents
3. General Contract Documents and Specifications
The fo�lowing Special Conditio�ns shall be applicable ta this project ar�d shall go�ern over
any con�7icts urith the Ge�eral Contraet Doeuments under the provisinns stated above.
D�2 Proiect Desi�nation:
Construciion under these SpeciaZ Docu�aents shall be performed under the Fort Worth
Water Department Projeet Designations: ��'
Water Project Number:PW77-00077Qi6021Q
p�6 Wa�e Rates:
The labar classifications and nninimum wage rates set �arth herein have been
predeterminec3 by the City Counci� flf the City of Faz� Worth, Texas, ira accordance with
statutory requirements, as being the prevailing cJassifications and rates that sha11 govern
on aIl work performed by the Contractar oz any sub-contractor on the site of the project
covered by ihese Contract Docuxnents. I� no event shall Iess than the following rates vf
wages be paid. (Attach�d).
D�1Q Existing ITti�ities:
The plans show the Iocations of all known surfa�e and subsurface structures. However,
the Owner assumes no responsibility for failure to show any or all of these structures on
the Plans, or to show thetn in their exacC location. Tt is mutuaily agreed t�►at such failure
shall not be considered sufficient basis for claims for add�tional campensation for extra
work ar for increasing t�e pay quantities in any mannez� whatsoever.
D-X
The Contractor shall be responsible for verifying the lacations of and protecting alI
existing utilities, ser�ice lines, oz' athe;r property crossed or exposed by his construction
aperations. Contractor shall rr�ake a]� necessary prov�sions for the suppart,
protection, relocatian, and ar temparary relocation of all uti]aty pales, gas ]ines, telephone
cables, utility ser�ices, water mains, sanitary sewer Iines, electrical cables, drainage
pipes, a�d aIl other utiiities and stzuctures both above and below ground during
construction. The Contractor is liable for all damages done to such existing facilities as a
result of his operations and any and all cost incurred for the protection and or temparary
relocation of such facilities shall be incI�ded in the cost bid per iinear foot of pi�e
insta]led. NO ADDITIONAL COMPENSATION WILL BE ALLOWED.
Where existing utiJities or service Iines are cut, brolcen r�r damaged, the Contractor shall
replace ar repair the utilities or service lines with the same type o� origanal matenial and
eanstruction, vr better, unless otherwise shown ar noted on the plans, at his own cost and
expense. The Contractor shall immediately notify the Owner of the damaged utility or
ser�ice line. He shal� caoperat� with the owners of all utilitie� to ]pcate existing
underground facilities and notify the Engineer at once of any conflicts in grad�s and
alignment.
[n case it is necessary to ehange or move the praperty of any owner of a public utility,
sz�cY� property shall not be mo�ed or interfered with until ordered to do so by the
Engineer. The right is reserved ta the owner of gublic utilities to enter upon the limits of
the project for the purpose of making such changes or repairs, af their property that may
be made necessary by perforrnance of this contract.
D-�1 Exploratory Exca�ations:
In addition to those areas as may be designated on the Drawings, rt shaIl be the
Contractoz's responsibility to excavate and locate existing utilities which may affect
constx-uction of the water andlor sewer facilities. All exploz'atozy excavations shalj
occur far enough in advance to permit any necessary i•elocation to be made with minimum
delay. Al1 costs incurred by the Contxactor in malcing exploratory excavations shall be
considered to be included in the unit price bid for constructing af waterlsewer line oz' th,e
associated structures.
D-28 Det�ctable Warning Tanes:
Detectable underground utility warning tapes which can be located fram the surface by a
pipe detectoz' shall be instal�ed directly above non-metallic water or sanitary sewer pipe.
The detectable tape shaI1 be "Det�ct Tape" manufactured by Allen Systerns Inc. or
a�proved equal, and shalI consast of a minimum thickness 0.35 mils so�id aluminurn foil
encasec� in a protective inert plastic jacket that is impervious to aII known alkalis, acids,
chemical reagents and sol�ents found in the soil. The minimum overnI] thickness of the
tape shall be S.5 zniJs. and the width shall not be ]ess than 2" inches with a minimuz� unit
D-2
weight of 2-112 poundsll"11Q0�'. The tape shall be color coded and imprinted with the
message as follows:
Tvne of Utility
Calor Code
L,e�ends
Water
Sewer
5afety Blue
Safety Green
Caution Buried Water Line Below
Caution Buried Sewer Line Below
Instajlation of deteetable tapes shall be per manufacturer's recommendations and shall be
as clase to the grade as is practica� for optimum protection and detectability. Allow a
minimum of 18" inches between the tape and the pipe. Payment for work such as
backfill, bedding, blocking, detecta6le tapes and all other associated appurtenances
required shal� be inc]uded in the linear ioot pnice bid of the appropriate BID ITEM(5).
D-33 Val�e Cut-Ins:
It may be necessary to cut-in gaie valves to iso]ate the waCer main from which the
extension andlor replacement ss to be connected. This may require closing valves in o�her
lines and putting consumers out of service for that period of time necessary to cut in the
new valve; the wark must be expedited to the utmost and all such cut-ins must be
coordinated with the engir�eez in charge of inspection. All consumers shall be individually
advised prior to the shut out and advised of the appraximate Iength of t�me they may be
without service.
Payment for work such as backfill, bedding, fittings, b]ocking and all other associated
appurtenants required, shall be included in the price af the appropriate bid items.
D-34 Connection of Existing Mains:
Th� Contractor shall determine the exact locatian, elerration, configuration and angvlation
of existing water or sanitary sewer ]ines priar to manufacturing of ti�e conneeting piece.
Any differences in locations, elevatinn, confguration, and or angulation of existing lines
between the contraet drawings and what may be encountexed in the said work shall be
considered as incidental to eonstructian. Where it is required to shut down existing mains
in order to make praposed connections, such down tame shall be coordinated with the
Engineer, and a11 efforts s�all be made to keep this down time to a minimum. Tn case of
shntting down an existing main, the Contractor shall notify OWNER and ENGINEER at
least 4$-haurs priar to khe required shut down iizz�e. The Cantractor's attentifln is directed
to Paragraph CS-S.1S INTERRUPTION �F SERVICE, Page CS-5(S), PART C-
GENERAL C�NDITIONS OF THE WATER DEPARTMEI*�'I' GENERAL CONTRACT
DOCLIMENT� AND GENERAL SPECIFICATiONS
D�35 Guttin� and Plu��in� Existin� Mains:
At various lacations on this project, it rnay be required Co cut, pIug and block existing
water mains/services or sanitary sewer mains/services. Cutting and plugging existing
water/services or sanitary sewer mainslservices shall be considered as incidental and all
D-3
costs incuz�red wi1I be conside3�ed to be included in the ]inear fpot bid price of the pipe.
Llnless separate trenching is required.
D-3i Deholes (Misc. Ext.):
The Contractor excavat�s for existing water and/or sanitary sewer main as detailed by
work order together with a sketch. The Iocation and dimensions shown on the plans
relative to other existing utilities az'e based on t�e best information available. Omission
from, ox the incIusion of utility locations on the Plans is nat to be considered as the
nonexistence of, ar a definite ]ocation of, existing underground utilities. It shal] be the
Contractor's responsibiIity to �erify locations af adjacent anrllor confli�ting utilities
sufficiently in advance of construction in order that he may negotiate such local
adjustments as necessary in the dehole process to provide adequat� clearanees. The
Contractor shall take all necessary precautions in order to protect all services
er�countered. Any damage to utilities resulting from the Contractor's ogerations, shall be
restored at his expense.
Payment %r wozk such as backfi�l and all othez associated appvrtenants required, shall be
incIuded in the price of the appropriate bid it�m.
D-38 Easements and Permits:
Easements and permits, both temporary and permanent, have been secured for this project
at this time and made a part thereto. Any easements and/or perniits, both temporary and
pez-manent, that have no[ been obtained by the time af publication shali be secured befare
construction starts. No work is to be done in areas requi�ing easements and/or permits
until the necessary easements are obtained, The Contractor's attention is directed to the
easement descriptian and permit requirements, as contained herein, along with any
special conditions that may have been imposed on these easements and permits.
Where the pipeline crosses privateIy owned propert�, ihe easements and canstruction
areas are shown on the plans. The easements shaIl be c]eaned up after use and restared ta
their originaZ conditions ar better. In the e�ent additional work room or access is required
by tt�e Contractar, it shall be the Cantractor's responsibility to obtain written permission
from the property owners involv�d for the use of additional property required. No
additional payrnent will be a7lowed for this item.
D-40 Construction Limitations:
The Contractor shall have no more than three (3) lacations un�er constr�ction at any one
time, unIess appro�al by the Engineer has been granted in writing.
D-4'� Bid Ouantities {Misc. E�rt.):
Bid quantities of the various items in the Prop4sal are for bid comgarison only and may
not reflect the actual quantities (See Genezal Canditions C2-2.2 and C4-4.3), Moreover,
there is to be no liznit on the variations between the estimated quan�ities shawn and actual
quantities performed.
, A
D-�� Temporary Pavement Renai�r:
The Contractor shall provide a temporary pavement repair imrx�ediately after trench
backfill and compaction using a minimum of 2-inch hot or cald mix asphalt over a
minimum af 6 inehes of compactec� flex base. This temporary repair shall be rolled to
pravide a smooth transition between the existing pavement and the temporary repair.
D-56 Barricades, Warnin$s and Fla�men:
Reference Part C- General Conditians, Section C6-6.8 BARRICADES, WARNINGS
AND WATCHMEN:
1. Wherever the word Watchmen appears in this paragraph, it sha]1 bc changed to the
ward flagrnen.
2. In the first paragraph, 7ines five {Sj and six (6), c�ange the phrase take aS1 such oti�er
precautionary m�asures to take all �'easonal�le necessary �neasuz'es.
D-SS Disuvsal of SnoillFill Material:
Priar to the dispasing of any spoillfill rnater�al, the contractar shalI advise the Directar of
the Department af Engineerin�, acting as the City of Fort Worth's Flaod Pla�n
Administratar {"Administrator"), a� the location of a11 sites whexe the contractor intends
to dispose of such material. Contractor shall not dispose of such material until the
propased sites have been determined by the Administrator to rneet the requirements of the
Flood Plain Ordinance of the City of Fort Worth {O�dinance No. 11517). AIl disposal
sites must be appraved by the Ad�ninistrator ta ensure that filling is not occurring withirn
a flood plain without a permit. A flood plain permit can be issued upon approval of
necessazy engineering studies. No fill permit is required if disposal sites are n4t in a
f7ood plain. Approval of the contractors disposal sites shall be evidenced by a letter
signed by the Administrator stating t[�at the site is nat in a knavvn �aad plain or by a
Flood Plain Fil] Permit authorizing fill within the flood plain. Any expenses assaciated
with abtaining the fi11 pernut, ineluding any necessary engineering studies, shall be at
cantractors' expense. In the event that the contractar disposes of spoillfill material at a
site without a fill permit or a]ettez fzam the Adrninistrator approving the disposal site,
upon notification by the Director of the Department of Engineering, Contractor shall
remave the spoillfill matezial at its expense and dispose of such 3naterials in accordance
�vith the Ordinances of the City and this section.
D-69 Traffic Control :
The Contractor shall be responsible faz' providing traffic cont�-ol during the construction
of this project consistent with the pz'ovisions set forth in the "1.980 Texas Manual on
Uniform T�affic Control Devices for Streets and Highways" issued under the authority of
the "State of Texas Unifoz-m Act Regulating Traffic on Highways", codified as Article
67�1d Vernon's Ci�iI Statues, pertinent sections being 5ectio� Nos. 27, 29, 30 and 31.
��
The Cantractor shall execute this work in such a manner as to create a minimum of
inten-uption to traffic and pedestrian facilities and to the flaw of vehicular and pedestrian
traffic within the project area.
Barricades, warning and detour signs shall canform to be the 5tandard Specifications for
street and storm drain canstruction, "Barriers and Warning andlor Detour Signs", Itern
524, andlor as directed by Ettgineer.
The Contractor will not remove any regulatory sign, instructional sign, street name sign,
or other sign which has been erected by the City. 7f it is detern3ined that a sign mtist be
removed to perrnit required construction, the Contractor sha11 contact the Transportation
and Public Works D�partment, Traffic Services Division (phone number 871-8100), to
remo�e the sign. In the case of regulatory signs, th� Contractoz' must replace the
per�nanenC sign with a temporary sign meeting the requirements of the above referenced
manual a�d such temporary sign must be instatled prior to the rernoval of the permanent
sign. If the temporazy sign is not insta�led correctly or if it does not meet the required
specifications, the permanent sign shall be left in place until the temporary sign
requirements or met. When construction work is completed to the extent that the
permanent sign can be re-installed, the ContractaX shall again contact the Signs and
markings Di�ision to re-install the permanent sign and shall lea�e his temporary sign in
place untiI such ze-installation is complete.
D�76 Property Access :
Access to adjacent property shalI be maintained at al] times un�ess otherwise directed by
the Engineer.
D-$6 insurance:
VVithin ten (10) days of rec�ipt of natice of award of contract, the Contractor must
pxavide, a]ong with executed contract documents and appropriate bonds, proof of
insurance far Worker's Compensation and Comprehensive General Liability as per Part C
— General Conditions, Section C3-3. � 1 and Part CS- Supplementary Conditions, Section
1�.a. The City reserves the right to request any other Insurance caverage as may be
required by each individual project.
The Engineer needs to be listed as an additian�lly insured on all the insurance
documents.
D-90 Workers Comnenstaion Insurance Coverage:
C. Workers Compensation Insurance Caverage
1. Definitions:
Cea-tificate of coverage ("Ce]-t]�1Cat�"). A copy of a certificate af insurance, a
certificate of authority to self insure issued by the Texas Warkers' Compensation
�.
Cammission, or a coverage agz'eement (TWCG81, TWCC-82, TWCC-83, or TWCC-
84j, shawing siatutory workers'compensation insurance coverage for the person's or
entity's emplayees providing services on a praject, far the duration of the project.
Duration of the Project. Incluc3es ti�e time from �he beginning of the wark an �t�e
project until the contractor'slperson's work on the project has been completed and
accepted by the
City.
Persons providing services on the projeet {"subcontractor" in section 40bA9d)-
includes al� persans or enkities performing a�l or part of the services the contractor has
undertaken to perfarm on the project, regardless of whether that person contracted
directly with the contractor and regardless of whether that pesson t�as employees.
TJiis includes, without ]imitation,.independent contractors, subcantractors, leasing
companies, motor carriers, awner-operators, employees af any such entity, oz'
empl�yees of �ny entity which furnishes persons to provide services on the project.
"Services" include, w�thaut limitation, providing, hauling, or delivering equipment or
materials, or groviding labor, transportatian, or otY�er services related to a project.
"Services" 8oes nat �nclude activities unrelated to the project, such as foocllbeverage
vendars, office supgly deliveries, and de�i�ery of portable toilets.
2. The contractar shal] pzovide coverage, based on proper reporting of classificatian
codes and payroll amounts and filing of any coverage agreemients, which meets the
statutory requirements of Texas Labor Code, �ection 401A11(44) for all employees of the
contractor prov�ding services of the pzoject, for the duration of the project.
3. The Contractor must pro�ide a certificate of covexage to the go�ernmenta] entity prior
to being awarded the contract.
�. �f the coverage period shown on the contractor's cuz�rent certificate of coverage ends
durirag the duration af the project, the contractor must, prior to the end of the coverag�
period, file a new certificate of cov�rage wsth the City showing that caverage has been
extended.
5. The contractor sha]I �btain from each p�rson providing
services an a project, and provide to the City:
(a) a certificate of coverage, pz�ar to that person beginning work on the pro�ect, so
the governmental entity will k�a�e on file certificates af coverage sk�owing
coverage �'or al1 persons pra�iding services on the project; and
(b} na later than seven days after reeez�t by the contractar, a new certificate of
coverage showin� extension of caverage, if the coverage period shown on the
current certificate of coverage ends during the duration a:F the projec�.
D-7
6. The contractor shal] retain all required certificates of coverage for the duration of the
project and for one year thereafter.
7. The contractor shall notify the City in w�-iting by certified mail or personal delivery,
within ten (IO} days aftez- ti�e cantractoz knew or shoutd ha�e knawn, of any change that
tnaterially affeets the provision of ca�erage of any person pro�iding ser�ices on the
proj ect.
S. The contractor shal� post on each project site a nntice, in the text, form and manner
prescribed by the Tex�s Worker's Carnpensation Commission, inforrning all persons
proviaxng services on the pro�ect that they are required to be cor�ez�ed, and stating how a
person rnay verify coverage and report lack of coverage.
9. The cnntractor shall cont�actually require �ach person with whom it contracts to
provide services on a project, to:
(a) pro�ide coverage, basEd on prop�r reparting on the cZas�ification codes and
payroIl amounts and filing of any co�erage agraements, which meets the s�atutory
requirements of Texas labor Code, Section 401.011(44) for all of its employees
providing servrces on the project, faz the duration of the project;
(b) provide to the contractor, prior to that person beginning woz'k on the gxoject, a
certificate of caverage shawing that ca�erage is being provided far all employees
of the person providing services on the pra,�ect, faz the duration of the project;
(c) provide the contractor, prior ro the end of the coverage period, a new
ceriificat� oi coverage showing extension of coverage, if the coverage period
shown on the current certificate oi caverage ends during the duration of the
project;
{d) obtain frorr3 each other person with whom it contracts, and provide to the
contractor:
(1) a certificate of coverage, prior ta the othez� person beginning work on
the project; and
{2) a new certificate of coverage showing extension af coverage, prior to
the end of the coverage period, if the coverage period shown on the current
certificate of coverage ends during the duratson of the project;
{e} retain all required certi�cates of coverage on file for the duration of the
project and for one year therea�tez'.
(� notify the City in writing by certified rnail or p�rsonal de�ivery, within ten (10)
days aiter the persan knew or shauld ha�e known, of any change that zzxaterially
�� s
affects the provisian of co�erage af any person providing services on the project;
and
{g) contractually rec}uire each person with whom it cantracts, to pert'ortn as
required by paragraphs (a) -(g), w�th the certificates of coverage to be providec� to
the person for whom they are providing ser�ices.
10. By sigr�ing this contract or providing ar causing to be pro�ided a certificate of
coverage, the contractor is representing to the City that all employees of the contracta:r
who will provide services on the pro,yect will be co�ered by worker's compensation
co�erage for the duraiion af the project, that the coverage will be based an proper
reporting of classification codes and payroll amounts, and that atl coverage agreements
will be filed with the appropriate insurance carrier or, in the case of a self-insured, with
the Texas Worker's Compensation Commission's T.)ivision of Self-Insurar�ce Regulation.
Providing false or misleading informatia� may subject the contractar to administrative
penalties, criminal penalties, ci�il �enaltic;s or other civil actions.
11. The cantractor's failure to cornply witi� any af these provisions is a breach of contract
by the contractor which entitles the City to declare the contract void if the contracfiar does
nvt remedy �he breach within ten days after receipt of notice of breach frorn the City.
D. Posting of Required Worker's Cornpensation Coverage. The contractor shall post a
notice on each project site in£orming all persons providing services on tt�e project that
they are required to be covexed, and stat�ng haw a person may verify cuzr�nt coverage and
report iailure to provide coverage. This notice does not satisf� other posting requirements
imposed by the Texas Worker's Compensation Act or otherr Texas Worker's
Compensatian Comrnission rules. This natice must be printed with a title in at least 30
paknt bo�d type and text in at least 19 point normal type, and shall be in both �nglish and
Spanish and any ather language common to the worker papulation. The te�ct for th�
notices shall be the following texi, without any additional. words or changes:
REQ[TIl�ED WORKER'S Ct7MPENSATION C�VERAGE
"�`he law rec�uires that each persar� working on this site or praviding services reiated to
this canstruetion project must b� covered by worker's compensation insurance. This
ir►cludes persons providing, hauling, or de�ivering equipment ax materials, or providing
labor or transportation or other service related to the project, regardless of the identity of
their employer oar status as an employee".
"Call the Texas Worker's Cors�pensation Comm.ission at 512-440-3789 to receive
informatian on the legal requixement far caverage, ta verify whether your employer has
provided the required coverage, or ta repart an e�nplQyer's failure to pravide coverage.
�� �
D-104 Specification References;
When reference is made in these specifications to a particular ASTM, AVVW.�, ANSI ar
other specification, it shalI be understood that the iatest revision of such specification,
prior to the date of these general specifications or re�isions thereof, shall apply.
D-101 Explanation of Bid Items:
The total scope af work far tl�is job has been separated into several bid items as shown in
the Proposal. All materials and wo�•kmanship necessary to furnish a eomplete and
functional job, whether sh�wn, included or implied in the construction plans aridlar
specifications, shall be supplied in this contraet. The Contractor shall include the cost for
all miscellaneous and subsidiary work not sgecifica�Iy mentioned in the Proposal in the
various bid prices.
D-105 Protection of Trees, Plants, and SaiY:
AlI property alon� and adjacent to the Contx�actor's operations including ]awns, yards,
shrubs, trees, etc, shall be preserved or restored, after completion of the work, to a
condition equal to or better tt�an Existed prior to the start af work.
By ordinance, the Cantractor ax�ust abtain a pez�mit froxn the City Forester before any work
(trimming, rema�al, or root prUning) can be done on trees oz� shrubs growing on public
property including street Rights-of-Ways and designated alleys. This pernut can be
obtained by calling the Forestry Office at 871-5738. All tree vvork shall be in compliance
with pruning standards for Class II Prunin,g as described by the National Arbor�st
Association. A cop� of these standards can be provided by calling the abave nurnber.
Any damage to public trees due ta negligence by the Contractor shall be assessed using
the cuz�ent formula for Shade Tree E�aluation as defined by the Tnternational Society of
Arboriculture. Payrnent �ar negligent damage to public trees shall be made to the City af
Fort Worth and may be withhe�d fram funds due the Contractar by the City.
To prevent the spread of the Oak Wilt fungus, all waunds an Live Oak and Red Oak trees
shaIl be imrnediately seaIed using a commercial pruning paint. This is the only instance
when p�u�ing paint is recorrzxz�ended.
Na separate payment will be made for any of the work involved for this item and aIl casts
incurred v�ill be considered a subsidiary cost of the project.
D-�Ob Partial Estimates and Retaina�e:
Reference Part C{General Conditions), Sectian C8-8.5 Entitled "PARTIAL ESTIMATES
AND RETAINAGE" shall be deIeted i� its entrrety and replaced with the fallowing:
Partial pay estimates shall be �ubmitted by the Contractor or prepared by tne City on the
Sth day and 20th day of each month that the work is in progress. The estimate shall be
processed by the Ci�y on the 10th day and 25th day resp�ctive�y. Estimates wiIl be paid
within 25 days following the end of the estimate period, less the appropriate retainage as
set out below. Partial pay estimates rr3ay incIude aeceptable nonperishable materials
D-10
delivered to the work p�ace which are to be incarporated into the work as a pertnanent
part thereof, but which at the time of the pay estimate have not been so installed. If such
m�terials are ineluded witt�in a pay estimate, payment shall be based upon 85% of the net
inv�ice va]ue ther�of. The Contractor will fuznish the En�ineer such infozmation as may
be reasonably requestec� to aid ir� the verification or the prepaz�atifln of the pay estimate.
For contracts of less than $440,000 at the time of ex�cution, reta�nage shal] be ten percent
(10%). For contracts of $400,�OQ ar more at the time of execution, retainage shall be five
percent (5%).
Contractor si�aIl pay subcontractors in accord with the subcontract agreement withirt five
(5} business days af#er receipt by Cantractor of the payment by City. Contractor's failure
to make the required payments to subeontractors will authorize the City to withhold
�uture payments from the Contractar until compIiance with this paragraph is
accomplished.
It is understaod that the partial pay estimates will be approxirnate only, and all partial pay
estimates and payment of same wal] be suUject ta correction in th� esHmate rendered
following the c�iscovery af the mistake in any previous estimate. Payment of any partial
pay estirnate shall not be an admission on the part of the Owner of the amount af work
c�one ar of its quality ar sufficiency or as an acceptance of the work done; nor shall same
release the Contractor of any of its responsibilities under the Contract Documents.
The City reserves the right to wit�hald the payment of any partial estimate if the
Contractor fails to perform the work i�t strict accordance with the specific�tians or other
provisions of thxs Contract. -
D-X44 Proiect Clean-up:
Th� Contractor shall be aware that keeping the pro3ect site �n a neat and orderly condition
is consadezed an integral part c�f the contxacted wark and as such shall be considered
subsidiary to the appropraate bid itenns. Clean up work s�all be dvne as directed by the
Engineer as the wark progresses ox as needed. If, in the opinion of the Engineer it is
necessary, clean-up shall be done on a daily basis. Clean np work shal� include, but nat
be limited to:
� SwEeping the street clean of dirt or d�bris
• Storing excess material in apgrapriate and organiz�d manner
� Keeping trash of any kind off of residents° property
If the Engineer does not feel that the jobsite has been kept in an orderly conditian, on the
next estimate payment (and all subsequent paytnents until campleted) af the apprvpriate
bid item(s} will be reduced by 25%.
ll-1.4S Proiect ScheduIe:
Contractor shall be responszble for proc3ucing a praject schedule at thE pre-canstruction
conference. This schedule shall detail a11 phases of construction and allow the contractor
D-I 1
to complete the wQrk in the allotted time, Contzactor will nat move an to the jobsite nor
will work begin until said schedule has been received and apprar�al secured frozn the
Construction Engineer. However, contract time will start even if the project schedule has
not been turned in. Project scheduIe will be updatec� and resubaxzitted at the end of every
estimating period. All costs involved with produeing and maintaaning the project
schedule shall be cgnsidered subsidiary to this contract.
D-12
C�TY OF �'QRT WORTH
BU�LDING & CONSTRUCTrDN T12AD�
PR�VAILING 1'4rAGE RAT�S FOR 20U4
CLASSIFICATIQN
AIR CONDITIONING MECHANIC
AIR CONDITIONING MECHAN7C
HELPER
ACOUSTIC CEILING INSTALLER
ACOUSTIC CEILING INSTALLER
HELPER
ASBESTOS WORKER
BR3CKLAYERlSTONE MASON
BRICKLAYERISTONE MASON
HELPER
CARPENTER
CARPENTER N�LPER
CONCRETE FWlSHER
CDNCRETE FII�iISHER HELPER
CONCRETE �ORM BUILI�3ER
C�NCRETE FQitM BUIL.DER HELPER
DRYWALL TAPElZ
DRYWALL 'I'APER HELI'ER
ELECTRICTAN JOURNEYMAN
ELECTRICIAN HELPER
ELEC'�RONiC TECHNICIAN
ELECTRONIC T�CHNICIAN HELPER
FLOOR I.,AYER (CARPET}
�'I.O�R LAYER (RESILIEN'I'}
FLOOR LAYER HELPER
GLAZIER
GLAZIER H�LPER
�NSULATOR
INSULATOR HELPER
HOURLY
RATE
$15.9$
$10.75
$14.02
$za.ss
$10.50
$17.21
$1Q.i6
$13.92
$]a.3$
$12.(8
$9.73
$1197
$9.�42
$l I.33
$8.00
$ i 7.46
�ii.�a
$12.50
$a.sa
$�7.4Q
$16.40
$13.50
$15.02
$10.90
$ I2.04
$9.40
_ CLASSIFICATION _
LAB ORER-COMMON
LABORER-SKILLED
LATHER
LATHER HELPER
METAL BUILDTNG ASSEMBL�R
METAL BLDG ASSEMBI.ER �IEI.PER
PAINTER
PAINTER HELPER
P]PEFITTER
PIPE�'ITTER HELPER
PLAST�RER
PLASTLRER HELPER
PLi JMBER
PLL]MB�R HELPER
REI�]FORCING STEEL SETTER
ROOFER
ROOFER HELPER
SHEET N1�TAL WORKER
SH�ET METAL WORKER HELI'ER
SHEETROCK HANGER
SHEETRQCK HANGER HELPER
SFRINKI..ER SYS�EM TNSTALLER
SPRINKI_ER SYSTEM IIVSTALLER
HELPER
STEEL WORKER S�'RUC7'URAL
STEEL W ORKER STRUCTURAL
HELPER
WELDER
WE�,DER HELPER
HOURLY
__ RATE
$7.85
$1Q.35
$ I4.i}0
$11.00
$lo.00
$8.70
$12.83
$8.35
$17.60
$10.18
$16.00
$11.00
$16.91
$9.75
$10.40
$1�.87
$8.33
$14.45
$9.57
$12.45
$9.64
$16.87
$10.13
$11.3G
$8.80
$14.70
$11.74
HEAVY EOU�PMENT QPERAT4RS
CR.�hNE, CLAlvISHELL, �ACKHOE, $12.50 FOUNI7ATION DRTLL ��'ERATOR $13.00
DERRICK, DRP�GLINE, SHOVEL FRQNT END LOAD�R OPERAT�R $11.22
FORKLIFT OPERATOR $9.63 TRUCK DRIVER $10.31
CITY OF FORT WORTH
HIGHWAY CONSTRUCTION
PR�VAILING WAGE RATE FOR 2000
l�ou�.Y
CLASSIFICATION RATE
ASFI3ALT RAKER $10.32
ASl'HAI.T SHOVELER $9.75
BATCHING PI.ANT WEIGHER $9.65
CARPENTER (ROUGH} $13.64
CONCRETE FINISHER-PAVING $10,16
CONCRETE �TNTSHER-PAVING $9.7Q
HEPLER
CONCRETE FINISHER- $ f 3.44
STRUCTURES
FLAGGER $7.OQ
PORM BLTILDER-STRUCTURES $13.44
FORM LINER-FAVING & CURB $10.25
FORM SBTTER-PAVING & Ci7RB $9.24
FORM SETTING-STRC3CTUAES $4.75
LAB ORER-C OMMON $7.64
LAB ORER-i1TILITY $8.64
MECHANIC $13 25
SEVICF.Ii, $10.13
OPERATOR
ASPH.ALT DISTRIBUTOR $11.45
ASPHALT PAVING MACHINE $ ll.p9
CONCRETE PAVING SAW $1(}.53
CRANE, CLAMSHELL, $10A0
BACKHOE, DERRTCK,
DRAGLINE, SHOVEL
(< 1-1/2 CY)
CRANE, CLAMSHELL, $11.52
BACKHOE, DERRTCK,
DR.AGLINE, SHOVEL
(7 1-i/2 CY)
CLA,SSIFICATION
OPERATOR (Continued)
FRONT END LOADER (2-1/2 CY & Less}
FRONT END LOADER {Qver 2-1/2 CY)
MILLING MACHINE
MIXER
MOTOR GRADER, T'INE GRADE
MOTOR GRADER, QTHER
1'AVEMENT MARKING MACFIINE
ROLLER, STEEL WHEEL PLANT-
MTX PAVEMENTS
ROLLER, STEEL VVF-IEEL, OTHER
Fi.A'I'WHE�L �R TAMPTNG
TRAV�LING MIXER
SETTER, RE�ORCING STEEL,
TRUCK DRIVER
L�WBOY-FLOAT
SINGLE AXi..E, LIGHT
T�NDEIuI �XI_,E SEMI-TRAiLER
TRANSI'I' MIX
WINCH
HQU]ZLY
RATE
$9.9�
$9.32
$8.00
�1 r.aa
$12.31
$13.75
$11.00
$9.8$
$12.12
$10.00
$9.T5
$10.54
$8.D0
$10.22
$14.63
$9.80
�
City of Fort Worth SUMMARY OF WORK
West Side N Praject — Purnp Station
SECTION 01p10
SUMMARY OF WORK
PART 1 - GENERAL
1.1 LOCATION AND GENERAL DESCRIPTION OF WORK,
A. The Work consists of canstruction of a pump station and associated ancillaries in
Fort Worth, Texas. The Work generally includes the Following:
� Puzxan �tation -- Construction af a z�ew pump station facility including the
building, horizontal split-case puinps, pump suction and discharge piping, valves,
appurtenanees, electricai gear, plumbing fi�tures and piping, heating and
ventilating equipment, instrumentation and all associated equipment and
accessories.
n Sur�e Valve Vault — Canstruction of a new suz'ge vault outside of the pump
station ineluding surge valves, gate valves, piping and associated equipment and
accessones.
p Valve Vault - Construction of a new valve vault tn house butterfly valves that
will allow the station to be isaIa#ed froan the new transmission main.
� Existin� Valve Va�lts -- Replacement of the existing wafer check val.ves on the
inlet and ontlet of the existing SMG storage tanlc, replacement afthe existing 30"
infet valve with a new electrically acti.iated butterfly valve, the wark includes
rnounting the new actuator on top of the existing vault.
� Yard Pi�in� — Instal�ation of pump station yard suction and discharge piping;
installation of sanitary piping, dzains, and rnanholes; instaIlation of fire hydrant
and accessories; and tie-ins with existing yard piping.
� DemaZifion Work — Demolition of existing booster station and associated
equzpment, c�emolition of the existing chemical feed building, demo�ition of the
vault to the west of the existing storage tank.
� Site Utilities — Installation of a new transfozmex and site electrical; installation of
radio communicatians ec�uipment (ineluding antennae tc�wer) from the existing
SCADA iacilities to the new pump station.
� Corrosion Manitorin� Svstem — Installation of a corrosion monitoring system
including pipe joint bonding and test statioz�s.
� Landscat�in� an� Fencin� — Final grading, site seeding, peruneter fencing and
associated items.
B. The Wark is located at 11066 Darfan S#reet, Fart Worth, Texas, 76108.
C. The sunamary of Work described in this Specification Section 01010 is an overall
su�nmary of the responsibilities of the CONTRACTOR and CONTRACT�R's
318i006
01010-1.
City of Fort Worth SUNIMARY OF WORK
West Side N Project — Pump Station
relation to the OWNER. It does not supersede the specific requiremer�ts of the other
Contract Documents.
1.2 CONTRACTS
A. The Work sha11 be constructed under one prime contract.
1.3 �THER CONSTRUCTION CONTRACTS
A. Under�round piping for this contract will tez-�ninate at the CuI de sac at Basset Locke
Road. Amother contract will continue the piping form this temnination point.
1.4 WORK BY OTHERS
A. Work by OWNER:
1. Operation of all existing valves, tanks, and booster sta#ion facilities.
1.5 SEQUENCE OF WORK
A. The sequence of Work shall be performed in accordance vvith the provisions
described in Speci�cation Section 01020, Maintenance of Facility Operations and
Sequence of Work.
1.6 CQNTRACTOR'S USE OF PREMISES
A. CONTRACTOR'S use of the premises shall be confined to the areas shown on the
Contract Drawing,s and as described in Section 01011, Use of OWNER's Facilities.
B, CONTRACT�R sha11:
1. Assume fu11 responsxbility for protection and safekeeping of pxoducts and
equipmcnt intended for use in this project and stared an or off the premises.
2. Move stored products that interfere with the flperations o� Oih�NER, other
contractors, or nthers performing wark far OWNER.
3. Obtain and pay for all additional storage oz' work areas required for
C4NTRACTOR's operations.
1.7 EASEMENTS AND RIGHTS-OF-WAY
A. Easements and righis-of-way will be provided by OWNER, Confine construction
operations within fhe limits indicated on the Drawings. Use due caa�e in placing
construction tools, equipza�ent, excavated materials, and pipeline materials and
sUpplies in order to avoid damage ta property and iratexference with traffc, Do not
enter any priwate property outside the designated construction easexnent boundaries.
3181 �06 �� �� �-,2
City of Fort Worth SUMMARY OF WORK
Wesi Side N Project — Pump Station
1.$ NOTICES TO OWNERS AND AUTHORITIES OF PROPERT'IES ADJACENT TO
THE WORK
A. Provid� 24 hours prior notice to owners af adjacent property and utilities when
prosecution of the Work may affect them.
B. When it is necessary to temporarily obstruct access to property, or when any utility
service connectican must be interrupted, give notices sufficiently in advance to enable
the affected pErsons ta provide for theix needs. Conforra� notices to any applicable
lacal ordinance and, whethez' delivered orally or in writing, include apprapriate
information concerning ihe interruption and instructions on ho'w to limit
inconvenience caused thereby.
C. Utilities and other concerned a�encies shall be notified at least �� haurs prior to
cutting or clasing streets ar other traffic areas or excavating near underground
utilities or pale lines.
1.9 SALVAGE OF EQUIPMENT AND MATERIALS,
A. Existing equipment and �aterials xemoved, and not shown or speciiied to be reused
as a part of the Work, shall become CONTRACTOR's praperty.
B. Existing equipment and materials removed by CONTR.ACTOR sha11 not be reused in
the Work except w�ere so specifed or indicated.
C. CONTR.ACTOR shall carefully rezx�ove, in a manner to prevent damage, all
equipment and materials specifzed or indicated to be salvaged and reused or to
remain the property of OWNER. Store and protect salvaged items specified or
indicated to be reused in �e Work. Replace in kind or wit� new items any items
damaged in removal, storage, ax handling through caxelessness or irziproper
proce�ures.
PART 2 - PRODi7CTS {Not Usedl
PART 3 - EXECUTION {Not Usedl
+ + END OF SECTION + +
3181006 �1��Q-3
� City of Fort Worth USE OF OWNER' S FACILIT]ES
. West Side �V Project — Pump Station
SECTION Olpl l
USE OF OWNER'S FAC]LTTIES
PART 1 - GENERAL
1.1 USE OF PREN�SES
�iA. Limit use of premises to Work in areas indicated on the Contract Drawings. Do not
disturb portions of Site beyond areas in which Work is indicated.
�I�
1. Dziveways and Entrances: At all times, keep driveways and entrances serving
premises elear and available to OWNER, OWNER's ernployees, and
emergency vehicles. Do not use these areas forparking �r storage of mater�als.
a. Schedule deliveries to minimize use of dz-iveways and entrances.
b. Schedule deliveries to minimize space and time requirements far an-site
storage of material5 and equipme:nt.
��
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
+ + END OF SECTrON + +
�,�
��
,1
�
3I810i)6
01011-1
� City of Fort Warth SCHEDULE OF COMPLET'ION
West Side 1V Project—Purnp Station
SECTION 01015
SCHEDULE OF COMPLETION
PART1-GENERAL
1.1 WORK 5L]MMARY
'' A. CONTRACTOR is responsibie for determining means and methads to
complete the Work.
� 5ubstanti al Com�leti on — The following Wark shall be completed for the R7axk
to be considered Substantially Complete:
� Pump Station construction carnplete.
��nstallatian of pumps, pzpirag and associated equipment complete.
� Surge vault construction complete.
� Installation of yard piping and valves.
� Demo7ition of existing faciliiies, equipment, piping and assaeiated items as
shown.
E � Installataon of new SCADA equipment.
� Replacement of the existing check valves an. the in�et and th� autlet of the 5
; ' MG existing reservoir.
� o Extension of the operatoz- located in the existing valve vauIt going into the
existing ground starage tank to the top of the vault complete with a new
� electric operator.
� � Installation of the corz'osion monitaring system.
� Site lighting installed.
� � Fencing installed. ,
� 5idewal%/enterancelaccess drive installed.
� Any other work z-equiz'ed and necessary for the pump statian. to be operated
as intended.
� Pre�iminary O&M manua�s
Final Completion - The following Work shall be compieted by Final
Completian in addition to khe VVork completed by Substantial Completion:
� Final grading and Iandscaping.
� Minvr punch-li�t Work.
� Site cIeanup and dernobi�ization.
318100b
01015-1
�
City of Fort Warth SCHEDULE OF COMPLETIQN
West Szde IV Project — Pump Station
� Delivery of aIl shap drawings, final O&M manual�, sur�ey data and
construction record drawings.
B. CONTRACTOR shall s�quence Work in accordance with Section 01020.
PART 2 -- PRODUCTS (NOT USED}
PART 3 — EXECUTION {N�T USED)
f+ END OF SECTIQN ++
3161006 01� 1 �--�
City of Fort Warth MAINTENANCE OF 1'LANT OPERATIONS
West Side N Project — Pump 5tation AND SEQUENCE QF WORK
SECTION 01020
MAINTENANCE OF PLANT OPER.ATIONS
AND SEQUENCE OF WORK
PART 1 - GENERAL
1.1 D�SCRIPTION
A. The City of Fort Warth's West Side III water system is required to provide a
cantinuous supply af drinking water to consumers. 'TYke intent of this Section is to
h�v� the CON'TRACTOR perf�rm the Woz-k in such a manner that continuous,
uninterrupted service of the drinking water, and all essential services and facilities,
are maintained operational throughout the construction period.
B. Except for the scheduled shutdowns specified in this S�ction, the existing facilities
wi11 be maintained in continuaus satisfactory operation by #he OVVNER during the
entire canstruction period. Work shall be scheduled and conducted by the
C�NTRACTOR such that ihe Work will not impede operation, create potential
�azards to opera#ing equipment and person�el, reduce the quality of the water or
create other nuisances. In performing the Work shown and specified, the
CONTRACTOR shail plan, schedule, and sequence the Work to mee� alX constraints
autlined in thi5 Section� and facility operating requirements.
C. Work nat specifical�y covered in the paragraphs which follow may, in general, lae
done at anytime dUring the Contract period, subject ta the aperating requirements
outlined in this Section. All references to days in this Section are consecutive
calendar days.
D. The CONTRACTOR is advised that Work in muliip]E areas of the facility musf be
performed simulfaneausly �n order to camplete the entire scope of Conkrac# Wark
wrthin the allotted Contract time, and with a minimum of dXsruption to facility
opezations.
E. The CONTRACTOR has the option ofprnviding additianal temporary facilities that
can eliminate a constraint, provided it is done without additional cost to the QWNER,
and provided that all requirement� of the Contract Docurz�ents are fulfilled. Any such
additional temporary or alternative facilities the C�NTRACTOR believes can
eliminate a constraint shall be subrr�ztted to the ENGTNEER and OWNER for review.
The OWNER'S determinationregarding the suitability ofanyproposal shall be final.
3181006 41020-1
Ci#y of Fort Worth
West Side N Project — Pump Sta�ion
1WIAINTENANCE OF PL.ANT OPER.ATIONS
AND SEQUENCE OF WORK
F. CONTRACTUR shall nat skaut off or disconnect any operating system of the Facility.
All Facility equipmEnt operations and shutdowns shall be executed by the OWNER.
CONTRACTQR shall seal OWNER operated gates, vaZves, and piping to prevent
and controllEakage as required by CONTRACTOR to perform the Work.
G. This Sectian af the �pecifications contains references ta equipzx�ent, piping, material
and appurtenances to be removed. CONTRACTOR shall also refer ta the Cantract
Drawings, to Section 02�SQ, De�rzlolition, and other appIicable Sections, For definition
of #he equipment, piping, material an$ appurtenances to be removed and turned over
to the OWNER and stored on site, or to becorne the praperty o�the CONTRACTOR
and reznoved from the site.
H. To maintain continuous facility operation during constxuction, a Maintenaz�ce of
Facality Dperatians (M�PO) Schedule shall be provided by the CONTR.ACTOR
prior to commencing the Work. The schedule shali outline the order of Wark to be
com�leted and duration times in arder to maintain aperatian of the Facility. The
Pragress Schedule required in Section OI310, Progress Schedule, shall be used to
meet the MOPO Schedule requirement. The MOPO schedule shall be prepared in a
format consistent with the requirements of Section Ol 310, Progress Schedule, and the
requirements included herein.
1.2 GENERAL CONSTRATNTS
A. The operational status of new andlar existing units, other than units specifically
designated in the Cantract Docurr�ents, shall not be interrupted by CONTRA.CTOR
except during the specified time periods. New units may only be used aft�r the
specified testing is eompleted and the unit� are accepted for use by the ENGINEER.
B. The following eonstraints shall be applied to all equipment and appurtenant utility
systems at the �ite.
1. Load limits on Access Roac�s: Existing and ne�r un$erground facilities such as
�lectrical duct banks, pipelines, etc., in, under and crossing acce�s roads hav�
been designed for a maximum wheelload of AASHTO H-20. CONTRACTOR
shall not exceed this weight Iimit.
2. Access to Site: An unobstrizcted tra�fic route through a designated site gate must
be maintained at all times.
3. Personnel Access: City and. othex personnel must have access to all areas, which
remain in operation throughout the construction period.
4. Safety Barriers: CONTRACTOR shaIl place safety barriers around work areas.
5. Potable Watez' System: The existing potable water system shall be kept in
aperation at all times,
6, Storm drainage; Storm drainage on the site shali be operational at aIl times.
3rstoo6 01020-2
City o�Fort Worth MAINTENANCE OF PLANT OPER.ATTONS
West Side N Project — Pump Station AND SEQUENCE OF WORK
7. Power, Light and Communication Systems: Electric power, tighting service and
communicatian systems shall be maintained in uninterrupted operation in a11
areas.
8. Sunc�p Pumps and Sumps: All existing sumps shall be rnaintained in an operable
condition w�th either existing purnps or temporary pumps provided by the
C�NTRACTOR.
9. Power and Conirols: Interiin power and controls shall be pravided by the
GONTRACTOR as required by the construction sequence and as directed by the
ENGINEER.
10. Draining Process Pipes and Conduits:
a. Unless otherwise specified, the contents of pipes and conduits un�ergfling
rnodifications shall be transfezxed #o the starm s�wer drain system using
hoses, pipir�g, or pumps, if hydraulic condiiions so require them.
b. If a drain is not available on the pipe to be drained, then a wet tap shall bc
made by the CONTR.ACTOR using a tapping saddle and valve approved by
the ENGINEER. No uncontrolled spillage of a pipe's contents wi11 be
allowed.
11. Dead End Va�ves or Pipe: CONTRACTOR sha11 provide blind flanges on ail
valves or pipes, which dead-end a Iine on a temporary or pern�anent basis.
Blind flanges shall be braced and blocked as required or as directed by the
� ENGINEER.
� 1.3 SHUTDOWNS
' A. General:
1. A shutdown shall be defined as a poriiQn of the nazmal operation of a facility
unit that has to be suspended or taken out of service in order to perform the
� specified Work. For each shutdovtirn, CONTRACTOR shall compile an
inventary of labor and nnaterials required to perform tasks, an estimate of the
time required, and a written description of steps required to complete all tasks.
. The inventory, the estimate, and written procedures shall be submitted to the
ENGINEER for review 45 calendar days prior to the proposed start date of the
i shutdown. CONTRACTOR shall also request, in writin.g frorn the ENGINEER,
. approval for each shutdown a minimum af 14 calendar days prior ta the
proposed sl�ut�own c�ate. No shutdown shall be initiated until the inventory oF
I matez-ial and Iabor is verified by the ENGINEER on site at least one week prior
ta the progosed start da�e.
2. The Work requiz-ed hexein and any ather Work required by the ENGINEER that
� may interrupt the narmal facility operations shall be accomplished at such times
that wil� be convenient to the OWNER.
3. CONTI�CTOR sha11 arso have on hand and Iocated in close proximity to the
Work area, a11 toals, equipz�nez�t, spare parts and materials, both temporary and
318 k OU6 � 1020-3
City of Fort Wortl�
West Side N Project -- Pump Station
4.
5.
MAINTENANCE OF PLANT OPERATIONS
AND SEQUENCE QF WORK
permanent, necessary to complete each Work category wvithout interruption.
Adequate numbers of personnel shall be scheduled for each shutdown, so that
the Work shall be aecomplished �vithin the specified time frame. Prefabricatian
of a11 piping and other assemblies shall be completed, to the greatest degree
passible, prior io any shutdowns. The ENGINEER sha11 be satisf e� that
CONTRACTOR has complied with these zequzrements, to the fullest extent
possible, before sh�tdowns will be authorized.
If CONTRACTOR' S proc�dures cause an unscheduled shutdown of the
faciiities, the CONTRACTOR shaIl perform Work as necessary to immediately
reestab�ish satisfactory operation. CaNTRACTOR s�all noti�y the
ENGINEER, in writing, immediately flf any unscheduled shutdown.
CONTRACTOR shall permit OWNER'S personnel to work with
CONTRACT�R'S persannel, as required, ta maintain the facility in continuous
satisfactory operation. Fines Iewied by the U.S. Environmental Protection
Agency or the Texas Naiural Resource Conservation Commission shall be the
xesponsibility of CONTRACTOR if it is dema�strated that CONTRACTOR
was negligent in his Work or did not exercise proper precautions in the conduct
of his Work. AIl costs incurred by the OWNER including overtime pay far City
persannel due to unscheduled shutdowns sha11 be the responsibilify of the
CONTRACTOR.
The scheduled shutdowns during the period of CON'1 �t�1CTOR' S Work will be
shown in the MOPO Sehedule at the end of this Section. All Work requiring
the �'acilities to be out-o� seivice shall be performed during the scheduled
shutdowns shawn. �i should be noted facility staff shall continue to perfortn
administxative, operation and maintenance fi.�nctians duriz�g shutdowns.
B. Shutdowns of Electrical Systems: CONTRACTOR shall lock out and tag circuit
breakez's and switches operated by the �WNER and sha11 check cables and wxres to
be sure that they are de-energized to ground potential befare Work begins. Upon
comple#ion af the Work, CONTRACTOR shall remove the loc�s and tags and notify
the ENGINEER that the �'acilities are a�ailable for use.
1.4 STARTUPS
A. All equipment, electrical gear, and proces� startups shall be scheduled for Manday
thru Thursday. No startups wiil be permitted on Fric�ay, Saturday, or �unday.
1.5 OVERTIME
A. CONTRACTOR shall submit an overtime request and overtima schedule for
approval by the OV�NER. CONTRACTOR shall pay the overtime costs for the
ENGINEER's Project Representative present during alI avertizn.e work.
3�sroa6 Q1020-4
City o£Fort Worth
West 5ide N Project—Pump Station
MAINTENANCE OF PLANT OPERATIONS
AND SEQUENCE OF WORK
S. All overtime Work by CONTRACTOR necessazy to conforrn to the requirements o�
this Section and related Sections shall be perfonned by CONTRACTOR at na cost tp
the OWNER. CONTR.ACTOR sha11 make z�o c�airns for extra compensation as a
result thereo£ CONTRACTOR will be responsible for overtime hours as a result of
working outside of specified working hours.
1.6 MAINTENANCE OF FACILITY OPERATIONS SCHEDULE AND SEOUENCE,
�F WORK
A. To maintain a continuous facility operation during constructian, a Maintenance of
Facility Operations (MOPO) Schedule Sequence of the Work is included at the end
of this Secfion. The schedule is subciivided inta the following caiegories:
1. Pump Station and Vault�: MOPOs associated with construction af the new �aults
, and pump station.
2. Yard Pit�in� and Demolition: MOPOs associated with installation ofnew piping
' and tie-ins to existing piping. MOP�s associated with demolition ac#ivities.
3. Electrical Svstenn: M�POs associated vvith, construction, installation, and
modifications to the elec�rical system throughout the site and facilities.
B. Within each MOPO items p�-ocedural steps, time and scheduling canstraints and
milestone dates may be o�ttlined and are intended ta assist CONTRACTOR in
developing a sequence of Work and timing in arder to maintain continuous operatiQn
of the faci�ity. The commencement of Work in any specifac work are� may occur
simultaneously provided it meets the cons�raints outlined in th� MOPD schedule.
: j C. CONTRACTOR sha11 develop a detailed description of �he coxnplete sequence of
,� construction far a11 the MOPO events confained herein. The sequences sha11 be
submitted to the ENGINEER for revie�v and appraval thirty {34) days following the
� Notice to Proceed.
D. T'l�e procedures contained herein were developed bas�d upon a�ailab�e information.
This Iist does n.o� address all required tie-ins, but only those anticipated to be of
significant impact to facility aperations.
E. CONTRACTOR is requixed to make all tie-ins, cannections, and replacements
necessary to perform the Work.
PART 2 T (NOT USED)
PART 3 � (NOT USED}
+ + END OF SECTIDN + +
3, g, oo� a i aao-s
City of Fort Warth
West Side IV Proj�ct - Pump Station
�.4D PLTNIDP S'�A'II'I�N ANIIa i�A�Tb,7CS
I.i.�M[ P�OC]ES5 iIIVTTS P1T(��CSS QiNii'S �FJT'-
��. L'I'E11�I DES�R�'I'IOlri �PEIRA7C�fG Pd21QR fD�'-SERVdC�, i7ULi.IIPT�
TO S��]'!['@OWN S�[[FJ['�OWN
Consizuct New Pump
1 A1 Station, Surge Vault, and Existing 5torage Tank
VaIve Vavlt �'d �ooster SEation
None
1'R���ID�II21E
M[AINTIENANC]E OF PLANT O�ERATIONS
C011STRAAV'I'� AND 1�MAIRICS
I�iTRA,Ti I�N O]F
SH[Y1']['DOW'N
The pymp station must be s�bstcmtially
camplete arrd in satisfaetory operation
(able to pump water) no later thma
Qctober 1, 2003. Demalirior� warkfor
I. ConstrucE new pump sEation and vaults the �risting bonster pump srntion may
and associated work (i.e. mechanical, HV, nol6egin until the new pump starion and
plamhinp� 4o provide complete and all associated items are rn sa�sfacfory
operation�I facilities. operation.F1'nwever, the exrsting vault
cmd associated 30"piping to &e
demalished must be rernoved irs
conjunetion wrth the construetian of the
new prtmp statiore and piping.
Not Applicable
3i81006 01020
c��y ofFart wortn ivIAIN�ENANC]E 4�' P]LAN�` �PERA'�'IONS
West Side N Praject- �'ump Station
2.0 iTAIiID �PIpIN� AN� D�11�ID�I'�'�(�N
1[71'lEiVt PAQCESS YTNi2'S FItOC�SS UNI'I'S 0�75
N�. ]�PCM D�SCRTPI'I�N OF�RA'I'IlVG �E�iOIli O�F-S�V�[CE Di7IliII1�� PIiOC�DIIJTiiE
�'� SH[!T�'ID�WN S�Ti[TJCD�WN
Remave ertisting vault Existiug BoosEer Pump I. Ramove concrets vault, structure
2.01 None o�[y; maintain existing pipuag 8nd
struetu� Sta#ion and Storage Tanl€
valve; keep valve closed.
1. Shut down a11 fiow to and drain the
existing storage fank
2. Remove seetipn oi3U" piping and
exasteng 30" vaEve {from �ault
demolished in I#em 2.01).
CONS'�'ItAIIN'II'S A.NDD AIEM[ARL{4
Maintain 5ervice.
�QJRATION OF
S]EIIIJ'd'ID�WN
Nat Rppl�cable
3. Insta1130" arid 36" pipe with tee. Field verify measurements prior ta
Install Cannection "A" an.d Plug tee far connection W p�mp sEation installation. Complete after 8��u� during perind of iow
2,p2 new tank inlet aad ouflet ��sting Booster Pump Existing Boaster Pump �
Station and $tprage Tank Sfstion and Storage Tank suction header whe� camplete. comptetion of Item 2.01, Perform flow)
valves Item 2.02 between I�Fovem6er and
• February.
2.03 Install Yard Piping Existing Booster Pump None
Statiott and S6orage Tank
3181006
4. InstaEi new check rraive CV-1 at tank
ouflet and new BFV-D4 and checic
val�e CV 2 at tank iRlet
5. Test and disinfect piping.
6. 1'[ace e�cisting faci[ities hack into
service.
1. Install piping up to fina] conneetion Yard piping work must be concurrent
points (tie-ins m existing piping). with new pump station construction.
2. U�plug tee at cannection "A° and
conneet to pump station s►�ction header.
3. Test and disinfect p'rping.
01020
Not Appiicahle
���
_ .I,�o��,�4 _ �r�
.�es� 5��� � � ��,l�a�'��
�,.6
������
�,�nc�s
O1.Q2a
��g�.006
T �pE����S
���� �F P��
�z�
��
�
��� S�ox9.
.��.�. t . g,��
�1� �� e �� ������ �
�1���'Sl����� s����
3 � ��' pR�
�,�$�pQ6
, �g�����15
. �� �� g���
1����A�
/
p�t}2�
City af Fort Worth MEASiJREMENT AND PAYMENT
West Side N Project — Pump Station
SECTION 01025
MEASUREMENT AND PAYMENT
PART 1 - GENERAL
1.1 DES CRIPTION
,�
A. The iterns lzsted below beginning with ArticIe 1.3, re%z' to and are the same pay
� items listed in the Bid Form. They constitute all af the pay icems for the completion
' of the Work. �To direct or separate payrnent will be made for pro�iding
rniscellaneous temporazy or accessory works, plant, services, CONTRACTOR'S or
ENGINEER'S field offices, layout surveys, signs, sanitary requirements, testing,
� safety d�vices, approval and recoxd dra�ings, water supplies, power, maintaining
traffic, removal of waste, watchm�n, bonds, insurance, and all otherrequirements of
� the General Provzsians and Requirements, Supplementary Conditions, and the
General Requirements. Compensation for all such services, things and materials
shall be included �n the prices stipulated for the Iump sum and unit pr�ce pay items
Iisted herein.
B. Each Iunrip sum and unit bid price will be deemed ta inc2ude an amount considered
by C�NTRACTOR to be adequate to cover CONTRACTOIt'S overhead, pxofit,
mobilizatianldernobilization, bands and insurance costs for each separately identified
item.
1.2 RELATED PROV`ISIONS
A. Payments to CONTRACTOR: Refer to General Pror�isions and Requirements.
B. Changes in Contract Pr�ce: Refer to General Provisions and Requirernents.
C. Schedule of Values: Refer to Section d1026.
1.3 PAY ITEM5
A. Measurement and Payment: The iump sum payment will be full compensation far
eompletiz�g the Work, as shown on the Drawings and speci�ed under Divisians 1
through 1b, and as outlined in the fallowing pay items:
3181046 01025-�
City af Fort Warth MEASiTREMENT AND PAYMENT
West Sade IV Project - Pump Station
Item 1.1 - General Construction: The lump sum payment for Item 1 will be fulI
corr�pensation for completing the Work, as shflwn and specified uzader Divisions 1
through 16, excl�iding work covered by the z'emaining pay iterns:
Ttem 2- 5ite Work: see items 2.1 through 2.4.
Item 2.1- Landscapin�: Payment for landscaping sha11 include full compensation for
materials and installation of seeding and final grading, including any ather items not
co�vered by the remaining pay items.
Jtem 2.2 -� Fencin �: Payment foz fencing shall include full compensation for materials
and installation of fencework, fence posts, entrance gates and associated accessaries;
and all othez items ��r a complete fencing systezn, including any other ite3ns not
covered by the remaining pay items.
rtern 2.3A� -Yard Pipin�, Pi�in� Connections iWaterPine); Payment forPrestressed
Concrete Pressure underground piping, connections, valving shall include full
compensation for dewatering, trenching, bedding, piping, anchorages, joinang, joint
bonding, laying, and backfilling; sheeting, piling, andlor shoring (not covered by
ather items); pipe connections (tie-ins) to existing piping; pressure and leakage
testing; traffic control; excavatron and back�lling; and aIl other items fnr complete
installation of the piping, including any ather items not covered by the remaining pay
items.
Itern 2.3B* - Yard Pit�in�, Pi�in� Conn�ctions (Water Pine): Payment for ducti�e iron
underground pi�ing, and cannections, sha11 include �u]1 compensation for aewatering,
trenching, beddin�, piping, anchorages, joining, joint bonding, laying, and
backfilling; sheeting, piling, and/or shoring (not covered by other items); pipe
connections (tie-ins} to existing piping; pressure and leakage testing; traffic control;
exca�atzon and backfilling; and a11 other items for complete installatian of Yk'ie piping,
including any other atems not covered by the remaining pay items.
* Contractor must enter the an�ount for one item only.
Tte7n 2.4 - Yard PiAin�, Pinin� Connections (Sewa�e Pine�: Payment for PVC
underground piping, connectians, and valving shall includ� fulI compensat�on far
aewatering, trenching, bedding, piping, a�chorages, joining, jaint bonding, laying,
and backfiIling; sheeting, piling, and/or shoxinrg (not covered by othex items); pipe
connections {tie-ins) to existing manhole; pressure and leakage testing; traffic
control; exca�atinn and backfilling; and a11 other items for complete installation of
the piping, including any other iterns not covered by t�e remaining pay items.
3181006 o i p25-z
City of Fort Worth MEASTJREMENT AND PAYMENfT
West Side N Project — Pump Stati�on
Ttem 2.5 - Yard PiAin� �alves (Water Pipe}; payment for valving shall inelude full
compensation for dewatering, trenching, bedding, piping, anchorages, jaining, joint
bonding, laying, and back�'illing; sheeting, piling, andlar shoring (not covered by
other items); pipe connectians {tie-ins) to existing piping; pressure and leakage
� testing; traffic contral; excavation and backfilling; and all other items for corraplete
installation of the valving, including any other items not covered by the reznaining
�
pay items.
Ttem 3— Purnp Station Buildin�: see items 3.1 through 3.3.
Ttem 3.1— Sunerstructure: Payment for superstructure shall include full compensat'ron
far materials and construction af pump station superstructure, surge vault and valve
vault; and all other items for camplete superstructure construction, including any
� at�er item not covered by the remaining pay items.
• Itern 3.2 — Foundation: Payment far foundatia� shall inc]ude fu11 compensation for
. materials and installation; excavation and backfillingnot included in other itezns; and
all other items far a complete foundation system installation, including any atl�er item
� not covered by the remaining pay items.
Item 3.3 --Heatin�. Ventilation and Plumbin�: Payment for heatin�, �entilation and
plumbing shall include full compensation for materials and installation af air units,
ductwor�, louvers, space heaters, and other ventilation equipment; testing; and any
woz-k required far completing the heating and ventzlatian syst�rn, drains, drainage
system piping, restroona fixtures and piping, supp�ypiping; testing; cleaning; and any
work required for camp�eting the plumbing; and any other items not covered by the
remaining pay items.
Item 4— Mechanical: see items 4�.1 through 4.4.
Item 4.1 — Horizontal SpIi�-Case Centrifu�a� Pumps: Payment for pumps shall
incIude full compensation for �aterials and instaIlation of pumps, motors and all
associated equipnnent and accessories; testing; and any other items not cavered by the
remaining pay items.
Item �.2 — Tnterior Pum� Station Pipin�. Payment for piping shall include full
compensation for piping, anchorages, joining, joint bonding, setting, and support (not
covered by oth.er items); pressure and leakage testing; and a11 other items for
complete installatian of the piping, ir�cl�ding any ather items not covered by the
rernaining pay items.
Item 4.3 --PuxnA Station Butterflv Valves: Payment for butterfiy valves shall include
full cor�apensation for valve, operators, and installation; and aII other items far a
3�s�oo� 01025-3
City of Fort Worth MEASUREMENT AND PAYMENT
West Sid� N Project — Pump Statian
complete and functional valve instal�ation, including any other items not covered by
the remaining pay items.
Item 4.4 — Tilted-Disc Check Valves: Payment for check valves sha11 include full
campensation for valves and instaIlation; and all other items for a complete and
functional valve installation, including any other items not covered by the remaining
pay items.
hem 4.5 - Existin� Vault Eauit�ment ReAlacements: Payment for replacement af
existing check valves and existing 3p" butte��y valve and electric operator shall
include full compensation for instailatian; and alI other items for a complete and
functionaI valve insta11at2ons, including any other items not covered by the remaining
pay itezx�s.
Item 4.b — Sur�e Relief VaIve Svstem: Payment for abo�e ground piping (an the
surge vauJt), connections, and valving including surge va��e and isolation �alves,
surnp pump with valves and piping and associated accessories and all other items for
a complete surge relief system, including any other items not covered by the
remaining pay iterns.
rtem 4.7 — Cathodic Protection Monitorin� Svstem: Payment for underground pipe
cathodic pratection monitoring system shal� include full compensation for pipe joint
bandarag, cantinuity testing and test stations, including any ather items covered bythe
remaining pay iterns.
Item 5— E�ectrical and Tnstrumentation: se� items 5.1 through 5.5.
Ttem S. ]. - Electrical: Payment for el�ctrical work shall include full compensation for
mate�rials and 'rnstallation af wiring, co�duit, duct banks, connections, and interior
lighting; testing; modifications to existing; and any work required for completing the
electz�ical; and any other items not covered by the rennainirag pay items.
Item 5.2 — Site Li �htin�: Payment for site ]ighting shall includa full compensation far
materials and installatian af lighting; ar�d all other items far complete lighting
system, including any other items not covered by the remaining pay items.
Ttem 5.3 -- Instrumentation and Controls: Payment for instrumentation and controls
shall include full compensation for materials and anstal�ation of instrument devices;
testing; panels; and any work requix�d for completirag the instrumentation and
controls; and any other items not covered by the rerr�aining pay items.
Item 5.4 — Flow Measurement Instrumentation: 1'ayment for flow measurement
instrumentation shalI include full compensation far materia]s and installaiion of flow
3181006 01425-4
City of Fort Worth MEASUREMENT AND PAYMENT
West Szde YV Project — Pump Station
measurement device (�enturi); testing; and any other items not covered by the
remaining pay items.
Item 5.5 — Allowance for HSO Work: Payment for wor�C as designated in the
specifications to be performed by HSQ, shall include full cornpensatYon far rnaterials
and instal�atian of any wor� required for comp�eting th� specified work.
PART 2 - PRODLTCTS (NOT USED}
PART 3 - EXECUTJON (NOT USED)
+ + EhTD OF SECTION + +
31 B 1006 01025-5
City af Fort Worth SCHEDULE OF VALUES
West Side N Project—Pump Station
SECTION 01026
SCHEDULE DF VALUES
PART 1 - GENERAL
1.� DESCRIPTrON
A. The Schedule of Values is an itemized list that establishes the value or cost of each
part af the Work. Tt shall be used as the 6asis for preparing progress payments and
may be used as a basis for negotiations concerning additional work or credits which
may arise during the construction. Quantities and unit prices shall he included in the
schedule when approved by or required by the ENGINEER.
1.2 PREPARATION
A. Sehedule of Values shall be prepared on 8-112-inch by 11-inch white paper.
B. Identify Schedule with:
1. Title of Project and ]ocation.
2. Contract or Project Number.
3. CONTRACTOR's name and address.
4. Date of SubmittaI.
C. Use Table of Contents of the Specifieations as basis fox Schedule format and identify
each item with number and title in the Table of Contents. List sub-items of major
products ar systems as appropriate or when requested by ENGINEER.
D. Schedule shall show a breakdown of labor, arraaterials, eqUipment and other costs used
in preparation o� ihe Bid.
E. Costs shall be in sufficient detail ta indicate separaie amaunts for each Section of the
Specifications.
F. Each item shall include a directly proportional amount af CONTRACTOR's
overhead and profit.
G. For items on which pragress payments will be requ�sted for stared materials, break
the �alues down inta:
1, Value of materials delivered and unloaded.
2. Total installed �alue.
3is�on6 01026-1
City of Fart Worth SCHEDULE �F VALiTES
West Side N Project — Pu�p Station
H. CONTRACTOR may incIude an �tem for band, insurance, temparary faeilities and
job mobiIizatian. This item will be included for payment at a rate of 50 percent per
month for the first tu�o months of the Project.
I. ThE sum of the individual values shown on the Schedule of Values must equal the
total Contract Price.
J. When requested by EIVGINEER, support values with data tHat will substantiate their
carrectness.
1.3 SUBMITTAL
A. Submit Schedule of VaJues to ENGINEER for approval at least 20 days priar to
submitting first application for a progress payment. Refer to Section 0�.34Q fax
number af copi�s and further distribution. After review by ENGINEER, revise and
resubmit Schedule as required until it is approved. No application for grogress
payment will be pracessed until the Schedule of VaIues is approved by th�
ENGINEER.
PART 2 - PRODUCTS (Not Used)
PART 3- EXECUTTON fNot Used)
+ + END OF SECTIQN + +
3�a�ao� 0102G-2
City of Fort Worth PROJ�CT COORDINATIQN
West Side N Project — Pump 5tation
SECTTON 0 ] 040
PROJECT COORDINATION
PART 1 - GENERAL
1.1 SCOPE
� A. CONTRACT4R shal] be solely responsib]e for coordination of all of the Work. He
� shal] supervise, direct and cooperate fully with all Subeqntractars, rr�anufacturers,
� fabricaiors, suppliers, distributors, instalJers, tescang agencies, and all others who�e
services, materials ar equipment are required to assure completion of the Work
� � within the Contract Time.
B. CONTRACTOR shail cooperate with, and coordin�te Work with the work of any
other contractor, uti�ity service company or �WI�TER's employees performing
additional wo�•k related to the Project at the site. Coardination shall include 48 hours
prior written notice submitted to the any other contractor, utility service company or
OWNER performing additional work related to the Project at the site.
C. CONTRACTOR shall not be responsible for damage done by contractars not undez
his jurisdiction. He will not be liable for any such ]oss or damage unl�ss it is through
the negligence af CONTRACTOR.
D. CONTRACTOR shall a�so coordinate his Work with the work af others to assure
compliance with, schedules.
E. CONTRACTOR sha]l attend and participate in all project coardination or pragress
meetings and report on the progress of all Work and cornpliance with schedules.
PART 2 - PR4DUCTS (NOT USED)
PART 3 - EXECUT�ON (NOT USED)
+ + END OF SECTION + +
3,&,� oio�o-�
City Of Fort Worth FIELD ENGINEERING
West Side N Praject — Pump Station
SEC�ION 01050
FIELD ENGINEERING
PART 1 — GENEI�AL
1.1 GENERAL
A. ENGINEER has established at least three benchrnarks for use by CONTRACTOR,
as shown on the Drawizags.
�
I B. CONTRACTOR shali:
1. Provide civi], structuzaI or other pro�esszanal engineering services specified, or
� required to execute CONTRACTOR'S constxuction methods.
I 2. Develop and make all detail surveys and measurernents needed for construction
including slape stakes, batter baards, piling ]ay�uts and all oth�r working lines,
� elevations and cut sheets.
` 3. Keep a transit and leveling instrument on the s�te at all times and a skilled
instrument man available whenever necessary for layot�t of the Wo�k.
� 4. Provide all material required for bench marks, control points, batter boards,
grade stakes, and nthex items.
5. Be solely responsible for a111ocations, dimensions and levels. No data other
. ihan written orders of the ENGTNEER shall �ustify departure from the
� dimensions and levels required by the Drawangs.
6. Safeguard all points, stalces, grade marks, rnonuments and bench rnarks made or
� established on the Work, re-estabIish same if disturbed and recti�y all Work
irr�properly installed because of not maintaining, not protecting or rernoving
without authorization such established points, stakes, marl�s and monuments.
; � 7. Whe�. z-equested by ENGINEER, provide sucn facilities and assistance as rnay
be necessary for ENGINEER to check line ar�d grade points placed by
- � CONTRACT�R.
I.2 CONTRACTOR'S FIELD ENGTNEER
A. CONTRACTOR shall empIoy and z'etain at the site of the Work a field engineer
capable of perfarnung all engineering tasks required of the�C�NTRA.CTOR. Tasks
included are:
1. Daily reports of Project activity to be submitted to the ENGINEER with all
pertinent information pertaining to the Praject as follows:
a. Numbers of emplayees;
b. Subcontractor emp2oyees,
c. Breakdar�+n of emp�oyees by trade,
d. Major equipment and nr�aterials installed,
3�a�oa6 01050-1
City of Fort Worth FIELD ENGIlVEERING
West Side IV Praject — Pump Statian
e. Major construction equipment utilized,
f. Location of all areas in which canstruction was done,
g. Materials and equipment received.
2. Pro�ide all surveying equipment required including transit, leve�, stakes and
required surveying accessories. A surveyor shall be employed by the
CONTRACTOR to locate all in-place facilities.
3. Furnish all required �ines and grades for construction operations. Ch�ck aIl
fornrawork, reinfarcing, inserts, structural ste�l, bolts, sleeves, piping, other
materials and equipment.
4. Maintain field office files and drawings, record dxawings, and coordinate
engineering ser�ices wath Subcontractors. Prepare layout and caordination
drawings for construction operati�ns.
5. Check and coordinate Work foz� conflicts and interferences and immediately
advise ENGINEER of all discrepancies noted.
6. Cooperate with ENGIlVEER in fie�d ir�spectians as required.
1.3 QUALI�77CATIONS OF SURtiTEYOR, SUPERVTS�R, AND/OR ENG]NEER
A. Field Supervisor shall be a qua�ified engineex, registered land surveyor, or
experienced construction supervisor acceptable to CONTRACTOR and OWNER,
1.4 RECORDS
A. Maintain a complete, accurate ?og of all control and sur�ey wark as it progresses.
1.5 SUBMTTTALS
A. Submit name and address of sur�epor or engineer to ENGINEER.
B. A Surveyar's R�part shall b� prepared and subraaitted to the ENG]NEER locating al�
the facilities ta be constructec! as part of the W�RK. The suz'veyor's report sha�l
include a ha�•d-copy and electranic file prepared in the Project Caordinate systems.
The locating survey shall be subrnitted to the ENGINEER �t least 14 days prior to
cammencing related Work.
C. �n request of ENGIlVEER, sul�mit documentation to verify accuracy af field
engineering woxk.
D. When requested by ENGlNEER, submit certificate signed by registered engineer or
suz'veyor certifying that ele�ations and Zocations of Work are in conformance vvith
Contract Dacuments. Explain all de�iations.
-� + END OF SECT��N + +
s�sxoo6 01050-2
City of Fort Worth REFERENCE STANDARDS
West Side N Project — Pump Station
SECTION 01091.
REFERENCE STANDARDS
PART 1 - GENERAL
1.1 SCOPE
A. When a reference standard is specified, comply with requirements and
recommendations stated in that stand�rd, except when they are modified by the
Contract Dacuments, oz' when app�icable ]aws, ordinances, rules, regulations or
codes establish stricter standards. The ]atest provisions of applicab�e standards
shall apply to the Work, unless otherwise specrfied. Reference standards include,
but are not necessar�Iy limited to, the following:
1. American Association of State Highway and Transportation O�ficials.
2. American Concrete Institute.
3. Amezacan Gear Ma�ufacturers Association.
4. American Institute of Steel Constsuction.
5. American Iron and Steel Institute.
b. Ameracan National Standaz'ds Institute.
7. American Society af Heating, Refrigerating and Air Conditio�ing Engineexs.
8. American Society of Mechanical Engineers.
9, American Society for Testing and Materials.
10. American Water Woxks Association.
11. American Welding Society.
12. Concrete Reinforcing Steel Institt�te.
13. Factory Mutual Association.
14. Tnstitute of Electricai and Electronics Engineers.
15. Natianal Electrical Manufacturer's Association.
16. Occugational Safety and Health Administration.
1i. National Fire Protection Assoc�ation.
18. Prestressed Concrete Institute.
19. Underwriters' Laboratories, Jnc.
20. AIl other applicable standards listed in the Specific.ations, and the standards
of utility service companies, where applicable.
PART 2- PRODUCTS lNOT USED)
PART 3 - EXECUTIDN (N�T USED}
+ + END OF SECT.ION + +
3181DQ6 Qi��i-i
City of Far[ Worth ABBREV]AT]ONS AND SYMB�LS
l�Vest Side IV Project — Pump Station
SECTION 01092
ABBREVIAT]ONS AND SYMBOLS
PART1-GENERAL
, . l.l ABBREVIATIONS
A. Comman abbreviations v�lhich may be found in the Specifications are:
alternating current
ante meridian
ampere
average
biochemical oxy�en
demand
brake horsepower
British thermal unit
Centigrade
company
cubic inch
cubic faat
cubic yard
cvbic feet per minute
cubic feet per secand
decibel
degree Centigrade (or
Celsius) (say}
degree Fahrenheit (say}
di ameter
c�zrect current
dol]ars
each
efficiency
%et
feet per hour
feet per minute
feet per second
a-c
am
A
avg
BOD
figure
flange
foot-pound
gallon
gallons pEr minute
gallons per second
gram
Hertz
hour
horsepower
inch
rnch--pound
inside daameter
kilovolt-ampere
kilowatt
kilowatt-hour
Yinear foot
liter
maxiznum
mercury
milligrarn
milligrams per liter
milliliter
m�i�limeter
miIlion gallan
million gallons per day
minimum
net pasitive suction head
Fig
flg
ft-Ib
��
ggm
bP�
�
�iz
hr
hp
in.
in.-Ib
id
kva
kw
kwhr
lin ft
1
ma7c
Hg
mg
mg/1
ml
rnna
�1
mgd
min
npsh
number
K�f:3[�I�.,�
bhp
Btu
C
Co
cu in
cu ft
cu yd
cfm
cfs
db
20 C
68 F
diam
(�-G
$
ea
eff
ft
f�h
fpm
fps
No.
01092-1
City of Fort Wo��th
West Side TV Praject — Pump Station
1Vational Pipe Threads
ounce
outside diameter
parts per million
post meri di em
paund
pounds per sguare foot
paunds per square inch
pounds per square inch
absolute
po�nds per square inch
gage
reva�utians per
minUte
second
specif�c gravity
square
square foot
squarc. anch
square yard
standard
standard cubic feet
per minute
total dynamic head
totally-enclosed-
fan-caoJed
vaIt
NPT
oz
od
ppm
pm
]b
psf
psi
psia
ps�g
rpm
sec
sp gr
sq
sq ft
sq in
sq ya
std
scfm
tdh
tefc
v
1,2 ORGANIZATION AB�3REVIATJONS
ABBREVIAT]ONS AND SYMBOLS
A. Abbreviations of or�an�zations wt�ich may be used an these 5pecifications are:
ACS
ACI
AGMA
AIChE
AISC
AISI
ANSI
APHA
ASTM
ASCE
ASME
American Chemical Society
American Concrete Institute
American Gear Manufacturers Association
American Institute of Chemieal Engineers
Amezican Institute of Steel Constructian
American Iron and Steel Institute
American National Standards Tnstitute
American Public Health Association
American Society for Testing and Materials
American Society of Civil Engineers
American Society of Mechanical Engineers
s r s i o06 0109�-�
City of Fort Worth ABBREV].�,TIONS AND SYMBOLS
West 5ide N Project — P�mp Station
ASHRAE American Society nf Heating, Refri�erating and
Air Canditioning Engineers
AWWA American Water Works Association
A��VS American Wel�ing Society
CRSI Concrete Reinforcing Stee] Institute
EPA Em�ironmentaj Proteciion Agency
FM Factory Mvtual
]EEE Tnstitute of Lleeta-ical and Electronic Engineers
ISO In�urance Services Of�ce
NAA]1�M �'atianal Association of Architectural Metal
ManUfacturers
]�'EC National Electric Code
NL-I��A �Tataanal Electricai A�anufacturers Association
NFPA I�Tationa] Fire Protectian Association
I�TSF National Sanitation Foundation
OSHA Occupational Safety and Health Adrninistration
PCI Precast Concrete Institute
SMACNA Sheet Metal and Air Conditioning National
Assaciation
SSPC St�el Structures Painting Counci]
UL Underwriters' Laboratories, Tnc.
USGS United States Geologica] Survey
USFHS United States P�b�ic Heaith Service
WWEMA Water and Wastev��ater Eguipment Manufacturers
Association
1.3 SYMBOLS
A. Refer to Drawings for symbols used on the Drawings.
PART 2- PRODUCTS fNOT USED}
PART 3 - EXECUTION (NOT USED}
+ + END OF SECTIQN + +
3 � sl 006 01092-3
City of Fort Worth PRECQNSTRUCTION CONFERENCE
West Side N Praject — Pump St�tion
SECTiON Q121D
PREGONSTRUCTION CONFERENCE
PART 1 - GENERAL
1.1 SCOPE
A. Date, Tirxie and Location: Conference wiIl be held after e�ecution of the Contract,
but before any Work is started at the Site. EN�INEER wi]1 fix the date, time and
location of the conference in accordance with the General Conditions.
B. ENGIlVEER will prepare agenda, preside at conference, record minutes to inciude
� significant proceedings and deeisions, and distribute the minutes to all parties in
attendance.
C. Unless previously submitted to ENGTNEER, CONTRACTOR shall bring to the
conference a prelaminary scheduIe of each of the following:
1. Progress Schedule, in accordance with Section 013 ].D.
` 2. Schedule of Values, in accordance with 5ection �1026.
D. CONTRACTOR shall provide any other data xequired, contribute appropriate items
for discussian, and be prepared to discuss all items on agenda.
1.2 REOUIRED ATTENDANCE
A. Conference shall be attended by CON'1'RACTOR's project manager, its
superintendent and its principal Subcontractars and Sugpliers as CONTRACTOR
deems apprapriate. Other attendees �ill be representatives of:
. . 1. OWNER
2. ENGINEER.
� 3. Governmental agencies ha�+ing any de�ree of control or responsibility, if
available.
�. Others as requested by OWNER, CONTRACTOR or ENGIlVEER.
� 3181006 ��2��-�
I
City of Fort Wort}�
West Side IV Praject — Pump Station
1.3 AGENDA
PRECONSTRUCTION CONFERENCE
A. The purpose of the conference is to designate responsible personnel and establish
warking relationships. Matters requiring eoordination will be discussed and
procedures forhandling such matters will be established. A complete agenda will be
furnished to CONTRACTOR priar to the conference date. However,
CONTRACTOR should be prepared to discuss all of the following:
1.
2.
3.
4.
5.
fi.
7.
8.
9.
10.
11,
12.
13.
14.
1�.
15.
Status af C�NTRACTOR's insurance {Copies of certificates foi
Subcontractors�.
Designation of respvnsible personnel.
Subcontractors. •
Coordination with oth�r eflntractors, if any.
CONTRACT�R°s preIiminary scI�edules {Canstruct�on Schedule).
Prpcessing tif Sh.op Drawings.
Schedule oi 5hop Drawings Submzttals.
Processing of requests for clarifications, Field Orders, Change Orders and
Applications �or Payxneni.
Requirements for copies of Contract Documents.
Schedule of Values.
Use of Site, oifice and storage areas, security, hausekeeping and OWNER's
needs.
CON i'RACTOR(S) responsibsiities for safety and first aid — Accident
Prevention/Safery Pragram.
Major equipment deli�ezaes, priorities, and purchase orders.
Critical work sequencing.
Scheduling of pre-submittaI conference(s),
Maintaining record doeuments.
PART 2- PRODUCTS fNot Usedl
PART 3 - EXECUTION (Nat Usedl
+ + END OF SECTION + +
31810Q6 aiala-a
City of Fort Worth
West Side N Project -- Purnp Station
SECTION 01300
SIJ�3MTI'TA1 �
PART 1 - GENERAL
1.1 DESCRTPTI�N
SUBNIlTTALS
A. Submittals of doeuments desc�ibed in ihe General Provisians �f the Standard
Specifications far Public Works Construction and hereinafter arE required prior to,
during and at the end of the construction periad. The submittals shall conform to the
requirements described in this Section and all referenced Sectians oz Articles.
1.2 PROCEDURE
A. Submittals within thirty (30) days after the effective date of the Agreement: Submit
the following iteans within t�iirty (30) days after the Effective Date of the Agreement.
Location of infornnation concerning eaeh subrnittal is referenced and a cnpy of each
required form is included with this Section.
1. Schedule of Values: Prepa�re and submit in accordance with Section 01026,
Schedule of Values.
2. Submittal Schedule: Prepare and submit schedule of a11 Shop Drawings in
accordance with 5ection 01340, Shap Drawing Procedures.
3. Construction Schedule: Prepare and subnnit in accordance with Section Q1310,
Construction Schedule.
4. Cash FIovw Schedule: Prepare and suhmit an anticipated cash �low schedu�e for
anticipated monthly �ayment over the duaration of the praject.
B. Subrr�ittals During Constr�ction; During progress of the construction, rnake the
folIowing submittals in a time�y nnanner to prevent any delay in the Work schedule:
1. L7gdates io Progress Schedule; Provide an assessmeni of Work progress in
relation to the Progress 5chedule in accardance with Sec�ion 01310, Canstruction
Schedule.
2. Shop Drawings, Prnduct Daia �nd Samples: Subznit St�op Drawings, groduct data
and samples in accordance with Section 0134d, Shop Drawing Procedures, and
as required in various Sections of the Speeifieations.
3. Progress Payments: Submit applications fflr partial payments.
�F. Request far Tnformatian: Subzzait a Request �or Information inc7uded in this,
Section when any of the failawing are requirad:
a. An interpretation of the Specifications
b. Additional details
3LS10D6 01300-1
City flf Fart Worth
West Side IV Project — Pump Station
SUBMITTALS
c. Information not shown, on the Drawings or in the 5pecifications; ar
cIarification of discrepanczes is needed.
The CONTRACTOR shall retain ane {1) copy, submit seven (7) cflpies ta the
ENGTNEER for respons�, and submit two (2} copies to the OWNER. The Cvvo (2}
copies submitted to the OWNER shall be delivered the same day as the seven (7}
copies submitted to the ENG]NEER.
S. Change Orders: Fai-ms shown in this Section. A proposal for a change ordez' may
be submitted by the C4NTRACTOR in accordance with the Standard
Specifications secdon. The Change OrderProposal included in this Section must
be in writing and must include sufficient information to assess the need for a
change in the VL1ark, the Contract time or the Contract arnount. Whenever tne
ENGINEER detiermines the need for a Change Order, the CONTRACTOR wiIl
receive an Initiator Change Order Request Form or Request for Proposal Form
included in this Sectinn. Upon receipt of an Trsitiator Change Order R�quest forna
or Request for ProposaI Form or when the CONTRACTOR deternunes the need
for a Change Order, the CONTRACTOR sY�all prepare and subznit three (3)
copies of a Change Order P�roposal. The Change Order Proposal must be
approved by the CONTRACTOR, ENGTNEER, and OWNER. Wt�en a Change
�rder Praposal is acceptable to the ENGINEER, a Change Order included in this
S�ction wiIl be prepared and executed. The CONTRACTOR rs nat authorized ta
begin Work on a Change Order until it is fully executed. Any Work done by the
C�NTRACT�R prior to execution of a Change �rder is entirely at the
CQNTRACTaR'S own risk.
b. CONTRACTOR'S Dai1y Report: Shown in this Section: Submit four {4} copies
af the CONTRACT�R'S Daily Report. The CONTRACTOR and each
Subcontractar shall prepare and submit a daily report on forms shown in this
Section. The report shall cantain, as a minimur�a, in%rmation on the Iocation and
descriptaon of the Work being perfflrmed, size, quantit� and description o�
materials and equiprnent installed or delivered, coordinatian or scheduling
concerns, requests for clarific�tions, and any disczepancies noted in the Contract
Doeuments, or on the as-bui�t conditions. The report shall also contain the
CONTRACTOR'S daily wox-kforce caunt by craft, general weather conditions,
any Work performed ather than dt�ring estabJzshed working hours, and any other
pertinent item� relative to the Work and as required by the ENGINEER. The
report is due at the ENGINEER' S office by 9:00 a.rn. on the following work day
and shall be signed by a responsible member of the CON'i'RACTOR'S staff.
7. Submittal Sehedule: Shown in this 5ection. Subxnit an updated Shop Drawing,
Pz-oduct Data and Sample Submittal Sch�dule witIa each Progress Payment
Request. Three updated Submittal Schedules sha21 be submitted with, each
month's Progr�ss Payment Request.
8. Operatian and Maintenance Manuals and Lesson Plans: Submit Equipment
Operation and Maintenance Manuals for approval by the ENGINEER within
318I dQ6 01300-2
City of Fort Worth
West Side IV Project — Pump Station
_ �; ur •
ninety (9Q) days after approval of Equiprr�ent Shap Drawing. 5ubmit Equiprnent
Training I.esson Plans for apgro�al by the ENGINEER thirty {30} days prior to
commencement af training. Submit Operation and Mairitenance Data and Lesson
Plans in accardance with Section 01730, Operation and Maintenance Data, and
Section 0173], Instruction ai Operations and Maintenance Personnel.
C. Submittals at Interim Compl�tian: Suhmit all Operations and Maintenance Data for
each atem of Work commissioned into operation at each interim completion date.
D. Subrruttals At Pzaject Closeout: With a written Notice of Compietion, submit the
fallowing items in the proper farm as a candition of Final Acceptance of tt�e Work:
1. Guarantees, Warranties and Bonds: Submit as rec�uired and ]isted in various
Sections of the Speciiications.
2. �pexations and Maintenance Data�: Submit all remaining product data and
manuals as specified in various Sections af the Specificakians priorto substantial
' completian.
- 3. Survey notes. '
• E. 5even {7} Attachments:
` 1. Schedule of VaIues.
2. Shop Drawings, Product Data and Sample Submittal Schedule.
� 3. Request for Change Order Proposal.
� 4 4. Change Order Proposal.
; 5. Change Order.
. 6. Request for �fazmation.
�I:
7. Cantractors Daily Construction Report.
PART 2- PRODUCTS [NOT USED)
PART 3- EXECUTI�N lNOT USED)
+ + END OF SECTION +
�rs�ood �130Q-3�
cxry of Fort worth
West 5ide N Project — Pump Station
1:uMr:i��
SCHEDUL� OF VALUES
Sheet _ af
Section No.
Item
Description
Material
Labor Equi�ment
Total
3 ] 81006 � 13�Q�4
City of Fort Worth
West Side N T'roject —]Pump Station
CONTRACTOR
Project Name
Froject IQo.
Item
Ldo .
Description
saoP nxawaxas. �o�c�t
DATA AND SAMPLE
SII8MIT1)li. SCaEDIILB
Date Page of
Specifica-
tion Date Approval
Section To Se Needed Date
Neunber Su3�mitted Hy Suhrcnitted
Date
Reviewed
S�TJBN�'7CAJLS
Submittal
Numher
31�1� 01300-5
City of Fart Worth
West Side N Project — Pump ,�tataon
REQUEST TOR CAANGE ORDER PROP03AL
City oPFort Worth
Date:
COIVTRACTOR
Project Mame
Project Na.
Chartge Order No.
SUBMI.TTAI.�S
NOTICE TO CONTR/1CTOR: Please submit a Change Order Proposal far the proposed modifications to the Conh�act Documents as
described helow. lf acceptable, a Change Order will be issued to authorize [he work. THES IS NOT A CHANGE pRDER FOR
AUTHpRIZAT]QN Ta PROCEED WITH THE WOI2T4 AS llESCRIH�bC
SCOPE OF WORK:
OWNL'R
s�siao6 0130Q-6
��
City of Fort Warth
West Side TV Project -- Pump Station
CHANGE ORDER PROPDSAL
City of Fort Worth
Date
5UBNII i rATS
, . Subject Project Nama
Project No.
� Change Order No.
Dear 5ir:
' Certain items of extra work ha�e heen found necessary which are not crneeed by the Cantract for tfie a6pve referenced Projeck.
ThereFore, we submit the foliowing amounts as the hasis of compensauon For such extra work:
1 .�
JUSTIFICATION:
i The Contract completion time will be (increased)(decreased) consecutive calendar days.
� . �
TotaI Cost of Extra Work Covered by Ahove: $
� ' Previously Approved Exfira Work: $
Original Contract Amount $
TOTAL: $
By:
Title:
CONTRACTOR:
1 I
3181006
01300-7 �
V�
City of Fort Warth
West Side IV Project — Pump Station
CONTRACTOR
Req�ested Sy
5ubject
5pec. Sections
prawing References
Dake Rep1y Needed
INFORMATION NEEDED:
Date
REPLY
Date
Signature
5itmature
Cily of Fort Worth
REQYIE6T TOR INFOR114ATIOI�
RF�
Directed t�
Date Received
Dafe Transmitted
Date Reply Received
Dale Reply Transmitted
SUBNIITTALS
31 S 1006 � � ���-8
�ity of Fort Worth
West Side TV Project — Pump Station
CONTRACR`ORS DAILX CONSTRVCTTON R�POitT
City of Fort WortYi.
�Project Name
Project Na.
. l
IICON'�RAC�OIiS W4RK FORCE:
.�
, Administrative
Supervisors
IICarpenters
xron Wozkers
° i bperators
Finfshers
,I.Walders
Electricians
� Labnrers
� F
II
I.
II work Parformed:
�ICPM Act. No.
�CPM Act. No.
CFM ACt. No.
�`CPM Act. No.
�� -
� i_ —
IlrMaterial and Equipment Delivered:
I
�� - --- -
�
`I Remarks:
I
��
Report No.
SUBC�N'I'R�ICTORS WORK FORCE:
Mechanical
Elactrical
Instrumentation
Sitework
Masonry
Aoofing
ltebar
Founciation
Painting
SUBMITTALS
CONTRACTOR
Dat�
EQUIPIKENT O1V SITE:
In UseNot in Use
Cranes
Loaders
Dnaers
Scrapers
Campsctors
Compressors
welders
Graders
Truc3cs
Backhae
�
By:
� Title:
• � Contracror
W/commen� W/O comment
Accepted by Resident Project Repres2nta�ive _
, RL�R s Coimnent-s (if an,y) :
� .
By:
Resident Project Representative
Date:
3181006
01340-9
' City of Fort Warth
; West Side IV Project --- Purnp Station
SECTI�N 0131Q
CONSTRUCTION SCHEDULE
CONSTRUCTI4N SCHEDi)LE
'f
I��i���1�1:7\�
� A. The schedule shall conforn� to the requirements of this specification and the General
,
Conditions.
'- B. If the schedule as suhmitted by the CON'I'RACTOR is not sufficiently detailed,
,. contains errors, or is unreaiistic, it will be rejected in writing, and the CONTRAG
TOR shall submit an appropriateIy revised schednl� within 7 days of the date of the
�� no�ice of rejection. The pracedure vWill be repeated as often as may be necessary
._ until the schedule is found acceptable and appro�ed by the �WNER.
C. Pending appro�al of the eonstructian schedule, no progress payment wil] be rnade,
except in such an�aounts as may be approved by the OWNER for materiais received at
the Project site as provided in the General Canditions.
1.2 PROGRESS REPORTS
A. At the pragress meeting described in Section D1220, the CONTRACTQR will
present, in duplicate, a report of operations during tk�e preceding period, including
actual starting and ending dates on aetivities shown on the critical path diagram.
Where such starting ar ending dates were delayed beyond thase required by tfie
critieal gath scheciule, the CON'1RACT�R shall desczibe the action he is taking to
regain Xost time, and state the anticipated completion dates of su6sequent activities
affected by the delayed items. CONTRACTOR shall also point aut known or
anticipated delays on continuing activities and outline the aciifln he is taking to
xegain lost time or avoid future delay. On the basis af the reports presented at the
Iri��t111g5, the CONTRACTOR shall, at not more than 3 month intervals, deve�ap a
current computer printout of the critical path schedule, and shall furr�ish copies
thereof to the OWNER not later than the tenth working c�ay of the third month.
1.3 REVTSION OF CRTTICAL PATH DIAGRAM
A. The critical path diagram shall be revised every 3 manths during the pxoject to reflect
departures and changes frorn the previous eritical path diagram. Tf departures and
changes during the pre�iaus period a�re of such minor nature thatno useful purpose is
setved by revisin� the erit�cal path daagram, the OWNER may waive this
requirement.
31810D6
OI310-1
Gity of Fort Worth CONSTRUCTION SCHEDULE
West Side N Project — Pump Station
B. The CONTRACTOR shaIl furnish 6 copies of the revised critieal path diagram and
th� accompanying computer printout to the OWNER within 15 days from the date its
preparadon is d�rected.
+ + END OF SECTION + +
sia�oob 01310-2
City of Fort Worth
,. West Side IV Project — Pump Station
.�
i
PART 1 — GENERAL
L1 GENERAL
SECTION 01330
SURVEY DATA
SURVEY DATA
A. CONTRACTOR shaZl keep neat legible notes af al1 measurements and calculations
made by CONTRACTOR whil� sur�+eying and laying out the Work.
!
- ' 1.2 SUBMTTTAL
A. One copy of alI notes shall be furnished to the ENGINEER and one copy furnished
� to the OWNER with other records upon final completion.
PART 2 — PRODUCTS (NOT USED}
PART 3 -- EXECUTION (N�T USED)
+ + END OF SECTION + +
�
�6
r�
I
3181006
0133Q�1
City of Fort Worth SHOP DRAWTNG PROCED�URES
West Side N Project — Pump Statian
SECTION 01340
SHOP DRAWING PROCEDURES
� PART 1— GENERAL
1.1 GENERAL
A. Shap Drawing procedures si�aIl conform to requirements af this Section and the
- " General Conditians.
1.2 PROCEDURE
A. 5ubmit Shop Drawings to: Malcolm Pirnie, Inc., Consulting Environmental
Engineers, 12221 Merit Drive, Suite 1170, Dallas, Texas 75251.
B. A letter of transmittal shall accampany each submittal. If data for more than one
Section of the Specifications is subrnitted, a separate transmittal letter sha11
accompany the data submitted for each Section.
C. At t�e beginning of each letter of transrr�ttal provide a zefe�ence k�eading indicati:ng
the foIlowing:
1. OWNER'S Name: Citv of Fort Worth
2. Project Name: West Side IV Proiect — PumA Statlon
4. TransmittaI Na.:
5. Section No.:
D. Tf a Shap Drawing deviates fitaxn the requirements of the Contract Documents,
CONTRACTOR sha11 specifically note each variation in his letter of tran�mittal.
E. All Shop Drawings submitted for approval shalI have a titIe block with com}�lete
identifying information satisfactory to ENGINEER.
F. All Shop Drawings submitted shall bear the stamp of approval and signature of
CONTRACTOR as euidence that they have been reviewed by C�NTRACTOR.
Submitta�s without this stamp of approval will not be re�viewed by ENGINEER and
will be returned to CONTRACTOR. CONTRACTOR'S stamp shall contain the
following minimum information:
Project Name: West Side N Proiect — Pu�nA Station
CONTAACT�R'S Name:
sisioo6 01340-1
City of Fart Worth SHOP DRAWING PROCEDURES
West Side IV Praject — Pump Station
Date:
----------------------Reference-------------------__-
Item:
Specifications:
Section:
Page No.:
Paxa. Na.:
Drawing No.: of
Locadon:
Submittal Na:
Appro�ed By:
G. A numbez'shall be assigned to each submittal by CONTRACTOR starting withNo. I
and thence numbered consecutiveIy. Resubm.ittals shali be identi�ed by the original
submittal number followed by the suffix "A" for the fir�t resubmittal, the suffix "B"
for the second resubrnittal, etc.
H. CONTRACTOR shall �nitiatly submrt to ENGINEER a minimum of 7 capies of all
subrnittals.
T. After ENGINEER compJetes his review, Shop Drawings will be marked with one of
the fallowing notations:
1. Approved ��'
2. Appro�ed as Conrected
3. A�proved as Carrected � Resubmit
4. Revise and Resubmit
S. Nat Approved
6. Infarmation �nly — Not Reviewed
r. If a submzttal is acceptable, it will be marked "Approved" or "Apprav'ed as
Carx-ected". Three prints or copies oi the subrnittaI will be retunned ta CONTRAC-
TOR.
siaiao6 01340-2
City of Fo�t Worth SHOP DRAWING PROCEDURES
, West Side IV Pro�ect — Pump Station
� K. Upon return of a submittal marked "Approved" or "Approved as Corrected",
CONTRACTOR may order, ship or fabricate the materials included on the submittai,
; � pro�ided it is in accordance with the corrections indicated.
'° L. If a Shop Drawing marked "Approved as Corrected" has extensive corrections or
;� corrections affecting other drawings or Work, ENGINEER rnay require that
CONTRACTOR make the corrections indicated thez'eon and resubmit the Shop
; IDrawings for recard pu�poses. Such drawings will have the notation, "Approved as
_ Coxrected - Resubmit."
M. If a suhmittal is unacceptable, 3 copies will be returned to G�NTRACTOR with one
of the following notations:
1, "Revise and Resubmit'"
2. "'Not Appro�ed"
N. Upon return of a submittal marked'Revise and Resubrnit", CONTRACTOR shall
znake the carrections indicated and repeat the initial approval procedure. The "Not
Approved" notat�on is used to indicate material or equipment that is not acceptable.
Upon return of a submittal so marked, CONTRACTOR shall repeat the initial
approval proceduze uti�izing acceptable material or equiprnent.
O. Any related Work performed or eyuipment installed without an "Approved" or
"Approved as Corrected" Shop Drawing will be at the s�le responsibility of the
CONTRACTOR. Items that have been installed priar to or during shop drawing
review is ai CONTRACTOR's risk. Items not meeting contract requirements shall
be removed at CONI"RACTOR's expense.
P. Shop Drawings sI�all be subrnitted well in advance of the need for the material ox
equipment for construction and with ample allowance for the iime required to make
deli�ery of material or equipx�nent after data covering such is appro�+ed. CON-
TRACTOR shall assume the risk for all materials or equipmeni which are fabnicated
or delivered prior to the app�oval of Shop Drawings. Materials or equipment vwill not
be included in periodic progress payments until approval thereof has been ohtained
in the specified ma�nne�.
Q. ENGINEER will review and process all submittals promptly, but a reasanable time
sY�ould be allowed for this, for the Sho� Drawings being revised and resubmitted, and
for time required to return the apprc�ved Shop Drawings to CONTRACTOR.
R. Tt is CON'TRACTOR'S responsibility to review submittals made by his suppliers and
Subcontractors before transmitting them to ENGINEER to assure proper
coordination of the Work and to determine that each submittal is in accordance with
his desires and that there is sufficient information about nr�aterials and equipmeni for
s�s�oo� 01340-3
City of Fart Worth SHOP DRAWING PROCEDURES
West Side N Project — Pump Station
�NGINEER to detez-rr�ine compliance with the Contract Documents. Incomplete oz
inadequate subamittals will be ��etuzned for revision withoat review.
S. Shop Drawing submittaJs shal� be for complete speci�cation sections, or for partial
sections as mut�ally agreed by the ENGINEER and CONTRACTOR. Partial or
incampl�te shop drawing submittals will be xeturneci to the CONTRACTOR withaut
review.
T. CONTRACTOR sha�l furnish required suhmittals with cora�plete znfarmation and
aecuracy in order to achieve required approval af an item within three submittals.
All costs to ENGINEER involved with subsequent submittals of Shop Drawings,
Samples or oiher itexaas requiring approval, will be backcharged to CONTR.ACTOR,
at the rate of 3.35 times direct technical Iabor cost, by deducting such costs from
paysnents due CONTRACTOR for Work completed. In the event that CONTRAC-
TOR requests a substitution for a previously appro�ed itern, all af ENGINEER'S
costs in the reviewing and approval of the substitution will b� backcharged to
CONTRACTOR unless the need for such substitution is beyond the control of
CONTRACTOR.
+ + END OF SECTION + +
s�azaor Q1340-4
City of Fort Worth
West Side TV Project — Pump Station
1.1 GENERAL
SECTIOIV� 0 � 341
SAMPLES
f►Yi� � I' ��
A. The submittal of Samples sha11 confc�rm to the requirements of the General
Conditions and co procedures described in this Section.
B. Samples and Shop Drawings which are related to the same unit of Work or
Specification �ection shall be submitted at the sarrie time. Tf related Shop Drawings
and Samples are submitted at different times, they cannot be revzewed until' both are
furnished to the ENGINEER..
i.2 PROCEDU:RE
A. CONTRACTOR shall review, appxove, and submit all Samples promptly. Samples
shall b� ic�entified with correct reference to Specification Section, page, article and
paragraph number, and Drawing No. when applicable. Samples shall clearly
illustrate functional characteristics of the groduct and all related parts and
attachments, and full range of color, texture, pat�ern and material. Samples shall be
furnished so as not to delay fabrication, allowing the ENGINEER reasonable time for
the eonsideratian of the Samples submitted.
B. CONTRACTQR shal� submit at least three 5amples of each item requirec3 for the
ENGINEER'S approval. Submission of Samp]es shall canform to all appIicable
provisions under Shop Drawing Submittal and Correspondence Procedure. Two of
the Saznples shall be deIivered ta the ENGINEER'S home office unless otherwise
authorized by the ENGINEER. One Sample shall be delivered to the OWNER. If
the CONTRACTOR requires a Sample far his use he sha11 nadfy the ENGINEER in
writing.
C. The CONTRACTOR shall make all corrections required and shall resubnnit the
required number of new Samples until approv�ed.
1.3 SAMPLES FOR TESTS
A. CONTRACTOR shall furnish such Samples of material as may be required fo:r
examinatian and test. All Samples of materials for tests shall be taken accoxding ta
standard methods and as required by the Contract Documents.
+ + END OF SECTION + +
siaioos ar34�-1
City of Fart Worth INSTALLATI�N DATA
, West Side IV Project — Pump Station
SECTION 01342
INSTALLATION DATA
PART 1 - GENERAL
1.1 DESCRIPTION
A. Installation data are defined as written instructions; drawings; illustrati�e, wiring and
schernatic diagrams; diagrams identifying external connections, terminal block
numbers and internaI wiring; and all other such information pertaining to installa�ion
of rnaterials and equiprnent that is not furriished with Shop Drawings. Included are
all printed manufacturers installation instructions, including those that may be
attached to equipment and for which appzaval b� the ENGIlVEER is not required.
1.2 SUBMI'I'TAL
A. CONTRACTOR shall submit twa copies of all such data ta ihe ENGINEER for each
rtem of equipment furnished and faz` ail other construction products far which such
� information is available from manufacturer. Data shall be acceptably idendfied and
, accoxnpanied with a letter of transmittal.
PART 2 — PR4DLTCTS {Not Used)
PART 3 — EXECiITION (Not Used)
+ + END OF SECTION + +
3 � s�oas 01342-1
City of Fort Warth TESTING LABORATORY SERVICES
, West Side N Project — Pump Station FURNISHED BY CONTRACTOR
SECT�ON 01411
- TESTING LABORATORY SERVICES FURTIISHED SY CONTRACTOR
1. X GENERAL
A. CDNTRACTOR shall empIoy and pay far an independent testing laboratory to
�� perform the specified services as per the requirements of this seetion and the Special
. Conditions section. Laboratory se�ected shall be subject to approval by the
,�
ENG.INEER and QWNER.
B. Tnspec#ion, sampling and testing shall be as specified in the individual Sections.
These include but are not limited to.
1. Excavation and Backfill, Section 02220.
Z. Trench Excavation, Section 02223.
3. Crushed Stone and Gravel, Section 02230.
�. Cor�crete Paving, Section 02751.
1.2 QUALIFICATIQNS OF LABORATORY
A. Where applicable, meet "Recoxnmended Requirements far Independent Laboratory
� Quali�icatian", latest edit�on, published by Amer�can Council of Tndependent
� Laboratories and the basic requirements of ASTM E 329, "Standards of Recom-
� mended Practice far Inspection and Testing Agencies far Co�crete and Steel as Used
in Construction". Laboxatary shall be authorized to operate in the state in which
, � Praject is located.
� B. Submit copy of zegprt of inspection of facilities znacie by Materials Reference
� Laboratc�ry nf National Bureau of Standards during most recent tour of inspection;
,�
with memorandum of remedies af any deficiencies reported by inspection.
C. Testing Equipment:
1. Calibrated at maximum 12-month intexvals by devices of accuracy traceable to
eithez National Buxeau of Standards or accepted �alUes of natural physical
constants.
2. Submit copy of certificate �f calibration, made by accredited caZibrati�n agency.
1.3 LABORATORY DUTIES
AD Cooperate with ENGINEER and provide qualified personne] promptly on notice.
318100fi a14i�-Y
City of Fort Worth TESTING LABORATORY SERVICES
West Side IV Project -- Pump Statxan FURNISHED BY CONTRACTOR
B. Pez-farm specified inspections, sampling and testing of materials and xnethods of
construction; comply with applicable standards; ascertain compliance with
requirernents af Contract Documents,
G. Promptly notify OWNER, ENGTNEER, and C�NTRACTOR, of irregularities or
deficiencies af Work, which are observed during performance of services.
D. Promgtly submit 5 copaes af reparts of inspections and tests to ENGINEER with 2
capies conc�rrently to OWNER, including:
1. Date issued.
2. Project title and nunnber.
3. Testing laboratary name and address.
4. Name and signature of inspector.
5. Date of inspection or sampling.
6. Reeord of temperature and weather.
7. Date of test.
8. Identi�catian of product and Specifica�ion Section.
9. Location in Project.
1Q. Type of inspection or te�t.
11. Resu�ts of tests and observations r�garding compliance with Contract
Documents.
E. Perform additaonal tests and services as required to assure compliance with the
Contract Documents.
1.4 CONTRACTOR'S COORDTNATI�N VVITH LABORATORY
A. Cooperate with. laboratory personnel, provide access to Wark and to manuiacturer's
operatians.
B. Provide to labaratory, representative samples af materials to be tested, in required
quantities.
C. Furnish labor and facilities:
1. To provide access to Work to be tested.
2. To obtain and handle samples at the site.
3. To facilitate inspections az�d tests.
4. For �aboratory's exclusive use for siorage and curing of test samples.
5. Forms for preparing concrete test beams and cyl�nders.
D. Notify Iabazatory and ENGIlVEER sufficient�y in ad�ance of operations to allow for
assignm�nt af personnel and sc�ieduling of tests.
3 rsioo� 01411-2
I �
I
City of Fort Warth TESTING LABORATORY SERVICES
West Side N Project -- Pump Station FURNISHED BY CONTRACTOR
E. Arrange with ]aboratory and pay foz', additianal samples and tests required for
CONTRACT�R'S convenience.
1.5 PRODUCT TEST REPORTS
A. Furnish copies of product test reports where required by the Specifications or
rec�uested by ENGINEER.
+ + END OF SECTZON + +
u
�
3181006
01411-3
t
�
�
City of Fart WortI� TEMP4RARY ELECTRICITY
West Side IV Project — Pump Station
SECTION 0151. l.
TEMPORARY ELECTRICITY
1.1 GENERA.L
A. Temporary e�ectr�cal service shall be provided by the C�NTRACTOR until
5ubstantial Completion of the Project unIess otherwise agreed by ENGTNEER.
B. All costs, i�ncluding the charg,e for power consumed shall be assuz�ed by the
CONTRACTOR. Also provide pow�;r �or testing and initial start-up of equipment.
C. The temporary service sha1Z conform to applicable provisions of Division 16.
D. Materials and equipment may b� new or used, however they shall be in first class,
fully serviceable condition and must not create unsafe conditions or violate
requirements oi appl�cable codes.
1.2 POV�ER SOURCE AND SERVICE REQUIRED
A. Temporary ser�ice shall originate from TU-Electric.
B. 5ystem shail be 480 volt, 3 phase, 6Q Hz with sufficient capacity to provide service
� for construction use hy all trades
C. S�rvice shall be provided and maintained so that power can be secured at any desired
point with no more than a 100-foot extension.
D. One power center rninirnurn shall be provided at each working area.
E. Provide each outlet with circuit breaker �rotection and cflrraply with ground fault
protective requirements of NEC.
F. Daytim� service for construction activities shall be available between the hours of
� '7:00 A.M. and S:OQ P.M. Monday through Friday, except for �egally recognized
- holidays.
G. Pro�ide cantinuous power for constructron site offiees.
H. Provide power to maintain continuous opez-ation of existing facilities dUring
changeaver of e�ectrical equipmeni.
siaioo6 01511-1
City of Fort Worth TEMPORARY ELECTRICITY
�Vest Side N Project — Purnp Statio�
I. Pro�ide power for testing and checking equipment.
7. If OWNER occupies part of facility before final acceptance, c4st of e�ectricity for
that portion will be shared proportionately.
i .3 INSTALLATION
A. Install temporary work in a neat orderly manner, and mal�e structuralty and
electrica�ly saund throughout.
B. Maintain ir�stallation throughout canstruction period to give continuous service and
to provide safe working conditions.
C. Modify service and rearrange wiring as Work progress requires.
D. Locate all facilities to ar�oid interference with haisting, materials handIing, storag�,
traffic areas, existing operable facilities and work under other Contracts.
E. Assume responsibility for and return to original condition any part of the permanent
electrical ,system that is used for constructian purposes.
1.4 REMOVAL
A. Completely remo�e ternporary materials and equipmen# after permanent instalIation
is in use.
B. Repair damage caused by the temporary ser�ice or its removal and restare ta
specified or original canditian.
+ + END OF SECTION + +
3�aiao� 0151�-2
City of Fart Warth TEMP�R,ARY LIGHTING
West Side IV Project -- Pump Station
SECTI�N O15I2
TEMPORARY LIGHTING
1.1 GENERAL
A. Temporary lighting shall be pravided by the CONTRACTOR.
� �� B. DEFINITIONS
Work Lighting: That required to provide adequate illumination for Work being perfarmed.
Safety Lighting: That required to provide:
� Adequate illumination for safe movement of authorized persons thz-oughout project.
Ac3equate illumination for public $afety.
Special warning lighting for haz�rdous conditions.
Security Lighting; That required in protection af Project from unautharized entry.
1.3 DESCRIPTTON OF SYSTEM
A. Furnish and install temporary lighting which is required for:
1. Construction needs.
2. Sa% and adequate working conditians thraughout Project.
3. Public safety.
4. Security lighting.
5. Lighting for temporary office, storage and construction buildings.
B. Lighting Intervals:
1. Work Lighting:
a. General: S faot candles.
b. Construction Plant and Shops: �0 foot candles.
c. For Detail and Finishing Work: 20 foot candles.
d. For Detailed Testing and Inspectian: 30 foat candles.
e. For First Aid Statrcans and Infirmaries: 3D foot �andles.
2. Safety Lighting:
a. General: 5 foot candles, minimum.
b. For Hazardous Co�ditions: As required h�+ applicable codes.
3. Security Lighting: 1 foot candle.
C. Periods of Service:
3�sioo� O1S12-1
City of Fart Worth TEMPORARY LIGHTING
VVest Side IV Project — Pump Station
l.. Wark Lighdng: Continuous from fifteen minutes prior to fifteen minutes past
scheduled work hours on scheduled work days.
2. Safety� Lighdng:
a. Within Project Site: At a�I times authorized personnel are present.
b. Public Areas: At ail times.
3. Security Lighting: All hours of darkness.
D. Maintain strict supervision of use of temporary lighting. Enforce confarmance with
agplicable standards and safe practices, and prevent abuse of services.
1.4 POWER
A. As specified in Temporary Electricity.
l.5 COSTS OF IlVSTALLATION AND OPERATION
A. Pay costs of Temporary Lighting, including costs of instalIatian, xnaintenance and
removal.
B. Power Costs: As specified in Temporary E�ectricity.
1.6 REQUIREMENTS OF REGULATORY AGENCIES
A. Camply wii� National Electrie Code, federal, state and Iocal eodes, and utility
service company regulations.
1.7 USE �F OWNER'S EXISTING SYSTEM
A. Existing syste�ns can not be used for temporary lighting.
1.8 USE OF PERMANENT SYSTEM
A. Secure OWNER'S written permission far use of system, indicating conditions of use.
B. Furnish and install temporary lamps for temporary lighting.
1.9 MATERIALS
A. Comply with applicable pro�isions of Division 16.
S. Mater�als and equipment may be new or used, but must he adequate for purposes
intended, and must not create unsafe conditions or vrolate requirements of applicable
codes.
3is�oa� Q15.12-2
City of Fort Warth TEMPORARY LIGHTING
West Side N Project — Pump Station
C. Pro�ide all required facilities, including wiring, switches, accessories and supgorts.
D. At CONTRACTOR'S option, patented specialty products may be used if UL
approved.
1.10 RECEPTACLES, FIXTLJRES
A. Standard products, meeting UL requirements.
B. Pro�ide hea�y-duty guards on fixtures.
C. Prouide approp�iate types of fixtures for environment in which used, in accordance
with NEC and NEMA standards.
1.11 INSTALLATION
A. Tnstall temporary work in neat and orderly manner and mal�e structurally and
electrically sound thraughaut.
B. Maintain t�roughout construction period to giv� continuous service and to provide
safe warking conditions.
G Modify and extend lighting as Work progress z'equires.
D. Locate to a�oid interference wit� or hazards to:
1. Work oz' mor�ement of persannel,
2. Traffic areas.
3. Materials handling.
4. Storage areas.
5. Work for other contracts.
E. Install li�hting switches at entrance to each area, or successive areas, so that progress
to a�l areas af Projeet may be made through lighted areas.
F. Install exterior security lightin�.
� 1. Illuminate entire Project site to the extend necessary for secu�ity p�rposes.
2. ControI ]ighting by phata-electric cell.
�
L 12 REMOV.AL
I
' A. Campletely remove temporary materials and ec�uipment, after pe�anen.t lighting is
in use.
318I046
01512-3
City of Fart Worth TEMPORARY LIGI�I'ING
West Side IV Project �- Pump Stadon
B. Repair damage caused by temporary service, and restore surfaces to specified, or
original candition.
C. Immediately prior to completion of Pi•oject, remo�e temporary lamps, install new
Iamps throughout.
+ + END OF SECTION + +
� ia ioos 01512-4
City of Fort Worth TEMPORARY HEAT, VENTILATION
West Side N Project — Pump Station AND ENCLOSURE
SECTION O1S13
TEMPORARY HEAT, VENTILATION AND ENCLC?SURE
l.l. GENERAL
A. Ternporary heat, ventalation and enclosuz-e shall be provided by the CONTRACTOR.
Contractox shall be responsibYe for ensuring that no damage occurs to its Work
because of weather conditions.
1.2 DEFINITI�NS
A. Temporary Enclosure: Sufficient preliminary enclosure of a portion of a structure, or
of an entire building, to prevent entrance or infiltration of rainwater, wind or other
elennents, and to prevent undue heat loss from within enclosed area. .
B. Permanent Enclosure: State of canstruction at which alI moisture and
weather-protection eler�nents of construction have been instalIed in accord once with
Contract Documents, either for a portion of structure, or for entire building.
1.� DESCRIPTION OF SYSTEM
A. Provide terxxparary h�at and ventilatinn in enclased areas thraugho�t eonstruction
periad req�ired to:
1. Facilitate progress of Work.
2. Pratect Woz-k and all products from rain, snow, dampness and eold.
3. Prevent moisture condensation on surfaces.
4. Thaw out and raise temperature of ground or materials for proper execution of
Work.
5. Provide suitable ambient temperatures and humidity levels for instal�ations and
curing of materials.
5. Provide adequate �entilation to meet health regulations for safe working
environment.
7. Allow beneficial occupancy of Work, or portion of Work, prior to final
connpletion, including air conditioning, if appiicable,
B. Temperatures Req�ired:
1. Except where specified othexwise the Iimits af the temperatures which shall be
xnairnained durin� the time of temporary heating are a minimum of 50° F to a
maximum of the design temperature of the facility.
318I006 �1 S13-1.
City of Fort Worth TEMPORARY HEAT, VENTILATION
West Side IV Project -- Pump Station AND ENCLOSURE
B. Maintain to gi�e safe, cnntinuous service at requii•ed times, and to pravade safe
working canditions.
C.
�
E
Modify and extend system as Work progress requires.
Locate units to pro�ide uniform distribution of heat and air movement. When
feasible, temporary units should be lacated as neaz- as possibl� to permanent piping.
If air conditianing or ventilating duct systems are to be used for drying purposes,
provzde and maintain temporary filters until permanent filters are installed.
F. Permanently anstalled direet radiation units, such as convectors or �nned pipes, shall
be pratected with tem,porary sheet metal enclosures.
G. Locate to avaid interference with or hazards to:
1. Work or movement of personnel.
2. Traffic areas.
3. Materials handling.
4. Stoz'age areas.
5. Work of other prime contractors or utility service companies.
6. Finishes.
1.9 REMOVAL
A. Comple[ely r�move ternporary materials and equipment upon completion of
cnnstruction.
B. Clean and repair damage caused by temparary installation, and restore a11 materials
and equipment to specified or to original condztion.
C. �nstall new replaceable type filters, or clean pern�.anent fiIters, if permanent HVAC
facilities were used %z' temporary heat.
+ + END OF SECTYON + +
3is�oo6 Q1513-4
i
City of Fort Worth TEMPORARY WATER
West Side N Project — Pump Station
SECTION Q1514
TEMPORARY WATER
I ' � 1.1 GENERAL
A. Temporary �vater is available at this site for use by the C�NTRACTOR.
i .2 DESCRIPTTON OF SYSTEM
A. Furnish and install temporary water service for entire Project for use throughout
construction period.
B. Also pravide �ater for sanitary facil�des, �irst aid faci�ities, fire protection, �eld
offices, and cleaning.
C. Maintain adequate �olume oi water for aIl purposes.
1.3 COSTS OF INSTALLATION AND OPERATION
A. CONTRACT�R shall pay cosis of temporary water service, including costs of
installation, maintenance and removal of temporary pipe and equipment.
1.4 REOUIREMENTS 4F REGULATORY AGENCIES
A. Obtain, pay for permits, fees, deposits required by governing authorities.
B. Obtain az�d pay foz' temporary� easements requi�red aeross property other than that of
OWNER.
4 C. Comply with federal, state and local Iaws, ozdinances, �les and regulations, and with
� utility service company regulations.
1.6 MATERIAL�
A. Materials may be r�ew or used, but must be adequate for purpose r�qUixed, sanitary,
and znust not violate requirements of applicable codes,
B. Pro�ide all required facilities, including �iping, valves, pumps, pz-essuxe regulators,
tanks and other appurtena�aces.
3IS1D0G 01514-1
City of Fort Worth TEMPORARY WATER
West Side TV Project -- Pump Statian
1.7 INSTALLATION
A. Install work in a neat and orderly manner and make structurally and mechanically
sound throughout.
B. Maintain to provide continuous service.
C. Modify and extend service as Wark progress requires.
D. Lacate piping and outlets to pro�vide service canvenient to work stations and to avoid
interference with traf�c and work areas, materials handling equipment, storage area,
and wazk under ather cantxacts.
E. Provide insuIation, or other means, to prevent pipes from freezing.
F. When necessary to maintain pressure, provide ternporaxy pumps, tanks and
compressars.
1.8 REMOVAL
A. Completely ren:iove temporary materials and equipment upon completion of
constructian.
B. Clean, and repair damage caused by installation, and restore to specified, or original
condition.
+ + END OF SECTION + +
3isioa6 0151�4-2
�i
City of Fort Worth TEMPORAI�Y SANITARY AND
West Sic�e IV Project —Pump Station FIRST AID FACILITIES
SECTION 01515
TEMPORARY SANITARY AND FIRST AID FACII.ITIES
]..1 GENERAL
A. Temporary sanitary and first aid facilities shal� be provided by the CONTRACTOR.
B. Provide temporary sanitazy and first aid facilities %r use throughout the canstruction
period including; �
1. Safe drinking water sUpply, readily available to all workers.
2. Enclosed chemical or self-contained toilet facilities.
3. Sustable general ernployee washing facilities.
4. First aid statians at or i7nmediately adjacent to all majoX work areas and in the
temporary field offices.
5. Post telephone numbez's of physicians, h4spitals and ambulance services by
each telephone at the Project site.
6. At least one person thoroughly trained in first a�d proceduzes shall be present on
the site whenever wark is in progress. These pe�'sons must have a certificate
indicating that they have completed a�rst aid training course conducted by the
American Red Cross or other approved agency.
C. Pro�ide facsIities and fixtures in compliance with applicable federal, state and Iocal
laws and reguIations.
D. Maintain stzict supervision af use of faciIities.
E. Maintain, service and clean faci�ities and keep them supplied con�inuouslywith soap,
tovwels, paper and all other required supplies.
F. Enfarce proper use of sa:nitazy facilities, including preventing the cammitting of
nuisances in buildings on the site.
G. Dispose of all wastes in conformance with applicab]e regulation.
1.2 C�STS OF INSTALLATIQN AND �PERATION
A. Pay all cost including installation, maintenance and removal.
3181006
01515-1
City �f Fort Worth
TEMPORARY SANl`'TARY AND
West Side N Paroject —Pump Station FIRST AID FAGILTTIES
1.� USE OF PERMANENT FACILITTES
A. Permanent facilities shall not be used by construction personnel.
1.4 INSTALLAT�ON AND REMOVAL
A. Comply with all appIicable provisions of Division 15.
B. Completely remove temporary materials and equipment upon eompletion of
construction and restare all damaged facilities to original condition.
+ + END �F SECTION + +
�isioo6 0151.5-2
City of Fort Worth TEMPORARY FIRE PROTECTION
. West Side N Project — Pump Station
SECTION 01516
TEMPURARY FIRE PROTECTION
1, i GENERAL
A. CONTRACTOR shall conform to the �re protection and prevention requirements
speci�ed herein as well as those which rr�ay be established by federal, state or �ocal
� . governmer�tal agencies.
I B. CONTRACTOR shall comply with all applicable provisions of NFPA 5tandard No.
� 241, Safeguarding Building Construction and Demolition Operations.
C. Facilities specified herein shall be provided by the CQNTRACTOR.
1.2 REQUIRED FIItE FIGHTING EQL]IPMENT
A. Provide portable fire extinguishers, rated nat ]ess than 2A or SB in accordance with
NFPA Standard No. l Q, Portable Fire Extinguishers, for each temporary building and
4 for eVery 3000 square feet of flooz area under construction.
` B. Locate partable fire extingUishers 50 feet rnaximum frorn any point in the protection
area.
1.3 FIRE PREVENTION AND SAFETY MEASURES
A. Prohi�it smoking in hazardous areas. Post suitable warning signs in areas which are
continuously or intermittently hazaardous.
B. Use metal safety contair�ers for storage and handling of flamrnable and combustible
liquids.
C. Do not store flammable ar combustible liquids in or near stairways or exits.
�� D. Maintain elear exits from all points in the Work.
1.4 COSTS OF iNSTALT.ATION
A. Pay al1 costs including installation, znaintenance, and removal.
+ + END OF S ECTION + +
3�a�oo� 01516-1
City of Fort Worth TRENCH SAFETY 5YSTEM
- West Side IV Praject — Pump Statian
SECTION 01526
TRENCH SAFETY SYSTEM
PART 1- GENERAL
A. Trench safety shal] canfpl-m ta the General Conditions and the requirements af
this section.
, � 1.1 SCOPE
1. Trench safety system for the construction of trench excavations.
2. Trench safety system �or structural excavations which fall under pxavisians of
State and Federal trench safety laws,
1.2 DEFINITIONS
A. A trench is defined as a narrow excavatian (in reIation ta its depth) made below
� the surface of the ground. Tn general, the depth is greater than the width, but ti�e
� width of a trench (measured at the bottom} is not greater than 15 feet.
I B. Trench safety system requirements apply to larger apen excavations if the erection
. of structures or other instalIations lirnits spac� between excavation slope and the
installation to d'zmensions equivalent to a trench, as defined.
C. Trench safety systems incl�de both Protecti�e Systems and Shoring Systems but
are not Iimited to sloping, sheetin�, trench boxes or trench shields, slide rail
systezns, sheet piling, cribbing, bracing, dewatezing ar div�rsion of water to
pzavide adequate drainage.
1. Pratective Systems: A method of protecting employees frorn cave-ins, from
material that could fall oz' roll from an excavation face or into an excavation,
or from the co�lapse of an adjacent structure.
2. Shoring System: A straacture that supports the sides of an excavation and
which is designed to prevent cave-ins, or to prevent movements of the
ground affecting adjacent installations or improvements.
3. Special Shoring: A shoi�ng sysiezn meeting Special Shoring requi:rements
for lacations identified on the Drawings.
1.3 5UB]VII'TT'ALS
A. Confoz-�rx to requirements of Section Q1340 - Shop Drawing Procedares.
3a$ioo6 Q1526-1
City oi Fort Worth TRENCH SAFETY S'Y�STEM
West Side IV Project — Pump Station
B. Submit a safety program specifically for the const�-uction oi tzen.ch exca�atian.
Design the trench excavation safety pragrarn to be in accoz'dance with OSHA
29CFR standards go�erning the presence and activities of individuals working in
and around trench excavatzons, and in accozdance with any Special Shoring
requirements at �acatians shown on the Drawings.
C. Have construction and shop drawings for trench safety systems sealed as z-equired
by OSHA by a licensed Prafessionai Engineer in the State of Texas retained and
paid by the CONTRACTOR.
D. Review of the safety program by the ENGINEER will anly be in regard ta
comp2iance wiih the Contract Documents and will not constzt�te approva� by che
ENGINEER nor relieve COI�ITRACTOR of obligations under State and Federal
trench safety laws.
1.4 REGULATORY REQUIREMENTS
A. Tnstall and maintain trench safety systezx�s in accordance with the provision of
Excavations, Tr�nching, and Shoring, Federal Occupation Safeiy and Health
Administration (OSHA) Standards, 29CFR, Part 1926, Subpart P, as amended,
including Final Ru1e, published in the Federal Register Vol. 54, No. Z09 on
Tuesday, October 3X, 19$9. The sections that are incarparated into these
specifications by reference include Sections 1926-65Q through 1926-652.
B. I.egislation that has been enacted by the Texas Legislatur� with regard to Trench
Safety Systems is hereby incorporated by reference into these specificatioa�s.
Refer to Texas Health and Safety Code Ann., §756,021 (Vernon 199i}.
1.� INDEMNIFICATION
A. The CONTRACTOR indemnifies and holds harmless the OWNER, its
employees, and agents from any and all damages, costs (including, without
limitation, �egal fees, court costs, and the cost of invesdgatian), judgments or
claims by anyone fnr injury ar death of persans resulting from the collapse or
failure of trenches eonstructed under this Contract,
B. CONTRACTOR acknowledges and agrees that this indemnity provision pxovides
indemnity fox the OWNER in case the OWIV�R is negligent either by act or
amission in pza�iding for trench safety, including, but not limited to safety
program and design reviews, inspections, failures to issue stop work orders, and
the hiring of the CONTRAGTOR,
s � s iaa6 0152G-2
City of Fort Worth TRENCH SAFETY SYSTEM
West Side N Project — P�rnp Station
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION
31 INSTALLAT70N
A. Install and maintain trench safety systerr�s in accardanee with provisivns of OSHA
29CFR.
B. Install speeially designed trench safety systems in accordance with the
CONTRACT�R' S trench excavation safety program for the locations and
conditions identified in the prflgram. Install Special Shoring at the locations
shown on the Drawings.
C. Obtain verificatian frorn a eompetent person, as identified in the
CONTRACTOR'S trencI� excavation safety program, that trench boxes and other
pre-rnanufacture� systems are certified for the actual installation condidons.
3.2 INSPECTION
A. Conduct daily inspections by CONTRACTOR or C�NTRACTOR'S
independently retained consultant, of th� trench safety systems ta ensure that the
instal�ed systems and operations rr�eet OSHA 29CFR and other persannal
protection regulatians requixements.
B. If evsdence of possihle ca�e-ins or slides is apparent, immediateiy stop wark in
the trench and rnave pez-sannel ta sa�e locations until necessary precautions
have been taken to safeguard personnel.
C. Maintain a permanent zecord of daiIy inspections.
3.3 FIELD QUALITY CONTROL
A. Verify specific applicability of the selected or specially designed trench safety
systems to each field condition encountered on the project.
+ + END OF SECTION + +
3181 D06 � 15 ��-3
�
City of Fort Worth
West Side N Project — Pump Statian
SECTION O 15�40
SECURITY
PART 1— GENERAL
1.1 DESCRIPTiON
SECURITY
` I A. CONTRACTOR shall safely guaY•d a�l Work, materials, equipment and property
from loss, theft, damage and vandalism. CONTRACTOR's duty ta safely guard
pz-operty shaIl include the OWNER`s property and other adjacent private prdperiy
+ � from injury or loss in connectian ws�h the performance of the Work.
B. C�NTRACTOR s�all employ watchmen as n�eded to provide the required security
and prevent unauthorized entry.
C. CONTRACT�R shajl make no claim against ti�e OWNER for damage resulting
frozn tzespass.
D. CONTRACTOR shall make goad a11 damage to property of OWNER and others
arising from failuxe to pro�ide adequate security.
E. If existing fencing or barriers are breached or removed for purposes of constructian,
CONTRACT�R shall provide and maintain temporary security fencing equal to the
existing in a znanner satisfactory to the ENGINEER and OWNER. Fina1 rep�aced
fencing shall be in equal or bettez condition than when originally remo�ed, as
determined l�y the OWNER.
F. CONTRACTOR shall be responsible for maintaining fencin� around site at all times.
G. Security measuz-es taken by the CONTRACT4R shall be at least equal to thase
usually provided by OWN�R to protect its existing facilities during norma�
aperation.
H. Maintain secui7ty program t�roughout constraction until OWNER's acceptance and
oecupancy precludes need for CONTRr�.CTOR's security program.
+ + END OF SECTION + +
Ji��oo6 01540-1
��
City of Fort Worth PROTECT�ON OF THE
West Side N Project — Pump Station WORK AND PROPERTY
SECTIDN 015�41
PROTECTION OF THE WORK ANll PROPERTY
1.1 GENERAL
A. CONTRACTOR shalI be responsible for taking aIl precautions, providing all
programs, and taking all actions necessary to protect the Work and all public and
private property and facilities frc�m damage as specified in the General Conditions
and herein.
B. In oxdez to prevent damage, in�ury ar loss, CONTRACTOR'� actions shall inelude,
but not be limited to, the following:
1. Stare apparatus, materials, supplies, and eqUipment in an orderJy, safe manner
ihat will not unduIy interfere with the progre�s af the Work or the Work of any
other contractor or utility service company.
2. Provide suitable storage facilities for all materials which are subject to injury by
exposure to weather, theft, breakage, ar otherwise.
3. place upan the Work or any part thereof anly such laads as are consistent with
the safety of that portion of the Wvrk.
4. Clean up frequently alI refuse, rubbish, scrap materials, and debris caused by
his operations, to the end that at all times the site of the Work shall present a
' safe, orderly and workmanlike appearance.
5. Pror�ide ban�cades and guard rails around openings, for scaffolding, for
temporary stairs and rarnps, around excavations, elevated walkways and other
hazardous axeas.
C. CONTRACT4A shalI nat, except after w��itten consent from proper parties, enter or
occupy pri�ately-awned ]and with rnen, tools, materials ar equipment, except on
easements pravided herein.
D. CONTRACT�R sha�l assume full �esponsibility for the preservation of all public
and private prope�rty or facility on or adjacent to the site. If any direct or indirect
damage is dane by ar Qn account of any act, o�nission, neglect or misconduct in the
executian of the Worl� by the CONTRACTOR, it shall be restored by the
CONTRACTOR, at his expense, to a condition equal to that existing before the
damage was done.
i
3�s�oo� Oi541-1
City of Fort Warth
�Vest Side TV Project — Pump Station
l.2 BARRICADES AND WARNTNG STGNALS
PROTECTION OF THE
WORK AND PROPERTY
A. Where Work is performed on or adjacent to any yoadway, right-of- way, or public
place, CONTRACTOR shall provide bar�•icad�s, fences, lights, warning signs,
danger signals, watchmen, and shall take other pyecautionary measures for the
pratection af persons or propert}� and of the Wor�C, Barricades shal] be painted to be
visible at night, Frorr� sunset to sunrise, C�NTRACTOR shall furnish and maintain
at least one light at each barricade. Sufficient banricades shall be erected to keep
�ehicles from being driven on or into Work under constructian. C4NTRACTOR
shall furnish watchmcn in sufficicnt numbers to protect the Work.
CONTRACTOR'S zesponsibility far the maintenance of barricades, signs, lights, and
for providing watchmen shall continUe until the Project is accepted by OWNER.
1.3 PROTECTION OF EXISTING STRUCTiTitES
A. Underground Structures:
1. Undergrc�und structures are defined ta include, but not be lirr�ited to, all sewer,
water, gas, and other piping, and manhales, chambers, electrical conduits,
tunnels and other existing subsurface work Yocated within or adjacent ta the
limits af the Work.
2. AIl underground structures known to ENGINEER except water, sevver, electi7c,
and telephone service connections are shown. This information is shown for
the assisiance of CUNTRACTOR in accordance with t�e best informatian
available, but is nat guaranteed ta be carrect or complete.
3. CONTRACTOR shall explore ahead of his trenching and excavation Work and
shaIl unco�er all obstructing underg�-ound structures sufficiently to determinE
therr Iacation, to pr�vent dama�e tn them and to preven� interruption to the
services which such structures provide. Tf CONTRACTOR damages an
underground structure, he shail restore it to or�ginal condition at
CONTRACTOR's expense.
4. Necessary changes in the �ocation of the Work may be made by ENGINEER, to
a�oid unanticipated underground structures.
5. Tf permanent relocation of an underground structure or other subsurface facility
is required and is not otherwise provided for in the Contract Documents,
ENGINEER will direct C4NTRACT4R in writing to perform the Work, which
sha11 be paid for under the provisions of Article fi.4.5 of the Cantract
Requirements.
B. Surface Structures:
Surface structures are defaned as a1J existing buildings, structures and other
facilities above the ground surface. Inclu�ed with such structures a�-e their
foundations or any extension below the surface. Surface structures include, but
are not Iimited to, buildings, tanks, walls, bridges, roads, dams, channels, open
3isioa6 01541-2
City of Fort Worth
West Side N Praject — Pump Station
PROTECTION OF THE
WORK AND PROPERTY
drainage, piping, pales, wires, posts, signs, zriarkers, curbs, walks and all other
facilities that are visible above the ground surface.
C. Protection of Underground and Surface Structures:
1. CONTRACTOR shall sustain in their places and pi•otect from direct or indiz'ect
�
z
injury all underground and surface stz-uctu�•es locaied wit4�in or adjacent ta the
limits of the Work. Such sustaining and supporting shall be dane carefully and
as req�ired by the party owning or controlling such structure. Before
pi•oceeding with the work of sustaining and supparting sucli structure,
CONTRACTOR shal] satisfy the ENGINEER that the methods and proeedures
to be used have been a��roved by the party owning same.
CONTRACTOR shall assume all risks attending the presence ar proxirnity of
all underground and surf'ace structures within or adjacent ta the limits of the
Work. CONTRACTOR shall be responsible for all damage and expense for
direct or indirect injury caused by his Wark to any structure. CONTRACTOR
shall repair immediate�y all damage caused lay his work, to the satisfaction of
the owner of the damaged structure.
D. AIl other existing su�rface facilities, including but not lirz�ited to, guard rails, posts,
�uard cables, signs, poles, markers, and curbs whicI� are temporarily removed to
facilitate instailation oi the Work sha�l he replaced and restored to their original
condition at CONTRACTOR'S expense.
1.4
A.
PRO'TECTION OF FLOORS AND ROOF�
CONTRACTDR shall protect f7oazs and roofs durin� entire construction period.
B. Proper protective covering shall be used when moving heavy equipment, handling
materials or oth�r loads, when painting, handling mortar and grout and when
c�eaning walls and ceilings.
C. Use metal pans to collect all oil and cuttings from pipe, conduit, or rod threading
machines and under all metal cutting machines.
�
E.
Concrete fl�ars less than 2$ days olc� shal� not be loaded without written permissxon
of the ENGINEER. No floor, raaf ar s7ab shall be loaded in excess of its design
loading.
Roofs shall not be loaded without written perrnissian of the ENGINEER.
F. CQNTRAGTOR shalI restrict access to roofs and keep clear of existang roofs except
3i81b06
as required by the new Work.
Q1541-3
City of Fort Worth
West Side N Projeet — Purr�p Station
PR4TECTION OF THE
WORK AND PROPERTY
G. If access tc� z-nafs is requiz-ed, roofing, parapets, apenings and all oth�r construction on
ox adjacent to roof shall be protected with suitable plywood or other approved rneans.
].5 PROTECTION OF INSTALLED PRODUCTS AND LANDSCAPING
A. Provide protection of installed products to p�•event damage from subsequent
operations. Remo�e protection facilities when no ]anger ne�ded, prior to co�npletion
of Wark.
B. Control traffic to prevent damage to equi�ment, mate�•ials and surfaces.
C. Pro�ide coverings to protect equipment and materials from damage,
1. Cover projections, wail corners, and jambs, sills and soffits of openings, in
areas used for traffic and for passage of products in subsequent work.
+ -� END OF SECTI�N + +
a�a�oo� 01541-4
City of Fort Warth ACCESS ROADS AND PARKING AREAS
�. West Side IV Project — Pump Station
�
SECTION 01550
��
ACC�SS RO.ADS AND PARKING AREAS
PART 1 - GENERAL
1.1. TEMP�RARY ROADS AND PARKING AREAS
A. Construct temporary roac�s and parking areas adequate to suppart loads and to
� withstand exposure to traffic during construction peziod. Maintain temporary roads
�� and parking areas ta be fully usable in al] weather conditions. Locate temporary
roads and parking areas in sann.e location as permanent roads and parking areas.
� Extend temporary roads and park�ng areas, within canstruction limits indicated, as
necessary for constz-�ction operations.
1. Coordinate elevations of temporary roads and parking areas with permanent
roads and parking areas.
2. Prepare subgrade and install subbase and base for temporary roads and parking
areas according to Section 02751.
3. Recandition base after temparary use, including xemoving contaminated
rnaterial, regrac3ing, proof rolling, compacting, and testing.
4. Delay installation of final concrete pa�ing until immediately before Substantial
; Completian. Repair concrete paving as required to meet the requirements af
Section a2751.
'" 5. Maintain temporary roads and parking areas, as apprapriate, to permit access to
construction areas by emergency vehicles
6. CONTRACTOR shal� prevent intex-ferenc� with traffic and the OWNER's
operations on existing roads. He shall xndemnify and save harm]ess the OWNER
. from any expenses caused by CON'1'RACTOR's nperations over the roads.
B. Roadways damaged Uy CONTRACTOR shall be restored to their original condition by
the CONTRACTOR subject to approval of the OWNER or ENGINEER.
1.2 TRAFF�C C�NTROLS
A. Provide temporary ti•affic conri•ols at junction of temporary roads with public roads.
InclUde warning signs for pu�lic traffic and "STOP" signs for entrance onto public
roads. Comply with requirements of authorities having jurisdiction.
31810QG 01550-1
Csty of Fort VVorrth ACCESS ROADS AND PARKING AREAS
West Side IV Project — Pump 5tation
1.3 REMOVALS
A. Rennove temporary pa�ing not intended for or acceptable for integration into
pei�nanent paving. Where che area is intended for ]andscape development, remove
soil and aggregate fiJl that do not camply with requirements far fill or subsoil.
Remove materiaJs contaminated with �-oad oil, aspha�t and other petrochemical
compounds, and ot�er substances that might impair �ovvth of plant materials or
lawns, Repair or replace street paving, curbs, and sidewaJks at the temporary
entrances, as required by authorities having jurisdiction.
PART 2 - PR4DUCTS {Not Used)
PART 3 - EXECUTION (Not Used}
+ + END OF SECTION + +
sisivas 41550-2
City of Fort Worth ENVIRONMENTAL CONTROLS
West Side N Project — Pump Station
SECTION OISbO
ENVIR�NMENTAL CONTROLS
1.1 GENERAL
A. Provic�e and maintain methods, equipment, and temporary co�struction, as necessary
to provide car�trols over en�ironmental conditions at the cor�struction 51t� 8I1CI
adjacent areas. Remove physical evidence of temporary facilities at completion of
Work.
,
• � l .2 NOISE C�NTROL
+ A. CONTRACTOR'S vehic�es and equipment shalj be such as to minimize noise to the
� greatest degree practicable. Noise levels shall confarm to th� �atest OSHA standards
and in no case will noise levels be permitted which interfere with the work of the
OWNER or others.
I .3 DUST CONTROL
A. CONTRACTOR shall be responsible for controIling objectionable dust causedby his
operation of Wehicles and equiprnent, clearing ar far any reason whatever.
CONTRACTOR shall applywater and calcium chloride or use other methods subject
to the ENGINEER'S approval that will keep dust in the air to a minimum.
] .4 Y�ST AND RODENT CONTR�L
A. Provide rodent and pest contral as necessary to pre�ent infestation af construction or
storage area.
1. Subrnit proposed mett�ods and rnaterials to ENGINEER for approval.
2. Ernploy methods and use materials tf�at wiIl no# adversely affect conditions at
the site ar an adjoining properties.
1.5 WATER CONTROL
A. Pz�ovide methods to contt'al surface water and water frorn excavations and structures
to prevent darnage to the Work, the site, or adjoining properties.
1. Control fi11, grading and ditching to direct water away from excavations, pi#s,
tunnels and other constructian areas; and to direct drainage to proper runoff
courses so as to prevent any erosion, daznage or nuisance.
B. Provide, aperate and maintain equipment and facalities of adequate size ta control
surface water.
3I81406 � 156�" �.
City of Fort Warth ENVIRONMENTAL CONTROLS
West Side IV Project — Pump Station
C. Dispose af drainage water in a manner to pre�ent flooding, erosion, or other damage
to any portian af the site or to adjoining areas and in conformance with aIl
en�iranmental requrrements.
] .6 PQLLLITION CONTROL
A. Provide mechods, means and facilities required to prevent contamination of sail,
water or atmosphere by the discharge of noxious substances from construction
operations.
B. Pravide equipment and personnel, perform emergency measures required to contain
any spallages, and to remove contaminated soils or Iiquids.
1. Excavate and aispose of any contaminated earth offsit�, and replace wath
suitable compacted fill and topsail.
C. Take special measures to prevent harmful substances frorn entering public waters.
1. Prevent disposal of wastes, effluents, chernicals, or other such substances
adjacent to streams, or in sanitary or storm sewers.
D. Provide systems for control af at�nospheric poi�utants.
1. Prevent toxic �oncentratians of ck�emica�s.
2. Prevent harmful dispersal of pollutants into the atmosphere.
E. AlI CONTRACTOR'S equipment used during construction shalI conform to all
current federal, state and locallaws and regulations.
1.7 EROSJ4N C�NTROL
A. Plan and execute consiruetion and earth work by methods to control surface drainage
from cuts and fills, and from borrow and waste disposal areas, to prevent era�ion and
sedimentation.
1. Hold the areas of bare soil exposed at nne tix�ae ta a rr�inimum.
2. Provide temparary contral measures such as berms, dikes ar�d drains.
B. Construct fills and w�ste ax-eas by selective pIacement to eliminate surface silts or
clays which will erode.
�. Periadically inspect earthwork to detect any evidence of the start of erosion, apply
corrective measures as required to contral erosion.
+ + END QF SECTION + +
3181006 � �. ���-�
City of Fort Worth FILTER FASRIC FENCE
West Side N Project — Pump Station
SECTION 01567
FILTER FABRIC FENCE
PART 1 - GENERAL
f � � ] .1 SECTTON INCLUDES
��
A. InstaIlation of erosion and sediment control filter fabric fences used during
� construction and until final development of the site. The purpose of filter fabric
� fences is ta contain pollutants from overland flow. Filter fabric fences are not for
use in channelized flow areas.
� l.2 SUBM�TTALS
A Manufacturer's catalog sheets and other product data an geotexti�e fabric.
I.3 REFERENCES
A. ASTM D3786 - Standax�d Test Method for Hydraulic Bursting Strength far
Knitted Goods and Nonwo�en Fahrics
' B. ASTM D4632 - Standard Test Method for Grab Sreaking Load and Elongation of
_ Geotextiles.
1
PART 2 - PRODUCTS
2.1 FII.TER FABRIC
A. Provide waven or nonwoven geotextile filter fabric made of either polyprapy�lene,
polyethylene, ethylene, or polyamide material.
B. Geotextile fabric shall have a grab strength of 100 psi in any principal direction
(ASTM D-4632), Mul]en burst strength exceeding 200 psi (ASTM D-3786}, and
the equivalent opening size between 50 and 140,
C. Filter fabric material shall contain ultraviolet inhibitors and stabilizers to pro�ide
a minimum of 6 manths of expected usable eonstruction life at a temperature
range of 0 degrees F to 120 degrees F. Contractor shall replace fence e�ery 6
months.
D. Representat�ive Manufacturers: Mirafi, Inc., or equal.
a�aioo6 01567 - 1
City of Fart Worth FILTER FABRTC FENCE
West Side N Project — Pump Skation
PART 3 - EXECLTTION
3.7 PREPARATT4N AND INSTALLATION
A. Provide erosion and sediment control system� as required herein and on the
Drawin,gs. 5uch systems shall be of the type indicated and shall �e constructed in
accaraance with the requirements shown on the Drawings and specified in this
Section.
B. Na cI�aring and grubbing ar rough cutting shaIl be permitted until erosion and
sediment control �ystems are in pIace, ather than site work specifically directed by
the ENGINEER to allow soiI testing and surveying.
C. Maintain exisiing erosian and sediment contro] systems ]acated witnin the project
site until acceptance af t�e project or until directed by the ENGINEER to remov�
and discard the existing system.
D. Regularly inspect and repair or replace damaged campanents of filter fabric fences
as specified in this Section. Unless otheY-rvise directed, maintain the erosion and
sedirrzent control systems until the project area stabilizatian is accepted by the
ENGINEER. Rema�e erosion and sediment control systems promptly when
directed by the ENG]NEER. Discard i-emoved materials off site.
E. Remove sediment deposits and dispose of them at the designated spoil site for the
project. If a project spoil site is nat designated on the Drawings, disgose of
sedaxnen� aff site at a location nat in or adjacent to a stream ar floodplain. Of�-site
disposal is the responsibility af the CONTRACTOR. Sediment to be placed at thc�
project site sho�ald be spread evenly throughout the site, compacted and stabilized.
Sediment shall not be allowec� to flush inta a stream or drainage way. Tf sedirnent
has been cantaminated, it shall be disposed of in accordance with existing federaI,
state, and iocal rutes and reg�]ations.
F. Equipment and vehicIes shall be prohibited by the Contractor frozn maneuvering
on areas autside of dedicated rights-of-way and easements for construction.
Damage c�used by constructzon traf�c to erosion and sediment control systems
shall be repaired immediately.
3.2. CONSTRUCTION
A. Provide fi]tez' fabric fence systems in accardance with the Drawing detail for Filter
Fabric Fences. Filter fabric fenees sha�l be instal�ed in such a manner that surface
runoff will percolate through the system in sheet flow fashion and allow sediment
to be retained and accumulated.
3781D06 OIS{)i - 2
City of Fort Worth FILTER FABRTC FENCE
West Side N Project — Pump Station
B. Trench in t�e tae af the filter fabi7c fence with a spade or rneehanical trencher so
that the downward face of the trench is flat and pe�pendicular to the direction of
� flow. The v-trench configuration as shown on the Drawings may also be used.
Lay filter fabric along the edges oF the trench. Backiil7 and compact treneh.
C. Pravide the filter fabric in cantinuous rolls and cut to the length of the fence to
minimize the use of joints. When joints are necessary, spliee the fabric together
on�y at a support post with a mini�num 6-inch o��erlap and seal securely.
D. Inspect sediment filter barrier systems after each t•ainfalI, daily during periods of
prolonged rainfall, and at a minimum once each week. Repair or replace damaged
sections immediately. Remove sediment depasits when silt reaches a depth one-
third the height of the fence or 6 inches, whiche��r is less.
+ + END OF SECTI�N + +
3181006 � 1567 � 3
City of Fort Warth MAINTENANCE AND PROTECTION
West Side N Project — Pump Station OF TRAFFIC
SECTTON 0157Q
MATNTENANCE AND PROTECTION OF TRAFFIC
1.1 GENERA,L
A. Al] streets and trafficways shall be kept open for the passage of traffic and
' � pedestrians during the eonstruction pe�iod unless otherwise approved by the
' ENGINEEiR or authority having jurisdiction over sarne.
B. When i•equired to cross, obstruct or tempaararily clase a street or trafficway,
CONTRACT�R shall pzovide and maintain suitable bridges, detours or other
appraved temporary expedient for the accommociation of traffic. Cl�sings sha11 be
for the shortest time practical, and passage shalI ba r�stored immediately after
campletion of backfill and temporary paving or bridging.
C. CONTRACTOR shall give the required advance notice to the fire and police
departments of his proposed operations.
D. CONTRACT�R shall give reasanable natice ta awners or tenants of private property
who may be affected by his operations.
E. CONTRACTOR shall provide signs, signals, barricades, flares, lights and all other
equipnnent, service and personnel required to regulate and protect all t�raffic, and
warn of hazards. All such wark sha�l conform to requirern�nts of the OWNER or
autl�ority having}urisdictian. Remove temparary equipment and facilities when no
longer requiz-ed, restore grounds to ariginal, or to specified ca�nditions.
F. CONTRACT�R shalI ensure streets az�e maintained free of mud and debris from
construction operatians.
l.2 TRAFFIC SiGNALS AND SIGNS
A. Provid� and operate trafiic control and dirEctional signals r�quired to direct and
maintain an ordexly f�ow of traffic in all areas under CONTRACTOR'S control, or
affected by CONTRACTOR'S operations.
B. Provide traffic control and directional signs, mounted on barricades or standard
posts:
1. At each change of direction of a roac3way and at each crossroad.
3181DU6 �XSiQ-X
Caty af Fart Worth
West Srde N Project — Pump Station
2. At �etours anc3 hazardous areas.
3. At parking areas.
1.3 FLAGMEN
MAINTENANCE AND PROTECTION
OF TRAFFIC
A. Provide qualified and suitably equipped flagmen when construction operations
enczoach an traffic lanes, as required for r�gulation of traffic and in accordanee with
the requirements af the authority having jurisdiction.
1.4 FLARES AND LIGHTS
A. Provide flares and Iights during periods of low visibility:
1. To clearly delineate traffic �anes, to guide traffic and to warn of hazardous
areas.
2. Far use by flagmen in directing traffic.
:
1.5
Prnr�ide iIlurninatzan of criticaI traffic and parking areas.
PARKING C�NTROL
A. Control all CONTRACT�R related �ehicular par�cing within the limits of the Work
to preclude interference with public traffic or parking, access by emergency �ehicles,
OWNER'S operations, or const;raction operations. Provide temporary parking
facilities for the public as may be required because af construetion or operations.
B. Monitar parking of all canstruction and pi7vate vehicles:
1. Maintain free vehicular access to and through paz-king a7reas.
2. Prohibit parking on or adjacent to access roads, or in nan- designated areas.
1.6 _HAUL ROUTES
A, Consult with go�erning autharities and establish thoroughfares which will be used as
haul routes and site access.
B. Confine construction traffic to designated haul routes.
C. Provide traffic contral at czitica� areas of haul routes to expedite traf�c flow, to
minimize interference with normal public traffic.
+ + END OF SECTION + +
3181606 �] 5%fl-1.
City of Fort i�Vorth PRO�ECT ]DENTIFICATION AND SIGNS
West Side ]V Project — Pump 5tadon
SECTION a1.58Q
PROJECT IDENTIFICA'1'�ON AND SIGNS
PART 1 — GENERAL
1.1 DESCRIPTION
A. Furnish, install and maintain tem�arary praject ideniification and informational signs
in accardance with the General Conditions and Special Conditians.
B. The fallowing signs shalI be provided:
1. SEE ATTACHED FIGURE �n part H of the specification doc�ment.
C. No signs except those specified shall be c�isp�ayed unless apprflwed by OWNER.
1.2 5UBMI'T'TALS
A. Submat in. accordance with prescribed Shop Drawing procedure.
, B. Include the following information:
1. Type of grade af rnaterials.
i 2. Layout, size, trim, framing, supports and coatings.
3. Siz� and style of lettering.
4. Samples of colors.
1.3 CONSTRUCTION
� A. Use 3/�l-inch exteziax grade pl�wood unless shown otherwise.
B. Use, tram, mitered on a�l edges.
I
C. Desagn signs and suppoi�ts ta withstand 75 mile per hour wind.
� D. Paint with ext�rior gIoss-finish enamel. Sign painter shall be a professional in the type
work required.
� E. 5ee Part H of the specz�ication document for details.
� 3181006 015 SD-I
Caty af Fart Worth. PROJECT IDENTIFICATI�N AND SIGNS
West Side N PrQjeet — Pump Station
1,4 1NSTALLATTON AND MAINTENANCE
A. Loeation of signs shall be as shawn aa- directed by ENGINEER.
B. 1Vlaintain signs so they are clean, legible and upright. Keep grass and weeds cut
away from signs.
C. Repair and repaint damaged signs. Retocate signs as a-equired by progress of th�
�Vork.
D. Remove signs when praject is completed or when directed by ENGINEER.
+ f END OF SECTION + +
318100G a 1 � � �-2
City of Fort Worth CONTRACT�RS FIELD �FFICE
West Side IV Projeet -- Pump Station AND �HEDS
SECTION Q1592
CONTRACTOR'S F1ELD O�FICE AND SHEDS
PART 1 - GENERAL
1.1 DESCRIPTION
A. Pravide a CONTRACTOR's field office with the minimum faciIities specified as
per the GeneraI Conditions. Pz�ovide all requiz-ed storage and work sheds.
B. CONTRACT�R's Field Office and Furnishings:
1. As requxred by CONTRACTOR, but with sufficient room and furnishings to
allow viewing of Contract Dacuments and Drawings.
2. Separate lockabie room for OWNER or OWNER's designees. The room
shalI include a file cabinet, table for rolling �ut p�ans, desk, desk chair and
two visitor charrs.
3. Telephone service.
4. Light and temperature control.
5. Six pr�tective helmets for visitor's use.
6. Exterior ident�iying sign �aeetin� City's signage a-equirements, as indicated
on the following d�etai�s. �
7. Other furnishings at CONTRACTOR's option.
� C. Storage and Work Sheds:
1. Pro�ide storage and work sheds sized, furnished, and equipped to
accommodate personnel, materials and equipment involved, including
� temporary utility sezvices.
D. Provide one set of all Contract Documents, red line record drawings, and
submittals, in the CONTRACTOR's field office far ready reference at all times
by inter�sted p�rties,
E. Remove field office and sheds at Substantial Completion unless otherwise
approved by ENGINEER.
PART 2 — PRODUCTS (N�t U�ed)
PART 3 — EXECUTION (Not Used}
+ + END OF SECTTON + +
318]Oi16 01592�1
City of Fort Worth TRANSpORTATION AND HANDLING
. West Side IV Pro�ect — Pump Station OF PRODUCTS
, SECTION 016I0
� TRANSPORTAT�ON AND HANDLING OF PRODUCTS
PART 1 - GENERAL
1.1 DESCRIPTION
` A. This Section includes the general r�quii-ements fnr the transportation and handling
� of products.
B. CONTRACT�R s�all make all arrangements for transpc�rtation, delivery and
handling af products requ�r�d for prasecution and comp]etion of the Work.
C. 5hipments of products to CONTRACTOR or Subcontractors shall be delivered ta
the Site only during regular working hours. Shipments shall be addressed and
consigned to the proper party giving name of Project, st�reet number and eity.
Shipments shal� not be delivered to OWNER except where otherwise directed.
D. Tf necessary ta move stored products during consfraction, CONTRACTOR shall
move them withoUt any additianal coxinpensation.
1.2 PREPARATION FOR SHIPMENT
A. When practical, factory assemble products. Matchmark or tag separate parts and
assemblies to facilitate field assembly. Cover machined and unpainted parts that
may be damaged by the e7ements with a strippable protective coating.
B. Package products to facilitate handling and protect from aamage during shippang,
handling, and storage. Ma�k or tag outside of each package or crate to indicate its
purchase order nurrsber, bill af lading number, contents by name, OWNER's
contract name and number, CONTRACTOR, eguipznerai number, and appraxi-
mate werght. Include complete packing lists and bills of materials with eaeh
shipment.
C. Protect products fram exposuz'e to the elements and keep thoraugi�ly dry and
dustfree at all tirnes. Protect painted surfaces against i7npact, abrasion,
diseoloration, or ather damage. Grease or oil al] bearings and similar items.
3181006 nl{1�-1
City of Fort Worth TRANSP�RTATI�N AND HA.NDLING
West Side IV Praject — Pump Station OF PR�DUCTS
D. Advance Notice to ENGIlVEER af Shipments: Upon receipt of manufacturer's
advance notice of shiprnent, pro�ide ENGINEER 7-day advance notice
of anticipated date and place of arrival of the fol�owing:
1. None.
E, Do not have products shipped until:
I. Related Shap Drawangs have been approved by ENGINE�R;
2. Related factory test results, required in the indir�idual �pecification Sections,
have been reviewed and accepted by ENGINEER; and
3. R�quired storage facilities have been provided.
1.3 DELIVERY
A. Azxange deli�eries nf graducts in accard with prngress schedules and in ample
time to facilitate 'rnspection prior to instaIlatian.
B. Coordinate de]iveries to avaic� conflict with Work and conditions at Site, and to
accommodate the following;
1. Work of other cantractors, or OWNER.
2. Lirr�itations of starage space.
3. AvailabiIity of equipment and persannel for handling products.
4. OWNER's use of premises.
C. Ha�e products delivered to Site in rnanufactur�r's original, unapened, Iabel�d
containers. Keep ENGINEER informed of delivery of all equipment to be
incorporated in the Wark.
D. Clearly mark partial deliveries of component parts of eqUipment to identify the
equipment, to permit easy accuznulation of parts and to facilitate assernt�ly,
E. immediately on delivery, inspect shipment to assure:
l.. Praduct complies with requizements of Contract Dacuments and revi�wed
subrnittals.
2. Quantities are correct.
3. Containers and packages are intact, �abels are legihle.
4. Produets are properly protected and undamaged.
F. Pi•amptly remave damaged products from the Site and ex�edite delivery of new
undamaged praducts, and remedy incorraplete or Zast prodncts to provide that
specified, so as not to delay progress of the Wark.
3�sioo6 0161Q-2
i ,�
I�
'I YI
9 f
l
r
��
. �
1�
City of Fort Worth
West 5ide IV Project — Pump Station
l .4 PRODUCT HANDLING
TRANSPORTATION AND HANDLING
OF PRODUCTS
A. Pro�ide equipment and personnel necessary to handle pi•aducts by methflds to
pre�ent soiling or damage to products �r packagir�g.
B. Pro�ide additional pi-otection dui-ing handling as necessary to prevent scra�ing,
marring or otherwise damaging products or surrounding surfaces.
C. Handle prQducts by methads to prevent bendsng or overstressing.
D. Lift heavy component� only at designated lifting points.
E. Handle products in a safe manner and as i-ec�mmended by manufacturer to
pre�ent damage. DQ not drap, rall or skid products off detivery vehicles. Hand
earry or use suitable materials handling equipment.
PART 2 — PRODUCTS (Not Used)
PART 3 — EXECiJ7'ION {Not Used)
�+ + END OF SECTY�N + +
318�006
01fiIO-3
City of Fort Wartt� STORAGE AND PROTECTION
,, West Side IV Project — Pump Station OF PRODUCTS
SECTION 01 b 11
STORAGE AND PRC�TECT�ON �F PR�DiJCTS
PART 1 - GENERAL
1.1 DESCRIl'T�ON
'� A. Tl�is 5ection includes the general requirements far the storage and protectian oi
.� products. Materials are to be stored and protected as per the General Conditions
and the procedur�s described in this section.
1.2 STORAGE
A. Store and protect produets, with labels intact and legible, in accordance with
manufacturer's reeammendations and req�irements of Speeifications.
B. CONTRACT�R shall make all arrangements and provisions n�ce�sary for the
�torage of �roducts. All excavated matei-ials, constructian equipment, and
materials and equipment to be incorporated into the Work shali be placed so as
not to injure any part af the Work or existing facilities, and so that iree access can
be had at ail times to all parts o� the Work and to all public utiiity installations in
the �icinity of the Work. Products shall be l�ept neatly and cornpactly stored in
locatians that will cause a minimum of inconvenience to other eontractars, publie
trave�l, adjoining owners, tenants and occupants. Arrange starage in a manner to
provide easy access forinsp�ction.
G Areas avai7able on the Site foz starage of praducts shall be as shown or approved
by the ENGINEER.
D. Products which are to become ihe property of the OWNER shall be stoxed to
facilitate their inspe�tion and insure preservation of the qualiCy and fitness of the
Work, including proper protection against damage by freezing and moisture.
Tf�ey shaIl be placed in - inside storage az-eas unless otherwise acceptable to
� WNER.
E. Lawns, grass plots or other private property shall not be used far storage purposes
wiihout written permission of the OWNER or other person in passession or
control of such premises.
F. CONTRACTOR shalI be ful�y zesponsible for Ioss or damage including theft, to
stored products.
3181006 Olb1i-1
City of Fort Worth STORAGE AND PROTECTION
West Side IV Project — Pump Station OF PRODUCTS
G. Do nat store products in the str�ctures under canstructian unIess appro�ed in
writirag by the ENGINEER.
1.3 UNC�VEREI� STORAGE
A. The fo3lowing types of materaals may be �tored outdoors without co�er:
1. Masonry units.
2. Reinfarcing steel.
3. Structurai steel.
4. Piping, except PVC,
5. Precasi concreta items.
6. Castings.
7. Handrailing.
B. Store the above products on wood b�ocking or skids so the�re is no contact with
the ground.
1.� COVERED ST4RAGE
A. The following types of products �nay be siored outdoors if eovered with mat�rial
imper�ious to water:
1. Rough lurnbsr.
2. PVC piping.
S. Tie dawn cavers with rape and slope to prevent accumulation of watez� on co�ers.
C. Store abo�e products on wood blocking nr skids.
D. Store laose granular materials, cove�red with materials irx�pervious to water, in a
welI-d��ained area or solid surfaces to prevent mixing wrth foreign matter.
] .S FULLY PROTECTED STORAGE
A. Store alI products not named above in buildings or trailers whicY� have a concrete
or wooden floor, a roof, and fully closed walls on alI sides.
S. Provide heated storage space for products that could be darnaged by freezing.
C. Protect mechanrcal and electrical equipment from being contaminated by dust,
dirt and maisture.
D. Maintain humidity at ]evels reeomrnended by manufacturers For electrical and
electronic equipment.
sis�oo6 0161 �-2
City of Fort Worth
West 5ide IV Project — Pump Station
l .b HAZ,�RDOUS PR�DUCTS
A
1.7
STORAGE AND PROTECTION
OF PRODUCTS
Prevent contamination of persannel, the storage area and the Site. Comply with
the ��equirements of the Specification, codes and manufacturer's instructians.
MAINTENANCE OF STORAGE
� A. Maintain periodic system oi inspection of stoi-ed products an scheduled basis to
� assure that:
1. State of storage facilities is adequate to provide required conditions.
.' 2. Required er�vironmental conditions are maintained on continuing basis,
' � 3. Products exposed to elements are not adversely affected.
B. Mechanical and electrical equipment which �-equires long term storage sha�l have
complete manufacturer's instructions for sexvicing accompanying each item, with
notice of enclosed instructions shown an exterior of package.
1. Comply with manufacturer's instructions fln scheduled basis.
2. Space heaters that are part of electricaI equipment shall be connected and
operated continuausly until equipmen� is p�aced in service.
1.8 RECORDS
; A. K�ep running account nf products in storage to facilitate p��eparation of progress
' payments if Agreement provides far payrr�ent for products delivered, but not
installed in the Work.
PART 2 --- PRODUCT3 (Not Used)
PART 3 — EXECUTION (Not Used)
+ + END OF SECTION + +
31810�6 01611-3
City of Fort Worth INSTALLATION OF EQUIPMENT
West Side N Praject — Pump Station
SECTION 0 Y 620
INSTALLATTON OF EQU�PMENT
1.1 GENERAL
A. This Section describes Work necessary to install equipment and rnaterials to be
incorparated into the Work. It supplements the Specification requirernents in
Divisions 2 through 16.
� B. Shop Drawings, installation drawings and instructions furnishedby the manufacturers
� shall be used by CONTRACT�R in the instaIlation af the equipment and materials.
1.2 ANCHOR SOLTS AND GROUT
�
A. Anchor bo�ts shall be furnished b�+ CONTRACTOR, as specified and required.
� Anchor bolts shall be a� specified mater�als with heavy hexhead nuts. Anchorage
items shalI conform to the applicable requirements of Section 05051, Anchor
Systerns.
�
B. Grouting shall be in accordance with Division 3.
1.3 TRANSPORTING, HANDLING AND INSTALLING EQUIPMENT AND
MATERIALS
A. CONTRACTOR sha11 conform to requizements of the 01600 Sections ofDivision 1.
B. CONTRACTOR shall employ competent mechanacs experienced in the installation
of the types af equipment and materials ta be furnished, and shall ensure t�at all
equipment and materials axe installed in accordance wiih the recommendations of the
manufacturer.
C. CONTRACTOR shall furnish all bolts, nuts and ot�er fastenings and shall comply
with the applicable requirements of Section D5051, Anchor Systems.
1.4 EOUIPMENT ERECTION
A. General: Conform to the following as a minimum:
sia�oa6
O1b2Q-1
c�ty of FQrt w��n
West Side N Project — Pump Station
1
2
K3
4.
S.
6.
7.
8.
9.
10
INSTALLATION OF EQUIPMENT
Use only mechanics skilled in the handling, setting, aligning, Ieveling and
adjusting of the type of equipment and znaterials furnished.
Use only an oil bath heater to expand cauplings, gears, etc. Do not force or
drive them an equipment shafts, nor subject them to an open flame or torch.
Wec�ging will not be permitted. Use the least numbex of flat shims possible in
leveling equipment. Shims sha11 be 30455. Provide all shims, filling pieces,
keys, packing, ar ather materials necessary to propei•ly align, level and secure
apparatus in pIaee. When requested by ENGINEER, CONTRACTOR shall
demonstrate that aIl elements so a-equired are level and plumb. Grind as
necessary to bring parts to proper bearing after erectian.
Use propeX too]s in the assembly of equipment and materials ta preve�t
deforming or rnarring the suz-face of shafts, nuts or other parts.
Tighten connections requiring gaskets ev�nly ail around to ensure uniform
stress over the entire gasket area.
Equipment and materials shall not be alkered ar repaired, and no burning or
welding v�ill be permitted on any parts having maehined surfaces, except by
written permission of ENGINEER.
No rigging sha11 be done frnm, any structure vvithout the permission of
ENG]NEER, and CONTRACTOR shall be completely responsible for damage
ta the structure resulting from such operations.
Use tools, equipment and materials that will not damage the structure or
equipment.
Fuzr�ish and install plugs in Iubrication holes to prevent entry of foreign
materi al.
Electrica� work, testing, lubricating and painting shaIl a11 comply with
requirements af the applicable Section.
B. 5etting and Erection:
1. AlI units shall be carefully set and aligned fln their foundations by qualified
millwrights after their sale plates have l�een shimmed to true alignment at the
anchar holts. Anchor bolts shall be set in place and the nuts tightened against
tH� shims. Bedplates or win� feet of the equipment shall be further cheeked
after securing to the foundations and, after confirmation af all alignments, the
sole plates shall be finally grouted in plaee. CQNTRACTOR shall be
responsible far the correct aIignment of equiprnent with its associated piping.
"Pipe sprin�ing" will not be allowed.
2. MisaIigned holes shall be reamed provided edge tolerances specified in ATSC
standaz-ds are met. 'Dri�ing" of bolts or key� will nat be pez-mitted.
C. Alignment and Leveling:
1. Field check all shafts, cauplings and sheaves for alignment and adjust to
znanufacturer's specifications �vhere necessazy.
2. CaupIings shall be aligned while the equipment is free frorn all external loads.
3i��oa6 OZfi2Q-2
City of Fort Worth INSTALLATION OF EQUTPMENT
West Side IV Project — Pump Station
3. Angular and parallel alignment shall be checked, and the actual a�ignment shall
b� recorded and submitted ta ENGINEER. AlignrnenC shall be within
manufacturer's recommended tolerance.
4. Laser indicators shall be used for the checking of angular and paraIlel
alignment.
D. Threaded Cannections:
. I 1. Apply a molybdenum disulphide anti-seize comp�und to all threads in
� mechanical conneetions such as bolts, SiLiC�S, cap screws, tubing, etc. unless
, },
otherwise specified.
E. Equipment Drive Guards:
. 1. LTnless shown or specified otherrivise, provide all equipment dxir+en by open
Ishafts, belts, chains, pulleys, shea�es, or gears with all-rnetal guards
conforming ta the zequiremenfs of 29 CFR, 1910, Subpart O. Guards shall
i enclose the drive and driven mechanism�, Construct guards of galvanized shec;t
;� steel, gal�anized woven wire, or expanded metal set in a frame of galvanized
steel members. Secure guards �n position by steel braces or straps, securely
I fastened to floor, wall or frame of the equipment. Fastenings shall permit easy
rennaval for servicing the equipment.
1.5 SERV�CE� OF MANUFACTURERS' REPRESENTATIVE
A. Equipment furnished under Divisivns 11, 13, 14, 15 and 16 shall include the cost of
competent, qualified representatives of manufacturers of all equiprnent to supervise
tt�e installation, adjustment and testing of the equipment and to instruct the OWNER'S
operating persannel on operation and maintenance. The training time and additional
requirements for furnishing services of manufacturers'representatives aze specified in
the agpropriate 5ections. If no time is specified, the training time shajl be at least one
day. Supervision z�nay be divided into two or more time periods as required by
CONTRACTOR'S schedule or as directed by ENGINEER.
B. A certificate from the manufaeturer stating that the installation of the equipment is
satisfactory, that the unit has been satisfaetorily tested and is ready for operation, and
that the aperating personne� ha�e been suitably instructed in the operation, �ubrication
and care af the unit sha�l be submittEd within thirty days af completion of the
pe�-forznance test. Additional requirements for manufactUrer's xeports are specified in
the appropriate Sections.
+ + END OF SECTION + +
3181006 d 1620-3
City of Fort Worth
�Vest Side N Project — Pump Station
SECTION O1fi30
SUB STiTUTIONS
PART 1— GENERAL
• 1.1 GENERAL
SLIB STITUTIONS
A. Rec�uests for review of a substitution s�aIl confornz to the requirements of the
. General and Special Conditions and shall contain complete data substantiating
;. comp�i ance of proposed substiturion with Contract Documents.
I.2 CONTRACTOR'S OPTIONS
A. For rraaterials or equipment (hereinafter products) specified only by reference
standard, select product meetin� that standard, by any manufacturer, fabricator,
suppXier or distributor (hereinafter manufacturer}. To the maximum extent possible,
provide products o� the same generic kind from a single source.
B. For products specified by naming severa� praducts or manufacturexs, sei�ct any one
af the products or manufacturers named which complies with Specifications.
C. For products specified by naming one or more products or manufacturers and stating
"ar equal", submit a request for a sub�titution for any product ar manufacturer which
is not specifically nalmed.
D. For products specified by naming only ane product or manufacturer and fa]lowedby
wox�ds indicating that no substxtution is permitted, there is no option and no
substitution will be al�owed.
E. VVhere more than one choice is available as a CONTRACTOR'S option, se2ect
pz-oduct which is compatible with ath�r products already selected or specified.
1.3 SUBSTITUTIONS
A. Durir�g a period of 30 days after date of commence3mer�t of Contract Time,
ENGINEElZ will cansider wi�tten requests fi•om CQNTRACTOR for su�stitution oi
products or man.ufacturers, and eonstructior� methods (if specified).
1. After end of specified per�od, requests will be considered only in cas� of
unarrailability of pz�oduc� ar other conditions beyond control of
CONTRACTOR.
318100b Q�.63Q-1
City of Fort Worth
West Side IV Project — Pump Station
� �: - -r. �[s��y
k3. Submit S copies of request for substitution. Sul�mit separate request for each
substitution. In addition to requirements set foi-�h in the Supplementary Conditions,
include in request the follflwing:
i. Far pa•oducts or manufacturers:
a. Proauct identification, incIuding man�facturer's name and adc�ress.
b. Manufacturer's literature ��ith product description, performance and test
data, and reference standards.
c. Samples, if appropriate.
d. Name and address of simi�ar projects an which product was used, and
date af installation.
2. For construction methods (if specified}:
a. Dei�iled de�criptinn of proposec� method.
b. Drawings illustrating method.
3. Such other data as the ENGINE�R may require ta establish that the proposed
substitutian is equal to the produet, manufactur�r or method specifi�d.
C. In making request for substitution, CONTRACTOR represents that:
1. CONTRACTOR has investigated propnsed substitution, and determined that it
is �qual to or supey7or in all respects to the product, manufacturer or method
specifi ed.
2. CONTRACTOR will pro�ide tt�e saxne or better guarantees ar warranties far
proposed substitution as far product, rnanufacturer or methad specified.
3. CONTRACTOR wai�es all claims for additional costs or extension of tirne
related to prapased substitution that sub�equently may became apparent.
D. A proposed substitution will not be accepted if:
1, Acceptance will require change� in the design cancept or a substantial revisio�l
of the Contract Documents.
2. It will delay comp2etion of the Work, or the work of other contractors.
3. It is indicated or implied on a Shap Drawing and is not accompanied by a
formal request for substitution from CONTRACTOR.
E. If the ENGINEER detez-mines that a proposed substitUte is not equal to that
specified, CONTRACTOR shall furnish The product, manufacturer ar method
specified at no additional cost to DWNER.
F. Approva] of a substit�tion wzll nat relieve CONTRACTOR from the requirement
for submission of Shap Drawings as set forth in the Contract Docurnents.
+ + END OF SECTION + +
31$ ] 006 01630�2
City of Fort Worth
STARTING AND PLACING
West Side N Project — Pump ��ation EQU]PMENT IN OPERATION
SECTTON 01655
STAR'TING AND PLACING EQUTPMENT IN OPERATION
PA�tT 1 - GENERAL
1.1 GENERAL
A. CONTRACTOR shall initiaily start-up and place all equipment installed by him inta
successful operation according to mar�ufacturers wi-�tten instructians and as
inst�-ucted by manufacturer's field representative. Pzavide all material, Iabor tools,
equipment, and expendables required.
B. General Activities Includ�:
1. Cleanang.
2. Rernoving tem�orary protective coatings.
3. Flushing and replacing greases and Iubricants, whexe required by manufacturer.
4. Lubrication.
5. Check shaft and coupling alignments and reset where needed.
6. Check and set motor, pump and other equipment rotation, safety interiacks, and
belt t��sions.
7. Gheck and correct if necessary ]eveling plates, grout, bearing p]ates, anchor
bolts, fasteners, and alzgnment of pipir�g which may put stress on pumpizag
equipment connected to it.
8. All adjustments z'equired.
C. Prowid� initial filling of lub�icants and all other required operating fluids.
D. Provide fue1, e�ectricity, water, f'ilters, and other expendables required for �nitial
start-up of equipment unless otherwise specified,
E. OWNER will provade sufficieni persanne] to assist CUNTRACTOR in the initial
start-up, but ihe prime responsibality for proper mechanical operation wi�l belang t�
CONTRACT�R. Manufacturers xepresentatives sha�l be present duringinitial start-
up and operation unless otherwise acceptable-to ENGIl�TEER,
F. Start-up of either the heating or air condition�ng systems is dependent upon the time
vf year that the plant start-up is initiated. CONTRACTOR will be required to return
at the begi�ning of the next heating or asr conditsoning seasan (whichever is
applicable) to start the appropriate system.
3181006 Q1�55-�
City of Fort Worth
West Side IV Project — Pump Station
STARTING AND PLACING
EQUTPMENT IN OPERATION
A. Immediately upan completian of successful start-up and placing of equipment in
opea�ation OWNER will assume responsibility for npex'ation of equipment�
] .2 MINIMUM START-UP PROCEDURES
A. Bearings and Shafting:
1. Inspect for cleanliness, clean and xemove foreign materials.
2. Verify alignment.
3. RepJace defective bea�-ings, and those which run rough or noisy.
4. Gi-ease as necessary, and in accordance with manufacturer's recammendations.
B. Drives:
1. Adjust tensiQn in V-beIt dri�es, and adjust varipitch sheaves and dri�es for
proper equipment speed.
2. Adjust dr�ves for alignment of sheaves and V-be]ts.
3. Clean and remove foreign materials before starting operatian.
C. Motors:
1. Check each motor far cqmparison to amperage nameplate value.
2. Correct conditians which produce excessive current flow, and which exist due
to equ�pment malfunccian.
D. Pumps:
1. Check glands and seals for cleanliness and adjustment before running pump.
2. Inspect shaft sleeves faz scoring,
3. Inspect mechanical faces, chambers, and seal rings, and replace if defective.
4. Verify that piping system is free of dirt and scale before circulating liquid
through the pump.
E. Valves:
1. Inspect both hand and automatic control val�ve�, cIean bonnets and stems.
2. Tighten packing glands to assure no leakage, but permit vaI�e stems to nperate
without gaIlzng.
3. Rep]ace packing xn valves to retain maximum adjustment after system is judged
complete.
4. Replace packin� on any �alve r�vhich eontinues to leak.
5. R�mo�e and repai�r bonnets which leak.
6. Coat packing gland threads and valve stezns with a surface preparation of
"Mo�y-Cote" or "FeI-Pro", after cIeaning.
F. Verify that control valve seats are free from fareign material, and are properly
pasitioned for intended service.
3�a�oo� O1f55-2
City of Fort Worih
West Side N Project — Pump �tation
STARTING AND PLACING
EQU7PMENT IN OPERATI�N
G. Tighten f7ar�ges and all ather pipe joints after system has been p�aced in operatian.
1. Replace gaskets which show any sign of leakage after tightening.
H. Tnspect all joints for leakage.
�� 1. Promptly remake each joint which appears to be faulty, do not wait for rust to
form.
2. Clean threads on both parts, apply compound and remake joints.
i
I.
J
After system has been placed in operation, clean strainers, drives, pockets, orifices,
valve seats and headers in f7uid system, to assure freedom from foreign materials.
Open steam traps and air vents where used, rernove operating eiements.
l.. Clean thoroughly, r�place internal parts and p�t back into operation.
K. Remove rust, scate and foreign materials frnm equipment and renew defaced
sux-faces.
L. Set and calibrate draft gages of air filters and other equipment.
M. Inspect fan wheels for clearance and balance.
1. Pravide factory-authorized personnel for adjustment when needed.
N. Check each electrical control circuit to assure that operation complies with
Specifications and requirements ta provide desired performance.
O. Tnspect each pressure gage and thermometer foz calibration.
1. Replace it�ms which are defaced, broken, or which read incazrectly.
P. Repair damaged insulatian.
Q. Vent gasses trapped in any part of systems.
1. Ver•ify that liquids are drained from all parts oi gas or air systems.
+ + END OF SEGTION + +
�
3181006
O1f55-3
City o� Fort Worth FlELD TESTS OF EQU]PMENT
-• West Srde N Project — Pump Station
� � SECTTON 01660
I F�ELD TESTS OF EQUIPMENT
1.1 GENERAL
A. In addition to testing required by this Sectian Q1660, CONTRACTOR shall }�erform
all other tests req�ired by detai�ed equip�nent Specificatians.
I .2 PRELINIINARY TESTS
A. CONTRACTOR shall make preliminary field tests of all equipment as soon as
conditions permit.
B. Purpase of tests is to detezmine i� equipment is:
i. Properly installed.
2. CompIies with operating cycIes.
3. Operational and free from overheating, overloading, vibration oz other
aperating problems.
,,, C. CONTRACTOR shall furnish a131abar, materials, instruments, fuel, incidentals, and
expendables required, unless otherwise provided.
D. CONTRACTOR sha11 make all changes, adjustments and replacements required to
place equipment in service and test xt.
E. ENGINEER and OWNER shall be giveza sufficient priar notiee to witness tests.
1..3 FINAL TESTS
A. To tt�e maximum extent possible, CONTRACTOR shall perform finaI field tests of
equipment prior to initial start-up and operation of the Project. Where this is not
practicable, %nal field tests shalJ be performed during initial start-up and operation of
the Project.
B. Puipose of the tests is to demonstrate that equipnr�ent is:
1. Properly installed.
2. Completely ready for operation by the OWNER.
3. In campliance with design conditions, material specifications and a11 other
requiremer�ts af the Contract Documents.
3I Si006 01660-1
City of Fort Worth FIELD TESTS OF EQUIPMENT
West Side N Project — Pump Station
C. CONTRACTOR shal� fumish al1 fuel and energy, ]abar, materials, instruments,
lubricants and expendables required for the tests except where otherwise specified.
D. Until final field tests are completed and appro�ed, C4NTRACTOR shall make all
necessary changes, adjustments and replacements.
E. CONTRACTOR shall natify ENGINEER at least 24 hours prior to beginning of
tests. CONTRACTOR shall keep notes and data on tests and submit copy to trie
ENGINEER. ENGINEER and OWNER'S operating persannel shalI witness alI tests.
F. CONTRACTOR shall require the manufacturer to prepare a letter certifyin� they
have reviewed the instalIation and that it is acceptable. This certification is required
for each piece of equipment where startup or manufacturer's field services are
requared.
+ �- END OF SECTION + +
3i sj oos a 1660-2
�
City of Fort Worth
West Side N Project—Pump Station
SECTION 017d1
WARRANTY
° � PART 1 - GENERAL
1.1 DESCRiPTION
�i/: C � :_��'�
A. All warranties shall be pxovided to the OWNER in writing �riorta final acceptance of
the Work by the OWNER.
B. The GON1`RACTOR shal] warrantee that a11 the equipment, materials, and
workmanship furnished unde�- this Contract will be as specified and will be free of
defects due to fa�ity materials or workmanship and free from defects in design for a
period of one year from the date of final acceptance. Final acceptance shall be
defined as the formal written acce�tance by the �WNER of the completed project, or
partsons thereof folJowing a determination by the ENGINEER that the
CONTRACTOR has complied with all the provisions of these Contract Documents.
C. The performance bond shall remain in full force and effect through the warranty
period.
D. Within the warrdnty period �nc� upon notificati�n of the CONTRACTOR by the
OWNER, the CONTRACT�R shall promptIy make needed adjustments, repairs Qr
replacennents arising out of defects which, in the judgment of the OWNER, became
necessary during such period. The cost of materials, paarts, �abor, transportation,
supeivision, special tools and suppIies required �oz- conrection of abnormalities shall
be paid by the CONTRACTOR.
E. Th� CONTRACT�R shall also extend the terms of this warranty to cover repaired
parts and replacement pax-ts �uz-nished and repaaz work under tt�e warranty provisions
for a period of two ye�rs from the date of their installation.
F. In the c;vent af an emergency where, in the judgment of the 4WNER, delay would
adversely affect operatian of the plant or cause serious loss flr damage, repairs or
adjustments wil] be made by the QWNER, ar a third party chosen by the OWNER,
without giving notice to the CONTRACTOR, and the cost of the work shall be paid
by the CONTRACTOR.
3isxoo6 01701-1
City of Fort Warth
West Side IV Project — Pump Station
PART 2 — PRODUCTS (NOT USED)
PART 3 — EXECUTION (NOT USED1
+ �+ END OF SECTTON + +
�VARRANTY
3161006 01701-2
City of Fort Worth
West Side N Project — Pump Station
SECTION U 1710
CLEANING
PART 1 - GENERAL
CLEANIlVG
A. Canduct cleaning and waste-removal operakians to comply with the General
Conditians and this s�ction of the specification.
� .1 REQU�REMENTS
A. Conduci cleanin� and waste-remaval operations to comply with lacal laws and
ordinances and Fedei-al and Iocal en�ironmental and anti-pollution regulations.
l.2 PROGRESS CLEANIlVG
A. General: CIean the Site, Work areas and other areas CONTRACTOR is pernutted to
occupy by Laws and Regulations at least weekly. Dispose of mate�ials lawfu]ly
accarding to Laws and Regulations:
1. Camply with requirements in NFPA 241, Standard for Safeguarding
Construetian, Alteration and Demolition Operations, %r removal of
cambustible waste materials and debris.
2. Do not hold other materials more than 7 days during normaI weather or 3 days
if the temperature is expected to rise above SQ F.
3. Provide suitable containers for storage of waste naaterials and debris.
4. Containerize hazardous and unsanitary waste materials separately fro�n other
waste. Mark containers apprapriately.
B. Project:
1. Maintain Projeci free of waste materials and debris.
2. Keep exterior dust gen�rating areas wetted down.
3. At Ieast weekly, brush sweep a11 existing pump statian roadways affected by the
V�7ork.
C. Work Areas: Clean areas where Work is in progress to the level of cleanliness
necessary for proper execution of the Work.
1. Remove liquid spil�s promptly.
2. Where dust �would impair �roper execution of the Work, broom-clean or
vacuurr� the entiz-e Work area, as appropriate.
3181bQ6 �171Q-1
City o� Fort Worth
West Side IV Prnj�et — Pump Station
CLEANING
D. Installed Work: Keep installed Worl� clean. Clean installed suriaces according to
written instructions of manufacturer or fabricator of praduct installed, using only
cleaning materials specificall� recommended. If specific cleaning materials are not
recommended, use cleaning materials that are not hazardous ta health orpraperty and.
that will not damage exposEd suz-faces.
E. ConceaIed Spaces: Remo�e debt�s from concealed spaces before enclasing the space.
F. Exposed Surfaces: C1ean exposed surf`aces and protect as n,ecessary to ensure
freedom fi-om damag� and deterioration at time of Substantial Completion.
G. Cutting and Patching: Clean areas and spaees where cutting and patching are
perfarmed. Completely remave paint, mortar, oi7s, putty, and similar macerials.
1. Tharoughly clean piping, conduit, and similar features before applying paint or
other finishing materials. Restore damaged pipe coverin.g to its original
condition.
H. Waste Dispasal: •
1. Burying or burning waste materials on the Site will not be permitted.
2. Di spose of a]1 waste materials, surplus materials, debris and rubbish off the site.
3, Do nat dispase of �o]ati�e ar hazardous wastes such as mineral spirits, oil, or
paint thinner in storm or sanitary drains.
4. Washing waste materials down sewers or into waterways will not be permitted,
5. Use qf the 4WNER's ]andfilI to dispose of materials is nat permitted.
Z. Dui7n� handling and installatiora, clean and protect construction in progress and
adjoining materia�s already in place. Apply pz-otective co�ez�ng where required to
ensure protection from damage or deterioration at Substantial Compietion.
7. Clean and pro�ide maintenance on completed construction as frequently as necessary
through the remainder of the construction pet•iod. Adjust and lubricate operable
camponents to ensure operability without damaging effects.
1.3 FINAL CLEANING
A. Genezal: Px-ovide finaI cleaning.
1. Complete the follawing cleaning and waste-reznoval operations before
requesting inspection for certification of Substantial Cornpletion foz' entire
Project or for a portion of PzoJect:
a. CIean and remove frorn the Pro�ect rubbish, waste material, Iitter, and
other foreigra substances.
b. Sweep paved areas broom clean. Remove petrochemical spalIs, stains,
and ather foreign dEpasits.
3181006 � 1% 1 �-2
City of Fort Worth
West Side � Projeci — Pump Statron
CLEANING
c. Hose clean sidewalks and loading areas.
d. Rake grounds that are neither plant�d nor paved to a smooth, �ven-
textured surface.
e. Leave water courses, gutters, and ditches open and clean.
f. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free
condition, free of spatter, grease, stains, fingerprints, films, and similar
foreign substances.
g. C1ean, wax and polish wood, vinyl and painted floors.
h. Remove debris ar�d surface dust from limited access spaces, including
roofs, plenums, shafts, trenches, equipment vaults, manhole�, and similar
spaces.
i. Sweep concrete �oors broam clean in �noceupied spaces.
j. Clean transparent materials, including mirrors and glass in do�rs and
windows. Remove glazing compounds and other noticeable, vision-
obseuring materials. Replace chipped or broken glass and other damaged
transpazent matezials.
k. Remove ta�s and labels that are not permanent.
�. Touch up and otherwise repair and zestaz-e chipped, scratched, dented or
otherwise anarred surfaces to specified finish and match adjacent surfaces.
1) Do not paint aver "UL" and si�nrlar labels, includingmechanical and
electrical nameplat�s.
rn. Wipe surfaces of inechanical and electzical equiprnent, and similar
equipment. Remove exeess lubricadon, paint and mortar droppings, and
other foreign substances.
n. Clean plurnbing fixtures to a sanitary conditian, free of stains, including
stains resu�ting from water exposure.
o. Clean light fixtures, lamps, glabes, and ref7ectars to function witt� fulI
efficiency. Replace burned-out bulbs, and those noticeably dir�nmed by
hours of use, and defective and noisy starters in �7uorescent and mercury
vapor fixtures to comply with requirements for new fixtures.
p. Maintain the c�eaning until QWNER occupies the Project or partian
thereof.
q. Leave Project clean and in a neat and nrderly condition satisfactory to
ENGINEER.
PART 2 - PRQDUCTS (Not Used)
PART 3- EXECiT I`ION (Not Used)
+ + END OF SECTION + +
�
3181U06
,'I���L�j
City of Fort Worth CLEANING, DISINFECTION, AND
Wesr Side IV Project — Pump Station TESTING OF HYDRAULIC
STRUGTURES
� SECTION D1715
, . CLEANING, DISINFECTION, AND
' i TESTING 4F HYDRAULIC STRUCTURES
AART 1 - GENERAL
l.1 DESCRIPTION
�,
� A. 5cope: CONTRACTOR shall furnish all ]abor, materials, equipment,
appurtenances, and services �•equired to clean, flush, and disin%et all interior
, _ surfaces of the following:
I. All other pipes and struet�res which wil] be in contact with potable water.
B. All s#ructures not subject #o disinfection, shall be cleaned in accnrdance with
Paragraph 3.2 of this Section.
C. Water for initial testing and disinfecting will be furnished by the �WNER. The
cost of water for redisinfectin� and retesting will be paid by the CONTRACTOR
to the OWN�R at the OWNER'S standard rates.
D. Related Work Specified Elsev�+h�re:
l.. Section 01710, Cleaning.
2. Section 15051, Buried Piping Installation.
3. Section 15Q52, Exposed Piping Instal]ation.
I .2 QUALITY ASSURANCE
A. Reference Standards: Coinply r�vith applicable pxovisions and recommendations vf
the following, unless otherwise shawn or sp�cified:
1. AVWVA C651, Disinfecting Water Mains.
2, AWWA C652, Disinfection of Water Starage Facilities.
3. AWWA Cb53, DisinfEctron of Water Treatment Plants.
1,3 SUBM�TTALS
A. Shop Drawings: Submit for approval the %llawing:
1. Disinfection pracedures, methoc�s, coordination, and schedvles.
2, Related impacts on coordination with OWNER's operations and Wark
Sequence.
�'
�rs�oo6 01715 - 1
City of Fort Worth
Wesr Side IV Froject — PUmp 5tatian
PART 2 - PRODUCTS
2.1 DISINFECTANT
CLEANING, DISINFECTION, AND
TESTING QF HYDRAUL]C
STRUCTURES
A. Liquid rhlorine, sodiun� hypocl�lorite ar calcium hy�ochlorit� shall be used in
accordance with AWWA Cb52 and AWWA C653. Liquid chlorine shall be used
anly wh�re �as-f�ow el�la�-in�tors and injectors are installed for treatment
applications. Poi-tcible or 7nakesl7ift gas chlorination equipment is not acceptable.
B. Disinfectant will be fu�7lished by the CONTRACTOR,
PART 3 - EXECUTION
3.1 GENERAL
A. Disinfection �Iork shal] �e coiai}�Ieted and the facility satisfactorily tested for
bacteria in accordance with "�tandai•d Methads for Examination of Water and
VVastewater" before it inay be placed in service.
3.2 CLEAN7NG
A. All scaffolding, planlcs, tools, ra�s, dirt, debris, and any other material nat part of
the st�•uctu�-al or operating facilities shall he reinoved prior to chlorination. The
surfaces of the wa]]s, floors, and operating faeilities sha�l then b� thoroughly
cleaned by sweeping, a high �i-essure water hase, scrubbing, or another equal�y
effective method. A11 water, dirt, or foreign �naterial accumulated in this operation
shal� be removed.
3.3 CHLORTNATION PROCEDURE
A. Facilities requiring disinfection shal] be chlorinated by one of th.e following
methods described in A'V�WA C652:
1
2.
3.
Method I: Chlorination of treatrnent faci�ities sUch that at th� �nd of the
appi•opriate rctention period the water will have a free ch�orine residual of
no# ]ess than 10 m�/l.
Method 2: Applying a soIutian of 2(}0 mgll availal�Ie chlorine to the surfaces
of all #reatment faci�ities that wiZl come in contact with water.
Methad 3: Chlorination of treatment facilities with r�vater having a free
chlorine residual of 2 mg/1 after 24 Y�ours.
B. CONTRACTQR sha11;
1. Provide all teinporary taps, plu�;s, va�ves, drains, pumps, piping, and
connections required to clean, flush, disinfect, and remove the disinfectant,
3181006 �1%1� - �
Ci#y of Fort Worth
Wesr Side ]V Project — Pui��p Station
CLEAI�ING, DIS]NFECTION, AND
TESTING OF HYDRAULIC
STRUCTURES
2. I'rovide all temparary pumps, piping, a�}d faeilities, as xequired, to drain all
flushrng water to the ���ork area runaff contj-ol area, in accordance with
regulatory require�r�ents.
3. Perfonr� disinfectian of facility i�nn�ediately before the facility is
hydrastatically tested and insure that ihe faci�ity is not contamina#�d after
being acceptably disinfected.
3.4 BACTER]OLOGICAL SAMPLING AND TESTING
A. After ihe chloa-ination }�rocedw-e is completed and befo��e each facility is placed in
se»�iee, water frorn the completed facility shall be sail�pled and tested by OWNER
for colifo�m or�anisms aj�d odor. Baeteriological tests will be in accordance with
AWWA C652. If a test is negative (satisfactory bacterioiogical sample), the
facility may be placed in serviee, If a test is positive, OWNER will perform an
adciitianal s�t af tests to confir7n the results of ik�e initial tests. If repeat tests for
colifonn or�anisms indic�te positive results, the CONTRACTOR shall repeat the
disinfectian procedure for the facility u��til saiisfactory re�ults are abtained.
B. Samples for bactel-iological te�ts wiil be taken by the OWNER. These samples
shalI indicate microbiologically-satisfactory water before the facilities will be
accepted.
C. CONTRACTOR shall repeat the disinfection procedure until the test resul�s
indicate microbiolo�ically-satisfactory water.
3.5 HYDRAULIC TESTING
A. Tesfing shall be perfoi7z�ed prior to backfilling, except v�here otherwise permitted
by the ENGINEER.
B. Provide pipeline hydraulic test as desci•ibed in specification 5ection 15051, Buried
Piping Installation.
+ + END O� SECTIDN + +
.�
�
�
�
3181046
01715 - 3
City of Fort Worth R�CORD DOCUMENTS
VVest Side IV Project — Pump Station
SECTI�N D1720
RECORD DOCUMENTS
i.l GENERAL
A. CONTRACTOR shal� maintain and provide the ENGIl�EER with recorc� documents
as specif�ed below, exc�ept where otherwise speczfied ar modified in Divisians 2-16.
B. Maintenance of Documents:
1. Three (3) sets of black line s�ts of plans, including Addenda, of the Contract
Drawings will be furnished to the CONTRACTOR by the OWNER.
2. Maintain in CONTRACTOR'S field affice in clean, dry, Iegible condition
cornplete sets of the follawing: Dz'awings, Specifications, Addenda, approved
Shop Drawings, Samples, photograp�s, Change Orders, other modifications of
Contract Documents, test records, survey data, Field Orders, and all other
documents pertinent to CONTRACTOR'S Work.
3. Provide files and racks for propez' storage and easy access. File in accordance
with filing farmat of Construction Specifica�ion Institute (CSn, unless
otherwise approved by ENGINEER.
4. Make documents avaiIable at all times for inspection by ENGINEER and
�WNER.
S. Record docunr�ents shall nat be used for any other purpose and shal] not be
remo�ed from the CONTRACTOR'S offiee without ENGINEER'S approval.
C. Marking System: Frovide calared pencils or felt tipped pens for marking changes,
revisions, additians and deletions, to the record set of Drawings. Use following caior
code unless atherwise approved by the ENGINEER:
1. Process and Mechanical: Red
2. Architectural: BIue
3. Structural: Purple
4. Plumbing: Brown
5. HVAC: Green
6. Other Printed Notations: Black
D. Rec�ording:
1. Label each document "PR07ECT RECORD" in 2-inch high printed letters.
2. Keep record documents cuzxent.
3, Do not genmanently conceal any Work until required infarmatian has been
recorded.
4. Drawings: Legibly mark to record actual construction including:
a. Depths of various elements of foundation in relation Co dat�m.
3181006 � 17��-1
City of Fort Warth RECORD DOCLTMENTS
West Side N Project — Pump Station
b. Horizontal and vertical locatian of underg�-ound utilities and
agpurtenances referenced to permanent surface improvemencs.
c. Location of internaI utilities and appurtenances cancea�ed in construetion
referenced to �isible and accessible features oi strueture.
d. Field changes of dimensions and details.
e. Changes made by Change Order or Field Order.
f. Details not on origina] Drawings.
S. Specifications and Addenda: Legibly mark up each Section to record:
a. Manufacturer, trade name, catalog number, and supplier of each praduct
and item of equipment actual�y installed.
b. Changes made by Change Order or Field Order.
c, Other matters not originally specified.
E. Submittal;
1. At Corr��letion of all Work the COI�TRACTOR shaZl furnish to the
ENGINEER the record documents shawing the actual in-place installation of
the items installed under this Contract. The Drawings shall show the Work in
p]an and sections as required for clarity with reference dimensions and
elevati�ns for complete Record Drawings. The Record Drawings shall include
all addenda items, change orders, fieId orc3ers, anc3 other ehanges or revisions to
reflect actua� conditians, The submittaY shall be fuarnished not later than thirty
(30) days after Substantial Comp]etion of the Work and prior to final payment.
2. Accompany submittal with transmattal letter containing:
a. Date.
b. Pro�ect title and number.
c. CONTRACTOR'S name and addzess.
d. TitIe and numher of each recard document.
e. Certification that each document as submitted is eomplete and accurate.
f. Signature of CONTRACTOR, or his authorized representative.
+ + END OF SECTION + +
3�g�oo� 0Z720-2
City of Fart Worth OPERATION AND MAIN'I'ENANCE DATA
West Side IV Project — Pump Station
SECTION 01730
OPERATION �ND MAINTENANCE DATA
PART 1 GENERAL
1.1 SCOPE
A. C�NTRACTOR shali provide aperatian and maintenance data in the form of
instructional manuals, in both written and electronic file format, for use by the
aW1VER'S personnel for:
1. All equipment and systems.
2. All valves, gates and related accessories.
3. All instruments and cantrol devices.
4. All electrical gear and equi�ment.
B. Each manual shall l�e prepared specialIy %r the Project and shall include all pertinent
instructions, as-built drawin�s, bills of materials, listings, technical bulletins, and
other printed materials required to provide fully aecurate and comprehensive
infoi�ation far the safe and proper operatio�, maintenance and repair of the
ec�uipment or system supplied for the Project. The manual shall include any speci�c
informatiQn required by the applicable Sp�cifrcatian Sectian. It also shall include all
data that must aceompany said manual as directed by current regulativns of any
participating government agency.
1.2 HARD COPY FORMAT
A. Each operation and maintenance manual shall be bound in a durable, permanent, stiff
cover binder of one or more volumes. Binders shall be of the three-r�ng type ar three
post type and shall nat be overfiIled. Covers shall be oil, moisture and wear
resistant.
B. The eontents af the manua] sha11 be printed on 8-Z/2 by 11 inches 30 pound
(mrnimUm} paper and banding holes shall be reinfnreed with plastic, c]oth or metal.
C. A]1 cantents shall be original quality copies. That is, the material shall either be
ariginal manufacturer printed or typed rnaterials or xerographic copies that are
indistinguishab�e frorn the originaL Manuals that canta�n copies that are not clear,
not campletely legible, off-center, skewed, or where text or drawings are cut by th.e
binding holes shali be subject to disapproval. Pages that contain approval or date
3181006 �1']��-1
City of Fort Worth OPERATION AN7] MAINTENANCE DATA
West Sade N Project — Pump Station
stamps, camments, or other markings that cover any poi�ion of text or drawing are
unaeceptable. Electronically transmitted facsimile {fax) copies are also
unacceptable.
D. Drawings, diagrams and illustrations up to and includ�ng 11 by 17 inches in size
�hall be bound into the manual. Larger size documents shall be foIdec� and inserted
into clear plastic pockets or envelopes bound inta the manual and marked as to
contents.
E. ManuaYs shail be arganized inta sections or categories of information such as
operating instructions, preventive rnaintenance, drawings, and parts Iist. Use
dividers and indexed tabs to separate sections.
F. Provide a table of contents indicating ihe title of each section and a complete listing
of t�ae contents of each section in the arder of presentation r�vithin the section.
G. The manuals shall be identifiea by labels firmly attached to the front cover and the
spine. Identify each binder with the following:
1. Title "QPERATING AND MAINTENANCE IN�TRUCTIONS".
2. Name or type of equiprr3ent or system mannal concerns.
3. Identrty of building or staructure, as applicable.
4. Title of Project.
5. Volume nuraber, if more than one.
1.3 ELECTRON7C FORMAT
A. Provide one copy of the operation and maintenance data in ".PDF" Adobe Acrobat
format anc3 pro�ide drawings/diagrams in CAD format.
1.� C�NTENTS
A. Provide complete, detailed written operating instructions for each product incIuding;
function; operating cnaracteristics; limiting conditions; aperating instructions for
startup, normal and emergency cnndations; regulation and contr�l; aperational
troubleshooting; and shutdown. Also include, as applicable, written descriptions of
any alarms generat�d by the product and the proper responses to such alarm
conditians.
B. Tnclude written exp]anatiQns of a11 safet� consideratians relating to opezation and
maintenance procedures.
C.
Pxovide complete, detail�d written pz-e�enti�e maintenance instzuctions including all
� � azoo6 01730-2
City of Fort Worth �PERATION AND MAINTENANCE DATA
West Side IV Praject — Pump 5tation
information and instructions to keep the product properly lubricated, adjusted and
maintained so that the item functions ecanomically throughout its full design life.
These instructions shall include, but are not limited to the following:
1. Written explanations with illustrations for each pre�entive maintenance task
such as inspection, adjustment, lubrication, calibration and cleaning. Also
pravide pre-startup check2ists for each piece of equipment and ]ong-tezm shut-
down maintenance requirements.
2. Recommended schedule for each gre�entive maintenance task.
3. Lubrication charts indicating recommended types �f lubricants, frequency of
application or change, and where each are to be used or applied.
4. Table of alternative iubricants.
5. Troubleshootir�g instructions.
6. List of required maintenance toals and equipment.
D. CompYete bills of material or parts lists for products provided. Lists ar bills of
material may be grovided an a per drawing or per equipment asse�nbly basis. The
bills of material shall indicate:
1. The name, address and phone number of th� manufacturer.
2. The name, adc�ress and phone number of the neares� r�anufacturer's rep-
resenta�ive, parts warehouse or parts sugplier.
3. The manufacturer's shap oxder and/or serial number(s) for the equipment or
assembly.
4. Faz' each part or piece:
a. The parts cross reference number. The cross-reference number shall be
used ta identify the part an the asseznl�ly rirawing, Shog Drawing or other
type nf illustration where th� part is eIearly shown.
b. The part name or descriptian.
c. The manufacturer's part number.
d. The quanti�y af each part used in each assembly.
e. The current unit price of the part.
E. Compete instructions far the ardering of all replaceable parts including anyreference
numbers (e.g. shop order ar serial number) that will expedite the ordering process.
F. Pro�ide r�anufacturer's recommended inventory levels for spare parts and
consumable suppIies far tf�e first twa years of opez�ation. Consurnable sapplies are
those items used up oz' worn out by th� operation o�'the equipment or items used ta
maintain the operation of the product. This would include such items as lub�cants,
recoz-der chait papers, chart inks, reagents, and testing chemicals used for the
caIibration or operation of the equipment. Lead time, shelf life vaYues and any
special storage rec�uirements shall also be recommended.
G. Manufacturers installation and operation bulletins, diagrams, schematics, and
3 i s ioo� 0� 730-3
City of Fort Worth OPERAT��N AND MAINTENANCE DATA
West Side N Project — Pump Station
equipment cut-aways. Catalog materials should be avoided unless it is the only
materiaY available that shaws the identification or description of a particular
component of the equipment. Where materials pertain to multiple models or types,
mark 1he �iteraiure to indicate the speci�c equipment supplied. Marking may be in
the form of checking, the use of arrows, highlighting ar underlining to shaw the
pertin�nt information or the crossing-aut ar other means of obiiterating infozmation
that does not apply to the equipment or materials supplied.
H. Original qtiality copies of a�l appro�ed Shop Drawings that ha�e been updated to an
as-installed condition. Reduced dz-awings are permissible only i�the reduction is ta
not less than one half of the o3•iginal size and all lines, dimensions, lettering, and text
are cornpl�tely legible on the reduction.
I. Complete elect�ycal schematic and wiring diagrams. Complete point-to-paint wiring
and wiring numbers or colors between all terrninal points shall be shown.
J. If programmable logic controllers are included in the product, pro�ide complete logic
listings in ladder logie format shall be provided. The listing shall include complete
cross-referencing of all logic elements. All elements sha]1 be annotated with clearly
understandable tags or descriptive labeIs.
K. Tf programmable logic contro�l�rs are inctuded in the product, pro�ide complete
manufacturer's prograrn.m.ing manuals.
L. Copy nf warranty bond and service contract as applicable.
M. When copyrighted materia] is used in the manual, CONTRACTOR shall obtain the
copyright holder's written pez�mission to use such matez�a�.
1.5 SUBMITTALS
A. The CONTRACTOR shall submit pperation and maintenance manuals, in hard copy
and eIeetronic format, to the ENGINEER withiza 9Q days after the approval of Shop
Drawings for the product. The submittal shall consist af three complete hard copy
sets and one electronic copy of each operation and maintenance manual.
B. One copy of the manual and listing will be returned to the CiONTRACTOR stamped
either "Appro�ed" or "Revise and Resubmit," the latter when the submitted manual
is considered inadequate, inaccurate, incomplete or lacking required information.
Discrepaneies wi11 be noted an the return transrriittal of a"Re��se and Resubmit"
submittal.
C.
The CONTRACTQR shal] rectify all una�pro�ed submittals byreplacing portions or
3181005 �1%�Q-4
City of Fort Worth OPERATION AND MAINTENANCE DATA
West Side N Project — Pump Statian
adding additional data or materials, as required, to the manual. The manual's index
or table of contents and the itemized cross-reference list shall be re�ised to reflect all
revisions or additions. The CONTRACTOR shall resubmit th�ee complete sets af
the operat�an and maintenance manuals.
D. Upon approval of the operation and maintenance manuals, the CONTRACTOR shall
submit faur complete sets of manuals ta the OWNER.
' PART 2 — PRODUCTS (Not Used�
� ' PART 3 — EXECUTION (Not Used}
++ END OF SECTION ++
�.
,�
i I��
[�
l�
�t
�
3181 i�D6 � 17��-5
�
City af Fort Worth INSTRUCTION OF OPERATI�NS
West Side N Project — Pump Statian AND MAINTENANCE PERSONNEL
SECTION 01731
INSTRUCTI�N OF OPERATIONS AND MAINTENANCE PERSONNEL
PART 1 - GENERAL
1.1 SCC?PE
A. CONTRACTOR shall provide the services of factory-trained maintenance specialists
to snstruct OWNER's aperations and rnaintenance personnel in the recommended
aperation and the preventive maintenance procedures for equipment and systems
specified in the Specif�cation Sections.
B. The qualifications af specialists shall be subject to appro�al by ENGINEER.
C. CONTRACTOR shal2 coordinate these sezvices wit� start-up and initial operations at
t�he times, and in a manner, acceptable to OWNER and with the requirernents of the
Specifications. Training may be required outside of normal business hours to
accommodate the operating schedules of the OWNER's persannel. Such services
shail be provided as necessary at no addit�onal cost to the OWNER.
D. Training progxam shall include a combination of classroom and field training. AI1
training shall be conducted at the Site unless otherwise stated `m the Specifications.
E. Any and all training sessions may be vicieotaped by OWNER.
F. Refer ta the individual Specifications for specific training requirernents.
G. Startup of equipment shall not commer�ce until all sub�ittals relating to this Section
have been submitted, approved and the training schedUled.
H. CONTRACTOR shall request sche�uling of training no less than 28 days prior to the
date the zequested training is to commence. All training sessions shall be scheduled
within the OWNER's normal work shift haurs.
T. At the optio� of the OWNER or ENGINEER, training may take place b�fore, during
or after the equipment startup period.
1.2 SUBMITTALS
A. Submit for appzova] the fal2owing:
3iS100b
p1731-1
City of Fort Worth INSTRUCTION OF OPERATIQNS
West Side N Project — Pump Statian AND MAINTENANCE PER�ONNEL
1.3
1. Pz-opased Iesson plan for each scheduled instruction at least 60 days prior ta
cammencement of training.
2. Credentials of rnanufactui-er designated operatinns and maintenance instructor.
Credentials shal] inc�ude a brief resume and specific details of the instructor's
exper�ence pertaining to the operation and maintenance of, and training for the
equipment or systern specafied.
INSTRUCTlON LESSON PLAN
A. Manufacturer's proposed lesson plan should detail specific instruction topics.
Training aids to be utilized in the instruction shall be referenced and attaehed vvhere
appIicable to the proposed ]esson plan. "Hands-on" demonstrations planned for th�
instruction shall be described in the lesson plan. Indicate the estimated duration of
each segm�nt of the lesson plan.
B. Lesson pJan shaIl be custonnized for the audience or group to be trained.
C. Instruction lesson plan shall include the follawing as a minimum:
1. Maintenance Personnel Training:
a. 5ystem (Equipment) Overview:
1) Describe systern (equiprnent) fundamental operating principals and
dynamics.
2} Identify systenn's (eyuipment's) mechanical, electrical and electronic
components and featu�-es.
�} Identify all sUpport systems (equipment) associated with the opera-
tion (e.g., air intake filters, vaIve actuators, motox�).
4} rdentify and describe any and all safety precaUtions and potential
hazax�ds related to maintenance.
5) Identify and describe in detail safety and eontrol interloc�s.
b. Equipment Preventive Maintenance (�M):
1} Describe PM inspection procedures required to:
a} Perforrn an inspection of the equipment in operation.
b} Spot potential trouble symptoms and anticipate breakdowns.
c) Forecast maintenance requirements (predictive maintenance).
2) Define the recommended PM intervals for each component.
3) Provide lubricant and x•eplacement part recomrne�dations and
Iimitations.
4) Describe appropriate cleaning practic�s and recammend inter�als.
5) Identify and describe the use af specia� tools required for
maintenance of the equipment.
6) Describe component rernoval az�d installation, and disassembly and
assembly procedures.
��a�oo6 01731-2
City of Fnrt Warth IlVSTRUCTION OF OPERATIONS
West Side N Project — Pump Station AND MAINTENANCE PERS�NNEL
7)
S)
9)
10)
�
b. �peration:
1) Describe operating principles and practices.
2) Describe routine operating, start-up and shutdown procedures.
3) Describe any abnormai or emergency start-up, opera[ing, and
shutdown pracedu:res that may apply.
4) Describe alarm conditions and responses to alazms.
5) Describe routine monitoring and record keeping procedures.
6) Describe recommended housekeepang procedures:
c. Troubleshooting:
Perform at ]east two "hands-on" demonstrations of preventive
maintenance procedures.
Describe recammended measuring insti•uments and procedures, and
provide "hands-on" instruction on inteipreting alignment measure-
ments, as apprvpriate.
D�fine i•ecommended torquing, mounting, calibracian and alignment
procedures and settings, as appropriate.
Describe recommer�ded procedures and pravide "hands-on"
instruction for checking and testing equipment fol�owing a eorrective
repair.
c. Equi�ment Tzaubleshooting:
1) Define recommended systematic troubleshoating procedures.
2) Provide camponent specific troubleshoating checklists.
3) Describe applicable equ�pment test�ng and diagnostic procedures ko
facilitate troubleshooting.
Operations Personnel Training:
a. Systerri (Ec�uipment) O�erview:
1} Describe the system (equipment) operating (process} function arad
perfarrnance objectiv�s.
2) Describe system (equipment) fu�damental apezating principals and
dynamics.
3) Identify system's (equipment's) mechanical, electrical and electronic
comp�nents and featuz-es.
4) Identify all support systems (equipment) associated with the opera-
tion (e.g., air intake filters, valve actuators, motors).
5) Tdentify and describe any and all safety precautions and potentiat
hazards relat�d to operation.
6} For systems (equipment} comprised of several components:
a) Identify and describe in detaii each component's function.
b) Where applicable, group related eomponents into subsysterns.
Describe subsystem functions and their interaction with other
subsystems.
7} Identify and describe zn detail safety and control i�texl�cks
3181006 01731-3
City of Fort Worth INSTRUCTION OF OPERATIONS
West Side N Project — Pump 5tation AND MAINTENANCE PERSONl\TEL
1} Describe how to determine if either cor7•ective maintenance or an
ope�•ating parameter ad�ustment is required.
1.4 TRAINING AIDS
A. Instructor shall incorporate training aids as appropriate to assist aza the inst�ction. As
a minimum, the tx-aining aic�s s�aa]l include text and figure handouts. Other
appropriate tr�ining aids are:
1. Audio-Visual Aids (e.g., films, slides, videotapes, overhead transparencies,
posters, blueprints, diagxams, catalogue sheets).
2. Equipment cutaways and sarr�ples (e.g., spare parts and darnaged eqvipment).
3. Tools {e.g., repair tools, customized toois, measuring and calibrating
instruments).
B. Instructor shall uti�ize descriptive class handouts dur�ng the instruction. Class
handouts shall be good quality reproduciions. Class handouts should accompany the
instruction with frequent reference mad� to them. Custnmized handouts developed
espeeially for the instruction are encauraged. Handouts planned for the instruction
shall be attached with the manufacturer's proposed lessan plan.
1.5 "HANDS-ON" DEMONSTRATIONS
A. Ynstructor shall present "hands-on" demonstrations of the operation and maintenance
of the syskenns (equipment) for each scheduled group. Proposed "hands-on"
demanstrations shall be described in the proposed lesson plans.
1.6 TRAINING DELIVERY
A. Instructors shalI be fully prepared far the training sessions. Training deli�very shall
be comrnunicatir�e, clear and proceed according to the approved Iesson plan material
appropriate far the personnel in attendance. If the OWNER or ENGINEER finds the
training deli�ery doe� not to confaz7x� to the requizements af the Specifications, the
training shall be postponed and rescheduled at a cost to be born by the
CONTR�ICTOR.
1.7 TRAIlVING SCHEDLTLE
A. Each rr�anufacturer shal] pravide, as a minimum, the number of days of training Iisted
in the training schedule, attached at the end of this Sectian, or as stated sn individual
Sections of the Specifications. Expenses aze responsibiizty of manufacturer.
Instz-uctoz's travel time is not included in the Schedule or the Specifications.
+ + END OF SECTION + +
3is�oo6 01731-4
�
City of Fort Worth
West Side IV Project —�'ump Station
I
Spec.
5ection
I
1
INSTRUCTION �F OPERATIONS
AND 1V�AIN'�'�NANC� �ERSONNEL
SEC'I'I�N 01731 11�AN�JFAC'�'�lt '�`�AAVINCp SC�UL�
NurnbEr Tota1
Tecl�nical Oi Sessions Site
Description Eauipment Trainees Groups Pez Gz'oup Days �
�
3181006
0173b-5
City of Fort Warth SPARE PARTS AND
West Side N Project — Pump Statior� MAINTENANCE MATERIALS
SECTION 017Sd
SPARE PARTS AND MAINTENANCE MATERIALS
PART 1 - GENERAL
1.1 DESCRIPTION
A. CONTRACTOR shall furnish spare parts and maintenance materials as specified in
the individual Sectians.
B. Furnish parts and rnaterials clearly mark�d and identified in rnanufacturers' unapened
�' cartons, bo�es, crates or other protective covering suitable for prevention of
� conrosion or deterioration for the maximum length of storage which may b� normally
anticipated.
C. During construction, store parts i� buildings or trailers wit� floor, rooi and ciased
sides and in accordance with manufacturers' recommendations. Protect from
weather, condensation and humidity.
D. Delivery:
1. Sgare Parts, 5pecial Toals and Test Equipment: Furnish prinr to a) start-up
testing as set forth in Section 01655 — Starting and Placing Equipment in
Operation, or b) operation o� equipment by OWNER, or c) 75 percent Project
completiQn, whichever occurs first. CONTRACTOR shaIl place thern in
permanent storage rooms or areas approved by the OWNER.
2. Maintenance Materials; Deliver to �WNER prior to Substantial Cornpletion.
CONTRACTOR st�all place them in permanent storage roorr�s ox areas
agprt�ved by the OWNER.
E. Provide a letter of transmittal includi�g the following:
1. Date af transfer of parts and material.
2. Contract title and nu�rrxber.
3. CONTRACT�R's name and address.
4. A coznplete inventory of the parts and material, listing the applicable
Specification Seetion for each.
5. OWNER's acknowledgement of receipt of the parts and materials.
F. CONTRACTOR shall be fully responsible for loss ar damage to parts and materials
until they are delivered to the OWNER.
3181D06 �1�J��-1
City of Fort Worth
West Side N Project — Pump Station
PART 2 — PRQDLTCTS (Nat Used}
PART 3 — EX�Ci1TION (Not Used)
SPARE PARTS AND
MAINTENANCE MATERIALS
+ + END OF SECTION + +
3181006 � 1 �]5Q-2
C�ty of Fort Worth
West Side �V Project — Pump 5tation
� SECTION Q2Q50
DEMOLYTION
PART 1 - GENERAL
� 1.1 DESCItIPTION
DEMOLTTION
A. General: This Section de�cril�es the general demolitian requirements for structural,
civil, mechanical, electrical, instruinentation and appurtenant work requized for
removal, salvage, tie-ins, and modifications of existing facilities. These general
demolition requirements apply, in general, to all demolition work fuznished under this
Contract. They shall suppler�ent the notes and details on ihe Contract Drawings, and
requirements of other Sections of the 5pecifications. The existing facilities znclude an
underground booster pumping station, potable water storage tanks, and associated
facilities.
B. Scope:
1. CONTRACTOR shall provide all labor, materials, equipment, services, and
incidentals required for demolitians, tie-ins, relocations, remaval. and disposal
Work as shown or specified in the Contract Documents.
2. The CONTRACTOR shall retain ultimate responsibility under this contract for
� all demoIition work and for coordination af all work under this Sectian vwith all
other wark required by the Contract Documents; and the CONI�ACTOR sk�all
furnish and install all equipment, labor, materials, appurtenances, specialtyitems
and services not provided by the CONTRACTOR's subcontractors, suppliers ar
fabr�cators but required for camplete demolition work, and cornplete and
operable faci3ities.
3. All materials and c3ebris generated, and not designated far salvage in the Contract
Docurrsents, nox by the O�VNER, shall be Iegally disposed of by the
CONTRACTOA at the CONTRACTOR'S expense. The OWNER shall
designate items for salvage prioz' to the start af the demolition work.
C. Related woi•k specif�ed elsewhe�re that shall apply to al� equipment, nnaterials, ]abor
and ser�ices furnished under this Sectian shall be, but not ]imited to, thE following:
1. Division 1, General Requirements:
a. Sec�ion 07020, Maintenance of P1ant �peratians and Sequenee of Worl�.
b. Section 01040, Project Caordination
c. Section D130D, Subnni�tal Requirerz�ents.
d, Section 01541, Protection af the Work and Property.
e. Sectian 01610, Transportatian and Handling af Products.
3I81Q06 02050-1
City of Fort Worth
West Side N Project — Pump Station
f, Section �1611, Stoi•age and Pratec#ion of Products.
g. Section �1701, Wan•anty.
2. Division 2, Site Work,
3. Division 3, Concrete.
4. Division 13, Instz-umentation.
S. Division ]6, Electrical.
DEMOLITION
D. The General Equipment Provision (5ection 1104a) shaIl apgly to all equipzr�ent
furnished under this Section.
E. The CONTRACTOR's subcnntractors, suppliers and fabricators fumishing
equipment, labor, materials, services and appurtenant work under this Section shal� be
requia-ed ta review and satisfy all relevant requirements of other Sections of the
Cantract Documents and the requirements of the Contract Drawings. The
CONTRACTOR, suppliers, fabricators and/or subcontractors fiarnishing ancl/o�'
installing equipment, labor, ser�ices and sp�cialties associated with this Section of the
Specifications shall fully coordinate their eiforts to avoid potential claims that are
based on failure to review all reIevant Contract Docc�ments ineluding the Contract
Drawings.
1.2 SLTBM�TTALS
A. The CONT'RACTOR shall submii praposed rnethods, equipment and operating
sequences far demolition, relacations, andlor tie-in to existing faci�ities and other
work �eing perForrned for the OWNER on the project sit� and vicinity, incluc�ing
coardination requirements with OWNER far shut-off, temporary services,
continuation of utility service, and other appIieable items to ensure continuous and
safe operation of existing facilities and other work being performed for th� OWNER
on the project sit� and �icinity affected hy the CONTRACTOR'S work.
B. Submittals shall be �made in accordanee with the procedures specified in 5ection
013Q0. Submittals shall incIude C4NTRACTOR's verified field measurements and
conditions for all tie-ins and reloeations and shall be submitted far ENGINEER
appro�al grior to Work by the CONTRACTOR.
1.3 MEASUREMENT AND PAY1�/IEN'T
A. Payment for Work as described in thi� Seetion Shall be includ�d in the lump sum
prices for Bid Itenn No. 1 as shown in the Bid Sch�dule.
PART 2 - NOT USED
31$1006 02050-2
City of Fart Worth
West Side N Project — Pump Station
PART 3 - EXECUTTON
3.1 CONTRACTOR i+'ERIF'ICAT101�
DEMOLITION
A, Contract Drawings: The Contract Dr�wings shaw the general location of certain
existing structures anci facilities that are designated as existing. The information on
existing facilities and struetures �s not guasanteed to be complete or accurate.
B. Verification of Canditians:
1. Prioz to commencing wit4� and providing the demoiition Work, inforznation an
existing iacilities shall be verified by tk�e CONTRACTOR via potholing and
hand excavation; field measurements; and review of Other Work on the Project
Site.
2. The CONTRACTOR shall caardinate all Wark as specified in Section �1Q40,
Praject Coordination, of the Speci�cations.
3. The CONTRACTOR shaII include his verified information an existing facilities
and structures with the required submittals specified under Part 1.2, Submittals,
of this Section.
4. AlI costs for CQNTRACTOR �erifieation of conditions, including all equipment,
]abor, materials, coordination, review, and a�l appurtenant work and incidentals
shall be included with the CONTRACTOR'S bid,
3.2 GENER.AL
A. Removal: In general, remove all existing constructic�n interfering wXth Work called
for under these Contract Documents; and remove, tie-in and extend all existing
construction as defiz�ed in these Contract Documents.
B. Reloeate: In general, relocate all existing eanstruction interferang with Work under
these Contract Dacuments not designated for permanent rennoval priar to completion
af the Work under these Cantract Documents; relocate all existing construction
int�rfering with Work under these Cantract Documents not designated to remain but
required to remain in service ta ensure the continuous and safe operation of e�isting
con,struction until all Work under these Contract Documents is coanplete; reloeate all
existing canst�uctian intex-fe�•ing with Work under these Gantract I?ocuments nat
designated for perman�nt removal. Al7 permanently relocated facilities related to
undergraund and above ground piping, utilities, electrical, instrumentation, and
rnechanical shall be new and shall be furnished and znstalled by the CONTRACTOR
at khe CONTRACTOR`S expense. All tempoz'at� relocated facil�ties related tc�
�nderground and above ground piping, electrical, instrumentation and mechanica.l
ahall be adeqUately sized and s�all be furnished and installed by the CoNTRACTOR
at the CONTRACTOR'S expense.
3181 a06 020��-�
City nf Fort Worth
West Side IV Project — Pump Stadon
DEM�L�T�QN
C. Repairs and Alterations: All repairs and alterations to existing constructian and to
existing construction to suit the Work undez� these Contract Documents and required
for complete and operable facilities shall be done by the CONTRACTOR at the
CONTRACTOR'S expcnse. Finished surfaces af walIs, floors, ceilings, or other areas
which are exposed �y any of the removals specified herein and which have bolt holes,
scars, chipped or other damaged surfaces revealed by the rernoval, shall be repaired by
the CONTRACTOR with the same or matching materials as the existing oz' the
existing surface at the CONTRACTOR'S expense, and shall be sub}ect to approval
of the ENGINEER.
D. Coordination of Subcontractors: The CONTRACTOR shall cooperate with and
coardinate the aetivities of aIl of his subcontractors engaged in this worlc and shall be
responsible for proper caordination with the OWNER via the ENGINEER of all
portions af the work to be done by the CONTRACTOR'S subcontractors. Tt�e
C�NTRACTOR shall coordinate and conduct all work in such a manner ta avoid
interf�rence with opei-ation af existing facilities and to protect existing and existing
facilities and structures at the time af construction.
E. Pollution Controls: Use water spzinkling, temporary enclosures, and other suitable
methods to limit the arnaunt of dust and dirt rising and scattering in the air to the
lowest practical level. Comply with governing regu2ations pertaining to
environnnental protection.
l.. Do not use watez wher� it rnay create hazardous or objectionable conditions
such as flaoding and pollution.
2. Clean adj acent structures, facilities, and improvements of dust, dirt, and c�ebris
caused by dem�lition operations. Return adjacent areas to conditions existing
prior to the start of the Work.
F. 5hori�g: CONTRACTOR shall, at the CONTRACTOR's expense, engage th�
services o� a Texas Registered Professzanal Structural Engineer to design shoring
systems. CONTRACTOR shail shore existing construction and equipment as
required to maintain the construction in position at all times during the GVoric cavered
by these Coratract Documents and until the Work is campleted. All shoring shall be
pro�erly braced and installed to eliminat� any hazard or possibility of movement of
the ahored-up construction. Shoring si�a11 be arranged ta clear all existing piping and
other utilities. Place shoring before cutting or loasening any steel membar. Before
beginning shoring operation, submit detailed drawings of prapased shoring methods
signed by a Texas Registered Professional Structural Engineer to the ENGINEER for
review per Section Q1300, Submittals. No woi•k shall cammence until review has
b�en completed by the ENGINEER and notice to praceed has been received fram
ENGINEER.
3is�oo6 02Q50-4
City oi Fort Worth
West Side N Project — Pump Station
DEMOLITION
G. Underpinning: CONTRACTQR shall, at the CONTRACTOR's expense, enga�e the
serviees of a Texas Registered Professional Structural Engineer to design the
underpinning metl�ods to be used to protect existing faci]ataes and maintain them in
position during and after the demolition work and other constructian work. Before
beg�nning underpinning operations, submit detailed drawings of the proposed
underpinning methods signed by a Registered Professional StrueturaI Engineer to the
ENGINEER for review per 5ection 0130�, Submittal. No work �hall begin until
review has been comp]eted by ENG�TEER and notice to praceed has been received
for the ENGLNEER. Fai�ure by the CONTRACTOR to submit detai7ed drawings far
review af shoring and underpinning activities shall not reli�ve the CONTRACTOR of
his responsibility ta grovide all equipment, labor, materials and services required for
protection of existing structures and facilities and for conducting his work in a safe
and acceptable rnanner.
f H. Protection: Provide all equipment, labar, material and services for temgarary
I protection for a�l adjoining structures, pipelines, eq,uipment, facilities, shrubs, trees,
lawns, landscape work, Fencing, utilities, pavements, curbs, gu�tez's, etc., not
• designated to be removed and not interfezing with Work under these Gontract
Dacu�ments.
L Uiilities: Pravide all required temparary protection for utilities that are to remain
during the demolition and removal work, and pzovide all temporary protection for
utilities that are temporari�y relocated by the CONTRACTOR during construction.
The CONT'RACTOR shall notify the ENGINF�R and the apprapriate utility company
when relocating, modifying, ar tieing-into the existing utilities.
J. Methad of Demalition: The methods of demolition to be used by the
CONTRACT�R to satisfactoral�+ camplete the work undex this Section are left to the
CONTRACTOR'S option, However, before any c�emolitio� is startet�, a scheduie a�d
method of operation shall be submikted to the ENGINEER for review per Paxt 1.2,
Submittals, of this Section.
K. CONTRACTOR Natificatic�n: After appraval of tt�e CONTRACTOR'S appropraate
demolztion submittal, and at least 72 hours priar to commenceznent of a demo�itic�n or
removal, notify the ENGINEER in writing of proposed wor�C and scheduIe. No
demolitian shall be started or allowed without rtotice to proceed from the
ENGTNEER.
3zs�oa6 a2�S0-5
City af Fort Worth
West Side N Project — Pump Station
3.3 PTPE, UTlL7TY AND CONDUTT REMOVALS
DEMOLITI�N
A. The locatians where pipes and conduits are to be encountered are generally indicated
on the Contract Drawings. Wher•e the �ocation for cutting is not shawn, the pipe or
conduit shall be cut at the limit of demolition ar at some other location as directed by
the ENGINEER.
B. CONTRACTOR shall infarm the ENGINEER prior to the cutting of any pipes or
conduits leading ta or frorn a structure to be demalis}�ed or tied into.
C. Pipes, conduits, utilities, etc., which are necessaz�ily cut shall be either temporariZy or
permanently capped as specified by the Contract Documents or rerouted as indicat�d
on the Drawings or as required to maintain continuous and safe operation of existing
facilities. UtiIity line� not specifically noted foz disposition, b�t which az'e
encountered in the work shall be capped, extended, protected, or rewvarked as
raecessa�-y for completion of the work. Generally, abandoned conduits sha11 be cut
flush to wall or floor and plugged.
D. Existing In-Use Piping: When cutting into existing in-use piping, special care shall be
taken to pre�ent distui•bance of the pige bedding and joiz�tang. Carefully drill and saw-
cut openin�s �vithout the use of impact tools. Method shall result i� the elimination of
debris entering the existing pipeline. Exercise care in the remo�al of cut out sections
to a�oid spa�lage into exi�ting piping.
E. Removal of Buried Piping: Remove all buried piping, concrete cradles, encasements
and piling encountered during excavation that is designated faz' remo�aI, unless
otherwis� shown or oth.ez�wise speci�ed in the ContractDocuments. Abandoned pipes
whieh are to rer�nain in place and which have been cut inta shall have openzngs suitably
pIugged with non-shrink graut ar �x�orta��ed in place masonry pl�gs. Concrete pipe
shall have open ends plugged with 12-inch minimum thickness of coracre�e. The
ENGINEER wil] determine the exaet locatian where �ipes shalI be plugged.
F. Rernoval of Existing Cable: Where required by the Contract Documents,
CONTftACTOR shall rernove existing cable and turn it a�er to the OWNER.
G. Any changes ta potable water piping, fzre water piping ancl other plumbing and
heating system woz•k sh�l� be made in conformance with all appIicable codes and
under the same requirements as other piping specified and shown in the Contract
Documents. All portions of the potable water system that have been altered or
opened sha11 be pressure tested and disinfected in accozdance with Di�ision IS and
Iacal codes. Other plumbing, piping and heating shall be pressure tested onty.
3yaroos �205U-6
City of Fort Worth
VVest Side N Project — Pump 5tation
3.4 �TRUCTURAL REMOVALS
DEMOLITION
A. Remove structu��es to the lines and grades shown or specified in these Contract
Dacuments. Where no lim.its are shown, the limits shall be 4 inctaes outside the item
to be instaIled. The removal of structures beyond these ]imits shall be at the
CONTRACTQR'S expense and these excess removals shal� he reconstructed to the
satisfactian af the ENGIlVEER with no additidnal compensation to the
CONTRACTOR.
B. AIl concrete, brick, ti1e, concrete block, z-oo�ng materials, reinfarcement, structural or
miscellaneous metals, plaster, wire mesh and other iterris contained in or upon th�
structure shall be removed and taken fram the site, unless otherwise approved by the
ENGINEER. Derr�olashed items shall not be used in backfill or in pipeline trenches.
C. �Vhere a waterstop between new and existing concrete is required, CONTRACT�R
shalI cut suitable groove in the existing concrete and install waterstap with epoxy
grout and bonding compound prior to concrete work.
D. Structural dimensions related to or controlled by existing or existing structures shall
be �erified in the field by the CON'1'RACT�R pz�or ro casting concrete.
E. Removal of structures and equipment f�undation and pads shall be performed to the
limits shown on the Contract Arawings or, if no limits are sho�vn, to a depth at �east 2
feet belaw fina� grade, or 2 feet below any new foundation or pi�e.
F. Wet down work as requir�d during remaval operations to prevent dust from arising.
G. Remove miscelIaneous concrete wal]s, slab, pipe supports, equipment pads, and curbs
where shown on the Contract Drawings or where necessary for the construciion of
new str�ctures or modificat3on of e�istin� structures. For existing equipment pads to
be re-used, reinforcing dowel�, piping, and anchor bolts exposed in the work shall be
remaved hy burning or cutting to a depth of 1 inch below the original surface, unless
otherwise showza on the Drawings,
H. Unless otherwise showvn on the Drawings, where equipment pads are to be remaved,
the pad and any associated structural metaI shal] be removed ta a depth of 1 inch
belaw finished slab elevation. �'he flaor shall then be patched ta rnateh the e�isting.
A�1 constrt�ction joints shall be rnaintained, Epoxy bonding compound shall be
applied.
3 � s � oos 0205D-7
City of Fart Wt�rth
West Side N Project — Pump Station
3.5 ELECTRrCAL AND I]�ISTRCJMENTA'�`ION REMOVALS
DEM�LTI'ION
A. All instrumentaiion demolition, removals and tie-in to existing facilities shall be
pe��armed by tYae CONTRACT�R'S in�trumentation subcontractor.
B. AI1 electrical demnlition, removaIs and tie-in to existing facilities shall be performed
by the CONTRACTOR'5 electrical subcontractor.
C. AIl existing and existing electrical and instrumentation equipment to be removed,
tied inta andlor modified, shall be done so with such care as may be required to
prevent necessary damage, to keep existing systems in operation and to keep the
integrity af grounding systems.
D. Svuitchgear, motor control centers and local cont�-oI panels shall be tied anta, ox'
madified as specified or shown in the Contract Documents.
E. Motors shall be disconnected and removed where shown or speci�ed. Motors not
designated by the O'�VNER to be saivaged shall be rerr5oved from the site. Motors ar
other electnical gear designated far reuse sha11 be stored in encIosed, heated storage.
F. Conduits and wires shall be abandoned or removed where shawn or specified.
G. Po]es and ovez-head wiring shall be abandoned a� shown and specified. Existing
substatian and poles owned by the utility company will be removed by the utility
company.
H. PanelbQards where shown ar specafied shall be tied into or modi�ed as specified or
shown in the Contract Doeurr�ents.
3.6 PAVING, CURB AND GU`I'TER REMOVALS
A. Where remo�al of existing asphalt pavement is requized for construction, the existing
pa�ement shall be saw-cvt in a st�aight line to a minimum depth of 2 inches.
Replacement of paving nat desagnated to be removed shall be done in accordance
with Di�ision 2, Site Work, of these Specifications.
3181006 02050-8
City of Fort Worth
West Side N Project — Pump Station
DEM4LITION
B. Where removal of existing canci•ete pavement, sidewalk, curla or gutter is required far
construction, the demoIition shall, in general, be ta the nearest construction joint.
Saw cutting s�all be requix�ed when the line of removal is not an existing construction
joint, so that the s�rface contact between lhe new and existing concrete wil� be a
straight ]ine. The minimum depth of the saw cut shall be 2 inches. Replacement of
caneret� srdewalk, curbs, gutters, and dri�eways shall be done �n accQa-dance with
Division 2, and a bitumastic waterprooi jaint filler shal] be installed at the point of
connection between new and exis�ing consiruction.
C. All pavement, curb and gutter, and sidewalk demolitians shall be generally made to
� i the limits shown on the Contract Drawings, unless otherwise directed by the COR due
� to fieId conditions, and as required faz the construction of the complet� project. All
costs associated with removal and replacement of repair of pavement, sidewalks,
� curbs, gutters, driveways and streets shall be included with the CON'1'RACTOR'S bid.
3.7 PAINTING REPATR W4RK,
�•• A. All existing equipment and materials designat�d to be relocated or modified shall be
prepared and coated in accordance with Section 0990Q, Painting, of these Special
Pro�isions fox ihe service cor�dition and the appropriate caating system.
B. Coatings for existing equipment, structures and materials whict� are damaged c�uring
d�moIition and construction shall be repaired by the CONTRACTOR to the
sa�isfaction of the ENGINEER in accordance with the requirements of Section D990t},
Painting.
3.8 CLEAN-UP
A. CONTRACTOR shall remave fram the site al� debris resulting from the demolitian
operations as it accumulates. Upon completion of the Wark all materials, equipment,
waste, and debris of evezy sort shall be removed and premises shall be left, clean, neat
and orc3erly by the C4NTRACTOR.
+ -� END OF SECTION + +
��siao6
02050�9
�
City of Fort Worth
West Side IV Project — Pump Station
PART 1 - GENERAL
1.1 DESCRIPTION
SECTION 021 ] 4
CLEARING
CLEARING
A. Scope: CONTRACT�R shall furnish ali labor, materials, �quipment and incidentals
required to perforn� all clearing and grubl�ing as shown and speci:Fied.
B. Related Woxk Specified Elsewhere:
1. Section 02220, Excavation and Backfill
2. Section 02223, Trench Excavation
3. �ection 02230, Crushed Stone and Gravel
1.2 OUALI'TY ASSURANCE
A. Codes and Standards: State and local ]aws and cade requirements shall govern the
hauling and disposal af trees, shrubs, stumps, roots, rubbish, debris and othermatte�'.
1.3 rOB CONDTTI�NS
A. Prvtection:
1. Streets, roads, adjacent property and oiher works and structures shall be
protected throughout the entire project. CQNT�ACTOR shaIl return to
original c�ndition, satisfactory to ti�eENGJNEER, damagedfaciIities caused by
the CONTRACTOR'S operations.
2. Edges of easements (both working and permanent) and defined work areas on
the drawings sha]] be protected by fences, barricades, or ather me�ods as
shown, speci�ied or approved by the ENGINEER. Work and equipment is not
permitted beyond the easement areas.
B. Sal�able Impravements:
1. Unless specified elsewhere carefu�Xy rema�e items to be salvaged and stoz�e an
pze�nises i�n appraved lacation, all in accordance with recommendations af
spec�alists recognized in the Work involved.
3181 D06 �21 � Q- �
City of Fort Worth
West Side N Project — Purnp Station
PART 2 - PRODUCTS {NOT L7SED}
PART 3 - E�CLITION
3.1 CLEARTNG AND GRUBBING
� _ !_ .�''��
A. Lim�it� of clearing shall be aIl areas within the Contract limit lines except as
othez'wise shovvn. Damage autside these limits caused by the CONTRACTOR'S
operations shall be corrected at the; CONTRACTOR`S expens�. Work areas shall be
lirnited to the areas shown on the drawings.
B. Except as noted below, C4NTRACTOR shall remove from the sit� and satisfactorily
dispose of alI trees, shrubs, stumps, roots, brush, masonry, rubbish, scrap, debris,
pavemerat, curbs, fences and miscellaneous ather structures not covered under other
Sections as shown, specified ar otherwise required to permit construction of the new
Work.
C. Trees, stumps and other cleared and grubbed material shall be disposed off-site, in
accordance with applicable regulations. Na cleared or grubbed material may be used
in bacicfills az' structural embankrnents.
D. Burning an site shaIl npt be done unless approved by authorities having junisdiction.
E. CantroI air pollution caused by dust and dirt, and compIy with governing regulations.
3_2 TOPSOIL REMOVAL
A. TapsoiI is defined as friable clay loana suz�ace sai� faund in a depth of nat less than 4
inches. Topsoil shall be substantially fr�e of subsoil, clay lumps, stones, and other
obj�cts over 2 inches in diameter, and without weeds, roots, and other objectionable
ma�erial .
B. Sii-�p topsoil to whatever depths are encountered. Remave heavy growths of grass
fram areas before stripping.
C. Dispose of topsoil as waste material off-sit�.
+ + END OF SECTION + +
318100G �2� �,�-�
City of Fort Worth EXCAVATTON AND BACKFILL
West Sicie N Project — Pump Station
SECTION 02220
EXCAVATION AND BACKFII.L
FART 1 - GENERAL
;'
• 1.1 DES RIPTION
' A. Scope:
- l. CONTRACTOR shall pravide all Zabor, matei•ia7s, equipment and incidentals
, requiz-ed to perform alI excavating, backfilling, fijli�ag and grading, and
disposing of earth materials as shown, specified, and required for cor�struction
of the composite elevated water stoarage tank including associated underground
piping and electrical ducting,
� 2. AIl necessarypreparatian of subgrade for, foundatians, slabs and pavements is
included.
- 3. A11 ternporary means needed to prevent discharge of sediment to water courses
from dewatering systems or erasion are included.
4. No classification of excavated materials will be mac3e. Excavation includes all
materials regardless af type, character, composition, moisture, or eandition
thereof
5. The CONTRACTOR sha11 reference the Terra-Mar geotechnical report dated
Novem�er 15, 2001 when doing work on this site.
B. RElated Section�:
1. Section 02223, Treneh Excavation.
2. Section 02230, C�-ush�d Stane and Gravel.
] .2 OUALITY ASSURANCE
A, Tests:
1. Tfie �ervices of a qualified testing labaratory shall be engaged by fi.�e OWNER
to make tests and detennane acceptability of the fill or material as listed below.
2. Required Tests:
a. Select Fi11 Samples: Gradaiion, ASTM D 422.
b. Compacted Select Fill: Coxnpaction, ASTM D 698.
B. Permits and Regulatior�s:
1. Qbtain a11 necessaryr permits for work in raads, rights-of-way, railraads, ete_
Alsa obtain p�rinits as required by 1pcal, state and federal agencies far
dischargi�g vvaier from excavations.
3181 D06 Q222�-1
City of Fort Wortla EXCAVATION AND BACKFILL
West Side N Project— Pump Station
2. Perfarm excavation work �n coinpliance with appticable requirernents of
governing authorities having jurisdiction.
C. Reference Standards: Comply with applicable provisions and recommendations of
the following except as atherwise shown or specif ed.
1. ASTM A 36, Specification for Stnictural Stee1,
2. ASTM A 328, 5peci�cation for Steel Sheet P�liz�g.
3. ASTM D 422, Method for Par-ticle-Siz� Analysis flf Soils.
4. ASTM Db98, Tesi methad for Laboratory Compaction Characteristics of Soil
(�tandard Proctox).
5. ASTM D 2422, Test Methods for Density af Soil and Soil-Agg�regate in Place
by Nuclear Methods {Shallow Depth}.
G. AISC Specifcations faz' the Desagn, Fabrication, and Erection of Strucfural
Steel for Buildings.
7. O�HA Standard, Title Z9, Code af Federal Regulatians, Part 1926, Section .650
(Subpart P - Excavations).
S. Texas Health and Safety Code Arnm. 756.�2� (Vernon 1.991).
1.3 �UBMITTALS
A. Excavation Plan: Priar to start of excavation operations, submit written plan to
dernonstrate compliance with �SHA Stanc�ard 29 CFR Part 1926.650. As a
minimum, excavation plan shall include:
1. Name of eompetent person.
2. Excavation nnethod{s) or protective system(s) to be used.
3. Copies af °inanufacturer's data" or ather tabulated data if pratective system{s)
are designed on the basis of such data.
B, Shop Drawings: Subrnit for approval the �o�low�ing:
1. Driven steel sheeting and bracing and other proiective systems.
2, Dewatez�ng system.
3. Underpinning.
4. Submit an excavation p�an as per secfiion 1.3.A of this section.
Shap Dravvings shall be prepared by a Professional Engin�er retained by the
CONTRACTOR licensed in the State of Texas and recognized as expert in the
specialty involved. Also submit for ap�roval, calcuiations and aIl other pertinent
informatio�. CONTRACTOR, however, will be responsible for designing,
installing, opexating and maintaining tk�e system(s) as required to satisiactoz�ily
accomplish aIl necessary permanent and temporary sheeting, bracing, protection,
underpinning and dewatering.
C. Submit the fallowing;
3181dOb 02220-2
City of Fort Vi�orth EXCAVATION AND �SACKFILL
West Side N Project — Pump Station
1. Location a�borra�v pit to be used for select fill. If more than one pit is used,
sUbmit information on additional pits. Assist the OWNER's iaboratozy with
collection of seZec� fill sample far analysis.
2. All boz-irow pits shall be subj ect to approval by the OWNER.
D. Test Reports - Borrow, Backfill, and Grading:
1. Testing labora#ory shail submit copies of the following reports directly to
ENGINEER, with copy to CONTRACTOR:
a. Tests on barrow material.
b. Tests on footing subgrade.
c. Field den�ity tests.
d. Optimum naoisture - maximum density curve for each soil used far
backf ll.
e. Tests of actual unconfined compressive sirength or bearing tests of each
strata.
E. Submit samples of all select iill, gravel ax�d base materials required.
1. Deliver samples to ENGINEER.
1.4 70B CONDITYONS
A. Subsurface Information: Refer to Supplernentary Conditions for Data on subsurface
canditions. Data is not intended as a representation or warranty af eontinuity of
Canditions between soil borings nor of groundwater levels at dates and times other
than date and time when measurec3. OWNER will not be responsible for
interpretatians or conclusions drawn therefrom by CON1'RACTOR. Data are solely
made avai�able for the convezuence of CONTRACTOR.
1. Additional test barings and other exploratory operations may be made by
CONTRACTOR at no cast to OWNER.
B. Existing St�-uctures: The Drawings show certain surface and underground structures
adjac�nt to the Wark. This information has been obtained ftom existing recards. It
is not gEaazanteed to be correct ox complete and is �hown fQr the convenience af
CONTRACTOR, CONTRACTOR sha11 expiore ahead of the required exca�ation t�
determine the exact location of all structures. They shall be supported anci protected
from dainage by CONTRACTOR. If they are broken or damaged, they shall be
restored innmediately by CONTR.ACTOR at his expense.
C. Existing Utilities: Locate existing underground utilities xn tlae areas of Work. If
utilities are to remain in p�ace, provide adequafie �neans of protection during all
operations.
1. Sl�ould uncharted or inc�z-�ectly charted piping or other utilities be encountered
during excavatian, cansult piping or utiliLy owner and ENGINEER immediately
3 i a i aob 02220-3
City ofFart Worth EXCAVATION AND BACKFILL
West Side N Prr�ject — Purnp Station
for direct�ons as to procedure. Cooperate with QWNER and utility owner in
keeping services and facilities in operation. Repair damaged utilities to
satisfaction of utility owner.
2. Do not interrupt existing utilities servin� facilities accupied and used by
OWNER ar others, except when per�nitted in writing by ENGINEER and then
only after acceptable ternpflrary utility seruices have been provided.
3. Demolish and completely remove frorr� site e�isting undergraund utilities
indicated to be removed. Coordinate with utility companies for shut�off of
services if lines are active.
D. Use of Explosives:
1. The use of explosives will not be permitted.
E. Protection ofPersoxas and Property: Bazricade apen excavation� occurring as part of
the Work and post with warning lights. Operate warning lights during hours from
dusk to dawn each day and as otherwise required.
1. Pratect stzuctures, utilities, sidewalks, paveznents, and other facilities from
damage cau�ed by settlement, lateral movement, unc�ex-nraining, wasbout and
other hazards created by earihwark operations.
F. Dust Control: Canduct all operatians and rnaintain areas of activity, including
sweeping and sprinkling of raadways, ta minimize creation and dispersion of dust.
PART 2 - PRODUCTS
2.1 S�IL MATERIALS
A. Select Fill:
1. Place seIect fiIl where shown or specified below and around structures,
pipelin�s, roads, fanks, walks, and other work.
2. Use �velZ graded granular non-expansive material, fre� from organic matter.
The naatez-ial shall have a plasticity index between 5 and 16 and a iiquid limit
not exceeding 35 percent.
3. Advise ENGINEER in writing of source and, if required, submit a sample of
the material for a�proval.
B. Subbase Mat�rial: Naturally or artificial�y graded mixture of natural or crushed
gravel, crushed sione, crushed slag, or natural or crushed sand, appro�ed by
ENGINEER.
C. Drainage Fill: All drainage fill material sha11 be a cz-ushed stone, sand/gravel or
sand/crushed stone mixture. The material shouId have less then 3 percent passing a
3181006 �22.2,�-4
City of Fort Warth EXCAVATION AND BACKFTLL
West Side IV Projec� — Pump Statson
No. 200 sieve, and less than a 3a percent passing a No. 4Q sieve. The minus No. 40
sieve material shauld be non-plastic.
D. General Backfill (for piping backfill see section 02223}. Provide appro�ed soil
rnaterials for backfill and ��1, free af rock or gravel larger than 4 inches an any
dimension, debris, waste, frozen materials, �egetable and ather organic matter and
other deleterious materials. The liquid limit shall be 40. Previously excavated
tnaterials meeting these requirements may be used for backfill.
PART 3 -EXECUTION
3.1 INSPECTION
A. Provide ENGINEERwith sufficient notice and with means to examine the azeas and
conditions under which excavating, filling, and grading are to ba performed.
ENGINEER will notify CONTRACTOR if conditions are found that may be
detrimenta� ta the proper and time�y completion of the Work. Do not proceed with
the Work until unsatisfa�tory conditions have been corrected in an acceptabl�
manner.
,j
3.2 STTE PREPARATION
A. Clear all areas to be accupied by permanent construc�ion or embanlan�ents of all
trees, brush, roots, sturnps, logs, wood and oth�r materials and c�ebris. Clean and
strip svbgrades for fills and embankmenis of vegetation, sod, tapsoil and organic
matter. AIl waste materials shall be removed fronn site and properly disposed of by
GONTR.ACTOR. Burning will not be per�aitted.
3.3 TEST PITS
A. Where showrx or ordered by ENGINEER, excavate and t�ackfill, in advance of
construction, test pits to determin� conditions or loeation o� existing facilities.
Ferform all work required in connection with excavating, stockpiling, rnaintaining,
sheeting, shoring, backfilIing and replacing pavement for the test pits.
B. No separate payment will be made for test pits shown.
C. Payment for test pits ozdered by ENGINEER will be paid %r under the uaait price bid.
D. No separate payment will be znade for test pits made by CONTR.ACTOR for his own
use.
3isioa6
,Iry�►�i,11�7
Cify ofFort Worth EXCAVATION AND BACKF7I,L
West Side ZV Projeet — Pump Station
3.4 ExCAvAT1oN
A. Perform a1I excavatian requix•ed to camplete the Work as shown, specified and
required. Excava#ions shall include earth, sand, clay, gra�vel, har$pan, boulders not
requiring dri�Iing and blasting for removal, decomposed rock, pavements, rubbish
and all ather materials within the excavation limits.
B. Excavations for structures and pipeli�es shall be open excavations if s�fficient space
is available in i•etatiQn to adjacent structures. Pravide excavafian protectia�t
system(s) req,uired by ordinances, codes, �aw, re�ulations and as shown on the
Drawings or requiz-ed by the ENGINEER to prevent injury to workmen and to
prevent damage to new and existing structures or pipelines. Unless shown ar
specif ed otherwise, protection system(s) shall be utilized under the following
conditions.
1. Excavation Less Than 5 Feet Deep: Excavations in soil canditions vvhere there
is na potential for a cave-in may b�; made with vertical sid�s. Under all other
condition.s, excavations shall be sloped and benched, shielded, or shored and
b;raced.
2. Exca�ati�ns More Than 5 Feet Deep: Excavations shall be sloped and
benched, sheeted, shielded, or shored and �raced.
3. Excavation protectian system(s) shall be installed and maintained in accordance
with drawin�s submitted under Article 1.3 above. Protection systems to be left
in place shall be repaired if darna�ed prior to backfilling.
C. Wher� the stxucture is to be placed below the ground watex table, well points,
eofferdams or other acceptable methods shaIl be used to permit construction af said
structure ar pipeline unc�er dry candiiions. Dry coraditions sha11 prevail until concrete
has reached sufficieni strength to withstand earth and hydrostatic loads and until the
pipelines are prope��ly jointed, tested and backfilled. Tn addition, protect excavation
from flooding until all wa11s and floo:r framing up ta and iz�cludzng g�rac�e Ievel floa�rs
are in place and backfilling has begun. Water level shall be maintained below top of
backfill at all tirnes.
]�. Pumping of water from excavations shall be dane in such a manner to preven� the
carrying avway of unsolidified conerete materials, and to preven� damage to the
existing subg,x-ade.
E, The elevation of the bottom of %otings shown shall be considered as appraxirnate
only and ENGINEER may order such changes in dimensians and elevations as may
t�e required to secure a satasfactozy footing. All s#ructure excavations shall be
hand-trimmed to per�nit the placing of fu11 widths, and lengths of footings �n
horizontal beds. Rounded and undercut edges r�ill not be permitted.
s i stoo� 0222�-6
City of Fort Worth EXCAVATION AND BACKFILL
West Side N Pro}ect — Pump Statian
F. When excavatians are �nade hetow the required grades, without the writte� order of
ENGINEER, they shall be backfilled with compacted gravel or concrete, as directed
by ENGINEER, at the expense flf CONTRACTOR.
G. Excavatians shall be extended suff ciently on each side of structures, footings, ete.,
to permit setting of farms, installation of shoring or bracing nr the safe sloping of
baz�ks. _
H. Subgrades for roadways, si�-uctures and trench bottoms shall be firm, c3ense, and
thoroughly compacted and consolzdatec3; shall be free from mud, muck, and other
soft or unsuitable materia�s; and shall remain firrx� and intact under all construction
operations. Subgrades which are otherwise solid, but which become soft or mucky
on top due #o cor�structian op�rations, shall be reinforced with crushed stane or
gra�el. The �zushed el�vation of stabilized subgrades sha11 not be above subgrade
elevations shown.
I. Material Storage: Stackpile satisfactory excavated materials in approved areas, until
required far backfill or fill. Place, grade anci shape stockpiles for proper drainage.
1. Locate and retain sail material� away from edge of excavations.
2. Dispose of excess sail naaterial an� waste materials as specified hereinafter.
3.5 UNAUTHORiZED EXCAVATTON
A, Ail excavation outside the lines and grades shown, and which is not ap�raved by
ENGINEER, togethex with the removal and disposal of the associated material shall
be at CONTRACTOR'S expense. Unauthorized excavatians shall be filled and
compacted with seIect backfill by C�NTRACTOR at his expense.
3.b DRATI�IAGE AND DEWATERING
A. �General.
1. Prevent surface and subsurface water from flowing into excavation� and from
flooding adjacent areas.
2. Remove water from excavation as fast as it coilects.
3. Maintain ihe groun.d water level at least 3 feet below the bottom of #he
excavation to pxovide a stable surface for construction ope�rations, a stable
subgrade fox the permanent work, and to prevent damage to the Work during all
stages of canstruction.
�. Provide and rnaintain pumps, sumps, suction and discharge lines and oiher
dewatering systern components necessary to convey water away from
excavations.
5. Obtain tk�e CONTRACTOR's retained engin�er's appraWal befare shutting
davvn dewatering systexn for any reason.
�isioa6 0222Q-7
City of Fort Worth EXCAVATIQN AND BACKFILL
We�t Sicie N Project — Pump Station
B. Standby Requirements for Dewatez�ing: Provide standby equi�ment to insuxe
continuity of dewatering aperations.
C. Disposal of Water Re�noved by Dewatering Systern:
1. Dispase of a11 water remo�ed from the excavation in such a manner as not to
endangez public health, property, or any portion of the Work under construction
or completed.
2. Dispose of water in such a�nannez- as to cause no inconvenience to OWNER,
ENGINEER, o�r others involved in work about the site.
3. Convey water from the consiructian site in a closed canduit. Do not use trench
excavations as temporary dz-ainage ditches.
3.7 SHEETING, SHORING AND BRACING
A. General:
1. Used material shall be in good condition, not damaged or excessively pitted.
All steet or woad sheeting designated to remain in place shall be new. New or
used sheeting may be used �or temporary work.
2. All timber used for breast boards (lagging) shall be new ar used, meeting the
requirements for DaugIas Fir Dense Constz-uction grade with a bending streragth
nat less than I500 psi or Sauthem Pin� No. 2 Dense.
3. All steel work for sheeting, shoring, bracing, cofferdams etc., shallbe designed
in accaxdance with the pravisions of the "S�ecifications for the Design,
Fabrication and Erection of Stz-uctural Steel for Buildings", ofthe AISC except
thai field welding will be permitted.
4. Steel sheet piling shall be manufactured from steel conforming to ASTM A
328. Steel for solc�ier piles, wates and braces shall be new or used and shall
conform to ASTM A 36.
5. Maintain shoring and b�-acing in excavations regardless of time period
excavations will be open. Carry down shoring and bracing as e�cavation
progresses.
6. Unless otherwise shown, speci�ed, oz' ordered, alI materials used for temporary
construction shall be removed when work is cample#ed. Such rexzxoval shall be
made in a�nanner not injurious to the siructure or its appea�ance or to ad}acent
Work,
7. Provide permanent steel sheet piling wherever subsequent removal of sheet
piling might perinit ]ateral movement of soil under ad}acent structures. Cutaff
tops as required and leave perrnanently in place.
8. The clearances and types of the temporary structures, insafar as they affect the
chazacter of the finished Work, and the design of sheeting to be 1eft in place,
will be subject to the approval af ENGINEER; but CONTRACTOR shall b�
s � s � 006 0222Q-8
City of Fort Worth
West Side IV Pro}ect — Pump Station
:
C.
EXCAVATION AND BAC�FILL
respon�ible for the adequacy of all she�ting, shoring, bz'acing, coffer-damrraing,
etc.
9. Safe and satisfactory sheeting, shorin� and bracing shall be the entire
responsibility of CONTRA.CTO�.
Sheeting Left in Place;
Steel shee# piling �hown tc� be Zeft in place shall consist ofrolled sectians of the
continuous jnterlocking type unless otherwise approved. The type and design
of tl�e sheetin.g and bracing sha�l �onform to the above specifications far all
steel work fax sheeting and bracing. Steel sheei�ng designated to be left in
place shall be new.
St�el sheet piJing to be left in place shalJ be driven straight to the lines and
grades as s�own or directed. The piles shall penetrate into firm materials with
secure interlocking throughout the entire leng#k� af the pile. Damaged piling
h�ving faulty al�gnment sha11 be pulled and replaced by new piling.
The type af �uide structure used and method of driving �'ar steel sheet piling to
be 1eft in place shall be subject to the approval ofENGINEER. �etting will not
be p�rmitted.
Cut off �iling 1e� in place to the grades shawn or ordered by ENGINEER and
remove the cut offs from the site.
Clean wales, braces and ail other items to be embedded in the permanent
strcicture, and ensure that the concrete surro�nding the embedded e�ement is
sound and free fron3 aiz' pockets ar harmful inclusions, Provisions shall include
the cutting ofhales in the webs and flanges afwale and bracing members, and
the welc�ing of steel diaphra�n waterstops perpendacular io ihe centerline of
brace ends which are ta be embedded.
Subsequent to removal of the inside face fanns, and when remaval ofbracing is
permitted, cut back steel at least 2 inches inside the wall face and patch opezung
with cement inortar. Concz-et� shall be thoroughly worked beneath wales and
braces, around stiffeners and in any other place where �oids may be formed.
Portions of sheeting or soldie� piles and breast hoards which are in contact with
the foundatinn concrete sha116e �eft in place, together with wales and bxacing
members wl�ich are cast into foundation or superstnicture eoncrete.
1.
2.
3.
4.
5.
C
7
Reinoval of Sheeting and Braeing:
I. Remowe sheeting and bracing froln excavations �nless otherwise ordexed in
writing by ENG7NEER. Removal shall be done so as to not cause injury ta the
Work. Removal shal� be equal on both sides of excavation to ez�sure no unequal
loads on pipe ar structure.
Z. Defer removal of sheeting and i�racir�g, where remaval may cause soil to c�me
into contact with concrete, unti� the following condiiions are satis�ed:
a. Concrete has eured a minimum of 7 days.
b. Wafl and floor fi•aming up to and incl�ding grade Ievel floars are in place.
3181 DOb Q222,Q-9
City of Fort Wor�th EXCAVATION AND BACKFILL
V�7est Side TV Project — Pump Station
3.$ TR�NCH SHIELDS
A. Exca�ation of earth material below the bottom ofa shield shall not exceed the limits
established by ordinances, codes, laws and r�gulations.
B. When using a shiEld for pipe installation:
1. Any portion of the shield that extends below the mid-diameter of an instailed
rigid pipe {i.e. RCCP} sha11 be raised above this point prior to moving the
shield ahead for the installation of the next length of pipe.
2. The bottorn of the shield shall not extend below the rnid-diameter af instalied
flexible pi�e (i.e. Steel, DI, PVC, eta.} at any tinne.
C. When using a sk�ield fax the inst��lation of structur�s, the bottom o£the shield shall
nat extend below the top of the bedding for the structures.
D. Wkaen a shield is rema�ed or moved ah�ad, extreme care shallbe taken to prevent the
movernEnt of pipe or structures ar the disturbance of the bedding for pipe or
structures. Pipe ar structures that are disturbed shall be rennoved and reinstalled as
specified.
39 GENERAL REOUIREMENTS FOR BACKFiLL, FILL AND COMPACTTON
A. Furnish, p2ace and compact aIl backfill required for structures, trenches and to
provide the finished grades shorvn and specified. Uniess otherwise specified fill may
be obtained from on-site saurces. Additional materials, if required, shall be
fi.irnished from o�� site sources and paid for in accordance with the apprapriate bid
price.
B. Backfill excavations as promptly as Work permits, but not until completion of the
following:
1. Acceptance by ENGINEER o£ canstruction b�low fmish grade including
dampproo�ng, waterproo�ng, and perirneter insulation.
2. Tnspection, testing, approval, and recording of Zocations of under�aund
utili#ies.
3. Removal o� concrete formrwork.
4. Removat of shoring and bracing.
5. Removal of trash and c�ebris.
6. Permanent or temporary horizontal bzaciz�g is in place on hnrizontally
s�pported walls.
C. Keep excavations dry during back�Iling operations. Bring backfill around structures
and piping up evenly on all sides.
3181fl06 d����- I �
City of Fort Worth EXGAVAT�ON AND BACKFILL
West Side IV Project — Pump �tation
D. Da not allow levels ofbackfill against concrete walls ta differbyznoxe than 2 feet on
either side of walls unless walls are adequately braced or a1l floor frarning is in place
up to and �ncluding grac3e level slabs.
E. Place al�l backfi�ling in pipe trenches which are below structur�s, other pipes, or
paved areas, in horizontal layers not exceeding 6 inches in depth and thoroughly
compact each before the ne�t layer is placed. Irz ather pipe tr�nches, cpmpaeted
layers sriall he 6 inches up to the pipe center line and S inches thereafter.
F. Prior to the installation ofpipes which are to be installed in fill sections, place the �11
� as descY�ibed herein, until a minimum height of 2 feet above the pipe is reached,
unless c�therwise z'equired in other Sectians. Th� fill for the trench width shall then
be excavated and t��e pipe installed and backfilled, The remainder of the fill shall
then be placed.
J G. Unless otherwise specified or directed by ENGINEER fzll shall be piaced ia�
horizan�al loose lif�s not exceeding 8 inches in thickness and shall be mi�ed and
5pxead in a manner as�uring uniform Iift thickness after placing.
�. Controi the water content of fill mater�al during placement within the range
necessary to obtain the compactipn specified. In general, tk�e moisture eontent af the
f ll sha�l be within 3 percent of the optimum moisture con#ent for compaction as
determined by Ia�ozatory tests. Perform aIl necessary work to adjust the water
content of the mafierial to within tk�e range necessary fo permit tbe compactio�
specified. Da nat place fill znaterial when free watex is standing on the sur�'ace of the
area where the �ill is to be placed. No compactioza of �ill will be permitted with free
water on any portian of the fill to be compacted.
I. Do not place ar compact fi11 in a frozen candition or on top af frozen rnaterial.
Remove iill containing organic materials or other unacceptable material and replace
with ap�roved filI rnaterial.
J. Perform Compaction of fill vvith equipmex�t suitable for the type of znaterial placed
and which is capable of providing the densities requ.ired. CONTRACTOR shau
select compactian equipment and submit it and his proposed procedure to
ENGINEER �ax approval.
K. Compact �lt shall be compacted by at least two coverages of all portions of the
surface of each ]ift by compaction equiprz3ent. One coverage is c�efned as the
condition obtained when all port�ans of the s�rface ai the fill materiallaave been
subjected to t1}e direct con.tacfi of the compactar.
3181006 Q2220-11
City of Fort Warth EXCAVATION AND BACKFILL
West Side IV Praject — Pump Statiar�
L. Test the ef%ctiveness of the equipment se�ected by CONTRACTOR at the
comrnencement of compaction by construction of a smaI1 section of fill within the
area �vhere fill is to bc placed. If tests on this section of fill show that the speci�ed
compaction is not obtained, CONTRACTOR sha11 increase the numbez o�coverages,
de�rease the lift thicknesses ar obtain a different type of campactor, No additional
cost to OWNER shall be incurred.
M, Pezforzn backfill around st��uctures using the specified �rocedures, except that within
IO feet of foundations and underground structures, Iight cQmpaction equipment shall
be used, with the gross weight of the equipment not exceeding 7,000 pounds.
Pxovide equipment that is capable af the required compaction within restricted areas
next to structures and around piping.
N. The minimum density for backf Il under structures shall be 93-98 percent o�
ma�imurn density obtained in the laboratory in accordance with ASTM D 69S at a
minimum of one percentage point above optimum moisture. This percentage is of
Standard Practar density, Fill that supports piping, roadways, parl€ing areas, and
wallcs shall be 95 percent of maximurn density.
O. �f tk�e specified densities are nat obtained because of improper control ofplacement
o� compaction procedur�s, or because o� inadequate ar improperly funetioniz�g
co7npaction eqUipment, the CONTRACTOR sl�all pex�ortn whatevez work is
required to provide the required densities. This wark shall include complete removal
of unacceptable �lI areas, and replacement and zecompaction u�ntil acceptable �lZ is
provided.
P. CONTRACTOR sha11 repair, at his o�vn expense, any ��ter settle�nent that occurs.
He sha11 make all repairs and replacements necessary within 3Q days after notice
froin ENGIlVEER ar OWNER.
3.14 SELECT FTLL
A. Provide select fill in the following locations:
1. Support for structure foundations where shown on the Drawings.
2. Underneath pipes at the back of the building as shown an the Dravvings.
2. Wl�ere shown az- directed by ENGZNEER.
In general the procedure for the foundations of the piping and the structures should be as
per this d�scripiion and the noies on th� drawings.
Remove all existing pavements, surface vegefation, trees and ass�ciated rooi
mats, organic topsoil and any other deleterious material.
3i��oab 02220�12
.�
City of Fort Wot-�h
West Side N Project— Puinp Station
2.
�
4.
EXCAVATION AND BACKFIL,L
Excavate or fiZl pad to a minimum of 18 inches below final g;rade. Fill required
to establish finisheci g�ades can consist of on-site silty clays or imported silty
clays �vith a Liquid Limit of 40 or less compacted as descrzbed in item 4 below.
It is not necessary to excavate limestone to install moisture conditioned clays.
Scarify the expased clay subgra�e, if present, at the excavation to a depth o£ S
inches, adjust the moisture and compact at a minimum of one percentage point
above optimum maisture to between 93% and 98% Standard Proctor density
(ASTM D 69S}. O�er-compaction should not be allowed.
Camplete pad fill using a nninimurn of 12 inches of sanc�y ctay/c�ayey sand non-
expansive select fi11 with a Liquid Limit less than 35 pez'cent ar�d a Plasticzty
Index (P� behnTeen 5 and 16. The select fi11 shauld be �ompacted in �naximurn
9 inch loose Zifts at minus 2 pereent to plus 3 percent af the soil's optimum
maisture content as determined in the Standard Proctar Tes# (ASTM D 698).
The initial lift of select fill sho�ald be placed within �8 hours of completing the
installation of the moisture conditioned sails.
3.11 UNCOMPACTED BACKFILL
A. Place rnaterial above embedments so that no excessive or unbalanced 1oad, shack or
impact occurs on the pipe or results in dispiacernent of the pipe.
3.12 GRADING
A. General: Uniformly grade areas within limits of grading under this Section,
including adjacent iransition areas. Smooth subgrade surfac�s within specified
tolerances, campact w�th uniform le�els or slopes between points where elevations
are shown, ox betvveen such points and existing grades.
B. Gradzng Outside Building Lines: Grade areas adjacent to buiIding lines to drain -
away from stz-uctures and to prevent ponding. Finish surfaces free frorn irregular
surface changes, and as follows:
1. Turfed Areas or Areas Covered vvith Gravel, Stone, Waod Chips, oz' Other
Special Cover: Finish areas to receive topsoil or special cover to within not
more than 1 inch above ar below the required subgrade elevations.
2. Walks: Shape surface of areas under walks to line, grade and cross-sec#ion,
with finish surface not more than 1 inch above or belo�v the requized subgrade
elevation.
3. Pavements: Shape surface of areas under pavement to line, grade and
crass-section, with finish surface not more than 112 inch abave or belovw+ the
z-equired subgrade ele�ation. Prepare subgrade and modify, as required by
TxDOT for the existing soil conc�itions.
��
3181p06
02220-13
City of Fort Worth EXCAVATTON AND BACKFIL,L
Wes# Side N Project — Pump 5tation
C. Grading Surface of Fill Under Building Slabs: Grade smooth and even, free of
vaids, compacted as specified, and to required elevation. Prov ide final grades within
a tolerance of 1/2 inch when tested with a 10 foot straightedge.
D. Com.paction:
I. After grading, compact subgrade surfaces to the depth and percentage of
maxiinum density far each area classification.
3.13 PAVEMENT SUBBASE COURSE
A. General: Place subbase material, in layers of specif ed thickness, over ground
surface to support pavement base course.
1. See other Sectians af Di�ision 2 for paving speci#"ications.
B. Grade Control: Dur�ng construction, maintain lines and grades including crown and
cross-slope a� subbase course.
C, Shoulders: P�ace shoulders alang edges of subbase course to pre�ent Iateral
movennent. Constz-uct shouXders of acceptable sail materials, placed in suc� quantit}�
to compact to thickness of each subbase course layer. Compact an� roll at least a 12
inch width of shoulder simultaneous�y with compacting and rolling of each layer of
subbase course.
D. Placing: Place subbase cour�e material on prepared subgrade in layers of unifarm
fhickness, confoz-ming to indicated cross-section and thickness. Maintain optirnurn
moisture eontent for compacting subbase material during placement operations.
1. When a compact�d subbase course is shawn to be b inches thick or 1ess, place
xxaafez�ia� in a single layer. When shawn t� be more than b inch�s thick, place
material in equaI layers, except r�o single layer mare ihan 6 inches or less than 3
inches in thickxiess when connpacted.
3.14 DISP05AL OF EXCAVATED MATERIALS
A. Matexia� rennoved from the e�cavatzons which does not conform ta the requirements
for fi11 ar is in excess of that required for backiill shall be hauled away from the
proj eet site by the CONTRACTOR and disposed of in compliance wit� ordinances,
codes,laws and regulations at na additional cost to the OWNER.
318IOD6 02220-14
City afFart Worth
West Side N Project — Pump Station
3.15 FIELD OUALITY C�NTROL
EXCAVATION AND BACK�ILL
A. Quality Control Testing During Construction: A CONTRACTOR retained testing
service must inspect and approve subgrades an� fill layers before construction work
' is performed therean. Tests of subgrad�es and fill layers shall be taken as fallows:
I
2.
3.
4.
On-Site Soil: There shall be one (1) AtterburgLimits Test {ASTM D4318) and
one {I) Moisture/Density Relationship Test (ASTM D698} for each type of soil
used.
Seleet Fill: There shall be one (1) Atterburg Limits Test (ASTM D4318), arae per
l,aoa �u. yd per soil type and �ne {1) Mnistur�/Density Reiationship Test
(ASTM D698), one per 5,000 eu. yd per soil type. On-Site Soil: There shall be
one (1) Atterubrg Lirz�its Test {ASTM D4318) and one (1} MoisiurelDensity
Relationship Test (ASTM D69$) for each type af soil used.
Subgrade: Far each strata of soil on whach structures will be placed, conduct at
Ieast ane test ta verify requixed design bearing capacities. Subsequent
verifieation and approval of each subgrade may be based on a visual co�nparison
of each subgrade with related tested stz-ata, wben acceptable to �NGINEER.
Paved Areas and Bui�ding Slab Subgrade: Make at least one f eld density test
of subgrade for every 2000 square feet of paved area or building slab, but in no
case less than 3 tests (for each). Tn each compacted fill layer, make ane field
density test for every 2000 square feet o£ averlaying building slab or paved
area, but in na case less than 3 tests.
B. If testing service reports or inspectians show sub�rade or fitls a;re belovw specified
density, provide additional compaciion and testing at no additional expense to
OWNER.
+ + END OF SECTIC?N + +
�
3181006 a2220-15
City of Fart Wnrth TRENCH EXCAVATION
West Side IV Pz•oject — Pump Station
SECTION 02223
TRENCH EXCAVATION
PART 1 - GENERAL
1 _ 1 DESCRIPTION
I A. Sc�pe:
1. CONTRACTOR �hall provide all labor, rnaterials, equipment and incidentals
� required to pex-fprm all excavating, backfilling, filling and grading, and
disposing af eal�th materials as shown, specified, and required for constr�.�eting
the campasite elevated tank and associated underground pipeIines.
2. All necessary �reparation af subgrade is included.
3. All temporary means needed to prevent dis�charge af sediment to water courses
,. froxn dewatering systems or erosion are incIuded.
4. No c]assification of exca�ated materials wilI be made. Exeavation inciu�es all
rnaterials regardless of type, character, composition, moisture, or condition
. thereaf, except rock.
� B. Related Sections:
� ] . Section 02110, CIearing.
2. Sec�ion Q2220, Excavation and Baekfill.
3. Section 02230, Crushed Stone and Gravel.
� 4. Section 02751, Concrete Paving.
1.2 OUALTTY ASSURANCE
A. Tests:
1. Engage the �e�vices of a qualified testing Iaboratary to make tests and
deteraraine acceptability of the fill or nnaterial as listed be�ow. Laboratory shall
be acceptable to ENGINEER.
2, Required Tests: Field tests shall be perform�d as specified hereinafter. Tests
prior to material instaIlation for samples prapased foz' use by the
CONTRACTOR shall include at least one gradation, Atteburg limits (soil
matea-ials) and moisture-density curves, where applicable.
B. Perrnits and RegUlations:
1. Obtain permits as required by Iocal, state and fedez-al agencies far discharging
water from excavations.
siaioo6 02223-1
City of Fort Worth TRENCH EXCAVATTON
West Side N Project — Pttmp Station
2. Perfarm excavation work in compliance with �pplicable requirements af
gaverning authorities having jurisdiction.
C. Reference Standards: Comply with applicable provisions and recommendations o�
the following except as otherwise shown or specified.
1. ASTM A 36, Sp�cification far Structural SteeI.
2. ASTM A 328, Speci�ication fnr Ste�1 Sheet Piling.
3. ASTM D 422, Method for Particle Size Analysis of Soils.
4. ASTM D 1556, Test Method for Density and Unit VVeight of Soil in PIace by
the Sand-Cone Method.
5. ASTM D 1557, Test Methods for Maisture-Density Relatinns of Soiis and Soil-
Aggregate Mixtures Using 1Q-]b (4.54 kg) Rammer and 18-in. {457 mm) Drop.
b. ASTM D 2922, Test Methods for Density of Soil and Soil-Aggregate ir� Place
by NucIear Methods (Shallaw Depth).
7. OSHA Standard, Title 29, Code of Federal Regulations, Part 1926, Section .650
(Subpart P - Exeavations).
S. AI5C Specificataons ior the Design, Fabrication, and Erection of Structural
Steel for Buildings.
�� � i �% � s��
A. Excavation Plan: Prior to start of excavation operations, submit written plan to
demonstrate campliance with OSHA Standard 29 CFR Part 1926.650. As a
minimum, exca�ation plan shall include:
l.. Name af comgetent person.
2. Excavation method(s) or protectzve system(s) to be used.
3. Copies of "manufacturer's data" or other tab�iated data if prot�ctive system{s)
aa-e designed on the basis of such data.
B. Shop Drawings: �ubmit foz approval drawings for the foliowing items:
1. Sheeting and bracing, or other protective system(s).
2. De�uatering system.
3. Cofferdams.
4. Underpinning.
Shop Drawings shall be prepared by a licensed professional engineer in the State of
Texas, recognized as expe�-t in the specialty in�alved. Also submit for agpro�al,
calculations and a�l other pertinent informatian. CONTRACTOR, however, will be
respnnsible for designing, installing and operating and maintaining the systems as
required to satisfactorily accornpZish all necessazy sheeting, bracing, protection,
undeipinning and dewaterzng,
sis�oo� p2�23-2
City of Fort Warth TRENCH EXCAVATI�N
V�est Side IV Project — Pump StatiQn
C. Submit for app�-ova], prior to placement, source name and other infarmation or data as
required by ENGINEER for select fill, gravel, and base materials.
�� D. Submit samples of all se]ect fill, gravel and base mat�rials required. CONTRACTOR
� is required for testing of the sample.
,; i. Deliver samples to Resident Project Representative.
: i E. Test Reports - Borrow, Backfill, and Grading:
,, 1. Testing laboratory shall submit copies of the following reports directly to
OWNER, with copies ta ENGINEER and CONTRACTOR:
' a. Tests on borrow materia�.
,� b. Tests on pige bedding.
c. Field density tests.
� j d. Optimum moisture - rr�aximum density curve for each 5D11 used for
backfill.
1.4 JOB CONDIT��NS
A. Su�surface Tnformation: Refer to Supplementary Conditions for data on subsurface
conditions. Data is not intended as a representation or warranty af continuity of
corrditions between soil borings nar of groundwater levels at dates and times other
than c�ate and time when measured. OWNER will nat be respansible for
interpzetations ar conclusians drawn therefrom by CONTRACTOR. Data are sol�ly
made available for t�e conv�nience of C4NTRACTOR.
1. Additional test borings and other exploratory operations may be made by
CDNTRACTOR at no cast to �WNER.
B. Existing Structures: The Drawings sh�w certain existing facilities and surface and
underground structures ]ocated on or adjacent to the Work. This information has
been obtained from existing records. It is not guaranteed to be correct or complete
and is shown for the convenience af CONTRACTOR. CONTRACTOR shail
explore ahead a� the required excavation to deterniine the exact location of aIi
structui�es. Tl�ey s4�a11 be sUpported and protected from damage by CONTRACTOR.
If they are broken az' damaged, they shal� be restored immediately by
CONTRACTOR at CONTRACTOR'S expense.
C. Existing Utilities; Locate existing underground utilities in the areas of Work. If
utilities are to remain zn place, provide adequate means of protection during all
operations.
l.. 5hould uncharted or incorrectly charted piping or utilities be encountered
during exca�ation, consult ENGiNEER immediately far direetions as to
procedure. Cooperate with O�V'NER and atility companies as required to
maintain and protect �xistrng utilities and �acility operations.
3 i s� aa� 02223-3
City of Fart Worth TRENCH EXCAVATION
West Side N Project — Pump Statian
2. Do not inten-upt existing utilities serving faci�ities occupied and used by
OWNER oz nthers, except when permitted in wz�iting by ENGINEER and then
only after acceptable tempo�•aiy utility services have been provided.
3. Demolish and compl�tely remove frorn site existing underground utilities
indicated to be removed. Coordinate with utility companies %r shut-off of
services if lines are active.
D. Use of Explasives:
1. The use of explasives will not be permitted.
E. Pratection of P�rsons and Property: Barricade open excavaiions occurring as part of
this Work and post with waz-ning lights. Operate warning li�hts during haurs from
dusk to dawn each day and as otherwis� required.
1. Protect structures, utilities, sidewaIks, pavements, and other facilities from
damage caused by settle�nent, lateral mo�erraent, undermining, washout and
other haza�•ds c�•eated b� earthwork aperations.
2. Consult ENGINEER and obtain ENGINEER'S approval be.fore removing,
trimming, or disturbing trees, sh.rubs, plants, fences, rails, walks, structures or
other facilities that are encountered on the line of the excavation. See Section
02110, Clearing.
F. Dust Contrnl: Conduct aIl operatians and maintain the area of activities, including
sweeping and sprinkling of roadways, to minimize creation and dispersi�n of dust.
Calcium chloride shall not be used to control serious or prolonged dust problerns,
subject to approval af ENGINEER.
Unless otherwise ap�ro�ed by ENGINEER, excavated material and mat�rials of
constructian shall be so deposited, and the Wark shall be so conducted, as to leave
open and fi•ee for OWNER'S opei•ation all areas used for access to existing facilides.
All hydrants, valves, and other facilities which may require access during
construction shall be kept accessible for ase. During the progress of �he Work,
CONTRACTOR shall maintain area� in satisfactary condition and the Work shall at
all times be so conducted as to permit sa% and convenient aecess to facilities a�ong
the line of the Work. No materials of constructian shall be deposited outside the
construction limits as shown on the Drawings, unless tran�ported to the fznal o�F%site
disposal Iocation. Materials shalI be deposited to avoid interference with work by
Others.
3istoa6 42223-4
City af Fart Worth TRENCH EXCAVATION
West Side N PrQject — Pump Station
PART 2 - PRODUCTS
2.1 SOIL MATERTALS
A. Pipe Zone (Pipe Beddang): Gr�nular embedment material shall be crushed rock
or pea gravel coarse aggregate size No. 7{112" to No. 4) ASTM C33. Pipe
heddin� matez-ials shall be placed in ]ayers not more than 6" deep and campacted
with a mechanical probe �ibrator during placement to ensure all voids beneath
the pipe are filJed.
'' B. Trench Zone Backfill (abo�e pipe zone): At the option of the C�NTRACTOR,
,� backfil� may be (1} Job Excavated Mater�al, {2} granular material, (3} graded
.'
gravel, or (4} imported soil backfill materials as described below:
. 1. rob Excavated Niateri�l: Job excavated material meeting select fill
requirements of sectian 02220 may be used for trench zone backfill. The
� materia� shall be compacted as per the drawings. Relative density tests shall
' be conducted for e�ery SO cubic yards of material placed.
2.
3. Gi-anu�ar Mateyial: Granular �material for compacted backfill �hall camply
with ASTM C33 and shall be coarse aggregate size Number 467 (1-1/2 inch
to Nv. 4}, 5(1 inct� to'/z inch), 56 (1 inch to 318 inch), or 57 (l. inch to No. 4),
or shall be granular embedment xnaterzal as specified for pipe bedding.
Granular material shall be depasited in uniform 7ayers not exceeding 12
inches in compacted lhickness and shall be compaeted to 70 percent relative
density as detez-znined by ASTM D4253 and D4254. Relative densrty tests
shall be cpnducted for every 50 cubic yards of material placed.
4. Graded Gravel: Gravel for backfil� shall conform to the follawing gradation:
Sieve Percent
Size Passing by VVeight
1 inch I00
314 inch 85-100
318 inch 50-SO
No. 4 35-60
No. �0 15-30
No. 200 5-Id
5. The gra�el mixture shall cantain no clay lumps ar organic znatte�`. The
fraction passing the N�. 4 sieve shall have a Iiquid limit not greater than 25
and a plasticity index not greater than 5. Gravel l�ackfill shall be deposited in
unifarm layers not exceeding l.2 inches in uncompacted thickness. The
3181006 ����3-3�
City of Fort Worth TRENCH EXCAVATION
West Side TV Project — Pump Station
backfill shall be compacted by a suitable vibratory roller orplatform �ibrator
to not ]ess than 70 percent relative density as deiermined by ASTM D�253
and D4254. Relative density tests shall be conducted for every S4 cubic
yards of materia3 placed.
6� Tmported Soil Backfill: Imported sail backfill material shall cansi�t of elayey
sands, silty frne sands and sandy clays with a liquid l�mit less than 35 and a
plasticity index between 5 and 16. Backfill materials shall be deposited in
layers not to exceed 8 inches in uncompacted thickness and shall be
compacted ta 95 percent of maximum dry density at aptimum moisture
content as determined by ASTM D698. The moisture content shall be
between +/-2 percentage points of optimuz�n moisture content. One m.oisture-
density test on a sample af delivered material shaIl be conductec�. At least one
in-place density test shall be conducted for every 50 cubic yards of material
placed.
PART 3 - EXECIITION
3.1 INSPECTION
A. Provide ENGNN�ER with suffcient natice and means ta examine the areas and
conditions under which exca�ating, filling, and grading are to be per%nned.
ENGINEER will notiiy C4NTRACTQR i� canditions are found that may be
detrimental ta the proper and timely completion of the Work. Do not proceed with
the Work until unsatisfactory conditions have been corrected in an acceptable
m anner,
3.2 TEST P�'I'S
A. CONTRACTOR shaI1 excavate and backfill, in advanee of construction, test gits to
determine conditions or locatzon �f existing facilities. C4NTRACTOR shall
pez-foz-�nn all Work z-equired in connectian with excavating, stockpiIing, maintaining,
sheeting, sharing, backfilling and replacing pavement for the test pits.
B. No se�arate payment will be made fax test pits sl�own or ozdered by ENGINEER.
C. Np separate payment will be made for test �its made by CONTRACTOR far his own
use.
3.3 EXCAVATION
A. Perform all excavation requrred to complete the Wark as shown and specified.
Excavations shall include earth, sand, clay, gravel, hardpan, boulders not z�equiring
� isioo6 42223-b
City of Fort Warth
West Side N Project — Pump Station
TRENCH EXCAVATION
drilling and blasting to remove decomposed rack, pavements, rubbish and all other
materials within the excavallon limits, except a'acke
S. Excavations for structw�es and pipelines shall be open excavations. Provide
excavation p�-otection system(s) required by ardinanees, codes, law and regulations to
prevent �njury to workrnen and ta prevent damage to new and existing structUres or
pipelines. See Section 01526, T��ench Safety System. Unless shown or specified
otherwise, protectian system(s) shall be utilized undez the follawing cc�nditians:
1. Excavation Less Than 5 Feet Deep: Excavations in stable rock ar in soil
2.
K�
C�11C�]11Q11S VlJhere there is no potential for a cave-in may be made with �ertical
sides. LTnder all other canditions, excavatians shall be sloped and benched,
shielded, or shored and braced.
Excavations More Than 5 Feet Deep: Excavations in stable rock may be made
with vertical sides. Under al] other conditions, excavations shaIl be sloped and
benched, shielded or shored and braced.
Excavat�on pz-otection system(s) shall be installed and rnaintained in accordance
vvith drawings submitted under Article I.3 above.
C. Where the pipeIine, utiiity or structure is to be placed beiaw the ground water table,
wellpoints, cofferdams or other acceptable methads shall be used to permit
construction of said structure or pipeline under dry conditions. Dry can.ditions shall
�revail until cancrete has reached sufficient strength to withstand earth and
hydrosta�c loads and until the pipelines are properly jainted, tested and backfilled.
D. Pumping of watez' from excavations shall be done in such a manner to pre�ent the
carrying away of unsolidified concrete materials and ta prevent damage to the
existing subgrade and excavation walls. Dispose of pumped water in conforrr�ance
with IocaI codes and regulativns.
E. Pipe Trench Preparation:
1. No mare than 100 feet of trench may be opened in advance ai pipe Iaying.
2. Treneh width shall be zninimized to gxeatest extent practical but shall confarm
to the following:
a. Sufficient to provide room for installing, jointing and inspecting piping,
but in no case v,�ider at top af pipe than pipe barrel �D plus 2 feet.
b. Enlargements at pipe joints may be made if required and approved by
ENGINEER.
c. Sufficient for shoring and bracing, or shielding and dewatering.
d. Suificient to alIow thorough compactian of backfill adjacent to bottam
half of pipe.
3181DOG oz22�-�
City of Fort Worth
West Side IV Praject —1'ump Skation
e.
f�
TRENCH EXCAVATIQN
Do not use excavating equipment w�ich requires the trench to be
excavated to e�cessive width.
Excavation shaIl be at Ieast 6-inches below the bottom of the pipe and
backfilled with pipe bedding material as specified under Section Q2230.
3. Depth of trench shall be as shown. If required and approved by ENGINEER,
depths may b� revised.
F. Repair, at no additaonal cost to OVVNER, after settlement that accuz's.
G. Material Storage: Stockpile satisfactory excavated materials in approved axeas, until
required for backfill or iill. Place, �ade and shape stackpiles foz' prapeX drainage.
1. Locate and retain soil rnaterials away from edge of exeavations.
2. Dispose of excess sail material and waste materia�s as specified hez-einafter.
3. If all of the excavated material cannot be stared within the cpnstruction limits
shown an the Drawings in such a manner as to maintain safe access to existing
facilities, the surplus shall be removed from the work area and stoxed. After
Iaying of pipe or campletion nf structure to be built in the trench, so rnuch of
this mate��ial as is of satisfactory quality and necessary for the purpose shall be
brought back and used far backfilling the trench.
H. Where ENGINEER considers the exisdng material b�nea�h bedding material
unsuitable, CON'TRACTOR shall remove same and replace it �ith select backfill.
The additional excavation and select backfill xnaterial, when ordered in writing by
ENGINEER, will be paad fox� by unit prices bid or under the "Changes" clauses of the
General Requirements and Provisions.
3.4 UNAUTHORI2ED EXCAVATION
A. All exca�ation outside the ]ines and grades shown and which is not appro�ed by
ENGINEER, together with the removaI and dispasal of the associated material shall
be at CONTRACTOR'S expense. The unauthorized excavation shall be filled and
compacted with select fii� or cancz�ete by CONTRACTQR at his expense. Glaims
and damages resulting fram CONTRACTOR'S unauthorized excavatian will be
CONTRACT�R'S SOIB iES�]01151}]111t�7.
3.S DRAIl�IAGE AND DEWATERING
A. Genezal:
1. Prevent sui•face ana subsurface water fram f7owing into excavations and from
floading adjacent areas.
2. Rerraove water from e�ca�vations as fast as it collects.
318i006 02223-8
i �
City af Fort Worth TRENCH EXCAVA'I'�ON
West Side IV Project — Pump Station
3. Maintain the ground wate�• level below the bottom of the e�cavation to pravide
a stable surface foz' constr�ction operations, a stab]e subgxade for permanent
work and to pre�ent damag�e to Work dui-ing all stages of constructian.
4. Provide and maintain pum�s, sumps, s�ction and discharge lines and ather
dewate�-ing system compo�ents necessary to canvey water away from
excavations.
5. Pravide ap}�roved sediment traps, hay bales, silt fences, etc. when water is
canveyed into water courses ta prevent sediment from entering inlets.
6. Obtain ENGINEER'S approvai before shutiing down dewatering system for any
reasfln.
�
B. Standby Requrrernents for Dewatering: Provide standby equipment on-site to insure
continuity of dewatering operations.
C. Disposal of Water Removed by Dewatering System:
1. Dispose of all water remaved frorn the excavation in such a manner as not to
endanger public heaIth, property, or any portion of the Woz`k under construction
or completed.
2. Dispose of water in such a manner as to cause no inconvenience to �WNER,
ENGINEER or others involved in work at the site.
3. Con�ey water frflm the exca�ation in a closed conduit. Da not use trench
excavations as temporary drainage ditches.
3.6 SHEETJNG, SHORIlITG AND BRACING
A. General:
1. All rraunicipal, county, state and federal ordinanc�s, codes, regulations and laws
shall be observed.
2. Used material shall be in good condition, not damaged or excessively pitted.
AIl steel ar wood sheeting designated fa remain in place shall be new. New or
used sheeting may be used for temporary work.
3. All timber used for breast boards (Ia�ging) shall be ne�v or use�, rneeting the
requirements forpoug7as Fir Dense Constz-uction grade vwiih a bending strength
not less than 1500 psi or Southe;t-� Pine No. 2 Dense.
4. All stee] work for sheeting, shoring, bracing, cofferdams eic., shall be designed
in accordance with the provisions of the "Speeifications far the Design,
Fabrication and Exection of Structural Steel foz Buildings", af the ATSC except
that field welding will be permitted.
5. Steel sheet pi�ing shall be nnanufactured frorn steel conforming to ASTM A
32$. Steel for soldier piles, wales and braces shall be r�ew or used and shall
conform to ASTM A 36.
3181006
02223-9
City of Fort WortY� TRENCH EXCAVATION
West Side IV Project — Pump Station
6. Maintain shoring and bracing in excaWations regardless o� time period
excavations wiil be open. Carry down shoring and bracing as excavation
grogresses,
7. Safe and satisfactory sheeting, shoring and br•acing shall be the entire
responsibility of C�NTRACT�R.
8. k�rovide pex-rnanent stee� sheet piling or pressure creosoted timber sheet piling
between existing tanks ar wherever subsequent i-emoval of sheet piling might
permit lateral mo�ement of soil unc�er adjacent sti•uetures. Cut off tops as
required and lea�e permanently in p1ac�.
9. The clea�-ances and types of the temporary structui-es, insofar as they affect the
character of th� finished work, and the design of steel sheeting to be ]eft in
place, will be subject to the approva� of ENGINEER; but CONTRACTQR shall
be solely responsible for the adequacy af all sheeting, shoring, bracing, coffer
damrning, etc.
10. Unless otherwise shown, specified, or ordered, alI materials �sed for temporary
construction shall be removed when work is completed. Such removal shall be
made in a manner not injurious to the pipelines or structures.
B. Sheeting Left in Place:
1. Steel sheet pi]ing shaIl be �eft in place, where shown on the Drawings, where
conditions are such that the removai of sheeting will endanger the Work or
adjacent pipes or structures or when oydered in writing to be Ieft in place by
ENGINEER. It shall consist af rolled sections af the continuous interiocking
typ� unless ntherwise approved. Type and design of the sheeting and bracing
shall conform to the above specificatians for all steel work for sheeting and
bracing. Steel sheeting shown or a�-dered to be installed but not removed shall
be new.
2. Stee1 sheet piling to be left in place shall be driven straight to ti�e lines and
grades as shown or darected. The piles shall penetrate into firm materials with
seeure interlocking throu�hout the entir� len�th of th� pile. Damaged piling
having faulty alignment shall be pulled and replaced by new piling.
3. The type of guide structure �sed and nnethod of driving for steel sheet piling to
be left in place shall be subject to the approval of ENGINEER. Jetting will not
be permitted.
�. CONTRACTOR shali cut off �ilin� left in place at least 2 feet below road the
grades si�own nr o�-de�-ed by ENGINEER and shall remove the cut ofis frorn the
sit�.
5. Portions of sheeting or soldier piles and breast boards which are in contact with
cancrete shall be left in p�ace.
C. Removal of 5haeting and Sracing: Remov� sheEting and bracing from excavatian
unless otherwise ordered �n writing by ENGINEER. Removal shall be done so as ta
z�at cause an�ury to the Work.
3is �oo� a2223-10
i�
City of Fort Warth TRENCH EXCAVATION
West Side IV Project — Pump Station
3.7 TRENCH SI�LDS
A. Excavation of earth materia] below the battom of a shield shall not exceed the iimits
established by ordinances, codes, laws and regulations.
B. When using a shield for pipe installatian:
;� 1. Any portian af the shield that extends }�elow the mid-diameter of an installed
rigid pipe (i.e. RCCP) shall be raised above this point prior to moving the
shield ahead far tne installation of the next length o� pipe.
C. When using a shield for the installatron of structures, the bottom of the shield shall
nat extend below the top of the bedding for the structures.
D. When a shield is rem.oved oz- rno�ed ahead, extreme care shall be taken to prevent the
movement of pipe or structures or the disturbance of the bedding far pipe or
structures. Pipe or structures that are disturbed shall be removed and reinstalled as
specifred.
3.8 G�NERAL REOU�REMENTS FOR BACKFILL, FILL AND COMPACTION
A. Furnish, place and compact all backiill required for trenches, structures and to
pro�ide the finished grades shown and specified. Unless otherwise specified, fill
shall be obiained irorn on-site sources.
B. Bacicfill excavations as promptly as Worl� permits, but not until completion of the
following:
1. Acceptance by ENGINEER of all Work within the excavatian.
2. Inspection, testing approval, and recording af Iocadons of unde�ground utiIities,
connections, branches, stzuctu�res and other facilities.
3. Removal of trash and debris.
C. K�ep excavations dry during backfilling �perati�ns. Sring backfill around piping
and structure� up evenly on all sides.
3.9 GRADING
A. General: Uniforrnly grade areas within limits of grading shown or specified,
including adjaeent transition ar�as. Smooth subgrade SllI�aCO W1tI111'k 5p�C1�lE(�
tolerances, compact with uniform levels or slopes between points vvhere ele�ations
aze shown, or between such points and existing grac�es.
3181006 02223-11
City of Fort Worth TRENCH EXCAVATION
West Side IV Praject — Pump Station
B. Turf'ed �ireas: Finish areas to r-ecei�ve topsnil to within not more than 1-inch above or
below the required subgrade elerrations.
C. Compactian: After g;•ading, compact subgrade surfacEs to the depth and percentage
of maximum density requirec�.
3.1d DISPOSAL OF EXCAVATED MATERIALS
A. Material removed fram the excavations which does not conform to the requiremen�s
far fill or is in excess of that required for backfill shall be hauled a�vay by
CONTRACTOR and disposed of in compliance vvith municipal, county, state,
fede�•al or other applicable regulations at no additional cost to OWNER.
+ + END OF SECTION + +
3 a sinor 42223-12
City of Fort Worth CRUSHED STONE AND GRA'VEL
West Side N Project -- Pump Station
, SECTION 02230
CRUSHED STONE AND GRAVEL
o�
PART 1 - GENERAL
1.1 DESCRIPTI�N
' ' A. Scope:
. 1. CONTRACTOR shall furnish and place crushed stone and gravel of the types
specified at locatians shawn and as ordered by the ENGINEER.
B. Related Sections:
i. Section 02220, Excavation and �ackfil�.
2. Section 02223, Tzench Excavation.
1.2 SUBMI I"i'ALS
� � A. CONTRACTOR shall furnish representative samples of the cz�ushed stone or gravel
to the ENGTNEER and shall advise of the source location.
PART 2 - PRODUCTS
2.1 MATERIALS
, � A. Bank Run Gravel:
1. Bank r�n graveI shall consist of well graded hard, sound, taugh, durabla
� particles of uncrushed gravel freefrom soft, thin, elangated orlaminated pieces,
organic matter and other deleterious substance. The percentage by weight
passing a No. 100 square mesh sieve shall nat e�ceed 10 percent, and it shall
not contain stones larger than 6 inches.
B. Crushed 5tone ar Gxavel for Subdrain Filters: The materials shall be sand and gravei
well graded from coarse to fine with the folIowing specific requirerr�ents:
Fine Material: Daameter of 15 percent size -
2.0 mm. (LT.S. #10 Sieve)
Coarse Material: Diameter of 85 percent size -
19.0 n�m. (U.S. 3/� inch Sieve;)
3181046
02230-1
City of Fa�rk Worth CRUSHED STONE AND GRAVEL
West Side IV Project — Puznp Station
1. CONTRACTOR shall submit samples meeting the abo�e requirements to an
approved commercial testzng labaratory for siev� analysis. The laboratory
analysis results shall be approved by the ENGINEER before any mat�rial is
ordered.
2. After the materials are deIivezed to the job site, the ENGINEER will take two
samples from each shiprnent of material. The CONTRACTOR shall have a
sieve analysis perFarmed on these samples by a commercial testing laboratory.
If the results of the samples taken in the field do not conform to those
previously appro�ed, the material will be rejected and shall be znodiiied or
remo�ed from the job site.
C. Crushed Stone or Screened Gravel far Foundations:
1. CONTRACTOR shall furnish and place crushed stone or sereened gravel fill
under pipe oz' struct�res in addition to that required under other Sections. This
material shall be p�aced at such ]ocations as the ENGIlVEER sha1� specifically
order in writing to replace material unsuitable for the foundations of the pipe or
structure or to incz�ease the laad carrying capacity of the pipe. It shall also be
used to refill aver �xcavations by tk�e CONTRACTOR.
2. The material shall be well-graded, cIean screened gravel or crushed stane
abtai�ned from an approved source. Maximum size shall be 1-112 inches and 95
percent shall be retained on a No. 4 screen.
D. Road Gravel:
1. Road gravel sha11 be well graded bank run gravel consisting of hard, sound,
tough, durabla paiticles of uncrushed gzavel free from soft, thin, elangated ax
Iaminated piece�, axganic matter and other deleterious substance. This gravel is
for roads not receiving bituzr�inous treatment.
2. The percentage by weight passing a Na. 140 square sieve shall not exceed 10
percent and all stones larger than 3 inches sha11 be removed by screening or by
hand.
E. FiYter and Bedclan.g Gravel:
1. CONTRACTOR shall furn.ish and place a71 material r�quired fax filtez- layers
and riprap bedding as shown or ordez-ed by the ENGINEER. Cn�aaed graveI ox
layers of sand and grave� or crushed rock aze required for filters ar riprap
bedding.
2. Filter and bedding gravel may be furnished either as a graded gravel
conforming to the sizc distributions specified below or as a twa Iayer �ltez'
con�isting af ]ayers of sand and crushed rock ar gra�el.
3. If a single ]ayer is used, it shall consist of a rnixed sandy and gra�elly material
w�ll gradea �etween the lirnits sh�wn belaw:
318I OOG Q��3�-�
�
City of Fort Woz-th CRUSHED STONE AND GRAVEL
West 5ide IV Project — Pump Station
Sier�e Size Percent Passin�
, 3-inch 100%a
314-inch 75 to 85%
No. 4 55 to 6S%
� Na. 60 10 to 20%
No. 100 less than S%
4. If a two layer filter is used, it sha]l bE cc�mposed of sand and grave] well graded
between the Iimats shown.
� Crushed Stone �r Gra�el
� �.
Sieve Size
1-1/2-inch
3/4-inch
3/8-�nch
No. 4
Sand
Percent Passin�
95 to 100°l0
35 to 70%
lQto3Q%
0 ia 5%
Sieve Size Percent Passin�
3/S-inch 100%
No. S 75 to 80%a
No. 60 10 to 20%
No. 100 iess than 5%
S. All sand shall consist of clean, hax�d, durable particles free frorn organic or ather
deleterious matter. Crushed stane, crushed ar uncrushed gravel shal� be clean,
hard, durable materiai of acceptable quality.
6. Matei7al used on slopes sha�l be crushed grav�] or crushed stone. Scre�ned
river gravel is not acceptable.
7. Samp�es of all material shal� be submitted to the ENG1NEElZ for approval.
�
� _�
PART 3 - EXECUTION
3.I PLACING
3181006
a2230-3
City of Fort Worth CRUSHED STONE AND GRAVEL
West Side IV Project — Purnp Statjon
A. Gravel shall be spr•ead in layers of unaform tl�ickness nat exceeding $ inches and
snall be thoroughly compacted wit1� snitable powex driven tarnpers or other power
driven equipm�nt, The placing of crushed stone or gravel shall conform to
applicable requirements of Section 02220 except as noted above.
B, Filter and Bedding Grave]: If a single layer is used it shall be placed to the lines and
grades sh�wn and thoroughly compacted in place by nneans appro�ed by
ENGIlVEER. If a two layer filter is used, it shali be placed as shown such that the
caarse layer is always separated from the compacted embankrnent or slope by a layer
of sand of the thi�kness shown. If ti�e riprap bedding is placed in two ]ayers, b
inches of sand shall be placed agaznst the embankment fill, and a 6-inch layer of
crushed stone or gra�el shall be used between the sand and the riprap.
�+ �+ END OF SECTI�N + +
�isioo6 Q2230-4
City of Forit VVorth
W est Side TV Project -- Pump Station
SECTION 02276
SEGMENTAL RETAINING
WALL SYSTEM
SEGMENTAL RETAINING WALL SYSTEM
PART1-GENERAL
1.1 DESCRIPTION
A, Scope:
1. Provide all design, �abor, materials, eqUiprnent ai�d incidentaIs as shown, specified
and required to furnish and install the segmental r�taining wall system.
Z. TY�is specifieation covers moi�tarless, segmental retaining wall systems which are
made up of salid concrete structu�-al z-etaining walI units, machine made from
portIand cement, water and mineral aggregates, and sail reinforcing geogrids
made of pal�ethylene, polypropylene or polyester fabrics.
B. Coardinatian:
1. Review installatian �rocedures under other 5ections and coordinate them with the
Wazk specified herein.
C. Related Sections:
1. Section 02233, Excavation and Backfil�.
2. Section Q3300, Cast-In-Place Cancret�.
1.2 OUAL.ITY ASSi]RANC�
A. CONTR�CTOR Qualifications:
1. CONTRA�TOR to be experienced in ��e installation and construction of
�-etaining walls of this type and magnitude. C�NTRACTC7R rnust be abl� to
provide a listing of a minimum of six (6} similar projects, of which he was directly
involved, where this type of retaining walls were successfully completed.
C4NTRACTOR to have equipment and manpawer suitable for the work and
available far the ent�re operation of the work.
B. Reference Standards: Comply with applicable pro�isions and recommendatior�s o�the
followin$, except as other��ise sh�own or speczfied.
1. ASTM C-33, Specif�cation for Conc�•ete Aggregates.
�. ASTM C-9D, Standarci 5pecification for Load-Bearing Concrete Masonry Units.
3. ASTM C-140, Methods of Sampling and Testing Concrete Masonry Units.
4. ASTM C-150, Specification for Portland Cement.
5. ASTM C-331, Specification for Lightweight Aggregates fc�r Concrete Masonry
Units.
6. ASTM G595, Specification for Blended Hydraulxe Cements.
7. 1�.STM C-61 S, Specification for Fly Ash and Raw or Calcined Natural Pozzolan
for Use as a Mineral Admixture in PortIand Ceme�nt Concrete.
3]810Q6 42276-1
City of Fort Worth SEGMENTAL RETAINING
West Side IV Project — Pump Station WALL SYSTEM
8. ASTM C-9$9, Specification fof� Ground Blast Fuinace Slag Cement.
9. ASTM D-638, Test Meihod for Tensile P�•aperties of Plastic.
1QASTM D-12�8, Specificatian far Palyethylene Plastics Molding and Extrusion
Materi als.
11.ASTM D-1338, Flexural Rigidity af G�ogrids.
12.ASTMD-1785, Specificat�on fo�•Po]y�inylchloi7de (PVC) Plasti� Pipe, Schedules 20,
40, 80, and I20.
13. ASTM D-42I S, Test Method far Carbon Black Content in Polyethylene Cornpounds by
the Muffle Furn�c� Technaque.
14, GG 1-87, Standard Test Method far Gengrid Rib Tensile Stren�th.
1S,GG2-87, Standard Test Method foz- Geogrid Junction StrengCh.
16.GG3-41, Standa�-d Test Method for Tension Creep Testing of Geogrids.
17,GG4-91, Standa�•d Practice for Detern�ination of the Long-Term Design Strength of
Geogrids.
1$.GRIS-91, Standard Method for Geagrid PulIout Beha�ior.
19.Task Farce 27, Guidelines for the Design of Mechanically Stabilized Earth Walls.
1.3 GENER AL
A. Geog�id is a high density polyethylene (HDPE}, polypropylene or polyester grid,
speciiically fabx-icated for use as a sail reinfo��cement.
B. Modular concz-ete x�etaining waIl units are manufactured as stand �lone retaining vvalls
or as facing elements in reinforced soil retaining waIls. Units shalI meet ar exceed the
specific ��equirements stated within these specifications.
C. Drainage fill is a f�ee draining granular matexaal used behind the concrete units to
collect and dispose af the water within the systez�n.
D. Backfill is the soil which is used as fill far the reinforced soil mass.
E. Faundation soil is the in situ soil upoz� which the wall systern will b� founded.
1.4 SUBIvIl7"I`ALS
A. Samples: Subxnit faz' approval the following:
1. Retaining wall unit sample 16-inches wide hy 6-inches high by 12-inches deep
showin� finish, texture and color specified far the Woz`k.
2. Sample of nylon/fibcrglass pins or other attachments and accessaries as requiared.
3. Sti�acttiiral geagl7d sample 12-inches wide by 12-inches long as specified far ihe
Work.
B. Retaining Wall Manufacturer's P1ans: Submit for appro�al the foIlowing:
1. The p�ans shall include al� details, dimensions, quantities and cross-sections
necessary to construct the wa11 and shall include but shall not be �irnited to the
fallowing:
3187 D06 �22.7�-2
City of Fort Worth
, West Side N Project — Pump Station
S�GMENTAL RETA]NIlVG
WALL SYSTEM
a. An elevation sheet or sheets for each wall.
b. An elevation view of the wall which shall include the elevation at the top of
the wall at all horizontal and vertical break points and at least every 50 feet
. along the face of the wall, all steps in the leveling pads, the designatian as to
' the kype of panel, the length of soil reinforcing elernents, the distance along
- � the face oi the wall to where changes in iength of the soil reinforcing
elements occur; and an indicaiion of the final ground line and maximum
, caleulated bearing pressures.
�- c. A typical cross section ox ca�oss sections showing the elevation relationship
between ground conditions and propas�d grac�es.
�' d. General notes pertainin� to design criteria and wall construction.
. e. A Iisting of the summary of quantities an the elevation sheet for each wall.
2. AIl unit details shall show alI dimensions necessary to construct the element, all
geogiid fabric, and the location of soil z-einforcing connection pins embedded in
, . the un�t.
3. Clearly indicated details for canstruction of walls araund drainage facilities and
' i utilities.
� 4. Details of the architectural treatment.
5. The details on the geogrid fabric.
C. Design Calculations: Submit copies of retaining wall system design calculations which
show that the str�acture meet5 the minimum design requirements outlined in these
specificatians. The calculations and design drawings shall bear the seal of a Profes-
sional Engineer registered in the State in which wa11 is being construeted, and reco�-
nized as an expert in the specialty in�olved.
D. De�ign Pararneters: Design of retainin� wall system shall comply with the following:
1. Surchar�e at top is 250 psf.
2. Unit wei�ht of soia is 120 pcf.
3. Angle of inteznal friction is 32g.
4. Lateral ea�-th pressur� coefficient is 0.47.
5. Factor of safety for sliding is 1.5.
6. Factor of safety for ov�rturning is 1.5.
E. Materials:
1. Submit samples and tests of a11 select granular backfill materials.
2. Submit source quality contral testing and in-place testing repoa-ts. Refer to
Specification Section 2DI for tests required on backfill materials.
3. Submit samples and manufacture�'s literature on the geogrid fabric.
4. Submit evidence showing the testing of the geogrid pullout strengths fram the unit
by a recognized institution performing tests on modular wall s�stems. A
Registered Engineer shall provide signed calculatians showing that the test resu�ts
are appropriate for the wall system design.
1.� PRODUCT DELIVERY, STORAGE AND HANDLiNG
3I81006 d2276-3
City of Fart Worth
West Side TV Project — Pump Station
SEGMENTAL RETATNING
WALL S�STEM
A. Deli�ery and Handling: Transport and handle precast concrete units with praper
equipment to pratect them for diz-t and d�mage. Handle by means of lifting inserts.
B. Storage: Store units off grour�d and on fi�-m sur-faces to avoid warping and cracking.
Protect units from damage and discoloration. Stack so that lifting de�ices are
accessible and undamaged. Separate stacked members by battens across fuIl width of
each beat-ing.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Cementitious Materials: Materials shall confoxm ta the following app]icable
specifications:
1. Portland Cement, Specificadon ASTM C-].50.
2. Modified Portl�nd Cement: Portland cement conforrn.�ng to ASTM C-150,
modified a� fo]lows: Lirr�estone - Calcium carbonate with a xninimuzn 85%
(CaCO3) content, n�ay be added to the cement, �ro�ided these zequirements of
ASTM C-150 as modified are met:
a. Limitation on Insoluble Residue: 1.5%.
b. Limitation on Air Content of Mortar: Volume percent, 22 max.
c. Limitation on Loss of Ignition: 7%.
d. Blended Cements: ASTM C-595.
e. Pozzalans: ASTM C-618.
f. Blast Fur-naee 51ag Cement: ASTM C-989.
B. Aggregate Materials: Materials shalt conform to the follawing specifications, except
that gradatian requirements shall not necessarily apply:
1. Normal Weight Aggregates: ASTM C-33.
2. Lightw�ighi Aggregates: ASTM C-331.
C. Other Constituents: Air--entraining agents, co]oi7ng pigments, integral �vaterrepellents,
finely grotind si2ica, and other constituents shall conform to applicable ASTM
Standards and/ar shaIl be shown b}� certified testing that the constituent is not
detri�nental to the durability of the concret� segmental retaining wal� units or any
material custornarily used in masonry construction.
I�. Geogrid: Geogx�d shall have the falIowing minimum physical properties:
1. Uniaxial Geogrid Reinforcing;
Prflpertv Test Method Units
Long-Term DesignGRI-�G4-91 lb/ft
Load
Va7�e
1,200-�,040
3 � s � aa6 02276-4
City of Fort Wot-th
West Side IV Project — Pump Stat�on
Tens�le Mndu�es
Open Ar•ea
SEGMENTAL RETAINIlVG
WALL SYSTEM
GGI-GG 1-87 lblft
COE Modified °Ia
50,000-130,Q00
f �i'�i�"T�II'�:�17
E. Product and Manufact�irer: Provide earth retaining structure mate�-ials praperly sized
�nd designed foY the general concept shown on the Drawings, and as desi�ned and
rnanufactured by:
1. Versa-Lok Retaining Wall Systems by Kiltie Corp.
2. Or equal.
� F. Base Material:
.- L Material for the footing shall conform to the gradatian as fallows: A minimum of
six (6) inches of compacted base is required.
5ieve Size
1"
No. 4
No. 10
No. 40
rro. Zao
51
Percent Passin�
100
35-80
20-b5
10-35
a - xo
G. Dra�nage Fil1:
1. FiIl between the units shail consist of free-draining, sound, durable particles of
well graded gravel or crushed stane confoi7ning to the following gradation:
Sieve Size Percent Passin�
2" 75 � lOQ
1" 35 - 100
No. 4 10 - 40
No. 10 5 - 25
No. 44 0 - 10
I*�o. 2(}0 0 - 5
2. A minimum of twelve (12) inct�es of drainage f 11 must extend behind the wall to
within one (1) foot of final grade. Cap dx�ainage fill with one (1) foot of c�ay.
H. Draina�e Tubing: Pez the manufacturer's requirements.
I. Backf'il�:
1. Material shall be general backfill material unless otherwase specified.
2. The CONTRACT�R shal] notify the ENGINEER prior to placing the backfill to
r�erify that it is acceptable. Unsuitable soils for backfill incIuding organic soils,
shal� not be used within the reinforced soil mass when using geogrid for tiebacks.
3181D06
02276-5
City of Foxt Worth SEGMENTAL RETAINING
West Side IV Project — Pump Station WALL SYSTEM
Physical Requirements:
1. At ihe time of deli�e�y to the work site, the units shall eonform to the follovving
physical requirements:
a. Compressive strength, min., is 3000 psi.
b. Water absorption, max., is 8%.
Since the 5tate may regulate these requirements, include specific requirements as
applicable.
2. Retaining wall units shall be 16" wide by 6" high by 12" deep.
3. Units, when placed in the final walI configuration, shall pi•ovide a minimum
setback frorr� vertical of 7B and a maximum setback from ver�ical of 128.
4. Permissible Vaz-iations in Dimensions: Ovei-all damensions, as defir�ed by the
manufacturer, shall not vary more than "118 inch {3.2 mm} in the depth or length
of the units, and not mare th�n 1/16 (1.6 mnn) in height from the specified
dimension.
K. Finish and Appearance:
1. All units shall be sound and free of cracks or other defects that would intez-fere
with the pi•oper placing of ihe unit or significantly impact the strength az'
peimanence of the consn-uction. Minor cracks incidental to the usual method af
manufacture, or manor chrpping resulting fram shipment and delivery, are not
grounds for rejection. Units showing cracks larger than X/2 inch measured along
their ]ength shall not be used r�vithin the wall.
2. The face or faces of the units that are to be expased shall be free of chips, cracks
ox other imperfections wrhen �iewed from a distance of 30 feet.
L, Sampling and Testing:
1. The �uY•chaser or authaxxzed z-epresentative shall be accarded proper facilities to
insp�ct and sample units from lost ready for deli�ery. The CONTRACTOR shall
notify the authoi�zed representative in writing a minixnum nf S calendar days prior
tp shipment of materials.
2. Sample and test units for cnmpressi�e strength and absazption in accordance with
ASTM C-140. Compressive strength te5t specimens shall conform to the saw-cut
coupan provisions af �Section 5.2.4 of ASTM C-1�� with the foIlowing
exeeptions:
a. Coupon shajl be taken from the least dimension of the unit of a size and
shape representing the geometry of the unst in whole.
M. Delivezy, Storage and Handling:
1. The CONTRACTOR shall check the matei-ials upon delivery to assure that praper
material �as been received.
2. The CONTRACTOR shall prevent excessive mud, wet cement, epoxy and ]ike
material which may affix themselves, from caming in contact with [he materials
until the coanpleted wall is accepted.
3. The CONTRACT4R shall protect the matenials from damage. Damaged material
shall nat be incozpoz�ated into the reinforced sail walls.
4. Geogrids sh�ll be stflz�ed per the manufacturer's irastructions.
3181 D06 d227�-6
City of Fort Worth
West Side IV Project — Pump Station
SEGNIENTAL RETAINING
WALL SYSTEM
N. Rejectian: If the shipment fai�s to canform to the specified requirements, new
specimens shall be selected by the purchaser from ihe i'etained lot at the expense of the
manufacturer. If the second set of specim�ns fails to conform the test requirements, the
entire lot shall be rejected.
PART 3 - E�ECLITION
3.1 IlVSPECTTON
A. CONTRACTOR and his instal�er shall examine the substrate and the conditions under
which Work is to be performed and natify ENGINEER of unsatisfactory conditions.
Do not proceed with the Work until unsatisfactory conditior�s have been corrected in a
manner acceptab�e to ENGINEER.
3.2 C�NSTRUCTION REQUIREMENTS
A. Wall Excavatinn: Unclassifiedexcavation shall be in accordance with the requirements
of the general speGifications and in reasonably close can�ornvty with the limits shown
on the plans.
B. FoundatiQn Soil Preparation:
1. Foundation soil shall be excavated as requi�•ed for footing dix�nensions shown, or
as dii•ected by the ENGINEER.
2. Foundation soil shall be examined by the ENGINEER to insure that the actual
foundation soii strength zneets or exceeds the assumed design strengtY�. Soil not
meeting the required strength shall be removed and replaced with acceptable
material.
3. Over excavated areas shall be filled with compacted backfill rz�aterial.
C. Base:
1. Base shall be placed as shown on Drawing with a minimum thickness af six (6)
inches.
2. Base materials shaIl be installed upon undistuz-bed native soils, c�r campacted fill
soils.
3. Material shal� be cnmpacted so as to provide a hard, level surface on which ta
place the first caurse af units. Compaction will be with mechanicaI plate
compactor to 95% of Standard Proctor Densiry.
4. Base sha13 be �repared to insure comp�ete contact of retaining wall units with the
base. Gaps between the unit and base shall nat be allowed.
S. Base materials shall be to the depths and w�dtl�s shown. The CONTRACTOR
shalI grovide evidence that ihe bea�-ing area of the unit proposed is suffieient for
establish�d loading. Evidence shall be verified by a Registered Engineer. Thc
318 i 006 �2276-7
City of Fort Worth SEGMENTAL RETAINING
West Side IV Project — Pump Station WALL SYSTEM
CONTRACTOR may opt for using reduced depths of sands and gravel and a one
(1) inch to two (2) inch conca-ete topping. Cancrete shall be ]ean and
unx•einforced. Where a reinforced footing is required, place below frost line. Base
shall be of consistent material throughout the length of the wall to eIiminate
differential movement of the bas�.
D. Unit Installation,
1. The first course of cancrete wal] units sha�l be placed on the prepared base. The
units shall be checked fo�- ]evel and alignment. The first course is the most
important to insui-e accux-ate and acceptable results.
2. Insure that the units are in full contact with the base.
3. Units are placed tight side by side far the full Iength of the wall alignment. (Do
not gap.) Alignment shall be done by using a string line or offset from a base line.
The CONTRACTOR shall follow manufacturers installation instructions when
making tight radius curves.
� �. P1ace drainage fi�l a m.inizrlum of twelve {12) inches lhick directly behind the bac�C
of and between the units. Place reinforced baekfi�l against drainage filY and
compact. Where �ne grain soils or water seepage i s enco�nteredin backfill, pIace
geotextile fabric between the drainage fill and backfill to keep the drainage fill
c]ean af fines. FiJ� should be placed in six (6) inch lifts and carnpacted ta achie�e
95°k Standa�-d Proctor Density compaction.
5. Sweep all excess mateiyal from the top of the units and rnstall the next course of
wall units, draanage fill and backfill. Lay �p each course, insuring a positi�e
connection between adjacent courses is achieved, by installing pins through kHe
holes in the top of the unit and inter�ocking with slots in the previous course.
Follow Che manufacturer's speci�c instructions fQr installation of curves or
corners. Backi'il� and compact. Repeai proc�dure to the extent of the wall height.
Where �eogrid is �-cquired, follow the procedures outlined in the section on
geogrid installation.
E. Geogrid Insta]lation:
�. The geogrid saiI reinfa��cement shall be Iaid hoi7zantally on compacted backfill,
connected to the cone�-ete wall units, and embedded a minimum of six (6) inch
�vithin, the nnodu�ax- units. PIace gi7d on masonry units, place the s�zeceeding
course o� unats, install pins, place the drainage fill, pu1Z grid taut and anchor the
geogzid with stakes or fill pi7or to placrng backfill.
2. Slack in the geogrid at the wall unit connections shall be remo�ed in a manner,
and to such a degree, as approved by th� ENGINEER.
3. Backfili material shall be placed and compacted m six-inch lifts, or as directed to
achieve 95% Standard Proctor Density compacti4n.
4. Backfill shall be placed from the wall bac�C towards the fill aarea ia insure that �he
geo�i7d remains taut. Backt'iZl shall be placed, spread and coa�x�pacted in such a
manner that minimizes the development of �rrinkles in or nzovement of the
geogrid.
5. Only h�nd-operated corr�paction �quipment shaII be allowed within three feet of
the wall �ace.
3 ] 8100G �227�-8
City of Fort �Varth SEGMENTAL RETAINING
, West Side N Praject — Pump Statiori 'WALL SYSTEM
, b. Ti•ack�d canstruction eguipment shall not be apei•ated directly on �he geogrid. A
minimum backfilI thickness of six (6) inches is required prior to operation af
� tracked vehicles over the geogrid. Turning of traeked vehicles should be kept to a
minimum to prevent tz-acks from displacing the fill and damaging the geogrid.
, 7. Rubber-tired equipment may pass over ihe geogrid reinfarcernent at slow speeds
(less than 10 n�tph}, Sudden braking and sha�p tu2ning shall be avoided.
8. Location and p]acement of geogiYd shall be as submitted under design
calculations. The relative position of geogrid layers to the wall height above
� fnisi�ed gx-ade must be maintained, rega�-dless ai tt�e number or types of units
which are used. Deviatian from the elevatian of grid ]ayer(s) shall req�ire
resubmitting the design calculations.
�
F. Completion:
1. Within twelve (12) inches of the top af ihe wall, place impervious fill over the
drainage filI and throughout the excavated area. �mpervious fill ca� shall be
graded to drain runoff laterally alang the wa�l alignrraent.
2. Install cap units on the finished wall. Cap units shall be adhered to ihe top units
using manUfacturer-supplied adhesive, by placing two 1/4 inch be�ds of adhesive
a�ong the full iength of the waIl. Care shall be taken to keep adhesive frarn
coming into contaci with ihe face of waiI units. Press the caps f�rmly into
adhesive and allow to cure,
3. Complete wall canstruction by installing tuzf, etc. For extreme grades, or in a��eas
where erosion control could be a problem, ir�stall proper surface treatmen�
measures as soon as possable.
+ + END OF SECT'ION + +
��
�
3 � siao� fl2276-9
City of Fort Worth CONCRETE CURBS, GUTTERS
,, West Side TV Praject — Pum}� Station AND SIDEWALKS
�
• . SECTION 02521
� I CONCRETE CURBS AND SIDEWALKS
,-
PART 1 - GENERAL
1.1 DESGRIl'TTON
A. Scope:
1. CONTRACTOR shalZ provide ail labor, materials, equipment and incidentaIs as
shown, specified and required to furnish and install cancrete curbs and
1 sidewalks.
� 2. Types of Work covered by these specifications are as follows:
a. Conventionaliy formed or machine formed curb and sidewalk.
l 3. The thickr�ess and extent of curb and sidewalk as shawn.
B. Related Sections:
� 1. Section Q2220, Excavation and Backfill.
2. Section 02230, Crushed Stane and Gravel.
3. Section 027� 1, Concrete Paving.
3. Sectic�n 03200, Concrete Rei�forcexnent.
4. Sectian f}3251, Cancrete Joints.
5. Section Q3300, Cast-In-Place Concrete.
1.2 OUALITY ASSURANCE
A. Reference Standards: Comply with applicable provisions and recommendations of
the following, except as otherwise shown or specified.
1. ASTM D 1190, Specification for Concrete Joint 5ealer, Hot Poured Elastic
type.
B. App�icator Qualifications: Minimum of two y�ars insta]ling curbs, gutters and
sidewalks.
1.3 SUBMITTALS
A. Samples: SUbrnit for approval the following:
1. Samples, manufacturer's product data, test reports and material certifications as
required in referenced Sections for caraerete Work.
318f 006 42521-1
City of Fort Worth
West Side IV Project — Pump Station
B. Certificates:
requirements.
PART 2 - PRODUCTS
2.1 MATERIALS
CONCRETE CiJRBS, GUTTERS
AND SID�WALKS
Manufactu��er's certificatian that sealer meets Specrfication
A. Reinforcing Bars and �eld�d Wire Fabz�ic: Deforrr�ed steel bars and smooth wire
falaric shall comply with requirements of Section 0320p, Concrete Reinforcement.
l. Furnish wire fabric in flat sheets, not rolls.
B. Concrete Materials: Comply with �•equirements of applicable Divisian 3- Concrete
Work Sections for fornnwark, concrete materials, admixtures, bonding materials,
curing materiaIs and others as required.
C. Expansion Jaint MateriaI: Comply with requirements of Seetion 03251, Concrete
roints, for pzeformed expansion joint fillers. �
2.2 CONCRETE MIX, DrSIGN AND TESTWG
A. Comply with requirements of applicable p��ovisions of Section �3300, Cast-In-Place
Cancrete, for eoncrete mix design, sampling and testing, and quality cantral.
B. Design the mix to produce concrete having properties of compressive strength, slump
range and air content as specified in Section 03300.
PART 3 - EXECUTION
3.1 INSPECTION
A. CONTRACTOR and his installer shall examine the substrate and the condidans
under r�hich Work is to be pei�formed and natify ENGlNEER of �ansatisfactory
canditions. Do not proce�c� with the Work unti] unsatisfactary candrtions have been
cozrected in a manner acceptab�e to ENGINEER.
I:
C.
Verify that earthwork is completed to conect line and grade.
Che�k that subgrade is srx�ooth, compacted, and free of frost ana excessive moisturc.
a� s i o06 02521-2
i
City of Fort Worth
We�st Sicie N Project — Pump Station
CONCRETE CURBS, GUT`T`ERS
AND SIDEWALKS
D. llo not commence wo�-k unti� conditions are satisfactory, and approved by
ENGINEER.
3.2 POROUS FTLL
A. Porous FiII Under Sidewalk: Furnish fill consisting of crushed stone, s1ag, gravel,
�' sand, cinders or other approved material. Properly wet and compact fill tfl the
i thickness shown.
3.3 FORM CONSTRUCTT�N
A. Set forms to line and grade. Instali forms over fuil Iength of curb, gutter and
sidewalk.
3.4 REINFORCEMENT
A. I.vcate, place, and support reinforcement as specified in Section D3200, unless
otherwise shown. Size of reinforcement shall be as shown.
3.S CONCRETE PLACEMENT
�1. General: Comply with the requirements of Section d3300 for mixing and placing
concrete, and as specified.
B. Place concrete for curbs and gutters using methads which prevent segregation of the
mix. Consolidate eonerete along the face of forms with an inteimal vibrator.
C, For sidewalks, place concrete in one course, rr�onalithic construction, for the full
width and depth of walks.
D. Machine Foi7ned: Automadc cui•b, gutter and sidewalk machine may be Used for
forming, at CONTRACTOR'S optifln. Concrete shall l�ave properties as specified in
Section 033Q0, except that rnaxi�mum slump shall be 2-112 inches and air content
shal� be 2 percent of design. Mact�ine forming shal� produce curbs, guiters and
sidewalks to the required cross-section, lines, grades, finish, and jointing, as
specified for con�entionally formed concrete. If results do not conform to
requiren-ients remo�re and replace.
31810p6
02521-3
City of Fart Worth
West 5ide N Project — Pump Station
3.6 J�II�ITS
CONCRETE CURBS, GUTTERS
AND SIDEWALKS
A. General: Canstruct expansian, cantx-action, and cdnstruction joints with faces
pea-pendicular to surface of the curb, gutter and sic�ewalk. Construct transverse joints
at right angles to the Work centerline and as shown.
B. Contraction Joints: Prav�ide these jcaints at 10 feet on centers for cz�rbs and gutters
and 5 feet on centers for sidewalks.
C. Construction 7oints: Place joints at locations where placement operations are
stapped for a periad of more than 1/2-i�our, except where such pours terminate at
expansion joints.
D. Expansion Jaints: Provide 1/2-inch expansion joant filler where Work abuts
structures; at returns; and at 30 foot spacing far straight i•uns. Tf curb, gutter, and
sidewalk are not pourea znonolithically, provide expansion joints where each abuts
the other.
1. Place top of expansion joint material not less than 1/2 inch or more than 1'rnch
below concrete surface. AppIy joint sealer on tap of expansion�aint mate�ial
flush with concrete surface, and in accardance with manufacturer's instructions.
3.7 CONCRETE FIlVISHlN _G_
A.
B.
C.
Smooth the exposed sui�face by screeding and f7oating.
Work edges of gutter and sidewalks, back tap edge of curb, and transverse joints; and
raund to 1/4-inch radius.
Complete surface finishing by drawing a fine-haiz broom acrass surface,
periaendicular to line of traffic.
3.8 CURING
A. Protect and cure finished concrete curbs, gutters and sidewalks, complying with
applicable requixernents of Section Q33Q4.
3.9 REPAIR AND CLEANIlVG
A. Repair or rep] ace bz�oken or defecti�e curbs, gutters and sidewalk as directed t�y the
ENGINEER.
3 � siao� 02521-4
Caty of Fort Worth
West Side N Project — Pump Station
:
CONCRETE CURBS, GUTTERS
AND SIDEWALKS
Sweep Work and wash free of stains, discol�rations, diy-t and otherfareign material.
+ �+ END OF SECTION + +
�
�
3381046
02521-5
i �
City of Fart Worth
West Side TV Project — Pump 5tation
PART 1 - GENERAL
1.1 DESCRIPTION
SECTION 02606
MANi�OLES
�u�.�u��•�-r��y
A. Scope: CON�I'RACTOR shall provic�e all ]abor, materials, equipment and
incidentals as shown, specified arad required to furnish and instaIl all precast
and cast-in-p�ace manholes.
• B. General:
1. Manholes shall confarm in shape, size, dinnensions, rz�aterial, and
ather respects to the details shown or as order�d by ENGIlVEER.
� 2. Cast-iron frames, grates and covers shall be the standard frame and
grate or cover as shown and specified on the Drawings.
3. Concrete for cast-in-place manhales and for inverts in pr�cast
� manholes shall be Class A and shall conform to the reference
� standards specified.
C. Related Sections:
1. Seciion Q2223, Trench Exeavation.
2. Sectian (}33Q0, Cast-In-Place Concrete.
3. Division 1S Sections an Fiping.
l .2 OUALITY ASSURANCE
� A. Reference Standards:
. �. ASTM C 478, Specification for Precast Reinforced Concrete
Manhole Sectians.
' 2. AWWA C303, Reinforced Canc�ete Pressure Pipe, Steel Cylinder
, Type, Pretensioned for Wat�r and Other Liquids.
1.3 SUBMITTALS
A. Shop Drawings: Submit for approval the following:
1. Drawings showing design and construction d�tails af all preca�t
I concx-ete and cast-in-�lace manhoies including detai�s of joint�
��siao� 02606-1
City of Fori Warth
West Side N Project — Pump Station
MANHOLES
between the manho]e bases and z-iser sections and stubs or openings
for the connection pf piping.
PART 2 - PRODT]CTS
2.1 PRECAST CONCRETE MANHOLES
A. Precast manholes shall conform ta the detaals shown. Provide cast-in-place
conerete bases where shown.
B. Except where othErwise specified precast manhale components shall consist
of reinforced concrete pipe sections especially designed for manhal�;
constructian and manufactur�d in accordance with ASTM C 478 exce�t as
modified herein.
C. Precast, reinfoa-ced concrete manhole bases, riser sections, flat slabs and other
companents shalI be manufactured by wet cast methads a�1y, u�sing forms
which will provide smooth surfaces fi•ee fram ir�•eguIarities, honeycombing or
other imperfections.
D. Joints between manhole components shall be the tongu� and groove type
employing a single, continuous rubber O-ring gasket and shall confarm to
AWWA C303. The circumferential and longitudinal steel reinforcement
sha11 extend into the bell and spigot ends of the joint without breaking the
continuity of the stee]. roints between the base sections, riser sections and
top slabs of manholes 72 inches in diameter at�d less shalI be rubbex and
concrete joints. 7oir�ts for manhole components greater ihan 72 inches in
diameter shall be �ravided with steel bell and spigot rings.
E. AI1 precast manhole companents shall be of appra�ed design and of suf�cient
strength to withstand the �oads imposed upon them. They shall be designed
for a minimum earth cover loading o� 130 paunds pex cubic foot, an H-20
wheel loading, and an allowance of 15 percent in rights-of-way far impact. �� �
Manhole bases sha11 have two cages of reinforcing steel in their walls, each of
the area equaI to that requirea in the riser sections. Wall thickness shall not
be less than 5 inches. Concrete tap sIabs sha�l not be less than $ inches thick.
F. Lifting holes, if used in manhole components, shall be tapered, and nv mvre
than two shall be cast in each section. Tapered, solid rubber plugs shall be
furnished to seal the �ifting holes. The ]ifting holes shal� be nnade to be sealed
l�y plugs dri�en from th� outside face o� the section only.
3isioa6 02606-Z
City of Fart Warth MANHaLES
West Side IV Project — Pump Station
G. The point of intersection (P.I.) of the pipe centerlines shall be rnarked with
1/4-inch diameter steel pin firmly enclosed in �he floor of each manhole base
and protruding a�proximately 1-inch above the finished f]oor of th� base.
H. Mark date of manufacture and name or trademark of manufaeturer on inside
of barrel.
I. The bar-1•el of the nzanhole shall be constructed of various lengths of riser pipe
manufactu�•ed in increments of one fnot to provide the conect height with the
fewest jaints. Special manhole base or riser sections shaZl be farnished as
necessary tp meet this requirement.
3. A precast or cast-in�place sIab or precasi eccentric cone, as shown or
approved, shall be provided at the top of the manhole barreI to receive the
cast iron frame and cover.
2.2 MISCELLANE4US METALS
A. Metal frames and covers and simi]ar required items shall be pra�ided as
shown and in conformance with the City of Irving's standard manhole covers
and grated inlet castings.
PART 3 - EXECUTION
3.1 MANHOLE BASES
A. Cast-in-place bases, where shown, shall be placed on suitable faundations
after t�e pipes are Iaid. They shall be cast monolithically to an ele�ation at
least 12 inches above the top of the highest pipe entering the manhole, except
where a drop connection is tfl be installed. Base, walIs and battom shall be at
least of the thickness shown and reinforced to withstand the loads to be
expected. Connections ior pipes shal� conform to the details shown.
B. Precast bases, where shown, shall be set on a crushed stone or crushed gravel
%undation as shawn. Precast bases shaI1 be set at the proper grade and
caz-efully Ieveled and aligned.
3.2 PRECAST MANHOLE SECTIONS
A. Set vertical sections in true alignra-�ent. The base of the bell or groove end at
jaints between components shaIl be buttered with 1:2 cement-sand martar ta
3� siaob 02606-3
Caty of Fort Worth
West Side IV Pro�ect — Pump Station
I�T�1:�'���y
provide a uniform bearin� between components. All joints shall be sealed
with cement mortax inside and out a�d troweled
smooth to the cantour of the wa11 sur•face. Raised or rough joint finishes will
�pt be �ccepted.
B. InstaIl sections, joints and gaskets in aceordance with manufacturers
recommendations.
G Lifting hales shall be sealed tight with a so]id rubber plug d�iven int� the hole
from the outside of the baza-e� and the remaining void fi�Ied with 1 ta 2
cement-sand mortar.
3.3 MANHOLE CHANNELS
A. All in�ert channels through manholes shall be canstructed of Class A
concrete. Channels shall be prope�-ly formed to the sizes, cross sections,
grac�es and shapes shown or as oi-dered. Benche� shall be built up io the
heights shflwn or as ardered and given a uniform vvood float finish. Care
shall be taken to slope all benches for proper drainage to the invert channel.
3.� GRADING RINGS
A. Grading rings shal� be used for all precast and manholes where required.
Rings sh�Il be a maxirnum af 12 inches in height, constructed on the roof slab
ar cone section on which the manhole fi•am� and cover shall be p�aced. Tt�e
height of grade rings shall be such as is necessary to bring the manhole frame
to the proper grade.
3.S GRADTNG AT MANHOLES
A. All manhales in unpaved areas shall be built as shown or dir�cted to an
elevatian higher than the ariginal gz•aund. The ground surface shall be graded
to drain away from the manhole. Fill shall be placed around manholes to the
level of the upper rirr� of the manhole frame, and t�e suz�ace eveniy graded on
a 1 ta 5 slope to the existing surrounding grounc� unless otherwise shown.
The slop Sha11 be co�e�•ed with 4 inches of topsoil, seeded and maintained
until a satisfactory groWvth of grass is obtain.ed.
B. CONTRACTOR shall be solely r�spansible for the praper height of all
manholes necessary to reach the final grade at all locations.
C�NTRACTOR is cautioned that ENGINEER'S z-e�iew of Shop drawings
for z�anhole components will be general in nature and CONTRACT�R shall
3isioo6 0260f-4
�
City of Fort Worth
V�est Side N Project — Pump Station
MANHOLES
provide an adequate supply of 1-andom length precast manhole riser sections
to adjust any manhole to rneet field canditions for final grading.
3.7 MANHOLE WATERT7GH'TNESS
A. Al2 manholes shall be free of visible leakag�. Each manhole shall be tested
for leaks and inspected, and all leaks shall be repaired in a manner subject to
ENG]NEER'S approval.
3.8 FLEXIBLE PIPE JOTNT AT MANHOLE BASE
A. An approved flexible joint shall be provided between each pipe enterirag and
. exiting the manho�e. This may be accomplished by the instal]ation in the
' manhole base of the bell end of a pipe ar by other means suhject ta approval
' of ENGINEER. Joints shall be similar to the appro�ed pipe joints. The joint
- into the manhole base shall be completely watertight.
+ + END OF SECTTON + +
I
,f
.�
I
3�g�oQ6 oa�a6-s
�
City af Fo�-t Worth CONCRETE PAVING
West Side IV Pzaject — Pump Station
SECTION 02751.
PART1 GENERAL
1.1 DESCRIPTI�N
CONCRETE PAVING
A. CONTR.ACTOR shall provide Po�-tiand ceinent concrete paving.
B. Related Sections:
1. 5ection 02223, Trench Excavatian.
2. Section 02220, Excavation and Backfill.
1.2 QLJALITY AS�U.RANCE
A. Reference Standards: Comply with applicable provis�ons and recornmendations of
� the following, except as otherwise shown or specified.
1. ASTM A 82 - Standard Specifacation for Steel Wire, Plain, for Concrete
Reinforcement.
2. A5TM A 185 - Standard Specifications for Steel Welded Wire Fabric,
� P1ain, for Concrete Reinforcement.
; 3. ASTM A 615 - Standarci Specification for DefQrmed and Plain Billet -
�� Steel Bars for Coz�cref.e Reinfarcement.
4. A�TM C 31 - Standard Practice for Making and Curing Concrete Test
Specirnens in the Field.
5. ASTM G 33 - Standaz�ci Speeifications for Concrete Aggregates.
6. ASTM C 39 - Standard Test Method far Compressive Sirength of
I Cylindric�al Concreie Specimens.
. 7. ASTM C 40 - Standard Test Metl�od for Organic Impurities in Fine
Aggregates faz- Concrete.
8. ASTM C 42 -�tandard Test Method of (�btaining and Testing Drilled
� Cores and �awed Beams of Concrete.
9. ASTM C 7$ - Standard Test Method far F�exural Strength of Concrete.
' 1Q. ASTM C 94 - Standaz-d Specification for Ready-Mixed Cancrete.
� 1]. ASTM C 131 - Standard Test Method for Resistance to Degradation of
Small-Size Coarse Ag�-egate by Abrasion and Impact in the Los Angel.es
Machine.
' 12. ASTM C 135 � Standard Method for Sieve Analysis af Fine and Coarse
Aggregates.
13. ASTM C 138 - Standard Test Meihod �ax Unit Weight, YieId, and Air
Content (Gravimetric) of Goncrete.
318100fi 4275 i-1
City of Fort Worth C�NCRETE PAVING
Wes� Side N Project—Purnp Station
14. ASTM C 143 - Standard Test Met3iod far Slump of Hydraulic Cement
Concrete.
15. ASTM C 150 - Standard Specification for Portland Cement.
1 fi. ASTM C 174 - Standard Test Metllod for Measuring Length of Dril�ed
Concrete Cores.
17. ASTM C 231 - Standard Test Method for Air Cantent of Fz-eshly Mixed
Concrete by the Pressure Methad.
1$. ASTM C 260 - Standard Specif catian for Air-Eistraining Admixtures for
Cancrete.
19. ASTM C 494 - Standard �pecificatian for Chemical Admixtures for
Concrete.
20. ASTM C 618 - Standard Specification for Fly Ash and Raw or Catcined
Natural Pozzolan for use as a Mineral Admixture in Portland Cement
Conerete.
21. TxDOT Tex-203-F - Sand Equi�alent Test for Fine Aggregate.
22. TxDOT Tex-406-A - Loss by Decantation Test for Coarse Aggregate.
13 SUBMITTALS
A. Submittals shall conform to requizer�ents of Sectian Ol 300, Submittals.
B. Submit praposed inix design and test data for each type and strength of concrete
in the Work. Lnclude proportions and actual flexural stren�th obtained from
desi� rn�xes at r�quired test ages.
C. Submit for approval manufacturez's descz-iption and characteristics for mixing
equipment, and for tra�eling for�n paver, if proposed for use.
D. Submit manu�acturer's certificates giving properties o�' reinforcing steel. Include
certificate of compliance with ASTM A 82. Pravide specimens for testing wkaen
required by ENGINEER.
E. Submit a jointing plan showing the construction of the �aroposed jaints and
exp�nsian joints to be used in the sidewalks anc� driveways used zn the project.
This plan shall be si�ed and sealed by a Registered Engineer in the �tate of
Texas.
1.4 HANDLING AND STORAGE
A. Do not n�z� differ•ent ctasses of aggregate witl�out �t�vxitten permission of
ENGINEER.
B. Class of aggre�ate being used may be changed before or during Work with written
permission of ENGIlVEER. New class shall comply with specii'ications.
3is�ood 02751-2
City of Fort Warth
West Side N Project -- Pump Sta#ion
C.
D.
E.
CONCRETE PAVING
Seg�regated aggregate will be rejected. Before using aggregate whose particles are
separat�d by size, inix them unifoi�nIy to �•ading requirements.
Aggregates �nixed with dirt, weeds, or foreign matter will be rejected.
Do not dump or store aggregate izz roadbed.
PART 2 PR�DUCTS
2.1 MATERIALS
A. Partland Cement:
l. Sarn�le and test cement to verify compliance with Standards of ASTM
C 150, Type I or Type III.
2. Bulk cement which meets referenced standards may be used if the
method of handling is appro�ed by ENGINEER. When using buik
ceinenf, provide satisfactory weighing devices.
3. Fly ash whicl� meets standards afASTM C&18 may be used as mineral
fill if the method of handling is approved by the ENGINEER.
B. Water: Conform to requirements for water in ASTM C 9�4.
C. Coarse Aggzegafe; Crushed stone or gravel, ar cornbination thereof, which is
clean, hard, dui•able, conforms to requirements of ASTM C 33, and has abrasion
tass not more than 45 percent by weight when subjected to Los Angeles Abrasion
Test (ASTM C 131).
1. Maximum percentage by wei�ht of deleterious substances shall not
exceed following values:
Item
C1ay lumps and friable particles
Material finer than 75-�.m (No. 200) sieve:
ConcrEte subject to abrasion
All Otlaer conerete
Caal and lignite:
Where surface appearance of concrete is
of irnportance
A11 other concrete
Sannple Maximum
3.0
3.0*
5.0*
0.5
1.0
'� In case af rnanufactured sand, if ir�aterial �ner than 75-µm {No. 200)
sie�e con�isfs af dust oi fracture, essentially free from clay or shale,
these limits may be increased to 5 and 7 percent, respectively.
3181006 Q2751-3
City of Fort Worth
West Side N Project — Pump Station
CONCRETE PAVING
2. Coarse a�gz-egate (size 1-112 inch to No. 4 sieve) shall conform to
requirements o� ASTM C 33. Gradation sliall be within fallovving
limits when graded in accordance r�vith ASTM C 136:
Sie�re Desi�mation
(Sauare Openin�s�
Retained on 1-3/4" sieve
Retained on 1-112"sieve
Retained on 3/4" sieve
Retain�d on 3/$" sieve
Retained on No. 4 sieve
Loss by Decantation Test
*Method Tex-405-A
Percenta�e b� Wei�hf
0
0 to S
30 to 65
70 to 90
95 to 100
1.0 maximum
* In case of aggregates xnade primarily from crushing af stone, if material
finer than 200 sieve is dust of fracture essentially free from clay ar
shale as established by �ari III of Tex-406-A, percent may be increased
to 1.5.
D. Fine Aggre�ate: Sand, manufactured sand, or combinatian thereof, camposed
of clean, hard, durable, uncoated grains, free frorn loams ar othex �njurious
foreign inatter. Fine aggre�ate for concrete shall canform to requirements of
ASTM C 33. Gradatian shall be w�thin follnwing limits when graded in
accordance with ASTM C 136:
Sieve Designation
(SquaXe Qpez]in�s)
Retained on 3/8" sieve
Retained on No. � sieve
Retained on No. S sieve
Retained on No. 16 sieve
Retained on No. 30 sieve
Retained on No. 50 sieve
Retained on Na. 100 sieve
Aetained on No. 200 sieve
E.
Pez-centa�e bv Wei�ht
0
0 to 5
0 to 20
15 to 50
35 to 75
65 ta 90
90 to 100
97 to 1�0
1. When subjected to color test for organic impuz�ities (ASTM C 40), fine
aggregate shall not show color darker than standard color. Fine
ag�regate shall be subjected to Sand Equivalent Test (Tex-203-F).
5and equi�alent value shall nat be l�ss than $0, unless higher value is
shown on Drawings.
Mine��a1 Filler: Class C fly ash of acceptable quality and meeting requirements
afASTM C 618 may be used as xnineral admixture in concrete rnixture. When
sia�oo� 02751-4
City of Fort Worth CONCRETE PAVING
West Side N Praject — Pump 5tation
fly ash mineral fi�ler is used, it shall be stared and inspected in accordance with
ASTM C 618. Ply ash shall not be used in amounts to exceed 30 percent l�y
absolute voluine of cementitious material in mix design. Cement content may
be reduced i� strength requirements can be me#. Note: '4'Vhen fly ash is used,
the tenn "cement" is defined as ce�nent pius fly ash.
F. Air Entraining Agent: Furnish an air entraining agent conforming to
requirements of ASTM C 260.
G. Water Reducer: Water reducing admixture conforming to requirements of
ASTM C 494 may be used if required to improve the workability of concrete.
Amaunt and type of such adxnixture shall be subject to approval by
ENGINEER.
H. Reinforcing Steel:
1. Provide new billet steel manufactured by open hearth process and
confonning to ASTM A 615, Grade 60. Store steel to protect it from
mechanical injury and rust. At time of placement, steel �hall be free
frorri dirt, scaZe, rust, paint, oil, or other injuxious materials.
2. Cold bend reinforcing steet to shapes sho�rn. Once steel has been bent,
rt may not be rebent.
� 3. Provide wire fabric con%rming to ASTM A 82. Use fabric in which
longitudinal and transverse v�ires have been e�ectxically welded at
- points o£ intersection. Welds shall have sufficieni strength not to be
, broken during handling or placing. Welding and fabzication of fabric
sheets shall confonm ta ASTM A 185.
2.2 EQUIPMENT
A. Equipment shall conform to requirements oFASTM C 94.
2.3 MIXING
�� A. Fle�ural strength sliall be as specified using tESt specimens prepared in
acco��dance with ASTM C 3 I and tested in accardance with ASTM C78 (using
si�nple beam with t�iird-point Zoading). Compressi�e strength shall be as
' specified using test specimens prepazed iza accoxdance with ASTM C 31 and
, tested in accordance with ASTM C 39. CONTRACTOR shall determine and
i measure batch quantiiy of each i�.gredient, incIuding water for batch designs
�� and all conerete produced for Work. Mix shall conform to these speci�cations
� and other requirements indicated on Drawings.
3 ti s »o� 02'751-5
City of Fort WoY-th CONCRETE PAVING
West Side N Proj ect — Pump Station
B. Mix desi�n to produce cancrete wllicll will ha�e flexural strength of 500 psi at
"1 days and 600 psi at 28 days. Wl�en high-early-strength cement is used, it
shall reach at �east 550 psi at 'i days and 600 psi at 28 days. Slump of cancreie
shall be at least 1 inch, but no more than 4 inclies, whEn tested in accordance
with ASTM C I43.
1. Concrete pavement, izlcluding curb, curb and gutter, and saw-tooth
' curb, s1�a11 contain at least 5-i/2 sacks (94 pounds per sack) of cement
per cubic yarc�, with not zr�ore tllan 6.5 gallons of water, neY, per sack of
cement {water-cement ratio maximum 0.57). Cement content shall be
determined in accoxdance with ASTM C 138. Addition of mineral
filler may be used to improve workability or plasticity of concr�te ta
Iimits speciiied.
2. Coarse dry a�gregate shall not exceed 8S percent of loose volume of
eoncrete.
3. Add air-entraining admixture ta ensure unifarrn c�istribution of agent
throughout batch. Base air content of freshly mixed air-entrained
concrete upon tr�al mixes vvith materials to be used in Work, adjustec3 ta
produce concrete af required plasticity and woxka��lify. Percentage af
air entrainment in mix sl�all be �-1/2 percent plus or minus 1-112
percent. Air content shall be determined by testing in accor�ance with
ASTM C 231.
4. Us� retardant when temperature exceeds 90 degrees F. Proportion shall
be as recommended by manufacturer. Use same brand as used for air-
entraining agent. Add and batcl� material using sarne methods as used
for air-entraining agent.
5. Mix design to pzoduce cbncrete for sidewalks and slope paving which
will l�ave compressive strength of 2000 psi at 7 days and 3000 psi at 28
days, Slump of conci-ete shall be at least 2 inches, but no more than 5
inches, when tested in accordanc� with ASTM C 143.
C. Concrete sidewallc and s�ope pa�ing shall contain at least S sacks (94 pounds
per sack) af cen�ent per cubic yard, with nat more than 6.25 gallons of water,
net, per sack of cement. Cernent content slzall be deterrnined in accardance
with ASTM C 138. Additions of zninez�al filler may be used to improve "
�vorkability or plasticity o:Fconcz�te to limits specifred.
PART 3 EXECUTIQN
3.1 EXAMINATION
A. Verify cornpacted base is ready to support imposed Iaads and meets
com.pactaon requirements.
B. Ve�•ify lines anci grades are carr�ct.
3181006 ��751-�
City of Fort Wa�-th CONCRETE PAVING
West Szde N Project — i'ump Station
3.2 PREPARATION
A. Properly �repare, shape and eompact eaeh seciion of subgrade before placing
far•ms, reinforcing steel or concrete. After forms have been set to praper grad�
and ali�nment, use subgi-ade planer to shape sub�rade ta its �nal eross section.
Check contour of subgrade with template.
B. Remo�e subgrade that will not support loaded forsn. Replace and cofr�pact
sui��-adE to required density.
3.3 EpUIPMENT
A. Alternate equipment and methods, other than those required by this Section,
may be used provided the CONTRACTOR demonsti•ates that equal or betfer
resuIts wil� be obtained. Maintain equipment for preparing sub�rade and for
�nishing an� compacting concrete in good wQrking arder.
B. Subgrade Planer az�d Tezx�ptafe:
1. Use subgrad� planer v�rith adjustable cutting blades to triz�n subgrade to
exact section shown on Drawings. Select planer maunt�d on visible
rollers which ride on forjr�s. Planer frame must have sufficient weight
so that it will rernain on form, and have such strength and rigidity tha�,
under tests mad� hy changing support from �avheels to center, planer will
not develop deflection of more than 118 inch. Tractors used to pnll
planer shall nat produce ruts or inder�tations in subgrade. When slip
fonn method of paving zs used, nperate sub�rade planer on prepared
track grade or have it controlled by electronic sensor system operated
from string line to establish horizontal alignment and elevation of
subbase.
2. 1'xovide temp�at� %r checking contour of subgrade. Texnplate shall be
Zpng enough to rest upon sic�e fonns and have such strength and rigidity
that, when supported at center, maximum deflection shall not exceed
1/8 inch. Fit template with accurately adjustable rads projecting
downward at 1-foot intervals. Adjusi these rods to gauge czass sections
of slab bottom when te�riplate is resting on side forn�s.
C. Machine Finisher: Provide a power-driven, traissverse finishing machine
designed and operated to strike off and consolidate concrete. Machine shall
have two screeds accurately adjusted to crown of pavemezat and with frame
equipped to ride on forms. Use finishing machine with rubber tires if it
operates on concre#e pavennent.
D. Hand Finisk�ing:
3181006 027 S 1-'1
City of Fort Warth CONCRETE PAVING
yVest Side IV Project — Puinp Station
1. Provide mecllanical strike and tamping template 2 feet longer than
width of pavement to be �nished. Shape template to paveinent section.
2. Provide two bridges to ride on fonns and span pavement
for finishing expansion and �ummy joints. Frovide floats and
necessary edging and finis�ing taols.
E. Burlap Drag far Finishing Slab: Furnis� �aur plies nf 10-ounce burlap material
fastened to bridge to foz��n continuaus strip of hurZap fi�ll width of pavennent.
The 3-foot width af buxlap mat�xial shall be in contact with pa�ement surface,
Keep burlap drags clean and free of encrusted mortar.
F. Vibrators: Furnish mechanically-operated, synchr�nized vibrators mounted on
ta�nping baz- which i•ides on forms and hand-manipulated mechanical vibrators.
Furnish vibratars with frequency of vibration to provide maximum
consolidation of cancrete without segregation.
G. Traveling Form Paver: Approbed traveling form paver rnay be used in lieu of
construction inethods emplaying forms, consolidating, finishing anc� floating
equipinent. Requirements of this specification for subgzade, pavement
tolerances, pavernent depth, alignments, consolidatian, finishing and
worlcmanship shali be met. If travel�ng form paver do�s not provide concrete
paving that meets the compaction, finish, and tolerance requiz-ements of this
Specification, its use shall be immediately discontinued and conventional
methods shall be used.
1. Equip traveling paver with longitudinal transangular finishing flaat
ad�ustable to crawn and grade. Float sl�all be long enough to extend
across pavemenf to side forn�s ox edge of s1ab.
2. Ensuxe that continuous deposit of concrete can be made at paver to
minirnize starting and s#opping. Use canventianal means of pavirag
locations inaccessible to traveling paver, or having horizontal or
vertical curvature fhat tra�eling paver cannot negotiate.
3. Where Drawings require tie bars �ox ac�jacent paving, securely tie and
support bars ta preve�it displacemer�t. Tie bars may be installed with
appro�ed mecl�anical bar inserter mounted an t�-aveling-form paver.
Replace any pavement in which tie bars assume final position other
than that shawn on Drawings.
3.4 FORMS
A. Side Forms: Use metal for�ns of ap�roved shape and sectron. Preferred depth
of form sha11 be equal #a required edga thickness of pavement. Forms with
depths greater ar Iess than required edge thickness of pavemeni will be
pei7�nitted, pravided diiference between form depth and edge thickness if not
greater than 1 inch, and fiarther provided that forms af depth Iess than
3�s�oo6 02751.-5
C�ty of Fort Worth CONCRETE PAVING
West Side N Project — Pump Station
pavement ed�e are brou�l�t to required edge thickness by securely attaching
• wood or zr�etal strips to bottom of form, or by �outing under form. Bottam
flange of fonn shall he same size as tllickness af pa��ment. Aluminum forms
are not allowed. For��s shall be approved by ENGINEER. Length of form
' sections sl�all be not Iess than 10 feet and each section shall provicie for staking
� in position with not tess t2�an 3 pins. Flexible or curved forms of woad or
m,etal of proper radius shall be used for curves of 2a0-faot radius or less.
.� Forms shall have ample stren�th and shall be provided with adequate devices
' for sec�are setting so that when in-place they will withstand, without visible
. springing or settlement, impact and vibration of finishing machine. In no case
shall base width be less than 8 inches for farm 8 inches or more in height.
Forms shall be free froz�n warp, bends or kinks and sha]1 be sufficiently true to
provide straigl�t edge on concrete. Top of each form section, when tested with
straight edge, shall conform to requirements sp�cified for surface of completed
'' pavernent. Provide suificient forms for satisfactory placernent of concrete, For
short radius curves, fonns less than 10 feet in Iength �z curv�d forrns may be
used. For curb returns at street intersections and driveways, wood fa�rmms oi
� good grade and quality may be used.
B. Farm Setting:
1. Rest forms directly on subgrade. Da not shim with pebbles ar dirt,
Accurately set forms to required grade and aligrunent and, dur�ng entire
operation of placing, coxnpacting and iinishing of concrete, do not
deviate frozn this grade and aligmr�ent rnore than 1/8 inch in 10 feet of
length. Do not remove forms for at least S hours after corr�pletaon of
finzshing operations. Pravide supply of fof-ms that wi11 be adequate far
arderly and continuous placing af concrete. Set forms anci check grade
far at least 300 feet ahead of rnixer or as appraved by the ENGINEER.
2. Adjacent slabs may be used instead of forms, pro�ic�ed that conerete is
well protected from passible damage by finishing equiprnent. These
a�jacent slabs shall not �e used for �orms uz�til concrete has aged at
least 7 days.
3.5 REINFORCING STEEL AND JOINT ASSEMBLIES
A. Place reinfarcing steel and joint asseznblies and posrtion securely as indicated
on Drawings. �Vire reinforcing E�ars securely togetl�er at intersections and
splices. Bars and coatings sha11 be free of rust, c�irt or other foreign matter
w�aen concrete is placed. Secure reinforcing steel to chairs.
B. Pasition pavement joint assemblies at required Iocations and elevations, and
rigidly secure in position. Install dor�el bars in joint asseznblies, each parallel
to pavement surface and to center line of pavement, as shown.
31810U6 �275 �-9
City of Fort Worth CONCRETE PAVING
West Side N Project -- Pump S�ation
�. Cut header boards, joint filler, and other material used for forming joints to
receive each dowel bar.
D. Secure in required positioz� to pre�ent displacement during placing and
finishing of canczete.
E. Drill dowels into existing pa�ement, secure with epaxy, and provie3e paving
headers as required to provide rigid pavement sections.
F. Chairs for steel reinforcernent bars sha11 be of su�'ficient numb�r to maintain
position of bars within allowable tolerances. Reinforcement shall be placed as
sliown on Drawin�s. In plane of steel parallel to nearest surface of concrete,
bars shall not vary frorn plan placeinent by more than 1/12 af spacing between
bars. In pla:ne of steel perpendicular to nearest surface of concrete, bars shall
not �ary from plan pIacement by more than I/4 inch.
3.6 PLACEMENT
A. Place concrete onZy when air temperature taken in shade and away from
artiiicial heat is ahove 3S degrees F arad rising, Concrete shall not be placed
when tempezature is below 40 degrees F and falling.
B. Place cancrete within 90 minutes after initial water had been added. Remove
and dispose of concrete not placed v�rithin this period.
C. Concrete sluinp c�uring placera�ent shal] be l to 4 inches, except when using
traveling-form paver, sluinp shali be maximum of 2 inches.
D. Deposit conc��ete continuously in successive batches. Distribute e�ncrete in
manner that wiIl require as little rehandling as possible. Where �iand spreading
is necessar}�, distrib�te eoncrete with shovels ox by ather approved methods.
Use only caz�crete zakes in handling concrete. At placement interruption of
nnore than 30 ininutes, p2ace transverse construction joint at stopping point
Remove and replace sections less than 10 feet Iong.
E. Take special care in placing and spading concrete against forms and at
longitudinal and trans�erse joints to prev�nt honeycornbing. Voids in edge of
finished pavement will be cause for rejection.
3.7 CDMPACTION
A. Consolidate the conerete using mechanical vibratoxs as specified herein.
Extend a vibratory ur�it across tk�e paveznent, not quite touching side forms.
Space individual r�ibratars at clase enough intervals to vibrate and consolidate
��s�oo� 02751-10
�
City ofFort Worth Cf�NCRETE PAVIlVG
West Side IV Project — Pump Station
entire width af pavement uniforinly. Mount xxaechanical vibrat�rs ta avoid
contact with fo�-�x�s, zeir�forcement, transverse or longitudinal joints.
B. Furnish enaugh l�and-znanipulated r.�echanical �ibrators for proper
eonsoIidation of cancrete alang fonns, at jnints and in areas not covered by
mecllanically controlled vibrators.
3.8 FINISHING
A. Finisli concrete pavennent with pawer-driven transverse finishing machines or
� by hand finishing methods.
1, Use transverse finishing machine to make at least two trips over each
area. Ma�Ce ]ast trip continuaus run af nat less than 40 feet. After
transverse screening, use hand-operated lon�i#udinal float #o test and
level surfaee to required grade.
2. Hand finish vwith mechanical strike and tamping temp�ate in same width
as pavement to be finished. Shape template to pavement section shown
on Drawings. Move strike template forward in direetzon of placement,
, maintaining slight excess of material in front of cut#ing edge. Make
minimurn of two trips over each area. Sczeed pavement surface to
required section. Work sereed with combined transverse and
. longitudinal motion �n direction work xs progressing. 1Viaintain screed
�� in contact with forms. Use longitudinal float to ler�el sur�'ace.
B. On narrovv strips azad transitions, fnish cbncrete pavement by hand.
Thoroughly work concrete around reinforcement and embedded fixtures.
Strike off concrete with strike-off screed. Move strike-off screed forw�ard with
combined transverse and longitudinal inotion in direction wark is progressing,
maintaining screed in contact with forms, and maintaining slight excess a#`
znaterials in front of cutting edge. Tamp concreie with tamping templa#e. Use
longitudinal float to 1eve1 surface.
C. After completion of straightedge operation, make first pass of burlap drag as
soon as construction operations permit and before water sheen has disappeared
from surface. Foliow with as many passes as required to prodtace desired
texture ctepth. Permit na unnecessary delays between passes. I�eep drag wet,
clean anci free from encrustec� mortar during use.
3,9 CONCRETE CURIlVG
A. Conform to �-equirements o� Sectian 02753, Concrete Pavement CUring.
3181006 Q27 S � � 1 �
Gity of Fort Wo�th GONCRETE PAVING
West Side N Project — Pump Station
3.10 T�LERANCES
A. Test entire surface befai-e initial set and carrect il•re�ularities or undulatians.
Srin� surface within require�nents of following test a�d then finish. Place 10-
foot straightedge parallel ta centeX of roadway to bridge any depressions and
touch al� high spots. Da nbt permit ordinates measured from face of straight
edge to suz-face of pavement to exceed 1/16 inch per foot from neares� point of
contact. Maxiinurn ordinate wi#h 10-foot siz-ai�htedge shall nat exeeed 1/8
inch. Grind spots in excess of required tolerances to meet surface test
reqliiremen#s. Restore texture by grooving concrete to meet surface finisk�ing
SpeCi�catipnS.
3.11 FTELD QUAL3TY C�NTROL
A. Testing will be performed under pzo�isions of Section 01411, Testing
Laboratory Ser�ices Furnished by CONTR.ACTOR.
B. Compressive Strength Test Specimezas: Fauz test specirnens for compressive
strength test will be nnade in accozdance with ASTM C 31 for each 150 c�bic
yards or less of pa�ement that is plaeed in one day. Two specirnens wi11 b�
tested at 7 days. The remaining two specimens will be tested ai 28 days.
Specimens wilI be tested in accordance with ASTM C 39. Minimurn
compressive strength shail be 3000 pounds per square inch at 7 days and 3500
paunds per square inch at 2S days.
C. When con�pressi�e test indicates failure, yield test will be made in accordance
witl� ASTM C 138 for cement content per cubic y�ard of concr�te. If such
cement content is four�d fo be less than that specified per cubic yard, increase
batch weights until amount of cement per cubic yard of concrete conforms to
requirernents.
D. Minimum of ane �4-inch core will be taken at random locations per 1000 feet
per Iane or 540 squaX•e yards of pavement to measure in-place depth. Depth
shall be measured in aceordance with ASTM C 174, Each core may be tested
for 28-day compressive strength accarding to methods of ASTM C�2. The
28-day compressive strength oF each care tested sliall be a minimuzn o�' 300U
pounds per square inch.
E. CONTRACTOR may, at ]�is own expense, request i��ree additional cares in
vicinity of cores i�adicating nanconforming in-place depths. In-place depth at
tk�ese lacatians s11a11 b� average depth of four cores.
F. Fil� cores and dcnsity test sections with new concrete paving or non shrink
grout.
3�s�oo6 02751-12
�!
City of Fort Worth CONCRETE PAVING
West Sicie N Project — Pump Station
3.12 NONC�NFORMING PAVEMENT
A. Remove and replace areas of pavement found deficient in thickness by more
than 10 percent, or that fail coinpressive stren�th tests, with concrefe of
� � thickness shawn on Drawings.
B. Noncanforri�ing pavement sections sl�all be replaced at no additional cost to
� ' OWNER.
3.13 PROTECT�ON
A. Barricade pavement section to prevent use until co�crete has attained minimum
design strengfh. Cure barricade pavement sectron for mznimum 72 hours
before use. Do not open pavement to traffic until concreie is at least 10 days
old. Pavernent may be open to traffic earlier provided C�NTRACTOR pays
far testing and additional beam once 7-day specified flexural strength is
obtained.
, B. To provid� access at driveways, city street intersectians, esplanades, and Qther
� lacations a�proved by ENGINEER, CONTRACTOR may use high-early-
� strength cement or place an additional 2 inches of concrete pavement Qn
untreated subgrad� in lieu Qf specif ed concrete pavement depth on stabitized
base or liu�e treated sub�ade. Additional depths of cancrete placerrient shall
be paid for under oi-iginally specified concxete depth.
C. On those sections af pavement to be opened to traffic, seal joints, clean
pavement, and place earth against pavement edge� before permitting use by
traffic. Such opening of pavement to tz�affic shall not relie�e CONTRACTOR
from his responsibility for the Work.
D. Maintain concrete pa�ing in gaod condition until coxnpletion of Work.
E. Repair defects by replacing concrete to fiull depth.
+ + END OF SECTION + +
�,
3is�ao6 02751-�3
City of Fort Worth CHAIN LINK FENCTNG
�esi Side IV Project — Pump Station
SECTION 0283Q
CHA1N LINK FENCING
PART 1 - GENERAL
l.1 WORK INCLUD�D
A. All labar and znaterials necessary to install all chain link fence as shown on the
plans and specified herein.
l.2 RELATED WORK SPECIFIED ELSEWHERE
A. Concrete: Sectian 03300
1.3 SUBMITTALS
A. Furnish shop drawings on alI fencing. Submit samples on each component part,
including caps, latches, hinges and other required incidentals.
� .4 REFERENCE
A. Chain Link Fence Manufacturer's InstitUte {CLFMI) Product Manual, �atest Edition.
B. ASTM Standards:
1. A— 90, Test for Wei�ht of Coating on Zinc-Coated (Ga�vanized) Tron or Steel
, Articles.
2. A— 37Q, Mechanical Testing of Steel Products.
� 3. A— 569, Specificafiion for Ste�l, Carbon Hot-Rolled Sheet and Strip,
Con:�mercial QUality.
4. B— 6, Specification fox Zinc Metal {Slab Zinc).
� 5. B— 117, Specification for Salt Spray Testing of Coatings.
6. D— 1499, Recommended Practice for Operating Light-and-Water-Exposwe
Apparatus (Ca��bon-Arc type) for Exposure of Plastics.
7. D— I53S, Specifying Colar by the Munse3l System.
8. D-- 1729, Visual E�aluation of Colar Differenc�s of Opaque Materials.
9. D— I 735, Specifcation for Humidi�y Testing of Coatings.
, 1 Q. E— S, Tension Testing of Metallic Materials.
' 11. E— 376, Measuring Coating Thickness by Magnetic-Field or Eddy-Current
Test Methods.
12. F— 552, Standard Definitians of Terms Relating to Chain Link Fencing.
13. F— b68, Palyvinyl Chloride (PVC)-Coated Steel Chain Link Fence Fabric.
l4. F-- 669, Standard Specification for Strength Requireinents of Meta1 Posts and
Rails for Industrial Chain Link Fence
15. G— 23, Recomrnended T'ractice for Operating Li�ht-and-Water-Exposure
Apparatus (Carbon-Are type) for �xpo�ure of Nflnmetallic Mater�als
3] 8] 006 4283 D-1
City of Fort Worth CHAIN LINK FENCING
West Side IV Project— Puinp Station
l6. G— 26, Recomme�lded Practice far �pei•ating Light-and-Water-Exposure
Apparatus {Xenon-Arc type) far Expasure of Nonlnetallic Materials
C. Federal Standards:
1. Fed. S#d. No, 123 Mai-king for pomestic Sliipments, Civilian Ageneies.
1.5 QLIALITY CONTR�L
A. The fence installex shall have a minimum of fi�e (5) years experience with fencing
as the px�imary business ente�-�rise and reve��ue source, The fencing installer shall
have completed no less than 20 installations wit�ili Dallas, Tarran� and contiguous
counties. The fence installer sha]1 have liis �riYnar-y place of business within 1 QO
miles of the projact site and s11a11 provide documentation ofsuch.
1.6 PR4DUCT HANDLING
A. Pz-otect fene� fabric and p�pe fi•ain daznage, including sc�-atches, c�ents and other
defects, dur•ing stoi•a�e, h�nd]ing and installation. Tauch up minar scratches and
defects in accardance with the inai3ufactui•ef�'s �nst�-uctions. Severely damaged fence
mate3-aa]s, as detennined solely by ihe OWN�R, will be rernoved and replaced.
PART 2 � PRODUCTS
2.1 GENERA.L
A. All fe�icing sha11 he chain link of the overall Ileights shown on the drawings when
erEcted.
B. A11 I'ence Products shal3 confo�-m to the specifications af the CLFMI Product
Manual, latest edition.
3xsroa6
02830-2
O
0
City of Fort Warth
West Side IV Project — Pump �tation
2.2 FABRIC
CHAIN LINK FENCING
, i A. CLFMI Class l, consisting of Palyvinyl Chloi•ide (PVC) extruded over zinc coated
steel wii-e. Galvanized steel core wi�-e shall have been caated with zinc by eit�er the
� hot-dip or electralytic ��r-ocess. Selva�e sl�all be knUckled on top anr� bottom edges.
� B. Fence fabric shall confarm to the follovving requi�•e�-nents i�n Table 02$�0-1;
,
� ; TABLE 02830-1
Fence �°x�
Height wire
Diameter
Mesh Diamc�nd
Size Count
8 ft�'} O.12C1" ] .75" 39.5
Note 1: $ ft high or to match the height of the existir�g fence
C. Co�-e wire size shall be O.OQS inch and shall have a minimum breaking strength af
8501bf, ASTM A370.
D. Zinc wire coating shall be a in�nimum o£0.3d ounces per square foot, ASTM A90.
2.3 1'OLYESTER CO�TED HOT D3P GALVANIZED FENCE PIPE
A, Fence Pipe:
1. Pipe used for fence framework, including posts and rails, shall be cold rolled
and elEctric-resistance-weIded from steel confanning to ASTM A-S69 and hot
dip gal�anized ta ASTM A-525 G-9Q zinc weig�lt bot� inside and outside the
pipe. The outside shall then receive a coi�version eoating and fiision bondec�
polyester powder coating.
2. Fence pipe shall be "LCX" Industrial Lifeeoat as manufactured by ti�e P& H
Tube Division of Southwestern Pipe, Inc.
3. Recognized and qualifieci fence pipe supplier is Jamieson Fence Supply,
Dallas, Texas. (800} q�42-6283.
B. Zinc Fhosphate Conversion Coating:
1. The zinc phos}�hate conversion coating shall be applied to the autside of th�
pipe to a rnini�num weight of 250 �nicragrams per square inch.
2.� T�F RAIL
A: Top rail shall ba 1-518" O.D., weight of 1.588 pounds per foot, with autside sleeve
type couplin�s at least 7" long, one coupling in every 5 to have spring to take up
3�e�ao6 02830-3
City of Fflrt W''orth CHAIN LINK FENCINC
West Side It� Project � Puinp Station
ex�ansion and cor�traetion af rail, Fabric tied to tap yai1 every 24" with #9 gauge
aluminulai tie �vix-es. The top af the fenee shall have bar-bed wire strands as per the
drawings.
2.5 �Q7'TOM AND M�DDLE RAIL
A. Bo#tarn rail sl�all confan�l t� the reqUirements for the tap rail, Paragraph 2.4.
2.6 BRACES
A. Braces shall be 3/8" galvanized and PVC coated rod t3-usses f�-om ]ine pnst back to
the ten�lina] post can�plete �7ith turnbuekle truss tig}�tener.
2,7 LINE P4STS
All line posts shall confo���n to ihe followin� specifications and conditions as shown an
the plans.
A. Pipe Sizes:
1. Pipe �rovided in the following nominal 51Z�5 shall conform to the
requirements specified in Table 02830-2.
B. $ foot hei�ht fence shall ha�e 3 ineh O.D. l�r�e posts, with a weight of2.63$ pounds
per foot.
C. Spacing of line posts shall nat e�ceeed 8 ft. on center.
D. Posts shall be equip�ed with hot dipped and poIyester powder coated malleable
�al�anized iron or pressed steel cap afmanufacturer's desigr�. All caps shalj xnatch.
E. Line posts to be equi�ped with Na. 9 ga�ge alurninum wire ties on 14 inch (14")
centers.
F. T�i�nensions and Talera�ces:
1. The nominal dimensions shal] be sho�vn in Table 02$3Q-2.
2. Toler�nces for wei�l�t per foot requii•ements shall not vary moze than plus ar
xninus 1% from that prescribed in Table 02830-2.
G. Properties and Bending Strengths:
1. The mate�-ial, as representec� by a test specimen, shall eomply w�th the
requireY�nents of ASTM F-669 Standard Sp�ei�cation for Stren�th
Requireme�ts of Metal Posts and Rails �or Industrial Chain Link Fence.
2. S FITTINGS
A. All fence pqst caps, fence fittings, and incidentals shall b� galvaruzed and PVC or
polyester pawder caated to match the fence fabric.
3181 Q06 �2$ �Q-�
�
� �I
City of Fort Worth CHAIN LINK FENCING
West Side IV Project — Pump Station
2.9 CONCRETE POST FOOTINGS AND EDGING
A. All conca'ete used shall be 3,000 psi at 28 days using 5 sacks of cement per cubic
yard ofn�ix with a maximum of 7 gallons af water pex- sack, Concrete work shall
confonn to Seciion 03300 CONCRETE.
2.10 TOLERANCE
A. Standard ��Zill to�Erance on a�l fi•a�newoa-k members and chain li�ak fabric will apply.
;
PART 3 - EXECUTION
, � 3.1 INSTALLATION
' A. All fence shall be installed by skilled and experienced fence erectors and on lines
and ��ades as shown on the draw�ings. All posts shaZl lae set plumb, and as indicated
on ihe drawings. To�rails shall run «ith finish grade witk� na disc�rnable humps,
�
valleys, or bends.
� 3.2 COORDINATION
A. The CONTRACTOR shall coorc3inate his work with all necessary subcontractors as
� to the lacation of all posts and the tin�ing of post placeaa�ent.
3.3 WELDTNG
A. No welding of fence fi•ainework is required ar pennitted.
3.4 FABRIC
A. All fabric shall be placed on the inside of the prope�-ty.
� + + END O�' SECT70N + +
i
�
I �.��'
:�
�f
1
3 ] 81006 ��$3 �-5
City of Fort Worth
West Side N Project — Pump Sta,#ion
PVC C�ATED CHAIN LINK FENCTNG
'd'A�SIGIE Q92830-2
1�I�E S�7]ES ANI� �ENDING S�REN��'�3S
1F7EN�� �+��iW�I�
�'�m�e 1V ou�zrnaQ
Y�d�nstry Fipe Il��i�na Stand[ar�
�.�. Size V.�. � �q���v. G�r�ge
1-5/8" 1-1/4" 1.660 13
2" 1-1/2" 1.900 13
2-1/2„ 2„ 2.375 12
3" 2-1/2" 2.875 11
4" 3-112" 4.000 i 11
�W�.IF't. Se��i�n
1V�odalt�s
1.588
1.831
2.63 S
3.53I
4.973
.1729
.2316
.4204
.6868
1.3776
NIIl�numn�n� �e�¢�nmg
�'ie�d Nl��e�n�
S�u-e�g�f� (�l,Jrn.)
55,000 9,510
55,000 12,470
55,000 23,120
SS,OQO 37,770
SS,OOd 75,770
C����¢]fat�si Berndi�g Stt���g�l�
�t 1Vl�muma��r Yne�¢�
�10'
�ear�
317
425
771
1259
2526
4' ��m�. 6' C�ma.
0
198
265
482
787
1579
132
177
321
525
1052
0
3181006 Q� $ 3 Q-�
City af Fort Woz�th
West Side N Praj�ct — Pump Station
SECTION 02921,
T�P50IL
PART1-GENERAL
1.1 DESCRTPTI�N
TOPs oII.
� A. Scope:
�- L CONTRACTOR shall provide alI labor, materials, equipment and incidentals as
shawn, specified and requi��ed to furnish and install topsoil Work.
2. The types of topsoil W�rk required include the following:
+'• a. Topsoil stackpiled for reuse under Section 02110, Cleaz-ang.
b. TapsaiI from off-site sources.
c, Topsoil testing to provide certified acceptabilsty of topsoil for landscape
Work.
d. Topsoil admendments, as may be required by test results to provide
topsaii acceptab2e for landscape Work.
� e. Spxeading topsoil.
f. Maintenance Work.
B. Coordination:
1. Review installation procedures under other Sections and coordinate the
,�� installation of iterras that must be installed with the topsoii.
2. Notify other contractors in advance of the installation af the topsoil to provide
'� tt�e ot#�er contractors with sufficient t�me far the insiallation of itexns included
� in their contracts that must be installed before the topsoi�.
C. Related Sections:
1. Section 02110, Clearing.
2. Section 02220, Excavation and Backfill.
3. Sectian 02930, Hyc�'aulic Seeding.
1.2 OUALIT'Y ASSURANCE
A. Source Qualit� Cont�rol:
1. 4ff-Szte Tapsoil: Obtain topsoil onIy frorn natux-ally weli- cl�rained sites where
topsoil occurs in depth of no� less than �-inches; do not obtain from bags or
marshes.
2. Topsoil Stockpiled far ReUs�: Topsoil will be inspected byENGINEER before
reuse. At the time of inspeetion ENGINEER shalt require representatave so�l
s i s t oa� 02921-1
City of Fort Worth
West Side N Froject — Pump Station
TOPSOIL
sarnples to be tested forphysical properties, hydrogen-ion �alue organic matter,
and available phosph�iyc acid and potassium. Supply twenty pound samples
and make tests at no additionaI expense �o OWNER.
3. Analysis and Standards: Package standard products with manuiacturers'
certified analysis. For other ma�ei7als, provide analysis by recognized
laboratory made in accordance with methods established by the Assaciatzon of
Official Analytical Chemists wherever appIicable or as furthez' specified.
B. Reference Standards: Comply with applicable pro�isions and recommendations of
the fo�Iowing, except where otherwise s�own or speci�ed:
1. ASTM C 602, Agricu7tural Liming Materials.
2. ASTM D 24$7, Classifications of Sails for Engineering Purposes.
3. Association of Official Analytical Chemists, �f�cial Methods of Analysis.
: ����I :II.�
A. 5hop Drawings: Submit for approval the following:
1. Before deli�ery of off-site tapsail, written statement giving the location of the
properties frozn which the topsoil is to be obtained, the names and address of
ti�e s�ppliers, tne de�th to b� stripped and the crops grawn during the past 2
years.
2. Manufacturer's specifzcations and application instructions far all soil
admend�aents zequired.
B. Test Reports: Before deIivery of off-site topsoil submit far approval a soil analysis
made by an app��oved soil testing labaratory stating porosity, the percentages of silt,
clay, sand, and oY•ganic matter, the pH and the mineral and plant nutrient conten� of
the topsoil.
C. Certificates: Submit for appxoval certificates of inspection as may be required by
governmental authoz-ities to accompany shipa�r�ents, and manufacturez's or vendors
certifiec� �nalysis for soil amendments. For standard products submit other data
substantiating thai materials comply with specified requirements.
] .� JOB CO�*TDTI`JONS
A, Environmental Requirements; Do not spr�ad topsoil if condition is unsuitable due to
frost, excessive moisture or athez' conditions. Cease Work until the topsoil is in a
suitable conditian as determined by ENGINEE�.
FART 2 - PRODUCTS
3 � gioo6 02921�2
City of Fort Warth
West Side N Project — Pump Station
2.1 MATERIALS
TOPSOIL
A. Topsoil:
1. Fertile, friable, natural loam, surface soiI, capable of sustaining vigoraus plant
growth, free af any admixt�re of subsoil, clods of hard ea�-th, plants or raots,
sticks or other extraneous matei-iaj hanx�ful to plant growth. Supply tapsoil with
the following analysis:
a. 3/4-inch mesh: lOQ percent passing
#4 sieve: 90 ta 1�0 percent passing
#200 sieve: 0- 10 percent passing
b. Clay content of material passing #200 sieve not greater than 60 percent, as
determrned by hydrometer tests.
c, pH 5.0 to pH 6.5. If approved by ENGllVEER, natural tapsoil not ha�ing
the hydrogen-ion value spec�fied xnay be amended by CONTRACTOR as
his own e�pense.
d. Organic content not less than 5 percent, as deternained by ignition loss.
e. Free of gests and pest �arvae.
. - B. Soil Amendments:
1. Lime: Natural lime�tone containing not le�s than SS pereent oi tntal
\ carbonates, ground so that not less tnan 90 percent passes a 1Q-mesh sieve and
� I not less than SQ percent passes a 100-mesh sieve.
2. Ferrous Sulfate: Cornmercial gzade and unadulterated.
PART 3 - EXECUT�ON
3.1 Il'�SPECTION
A. CONTRACTOR and his instal]er shall examine the subgrade, verify ihe elevations,
observe the conditions under which Work is to be perfozmed, and notify ENGIlVEER
of �nsatisfact�ry conditians. Do not praceed with the Work until unsatisfactory
conditions have bee� earrected in a rz�an�er acceptable to ENGINEER.
3.2 PREPARATION
A. Remove existing grass, vegetation and tuz-F. Dispose of such matez�al outside of
OWNER'S property in a lega] mannez; do nat turn over into soil being preparec� for
topsoiling.
B. Laosen subgrade of areas to receive topsoil to a minimum c�epth of 4 inches by
discing, harrowing or other approved method to pei7nst bonding of the topsail to the
3I81�06 02921-3
City of Fort Worth
West Side IV Project — Pump Station
TOPS OII.
subgrade, Opei•ate #he equipment used tq sca�•ify the subsoil so the ridges and
depressions are parallel to the eontaurs.
C. Remove stones over 1-1/2-inches in any dimension and sticks, roots, rubbish and
other extraneous matter.
3.3 INSTALLATI�N
A. Pla�e and spread topsail, o�er the a�-eas shnwn, to a minimum depth of 6-inches after
natural settlement and light rolling, in a manner that the campleted work conforms to
the lines and grades shown.
B. Do not spread topsoil while in a frozen condition or when moisture cnntent is so
great that excessive compaction vWill occur nor when so dry that dust w�ll farm in the
air oz that clods will not break readily.
C. Do not compact tapsoil.
D. After the topsail is spread, �-emove all Iarge, stiff clods, rocks, roots or atheX foreign
matter over 2-inches.
E. Apply soil admendments, as required by machine o�er all areas recei�ing topsoil, ta
bring the soil to a neutz-al pH. Work �ightIy into the top 3 inches of topsoil.
F. Manipulate topsoil to attain a properly drained surface.
G. Grade topsoil areas to smoath, even suz-face with laase, uniform, fine texture.
H. Roll and rake and remove ridges and fill all depz-essions, ruts, low spots or unsuitable
areas whieh result after settlement so that the area is suitable for subsequent work.
3.4 MAINTENANCE
A. Maintain topsoiled areas by fillin� in erosion channeIs and correcting drainage as
required.
B. Maantain the topsoil in a loose, friable condition until the Work under other Sections
beg�ns.
3.5 CLEAN UP AND PROTECTTON
A. During topsoiling Woz-k, store materials and equipment where directed. Keep
pavements clean and areas in an orderly condition,
31810QG 02921.-4
City of Fort Worth
West Side N Project — Pump StatiQn
TOPS�IL
B. Protection includes all tempoa'ary fences, bai7•iers and signs and other Work
incidental to proper protection.
3.b INSPECTION AND ACCEPTANCE
A. When the topsoiling Work is completed, ir�cluding maintenance, ENGINEER will
make an inspectinn to determine acceptability.
B. Where inspected topsoil Work does not eomply with the req,uirements, regrade
rejected Work and maintain until reins�ected by ENGINEER and found to be
acceptable.
+ + END OF SECTION + +
3181006 02921-5
City of Fo�t Worth HYDRAULTC SEEDING
West Side TV Pr�ject — Pump Station
PART 1 - GEI�RAL
� 1.1 SECTION IlVCLUDES
SECTION 029343
HYDRAULIC 5EEDING
A. Remove stones, sticks, roots and ather debris fz�om finish graded areas to receive
'� turf; soiI preparation, fertilization, and hydrauIre seeding of areas designated for
hydraulic seeding or hydz-amuIching as shown on Drawings.
�. Establishment oitemporary erosion control grass.
1.2 DEFINITIONS
�
A. Stand af Grass, Perrnanent: 15Q growing common bernnuda grass pIants per square
foot, to be established within two weeks c�f planting date, on a smooth bed free of
foreign material, weeds, and rocks,
B. Stand of Grass, Temporary: Camplete co�erage of the no�-vegetated areas of the
site at the b�ginning of the construction pe��iod. Th� temporary grass sha11 be
maintarned to a level of growth to esta6lish and rxiaintain erosion control.
C. P�-ovisianal Acceptance: Ap�ra�aI of Hydraulic Seeding as being in conformance
wiih these Specifications upan completion of the installation.
17. Final Acceptance: Approval oF the estab�ishment of a"Stand of Grass" as c�efined
he�•ein, and the assumption of tui•f rnaintenance by the City vf Fart Worth Water
Utalities.
1.3 SUBMTTTALS
A. Test Reports: Results of seed purity and germination tests.
B. Certificates: Max�ufacturer's certification that seed and mulch meet specifieatian
requirexnents.
C. File all results and certificates with �WNER �rinr to final acceptance.
D. Maintenance Instructians: Submit to OWNER prior to final acceptance.
E. Test Reports: Submit certification of ferti�izer analysis.
318i006 02930-1
City af Fart Warth HYDRAULIC SEEDING
West Side IV P�•oject -- Pump Station
l .4 OLTALTTY A55URANCE
A. Meet i•equi�-ements of Official Method of Analysis of the Association of Official
Analytical Chemists.
B. Source Quality Co�trol: Producer's test for purity and germinatian of seed, dated
within nine months of sowing and submit to �WNER.
1.5 ]OB CONDITIONS
A. En�i�-onmental Requi��ements:
1. Seed between calendar dates fi-om May 1 to Au�ust 1, Seeding shall
commence na later than August 1.
2. Do not seed when excessively w+et or dry.
3. Do not per�fo�•m seeda'ng Qr hydromulching vvhen wind exceeds 15 mph.
B. Do not begin hydrau�ic se�ding operations until the permanent and temporary
irrigation systems have been dez�onstrated ta be operable ar�d reliable.
C. Protection: Restrict foot and vehicular t�-affic from seeded areas after planting and
hydromuIching until �n� in�pection and acceptance.
1.6 ESTABLTSI3MENT AND MAINTENANCE
A. Provisional Acceptance: Upon completion of Hydraulic Seeding operation, obtain
written approval of the installation from the Landscape Architect.
B. EstaUlishmeni Period: Establish a stand of grass, as defined herein, in 94 days or
less.
C. Maintenance:
l.. Maintain new see�ding until all turf areas are accepted by OWNER.
2. Reseed during this period as required to mee�t minimum standards at no
additional expense to OWIVER.
3. Re�air damage to other plants ar lawns during maintenance period at na
additional expense to OWNER. �
4. Maintenance shall consist af but not be lim.ited to:
a. Weeding
b. Watering
c. Mowing and edging
d. Spraying
e. Fertilizing
f. Temporary Erosion Control & Erosion Repair
3181D05 02930-2
City af Fort Worth HYDRAULIC SEEDING
West Side IV Project — Pump Station
b. Final Acceptance will be p�-ovided by �WN�R only upon establist�ment of a
uniform stand of grass throughout the entire site. UpQn �'inal Acceptance of the turf,
OWN�R will assum� turf rzaaintenance operations.
' 1.7 RESTORATI�N
A. Repair damage done to existing site impravements caused by CONTRACTOI�.
PART 2 - PRODUCTS
2.1 MATERTALS
A. Seed - Fermanex�t Grass:
�. Species: Hulled Common Bermuda G�-ass (Cynodon dactylon} of 98 percent
' punity.
2. Percent of Live Seed: $5 pexcent
� 3. Clean, dry, new crop seed.
�. Free of aIl weeds.
B. Seed - Ternpc�rary Grass:
1. Species: Annual Ryegrass {Lolium multiflorum) of 95% percent puizty.
2. Percent a� Live Seed: 8S percent.
3. Clean, dry, new erop �eed.
4. Free af all weeds.
C. Fertilizer:
�. Pel�etized.
2. Containing following minimum percentage of plant food by weight:
a. Nitrogen (N): 8 percent.
b. Phosphoric Acid {PZOS): 2D percent.
c. Potash {K�O}: 8 percent.
d. Magnesium {Mg): S percent.
3. A minirxaum of 25 �ercent of the total Niirogen shall be derived from Sulphur
coated area: 45 pei•cent from urea, and ihe xemaining 30 percent froxn
monamoniurn phosphate.
4. The ferEili�er shall be delivel•ed to lhe site in bags ar other convenient
containers, Each fully ]abeIed, confarrraing to the applicable state fertilizer ]aws,
and beaz-ing ihe name, trade name or tz'aaemark, and warranty of the producer.
�
3781006 02930-3
Clty O� FDI'C WDI'tl1 HYDRAULIC SEEDING
West 5ide IV Project — Pump Station
D. Mulch:
1. Maximum Moisture Content: 12 percent plus 3 pei-cent, VTM-47.
2. Cellulase Fiber Content: 98.6 percent plus 2 percent, ASTM D-585.
3. Ash Cnntent: l.b percent maximum, ASTM D-586.
4. PH: fi.5 plus 1,
5. Minimum Water Holding Capacity: 90 percent minimum, VTM-45.
6. Mulch shall be dyed breen with a biodegradable dye that does not inhibit plant
grawth.
7. Wood fiber mulch shall be packaged in units not exceeding 100 lbs. The
package shall contain cun-ent labels, ma�lufacturer's name and net weigY�t.
E. Tackifiex: Tert-a Tack AR or Ten•a Tack II as manufactured by Grass Growers,
424 Cottage Place, Plain�'aeld, New 7ersey, Q206p.
F. Water: Patable, available on-site, CONTRACT�R shall funnish temparary hoses
and connections as required.
PART 3 - EXECU'I'�ON
31 INSPECTTON
A. C4NTRACTOR shaIl check that preceding rvork affectzng gzound surface is
cornpleted. �
S. C4NTRACTOR shall �e�•ify that soil is within allavvable range of moisture content.
C. CONTRACTOR shall see that the soil is free of weeds and foreign nnaterial
imr�aediately before seeding. Remo�e rocks and stanes which are larger than 2
inches in diarr�etez- and remove from the site.
D. CONTRACTOR shall not start work until conditions are satisfactory. To begin
work indicates acceptance o� conditions.
3.2 PREPARATION
A. All areas to be seec�ed a�e to be b]aded and graded smooth. All cIods shall be
removed or ineprporated into existing soii and alI debris shall he disposed of off the
site.
B. Soil should be watered ta a mininnum depth af 4 inches at least 4S hours prior to
seeding.
31 S 1006 �293 �-�
City of Fort Wa�-th HYDRAUI.IC SEEDING
West Side N Project — Pump 5tation
3.3 F�RTILIZER
A. Apply fertilizer twice. The first application shall be pei�'ormed in a north-sauth
dir�ction. The second application shall be performed in a east-west direction. Both
fertilizer applications shall be pe�-fc�rmed at a rate oi S60 Ibs. per acre.
B. Disc the first fertilizer appjication into the soil to a d�pth af 2 inches to 4 inches.
C. The secand fei-tilizer application sha]] be perFormed concuzxently with hydraulic
seeding and shall be a surface a�plication.
3.4 HYDRAULIC SEEDING
A. Apply h�draulic seeding materia�s with an approved spray applicator equipment
suitable foz the seed, mulch and stabilizer s�ecifed.
B. Apply materials at the following rates;
1. Mulch with Tackifier l.,GOd pounds per acre (36.75 pounds per 1040 square
feet}.
2. Hulled Comman Bei7nuda Grass: 13Q pounds per acze (3 pounds per 1Q(�0
square feetj.
3. Annual Ryegrass: 35Q pounds per acre (8 pounds per 1000 square feet.)
4. Tackifiez-: as specified by manufacturer.
C. VVater all hydroseeded areas to a minirz�um depth of 4 inches.
3.5 PROTECT70N
A. Innmediate�y after seeding and hydromulching, erect barricades and warning signs as
required to protect seeded areas from traffic until grass is establash�d.
3.6 SEED ESTABLrSHHIVIENT
A. Watering:
1. Keep sail moisi during seed germination period.
2. Supplement a'ainfall as required unti] a stand of gxass is established.
B. Mowing:
1. When grass reaches 3 inches in height, mow to 2-112 inches in height,
Continue mowing operation unti] Final Aeceptance a� the turf by OWNER.
2. Do not cut off rr�ore than 3Q percent af grass leaf in single mowing.
3. Do not remo�e grass clappings.
3�siao6 a�.93a�
City of Fort Worth HYDRAULIC SEEDING
West Side N Project — Purnp Station
C. Reseed all bare spots not having a uniform stana of brass at no additional expense to
O WNER.
D. The CONTRACT4R will be required to establash a stand of grass prior to
acceptance af the jab. A uniform stand of grass shall be defined as a total coverage
of the planting s�i� by the specified turfgrass to the satisfactinn of the OWNER. The
CONTRACTOR will coordinate with the OWNER all requirement� for watering,
weeding, and replanting during the time, which is necessary to estabIish a uniform
stand of grass.
E. If hydromulching must nccur after the date August 1 and before May 1, a cool-
season grass mixture wiil be used tempai•arily. Qn Apz-il 15, this stand af grass wilI
b� scalped and al] areas to be seeded will be re-seeded with. the previously specified
turfgrass.
3.7 CLEANING
A. Remove trash and excess materials frorn project site.
B. Maintain p��ed areas in c]ean conditian.
C. Rennove barriers and signs from site at termination o� establishment p�riod.
f + END OF SECTION + +
3�s�ao� 02930-6
City of Fort Worth CONCRETE FORMVt�ORK
V+lest Side IV Project— Pump Station
SECTION 03100
CONCRETE FORMWORK
PART 1 - GENER�,L
. • 1.1 DESCRIPTION
A. Scape:
1. CONTRACTOR sliall provide a11 ]al�or, materials, enuipnient aa�d
incidentals as sliov�rn, specified and required to furnish and install concrete
formwork. The Work also includes:
a. Providing openings in formwark to accommodate the Work under this
and other Sections and huilding into the formwork all items such as
sleeves, ar�chor bolts, inserts and alI other items to be embedded in
concrete for which placement zs not specifically provided under other
Sectians.
B. Coordination:
1. Review installation procedures uaider other Sections and coordinate the
installation of items that must be installed with the farmwark.
C. Related Sections:
1. Section 03200, Conczete Rein�ozcen�ent.
2. Sectioi103251, Concrete Jain�s.
3. Section Q3300, Cast-In-Place Conerete.
4. Section 05051, Anchor Systems.
1.2 QUALITY ASSUR.ANCE
A. Refererzce Standards: Camply with the latest edition of the applicable prnvisions
and recoanmez�dations of the fol�owing, excepf as otherwise shown ar specifed:
1. ACI 3Q1, Specificatioils far Structural Coilcr�te far Buildaxa�s.
2. ACI ��3, Guide to Cast-in-PIace Architectural Concrete Practice.
3. ACI 304, Recommended Practice for Measuring, Mixing, Transporting and
Placing Caiicrete.
4. ACI 309, Standard Practice for Consoiidation of Concrete.
5. ACI 315, Details ai�d De#ailing of Concrete Reinforcement.
6. ACT 347, Guide for Cancrete Formwork.
7. ACT 3�8, Bui�ding Code Requirements for Structural Concrete.
8. ACI 350R, Engialeering C�ncrete Structures.
9. ANSI/NSF Standard 61, Drinking Water Systern ComponeMts.
10, U5 Product Standard, PS-1-83 f�r Constructian and Industrial Plywaod.
3Z810D6 031fl�-�
City of Ft, Worih C4NCRETE FORMWORK
West Side IV Proj ect — Pu���p �tation
B. Allowable Tolerances:
1. C�nstruct fox-a�nwork to provide co�npleted conerete surfaces complying with
tolerances specified in ACI 347, Chapter 3.3, except as otl�erwise specif ed.
2. Architectural �'ii�isl} Forinwork: Offset at panel joints: 1/8-inch.
C, All itei��s for perinanent or tei�lporary facilities shall be L�sed in accordance with
inanufacturers' instructions.
1.3 SUB11�IiTTALS
A. Shop Drawings:
1. Subn�it for approval the following:
a. Fabricataon and erection drawing� of architecturally finished concrete
surfaces as shown ar specified. Show the general construction of forms
including jointing, special forn�ed �oints or reveals, xustication, lacation
and pattern of foi•in tie p�acen�ent, and other items which affect the
finisl�ed conerete visually. ENGINEER'S review will be for general
architectural applications and features only. Design of formwark for
siructural stahility and sufficiency is CONTRACT4R'S responsibility.
Z. Sub�x�it for informa#ion purposes the following:
a. Copies of rnailufacturex's data and installation instructions %r
proprietary �naterials, ai�cluding form coatings, manufactur�d �arm
systems, ties and accessories.
�.4 PRODUCT DELIVERY, STORAGE AND HANDLING
A. De�ivery of Materials: On deIivery to job site, place znaterials in area protected
frazn weather.
B. Starage of Materials: Store matexials above ground oz� framewark ar blocking.
Cover waod for fornas with protective waterproaf cavering. Provide for adequa#e
air cireulatian or �v�ntilati�n.
C. Handling of Ma#erials: HandIe materials ta preveilt damage.
PART 2 - PRQDiJCTS
2.1 FORM MATERIALS
A. Forms for Exposed Finish Cancrete:
1. Unless otllerwise shpvv�ri ar specifiied, construct formwark far exposed
concr�te surfaces with piywood, metal, n�etal-fi•amed plywood-faced ar
otl�er panel type materials acceptable to ENGINEER, to provide contaz�uous,
3181006 Q31 QQ-2
City of Ft. Worth CONCRETE FORMWORK
West Side N Project — Pun�p Siation
straight, smooth as-cast suzfaces. Puri�ish in largest practical sizes to
minimize number of joints and to confarm to joint system shown or
specified. Pxavide farm materi� with sufficient thickness to withstand
pressure of new�y placed concrete with minimal bow or deflection.
B, rorms for Unexposed Finish Concrete:
1. Form concrete surfaces ihat will be unexposed in the finished structure vvzth
plyr�oad, lumber, inetal, or other acce�table n�aterial. Prnvide lumber that
;: is dressed on at least 2 edges and 1 side.
C. Form Ties:
1. Pravide factory-fabricated, reinovable or snapoff inetal forrn ties, designed
to prevent form deflection, and to prevent spalling of concrete surfaces upon
remo�al. Materials us�d for tying farms will be subject to approval of
ENGINEER.
2. Unless otherwise shown, provide ties so that portion remaining witl�in
concrete after reinoval of exterior parts is at least 1 inch from the outex
concrete surface. Unless athervvise shown, provide �orm ties that will leave
a hole no larger than i-inch diameter in the concrete su3rface.
3. Ties for exterior walls and wa�ls subject to hydrostatic pressure shall have
waterstops.
4. Provide wood or plastic canes for ties, where concxete xs exposed in the
finish strueture and in the interiar of tanks.
5.. Wire ties are r�ot acceptable.
D. Forms Coatings:
1. T'rovide commercial formulatzon form-coating con�pounds that will not bond
with, stain, nor adversely affect concrete surfaces, and will not i�npair
subsequent treatinent af concrete surfaces rec�uiring bond ar adhesion, nor
ii�lpede the wetting oi surfaces to be cured with water ax curing compounds.
E. Void Forms:
1. F'unction: Used to create a space direc#ly uilder structural concrete slabs and
beams to avoid damage from the underlying expansive soils.
2. Campasitian: Carrugated paper material with a moisture resistant e�terior,
and hava�g an interiar fabrication of a uz�i�azm, cellular confi�;uration,
composed of non-wax impregnated components.
3. Depth: D�pth as indicated on Drawings.
4. Pxofile: Rectangular shape in cross section.
5. Sirength: Capable of sustaining a woxking load of 1500 ps�
6. Product and Manufactur�r: SlabVoid t�y Sure Void Products, Inc. or equal.
F. Protective Caver Baard:
1. Provide 1/4-inch thick hardboarc� ox plywood.
3 i s a oQ� 03100-3
City af Ft. Worth CONCRETE FORMWORK
West Side IV Project — Putnp Station
G. Soil Retainer:
1. Functian: Used to pre�e��t backfill from displacing void �'orrn under grade
bean�s and slab edges.
2. Cainposition: Durable, lightweigl�t, HDPE (lligh de��sity polyethylene
plastic) impervious to soil ana water.
3. Product aild Manufacturex: Sure Retainer by Mo#zb�ock, Inc. or equal.
2.2 D�STGN OF FORMWORK
A. Design, �rect, support, brace and rnaii�tain formv�ork so tl�at it shall safely support
�ertical and la#eral ]oads ihat t11ig1�t be applied, until such loads cau be supported
by the concrete structure. Carry ver#ical and laterai loads to ground by formwork
systenl or in-pIace construction that has attained adequate �trength for this
�LII'�]05�. COT75�1'llC� fOZ'1T1'l�1bT'IC so tl�at cancrete rnembers and structures are of
correct size, shape, alignment, eIevation and position.
B. D�sign forms a�1d falseworlc to include values of live Iaad, dead 7oad, weigh# of
ix�ovii�g equipment o�erated oi1 fornavvork, concrete mix, height af concrete drop,
vibra#flr frequency, ambient tenaperature, foundation pr�ssures, stresses, latera]
�tability, and other factors pertinent to safety of structure dui�ng construction.
C. Provide sl�ores and struts ti�vith positi�ve means of adjustfnent capable of taking up
formworlc settlement during concrete placing apez•ations, using wedges or jacks or
a co�nbination thcreof. I'rovide trussed supports when adequate fo�.u�dations for
sllores and struts cam�ot be secured.
D. Suppart fon1� facing nlaterials by structural ineinbers spaced sufficient�y close #o
preveiit si�nificai�t deflection. rit forms placed in successive units for continuous
suxfaces to accu�-ate alignmeni, fre� froin irregularities and within allowable
tolerances. For lot�g span members without i�itermediate supports, pzovide
camber in formwork as r�c�uired for anticipated deilections resulting frorn weight
and pressui•e of fr�sl3 coi�crete and constructian loads.
E. Design fori��wark ta be readily z•emo�able without inipaet, shock ar damage to
concrete surfaces ai�d adjacent materials.
F. Provide formwark si�f�iciently tighfi to prev�nt leaka�e of cement paste during
concrete pIaceinent. Solidly buit joints and provide bacicup material at joiz�ts as
required to pre�er�t leakage and fins.
3, g� 006 0� 1 ao-�
City of Ft. Worth
West Side IV Project — Purnp Station
PART 3 - EXECUTION
3.1 IN�PECTION
caNc�TE Fox�wo�
A. CONTRACTOR a�id his installer shall examine the subs#rate and the conditions
under �wl�ich Work is to be performed and notify ENGINEER in writing of
; ui�satisfactory conditions. Do rlot proceed with the Work u��til unsatis�actory
'', conditions have been correeted ian a manner acceptable to ENGINEER.
3.2 FORM CONSTRUCTI�N
A. Construct forn�.s complying with r'�CI 347; �o the exact sizes, shapes, lines and
dimensions shown; as required ta obiain accurate alignment, loeation and grades;
to tolerances specified; arld to obtain �evel and plumb vvork in finish structures.
Provide far openings, o�'fsets, keyways, recesses, znoldings, rustications, reglets,
charnfers, blocking, screeds, bulkheads, anchorages and inserts, and other features
required, Use selected materials to obtain required finishes.
B. Fal�ricate farins for easy r�mo�al without damaging concrete surfaces. Pro�vide
erush plates or v�recking pla#es where stripping may damage cast concrete
surfaces. Provide top forms for inclined surfaces where the slope is foo steep to
place concrete with botta�n f�rms only. Kerf woad inserts for forming keyways,
�•eglets, recesses, a�zd the like, to prevent swelling and assure ease of removal.
C. Provide temporary openings where interior area of farmwork is inaccessible for
cleazaout, fox inspection l�efare cpnerete plaeement, and for placement of eoncrete.
Braee temporary closures ar�d set tightly to forms to pre��nt loss of concrete
mortar. Locate ten�porary openings on for�ns in locations as inconspicuous as
possible, cansistex�t witli rec�uirements of the Work. �orm intersecting planes of
ope��ings to provide true, clean-cut carners, with edge grain of plywood not
exposed as form for cancrete.
D. Falsework:
1. Erect falsevvo�-k aild support, brace and maiiltain it ta safely support vertical,
lateral and asyinmetrical loads applied uirtil such laads can b� supported by
in-place concrete struc#ures. Construct falsework so that adjustrnents can be
made for take-up and settlement.
2. Provid� wedges, jacks or camber strips ta facilitate vertical adjustments.
Carefully inspect falsework and for�nwork during
placemeiat operations to determine abnarmal deflection
make necessary adjustments to praduce finished
dimensions.
and aftex concrete
or signs of failur�;
Work of required
� � s i o06 0310U-5
City o�Ft. Worth CONCRETE rORMWORK
West Side IV Praject — Pump Station
E. Forn�s for Exposed Ta View Concrete:
1. Da not use n�eta� cover plates for patching holes or defects in forms.
�. Provide sharp, clean cornez's at intexsecting �lanes, withaut visible edges or
offsets. Back joints witl� extra stud� or girts to maintain true, square
intersecfians.
3. Use extra studs, ��alers ai�d bracing to pre�Peilt bowing of forn�s b�tween
studs and to avoid bowed appearance in concrete. Do rzat use narrow strips
of form �na#erial tl�at wi�l produce bow.
4. Assemble forms sa they inay be readily removed without damage to
exposed concrete surfaces.
5. Far�n inolding shapes, recesses, rustication jaints ai�d pxojectioz�s with
sinooth-finish n�aterials, a��d install in forms with sealed jaints to prevent
displaeement.
F. Corner Treatinent:
1. F'orin exposed eorners of beax��s, walls, fnuiadatia�ls, and bases ta produce
smooih, solid, uilbrolcen lines, except as otl�ez-wise shown. E�cept as
specified below for reentrant or internal coz-ners, exposed corners shall be
chan�fered,
2. Porrn chamfers with 3/4-inch by 3/4-inch strips, unless otherwise shavvn,
accuraiely forfned and surfaeed to produce unifoz•nily straiglit line� and tight
edge joints. Use rigid PVC chan�fers for all arcl�itecturally forrr�ed concrete.
Extend tern�inal edges to required ]iinit and miter chanzfex strips at changes
in direction.
3. Reealtra��t or iilternal coY�ners and unexposed corners z�1ay be forrrzed eithez
squa�re az filleted.
G. Jaints:
1. Refer to Sectioi3 Q3251 af tl�ese Specificatio�is for treatrnent of joints.
Locate as shown and specified.
H. Opeiungs and Suilt-In Work:
I. Pravide apenizags in concrete forinwork shawn or required by ather
Sections. IRefer ta Paragraph I.1.B. 1lereiii for the renuirements of
coordinatian.
2, Aecurately place a�d securely suppo:t-t iteins to be built into forms.
I. Cleaning and Tightening:
1. Thorough�ly c�ean forms and adjacent surfaces to receive concrete. Reza�.ove
ehips, wood, sawdus�, dirt ar other debris just before conereie is to be
placed. Retighten forms immediately after concrete placement as required
to elirr�inate martar leaks.
3 � sioa� 03l �0-6
City of Ft. Worth CONCRETE F�RM�VORK
West Side IV Project — Pun�p Station
J. Void Forrns:
1. Prepare ground surface on an even plane.
2. Assen�ble knock-do��m product� as recomn�ended by manufaeturer to
c�evelop design strengths.
3. Install void forn�s and accessories in accordance with manufacturer's
recamm�ndations.
4. Protect forms from n�aasture prior to concrete plac�ment. Tape join#s fio
prevent watez absorption.
S. Protect forms from p�ncture and nther damage during concxete placement
�rith a layer of pr�t�ctive cover board over forms.
K. Soil Retainer:
1. 5elect proper size of soil retainex to project a mi�iimum of 2 inches above
aiad 1-1/2 inches below the void m.atez'ial,
2. Dig a 1-112 to 3 inch groove in undisturbec� soil or compac�ed fill to the side
of the v'oid form.
3. Place the bottam flange in the groove and lean the flat side against the
concrete. The side flanges shall overlap at least 1 inch to provide a
continuous seal. When praperly installed the top flan�e should be flush
with the concreie.
4. Pieces may be cut to sl�arter lengths to �t. Sail retainer pieces less than 1
foot in length s11alI not be used. For inside corners, miter cut the pieces for a
proper fit and tape the seam.
5. Grouting or sealing the top flange is not necessazy.
3.3 FORM COATING�
A. Coat form contact surfaces with a non-staining form-coating campound before
reinforceinent is placed. Do not allow excess form coatiilg material �o accuinulate
in t13e forins ar to coine into contact with surfaces wllzch will be bonded ta fresh
cnncrete. Apply in campliance v�ith manufacturex's instructions.
B. Caat steel forn�s with a non-staining, rl�st-pre��er�tative form ail or otherwise
�rotect against rusting. Rust-stained steel formwork is not acceptable.
3.4 INSTALLATI4N OF EMBEDD�D ITEMS
A. Set and buiId into the formwark, anchorage devices and other embedded items,
shown, specified or required by other Sections ai�d other cantraets. Refer to
Paragraph 1.1.B. herein for the requirements of coordination. Use necessary
setting drawings, diagrams, instructions and directions.
3 i 81006 03104-7
City of Ft. Worth CONCRZ.TE FQRMV4�ORK
West Side N Project — Pump Station
B. Edge Fornis and Screeds Strips for Slabs:
1. Set edge forms or bulkhe�ds aaid intern�ediate screed strips fox slabs to
obtain requir•ed elevations ai�d contours iiy tlie finisliecl slab surface. Pravide
and secure ui�its to support screeds.
3.5 REMOVAL OF FORMS
A. Confo�-an to t�1e requireine��ts of ACI 301 and ACI 347 except as specified below.
B. Porms shaI] remain i�� place a mininlua�l of 24 ]lours after concx-ete placement
ui�less oiherwise approved by ENGIN�ER.
C. Do �iat remove sl�pporting farms or shoring tii�til the me�nbers have acquixed
sufficient strength to safely support their v,rei�lzt and the load upon the�n. Results
of suitable contral tests inay be usea as evidence that the concrete has attained
sufficient strength,
D. The time for removal of all fo�rn�s will be subject ta ENGINEER'S approval.
3,6 PERMANENT SHORES
A. Pravide pennane��t shores as defned in ACI 347.
B. Resl�ores will not be pern�itted.
3.7 RE-USE OF FORM�
A. Clean a�7d repair surfaces oi for�ns to be re-used iii the Wark. Split, frayed,
delanliilated or otherwise daz��aged fori�� facing material vvill not be aeceptable.
A7�ply new form caatialg conipound inaterial #o co�icrete contact surfaces as
specified for i�ew fnrmwork.
B. When farms are exteizded for successive conerete placement, Zhc►rouglily clean
surfaces, remove fii�s a71d Iaitance, and tighten forms ta clase all joints. Align and
secure joints to a�loid offsets. Do i�ot use "pafc�led" for�ns fpr exposed conerete
surfaces. Foz•m surfaces sI�all be subject to ENGINEER'S approval.
3.8 FI�LD QUALTTY CONTRQL
A. Before concrete placeinent, CONTRACT�R shall check th� fonmwaxk, incIuding
tolerailces, Iines, ties, tie cones, and farin coatings. He sl�all make corrections and
adjustments to ensure proper size and location o� concrete znembers and stability
of forming systems.
3181006 43100-8
City of Ft. Woi-th CONCRETE FORMWORK
West Side TV Project — Pu�xzp Statian
B. During conerete placenie�rt CONTRACT�R shall check �armwork and reIated
suppoi-ts to ensure that forn�.s �re not displaced and that camp�eted Work shall be
�vithin specif ed tolerances.
G I� CONTRACTOR finds iliat fori��s are ua�satisfactory in any way, either before or
dw-ing placing of concrete, placement of conerete s�iall be posfponed or stopped
until the+defects have beeri carrected, ��ld reviewed by ENGINEER.
++ END OF SECTTON ++
,
�
�r
I�
31810D6
03100-9
�
City of Fort Worth C�NCRETE RETNFORCEMENT
Wes�t Side N Praject—Pu�np Station
SECTION Q3200
CONCItETE REINFORCEMENT
PART 1 - GENERAL
1.1 DESCRYPTjON
A. 5cope:
-� 1. C�NTRACTOR shall provide all labar, �naterials, equipment and
incidentals as shown, specified and required to furnish and instail concrete
reinforcement.
B. Caordination:
1. Re�view installation pa•acedures under other 5ections and Coordinate the
installation of iteins ihat ���ust be installed with concrete reinforcement.
C. Related Sections:
1. Section 03251, Concrete Joints
2. Section 43300, Cast-In-Place Concrete.
1.2 QUALITY ASSURANCE
A. Reference Standards: Con�ply witll the latest edition of the applicable provisions
and recojnmendations oi�ihe following, except as othe�wi�e shovwn or speeified:
1. Concrete Reinforcing Steel Institute, Manual of Standard Practice, include�
ASTM standards referred to herein.
2. ACI 3I5, Mantlal of Ei��ineering and Placing Drawings for Reinforced
Concrete Structures.
3. ACI 318, Build�ng Code Requirements far Structural Concrete.
B. Allowable Placing Tolerances: Comply wzth ACT 318, Chapter 7- Details of
Reinforcez�7ent except as specified below:
1. Co��crete surfaces tllat axe in contact with liquids: 2 inches mizlimum
coverage.
1.3 SUBMITTALS
A. Product Data:
1. Submit data for:
a. Mechanical connectars (where used}.
b. Dowel bar caup�ers.
c. Bar supports.
3iSI0D6
03200�1
�ity a�Ft. Worth CO%TC�tETE R�INI'ORCEMENT
West Side IV Project — Pun1p Statian
2. Submit copies of manufacturer's speci�ications fox alI n�ateriais and
reinforcement accessories.
B. Shap Drawings: Sub�nit for approval the following:
1. 1Viai�ufacturer's s�ecifications and installation instructions for all materials
and rei��forcenlent acc�ssories.
2. Drawings for fabrication, bending, anc� placement of concret�
xeinforcenlent. Comply with ACI 315, Parts A and B. Far walls, show
elevations to a�liinin�u�n scale of 1/4-ii�ch to � foot. For slabs, show tap an.d
bottom reinforcing on se�arate plan views. Show bar schedules, stirrup
spacing, diagra���s of bent bars, arrangen�ents and assernblies, as required for
the fabricatiflii and placeir�ent of cancrete r�inforcement unl�ss othexwzse
nated. Splices sl�all be kept to a n�inin�um. Splices in regions of rr��izxium
tension stresses s1�all he avoided whez�ever possible.
a. Drawings detailing the Iocation of all constr�ction and e�pansion joints
as rec�lli�°ed uilder Section 03251, shall be submitted and appraved
before Shop Drawings for reii�forcing stee� are subinitted.
C. Quali#y Assurance/Control Submittals:
1, Test Reparts:
a. Mi11 anal}�sis, tensile strength and be�id tests of reinforcin.g steel; sutamit
with each s�iiprnent,
b. Tensile and compression strex3gtli af inecl�anical splices; submit before
conerete pZacement.
2. Manufacturer's �nstructi�ns:
a. Mechai�ica� spliees.
D. Submit copies o�` rnanuiacturer's speeifications ai�d installation instructions for all
mate�-ials ai�d reinfnrcement access�ries as follows:
1. Bols#ers.
2. Chairs.
3. Spacers.
�. Concrete blacks,
5. Standees.
1.4 PRODUCT DELIV�RY, STORAGE AND HANDLING
A. Delivery of Materials: Aeliver concrete reinforcement materials ta the site
bundIed, tagged and marked. Use metal tags iz�dicating bar sxze, Iengths, and
ather iilformation corresponding to rnarkings showz� on placement diagrams.
B. 5torage of Materials: 5tore cancrete reinforcemEnt material at the site to prevez�t
damage at�d accumulation af dirt or excessive rust. Sto�e an heavy wood
blockix�g so that no part a£ it will come in contact with the ground.
3�s�oo6 a3�.00-z
City a� Ft. Wor�h CONCRETE REINFORC�MENT
West Side IV Project -- Pun�p Station
PART 2 - PRODUCTS
2.1 MATERIALS
A. Reinfarcing Bars: ASTM A 615, and as follows:
1. Provide Grade GO for all bars, stirrups and ties,
B. Mecl�ai�ical Couplers: Reizaforcement bars naa� be spliced with a nlechanical
connection. T`his connection s1�alI be a full meehanical connection that shall
develop in tension or compression, as required, at least 125 percent of specified
yield strei�gtli (fy) of il7e bar in accordance with ACI 3] 8 Sectian 12. ] 4.3.
1. Product and Manufac#urer: Provide one of the following:
a. Bar-Lock (MBT) Coupler, as manufactured by Bar-Lack (MBT)
Coupler Systems.
b. Or equal.
C. Dowel Bar CoUpler: Dowel bar eouplers may be used as a mechanical connection
iz� applicat�ons where drilling holes in �arm material is nat desired. This
connectian shall �e a full x��echanical com�ection that sllal3 develop in tension ar
conapresszon, as rec�uired, at ]east ] 25 percent o£ specified yield strength (fy} of
the bar in accordance with ACI 318 Section 12.1�.3.
1. Px4duct and Manufacturer: Provi�is one o� the following:
a. Farm Saver by Lento�l Rebar Splicing Division of Erico Products, Inc.
b. �ar equal.
D. Adhesive Dowels:
1. Where adltiesive dowels are shawn or required to be installed into cancrete,
adhesive material shall be used far the installation of all reinforcing bars.
2. Adhesive Material:
a. CapsuIe or injectable adhesive material shall be a two-component
system wUich includes a hardener and a resin.
b. Praduct ai�d Manufacturer: Pra�vide adhesive zr�aterial by one of the
following:
1) I�y 150 or IIVU capsule by Hilti Fastening Systems, Inc.
2) Power-Fast ox Needle-Capsule by Powers Fastenialg, Inc.
3} Epaxy-Tie ET by Sirripson Strang-Tie, Tnc.
4) Or equal.
3 i a i oos Q3200-3
City af Ft, Wo��th CONCRETE REINFORCEMENT
West Side N Project — Pump Station
3. Dowel:
a. Dowe� reiiiforcing bars shal� meet the ASTM standards �or Grade 60,
Ab 15 steeI.
E. Suppoi-�s for Reinforcement: Bnlsters, chairs, space�rs and other devices for
spacing, supporting and faste�aing rein�orcement in place.
1. LTse wire bar type supports comp]ying ��iih CRSI recommendations, except
as speeif ed below. Do not use waod, brick, or other unacceptable
nnaterials.
2. For s�abs on grade, use supports wiih sa�ld plates or horizantal runner�
where base n�ate��ial �Wi�l not support chair legs,
3. For all concrete sux�faces, where legs of supports are in contact with forms,
pro�id� supparts coz�nplyitlg with CRSZ "Manual of Standard Practice" as
follov�s:
a. Plastic pro#ected Iegs (Class C}.
2.2 FABR�CATION
A. Gei3eral: Fabricate rcii�forcing bars ta conform to required shapes and
dime�lsians, with fabrica#ion tolerances ca�l�plying with CRSI, Manual of
Standard Practiee. In case of fabricating errors, do �lot re-bend or straighten
reii�forcenlent in a manner ihat will injure or weaken the material.
B. Unacceptable Materials: Rei�iforceii�ent with any o� tl�e following defeets r�vi11
not be pex•nzitted in the Work:
1. Bar lengths, bends, and other dizaaensions exceeding specified fabrication
tolexances.
2. Belids or kiilks rlat sliown on approved Shop Drawings.
3. Bars with reduced cross-section dL�e to excessive rusting or otiler cause.
4. Bars v�rith damaged or inadequate deformations.
5. Bars with loose scale, mud, oi�, grease and excessive Ioose rust.
PART 3 - EXECUTION
3.1 INSPECTIQN
A. C0�ITRACTOR and his installex s1aall exanline tlle subst.�-ate and the canditions
u�Ider v��hich CQ11Crete iE111�0I'CeITlellt 15 tfl b� ���C�[�, and notify ENGTNEER in
writing of unsatisfactory conditions. Do not pxaceed with the Wark until
unsatisfactory conditions llave been corrected in a manner acceptable to ENGI-
NE�R.
3.2 PREPARATION
3181006 �32,�Q-�
City of Ft. Wot•th CONCRETE REINF�RCEM�NT
West Side jV Praject — Pump Station
A. Surface Preparation:
1. All reinfarcement, at the tin�e concrete is placed, shall be free of mud, ail or
o#her materials i�7at may adversely affect ar reduce tl�e bond. Reinforcement
witl� rust, mill scale or a combination of �oih will be accepted as being
satisfactory wiihout cicaning or bnashin� provided the dimensions and
' u�eigl�ts, inc�uding heighfs of deformations, of a cleaned sample shall nat be
less tl�anrequired by tI�e applicable ASTM specifcations.
3.3 INSTALLATION
A. Comply witi� ihe applical�le recommendations of specified codes and standards,
and CRSI, i��anual of Standard Practice, for details and n�ethods of reinfarcement
plac�ment and supports.
B. Clean reinfarceinent to remove loose rust and naill scale, earth, ice, and other
materials that reduce or destroy bond with concrete.
C. Position, support, and secure reizaforceme�it against displacernent during
forinwor�k construction or cQncrete placemei�t operations. Locate and support
reinforcii�� by meta! ehairs, r�unners, bolsters, spacers and hangers, as requixed.
1. Place reinforceznent to obtain the m.inin�um concrete coverages as 5i1bWI1
and as specified in ACI 318. Arrange, space, and securely tie bars and bar
supports together wit1� 16-ga�e wire to i�old reu�forc�ment accurately in
position during conc�-ete placeinent operations. Set wire tzes so that twisted
ends are direcfed away from expased concrete surfaces.
2. Prior to placement of concrete, contractor shall demonstrate to ENGINEER
that tl�e speci�ed cover of reinf�rce�r�ent has been attained, by using a
st�rveying Ievel or string line.
3. Reii�forcing steel shail not be secured to iar�ns with wire, nails or ather
ferrous metal. Metal s�7pports subject io coxrosion shall not touch formed or
expased concrete sur�aces.
D. Ia�stall w�lded wire fa�ric in as Iong lengtl�s as pi-actical. Lap adjoining pieees at
least os�e full mesh and lace splices with 1b gage wire. Do not make end laps
nlidway between supportia�g beams, or directly over beams of continuous
structures. Offset eizd ]aps in adjacent widths to preven# continuaus laps.
E. Provide suf�cient nu���bers of supports of strength required to carry
reinforcement. Do not place reinforcing bars rnore tlian 2 inches beyond the Iast
leg of any eoa�tinuous bar support. Do not use supports as bases for runways for
concrete con�eying equipmei�t and similar construction loads.
F. Splices:
31 S i 006 0320Q-5
City of Ft. Worth
West Side IV Project — Puntp Statian
C4NCRETE REINFQRCEMENT
1. P��o�vide standard reinforcement splices by lapping ends, placing bars in
cantact, �nd t�Jing ti�;l�t�y with wire. Comply with requirements shawn fnr
n�iniinurn lap of splzced bars.
G. Mechanical Cot�plers in Lieu of Lap Splicing:
1. Mec1�a�1ica1 birtt splices shall be i� accardance witla the recommenda#ion af
th� nlanufacturcr of the �necllanical splicing deviee. Butt splices sl�all
d�velop 125 pea•cent of the specified minimunn �ie�d tensile stren�th of tI�e
spliced bars or of tl�e smaller bar in transitiozl splices. Bars sha1� be flan�e-
dried before butt splicing. Adequate jigs and clanlps �r other devices s��a11
be pro�ided to sul�port, align, and hald tl�e ]on�itudii�al centerline ofthe bars
to be butt spliced �n a straight line.
H. Dowe1 Bar Coup]ers i�1 Lieu af Protruding Dowel Bars:
1. Do}�vel bar couplers sl�all be in accordance wifh the recom�endation of the
ananufacturer of tl�e form saver t}rpe �nechanica� splicin� device. Butt
splices shall develop l 25 perceilt of tl�e specified minimuxn yield strength o£
the spIiced hars or of the sinal2er bar in transition spiices. Bars shaIl be
flame-dried before butt spliciilg. AdeqLzate jigs and clamps ar other davices
sliall be provided to support, align, and hold tlie Iangitudinal centerlin� of
the bars to be Uutt spliced in a straight line.
I. Adhesive Dowe�s:
1. Drilling eq�lip�nent used and installation of adhesive dowel shall be in
accordance with manufacturer's instructions.
2, Assure that ernbedded items are �rotected from damage and are not fi�led in
�uith concrete.
3. Uz�less oiherwise slaown or approved b� ENGINEER canfa�-m to following
for adhesiv� dowels:
Bar Size
#3
#�
#5
#6
#7
#8
#9
#IO
#ll
Einbedment Depih
�a'
5-112"
��,
�„
1 D-112"
12'"
13"
15-1I2"
17-1/4"
4. The CONTRACTOR shall camply with the adhesive znaterial
manufacturer's �n.stallation instructions on the hole diameter. The
CONTRACTOR shall prc,perly clean out the l�ole utilizing a wzre brush and
� r s � aa� 0320Q-6
City of Ft. Warth C�NCRETE REINFORCEMENT
West Side TV Project — Pump Station
compressed air to remove all loose material from ihe hole, priar to installing
ad��esive caps�.7les ar material. Proper mixing of ihe two-component system
s1ial1 be do�1� to the ma��ufacturer's recornmendations.
5. Adhesive nlaterial mantifactUrer's representative sliall nbserve and
den�onstrate the praper ii}stallation procedua-es for the acihesive anchors and
adhesive material at ��o additio��al expense to t��e OWNER. Each installer
shall be certified in writing by the manufacturer to be c�ualified to install the
adhesive anchars.
� � 3.4 FIELD QUALITY CONTROL
A. Inspection of Reinforcement:
- I. Concrete shall i�ot be p�aced until the reinforcing stee] is inspected and
permission far plaeing concrete is granted by ENGTNEER. All concrete
p7aced in violation of this pravision will be re�ected.
B. I�ispection oiAdhesi�e Dowels:
1. Engage ai1 independent testing Iaboratory to perfarm f eId quality testing of
in.stalled anchors. A miniinum of ten percent of the adlaesive dowels sl�ail
bE tested to fifty percent of the yield capacity of the reinfareing bar.
2. In failure of any of the adhesive dowels accur, the CONTRACTOR will be
req,uired to pay far tl�e costs invoIved in testing the remaining nine�.y
percent.
3. The CONTRACTOR s13a11 correct in�proper workrnanship, remove and
replace, or correct as instructed, a11 ancl�ors or bars found unaeceptable or
deficient.
4. The CONTRACTOR s11a11 pay for all carrectinns and subsequent tests
required to confii7n tlle integrity of the anchor ar bar.
5. Tlie i��dependent testing and inspection agency shall complete a report on
each area. The report should suinmarize the obse�rvatians made by the
inspector a��d be subn�itted to the ENGINEER.
6. Provide access far the testing agency tfl places where work is being
produced so tl�at rec�uired jnspection and testing can be accoznplished.
++ END �F SECTION ++
�4
�
��sioo6
032�0-7
�
J
City af Fari Warth
West Szde N Project — Purnp Station
�ECTION 03251
CONCRETE JOINTS
PART I - GENERAL
1.1 DESCRIPTION
CONCRETE 301NTS
A. Scope:
�. C�NTRACTOR shall provide aIl �abor, materials, equipment and
incidentals as shown, specified and required to furnish and install concrete
joints.
B. Coardination:
1. Review installation procedures under other Sections and coord'znate the
� iilstallation of items that must be installed with concrete joints.
C. Related Sections:
1. S�ction 03100, Cancrete Fox�work.
2. S�ction 03200, Concrete Reinforcement.
3. Section 03300, Cast-In-Place Cancrete.
1.2 QUALITY ASSURANCE
A. Reference Standards: Conlply with the latest edition of the applicable provisions
and recommendatian� of the following, except as otherwise shown or specified:
1. ACI 301, Specifications for Structural Cancrete for Buildings, Chapter 5,
Joints and Embedded Items.
2. ASTM C 309, Liquid Membrane-Farmi�lg Compounds for Curing Concrete.
3. ASTM D 1752, Standard Specification for Prefarrned Sponge Rubber and
Coxlc Expansion Joint Fillers for Concre#e Paving and Structural
Construction.
4. CRD-0572, Corps of Engineers Specifications for Polyvinyl- Chloride
Waterstop.
B. All inanufactured items shall be in�talled in accardance with a�nanufacturer's
instructions.
1.3 SUBM�TTALS
A. Shop Drawings: Submit for approval the followzng:
sisioo6 0325�-1
City of Ft, Worth
West Side IV Pxoject — Pump Station
CONCRETE JQ]NT�
1. Ma�lufacturer's specificatfons and installation instructions for all materials
required.
2. Layout af all construction joint 7acations prior to the submittaI of steel
reiisforcing drawings.
B. Samples; Subinit fQr appraval the following:
1. Po1y��irlyl chloride waterstops.
2. Pre-forrned expansion joi��t filler.
3. Adl�esive waterstop.
4. Hydrophilic waterstap.
P�1RT 2 - PRODUCT�
2.1 CONSTRUCTION .TOYNT WATERSTOPS
A. 1'olyvinylclilaride (PVC) Waterstops:
I. Provide �'VC waterstops coi��plying with Corps of�Engineers CRD-0572.
2. Prdvide hydrastatic pressure tests upon �NGINEER's request.
3. Provide sex•�-ated type with a n�ii�imum tl�ickness of 3/8 inch by a minimum
width of 6 inc�les. Split type with a minimum tl�ickness of 31S inch by a
minimum width a� 6 inclies z��ay be pxavided in specif c applications as
approved by fi�le ENGINEER.
4, Praduct and Manufacturer; Provide PVC waterstops as manufactured by one
of the following:
a. Style No. 7$3 or No. 724, Greeilstreal� PZastic Products com�any.
b. Style No. R6-38T or No. RSB6-38, Vinylex Carparation.
c. Or enual.
B� Aclhesive Waterstop:
1. Provide pre�orl�Yed adhesi�ve waterstop in canst�vction joint locations where
sllowil, or as alteri�ative tn PVC waterstop where appropriate.
2. The preforz��ed waterstop sha11 n�eet or exceed aIl requirements of Federal
Specifications SS-S-210A, "Sealirag Coinpaunds for Expansion Joints".
3. Product and Manufacturer: Provide �raterstops as mailufactured by one of
the following:
a. Syi�lco-Flex Waterstop by Synko-Flex Products, Division of H�nry
Products, Inc.
b. Or equal.
C. Hydrophilic Waterstops:
l.. Provide prefoi-ined ilydraphilic waterstops and caulk in construction joint
locations as shown, or as alternate to 1'VC and Adheszve waterstop where
appra�riate.
3 � s �ao� 03251-2
City of Ft. Wai�h
West Side N Project -- Pun1p Station
corrc�TE JonvTs
2. Product and ]��anufacturer: Pro�ride waterstops as manufactured by one of
the follawing:
a. Hydrotite CJ-Q725-3K and Leakmaster LV-I, Greenstreak Plastic
1'roducts Coz�.pany.
b. Adeka MC2�1 OM and P201 by Adeka, Inc.
c. Qr equal.
2.2 PR�FORMED EXPANSION iOINT FILLER
A. Provide preforaned expansion joint fillez con�plying with ASTI1� D 1752, Type II,
cork.
2.3 EPDXY BONDING AGENT
A. Pxovide an epoxy -resin bonding ag�nt, two component type.
B. Product and Manufacturer: Pro�ide one of the follor�ving:
1. 5ikadur 32 Hi-Mod LPL, as y�ai7ufactured by Szka Corporation.
2. Eucopaxy LPL, as n�anufactured by the Euclid Chemical Company.
3. Epoxtite Binder (Code # 2390}, as manufactured by A.C. Horn,
Incorporated,
4. Or equal.
2.4 CONCRETE BOND BREAKERS
A. Paper Bond Breaker:
�. Pxovide an as�Izalt saturated rag felt buildix�g paper, not less in weight tban
co���mez-cialIy lcnown as 15 poun�i felt building paper, whieh is 15 pounds
per 1 �0 square feet.
B. Chemical Bond Breaker:
1. Provxde a inedium solids resin solutian chemical concrete band breaker
which con�plies with ASTM C 309, Type I, Class B.
PART 3 - EXECUTIUI�
3.1 INSPECTION
A. CONTRACT�R and llis installer shall exanl�ne the substrat� and the conditions
under wluch Work is to be perfarmed and notify ENGINEER in writing of
unsaiisfactory conditions. Do not praceed with the Work ►.ultil unsatisfactory
conditions have �een corrected in a manz�ex acceptabie to ENGINEER.
3181006 03251-3
City of Ft. Worth
West Side IV Prflject — Fuz��p Station
3.2 CONSTRUCTI4N J�INTS
A. Ca��aply with ACI �Ol, Cllapter 5, and as s�ecified below.
CONCRETE JOINTS
B. Locate and i�lstalI consti�uction joints as shown. Additional construction joiz�ts
shall be loca#�d as fo2lows:
1. In walls locate joants at a spacing of 40 feet maxi�num.
2. In foundation slabs and slabs on grade locafe joints at a spacing of
approximately 40 feet.
3. In structux-aI slabs and beanys, locate jaints in co�iipliance with ACI 301,
Chapter 5.
4. Provide oiher aciditional construction joints as r�quired to satisfactorily
complete alI work.
C. Horizontal Jaints:
1. Roughen, the surface in ar1 acceptable manner that exposes the a�gxegate
L111]��I'171Iy and does nat leave laitance, Ioosened par#icles of aggregate, or
damaged cpncrete at the surface.
2. Remove laitai�ce, waste ��iortar or other substance z�vhich n�ay prevent
complete adhesion.
3. For concrete over 4S days old, apply concrete epo�y bonding adhesiv� priax
to placing new concrete.
D. Vertical7oints:
1. Roughen the su��face in an acceptable ma�aner i]�at exposes the aggregate
uniforinly and does not leave laitailce, Ioosened particles of aggregate, or
damaged concrete at tl�e surface.
2. Reinove laitance, ��aste maa�tar or other substaz�ce whick� n�ay prevent
complete adhesion.
3. For coalcrete ovez- 45 days old, apply conerete epoxy banding adhesive prior
to placing nevv concrete.
3.3 WATFRST�PS
A. Genexal:
1. Comply with ACI 301, Chapter 5, and as specified belaw. All joints shaIl
be inade in accordance witla n�anufacturer's ix�structions.
2. Ob#ain �NGINEER'S appro��al for watersfap locations not shawn.
3. 1'rovide waterstops in all foundatians, tanks and other �ubstructures up to an
eleva#ion at least I2 inches above grade or ta an �2evation at least 12 inches
above liquid level in tanks.
31 S10D6 ��2��-4
City of Ft. Worth
West Side TV Project -- Pump Station
C�NCRETE J(��NTS
B. Polyvinyl ChIoride Waterstop:
1. Tie waterstop to reinforcemeiit so tl�at it is securely and rigidly supported in
the proper position. during concrete placemen�. Cantinuously inspect
waterstops during concrete placement to insure their propez' posationing.
2. Waferstaps s11a11 be fused using equipment as supplied by or racommended
by the manufacturer.
�
,�
.`
��
C. Adhesive Waters#op:
1. Installation in
recammendation.
accordance with adhesive waterstop manufacturer's
D. Hydrophilic Waterstop:
1. Apply watersiop to smoot�, even surfac�s.
2. Provide 2" minimum concrete cover.
3. Bond waterstop ta concrete surface using a cantact adhesive compatible
with chloroprene rubber.
4, Conerete nails shaIi be used in conjunctian with the adhesive for vei�tical or
ov'erhead applications.
5. Waterstaps shall be spIieed per the maz�uiacturer's recammendations.
3.4 BONDTNG WITH EPDXY ADHESIVE
A. Use adhesive for t�e fallowing:
1. Bonding of �resh concrete to concrete cured at least 45 days ar �o existing
concret�.
2. Bonding of horizontal surfaces wl�ich will receive a topping.
B. Handle and store epoxy adhesive in compliance with the manufacturer's printed
izistructians, incZuding safety precautions.
C. Mix t11e epoxy adhesive in conlplete accordance with the instructions af the
manufactUrer.
D. Befare pIacing fresh concrete, tharaughly roughen a��d clean hardened concrete
surfaces and coat with epoxy grout nat less than 1116-inch thicic. Place fresh
concrete w�ule tlYe epoxy material is siiI1 tacky, without xemoving the in-plaee
grout coat, and as directed by the epo�y ananufacturer.
3181006
-�+ END �F SECTION ++
D3251-5
�
City of Fort Worth CAST-TN-PLACE CONCRETE
West Side IV Project—Pump Station
SECTION 033Q0
CAST-IN-PLACE CONCRETE
PART 1 - GENERAL
<;
� l..l DESCRIPTION
A. Scope:
1. CONTRAGTOR shall provide all labor, materials, equipment and
incidentals as shawn, specified ar�d required to fiirnish and install
cast-in-place concrete.
2. The Work includes providing concrete consisting of portland cem�nt, fine
and coarse aggregate, water, and approved admixtures; combined, mixed,
transported, placed, finished and cured. The Wark also includes:
a. Providang openings in concrete to accommodate the Wark under this
and other Sections and building into the concrete all items such as
s�eeves, frames, anchor bolts, inserts and all ather items to be
embedded.
B. Coordination:
1. Review instalXation procedures undex other Sections and coordinate the
installation of atems that must be installed in the concrete.
C. Related Sectians:
1. Section 03104, Concrete Formwork.
2. Secdon 0320�, Concrete Reinforcement.
3. Sec#ion 43251, Concrete Joints.
4. Section �3600, Grout.
5. S�ction 09900, Painting.
6. Section 09780, Concrete Hardener.
D. Classes of Concrete:
1. C1ass "A" concr�te shall be steel reinforced and includes the following:
a. All concrete unless indicated otherwise,
2. Class "B" concrete shall be steel reinforced and is an alterna#e ta Ciass "A"
for the follovving:
a. Foundations thicker than 16 inches.
b. Walls thicker than 16 inches.
].2 OUALITY ASSURANCE
A. Reference Standards: Comply with the latest edition of the applicable provisians
and recommenc�ations of the following, except as otherwise shown ar specified:
318100fi 033a0-1
City ofFt. Worth CAST-IN-PLACE CONCRETE
West Side IV Project— Pump Station
1. ACT 2I 1.1, Standard P�-actice far Selecting Proportions far Nonnal, Heavy�
weight and Mass Concrete.
2�. ACI 214, Recon�mended 1'ractice for E�atuation of Strength Test Results of
Concrat�.
3. ACI 301, Specificafions for Struc#ural Concrete for BuiZdings, (includes
AS�TM Standards referred to herein}.
�. ACI 304, Guide for Measuring, Mixing, Transporting and Placing Concrete.
5. ACT 305, Hot Weathe:r Conczeting.
6. ACI 305, Cold Weather Concreting.
7. ACI 309, Guide for Consolidation of Concrete.
8. ACI 311, Guide for Cancrete Tnspection.
9. ACI 318, Building Code Requirement� for Stnactural Concrete.
I0. ACI 350R, Environinental Lngineering Concrete Structures.
11. ASTM C 157, Test Method Far Len�th of Change of Hardened Hydraulic-
Cement Mortar and Cancrefe.
12. ASTM E 329, Specification For Agencies Enga�ed in the Testin� and/or
Analysis of Materia]s Used in Construction.
B. Concrete Testing Service:
1. CONTRACTOR shall emplay, at his own expense, a testing laho:utory
experienced in design and testing of concrete �naterials and mixes to
perform inaterial evaluation test� and to design cancrete mixes.
a. Testing agency shall meet the requireza�ents of ASTM E 329.
b. Selection of a testing laboratory is subject to ENGINEER'S approval.
c. Subniit a wxitten description of the proposed concrete testing laboratary
giving qualifications of persannel, 1ab�ratory facilities and equipment,
and ather inforination which may be reguested by ENGINEER.
2. Materials and installed Work may require testing and retesfiing, as directed
by ENGINEER, at any time during the pragress af the Wark. AIIaw free
access to material stockpiles and facilities at all tirnes, Tests not specifically
indicated to be aon.e at OWIVER'S expense, including the retesting of
rejected materials and anstalled Work, shali be dane at CONTRACTOR'S
expense.
C. Quatif cations of Water-Reducing Admixture Manufacturer:
�. VVater-zeducing admixtures shall be manufactured under strict quality
control in facilities operated under a quality assuran.ce program.
CONTRACTOR shall furnish copy of rnanufacYurer'� quality assurance
handbook to c3ocument the existence of the program. Manufacturer shall
maintain a cancrete testing labora#ory which has been approved by the
Cernent and Concrete Reference Laboratory at the Bureau of Standaz'ds,
Washington, D.C.
2. Provide a qualifed COnC�etO technician employed by the admixture
manufacturez� to assist in proportioning the eoncreie for optimum use of the
3ra�oo6 03300-2
City of Ft. Worth CAST-IN-PLACE CONCRETE
West Side N Pro3ect — Pump Station
ad��ixture. The concrete technician, shall ad�ise on praper addition of the
admixtuxe to the conerete and on adjustinent of the concrete inix proportions
to meet chan�ing jabsite conditions.
, D, Laboratory Tria1 Batch:
1. Each conerete inix specified shall be verified by a labaratory trial ba#eh,
Unless indicated otherwise.
� 2. Each trial batch shall include the fo]Iowing testing:
� a. Ag�regate gradation for fi�e and coarse ag�regates.
� b. Fly ash testing to verify rneeting specified properties, unless
certification by an independent testing laboratory is pravided by the fly
ash supplier.
c. 51ump.
� d. Air content.
e. Campressive strengfh based on 3 cylinders each tested at 7 days and at
28 days.
f. �hrinkage iest as specified herein for Class A and B concretes.
3. Each trial �atch sha�l provide the following informatian:
a. Project identi�ication name and number.
b. Date of repori.
c. Complete identification of ag�regate source ais�apply.
d. Tests of aggregates for compliance with specif ed requirernents.
e. Scale weight of each aggregate.
f Absorhed water in each aggre�at�,
g. Brand, type and composition oicement.
h. Brand, type and arnount of each admixture.
i. Amounts of water used in trial mixes.
j. Proportions of each material per cubic yard.
k. Gross weight and yield per cubic yard of trial nnixtures.
1. Measured slump.
m. Measured air eontent.
, n, Compressive stren�th developed at 7 days and 28 days, from not less
than 3 test cylinders cast for each 7-day and 28-day test, and fax each
. design mix.
o. Shrinkage test results where xequired and as specified herein.
E. Tes#s fox Concrete Materials:
1. 5ubmit written reports to ENGINEER, for each material sarripled and tested,
prior to the start af Work. Provide the Pz'aject identification name and
� number, date of report, name of CONTRACTOR, name of concrete testing
service, source of concrete aggre�ates, material manufacturer and brand
name for manufactured materials, values specified in the referenced
specification for each material, and test results. Indicate whether ox not
matenial is acceptable for intended use.
3181006 03300-3
City of Ft. Worth CAST-IN-PLACE CONCRETE
West Side TV Project— Pump Station
1.3 SLTI3MITTAL�
A. Written D�scription of Testing Labaratory:
1. 5ubmit a written description of the p�-oposed testing ]at�oratory expenenced
in the design and tcsting of concrete materials and trial design mixes as
outlined in paragraph 1.2B hez•ein befoz-e subxnitting concrete design mix.
B. Ready-Mixed Conerete Supplier Infonnatian:
1. Subinit a written description of the ready-n�ixed concrete supplier capabil-
ities as follows:
a. Cornpliance with all requireinents of ASTM C 94, and as ou�lined in
paragraph 3.2C herein.
b. Cainpliance with transport and p�ac�ment time limitations outiined in
paragraph 3.3 herein.
c. Physical capacity of mixing plant.
d. Trucking faciIities available.
e. Estimated av�rage ainount which can be producec� and deliver�d ta the
site during a nonnal S hour aay, excluding the output to ather
customers.
C. Canerete Design Mix:
1. Tn �eneral, the following infor�natian inust be sub���itted complete�y #o satis-
fy submitta� requirem�nts:
a. Design Mix Proportians.
b. Cernent Information.
c. Aggr�gate Information.
d. Adinixture Iz�fonnation.
e. Measured Slump and Air Content.
£. Compxessive Strength Tests.
2. Subznit complete concrete design mix infoiYnation as outli�aed in paragraph
2.3 herein.
D. Cement Information:
1. Submit certified copies of �1�i11 test reports cflvering chemical and physical
propei�fies of cement included in concrete desi�n mix. �
E. Aggregate Tnformation:
1. Subrnit the �ollowang information on the aggregat�s used in the concz-ete
design mix:
a. Complete identification of aggregate source of st�pply.
b. Sieve analysis repart of fin� and coarse aggregates to show compliance
with speeified requirements.
c. Scaie weight of each aggregate.
d. Absorbed water in each aggregate.
s i$iood 03300-4
City of Ft. Worth CAST-IN-PLACE CONCRETE
West Side IV Praject — Puinp Station
F. Ad�nixture Manufacturer Information:
1. Submit inanufacturer's �iterature which shows comp�iance with ASTM C
2b0 for air-entraining admixtures, and with ASTM C 494, Type A far
wat�r-reducing admixtures.
� 2. Submit manufaeturer's literature for set-cantrol and high-range water
reducing admixtures where the use of the adinixfure will enhance the
placement of concrete while rnainiaining the required stren�th and
I durabality.
3. A11 subinitted adrnixtures lnust be included and te�ted in the concrete design
� �r�ix to predetennine sati5factory resuits.
4. Subrnit notarized cei�tification of conformance to referenced standards vvhen
requested by the ENGINEER.
G. Laboratory Test Reports on Concrete:
1. Submit copies of laboratory test reports for the following:
a. Concrete d�sign mix trial batch tests.
b. Praduction conerete quality control tests.
2. The Iaboratory tests should list the anformation outlined in paragraph 1.2D
and 3.SB herein.
3. ENGTNEER's review of test reports vvi11 be to confirm CONTRACTOR's
cornpliance with the specified requirements. Production of concrete to
cornpiy with specified requirements is the responsibility af the
CONTR.ACTOR.
H. Delivery Tickets:
1. Furnish to ficld ENGINEER copies of all delivery tiekets far each load of
cancret� deliwered to the site. Provide the following items of in�`ormation on
the delivery tickets:
a. Prvjecf natne.
b. Amount of concrete being delivered.
c. Time that water was added ta the dry ingredients.
d. Other items as specified in ASTM C 44, Section 15.
I. Concre�e Crack Repair System:
1. Submit manufacturer's Iiterature which shows corr�pliance with
requirements far concrete crack repair system as outlined herein.
J. Concrete Surface R�pair Materials:
�. 5ubmit manufacturer's literature which shows compliance with
requirernents for concre#e surface repair rnaterials as outlined herein.
3181I1Q6 03300�5
City of Ft, Worth CAST-IN-PLACE CONCRETE
Wcst Side IV Project — Purnp Station
l.4 PRODUCT DELIVERY, STQRAGE AND HANDLING
A. All materials used far cancrete must be kcpt clean and free from all foreign matter
dui-ing trans�oi�ation and handling and kept separate until n�easured and placed in
the mixer. Bins ar platforins having hard clean surfaces shall be provided for
storage. Suitable means sha11 be taken during ha�aIing, piling and handling to
insure that se�regation oi the coarse and fine aggregate particles does not oecwr
and the grading is not affected.
I'ART 2 - PRODUGTS
2.1 CONCRETE MATERIALS
A. Cement:
1. Portland cement, ASTM C 150, Type I.
2. Use portland cement made by a well-lcnovvn acceptable manufacturer at�d
proauced by zao# more than one plant.
3. Da not use ceznent which has deteriorated because of improper storage or
hand�ing.
B. Aggxegates: ASTM C 33 and as herein specified,
1. Do not use aggregates containing soluble salts or other subsiances such as
iron �ulfides, pyrite, anarcasite, ochre, ox ather materials that ean caus�
stains on exposed concrete surfaces.
2. Fin� Aggregate: Clean, shar,p, natural sand free from 1oarn, clay, lurnps or
other c3e�etenious substances.
a. Dune sand, bank run sand and manufactured sand are not acceptable.
3. Cnarse A��regate: Clean, uncoated, processed aggregate containin� no
clay, mud, loam, or foreign matter, as follows:
a. Crushed stone, prncessed from natural rock or stone.
b, Washed grave�, either natural or crushed. Use of slag and pit or bank
run gravel is not permitted.
c. Coarse Aggregate Size: Size to be ASTM C 33,, Nos. 57 or 6i, except
that No. 467 may be used far footings, foundation rnats and wa11s 16
inches or greater in thickne�s.
C. Water: Clean, free irom injurious amounts of oils, acids, alkalis, orgaruc
materials or other substances that may be deleterious to concrete or st�el.
2.2 C�NCRETE ADMiXTURES
A. Provide admixtures produced by established reputable manuiacturers, and use in
carnpliance with the manufacttzrer's printed instruction. Do not use admixtures
sta�ood 033Q0�6
City of Ft. Worth
VVest Side IV Froject — pump Station
CAST-IN-PLACE CONCRETE
�n�hich have not been incozporafed and tested in the aceepted naixes, unless
atherwise authoY•�zed ira v�rriting by ENGINE�R.
B. Air-Entrainang Admixtures: ASTM C 260.
1. Product and Manufacturer: Provide one of the following:
a. STKA AER, as manufactured by Sika Corporation.
b. MB-VR, as �nanufactuxed by Master Bualders Inc.
a Daravair, as �nanufactured by W.R. Grace & Conn.
d. Or equal.
C. Water-Reducing Admixture: ASTM C 494, Type A.
1. Proportion all Class "A" and Class "B" concrete with non-air entraining,
narmal setting, water-reducing, aqueaus solution of a modification of the
sa7t of polyhydxoxylated organic acids. The admixture shall not contain any
]i�;niza, nitrates or chlorides added during manufacture.
2. Produet and Manufacturer: Provide one of the following:
a. Eucan WR-75, as inanufac#ured by The Euclid Chemical Cornpany.
b. Pozzolith, as manufactured by Master Builders Inc.
c. WRDA-l5, as manufactured by W.R. Grace & Conn.
d. Or equal.
D. Set-Cantrol Admixtures: ASTM C 494, as follows:
1. Typ� B, Retarding.
2. Type C, Acc�lerating.
3. Type D, Water-reducing and Retarding.
4. Type E, Water-reducing and Accelerating.
5. Type F, Water-reducing, high rangc admixtures.
6. Type G, Water-reducing, hi,�h range, and retairding admixtures.
E. Calcium Chloride: Do not use calcium chloride in concrete, unless othe;rwise
autharized in writing by ENGINEER. Do not use admixtures containing ealcium
chIaride r�here concrete is placed against gaIvanized steel.
2.3 PR4PORTIONING AND DESIGN OF MIXES
A. Prepare concrete desi�n mixes subject to the folIowing limitations:
Class Coarse A�gregate �r} Minimum Maximurr� Maximum Air Min. Cornp.
Size A Size B Cemant W/C Slump {x� (%) Strength �3�
(lbs/cu yd} (ps�)
A #57
B #4b7
#8 564
#S 517'
0.44 4.0" b+/- 1 4500
0.44 4.Q" b+/_ 1 450�
3�siao6 033�Q-7
Ci#y of Ft. Warth
West Side IV Projeci—Puinp Station
B. Notes:
CAST-IN-PLACE CONCRETE
Coarse aggregate size nU���bErs refer to ASTM C 33. Where a size A arad B
aa•e listed, it is inteilded that the smaller size B a�gregate is ta be added,
replacing a portion of the coarse and /or fine aggregate, in the minimum
amount necessary to make a woa�kable and pwnpable mix with a sand
co�tent not exceeding 41 % of total a�gregate.
2. The sIuinps listed are prior to the addition of hig�a range water reducer
(super plasticizer)
3. Mix desi�ns shall be made so that the coxnpressive stren�tl� achieved for the
]aboratory trial batches wi11 be rao less than 125% of the specified design
stren�th. This is ta assure �neeting the desi�n strength for all concrete
batched during the project.
C. Use an independent testing facility
reporting proposed mix designs.
1. The testing facility shall not
testing.
acce�table to ENGINEER for preparing and
be the saine as Used for field quality confiral
D. Proportian �nixes throu�h th� use a�labaratory trial batches using materiaIs to be
employed an the Project for concrete required. Coinply with ACI 211.1 and
report to ENGINEER the data requiz-ed in 1.2D herein.
E. Subz�i� written reports to ENGINEER of proposed mix of concrete at Ieast 15
days pz-ior fo start of Work. Do not begin concrete production until mixes have
been approved by ENGINEER,
F. Laboratpry Tria1 Batches: I'repare #est specimens and canc3uct strength tests as
sp�cified in. ACI 3D1, Chapter 4- Proportioning.
G. Adjushnent to Concz-ete Mixes: Mix desi�n adjustments may be requested by
CQNTRACT4R when characteristics of materia�s, job coz�ditions, weather, test
resul�s, or other circumstanees warrant; at r�o additional cost to the OWNER and
as accepted by ENGINEER. Laborafo�ry test data for revised mix desi�ns and
strength results must be suhmitted to and accep#ed by ENGTNEER befare using
the revised mixes.
H. Admixtures:
1. Use air-entraining admixture in all concrete, except interior slabs subject to
abrasion, unless otherwise shown or specified. Add air-entraining
admixture at the manufacturer's pz-escribed rate ta resu2t in concre�� at the
paint af placement having air content within the prescribed Iimits.
2. Use amaunts of admixfures as recommended by the rnanufacturer for
climatic conditions prevailing at the time of placing. Adjust quantities and
types of admixtures as required to maintain c�uality control.
32aioos 033Dp-$
City of Ft. Worth CAST-IN-PLACE CONCRETE
West Side IV Projeci — Pump Station
I. Slump Limits:
1. Proportion and desigx� mixes to result in concrete slump at the paint of
placement of not Iess tl�an 1 incl� and r�oi more than 4 inches.
2.4 EPDXY BONDING AGENT
A. Provide an epoxy-i-esin bondii�g agent, tr�vo component, polysulfide type.
B. Prociuet and Maaiufacturer: Provide one ofthe fallowing:
1. Sikadur 32, IIi-Mod LPL, as mai�ufactured by Saka Corporatian.
2. �ucopaxy LPL, as m�nufactured by the Euclid Chemical Campany,
3. Or equal.
2.5 CONCR�TE CRACK REPAIR SYSTEIVI
A. Epoxy Crack Repair �ystem:
1. Provide a two-coznponent, moisture insei�sitive, polyamide based epoxy
resin system for repair of structural cracks as autlined in. these
Specifications. Epoxy injection resin. to comply with ASTM G 8$1, Type 1,
Grade 1, CIass B and C. Pollow manufacturer's installation procedures.
2. Product aiid Maliufacturer: Provide one of the following:
a, Sikadur Hi-Mod L.V. and Hi-Mad Gel by Sika Chemical Corp.
b. Euco Ep�xy #452 L.V. a�id #452 Gel by the Euclid Chemieal
Campany.
c, Or equal.
B. F'lexible Pol}rn�er Crack Repair Systern:
1. Repair "a�noving" cracks and leaking expaylsion joints, as directed by the
ENGINEER. 1'xavide hydropl�obic palyurethane cheznical foam grout
which e��libits tensile str�ngth praperties of at least 1� psi an.d 25%
elongation, with 0°/a shrij�kage. Follow manufactu�er's installatiQn
procedures.
a. Product and Manufacturer:
1) MoLjntain Grout, By Creen Mountain, Tnc.
2} Silcafix HH, by Sika Chemical Corp.
3} Or e��al.
2.6 CONCRET� SURFACE REPA�R MATERIALS
A. Polymer Modifieci Repair Martar
1. Provide a pnlyiiler niodified cementitiaus coating for patching or
resurfacing defective concrete surfacea.
�.. Product and Manufactuxer:
a, Euco Tl�izl Caat or Euco Goncrete Coat by the Euclid Chem.icat
Coanpany.
31 S l OD6 �� 3 ��-�
City of Ft. Worth CAST-IN-PLACE CONCRETE
W�st Side IV Project -- Pump Station
b. Sil<a-Tap by Sika Chernical Corp.
c. Or equal.
2.7 CONCRETE CURTNG MAT�RIAL�
A. Abso�•ptive Covex: Burlap cloth ���ade fra�n jute nr ke��af, weighing
a�pro�imately 10 otinces per square yard ax�d coa�a�pl5�ing witI� AASHTO M182,
Class 3.
B. Moisture-Retaining Caver: One of the following, cai�iplyi�lg �ith ASTM C 171.
1. Waterproof paper.
2. Polyethylene film.
3. White burlap-polyethyIene sheet.
C. Curing Coinpaund: A�TM C 309 Typ� 1-D (water retention requirements):
1. Pz�aduct and Mai�ufacturer: Provide one of the following:
a. Super Aqua Cure VQX, as manufactured by The Euclid Chernical
Co�r�pany.
b. Sealtight I 100, as mai�ufactured by V+T.R. Meadow�, Incorporated.
c. MasterKure, as mailufactured by Master Builders, Ii�c.
d. Or ec�ual.
2. Provide v�liihaut fugitive dye when requested by ENGINEER.
2.8 EXPOSFD SAVt�CUT C�NCRETE SURPACES REl'AIR MAT�RIALS
A. The exposed a•einfarcii�g steel repair system shall consist oE twa comgonents, an
iilitial applicatior� of a corrosion in]Zibitor and fllen a final application of a
protective slurry ��iortar, Tl�e materials s11a11 be appIied to both the exposed
reinforcing s#eel and adjacent concrete surfaces as specified.
B. CarrosiailIi�lubitor:
1. The corrosioii ii�liibitor shall pei�etrate tl�e 1lardened concrete surface and
form a protective layer on the reinfoz•cen�ent. It shall l�avc the follawing
properties:
a. T�ze product shall ilot chaiige tI�e substrate's caIor, appearance, or
texture.
b. Penetration {SNMS �i�alysis): 1/10 to 415 ii�ches/day.
c. Coati�ig t��iciczaess �XPS a��d SIMS Analysis}: 100-1000 angstroms.
d, Corrosiail Current Reduction (ASTM G109 Craeked Beazn Test); 65%
at 1 year.
e. Cllloride Displacement (Xl'S aaid SIM,S Analysis): Passes.
f. �ffeciiveness in Ca�•boilated Co�lditions (Electrochenucal): Passes.
g. The praduct must not form a vapar barrier.
h, The praduct must be environmentally sound.
3�s�oo� 03300-10
City of Ft. Worth CAST-TN-1'LACE CONCR�TE
West 5ide IV Project—Pump S#ation
i. Post-application verification {CI�romatogr�apl�y Plate Test): Passes.
' j. Lon�evity (l 0-Year AccElerated Weatller Testing): Passes.
. 2. Praduct and Manufacturer:
a. Sika FerroGuard 903 as manufactured by Sika Corparation.
� � b. Or e�ual.
C. Protective Slurry Mortar:
1. Pro#ective s�ui7•y moz-tar sl�all be a twacainponent, poly�ner-modified,
cemeniitiaus �laterproofing and protective slurry i�iortar. Provide two coats
at a rate of 50 sq. ft./gal./coat.
2. Product and Manufacturer:
a. SikaTop SeaI 107 as manufactured by Sika Co�-poration.
b. Or equal.
PART 3 - EXECUTION
3.1 INSPECTION
A. CONTRACTOR and his i��stal�er shall exanline ilze substrate and the conditions
under which Work is to be perfarmed and notify ENGINEER in writii�g o�
unsatisfactary ca�lditions. Do not proceed with the Work ux�til unsatisfactory
caa�ditions have bee�1 corrected in a manner accepta�le to ENGINEER.
3.2 CQNCRETE MIXING
A. General:
1. Co�lcrete may b� pxoduced at batch pla�its or it may be produced by the
ready-n�ixed process. Batch plants shalJ comply with tl�e reco�nmex�dations
of ACI 3�J�, and shal� have su�ficient capacity to produce conerete o� the
qualities specified, in qua�ltities r�quired to z��eet the construction schedule.
All plant faci�iti�s are subject to testing labaratory inspection and
acceptance of ENGINEER.
2. Mixing:
a. Mix concrete wi#h an appro�ed rotating type batch machine, except
where haz�d mixi��g ofvery small quai�tities n�ay be permitted.
b. Reinove hardei7ed accumulations a� ceinen� and concrete frequently
from drum and Ulades to assure acceptable mixing action.
c, Replace mixer blades when they have lost l0 perceni of their original
height.
3. Tob Site Mixing: Not permitted.
�ision6 033�0-1 l
City of Ft. Worth CAST-IN-PLACE CONCRETE
West Side IV Praject — Pump Station
�. Ready-Mix Concrete:
1. Co�nply wiih the requiren�ents of ASTM C 94, and as llerein specified.
Prapased changes in mi�ing p�-ocedures, otl�er th.a�� ��erein specified, must be
accepted by �NGINEER befare ii7Yplementation.
a. Pl�nt equipnient and faci]iiies: Confoym to National Ready- Mix
� Concrete Association "P2ant a�1d Delivery Equipment Speeification".
b, Mix coi�crete in revolvin� type truck mixers which are in goad
conditiotl and which produce thoroughly mix�d cox�crete o� the
speci�cd consistency and �trength.
c. Do not exceed the pxoper capacity af the mixer.
d. Mix coz�crete for a nzininiuin of two miiiutes after arrival at the jab site,
or as recommended by the mixer manufacturer.
e. Do not allow the drum to mix while in transit.
f. Mix at propex spee� uiatil concrete is discharged.
g. ItfIaintain adequate facilities at the job site for continuaus delivery of
c�oz�crete at the required rates.
h. Pravide access to the mixing plant for ENGTNEER at all times.
i, Maxizl�zi�m water co�ltent shall not be exceeded. Upon approval of the
ENGINEER, if all water al�owred by the specification has nat been
added at the stal-t of mixing, it may be perxnissible to add rernaining
allowable ��ater at tl�e poitlt af delivery.
j. T�ze prodL�ction of concrete af excessive slurzzp or adding water in
excess of tlle proportioned water-cement ratio to campensate %r slump
loss resulting fi•om delays in delivery or placing is proliibited.
C. Mai��tain equipn�ezlt iii proper o�eraii�lg condition, with druins cIeaned before
cllargi�lg �ach batcl�. Scl�edule rates of deliveiy in arder to prevent delay of
placing the concrete aftex mixing, ar l�olding dry- mixed materials too long in the
mixer before the addition of water and admixtures.
3.3 TRANSI'ORTING CONCRETE
A. Transport and place co�lcrete not more than 90 a��inut�s after water has been added
to the dry ingredi�nts.
B. Ta]ce care to avoid spi11i11g and separation a�the mixture durix�g tz-anspartation.
C. Do not place coz�crete in w]iich t1-�e ingredients have been separated.
D. Do not reten�per partially set concrete.
E. Use suitab�e and approved equipment for transparting concrete fraz�n. z�ixex to
forms.
318100fi Q3300-12
City of Ft. Woxth CAST-jN-PLAC� CONCRETE
West 5ide IV Project -- Pun1p Station
3.4 GOI�TCRETE PLACEM�NT
A. Geiaeral: Place co��crete continuously so tliat no concrete will be placed on
concrete whici� l�as haxdened sufficienily to eause the formation of seams ar
planes of weakness uritY�in the seclion. �f a sectinn ca�inot be placed continuously,
p�-ovide'COZ1St1'llCtI011�0111t5 a5 B�1eCl��d 111 SECt1011 �3251 of these Specifications.
Deposit eoncrete at clase iiltervals a��d as nearly as practical in iis final lacation to
avoid segregation due to rehandling or �lowing. Do not subject concrete to any
praceduze whicl� wilS cause segregation.
�. Screed conerete �vhich is to receiv� other construction to the praper Ievel ta
avoid excessive skimn�irzg or grouting.
2. Do not use cn�lcrete wllich becomes non-plastic and unworkable, or daes not
ineet the required quality co��tro1 limits, or wrl�ich has been contaminated by
foreign matea�ials, Do not use reternpered concrete. Remove rejected
concrete fronl tl�e job sit� and dispose of it in an acceptable ]ocatian.
3. Do not place concrete until alX forms, bracing, reinfnrcement, and embedded
items are in fnal a�id secure position.
4. Do not p�acE %otings in freezing weather unless adequate precautions axe
taken against frost action.
5. Da not place footings, piers or pile caps on irozen soil.
6. Llnless atl�erwise approved, place cancrete only wh�n ENGINE�R is
present.
B. Concrete Caa�veying:
1. Handle concrete from tl�e point of delivery and transfer to the cancrete
cozl�eying eq�7ipnlei�t and to the locations of final deposit as rapid�y as
practical by xnetltiods which wilI prevent segregation and loss of concrete
���ix nlaterials.
2. Pravide i�eci�a��ical equipment far coziveying concrete to ensure a
continuous flow af concrete at the delivery end. Provide runways for
wheeled eoncrete conveying equipment fro�n th� concrete delivery poii�t to
the lacations of f nal deposit. Keep interior surfaces of conveying
equipment, including clautes, free of hardened concrete, debxis, water, snow,
ice and other deleterious materials.
3. Do nat use chutes for distributzng concrete wlless approved in writing by
ENGINE�R.
a. Provide sketches sk�owing metliods by �v�hich cl�utes wi11 be emplayed
whezz xequesting such approval.
b. Desig��. cliLtites, if permitted, with proper slopes and supports to permi�
efficient handlir�g of the concrete.
4. Pumping concrete is per�a�itted, however do iaot use aluminunn pipe for
conveying.
31fl1006 03300-13
City of Ft, VVo�-th CAST-TN-PLACE GONCRETE
West Side IV Proj ect — Pump Station
G. Placing Concr�te into Fo�-ins:
1. Deposit concr�t� in Fnrn�s ixl l�ariza�lta] laye�-s �1ot deeper than 18 inches and
i�l a mannex to avoid iiaclii�ed construciion joints. Wl�ere placement consists
of several layers, place cancz-ete at such a rate tl�at concrete which is being
integrated �vith fresh concrete is still plastic.
2. Do �lot perznit concrete to free fall within the farm from a distance
exceediilg 4 feet. Use "elephant trunks" to prevei�t free fall and excessive
splashing on forms and reinforcement.
3. Reil�ove teinporary spreaders in forms r�l�en conc�-ete placing has z-eached
the elevation of such spreaders.
4. Co��solidate cancrete placed ii� for�x�s by x��echaz�ical vibrating equipment
supplen�ented by haa�d-spading, rodding or taralping. Use equipment and
procedures for coa�solidatian af concrefe in accordance with t11e applicable
reeo�ninended practices of ACI 304. �ibration of for�ns and reinfarcing will
�lot be pe�•z�iitted, ut�less otliei•wise accepted by ENGINEER.
5. Do not use vibra�ors ta tz-ai�sport coiicreie izaside o� forms. Insert and
wiihdraw vibrators verticajly at unifoi•mly spaced locations nat farther than
t�7e visible effectiveness of the machine. �'lace vibrators to rapidly penet�•ate
the layer of cancrete and at least 6 inches iilto the pi•eceding layer. Do not
insert vibrators into lower ]ayers of concrete that l�ave begun to set. At each
insertion, limit ihe duration of vibration ta the tin�e necessary to consolidate
�he concrete ai7d complete eir�bedment af reinforceinent and other embedded
ifenls without causii�g se�regation of the mix.
6. Do not pIace concrete in beain and slab forins ui�til tlle concrete previo�sly
placed in coluinil� ai�d walls is nn Ionger plastic.
'1. Force conerete under pipes, sleeves, openings and inserts fram one side uiitil
�visible fi•ain the other side ta prevent voids.
D. Placii�g Concrete Slabs:
I. Deposit and consolidate concrete slabs in a continuous operation, within the
I1T111f5 af construction jaints, until the plaeing of a panel or section is
comple#ed.
2. Consalidate concrete during placing o�eraiions using mechanical vibrating
equipment, so that concrete is thorou�hly worked around reznfoxcement and
atlaer enLbedded items and into corners.
3. Cc�nsolidate concrete placed in beams and girders of supported slabs, and
agaiiast bulkheads of slabs on ground, as specified far fo�med cancrete
structures.
4. Bring slab surfaces to the correct level. Smaoth the surface, leaving it free
of humps or hollows. Do not sp��iz�kle water on the plastic surface, Do not
disturb ihe slab surfaces prior to beginning finishing aperations.
��sraob 4330�-�4
City of I't. Worth CAST-IN-PLACE CONCR�`I'E
Wesi Side IV Project — Pump Station
E. Bonding for Next Conc��ete Pour: Rou�hen sua-faees of set concrete at al3 joint�.
Construction �oii�is showYi vn the Drawiii�s are specif ed in 5ection 03251 of
ihese Specificatzai�s. Clea�i surfaces of laitance, caatings, laose particles, and
forei�n matter. Rott�hen suz•faces in a n�anner ta expose bonded aggregate
uniforia�ly and to i�ot �eave Iaitance, loose particles of aggregate, ar danlaged
concrete at the surface.
1. Prepare for bonding of fresll cal�crete to ��ew c�ncrete tI�ai has set but is not
fiilly cured, as f�ilo�cvs:
a. Thorou�hly wet the surface but allow na free stancling �vater.
2. Bondi��g of fi•esh cancrete to fully-cured hardened concrete or existing
concrete, ai�d horizoi�tal surfaces which will receive a topping sllall be
accomplished by using an epaxy-resin banding agent as specified in Secti�n
03251 of these Specifications.
F. Quality of Concrete Work:
l. Make all concrete solid, compact and smooth, ay�d fi•ee af laitance, cracks
and cold joints.
2. All concrete for liqi�id retaini�ig strucfures, ai}d all eoncrete in contact v��ith
earth, water, c�r exposed directly to il�e eIeinents shall be watertight.
3. Cttt out and properly replace to the extent oreie��ed by ENGINEER, or repair
to the satis�action of �NGIN�ER, surfaces which contain cracks or voids,
are unduty rough, or are in any way defectir�e. Thin patches or plastering
will not be acceptabie.
4. All leaks tiv-ough eonerete, anc� cracks, l�oles ar oiher defective conez-ete in
areas of potei�tial Ieakage, sha1l be repair•ed and inade waterkight by
CONTRACTQR.
5_ Repair, removal, and replacement �f defective coi�cre#e as ordered by
�NGINEER shall �be at no additional cost to OWNER.
G. Cold WeatJ�er Placing:
1. Protect all coYlcrete Wo�•k �rom physiGal damage or reduced strength which
could be caused by frost, fi•eezing actions, ox low temperatuxes, in
compliaz�ce wiih tlae requireinents of A�I 306 and as herein specif ed.
2. When the air temperature l��s fallen to or may be expected to fall below
40°F, pravic�e adequate means to maintain the te��nperature, in the area
where conerete is being placed, at between 50°F ai�d 70°F �ar at least seven
days after placing. Provide temporary hnUsings or coverings iilcludirig
ta�-paulins or plastic film. Mai��tain the heat and p�atection, if i�ecessazy, to
iiZsure il�at tl�e a�nbiezit temperature does not fa�l anore than 30°F in the 24
houj•s following ihe seveii-day pexiod. Avoid rapid dzy-out of concrete due
to ovez-heating, and avoid t��ei•1na1 shock due ia s�ir3den cooling or heating.
3. When air tempe��ature has fallEn ta ox is expccted to� fall below 40°F,
uniforml}� heat aIl water anc� aggregates before n7axing as required to obtain
3181OD6 ��3��-� S
Caty of Ft. Worth CAST-IN-PLACE CONCRETE
West Sid� IV Project — Pump Station
a concre#e i�lixture tenzperature of not less than 55°F and not mare than 85°F
at poii�t of placeinent.
4. Do not use fi�ozen inaterials containi�ig ice or snow. Do not p�ace concrete
on frozen subgrade ox an subgrade contai�ling �'rozen materials. Ascertain
tllat forms, reinforcing steel, and adjacent coi3crete surfaces are entirely free
of fi�ost, snow a�1d ice befare placing concrete.
5. Do i�ot use saIt and other materials containing antifreeze agents ar chemical
accelerators, or set-co�titrol admixtures, u�lless approved by ENGINEER, in
nlix desi�ns.
H. Hot Weather Placing:
1. V1hen hot weather coilditions exist that would seriously impair the quaiity
and strength af concrete, place cancrete in con�pliance with ACT 305 and as
herein specified.
2. Cool ilzgredients before mixing to nlaintain cancrete temperature at time of
�Iaceinent below 84°F when the ternperature is rising and below 85°F �rhen
ihe ten�perature is fal�ing. Mixing water araay be chilled, or chopped ice naay
be used to control tlzc cancrete ten�p�rature provided the water equivalent of
the ice is calculated in t�1e toial amount af nsixing vaater.
3. Co�er reinfarcing steel with water-soaked burlap if it becomes too hot, so
ihat ihe steel teinperatu�•e will not exceed the ambieni air temperature
immediately before einbedment in concrete.
4. Wet forms thorouglily before placing concr�t�.
5. Do nat place concrete at a temperature so as to cause difficulty from loss of
slump, flash set, or cold joinfs.
6. Da nat use set-control admixtures unless approved by ENGINEER in mix
designs,
7. Obtaii7 ENGINE�R'S appro�al o� other methods and materials proposed for
use,
3.5 FINISH OF rORMED SURFACES
A. Rough Form Finish:
L Standard rough farm �nish shall be the concrete surface having the texture
imparted by the form i��aterial used, with tie holes and defective areas
repaired and patcl�ed with moriar af 1 part cenlent to 1 112 parts saizd and all
fiz�s az�d othex projections exceedii�g 1/4-iilch in I�eight rubbed down or
chipped off.
2. Use raugh f�rin finish fox the follawing:
a. Exterior vertical sur�aces up to 1%ot below grad�.
b. Interiax exposed vert�caI surfaces af Iiquid containers up to I foot
below liqi�id Ievel.
c. Iriterior and exterior exposed beams an.d uaadersides o� slabs.
d. Other areas shown.
3181006 03300-1b
Ciry of Ft. Worth CAST-IN-PLAC� CONCRETE
West Side IV Project — Pump Station
B. Sinoatll Fo��in Finish:
1. Prnduce sn3ooth fori�l finish by seIeeti�lg form materials which will impart a
s���ooth, hard, uniform texture. Arrange panels in an ozderly and
symxaletxical manner with a minimum oi seanls. Repair and patch de%ctive
areas as above with all fins or other projections campletely removed and
s�oothed.
2. Use s1��oot1� form finish for suxfaces tl�at are to be cavered with a coating
:: material. The n�at�rial may be applied directly to the concrete or nnay be a
� coverii�g bonded to the co��erete such as waterproofing, danlpproofing,
paii�ting or other similar system.
C. Smooth Rubbed Fixlish:
1. Provide smootll �-ubbed finish to concrete surfaces wliich have received
s»�ooth form fii�ish as follaws:
a. Rubbii�g af concrete surfaces not later than. the day after %rm removal.
b. Maistening of concrete sur�'aces and n�bbing vvith carborundum briek ar
other abi•asi�e until a uniForm color and textUre is produced. Do not
apply cernei�t grQut ather than tl�at created by the rubbing process.
2. Except where surfaces have been previously covered as specified above, use
s���ooth xubbed fi��ish far the following:
a. �nte�-ior exposed walls a��d other vertical surfaces.
b. �xterior exposed walls and ather �vertical surfaces down to 1 faot below
grade.
c. Interior and ext�rior horizontal surfaees, except exterinr exposed slabs
and steps.
d, Interior exposed vertical surfaces of liquid containers down to 1 foot
below lic�uid level.
e. Other areas shown.
D. Grout Cl�aned Finish:
1. Provide grout cleaned finish to concrete surfaces which laave received
smooth form finish as follows:
a. Combine 1 part portiand cemei�t to 1-1/2 parts fine sand by volunae, and
i11ix �7ith water to the consastency of thick paint. Blend standard
portland ceinent and white portl�nd cement, amounts determined by
trial patches, so that the �nal colox of dry grout vvill closely match
adjacent concrete surfaces.
b. TUarougllly wet the co��crete surface and apply grout unifarmly by
ba•usl�ixag or spraying inamediately to tl�e wetted sur�'aces. Scrub surface
with cork float or stone to eoat surface and fill surface holes. Remove
excess grout by scraping, followed by rubbing with clean burlap to
remave any visible graut �lm. Keep grout damp during the setting
period by means of fag spray at least 36 hours after fnal rubbing.
318 i 006 03300-17
City of Ft. Worth CAST-IN-PLACE CONCRETE
West Side N Project — Punap Station
Con�plete airy area in the same day it is started, with the limits of any
area bei�lg iiatural breaks in the f��isl�ed surface,
2. �xcept wher� surfaces have bcen previously eovered as specified above, use
�rout cleane� finisli for the following:
a. Interior exposed vvalls and o#her verticai surfaces.
b, Exteriar exposed walls az�d ather verticaI surfaces down to 1 foot below
grade.
c. Interior ai�d exterior horizantal surfaces, excEpt extexaor exposed slabs
and steps.
d. Interiflr exposed vertical surFaees of lic�uzd co��fainers down to 1 foot
below liquid Ievel.
e. Other areas shown.
E. Related Unfflz�ned Surfaces;
1. At tops c�f walls, horizontal offsets, and siinilar unformed surfaces occu�•ing
adjaeei�t to fox-n�ed surfaces, strike ofF smaoth and finish with a textur�
n�atch.ing the adjaeent forn�ed surfaces. Cantinue the fiz�al surface treatment
of formed surfaces unifarnlly across the adjacent uz�forrned surfaces, unless
other�vise shown.
3.6 MONOLITHIC SLAB FINTSHES
A. Float Finish:
1. After placing concz-ete slabs, do not work the surface further uut'rl ready for
floatii�g, Begin floating when tl�e surface water has disappeared or �vhen the
eoncrete has stiffened sufficient�y. Check and level the surface plane ta
tolerance not exceedii�g '/4-inch in, l0 feet w�1en tested wit1� a 10 foot straight
edge p�aced on the surface afi n.ot Iess than 2 different ang�es. Cut down
h7gh spots and fill all low spots. Uniformly slope surfaces to drains.
Irnmediately after leveling, refloat the surface to a uniform, smoath,
granu]ar textuz'e.
2. Use float finish for the following:
a. Z��terior expased horizontal surfaces of liquid containers except those to
recezve grout topping.
b, Exterior beiow grade horizontal surfaces.
c. Surfaces to receive additional finishes, except as shown or specified.
B. Trowel Finish:
1. After floating, begin the first trowel finish operation using a pow�r-driven
trowel. Begin final traweling when tk�e surfa�ce produces a ringing soun.d as
the trowel is moved over the surface,
2. Consnlidate the concrete suz�face by the fznal han.d troweIing operation.
Fiiush slaall be free of trowel marks, uniform in textLue and appearance, and
with a surface plane tolerance not exceeding 1/8- inch in 1Q feei when tested
� � xioob 03 300-18
Ciiy nf Ft. Worth CAST-IN-PLACE CONCRETE
West Side IV I'roject — Pump Station
with a 10 foat strai�ht edge placed an the surface at not less than 2 differeni
angles. Gri��d smonth surface defects wllich wouId telegraph through
applied floor covering system.
3. Use trowe� finish for the fallowing:
a. Interior exposed slabs unless otherwise shown or specif ed.
b. Exposed slQped suz-faces of lic�uid car�tainers as shown an the
Drawin�s.
C. Non-Slip Bxoom Finish:
1. Immed'zately after floa� fiaiishing, slightly roughen the concrete surface by
� broaming in the direciion perpendicular to the main traff c raute. Use
� fiber-bri�tle hrporn unless otherwise directed. Coordinate the required frnal
fiz3ish with ENGINEER before applicaiion.
� 2. Use Non-Slip Broam Finish for the following:
, a. E�terior exposed horizontal surfaces subject to light foot traffic.
b. Interiar and exterior concrete steps and ramps.
I c. Harizoi�tal surfaces which will receive a�rout topping or a concrete
equipment base slab.
3.7 CONCRE`l�E CURING 1�ND PROTECTjON
A. General:
1. Protect freshly placed concrete fronn premature drying and excessive cold or
hot temperature, and mai�stain without drying a# a relati�ely cons#ant
temperature far the pez�iod of time necessary for hydxation of the cement and
�roper hardening of the cancrete.
2, Start initial curing aftex placing and finishing concrete as soon as free
moisi�re has disappeared from the concrete surface. Keep continuausly
moist for not less than 72 �ours.
3. Begin final curing procedures immediately following initial curing and
befoxe the concrete l�as dried. Cox�tinue final curing for at least 7 days and
in accordance with ACI 301 procedures. For concrete sections over 30
inches thick, continue final curing far an additional 7 days, rninirnum.
Avoid rapid dryiilg at the end of the final curing periad.
B. Curing Methods:
1. Perform curing of concrete by n�oist curing, or by inoisture- retaining cover
eL�ring. Use curing corn�ound on�y in caId weather and only when
permiited by ENGINEER.
a. For c�ring, use water that is free of impurities which cauld etch ox
discolor exposed, a�atural concrefe surfaces.
2. Pror�ide moisture curing by any of the follawing methods:
a. Keeping the surface of the eoncrete cantin�ously wet by cavering with
water.
31 S 1006 033 00-19
City of Ft. Worth CAST-rN-PLACE C�NCRETE
West Side TV Project — Pump Station
3
Q
b. Cojztinuous water-fag spz-ay�
c. Cnvez•ing the coi�cxete surface with the specified absarptive cover,
thornugl�ly satut�ating the cover with water, and keeping the abso�ptive
cover coi}tinuously wet wiih sprinklers or porous hoses. Place
absorptive cover so as to prouide coverage of ihe concrete surfaces and
edges, v+Jith a 4-inch lap over adjacent absorptive covers.
Pravide moisture-z-etai2�i�ig cover curing as follouTs:
a. Co��er the concrete sut•faces with ihe sp�cified moist�lre- retaii}ing cover
for curing conerete, pIaced in tl�e widesi practical widtl� with sides and
ends ]apped at leas# 3 ii�clles and seaIed by waterproof tape or adhesive.
Ir�»i�ediately repair any l�o��s or tears durizlg the curing period using
cover material and waterproof'tape.
Pro�ide liquid curing carnpound as follows:
a. Apply the specified cur•iy7g compflund to all cancrete surfaees wllen
perinitted by �NGINEER. Slabs to receive eheznical resistant heavy
duty cancrete toppi�lg sha11 not be eured witl� ]iquid euring eampouild,
but shall be rnoisture cured. TIie con�poun.ds shall be applied
immediately after final fi��isl�ing in a continuous operation by power
spray equip�l�ent in accordance with tl�e rna��u�actuxer's directions.
Recaat areas which are subjected to heavy rainfall within 3 hours aft�r
initial a}�plication. Maintain the continuity of the coating and repair
dainage to tlle coat during the entire curing period. For concrete
surfaces v��hich will be zn cofl#act wiil� �otable water, the inanufacturer
s11a11 certify ihat the curing compaund used is �PA approved.
C. Cu��ing Farined Surfaces:
1. Cure forin�d coi�crete surfaces, iiycluding the ui7dersides oi �;irders, b�ains,
supported slabs a�zd atlier similar sur�'aces hy �noist curing wiih the forins in
place for the fttIl curing period or ux�tiI forms are removed. If forins ar�
removed, continue curialg by metllods specified above, as applicable.
D. Curin� Unfarn�ed SuY-fac�s:
1. 7nifially cure unforrncd surfaces, such as slabs, flaor topping, a��d other flat
surfaces by usi�-�g fhe appropriate method specified above.
2. Pi��al cure unfarmed suz•faces, unless athez•wise speczfied, by utilizing
methods specified above, as applicable.
E. Tempera#ure of Coi�cre#e During Curing:
1. When the a#rriosph�ric teinperature is 40°F and belovv, maintaiu the concrete
ten�perature between 50°I' ai�d 70°F cantinuously tllroughout the curing
period. When necessary, mak� arrangement before canerete placing fa:r
heating, coverii�g, insuIation or l�nusing as required to maintain the specified
temperaturE and n�aisture eanditians cnntinuousIy faz the concxete curing
3181 DOG Q330a-20
City of Ft. Worth � CAST-IN-PLACE CONCRETE
West Side IV Project — Pump Station
period. Provide cold weather pratection coilaplying vvith the requizements of
A�CI 306.
2. When ihe atiliospl�eric temperature is 80°F and above, or during oth�r
clirraatie conditions which will cause tao rapid drying of the conerete, make
arrangements before the start of concrete placing for the instalIaiion of wind
breaks or sl�ading, and %r fog spraying, wet spriniclii�g, or
nloisture-retaining covering. Pratect the cancrete contin.uously for the
concrete curing pez•iod. Provide hot weather protection complying with the
requixements of 1�CI 305, unless otherwise specified.
3. Maintain concrete temperature as uniformly as possible, and protect from
rapid atmaspheric temperature changes. Avoid temperature changes in
coi�crete which exceed 5°F in any one hour and 50°F sn any 24 hour period.
4. Pro�vide a 1" insulating blanket for thick slabs, regardless of seasan
(sunvner, winter, etc.}. Thick siabs are defined as those slabs that ha�e a
tl�ickness �reater than 30".
F. Protection from Mecl�anical Injury:
1. During tlie curing }�eriod, proteci conerete from damaging mechanical
disturbances ineluding Ioad �tresses, hea�y shock, excessive vibration, and
from damage caused by rain or flowing watex. Protect all finished concrete
surfaces from damage by subsequent constructian aperations.
3.8 FIELD QUALITY CONTROL
A. Retain an inde�endeilt testing laboratoiry to perform f eld quality control testing.
Testing Lab will inake slump tests and will direct the number of tests and
cylinders rec�uired. Testing Lab shall make standard compression test cylinders
and e�rtrained air tests as speci�ied below. CONTRACTOR shall furnish all
izecessary assistance as required. Testing Lab shall also furnish all labor, ��naterial
and �q�.lipment required including COT]E5, rods, mfllds, air test�r, thermometer,
curing in a heated storage box, and alj ath�r incidentals required. CONTRACTOA
shall fiiniis� all necessary storage, curing, and transportation required by the
testing.
B. Quality Contxol Testing During Constr�ction:
1. Perfoi•m san�pIing and testi�7g for �eld quality cn�rtrol during the placement
of concrete, as �ollows:
a. Sampiing Fresh Concrete; A�TM C 172.
b. Slump: ASTM C 143; nne test for each concre#e load at poin# of
discl�arge; and one for each set of compressi�e stzength test specimens.
c. Air Content: ASTM C 231; one for every other concrete load at paint
of discharge, or when required by an ixldication of cl�ange.
d. Cor�tipressive Sirength Tests: ASTM C 39; one set of coxnpression
cylinders for each 50 cubic yards ar fraction thereaf, of eaeh nr�i� design
3is�ao6 03300-21
Gity of Ft� Worth CAST-IN-PLACE CONCRETE
1�Test 5ide IV Project — Pump Station
placed in any one day or for each 2,500 sqi�are feet of surface area
placed; 1 spec�n�en tested at 7 c�a�s, aild 2 speci�ens tested at 28 days.
1) Adjust �nix if te�t results are u�lsatisfactory and re subn�it for
�NGINEER'S approval.
2) Concrete wl�ich does ilot m�et the stxength requirements is subject
ta rejection aild rerno��al fron� tlie Work, or to other such
co�-rective ii�easures as directed Uy ENGINEER, at the expense of
CONTRACTOR.
e. Compressioi� Test Speci��nens: ASTM C 31; make ane set of 3 standard
cylinders for each coanpz�essive strei��t17 test, unless othez-wise directed,
1) Cast, store ai�d cure sp�cirneil� as specified in ASTM G 31.
f. Concrete Tempez•ature; Test 13ourly wI�en air tem.perature is 40 F and
below, and v�Tl�ezz 80 �' and above; a�ld each ti�ne a set of compression
tesi speci�nens is made.
2. The testing laboratory sha12 submit cexti�ed copies of test results directly to
ENGINEER and CON'I'f�CTQR ��ithin 241�ours after tests are made.
C, EvalL�ation of Qua�ity Cantrol Tests:
I. Da nat use cox�crete deIivered to the fiilal poiz�t of place2��eni �vllich has
slump or total aix co��tent outside the specified values.
2. Compressive stre�igih test� far ]aboratory-cured cyIindexs will be considered
satisfactory i� tl�e averages af alI sets of three consecutive compressive
stre��gt�1 tests results ec��.�a� or exceed tl�e 28 day design conlpxessive strengfh
of tl�e t}rpe or ctass of concrete; and, no ii�dividual strength test falls below
th� required compressive strength by more tlian 500 psi.
a. V�Zere questionable �eld coi�ditions may exist during placing concre#e
or imn�ediately tl�ereafter, strength tests of speci�nens cured under field
canditioiss will be t•equired by �NGINELR to check #he adequacy of
curing ax�d �rotectii�� of the concrete placed. Speciznens sha11 be
n�olded at the saii�e ti3ile ai�d fron� the sa�ne samples as the Iaboratory
cured specimens.
1) Provide iinproved means a��d pi•ocedures for protecting concrete
wl�eil the 28 day coanpxessive stren�;ih af field- cured cylinders is
less tl�ai� 85 percent af companion laboratory-cured cylinders.
2) When laboratory-cured cy]izlder strengths a�•e appreciably higher
than tlze minimum xequi�•ed compressive strength, field-cured
eylinder streiagths need not exceed the �minimum requir�d
con�pressive strength by mare #han 500 psi even though the 85
percei�t c�•iterion is nat met.
3) If ix�di�idual tests of laboratory-cured specimens pxoduce
stre�lgths more than 500 psi below the required z�ninimum
conlpressi�e strength, or if tests of field- cuxed cylinders indica�e
deficiencies in protection and curing, provide additional measur�s
to assure that tl7e load-beaxing capacity of the structure is noi
3i $� aa6 03300-22
City of Ft. Worth CAST-TN-PLACE CONCRETE
West Side IV Project—Pump Station
jeopardized. If the likelihood of lnr�-stren�th concrete is
confirmed and computatians indicate tl�e load-bearing capacity
may have been sigizificaistly reduced, tests of cares drilled from
the area in question will be required at CONTRACTOR'S
� � expense.
b. � If tlie conti�ressive strei�gth tests faiI to ���eet tlle ininimum requirements
specified, the cancrete represented by such tests will he considered
deficiexat in strength and subject to replacement, r�construction or to
�, other aetio�� approved by ENGINEER.
D. T�sting Concrete Strueture for Stren�th:
1. Wllen there is e�idei�ce that the strength of the in-place concrete does not
meet specification requirements, CONTRACT�R shall emp�oy at his
expense the services of a concrete testing service to take cares drilled frorn
hardened concrete for compressive strength determination. Tests shall
con�ply with ASTM C 42 and the following:
a. Take at least 3 representative cores froin each member or suspect area
at Iocatians directed by ENGTNEER.
b. Strength of con.crete for each series of cores will be considered
satisfactory if their average coinpressive strength is at least $5 percent
and na sin�le core is Iess than 75 perc�nt of the 2$ day required
compressive strength.
c. Report test results in writing to ENGINEER on the same day ihat tests
are made. Inc�ude in test reports the Project identification nanne and
number, date, �3a�ne of CONTRACTOR, nanne of concrete testing
service, loeatioii of test core in tl�e structure, type ar class of concrete
represenfed by core sample, nominal ��laximuiil size aggregate, design
compressive strength., coinpression breaking strei�gth and type of break
(coz��ected for len�th-dia�neter ratio}, direction of applied load to core
with respect to horizo��t�I plane of tlae concrete as placed, and the
n�aisture condition of the core at time of testing.
2. PiI] care lioles solid with non-sl�rink, high strength grouf, and finish to
match adjace3lt concrete surfaces.
3. Conduct static load test and evaluatians complying with ACI 318 if the
results o�'the core fiests are unsatisfactary, or if core tests are impractical to
ob�ain, as directed by ENGINEER.
3.9 MISCELLANEOUS CQNCRETE ITEMS
A. Filling-In:
1. FiII-in holes and openings lefk in concrete structures for the passage of work
by other contractors, ui�less otl7ezwis� shown or directed, after the work af
othe� contractars is in place. Mix, place and cure concrete as herein
3 ] 81006 Q330�-23
City of Ft. Worth CAST-IN-PLAC� CONCRETE
West Side TV Praje�t — Pun�p Station
specified, to b3end u�ith i31-plaee cojlstruction, Provide all o#her
n�iscellaneous cai�crete faIling sho��vn or required to conlplete t1�e Work.
B. Equipnient Bases:
1, Ux�less spccifically sho«rn atherv�Tise, provade cor�crete bases for a�I p�,unps
and other eqilipzne�zt. Construct bases to the dinlensioi�s shown, or as
required to nleet mai�ufacturers; requireinents and Drawing eIevatioz�s.
W��ere no specific elevations are sllotivn, bases shall be 6-inclies thick and
ext�nd 3-inclies autside the n�etal equipinen# base or supports. Bases to
have smooth trawel fi»ish, un�e�s a specia] fini�h such as terrazzo, c�ramic
iile or lieavy dtity coi�crete topping is required. In those cases, pravide
appropriate concrete fnish.
2. Include all concr�te equipme��t base work not specifically included �ander
oth�r Sections or ofher contracts.
3. In general, place bases �ap to 1 inch below tlle ���etal base. Properly shim
equipment to g�•ade and �I1 1 inch ��oid r�rith ��ox�-s��a•ink �rout as specified in
Section 03600.
3.10 CONCRETE REPAIRS
A. Gez�eral;
�. If in the opinion of the ENGINE�R neuv concrete does not meet
specifications and is L�nacceptable and is nan-repairable, ii will be removed
and ilew concrete waIl be placed �er specif cations.
2. If in tlle apinion of the ENGINEER a�ew concrete does not meet
specriications az�d is unacceptable, and is repairable, Sections 3.1 pB, G, D,
and E will cover the repair.
B. Repair of Formed surfaces:
1. Repair exposed-to-�iew forined concrete surfaces, t17at contain defecfs
which advcrsely affect the appearailce of the ��iish, Surface defects that
requirE repaix ix�clude color a�id texture iz-regularities, cracl�s, spa2ls, air
bubbles, lianeycon}b, rock pockets, and holes left by the rads a�id balts; fzns
and ot�ler projec.tioi�s an tlse surface; and stains and other discolorations that
cannot be removed by cleaning.
2. Re�air conc�aled fflrmed cnncrete surf'ac�s that may contain de�ects that
adverscly affect tl�e durability of the coilcrete. Surface defects that require
repair include cracks in excess of 4.01-inch v,ride, cracks o� any width and
other surface deficiencies which penetra#e to the reinforcement or
co�lzpletely through non-reinforced sections, hor�eycon�b, xock pockets,
holes left by tie rods and bolts, ana spalls except rninar brealcage at corner.
3. Repair struct�.ira� cracics and cracks in water-holding structures.
�is�aa6 03300-24
City of Ft. Worth CAST-IN-PL�CE CONCRETE
West Side IV Project -- Pump Station
C. Method af Repair of Formed 5urfaces:
1. Repair and patch defective areas with cex�len# mortar immediately after
reyno��al of fornls and as dixected by ENGINE�R.
2. Cut out honeycomb, rock pockets, vaids over 1/2-inch diameter, and 11�1es
left by tie x�ds a��d bolts, down to salid concrete but, in no case, to a depth
of less than 1 inch. Make edges af cuts perpendicular to the concrete
surface. Before placing the ceyz�ent mortar, thoroughly clean, dampen with
wa#er, and brush-coat tlie area to be patched with the specified bonding
agent.
a. Far exposed-to-view surfaces, blend whi#e partland cement and
standard portland cernent so that, when dry, the patcl�ing mortar calor
will inatch the color of ihe surrounding concrete. Cantractor shall
ii�lpart textuz•e to repaired surfaces to match texture of existing adjacent
surfaces. Provide test areas at incanspicuous locations to verify
inixture, texture and color nlatch before proceeding with the gatching.
Cor�pact inortar in place and st��il�e off slightiy l�igher than the
surrounding surface.
3. Cracks wl�icl� require repair shall ba pressure �routed using specified crack
repair materials. Installation shall be by manufacturer's certified persom�el.
Apply in accardance with the manufacturer's directzoxas and
recommendations.
4. Pill holes extending through co��acrete by n�eans of a plun�er- type gun ar
other suitable device from the least exposed face, using a flush stop held at
ihe expased face to eusure completely filling.
5. Abrasive Ulast exposed-to-view surfaces that rec�uize removal of stains,
grout aecumulations, sealing compounds, ai�d other substances marring the
sui•�aces. Use sand finer than No. 30 and air pressure from 15 to 25 psi.
D. Repair oi Unfonned Surfaces:
1. Test uizfor�ned surfaces, such as inoizolithic slabs, for sznoothness and to
verify surface �lane to the tolerances specif ed far each surface and finish.
Correct low ai�d lvgh areas as herein specified.
2, Test ui�formed surfaces sIoped to drain far trueness of slope, in addition to
snlaothness, using a ten�plate ha�ing the required slape. Correct high and
Iow areas as herein specifed,
3. Repaix finish of ux�formed surfaces that coiitain defects wllich adversely
affect the durabiliiy of tl�e concre#e. 5urfaee defects, as sUch, include
crazing, cracics in exGess oi 0.01-inch wide ar which penetrate to the
reiiiforceinent or con7pletely t��rough non-reinforced sectioi�s regardless o�
width, spalling, popouts, honeycoinb, rock pnckets, and other objectionable
conditions.
4. Repair structural cracks a��d cracks in water-hnlding �truct�res.
3 i s� oos 033 00-25
City of Ft. Worth CAST-IN-PLACE CO�`�TCRETE
West Side IV Project -- Ptrmp Station
E. Met�zods of Repair af Unformed Surfaces:
1, Correct hi�h areas in utlf�r��t�ed surfaces by �rinding, after the conerete l�as
cured sufficiei�ily so il�at re�airs can b� 1�1ade without danzage to adjac�n,t
areas.
2. Correct low areas in unfarrned suxfaces during, ar immediately after
cor�npletion of surface finisI7ing operations by cutting aut the Iow �reas and
replacing with fresh concrete ar specificd concrete repair material. Finish
repaired areas to l�lend into adjacezit coneretc. Apply in accardance with the
n�ai�ufacturer's diz•eetians and recom���endatians.
3. Repair d�fective ai•�as, except random cracks ai�d single holes nat exceeding
1-i��ch diameter, by cuitin� out ai�d xeplacing witls fresh conczete. Remove
defecti�e areas to saund concrete with clean, square cuts, and expose
reinfarcing steel wiih at Zeast 3!4-inch clearance all around. Dampen all
coi7crete surfaces in cantact wiilz patching cancrete and �rush with the
specified bonding ageiat. Place patchi��g concrete befnre grout takes its
initial set. Mix patchzn� concrete af tl-�e sanle nsaterials and propartions to
provide concrete af ihe same type or cIass as the original adjacent concrete.
Place, compact and finish as required to blend with adjacent fnished
concrete. Cure in tl�e saine maiuier as acijacent concr�te,
�. Repair isolated rai�dom cracl�s, ai�d single IZoles nat aver 1-znch diarneter, by
ihe dry-pack n�etl��d. Graave the top of cracks, and cut out holes to sound
concrete and clean af dust, dirt and loose particles. Daz�n.pen all cleaned
concrete surfaces aiid brush with the speciiied bc�iading agent. Place
dry-pack before tlle cement graut takes its initial s�t. Mix dry-gack,
cQnsisfing of 1 p�rt partland cement tQ 2-1/2 parts file aggregate passing a
No. 16 inesh sieve, using on�y enougl� water as required for handling and
placing. Con�pact dry-pack mixture in place and fi��isk� to match adjacent
concr�ta. Keel� patched areas coi�tiz�uously inoist for not less than 72 hours,
5. Cracks w1licIi require rep�ir sl�all be pressure �routed using approved crack
re�air inaterials. Instal2atian sl�all be by manufacturer's certified personnel,
A�piy in accordance with the nlanu�acturez's directions and
recamznendations,
6. Assure tlaat surface is acceptable for flooring niatex��al to be installed in
accorclai�.ce with inanufacturer's recomrnendatians.
F. Other Methods oiRepair:
1. Repair meil�ods i3ot specified above may be used if appraved by
ENG�NEER.
3.11 E�POSED SAWCUT EXISTTNG G�NCRETE SURFACES REPAIR
A. The entire area to be repaired shall l�ave all carrosion, for�ign materials, and
unsound cancrete by zneans of abrasive blas#ing ar hydrohlasting.
3 � s�ao� 03300-26
City of Ft. Worth CAST-IN-PLAC� C�NCRETE
West Side TV Projec� — Pu�np 5tation
B. Surface shalI he visL�ally dry befare app�ication of th� cor�•osiari inhibitor. The
_. carrosion inllibitor sliall be placed liberaljy to acl�ieve 1 QO-sq ft/gal coverage in
two or iz�ore coats by allow�ing it to soak into the substrate. The waiting time
between caafs is a i�linii��uin of one haur. Apply by use of rollers, brushes, or
. . hand-pressure spray equipment.
C. After the last coat of tIle corrosion i��liibitor is applied, a i��ii}imum curizlg time of
24 hours is r�quired.
` D. Water blast all surfaces to ren�ove filmy residue v��llich is left on tl�e surface by the
corrosion inhibitor. Residue acis like bond breaker and �nu�t be removed before
� mortar epating.
E. Apply protective slurry mo�-tar cnating, as reco�nn�ended by manufacturez.
F. Follow all atl�er su�-face preparation aa�d application specifications as
recommended by manufactuzer.
3.12 E�ISTING C�NGRETE ROUGHENII�G
A. Accepted Techi�iques for Existing Concrete Rougl�er�ing:
1. High-Pressure Water Tet: A stream of water under a pressure nf noi less
than 3000 psi may be used for cleaning.
2. Abrasive Blasting: Wet abrasive b�asting wi#h air pr�ssure nat less �l�an 1�0
psi. Abrasxve materia�s shall l�ave soundness as specified in ASTM C33.
Wash joint ciean of abrasives azad other n�aterial by water-air jet with air
pressure not less than l QO psi.
�. Satisfactory Surface:
� a. Roughen concrete surface so fl�at anlplitude between high and Iow
point on any 2 inch square is at least 1/4 inch.
b. Re�nove all Iaitance, waste inortar or other substance which nnay
prevent complete adhesion.
c. Expose clean coarse aggregate.
d. Do Uot u��dercut edges of coarse aggregate particles.
e. After x•ougl�e�jing, wash and rinse with potable water.
f. Continue rinsing as long as there is any trace of cloudiness of the rinse
water.
g. Where the rinsing occurs more than 2 days priar to placing the next lift
ar where tl�e work in the area subsequent to the cleaning causes dirt or
debris to be deposited on the surface, the sur�ace shall be rinsed again
as the last opezation prior io piaczng the next lift.
+ + END OF SECTION + +
3181006 03300-27
City of Fort Worth
West Side N Project — Pump Station
PAI7T 1 - GENERAL
1.1 DESCRIPTION
SECTION 03G00
� � • y�
GROUT
A. Scope:
1. CUNTRACTOR sh�ll provide all labar, materials, equipment and
incidentals as shown, specified and r�quixed to furnish and install grout.
B. Coordination:
1. Review installation procedures under ather Sections and coordinate the
instalIation a� items that must be installed with grout.
C. Related Sections:
1. Section 03251, Concrete Jaint.
2. Section 0330Q, Cast-In-Place Concrete.
3. Section 04000, Masonry.
4. Section OS 120, Structural Steel.
1.2 QUALITY ASSiTRANCE
A. Reference Standards: Comply wath the ]atest edition of the applicable provisions
and recommendations of the following, except as vtherwise shown or specified:
1. ASTM C 31, Practice for Making and Curing Concrete Test Specimens in
the Field.
2. ASTM C 39, Test Method for Compressive Strength of Cylindrical
Concrete Specimens.
3. ASTM C 1Q9, Standard Test Method for Compressive Strength of Hydraulic
Cement Mortars {using 2-in. ar 50 mm. Cube Specimens).
4. ASTM C 143, Test Method for Slump af Hydraulic Cement Cancrete.
5. ASTM C 144, Standazd Specification for Aggregate for Masonry Mortar.
6. ASTM C 1Sa, Standard Specification for Portland Cernent.
7. ASTM C 172, Pzactice for Sampling Fres�ly Mixed Concrete.
8. ASTM C 231, Test Meihod fnr Air Content of Freshly Mixed Ccancz-ete by
the Pressure Method.
9. CRD-C-619, Specification for Grout Fluidifier.
10. CRD-C-C21, Specification for Non-Shrink Grout.
3isiao� 0360d-1
City of Ft. Woi�th
West Side IV Project — Pump Station
1.3 SUBMITTALS
GROUT
A. Shap Drawings: Submit far appro�al the foll�wing:
1. Nlanufacturer's specifications ai�d instalIation instructinns for all proprietary
materials.
2. For ordinary cen�ent grout, copies of grout design mix and laborato�ry test
reports for graut strength tests.
B. Reports and Certificates;
1. Far pro�riefary n�atex�ials, submit copies of reports on quality controt tests.
2. Submit certification tl�at inaterials meefi specification requirements for
nonpraprietary rnaterials.
1.4 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Delivery of Maierials: Grout rnaterials froxn ananufacturers shall be delivexed in
unnpened containers and shaIl bear ix�tact manufacturer's labels.
B. Storage of Materials: Gx�out materials shall be stored in a dry shelter aild s17all be
protected fram moisture.
PART 2 - PRODUCTS
2.1 MAT�RTALS
A. Epoxy Graut:
1. Use prepackagea, solvent-free, mois#ure inseilsitive, high strength epaxy
gt•out.
2. Proauct and Ma��ufacturer: Provide one of the following:
a. �uco Hi�h Stre�l�,th Grout, as manufactured by The Euclid C1leinical
Company,
b. 5ikadur 42 Grdut Pak, as manufactur�d by Sika Corporation.
c. Five Stax Epoxy Gz•out by Five 5tar Products, Incarporated.
d. Or �qual.
B. Noi�sl�xiillc Grout:
1. Prepackaged no�1-staanirag cei��entious grout, which shal� rne�t the minimuzn
requirements of CRD C-621 and requiring only the addition o� �vater at the
jobsite. � -
2. Praduct and Manufacturer: Provide one of the �ollowing;
a. Euco N-S, as �nanufactured by The Eticlid Chemical Company.
b, Mastezflow �28, as n�ai�ufactur�d by Master Buildexs, Incorparated.
c. Silca Grotiit 2I2, as nlanufactured by Sika Cazporation.
d. �r equal.
3 c siaod 03600-2
City of Ft. Worth
West Side IV Project — Pump Station
GROUT
C. Grout Fill: Prepare design mixes of ordi��ary cement grout. Mixes subject ta the
follawing limitations:
1. Cement:
a. Portland ceinent, ASTM C150, Type I.
2. Aggregat�s: ASTM C33 and as herein specified.
a. Do �1ot use aggregates cantaining soluble salts or other substances sucln
as irnn sulydes, pyrite, n�arcasite, ochre, or other materia�s that can
cause stains on expased conerete surfaces.
b. Fine A�gre�ate: Clean, sharp, natural sand free from loam, c�ay, lumps
or other deleteriaus substances.
1) Du�ie sand, bank run sand and manufactured sand are not accept-
able.
c. Coarse Aggregate: Clean, uncoated, processed aggregate containing no
clay, mud, loam., ar fareign matter, as follows:
1} Crushed stone, processed f'rom natural rock or ston�.
2) Waslied gravel, eithez natura� ar crushed. Use of slag and pit or
bank run �ravel is not permitted.
3} Coars� Aggregate Size: Size to be ASTM C33, No. 7 for Class
'B" grout. Coarse aggr�gate not penl�itted in Class "A" gxout.
3. Admixtures: Pro�ide admixtures produced by established reputable
manufacturers, a��d use in compliance with the manufacturer's printed
instruction. Do not use admixtures, which have not been incorporated and
tested in the accepted mzxes, unless otherwise authorized in writing by
ENGIN��R. Refer to Section 4330� for additional admixtures
requirements.
4. Proportionzng and Design of Mixes: Prepare design mixes for each class of
grout. Mixes subject to the following limitations:
a. Class "A" Grout:
1) Specified 28-day Campressive Strength: 4,000 psi.
2) Maximum Water-Cement Ratio by VVeight: 0.45.
3) Fine Aggregate rneeting ASTM C33.
�) Air Content Percentage: 9f 1%.
5) Mii�iinuin Cement Cantei�t in Pounds per Cubie Yard: 658.
b. Class "B" Grout:
1} Specified 28-day Compressive Strength: 3,000 psi.
2) Maximum Water-Cement Ratio by Weight: 0.50.
3) Fine and Coarse Aggre�ate (Na. 7) meeting ASTM C33.
4) Air Cantent Percentage: 7f1%.
5) Minimum Ceznent Caz�tent in Pounds pex Cubic Yard: 611.
Use arn independent testing company acceptable io ENGINEER for
preparing and i•eporting proposed mix designs.
a. TIae testing enmpany shall not be the sanze as used for field quality
co�rtrol iesting unl�ss approved by ENGINEER.
�is�oos 036Q0�3
City ofFt,Worth
West Side IV Prflject — Purnp Statian
GROUT
6. Proportion m�xes by eitller Iaboratary trial batch ar field e�erience
n�etl�ods, using ina#erials to be employed nn the Project %r grout required.
Comply with ACI 211.1 and report to ENGII�iEER the foZlowing data:
a, Complete identification af aggxegate source of supply.
b� Tests of aggregates for con3pIiance with specified requirements.
c. Sca�e weight of each aggregate.
d. �bsorbed water in each aggregate.
e. Brand, type aild compflsition of cement.
f. Brand, type and amount nf each admixture.
g. Arnou�rts of water used in trial mixes.
h. Prap��-tioi�s of each material per cubic yard.
i. Gross wei�ht and yield per cubic yard of trial niixtures.
j . Measured slu�np.
k. Measured air content.
1. Coinpressive strength developEd at 7 days and 28 da�s, fram not less
ihan 3 test specimens cast far each 7-day and 28-day test, and for each
design inix.
7. Submi# written reports to ENGINE�R of proposed mix of grout at l�ast 30
days prior to start af Work. Do ilot begin grout production until mixes have
been approved by ENGINEER.
8. Laboratary Trial Batclies: When Iaboratory trial batches are used to sel�ct
grout proportions, prepare test specirnens and conduct strength tests as
specified in AC� 301, Chapter 4- Proportioning. However, 4,000-psi mixes
i�eed not be desigi7ed for greater than 5,2D0 psi, and 3,000-psi mixes need
i7ot be desig�sed for greater ilian 4,2a0 psi, regardiess of the production
facilities standard de�iation.
9. Field �xperiei�ce Method: When iield experience inethods are used to select
g�•out proporiio77s, esiablisll propflrtions as specified in ACI 301, Chapter 4.
10. Admixtures: Use air-eratraining admixtur� in all grout. Provide not less
than 4-112 percent nox inpre th�n 7-1/2 percent entrained air. Use amounts
of adinixtuxes as xeconamended by the ma��ufacturer for climatic conditions
prevailing at tl�e tiine of placi�lg. Adjust quantities and types of adrnixtures
as required to inaintain quality contra�. Do aioi use admixtures which have
iaot been incorporated and tested in the accepted design mix, unless
otherwise a�ttl�orized in vvri#ing by ENGIN�ER.
11. Slump Limits: Proportion and desi�n rnixes to result in grout slump at the
poi��t of placen�ent of not more tI�an 5 inches.
D. Water:
1. Use clean, fi•esh, patable water free from injurious amounts of oils, acids,
alkalies or organic matter.
3is�oo6 03600-4
City of Ft. Worth
West Side IV Project—Pump Station
PART 3 - EXECUTION
3.I 1NSPECTjON
GROUT
A. C�NTRACTOR and l�is insialler shall examine the substrate and conditio�,s
under whic.l� grout is to be placed, an�l notify ENGINEER zn writing af
unsatisfactory conditions. Do not proceed wiil� the V+Tork until unsatisfactory
Gonditions laave been corrected in a manner acceptable to ENGINEER.
�.2 INSTALLATION
A. General:
1. Place grout as sl�own and in accardance with i���i�ufacturer's instructions. If
inan.ufacturer's instructions conflict with the Specifications do no# proceed
ui�til ENGINEER provides clarificatian.
2. Drypacicing will not be permitted,
3. Manufacturers of proprze#ary produets shall inake available upon 72 hotus
r�otification th� services of a qualified, full tirne ernployee to aid in assuring
proper use of the product under job conditions.
4. Ptacing grout shall coz�form to temperature and weather limitations in
Section 03304.
B. Colun�ns, Beams and Mec�anical Equipment Bases:
1. After shimming mechanieal equipznent aver 30 horsepawer to proper
elevation, securely tigl�ten anchar bolts, Properly form arourid the base
plates, allowiug sufficient raom around the edges far placing the grout.
Adequate deptl� between flie bottam af the base plate �nd tale top of concrete
base must be pxovided to assure tlsat the void is coriapletely filled with the
epoxy graut.
2. �1fter shimming znechanical equipment under 30 hoz-sepower to proper
e�evati4n, secureIy tighten anchar balts. Prc��erly forrn around the base
plates, allowing sufficient roam araund the edges for placing the grout.
Adec�uate depth between the battom o�the base plate and the top of cancrete
base must be provided to assure that the vaid is completely filled with the
non-shrink graut.
3. After shin�rr�ing columns, �eams and tanks to proper elevafion, securely
tighten anchar ba�ts. Praperly form araund the base p2ates allowing
sYi�cien.t raom around the edges for placa�ag the grout. Ac�equa#� depth
be��veen the battom of th� base plate and the top of canerete base must be
provided to assure that the void is completely flled with the non-shrink
grout.
C. Grouf Fill Aroui�d Reiilforce�meut in Masonry Work:
31810Q6 o�saas
City of Ft.Worth
West Side TV Project — Pump Station
GROUT
1. Provide ordinary Class "B" ceinent grout fnr grout fill iz� masonry Iintels,
bond beams, plasters and around reinforceme�t in �valls. Site mixing of
�rout is acceptable. Use of water reducing adn�ixture not re�uired.
3.3 FIELD QUALTTY CONTRQL
A. Re#ain ai� indepe��de�rt testing �aboratory to perform field qua�ity coaltral testing
an groltt fill acceptable ta ENGIN�ER. Testing lab wil] ���ake slump tests and wilI
direct the i�uinber oFt�sts and cylif7ders required. Testing l�b shall nzake sta�zdard
con�pressian test cylinders and entrained air tests as specified below.
CONTRACTOR sl�all furnish aIl necessary assistai�ce required by the t�sting 1ab.
Testing lab shall also fu��nisl� all ]abor, material and equipn�ent xequired includii�g
col�es, rods, molds, air tester, thermometer, and alI other incidentals required.
AbovE t�liIl be subject to approval by �NGINEER. CONTRACT4R shall furnish
temperature controIled storage box aiid all necessary accessories rec�uired to
properly px-otect and c�ire cylirlders on site as requir�d by tl�e testing Iab.
S. Quali#y Cox�tz-aI Testing Durin� Canstruction:
1. Pe��forxai sampli��g and testing for feld quality cox�trol during the plac�ment
of grout, as follows:
a. Sampling Fresh Grout: ASTM C 172.
b. Slump: ASTM C 143; ane test %r each grout Ioad at paint of discharge
from tI'LtCI{; aild ox�e for each set of cozaipressive strength test
specitncns.
c. Air Content: ASTM C 231; one far every otlzer �rout load at paint of
discharge fi•om truek, ar when required by an indication of change.
d. Compressive Strength Tests: ASTM C 39; oile set of compression
cyliilders ar eubes far each 5 cubic 3�ards of grout fill or fraction
tllereof, of each fnix design placed in any on� day or for each 2,SQ0
sc�uare feet of surface area placed; � specimen tested at '7 days, and 2
speeimens #ested at 28 days.
1) Adjust t71ix if test results are unsatisfactory and resubn�it for
ENGINEER's approval.
2) Grout wllich does nat nieet tlie stre�igih requirements is �ubject to
rejection and reia�oval froni the Work, or to other such correctiv�
ineasure� as directed by the ENGINEER, at the expense of the
CONTRACTOR.
e. Campression Test Specimens: ASTM C 31; ���alce ane set of 3 standard
cylinders or cubes for each coz�apressive �ti-ei�gtl� test, unless otherwise
direc#ed.
1) Cast, store and cure specimens a� specified in ASTM C 31.
f. Grout Temperature: Test hourly when air teznperature is 40 F and
below, and when 80 F az�d above; anc� each time a set of compression
test specimeris is made.
3181066 � � (� �-S
City of Ft. Worth
West Sicle IV Praject — Pump 5tation
GROUT
Z. TUe tesiin� Iaboratory will submit ceY•tified copies of test results direetly to
the ENGINEER and the CONTRACTOR wiihiz� 24 hours aftex iests are
made.
C. Evaluation ofQuaiity Cantr�l Tests:
1. Do� i�ot use graut deIi��ered to the fi��al paint af placement wl�ich has slump
ar total air content outside the specif ed values.
2. Far �rout �ll less than G inches thicic use Class "A" grout fill. Far graut fill
�,reater than �} inclles thick use Class "B" grout fill.
3. Fcar G�ass "B" grout filI, compressive strengih tests fax labaratary-cured
cylix�ders wilI be cr�nsidered satisfactary if the averages of all �ets af three
eonsecutive campressive strengt� tests results equal or exceed the 28 day
design. compressive str�ngth of the typ� or class of grout; and, no individual
stren�il� #est fall� beIow the required compressive strength by more than SQO
psi.
a. Wl�eze questio�aable reld canditioi�s may exist during placing grout ar
immediateiy thereaft�r, strength tests of s�eeimens cured under field
conditians will be req�tired by the ENGINEER ta check the adequacy
of curing and pratecting of the grout placed. Specrmens shal� be molded
at the san�e time and fram the same samples as the laboratory cured
specimens,
1) Provide in�praved means anci procedures for protecting grout
whez� the 28 day campressive strengt3� of field-cured cyIinders is
less thazl 85 percei�t a�campanion labaratory-cured cyliziders.
2) W11en laboratary-cured cylinder strengths are appreciably �ii�her
than the n�inirnum required compressive strength, fieid-cured
cyli�7der stz•ei�gths need not exceed the minimuin requixed
connpressive strength by more than 500 psi even thaugh the 8S
percent criterian is not mei.
3) Tf individual te�#s of laboratory�cured sp�cimens produce
strengths mare than SQO psi betow t11e required minimum
com�ressive strength, ar if tests of field-cured cylinders indicate
deficsencies in protection and curing, provide additional measures
ta assure tl�at the load-bearii�g capacity of the structure is not
jeapardized. I�` the likelihaod of law-strength grc�ut is confirmed
and computations indicate the laad-b�aring capacity may have
bee�i significa�rtly reduced, tests of cares drilled from the area in
question will be required at tl�e CONTRACTOR's expense.
b. If tl7e cailapressive strength tests fazl to rneet t�e rnizumuzn requirernents
specified, tlle grout represented by st�ch tesfs will be considered
deiicient in streil�th and subject to replacement, reconstruction or to
ather aetio�� ap�raved by ENGTNEER.
3� 8 i aa6 0360Q-7
City of Ft,Worth GROUT
West 5ide IV 1'roj�ct — Pun1p Station
-�+ LND f�F SECTION ++
3181006 o�6oa-s
�
City of Fort Worth
West Side N Pruject - Pump Station
PART 1 - GENERAL
1.I DESCRIl'TION
SECTION 04000
MASONRY
MASONRY
A. Scope:
1. C�NTRA,CTQR sha11 provide a111abor, materials, equipment and incidentals as
showri, specified and required ta fizrnish concrete unit masonry Work. The
work also includes:
a. Providing openings in unit masonry construction to accommodate the
Work under this and other Sections and building into the unit masonry
canstruction all items such as sleeves, anchox bolts, inserts and all othex
items ta be embeddsd in unit masonry construction for which placement is
nat specifically provided under other Sections.
$. Coozdination:
1. Review installation procedures under other Sectians and coordinate the
installation of items that rx�ust be installed vwith the unit masonry construction
Work.
2. Unit masoruy construction "Work adwanced without b�ilt-iz� flashings and other
built-in Wark shall be removEd and rebuilt at no additional expense to OWNER
even if discovered after unit mascsnry construction Wark has been completed.
3. Caordinate the Wark oi other Secrions to avoid delay o� the unit rnasonty
constniction Work.
C. Related Sections:
1. �ection 09900, Painting.
1.2 OUALITY AS�URAI�CE
A. Allowable Tolerances: Far unfilled ground face cancrete masonry units provide the
following:
1. Face Dimension: The total vari�tion in the finished and installed face
dimensions ❑f the units shall be not more than 1/16 inch between the largest
and smallest units in any lot a� �ach size.
2. Distortion: The distortion of the plane and edges of the face of izadividual u�nits,
as insialled inthe Work, from the correspondmg plane surface and edges ofthe
prefaeec� concx�te masonry unit shall not exceed i/15 inch,
31810Q6 �'��Qfl-�.
City of Fort Worth
Wesf Side N Project - Purnp Statian
MAS ONRY
3. Top and Battom Su��faces: Ground to provide finish height of 7-51$-inches
1116-inch.
B. Codes: Connply with app�icable requirements of the State and LocaT BuiIding Code
for types of concrete unit masonry shown and specifed.
C. Source Quality Control;
1. Obtain each type of concrete masoru-y units from one manufaeturer, cured by
one process and ofuniform texture and colar or in an established unifarm blend
thereoi
Z. Do not change source or branc3s of mortaar materials during the course of the
Wark.
3. Where question of compliance to the requirements of this Section arise the
mortar properties speci�cation shall take precedezace o�er the mortar proportion
specif cations.
4. No change shall be made in the proporfions established %r mortar accepted
under the property specifications nnr shall matex-ials with different physical
characteristics be utilized in morta� used in the Work unless complaance with
the requirements of the property specifieations is re-established by �hog
Drawing data submission to ENGINEER.
5. Two air-entraining materials shall not be eombined in martar.
D. Ref�rence Standa;�ds: Cainply with applicable pro�isions and recommendations af
the �ollowing, except as atherwise shown oz specified.
1. ASTM C 5, Quicklime for Structural Purposes.
2. ASTM C 33, Concrete Aggz-egates.
3. ASTM C 67, Sampling and Testing Brick and Structural Clay Tile.
4. ASTM C 90, Hollow Load-Bearing Concreie Masonry Units.
5. A�TM C 91, Masonry Cement.
fi. ASTM C 136, Sie�e or Screen Analysis of Fine and Coarse Aggr�gates.
7. ASTM C 144, Aggregate for Masonry Mortar.
8. ASTM C 15Q, Portland Cernent.
9. ASTM C 207, Hydrated Lime for Masosuy Purposes.
1Q. ASTM C 270, Martar for Unit Masonry.
11. ASTM C 331, Lightweight Aggregates for Concrete Masonry Units.
l2. ASTM C�0�}, A�gregates �ax Masonry Grauts.
13, ASTM C 426, Drying Shrinkage of Concrete Block.
14. A�TM E 84, Standard Method of Test for Surface Burning Characteristics of
Building Materials.
15. ASTM E 119, Fire Tests of B�ilding Cnnstz-uction and Materials.
16, iTL Design. Numbers U901 through U908.
3isiood 04000-2
.i
Caiy ofFort Worth
West Side IV Project - Pump 5tation
1.� SYJBMITTALS
MASONRY
A. Samples: Subrr�it �'or approval the fallowing:
I. Each type of concrete masonry unit specified. 5elect each type of concrete
masonry unit ta shaw the range of color and texture which can be expected in
the finished Wark,
2. ENGINEER'S review will be for color and texture on1y. Compliance witl� alI
other requiremer�ts is the exclusive responsibiliiy af C�NTRACTOR.
B. Shop I3rawings: Submit far approval the followin,g:
1. Copies afmanufacturer's specifications and test data far each type af concrete
masanry unit specified, including certificatian that each type of conerete
masonry unit complies with the specified requirements. Inc�ude instntctions far
handling, storage, installation and protection of eacl� type of concrete masonry
UI]lt.
I 2. Camplete layout of all masonry wal�s showing modular planning and a11 special
shapes to be used i� the Work. Show all details for each condition encauntered
in the VVork. Provide plans and e�evation at 114-inch scale and details at 1-112-
inch scale.
3. Subrnit for approval, capies of manufacturer's specifications and instructions
for each rn.anufactured product.
�. Complete Iayout of all mason�y waZls showing modulaz' planning and all special
shapes to be used in the Work. Sho�v all deiai�s for each condition encouaniered
in the Work. Provide plans and elevations dzawn at 1/4 inch scale and details
drawn at 1-1/2 ineh scale. Shovv all items required to he built into unit masonry
constru�tion'Wark.
5. Shop Drawings showing the location, extent and accurate configuration and
profile of all ite�ns shawn, specified and required by this and ofher sections to
be buili into the unit masonry consiruction Wark as the Wark progresses.
6. Shop Drawing for fabrication, bending, and placerr�ent of reinforciz�g bar,s.
Show taar schedules, diagrarns of �ent bars, stirrup spacing, lateral ties and
_ other arxangements and assemblies as rec�uired for fabzication anc� placement flf
reinfozcing for unii masonry construction Work.
�.4 PRODUCT DELNERY. STORAGE AND HANDLIlVG
A. Delivery of Materials;
1. Deliver concrete masor�y units in original �ackages and pallets, plainly znarked
with identifieation of materials and rnanufacturer.
2. Deliver reinforcing to the site, bundled, tagged and marked. Use me�al tags
indicating size, Iengths and other rnarkizags shown on. approved Shop Drawings.
3 i si ao6 Q�4000-3
City of Fort Worth
West Side N Project - Pump Station
MASONRY
B. Storage of Materials:
1. Store arad cover concrete masonry units ta prevent dainage such as chipping,
moisture absorption and staining.
2. Protect masoza�y materials during storage and construction with a properly
erected sheltez frona wetting by rain, snow or giround water and from soiIage or
intermixture with earth or other materials,
3. Maintain temperatur�s in shelter so that masonry materials are above 20°F
when laid.
C. Handling Materials;
1. Haz�dle materials in a manner �hat minimizes chips, cracks, vaids,
discolorations or ather defects which might be visible or cause staining in
finished Work,
1.5 JOB CONDITIONS
A. Site Facilities: Su�plemental heat 5011T'C8S as xnay be requir�d should
CONTRACTQR wish to cantinue unit masonry construction Work in cold weather
are not available at tlae project site. The provisian of a11 suppiemenfal heat energy
souz�ces and equipment is the responsibility of CONTRACTOR.
B. Environmental Requizements:
l.. Do not place any unit masonry constz-uction Work �her� air temperature is
belotiv 2$°F on a rising temperature or below 36°F on falling temperatures
wiihout temporary heated enclosures or without h�ating znaterials or other
precautions necessary to prevent freezing as specified in 1.4.C. below,
2. No frozen �aterials shall be used nor shall frozen unit masonry construction
Work be built upon.
3. Remove and replace alI unit mas�onry construction Work damaged by frost or
freezing.
C. Protection:
1. Prntect alI unit masanry construction Work against fr�ezing for at least 48
hours after being placed.
�. M�an Daily Air Ter�perature 40°F to 32°F: Protect unit masanry
construction Vt�'ork from rain or snow for 48 hours after installation.
b. Mean Daily Air Temperature 32°F to 2S°F: Completely cover uni�
masonry cons#ruction Work for 48 hours after znstallation.
c. Mean Daily Temperafuz�e 25°F to 20°F; Completely covez' unit masonzy
construction Wark with insulating blankets for 4$ hoursa
3]S1U06 o4aoa4
City of Fort Worth
West Side IV Project - Pump Station
MAS ONRY
d, Mean Daily Air Temperature 20°F and Below: Maintain unit masonry
construction Work abo�e 32°F for 48 hours by enclosure and
supplementaiy heat.
2. Protect partially campleted masozuy against rapid heat loss and from water
entering m�asonry, when Wark is not in progress, by covering top of walls with
strong, waterproof, nonstaining mernbrane. Extend membrane at least 2 feet
down both sides of walls and secure in place using wall cover clamps spaced at
intervals of 4 feet-0 inches and at each end and joint of covering.
D. Cold Weather Unii 1Vlasonry Construction Work:
1. All mortar for use in unit masonry construetion Wark when the mean daily
temperature is below 44°F shall be portland cement- lirne-sand mortars using
high early strengtn portland cement.
2. Clay or shale unit masonry with suctions in excess of 20 grams per 30 square
inches shall be sprinkled w�th heated water just prior to laying. Pravide water
ternperature above 70°F when units are abo�e 32°F. Water ternperature shall be
above l20°F when temperature of nn�its are below 32°F.
3. Air TempErature a4°F to 32°F: Heat sand ox mixing water to minimum of 70°F
and xnaximum of 160°F.
4. Air Temperature 32°F to 25°F: Heat sand and mixing water to mininnum of
70°F and ma�cimum of 1{0°F.
5. Air Temperaiure 25°F to 20°F: Heat sand and mzxing v►�ater ta minimum of
70°F and maximum of 160°F. Provide heat on both sides of wall under
canstruction. Employ wind breaks when wind "zs in excess of IS mph.
6. Air Temperature 20°F and Below: Heat sand and mixing wateX to minimum of
70°F and rnaximu�a of 1 b0°F. Pro�ide enclosure and auxiliary heaf to maintain
air temperature �bove 32°F. Temperat��re af mas�z�zy units when laid sha11 not
be less thaz� 20°F.
E. I�ot Weather Unit Masonry Construction Work: Protect unit rnasonry canstruction
Woz-k by rnethods acceptable to ENGINEER, from d'uect exposure to wind and sun
when the surrounding air temperature is 99°F in the s�ade vvith relaiive hutnidity less
tl�an 50 percent.
PART 2 - PRODUGTS
2.1 MORTAR MATER7ALS
A, Portlar�d Cement: Provide the following for portland cement-lime mortars:
l. ASTM C 150, Type I.
3183 OD6 Q�Q �Q-�
City of F�rt Wortk� 1VIASpNRy
West Side TV Project - Pump Statian
2. Use ASTM C 15�, Type III, high early stren�th, for laying mason�y when
outside temperaiure is less tb.an SO°F.
3. Provide nonstaining portlarad ceznen� of natural color.
B. Masonry Cement: Provide th� following for masonry cemen� mortaxs:
1. ASTM C 91, Type S; proportioned as specified to comply with ASTM C 270.
2. Maximum Azr Content, ASTM C 91; 1 S percent.
3. Non-staining,
C. Hydrated Lime: ASTM C 207, Type 5, or lime putty ASTM C 5.
D, Sa�nd Aggregates:
1. ASTM C 144, except for joinis less than 1/4 inch use aggregate graded with
100 percent passing the No. 16 sieve.
2. Fine Aggregate for Grout; Sand, ASTM C�Q4, Size No. 1.
3. Caurse Aggregate for Grout: ASTIVX C 4d4, 5ize No. S or Size No. 89.
E. Water: Free from injurious amounts oi oiJs, acids, alkalis, or arganic matter, and
clean, fresh and potable.
2_2 MORTAR MTXES
A. Genera�:
1. Anti-Freeze Admixture or Agents: Not permitted.
2. Calcium Chloride: Not permitted.
B. Mortar for Unit 1Wlasonry: Comply wiih ASTM C 270, Table 2, excep# Iimit
matez-ials to those specified herein, do not substitute ASTM C 91 masonry cement far
ASTM C 150 portland cezneni witlaout an approved Shop Drawing review by
ENGINEER, and limit cement to lime ratio by volume as follows:
1. Type S:
a. Pravide the �'ollowang praportions by volume;
1) Portland Cement: 1 part.
2) Hydrated Lime ar Lime PUtty: Over 1/4 to 1/2 ma�cimum,
3} Aggregate Ratio {Measui•ed in Dainp Loose Condition): Not Iess
than 2-1/4 and not nr�ore than 3 times the sum of the valuz�ries �f
cement and lime.
b. Provide the fol�owing proportions by valume:
1) Portland Cement: 1/2 part.
2) Masanry Cement: 1 part.
3iazoo6 0�(}04-fi
City of �ort Woz'tb
West Side N Praject - Pump Statian
MASONRY
-. 3) Ag�regate Ratio {Measuzed in a Damp Loose Condition): Nat less
than 2-1/4 and not moz'e than 3 times the surr� of the volumes of
cement and lime.
� c. Property Speciiication:
, = 1} Avexage Compressive Strength, ASTM C 270: 1800 pounds per
square inch.
Z) Minimum Water Retention, ASTM C 270: 75 percent.
' 3) Max�murr� Air Content, ASTM C 270: 12 pe�rcent for portland
cemen#-lime mortars; 1$ percent for nnasonry cement mortars.
i
C. Grout:
1. Fine Grout:
a. Provide the following proportions by volume:
1) Portland Cemez�t: 1 part.
2) Hydrated Lime or Lime Putty: 0 to 1/10 pa�rt.
3) Aggregate Ratio (Measured in a Damp Loose Condition): Sand; not
less than 2-1/� and not more thaz� 3 times the sum of the �olumes of
cement and lime.
b. Mix grouf to have a slump of 10-inches plus ar minus 1-inch, at time of
placement.
2. Coarse Grout:
a. Provide the followang proportions by volume:
1) Portland Cement: 1 part.
2) Hydrated Lime or Lime Putty: 0 to I/J.Q part.
3) Fine Aggregate Ratio (Measured in a Damp Loase Gondition):
Sand; not Iess than 2-1l4 and not more than 3 times the sum oithe
vQlumes of cement and Iime.
4) Caarse Aggregate Ratia: Not Zess than 1 and not more than 2 times
the surn af kh� volumes of cement and lime.
b. Mix grout ta have a slump af 10-inches plus ax minus 1-inch, at time of
placernent.
D. Colored Martar Pigments: provide the following for Portland cement-lime mortars:
1. Commercial iron oxide, manganese dioxide, ultramarine blue, chrorniurn oxide,
or carb�n black, compounded for use im m�rtar mixes.
2. Do not exceed piginent to cement ratios, by weight, of 1 to 35 for carbon black,
and 1 to 7 for other pigments.
3. Produci and rnanufacturer: Provide one of the following:
a. Truetone Mortar Colors by Frank D. Davzd Company Subsidiary,
Rockwood Industries Incorporated.
b. Sonabrite by Sonneborn Building Products Divisian, Rexnard Chemical
Products Incorporated.
3 i si oa6 04000-7
city of FQrt wortn
�Vest Side N Project - Pump Station
MASONRY
c. Or equal.
4. Submit complete selection of manufacturer's staz�darc� and custarn colors for
final selection by ENG]NEER.
E. Wafer: Free from injurious amounts af oils, acids, alkalis, or organic rnatter, and
clean, fresh and potable.
2.3 CONCRETE MASONRY UNITS
A. General: Where concret� masonry units are shown or sp�cified, comply with the
following requirements.
B. Hollow Load-Bearing Concrete Masonzy Units: ASTM C 90.
C. Weight:
1. Provide lightweight units using concrete aggregates cornplying with ASTM C
331 producing dry net wei�ht of less than 1 Q5 pounds per cubic foot.
D. Sxze: Manufacturer's standard units with nominal face dimensio�s of 16-inches long
by $-incbes high by width (nominal dimez�sion) shown on pians (15-518-inches by
7-5/8-inches actual).
E. Exposed Faces: Provide manufacturer's standarct color and texture.
F. Provide two-core concrete rnasonry units.
G. Fro�ide units with integ��a1 calor. ENGTNEER will select a xnaximurn of 2 colors.
H. Waterproa�ng Adzx�ixture: Manufacturer all typea n�'concrete unit masanry, used in
canstruction of exteriar walls with an integ��a1 water�roo�ing ad�nixture as follows:
1, 11�Iatexial: Cross-linking acrylic polymer.
2. Proportion: In strict accordance with manufacturer's instr�ctions.
3. Product and Manufacturer: Provide one of th� following:
a. DRY-BLOCK System by Forrer Industries, a Unif of V4�.R. Grace &
Company Construction Products Division.
b. ADDIMENT Block Plus W-10 Sy�tem by Adc3iment Incorporated.
c. Or equal.
2.4 SPLIT-FACE CONCRETE MASONRY UNITS
A. General: in additian ta general requirements for all concrete masonry units, corn�ly
wifih the fallowing specific requirements for split-face concrete r�nasonry units.
318aoo� o�oao-s
City of Fort Warth
West Side N Project - Pump Station
MASONRY
B. Hollow Loadbearing Sp1it-Face Cancrete Masanry Units: Pravide �he following:
1. ASTM C 90.
2. Minimur�z� Compressive Strength: 3504 pounds per square inch average of five
units; 300� pounds per square inch minimum for an individual unit.
3. ASTM C 62, Grade SW.
4. ASTM C 426, Dry Shrinkage: 0.025 percent maximum average for five
spec�mens.
5. ASTM C 67, Saturatian Coefficient: 0.75 a�erage.
C. Color and Texture: Provide the following:
1. Split-face concret� units with integral color.
2. Manufacturer's comple#e selection of all standard and all custorn colors for
selection by ENGINEER.
3. Color, surface texture and aggregate uniform within the normal range
established by sample submission and as approved by ENGINEER.
4. ENGINEER will select a maximum of 4 colors and textu�res for the Work.
2.5 PROFII,E SPLTT-RIBBED CONCRETE MASONRY UNITS
A. General: In addi#ion to general requirements far ali conczete masonry units, comply
wiih the following �pecif c requirements f4r profile split-ribbed concrete masanry
unifs.
B. Hallow Loadbearing Profile Split-Ribbed Concrete Masanry Units: Pro�ride the
following:
1. ASTM C 90.
2. Minimum Compressive Stren�th: 3500 pounds pez square inch average af fi�e
units; 3000 pounds per square inch minirnunri for an individual unit.
3. ASTM C 62, Grade SW.
�4, AST'M C�26, Dry Shririka�e: 0.025 percent maximum average for five
specime:a.s,
5. ASTM C 67, Saturation Coefficient: 0.75 averaga.
C. Co1or and Rib Fattern: Provide the follawing:
1.. Profile split-ribbed units vvith integral color.
2. Manufacturer's complete selection o� all standard and custom colors for final
selection by ENGINEER.
3. Color, surface texture az�d aggregate uniform within the normal range
established by sainple submission as approved by ENGINEER. ENGINEER
will select a maximum af 2 colors and �extures �or the Work.
4. Provide 8 vertical ribs per 16-inch length o�block.
318i0f18 04(�OQ-9
City of Fort Worth
West Side N Project - Pump Station
2.6 MASONRY ACCESSOWES
MASONRY
A. Continuous Horizontal Wire Reinforcing and Ti�s for Ma�onry; Provide �he
following unless ot�erwise shown:
X. G¢neral: Welded wire units pre�abricated in strai�ht lengths ofnot less than 10
fe�t, with matching corner "L" anc! intersection "T" vnits. Fabricate from
cold-drawn steel wire com�lying with ASTM A 82, with deformed continuous
9 gage side rods and plain 9 gage cross rods, crimped for cavity wall
canstruction, with unit r�idth af 1-112 to 2 inches less than thic�ess of wall ar
partition. Al] reinforcing and ties shall be hot dipped galvanized after
fabrication with 1.5 ounces per square foot of zinc coating complying with
ASTM A 153, Class B-2 unless othe�rwise specified,
2. For single-wythe masonry, use units fabricafed as follows:
a. Truss-type fabricated with one horizontal rod l�eneath each unit masonry
sk�e1l wa11 and continuous diagonal eross-rods spaced not rnore than 16
inches an centers.
b. Product and Manufacturer: Provide one of the following:
1) Lax All Truss Reinforcement with #120 Truss-Mesh and 140 Tvvin
Mesh Hohmann & Barnard, Incorporated.
2) Or equaZ. •
B. Miscellaneous Masonry Accessori�s: Pravide the following where shown:
1. Compressible Filler: Provide watertight joint filler where unit zn�asonty
canstruction abutts structurai frazx�.ework members, and as shown. Provide #he
following:
a. Potyurethane �oaxn strip saturated wvith polybutylene waterproofing
material which when installed at a compression ratio of 2 to 1 is
impermeable to water.
b. Resilient to -40 F witk� 100 percent movement recavery.
c. Elongation of 14Q percent with a tensi�e strength of not less than 53
pound� pex square inch.
b. 1'roduct and Manufacturer: Provide one of ihe following: '
l.) Polytite Standard by Palytite Manufacturing Corporation.
2) Ox equal.
2. Masonry Control Joint Components; Provide t1�e following:
a. Neoprene B��QWS�Ty]]� 7oint Str�ps: B�llows-type strip made from
I/I6-inch cured, calendez-ed neoprene with perforated flanges.
1) Produc# and Manufacturer; Provide one of tbe following:
a) Expand-O-Ga�d WS �y Schuller International, Incarporated.
b) Or eqnal.
31810D6 Q4�QQ-1 �
City of Fort Worth
West 5ide N Project - Pump Statian
MASDNRY
b. Freznalded Control Joint Strips: Pravide cornplete selection af solid
extruded rubber strips with a Shore A durometer �ardness of 80 to 90
� camplying with ASTM D 2240, designed to f t standard sash block and
� maintain lateral stability in masonzy wall. Size and conf guration shall be
as shorvn.
1} Product and Manufacturer: Pro�ide one of the following:
a) #RS Series - Rubber Control ]oirats by Hohmann & Barnard,
� Incorporated.
b} Or equal.
c. SEalants: Refer to Section 0'1920.
3. WEep Holes: Pravide the following:
a. Rectangular 3/S-inch wide by 1-1/2-inches high 3-1/2-inches long clear
buiyrate tubes.
b. Praduct and Manufacturer: Provide one of the following:
1) #342 - P�astic Wee� Holes by Hohmann & Barnard, Incorporated.
2) �r equal.
4. Cavity Fill Mesh: Provide the fallowing:
a. Monofilament screen ofpolypropylene polymers 1/4-inchmesh �ardware
cloth. Install belo�v all block courses that are to be filled with mortar.
b. Praduct and Manufacturer: Provide one of the following:
1} #MGS - Mortar/Grout Screen by Hohmann & Barnard, Tncorporated.
2) Or equal.
PART 3 - EXECUTI�N
3.1 INSPECTION
A. CONTRACT�R and his install�r shall examine areas and conditic�ns under which
unit �nasoruy construction Work is to be insia�led, and notify ENGINEER of
unsatisfactory conditions. Do not proceed with the Work until unsatisfactory condi-
tions have been corrected in a xnanner acceptable to ENGINEER.
3.2 MORTAR PREPARATION
A. Measurement of Materials:
1. Cenraent and Hydrated Lime: Batched by the bag.
2. Sand: Batched by volurne in suitably calibrated containers, provided proper
a�lowance is made for bulking and consoIidation and for weight per cubic foot,
of contain.ed moisture.
3. Propartion of Valumetric Mixtures: One 94-pound sack of portland cement
and one 50-pound sack of hydrated 1im� constitute nominal one cubic foot.
4. Shavel measurement: Not perrr�atted.
�igina6 04000-11
City of Fort Worth
West Side IV Project - Pump Station
MASONRY
B. Mortar Mixing:
1. Type of Mixer: Machine mix in approved mixer in which the quantity af water
is accu�'ately and �nifarmYy controlled.
2. While mixer is i� aperation add approximately 3/4 the required water, 1/2 the
sand, al� the cernent, then add remainder o£sand.
3. Allow batch to mix briefly then add water in small quantities until satisfactory
workability is obtained.
4. Mix for not Iess than five minutes after alZ materials have been aaded.
5. Hydrated Lim� for Mortar Requiring Lime Co�tent: Use dry-mix method.
Turn over together the materials far each batch until the even calax' of the
mixed, dzy materials indicates that cementitious material has been thoroughly
distributed throughout the mass, then add vcrater to obtain required plasticity.
6. Lime puity if approved far use shall be prepared in accordance with ASTM C
7. 'I'he mixer drum shall be cozrlpletely emptied before recharging the next ba#ch.
8. Limit bateh size to avoid reternpering. Retempering of mortar s�all not be
permitted.
3.3 CONCRETE UNIT MASONRY PREPAR.ATION
A. Wetting aFMasonry Units:
1. Use wetting methods which ensuxe fhat each masonry unit is nearly saturated
hut surface dry when laid.
2. Except for absorbent units specified to be wette�, lay masonry units dry. Da
not wet concrete masozury uz�its.
B. Cleaning Reinforcexnent: Before being placed, remove aII loose rust, mill scale,
earth, ice and other coatings (except galvanizing) from reinforcement. Do not use
reinforcing bars with kinks or bends not shown on Drawings or approved Shop
Draw ings, o:r bars with reduceci cross-section due to excessive rusting or other
causes.
3.4 INSTALLATI�N. GENERAL
A. Thickness: Build single-wy�lie walZs to thc actual thickness of the masonry units,
using units of norninal thickness shown or specified.
B. Build chases and recesses as shown or requixed by others. Refer to paragraph 1.1.B.
herein far the requirements of coordination with others. Pxovide not Iess than 8
inches of masonxy between chase flr recess and jamb af openings, and between
adjacen# chases and recesses.
3isiao6 04000-12
City o£ Fort Worth
West 5ide N Pro}ect - Pump Station
MASONRY
C. Leave openings far equipment, piping, ducts, and other items ta be installed
subsequent to starting of masonry Work. After installation of said items, complete
unit masonry constz�uction Work to match Work immediately adjacent to openings.
D. Cut ma�onry units usin� motor driveza saws to pro�ide clean, sharp, �nchipped edges.
Cut units as required to provide pattem shown and to fit adjoining Work neatly. iJse
full size units without cutting wherever possible.
3.5 LAYING MASONRY WALLS
A. General:
1. Mortar Types: LTnless otherwise indicated, use mortar as specified and as
follows:
a. For all Work, use Type S mortar.
b. Use caarse grout fill for structuxal requirements and far grouting
rein.fozcing steel in unit masanry construction Work.
c. Da not use mortar which has begun to set ox if more than 1/2 hour has
elapsed since initial mixing. Reterr�per mortar during the 1/2-hour period
only as required to restore workability.
2. Layout walls in advance for accurate spacing of surface pattern bond with
uniform jaint widths and to pzoperly lacate openings, masnnry control joints,
returns and offsets. Avoid the use of less than �alf size units at corners, jambs
and wherever possible at other locatiqns.
3. Lay up wa�ls plumb and true to comply with specified tolerances, with courses
Ievel, accurately spaced and coordinated with ather Work.
4. Pattern Bond Concrete Unit Masonry:
a. Lay a11 interiar concrete unit masonry construc#ion Work visible in the
finished Work in running bond with vertical j�i�ts in each course centered
on uniis in courses above and below. Avoid #he use of less t.�an full size
units.
b. Band and interlock each coursc of each wytl�e at corners.
c. Do not use units w�t1a. less than S-incli horizontal face dimensions at
corners or jambs.
5. Interlock alternate courses at corners.
B. Mortar Bedding and Jointing: -
1. Lay solid masonry units with completely filled bed and head joint; butter ends
with sufficient mo�rtaz' to fill head joints and shove into place. Do not slush
head joints.
2. Lay hallow conerete masonry units wiih full mortar coverage on horizontal and
vertical face shells. Bed webs in mortar in starting course ofpiers, columns and
3181006 04000-13
City of Fart Worth
West Side IV �xoject - Pump Stativn
i��i/•�Y�]►�1
pilasters, and where adjacent to cells or cavities to be reinforced or �lled with
concrete or graut.
a. Maintain joint �uidths shown, except for minor variations required to
maintain pattern bond alig�ment. Lay walls with 3/8-inch joints.
3. Cut joints flush for masonry walls that are to be concealed or to be covered by
ather materials, except paint, unless otherwise shown.
4. Tool exposed joints, when mortar is "thumbprint" hard, slightly concave. Rake
out mortar in px-epaz-ation for application of calking or sealants where required.
5. Concave-tool exterior joints below g�rade.
6. Remove masonry units disturbed after laying; clean and ;reset in fresh naortar.
Do not pound coz-ners at jambs to fit stretcher units which have been set in
position. If adjustments are required, zemove units, clean off rnortar and reset
in fresh mortar.
C. Stopping and Resuming Work; Rake back 1/2-unit masaz�r� iengfh in each course;
do not tooth. Clean exposed surfaces of set masonxy, wet units lightly, i�zequired,
an� remove loase masonzy �nits and mortar prior to �aying new masonry.
D. Bui1t-in Work:
1. As the Work pz-ogresses, build in items shown, specified or required by others.
Refer to paragraph 1, �.B. herein fo:r the requirements of coordination with
others. �'ilI cares in one block widih soIidly with �asanzy around built-in
itexns.
2. Where built-in items are to be embedded in cores of �o11ow masonry units,
place a layer of cavity fill rnesh in the joint belaw and rad martaz or g�rout into
CO��.
E. Horizontal Joint Reinforcir�g:
1. Pravide continu�us hoz-izontal joint reinforcing as specified. Fully embed
longitudinal side rods in rnortar �'or their entire length with a min.iznuzn cover of
5/8 inch on exterior side of wall� and 112 inch at other locations. Lap rein-
�orcement a minimuz�zi of 6 inches at ends of units. Do nat bridge masonry
control jaints with reinforeing.
2. Reinforce all masonry walls with continuous horizontal joint reinfo:rcing u�less
speci�cally noted or specified to be omitted.
3. Pro�vide continuiry at corners and waIl intersections byuse ofprefabricated "L"
and "T" sections. Cut and bend units in accordance with xnan.ufacturer's written
instructions.
4. Space contizauous horizantal reinforcing as follows:
a, For single wythe walls, space reinforcing at 16" on centers verti�ally.
5. Reinforce rnasonry openings gxeater than l.2 inches wide, with horizontal joint
reinforcing placed in two horizontal jaints approximately S inches apart,
3is�oo� 0�4000-14
City of Fort Worth
West Side N Project - Pump Station
MASONRY
imnnediately above the lintel and immediately below the si11. Extend
reinforcing a minimum af 24 inches beyond jambs af the apening.
6. In addition to r�vall reizxforcing, provide additional reinforcing at openings as
required to comply with the above.
F. Lintels and Bond Beams:
1. Provide masonry lintels and bond beams where openings af 16 inches or more
are shown. Provide formed in place masonry lintels and bond b�ams.
Tennpararily suppart farmed-in-place linteZs anci bond beams.
a. Unless otherwise shown, pzovide one harizontal number six deformed
reinforcing bar for each 4 inches of wall thickness.
b. For hollow masonry unit walls, use specialty �ormed "U" shaped lintel and
bond beam �nits with reinforcing bars placed as sho�vn, filled with coarse
grout as specified.
2. Provide minimum bearing at each jamb of 8 inches for all openings.
3. On cancrete unit masanry walls where pattern band remains visually exposed,
increase rninimum bearing of nnasonry 1�ntels to maintain joint pattern of wall
and install so as to be indistinguishab�e fram surrounding masonry.
3.6 REPAIR. POINTING AND CLEANING,
A. Rernove and replace masonry units which are loose, chipped, bxoken, stained or
otherwise damaged, or if units da not match adjoining units as intended. Pravide
new units to match ad�oiz�ing units and install in fresh mortar or grout, pointed to
elimin.ate evidence of replacement.
�� B. Pointing: During the tooling af join�s, enlaz'ge anyvoids or �oles, exceptr�v�ep holes,
and completely fill with mortar. Point up al� joints at corners, openings and adjacent
Work to provide a neat, uniform appearance, properly prepared for application of
sealant compounds.
C. Cleaning Exposed, TJnglazed Masoz�zy Surfaces:
1. Final Cleaning: After mortar is thoro�aghly set and cured, clean sarrzple wall
area of approximately 20 square feet as described below. Obtain ENGINEER'S
acceptance of sample cleaning before praceeding to clean remainder of
masonry Work.
a. Dry clean to remove large particles of mortar using wood paddles and
scrappers. Use chisel. or wire brush if required.
b. Presoak wall by saturating r�ith water and flush off loose mortar and dirt.
c. Comply with the requirements and recommendations far "Cleaning Clay
Produets Masonry" of the Technical Nates on Brick and Tile Constnictian
sisioos 04000-15
City of Fort Worth
West Side N Project - Pump Station
MASONRY
by Brick Institute of America for the type of masonry and canditians
invol�ed in the Work.
d. Apply cleaners in cornpliance with manufacturer's instructions.
e. Protect otber Work from cleaning salution� and cleaning operations.
D. Pratection:
1. Protect the unit masoniy constz-uction Work from deteriaration, discoloration or
damage during subsequent construction operations.
3,7 FIELD OUALITY CONTR(3L,
A. Retair� an independent testing laboratory acceptable to ENGINEER, to take samples
anct conduct tests to evaluat� air entrainment, vvater retention and the cor�pliance of
materia�s with the Specificatians and to deterrnine the cornpressive strength af
mortaz' and �rout. Tests sha11 be conducte� in accardance wfth ASTM C 91. Tests
results shall be znade a�ailable to ENGINEER �rior to the comrnenc�ment of Work.
B. After the initial test, ENGIlV�ER will require a maximum of 5 additional tests ta be
conducted at his discretion,
+ + END OF SECTION + +
siatoa� 040Qfl-16
Ciiy of Fort Worth
West Side N Pzaject — Pump Stati�on
SECTION 05051
ANCHOR SYSTEMS
GENERAL
1.1 DESCRIPTION
ANCHOR SYSTEMS
A. Scope :
1. CONTRI4CTOR shall pro�i�e all labor, materials, equipment and
incidentals as shovvn, speci�ed and required to furnish and install anchor
bolts, expansion ancbors and cancr�te inserts
' B. Coordination:
1. This Section includes all bolts, anchors and inserts required for the Work
� but not specified under other Sections.
C. Related Sections:
1. Divisiaza 5, Metals.
2. Division 15, Mechanical.
3. Division 16, Electrical.
1.2 QUALTTY ASSLJR.ANCE
A. Re#'erence Standards: Cornply wiih the latest eciitioz� o� the applicable provisions
and recammendations of the following, except as otherwzse shown ar speci�ed:
1. ASTM A36, Structural Ste�l.
2. ASTM A 153, Zinc Coating (Hot-Dip) on Iron and Steel Ha�rd�nvare.
3. ASTM A 3Q7, Carbon Steel Externally Threaded Standard Fasteners.
4. ASTM A 386, Zinc Coating (Hot-Dip) on Assembled Steel Products.
5. ASTM A 525, General Requirements for Steel Shee�, Zino-Coated
. � (Galvanized) by the Hoi-Dip Process.
6. ASTM A 536, Ductile Iron Castings.
�� 7, ASTM A 570, Steel, Sheet and Strip, Carbon, Hot-Rolled, Structural
� Quality.
$. ASTM A 532, Free-Machining Stainless and Heat-Resisting Steel Bars,
' Hot-Ra11ed or Co1d-Finished.
9. ASTM B633, Electrodeposited Coatings of Zin.c on Iron and Steel.
1Q. Federal Specifica�ian FF-S-325 foz Concrete Expansion Anchors.
I 1. Federal5pecifications WW-H-171c for Malleable Iron.
B. Expansion anchars and inserts shall be UL or FM approved.
3�sioos 05051-1
City of Ft. Worth
West Side IV Praj ect — Puinp Station
1.3 SUBMITTALS
ANCHOR S�STEMS
A. Shop Drawings: �ubialit for approval the following:
1. Setting drawings ai�d templates for location and installation of anchorage
devices.
2. Copies of manufacturer'� specifications, �oad tables, dimen.sian diagrams
and installation instructions for the devices.
B. Sample�: Subn�it for approval the fal�awing:
1. Representati�e san7ples of bolts, anchors ai�d inserts as rnay be xequested by
the ENGTN�ER. His review will be for type and finish only. Compliance
with all other requirements is exclusive responsibility of CONTRACTOR.
PART 2 - PRODUCTS
2.1 DESIGN C12ITERIA
A. When the size, len�,th or load carrying capacity af an aa�chor bolt, expansion
anchor, or concxete insert is not shown on ih� Drar�vings, provzde the size, length
and capacity requiz-ed to cariy #he desi� load tiines a minimurn safety factar of
four.
B. Detern�ine design loads as foZlows:
1. Far equipn�ent ailchors, use the design 2oad recommend�d by the
manufacturer aild approved by the ENGINEER.
2. Far pipa hangers and supports, use ane half the total weight of pipe, fittings,
valves, accessories and water contained in pipe, between the hanger or
supp�rt in question and adjacent hangers and supports on bath sides.
3. Allowances fox vibration are included in the safety factor specified a�ove.
C. WI�ere expansion anchors are shown to be i�lstalled in coaicrete on the Dravvings,
�arovide expansion ancllors in interior Iocations. Use adhesive anchors in exteriox
locations.
2.2 MATERIALS
A. Anchor Bolts:
1. In interior locations provide steel anchor bolts, nuts, and washers which
connply vvith ASTM A36.
2. In exterior, submerged, ar buried Iocations pro�ide stainle�s steel anchor
bolts, nuts, and washers wllich coinply �vith ASTM AS$2, Type 304 or 316.
3. For equipment, provide an�hor bolts which meet the equipment
rrianufacturer's recornmendations for size, material, and strength.
318i006 05051-2
City of Ft. Worth
West Side IV Project — Pump Station
ANCHOR SYSTEMS
4. Provide anchor bolts as shown or as required to secure structural steel ta
concrete ar masonry.
5. Locate anc� accurateiy set tlae ay�char bolts using tempIates or other devi�es
as necessary.
', 6. Pratect threads and shank froin damage during installation of equipment and
' structural steel.
7. Conzpl� vuith required enlbedment len�th and necessazy anchor bolt
; � projection.
B. Wedge Expansion Anchors:
1. Where expansion arachors are slaawn to be installed in cancrete on the
Drawings, pro�ide wedge expansion anchors.
2. Wedge expansian anchors, nuts, a�ld washers shall be Type 3U4 or 3I6
sfainless steel ai�d meet the requireznents of Federal Specification FF-S-32S,
Group II, Type 4, Class 1 for concrete expansion anchors.
3. Product and Mailufacturex: Provide anchors by one of the following:
a. Hilti Kwik Bolt by Hilti Fastening Systeans, Inc.
b. Trubolt Wedge by ITW Ramset/Red Head, Inc.
a. Or equal.
C. Sleeve Expansion .Anchors:
1, Where expansian anchars axe shown to be installed in concrete masonry on
tl�e Drawings, provide sleeve �xpansion anchors.
2. Sleeve expansion anchars, nuts, and washers shall be Type 3Q4 or 316
stainless steel and meet the requizements of Federal Speeification FF-S-325,
Group II, Type 4, Class l. for expansinn anchors.
3. Product and Manufacturer; Provide anchors by one of the following:
a. Sleeve Anchors by Hilti Fastei�ing Systems, Inc.
b. Dynabolt S1e�ve by ITW RamsetlRed Head, Inc.
c. Or equal.
D. Drop-In Expansion Anchors:
1. Where Iight duty expaxzsian anchors, installed in conerete are required by
the CONTRACTOR to support pipe 2 inches diame#er and sxnaller and
conduit, provide propexly sized drop-in expansion anchors.
2. Drop-in expansion anchors shall be Type 304 ar 31 b stainless steel and meet
tl�e requirements of Federa� Specificatinn FF-S-325, Group VIII, Type 1, for
expansion shield anchors.
3. Product and Manufacturer: Pro�ide ancl�ors by one of the iallowing:
a. HDI Drop-In Anchor by Hilti Fastening Systems, Inc.
b. Multi-Set II Drop-In by ITW Ramset/Red H�ad, Inc.
c. Or equal.
318i0D6 ���$1-3
City of Ft. Worth
West Side N Project -- Punip Station
ANCHOR SYSTEI'vIS
E. Toggle Bolts:
I. Wiiere light duty toggle bolts, zz�stalled in llollow concrete inasanry, or
F�
3.
hollow concrete sIab units as shown on the Drawi�igs or as requixed by the
�ONTRACTOR to support pipe 2 inches dian�eter and �mallex and conduit,
provide pra�erly sized toggle bolts. Taggle bolts shall be Type 30� or 316
stainless steel.
Provide independent testing Iaboratory te�ts which shovv compliance with
specified pro�uct design capacities an tension and sheax.
Praduct and Marnifactur�r: Provide toggle bolts by one of the follawing:
a. Togglez Bolt i�y Hilti Fastenang Systern, Inc.
b. Rawl Toggle Bolt by The Rawlplug Co., Inc.
c. Or equal.
F. Adhesive Anchors:
1. Where adhesive anchors are slipwn ar required to be instailed 'ulta concrete,
adhesive inaterial shall be used �'ox the installatron of ail tllreaded rods.
2. Adhesive Materiai:
a. Capsule or injectable adhesive material shall be a two-cornponent
systern wiiich inc�udes a hardenex and a resin.
b. Product �ld Manufacturer: Provide adhesive material by one of the
foilawing;
1) HY 1 SO or IIVU capsule by Hilti Fastening Systezn�, I�e.
2) Power-Fast or N�edle-Capsule by Powers Fastening, Inc.
3) EpaYy-`Tie ET by Simpson St�ong-Tie, Inc.
4) Or equal.
3. Anchors:
a. In interiar locatioils, tl�e threaded rods, nuts, and washers shall be Type
3�4 or 31b stainless steel.
b. In exterior, submerged, or buried �ocatians, pravide Type 3Q4 ax 316
stainless steei anchar�, nuts, and wash�rs.
G. Concrete Inserts:
1. Wl�ere concrete inserts axe shovcm to be installed in con.crete or required by
tlze CONTRACTQR to support giping, cnnduit, grating, and floor p�ate,
provide properly sized concrete inserts. Provide load tables which sl�ow
com�liance with minimum factor of sa�ety.
2. Pro�ide properly sized concrete inserts made of ductile iron (ASTM A 536),
malleable iron (Federat Specificatian WW-H-171c, 'Z`ype 18), ox cold
formed steel (ASTIV�[ A570, Grad� 33}.
3, Finish shall be galvanized meeting ASTM A153, A386, ar A525.
4, Froc�uct and Maz�ufacturer: Pravide concre�e inserts by one of the
following:
a. Hea�ry-Duiy Anchors by Deco Manufac#uring Campan�y.
3isiaas 05051-4
City of Ft. Worth
West Side IV Praject — Pun�p Station
b. Or equal.
ANCHOR SYSTEMS
H. Powder actuated fasteners ai�d other types of baIts and fasieners not specified
herein shall not be used unless approved l�y ENGIN�ER.
FART 3 - EXECUTION
3.1 TNSPE[;TION
A. Examine conditions u�ider which bolts, anchors, or inserts are to be installed, and
notify ENGINEER in writing of unsatist'actory coz�ditions existing. Do not
praceed with the �ark until unsatisfactory conditions oz deficiencies have been
corrected in a manner acceptable to ENGINEER.
3.2 INSTALLATION
A. Drilling equipment used and installation of expansion anchors shail b� in
accordance with manufacturer's instxuctinns.
B. Assure that embedded items axe protected fram damage and are not filled in with
concrete.
C. Expa�ision anchars n�ay be used for hailging or supparting pipa 2 inches diameter
and smaller. Expansion a��chors shall not be used for larger pipe unless otherwise
shown ar appraved by tl�e ENGINEER.
D. Use concrete inserts far pipe hangers and supports for the pipe size and loading
recommended by the inse�t manufacturer.
E. Unless otherwise shou+n or approved by ENG�NEER conform to following fo:r
expansian anchors:
1. Minimum embedmei�t depth in concrete: 5 diameiers.
2. Minimum anchor spacing Qn centers: 10 diameters.
3. Minimurn distance to edge of concre#e: 5 diameters.
4. Increase dimensions above if required to develop the required anchoz load
capacit�+.
F. For the ad�esive mat�rial aild anchors, t�1e C4N7'R1�CTOR shall complq with the
manu�acturer's i�stallation instructions on the hole diameter and �epth required to
fully develop the yield stj•ength of the threaded rod. TUe ernbedment depth shall
be based on fc = 200a psi for existing concrete anc� fe = 3000 psi for new
concrete. The CON1'IZACT�R shall properly cleaxx out the hole utilizing a
synthetic brush and compressed aiz' to remo�e all loose material from the hole,
3I81006 05051-5
Ciiy af Ft. WortY�
West Side IV Project — Pump Station
ANCHQR SYSTEM�
prior to installing adhesive capsules or materiaL Proper mixing af the two-
component systein sl�all be done to ihe manufacturer's recornmendations.
G. Adhesive anchor manufacturer's representative shall obsexve and demanstrate the
proper installation procedures for the adhesive anchors and adhesive znateriai at
no additional expcnse to the OVi1NER. Each znsta7ler shall be certified in writing
by the nlanufacturez to be quaIified to install the adhesive anchors.
3.3 FIELD QUALTTY CQNTROL
A. Retain an izldep�ndent tes#ing labaxatory to perforrn fie�d quality t�sting of
installed �ncliors. The field ENGINEER is to determine the level of testing which
is required far the various iypes of expansion anchors and balts. A minimum of
ten percezit of the adllesive anchors are to be tested to fifty percent of the yield
capacity of tne anclaor.
B. If fai�ure af any of the adk�esive aiichors occur, the CONTRACTOR will be
required to pay for the costs involved in testing the remaining ninety percent.
C. Tlze CONTRACTOR shall correct in�proper warkmanship, remove and replace,
or coxrect as izistructed, all anchor� found unacceptable ar deficient.
D, T�e GONTRACT4R sl�all pay for all carrections and subsequent tests required tv
confirm the integrity of the anchor.
E. The indepexident #esting and inspection agency shall complete a report on each
area. The report shoLild summarize the observations made by the inspector and be
subn�itted to the ENGINEER.
F. Pravid� access far tlie t�sting agency ta places where work is being pzoduced sa
that required inspection and testing can be accamplished.
+ + END OF SECTION + +
3l S l D05 05051-6
City of Fort Worth STRUCTUR_AL STEEL
West Side N Project — Pui�np Station
SECTION OS 120
STRUCTURALSTEEL
PART l. - GENERAL
1.I DESCRIPTION
' A. Scope:
1. CONTR.I�CTOR shall provide all Iabor, materials, equipment, and incidentals
as shown, specified and required to furnish and install siructaral steel, including
surface preparation and shop priming.
� 2. Structural steel is that work defned in AISC "Code of Standard Practice",
Section 2, and as shown. The Work also inc�ud�s:
� a. Providing openings in and aitachments to stractural steel to accommodate
the Wark uz�der this and othez- Sections and providing %r the structural
steel all items such as anchar bQlts, studs and aIl items required for vc+'hich
prnvision is not specifieally xncluded under other Sections.
B. Coordination:
�. Review installation procedures und�r other Sectians and coordinate #he Woxk
that nnust be installed with ox attached to the structural steel.
C. Related Sections:
1. Section 0360�, Grout.
� 2. Section 05D51, Anehor Systerns.
3. Section 099�0, Painting.
1.2 OUALITY ASSi.JR�NCE,
A. Reference Standards and Codes: Comply with applicable provisians and
recommendations of the following except as othezwise shown or specified;
1. ASTM A 1Q8, Cold-Finished Carbon Steel Bars and Shafiing.
2. ASTM A 307, Caz-bon Steel Exterz�ally and Inte�rr�ally Threaded Standard
Fasteners.
3. ASTM A 325, High-Strength Bolts far Structural Steel 7oints, Ir�cluding
Suitable Nuts and Plain HardenEd Washers.
4. ASTM A 490, Quenched and Tempered Alloy Steel Bolts for Structural Steel
7c�ints.
3181006 �� 12�-�
City of Fort Worth STRUCTURAL STEEL
West Side IV Project -- Pun�p Statian
5. ASTM A572, Standard Specification for High-Streragth Law-AIloy
Columbium-Vanadium Structural Steel.
6. ASTM A992, Standard Specification for Steel for Structural Shapes far Use in
BuiIding Framing.
8. AWS, Americax� WeJdir�g Society, D1.1, Structural Welding Code.
9. AREA, Manual af Railway Engineering.
1 Q. AISC, Manual of Steel Construction.
11. AISC, Code o�Standard Pa•actice for SteeI Buildings and Bridges.
12. AISC, Specifications for Structural Ste�1 Buildings, incIuding the Comrnentary
and Supp]emen.ts thereto as assued.
13. AISC, Specifcations �or Structurai Joints using ASTM A 325 or A 490 Bolts,
approved by tl�e Research Cdui�cil on Structui•al Connections {RCSC) of the
Engineering Foundation.
14. ASTM A3�, Standard �pecification for Structura.l Stee�.
B. Design of Members and Connections:
1. �11 details shou�n are typical; siYnilar detail� apply to similar conditions, unless
otherwise shown ar specified. Verify dimensions at the site withaut causing
delay in the Work.
C. Sauree Quality Control:
1. Materials and fabricatian pracedures sl�all be subj�ct to inspection and tests in
#he mill, shop, and field, conducted by a qualif ed inspection ag�ncy. Such
inspections and tests will not relieve CONTRACTOR of responsibiIity for
pz-ovidit�g nnaterials azad fabrication procedures in coznpli�nce with s�ecified
requirements.
2. Fabricatian s1�aI1 be perforcxaed by a s�ructural steel fabricating plant possessing
a current cex-tificate from AISC sta#ing that the plant satisfies the requirezraents
for cartificatiai� for Category Z of the AISC Quality Certification Pragram. The
plant shal� maintain this c�r•tification �or the entire time fabrication for this
project is baing performed.
D. Qualifications for Welding Work:
1. Qualify welding proces�es and welding operatars in accordanee with AWS
"Structural Welding Code" D1.1, Sec�ion 5, Quali�ication.
2. Provide certification that a11 welders employed on or to be em.ployed �or the
Work l�ave satisfactorily passe�i AWS qualification tests within the previous 12
xnoz�ihs. CONTRACTOR shall ensure that all c�rtificatians are kep� current.
1.3 SUSMTTTALS
318 [ 006 OS 120-2
City of Fart Warth STRUCTURAL STEEL
West Side IV Projeci — Pump St�t�on
A. Shop Drawings: Submit for approval the following:
1_ Complete details and s�hedules fox fabricatian. and shop assen�.bly of inembers
�'� and details, schedules, pracedures aiad diagrams showing the sequence o�
erectian.
a. Include details of cuts, connections, camber, holes, and other pertinent
data. Indic�te �velds by standard AWS symbols, and show size, length,
and type of each weld.
b. Provide setting drawizags, templates, and directions foz the installation of
anchor bo�ts and othex anchorages.
2. Capies of ina�lufacturer's specif cations �11C1 instal�atinn instructions for
products listed below. Include laboratary test reports and other data as required
to shovv compliance with these specifications.
a. Structural steel of eacl� type, including certi�'ied copies of mill reports
co�ering the cheinical ai�d physical properties.
b. Hi�1�-stren�th bolts of each type, including nuts and washers.
c. Unfinished bolts and nuts.
d. Taueh-up field primer paint in accordance with Section 09900.
3. Copies af Certificate of AISC Certification.
1.4 PRODUCT DELTVERY, STORAGE AND HANDLING
- A. Deliver materials to ihe site at such intervals io insure uninterri.ipted progress of the
Work.
1. Deliver anchor �olts aild anchorage devices, whieh are to be embedded in
cast-in-place co�lcrete ar masonry, in ample time to not delay that Work.
B. Siore materials to permit easy access for inspection aild identificatioz�. Keep steel
meax�bers off the ground, using palIets, platforms, or other supparts. Profect steel
mem�ers and pacicaged materials from co�osion and deteriaration.
1. Da not store �aterials on the structure in a manner that might cause distortion
or damage to the members or the supporting structures. Repair or replace
damaged materials or sfiructures as directed.
PART 2 - PRODUCTS
2.1 MATERIALS
A. W-Shapes and WT-�hapes: ASTM A192.
B. Channels: ASTM AS72 Grade 54.
3181006
0512Q-3
City of Fort Warth STRUCTUR.AL ST�EL
West Side TV Project — Pump Station
C. Ang�es, Plates and Bars; ASTM A36.
D, Cz•ane Rails: As sl�own and as noted in the AISC Manual:
1. Provide rails with tight end joints suitable for crane service with joint bars
matching the raiI sectians, j�int bar bolts and nuts camp�ying with ASTM A32�
with AREA alloy steel washers, and fixea or floating type rail clamps, as
required to suit the conditions shov�m.
E. AncI1ar Bolts: Refer to 5�ction �5051, Anchor Systems.
F. Ui7fi��islled Threaded Fasteners; .ASTM A 307, Grade A, regular low- carbon steel
balts and nuts.
1. Pro�ide hexago��al heads and nuts for all connections.
G. I�igh-Strength Tllreaded I'asteners: Hea�ry hexagonaI structural bolts, hea�y hexagon
nuts, aiad hardened washers, as follot�vs:
1. Quei�ched and t�inpered medium-carban steel bolts, nuts and washers,
conzpiying with ASTIvI A 325 or:
2. Queilc]Zed azid tempered atloy steei bolts, nuts and washers, compiying wi#h
ASTM A 49Q.
H. Electrodes for Welding: E70XX complying with AWS D1.1, Design of New
Buildings, Section S. AWS I�1.1.
I, Surface Preparation and Sl�op Prirning: AII structural steel shall be primed in the
shop. Surface preparation a��d shop p��in�ing are included herein but axe specified in
Section 0990�, Painting.
.1, Miscellaneous Framing and Supports:
1. Provide rniscetlaneous rnetal fra�xung, supports and other z�netal items which are
required to coinplete the Wark.
2. I'at�ricate miscel�aneous units to the sizes, shapes and profiles shown or, if not
shown, of the required d'rmensions to receive adjacent grating, plates, tanks,
daors, ar other work to be r�fained by the frazning. Except as atherwise shown,
fabricate froin stxuctural shapes, plates, and bars, of all v.ve�ded construction
using mitered cornexs, welded brackets and splice plate� and a minimum
numbex of joints for f eld coiinection. Cut, drill and tap units to receive
har�lware and siniilar items to be anchored to the Work.
2.2 FABRICATI4N
3iaioo� 05120-4
City of �or� Worth STRUCTURAL STEEL
West Side IV Project—Pump Station
A. Shop Fabricatzon and Assembly:
1. General:
a. Fabricate and assemhle struetural assemblies in the shop to the greatest
extent possible. Fabricate items af sfructural steel in accardance with
AISC, Man�al of 5tee1 Canstruction, and as shown an the Shop
Drawings. Pro�ide can�ber in structural members as shown.
b. Properly mark a�id anatch-mark materials for field assembly. Fabricate fa:r
delivery sequence which will expedite erection and minimi2e field
handling of �naterials.
c. Where fi�usl�ing is requized, complete the assembly, including welding of
uruts, befare start of finishing operaiions. Provide finish surfaces of
members exposed in the final structure free of markings, burrs, and other
defec�s.
B. Cannections:
1. Shop Gann�ctions:
a. Unless otllerwis� shown, shop connections nlay be welded or high
strength bolted and aIl welds shall be 114-inch minimu�n.
b. Wherever zeaction values of a beam are not shown, the connections shall
be designed ta suppaz� the total uniforrn load capacziy tabulated in the
AISC tab3es far alZowat�le loads on beams far the given shape, spa�n, and
steel specified for the b�am in question.
c. Sl�op welded conr�ections shall be designed ta eliminate or rr�inimize
ecce��tricity. The siz�, extent, location and type of all shop welds Shall be
cleazIy sl�own an the Shop Drawings by use of AWS standaxd notaiions
and symboIs.
d. End cannection anglEs fastened to the webs o�'beams and girders and ihe
tliickness of the angles, size a��d extent of fasteners ar shap welds shall
confarm to tables o� "Fra�ned Beam Co�vzections" in the AISC Manual.
All cannections shall be tw�o sided, un�ess othervuise shown.
e. End connections af roof purlin� to main structural sieel framing shall be
a z��inimum two bolt connection.
2. Field Connections:
�. All field connections unless otherwise specified below ox noted shall be
made with high strength bolts, and shall be bearing type ca�nections
except for the portal frame ridge with slip-critical joint.
b. Field welding may be used only where z�oted or approved by ENGINEER.
3. High-Strength Bolied CQnstruction:
a. Insta�l high-strength threaded fasteners in accordance with AISC
"Specifications fox Structural Jaints using 1�STM A 325 vx A 490 Bolts"
(RCSC).
3181 DD6 05120-5
Ciiy o� Fort Worth STRUCTi_TRAI. STEEL
Wcst Side IV Project--Pump Station
b. High strength balt desi�n shear valUes shall be as specifi�d in the ATSC
Manual for bolts with threads in the shear plan.e.
c. The mir�irnum size of boits sha�l be 3/4-inch diameter, unless otherwise
noted.
4. We7ded Const�uctioii: Coz�n.pl� with AWS Code for pracedures, app�arance and
quality of w�lds, and metk�ods used in correcting welding work.
a. Assemble a��d vveld built-up sections by metllods wluch will produce true
aIignment of axes without warp.
5. Where rigid conneetions are required by the stresses shown, web shear
reinfo�-ce�nent and stif�'eners per AISC Specifications shall be provic�ed.
C. Bracing:
1, Bracing, for which a calculated stress is not shown, sliall have a minimum two
bolt connection, or a shop welded corinection of equivalent strength.
2. Vertical bracing and knee braces coru�ecting to column� shall be on the
centerliile of the colunans, unless otherwise noted.
3. Knee braces shaIl be at �5 degree angle, unless �hown ox noted.
4. AlI gussets sllall be mini�num 318-inch thick, unless otherwise shown,
S. For built-up compressian menib�rs, provide iiltermediate connectors as required
to eamply witl� Chapfer E in th� AISC Manual.
D. CoIunl��s: Calu�nn sllafts shall have "f nished" bearing surfaces at the base and at all
splice lines.
E. Ho1es and Appurtenances fax Other Work:
I. Pravide holes rec�uired for se�uring other work to str�.ietural steel framing, and
for ihe passage of o#her work thz�ough steeI franling members, as shown on the
Shop Drawings. If lar�e block-outs are required and a�proved, the webs shall
be reinforced to devclop specified shears, �ravide threaded nuts welded to
fi•aining, and atller specia�ty items as shnwn to receive ather work.
2. Cut, drill, oz� punch holes perpendicular to metaX surfaces. Do not flame cut
Iloles or entarge l�oles by burning, Drill holes in bearing plates.
3. Coordinate as specified in Paragraph 1.1.B.
PART 3 - EXECUTION
3.1 INSPECTION
3�s�oo6 05120-6
City of Fort Worth - STRUCTCJRAL S1'EEL
VVest S�de IV Praject -- Pump Station
A. CONTRACTOR and his erector shall examine areas and conditions under which
structural steel Work is to be instal�ed, and natify ENGINEER in writing of
coi�ditions detrimeirta� t4 proper and timely conapletion of Work. Do not proceed
with R7ork until uz�satisfactory conditions have been coxzected in a inanner
acceptable to ENGINEER.
3.2 ERECTI�N
A. General: Coinply with the AISC Specifications and Code of Standard Practice, and
as herein specified.
B. Suxveys: Pro�ide servic�s of a registered surveyor ia c�eck lines and elevatians of
concrete and masonry bearing surfaces, and �ocations of anchor bolts and similar
devices before steel erection proceeds. Discrepancies slzail be repoxted irnmediately
ta ENGINEER. Do not proce�d with erection until correetions have been made, or
until compensating �djust�nexrts to the structurai steel wark have been agreed upan
with ENGINEER.
C. Temporary Sharing and Bracing: Provide temparary shorir�g and bracing members
with connections of sufficient strength to bear imposed loads. Rernove temporary
members and conrlectiozls when perrnanent members axe in plac� and final
cannections are rnade. Pravide temporary guy lines to achieve proper atignment of
the structures as erection proeeeds.
D. Temporary Planking: I'rovide temporary planking and vvorking platforrns as
neeessary to effectively complete the Work. CONTRACTOR shall provide
su�fcient planking to meet OSHA requirement of a tigh#ly planked substant�al floor
vvithin 2 stories or 30 feet, whichever is less, below each tier af s#eel beams on which
Wark is performed.
E. Anchor Bolts: Furndsh anc�ior bolts and ather connectors required �or securing
structural steel to foundations and other in-place Work.
I. Furnish templat�s and athex devices as necessary far presetting balts and ather
anchors to aceurate locations.
a. Refer to Section OSQ51 of these 5pecifications for anehor bolt installation
req�ireraents.
F. Setting Bases and Bearing Plat�s: Clean conc�•ete and maso�y bearing suxfaces af
bond-reducing materials and roughen ta improve bond to suz-�aces. C1ean the bottorr�
surface of base and bearing plates.
3181U06 �� �20-7
city of �'ort Worth STRUCTURAL STBEL
West Sade IV 1'roject — Pump Station
1. Set loose and attached base pJatEs ai�d bearing plates for structural n�einbers on
steeI wedges ar other adjusting devices.
2. Tighten the anchar bolts after the supported inembers have been positioned and
plun�bed. Do not remave wedges nr shims, but if protruding, cut off flush vc�ith
ihe edge of the base or bearing plate priox to packing with grout.
3. Flace grout between bearing surfaces ai�d bases or pIates as specified in Section
036Q0. Fini�h exposed surfaces, proteet installed m�tei•ials, and allow to cure
in strict compliance with th� mar�ufactu�-er's instructions, or as otherwise
rec�uired.
�. Leveling plates and wood wedges will nat be pernnitted.
G. Field Assen�bly: Set structural frames accurately ta tl�e lines and elevations
indicated, Align a��d adjust the various members farining a part of a complete frame
or structure before per�nanently fastening. CIean bearing surfaces and o�lier surfaces
which will he in penlianent contact before assembIy. Perform necessary adjustrraents
to compensate fox discrepancies in elevations and alignment.
�. Level and pluinb r�7dividual members of the structure within tolerances as
specified in ATSC ManuaI. For mernbers requiring accurate alignment, clip
angles, lintels ai�d other n�em�ers shall be pro�idea with slotted hales for
horizontal adjustment at least 3/8-inch in each direction, or more when
requixed.
2. Splice n�en�laers only v�rhere shown or specified.
H. Erection Bolts: On exposed welded construction, remove erection bolts, fill lloles
with plug weld� and grind smooth at exposed surfaces.
I. Co111p1y with AISC Manual for bearing, adequacy of tempnrary cnnnections,
alignrraent, and the r�rnoval of paint on surfaces adjacent io f eld �velds.
1. Do noi enlarge uilfair holes in members by burning or by the use af dxi� pzns,
except in seconaary bracing menlbers. Aeam holes that nrzust be enlarged to
admit holts.
r. Gas Cuttii�g: Do not use gas cutting torches for correc#ing fabrication erxors iz� the
structural fraining. Cut#ing will be permitted oi�iy on secondary members which are
not under stress, as acceptable ta ENGINEER. Finish gas-cut sections equal to a
sheare�d appearance when permitted.
K. Tauch-Up Painting:
1.. Unless atherwise speciiied belovv cornply with all requirernents of tauch-up
painting in Section 09900.
3igioo� 05120-$
Cit� of Fort Worth STRUCTURA.L STEEL
West Side IV Project — Pun�p Station
2. Immediately after erection, clean. fie�d welds, bolted connectians, dnd all
damaged and abraded areas of the shop paint. Apply paint to expased areas
with the same material as used far shop painfing. Apply by brush or spray fio
provide a rninin�um dry film ihickness as specified in Section 09900.
3.3 FIELD QUALITY CONTROL
A. Retain an isldepen�ent testing and inspection agency to inspect high- strength bolted
connections a�ld welded connections as follows:
1. All welds shall be subject to visua] inspection. WUerE visually deficient welds
are observed, the weJds shall be tested using �on-destructive rnethods by a
certified testing labaratory. The CQNTRACT�R shall correct unpropex
workmanship, remove and repla�e, ar con•ect as instructed, all welds fou�n�d
unacceptable or defcient. The CONTRACT4R s�1a11 pay for aIl eQrrections
and subsequent tests required to confirm the integrity af the weld.
2. All high-strength bolted connections s1�a11 be subject to visual inspection.
Inspectian shall be made ta determine that the requirements of Sections 2, 3
and 8 of ihe AISC "Specifications for Structural Joints Using ASTM A325 or
A49f} Bolts" are met in the Work. For alI corinections which are slip critical ar
subjeei to a�ial tensi�n, the ins�ectox sha�l assure �ia# the proper pretensioning
was provided. F'or all connections which are nat slip critical nor subject tt�
direct tension, then t�le 6olt does not need to be inspected for bolf tension, and
only needs to be visuaIly inspected to ensure that the plies o�f the eonnected
elements have been brought into snug contact. Where bolts az�d/or connection�
are found unacceptable or deficient, the CONTRACTOR shall corr�ct irriproper
workma��shzp, remove and replace, or correct as instructed, all bolts and/or
connections found unacceptable or deficient. The CONTRACTOR shall pay
for all corrections an.d subsequenfi tests requzred to co�lfiarm the integrity o�the
connectian.
3, The inc3ependeiit testing and inspection agency shall complete a repoati on each
structure, The report should surmnarize the observations made by the inspector
and be submztted to the ENGINEER.
A�. Provide access for the te�ting agency io plac�� where structural steel work is
being f�bxicated oz produced so that required inspection and tesring can be
accomplished.
B. Correct defzciencies in structural steel Work which inspection and ]aboratory test
repoi-ts have indicated to be not in ccampliance with requirements. Perform additional
tests, at CONTRACTOR'S expense, as may be neeessary to reconfirrn any
non-co�npliance of tl�e original VVork, and as may be neeessary ta shaw compliance
of corrected Work.
3� s� ood OS 120-9
City of �'ori Woz�th STRUCTUR.A.L STEEL
West Side IV Project -- Pump Station
+ + END OF SECTIQN + +
3ia�oo6 05120-10
City of Fort Warth METAL RODF DECKING
West Side N Project — Pu�np Station
SECTION 05311
METAL RO�F DECKING
PART 1 - GENERAL
' 1.J, DESCRIPTION
i A. Scope:
! 1. CONTR.ACTOR shall provide all labor, materials, equipment, and incidentals
as shown, specified and required ta furnish and �nstall galvanized metal z�o�
� decking.
2. Metal roof decking wozk shall include roof sump pans, cant strips, ridge and
valley plates, and nnetal closure stzips. The Wark also includes:
a. Cutting and flashing of openings to accommodate the Workunder this and
ot.�aer Sections, and pxoviding for the metal roo�decking all items required
fox which provisian is not specifically included under other Sections.
B. Cooxdinatian:
1. Review instalZation procedures under other Sections and coordinate the Work
that must be installed with or aitached to the metaX roof decking.
C. Related Sectio�►s:
1. Section �5120, Structural Steel.
1.2 OUALITY ASSURANCE,
A. Reference Standards and Codes: Comply with applicable provisions and
recommendations of the following except as othervvise shown or specified:
1. AISI, Specification for the Desi�n of CQId-Formed Steel Structural Mernbers.
2. AWS D1.1, Structural We�ding Code.
3. SDI, Ste�l Roof Deck Design Manual.
4. ASTM A 446, Specification fox Steel Sheet, Zinc-Coated (Galvan�zed} by the
Hot-Dip Process, Structural(Physical) Quality.
5. MIL-P-21035, {Ships) Paint, High Zinc Dust Content, Galvanizing Repair.
6. ASTM A36, Standard Specification for Sf.ructural Sieel.
7. ASTM A992, Standard Specificaiion for Steel for Structural Shapes for Use in
Building Fram�ng.
3181D06 05311-1
City o� Fort Warth METAL ROOF DECKING
West Side IV Praject — Pump Station
8. ASTM I3�33, Specification for �lech-odeposited Coatings of Zine on Tron and
SteeI.
B, Design of Decking and Connections:
f. All detai�s show�� are typieal; similar detaiis apply to sinular conditions, unless
fltherwise sho«n or speeified. Verify dimensions at �the szte without causing
delay in the Work.
C. Qualification o� Welding Work:
1. Qualify weld�x�g processes aild welding operat�ars in accordaz�ce with AWS
DI.1, Sectinn S - Qualification.
2. Decl�ii�g weld�d in place is subject ta insp�ction and testing. Remove Wark
found to be defecti�e a�ld provide new acceptable Waxk.
13 SUBMITTALS
A. Shop Drawings: Subznit for approval the fallawing:
1. Drawi�lgs sl�owiz�g layout af deck panels, ancliorage details and every cozldition
requirin� closure paz�els, supplementary framing, special jointing ar other
accessaries.
�. 5ubmit manufacti.irer's specifications, load tables and iflstallation instructions
far type of decicing �nd accessoxies.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Galvanized Steel Sheet: ASTM A 44�, Grade A, wi�tka Wiped Type coating of
designation W25.
B. Miscellaneous Steel Shapes: A,�TM A3b.
C. Galvanizing Repair Pain#: High zinc-dust content paint for r�pair af damaged
galvanized surfaces co�nplying with Military Specifications MTL-P-21035.
D. Fasteners for Attaehi��.g Metal Decking: Powaer actuated £asteners; fasteners shall
have knurled shanlcs; minimum I/2 inch diameter steel washers; zinc electroplated
in canfarmance with ASTM B633, Sc1, Type III. Fasteners shall be used in
conf'arrnance w'rth SDT design procedures.
3187 006 Q5311-2.
City of Fort Worth METAL ROO� DECKING
West Side IV Praject—Pump Station
1. Product and Manufacturer:
a. Fastener Type ENP2-21 L15.
2.2 FABRICATTON
A. General: Form deck u��its in lengths to span 3 or nnore supports wi#h flush,
telescoped or nest�d 2 inch eiid laps arad nesting side Iaps, unless atherwise
indicated. Provide deck configurations compIying with SDI 'Basic Design
Speciiieations", aa�d as specified herein.
B. Roaf Deck Type B: Galvaiuzed 22 gage roof deck with a depth �f 1-112 inches; ribs
spaced approxin�ately 6 inclYes on center; width of rib opening ai roof surface no#
more than 2-112 inches.
1. Product and Manufacturer:
a. Roof Deck Type 1.SB22 by Vulcraft, Inc.
b. Or �qual.
�'ART 3 - EXECUTION
3.1 INSPECTION
A. CONTRACTOR sl�all examine co��ditions uuder wl�ich decking is to be installed,
ar�d notify ENGINCER in writing of unsatisfactory conditions existing or whenever
design of decking and coilnections rr�ay not be clearly indicated. Do not proceed
with the Work until unsatisfactory co��ditions or defieiencies have been corrected in
a manner acceptable to ENGINEER.
3.2 INSTALLATION
A. G�neral:
1. Instail roaf deck units and accessories in aecardance with manufacturer's
recomnlendations aild final Shop Dravtirings, and as speeif ed k�erein.
B. Placing Roof Deck Units:
1, Place roof deck units on supporting steel frarnework and ad�ust to fmal position
with ends bearing on supporting members and accurately aligned end to end
before being permanently fastened. Lap ends not less than 2 inches. Do not
stretch or conhact the sic�e-lap interlacks. Place deck units flat and square,
secured to adjacent framing withaut warp ar excessive deflection.
a. Do not place deck units on concrete supporting structure until conerete has
cured properly and is dry.
3 ! 81006 05311-3
City of Foxt Worth METAL ROOF DECKING
West Side IV Praject -- Pump Station
2. Coardinate and coopez-ate with structural steel erector in Iocating decking
bundles ta prewe�rt overloading of structur�l nlemhers.
3. Do not use decic Units for storage or warlcii�g platforms until permanelltZy
secured.
C. Fastening Deck Units:
1. Permanently fasten roof dec� units to steel suppdrting members by one of thc
fallovving:
a. Minimum 5/$ incl� diamctex fusion welds, 1Z inches on center at supports.
b. �langated welds of equal strength, 12 inches an center at supports.
c, Fasteners for attaching rnetaI decking, 12 inches on center at supports.
2. Use u+eldzng washers where recommended by deck manufacturer.
3, Cornply with requireinents and procedures of AWS D1.1 for manual sl�ielded
rnetal-arc weldi�l�, the appearance a�id quality of welds, and the met��ods used
in correc#ing welding work.
4. Lock sid� laps �etvveen adjacent c�eek units at intervals nat exceeding 18 inches
on c�nter by tack we2ding, button pui�ching, or mechanical iasteners. Weld
side laps only on decking 18 gage and heavier.
D. Cutting and Fiiting:
1. Cut and it roof deck units and accessories around other work pxojectzn.g
through ox adjacent to the roof deckzrzg, as shown. Pravide neat, s�uare a�nd
trim cuts.
E. Touch-LTp Painting:
1. After roof decliiilg installation, u�ire brush, clean and paint scarred atid dannaged
�reas, welds and rust spots oix the supporting steel meinbers in accardance v,rith
S�ction 09900, Painting.
a. Touch-up �aI�anized top and botto�a surfaces of d�cking units v�ith
�alvanizzng repair paint applied in accoi•dance with the manufacturer"s
instructions.
F. Conduit Supports:
1. Coilduit suppoz�ts, Iightin� supports, ceiling supports, equiprnent supports a��d/or
pipe supports s11a11 not be suspenc�ed firozn and/or attached to roof rnetal
d�cking. Supports siiall be attached to roof structural members or ta
intermediata suppo�t members attached to roa� struct�ral members. All
inter�nediate support z�ne�nbers shall be furnished and installed by the
G4NTRACTOR at no additional cost to the OWNER.
++ END OF SECTIQN ++
3181006 053 i 1-4
City of Fort Worth COLD FORMED METAL FR.AI1�'IING SYSTEM
West Side IV Project — Pump Station
SECTI�N �54dp
COLD �'ORMED METAL FRAMING SYSTEM
PART 1 - GENERAL
1.1 DESCRIPTION
A. Scope:
1. CON'1`IiACTOR s��all provide alI fabQr, materia�s, equipz�aent, and incidentals
_ as shown, specified and required to design, furnish and install the cold formed
nnetal zaof framing system. The Work also includes:
I a. Providing opeiungs in and attaehments ta cold formed �ne-Eal framing to
accommodate tlae Work under this and other Sections and providing for
items such as balts and all items required for which provisian xs not
specifically included under other Sections.
B. Coazdination:
1. Review instatlation procedures under other Sections and coordinate the Wark
that must be installed with or attached to the cold formed metal framing.
C. Related Sections:
�ection 05051, Anchor Systems.
1.2 QUALITY ASSIJR�NCE
A. Reference Standards and Codes: Comply with applicable provisians and
reconnrz�endations of the following except as othenvise shown ar specified:
1. ASTM A6S3, Specificatian for Steei Sheet, Zinc Caated.
2. ASTM A525, Specification for General Requirements for Sheet 5teei, Zinc
Caated.
3. ANSI Specification for the Design of Cold-Formed Steel �tructural Members.
4, AISI Cold —Formed Steel Design Manual.
5. LGSI, Light Gage Structural Institute Design Handbook.
B. Source Quaiity Control:
�. Materials and fabrication proc�dures shall be subject to inspection and tests in
the n1ill, shop, aud fieid, conducted by a qualified inspection agency. Such
inspections and tests will not relieve the CONTRACTOR of respan�xbzlity �or
providing materials and �abrication procedures in campIiance with specified
requirements.
3isioa6 05400-1
City of For� Worth COLD FORM�D METAL FRAMING SYSTEM
West Side TV Proj�ct — Pump Station
C. Engineering Responsibility: The CONTRACTOR shaI1 retain the services of a cold
formed metal roaf framing system nianufaeturer who has on staff a Professional
En�ineer registered in the State af Texas to complete the cold formed rnetal roof
framing system desi�;n. Design calculations, design drawings, and shop drawings
shall be prepared L�nder the directian of this Engineer. AJ.1 calculatians and
drawings shaIl bear his seal.
1.3 SUBMITTALS
A. Shop Drawings: Subn�it for approval the following:
l. Shop Drawings for the fabricatian and erection of alI assembIies of cold
fornzed metal fabri�ations Work. Include plans, elevations, and details of
sectioils and connections. Show anchorage and accessory iterns. Include
erection drawings for loca#ion axld installation af cold formea metal fabxication
items and ancharage devices.
2. Copies of manufacturer's specifications, load tables, dimension diagrarns,
anchor details, a�Yd installation ins#ructions far praducfs ta be used i�n
miscellaneous inetal �'abrications Work.
3. Copies af design calculation� which s��aw compliance with design
requzrera�ents as outlined on the Drawing and in the Specification. The
calculations and shop drawings shall bear the seal of a Professional Engineer
registere�l in the State of Texa�.
1.4
Q
PRODUCT D�LIVERY, STORFIGE AIVD HANDLING
Deliver materials ta the site at such i�rtervals to insure uninterrizpted progress of the
Work.
B. Store materials to permit easy access for inspection and identification. Keep cold
formed naetal members off tl�e grouzld, using pallets, platforms, or afhez supports.
Prote�t cold formed inetal members and packaged materials frozxi carrosion and
de#erioratian.
1. Do not store nlaterials on the structure in a nzanner that might cause distortian
or da�na�e to ihe members or the slipporting structures. Repair ar replace
damaged materials or structures as directed.
PART 2 - PRODUCTS
2.1 DE�IGN CRITERIA
A. Raa� system shall be designed to comply with the app�icable xequirements of the
1997 Uniform Building Code.
3iszoo6 �5400-2
City of For-t Worth COLD FORMED METAL FRAMING SYSTEM
West Side IV Project — Pump Station
B. Sizes of framing �r�embers az�d corinectian of roof system to masonry shall be
properly designed ta transfer all applicable design loads.
2.2 MATERIALS
A. All studs and/or jaists and accessories shall be niade af the type, size, gauge ar�d
spacing as required to support safely all loads witllout exceeding the allowable
stresses or specifed streflgths when appropriate load factors are applied.
B. All st�-uct��ral members shall be desi�ned in accordance with American Tron and
'' Steel Institute {.A��I) "Specification far the Design of Cold-Fozmed St�.el Structural
; Members," 1985 edition.
' C. All structuraZ meinbers shall be fanned from corrosion-resistant steel, corresponding
_ to the reguirements of ASTM A44fi, with a z��i_nimum yield strength of 40 ksi (50
ksi) (33 ksi) far studs, joists, and Grade A, 33 ksi, for runners.
�
2.3
All structural mernbers shall be zinc eoated meEting ASTM A525.
FABRICATION
A. Shop Fabrication azid Assembly:
1. General:
a. All fi'aming components shall be cut squarely for attachment ta
b.
c.
d.
e.
f.
�
,i
perpendicular m�inbers or, as required, for an angular fit against abuttzng
members.
All framiilg components shall be plumbed, aligned and leveled.
Fas�ening of components shall be with self drilIing scxews or welding.
�crevvs and w�lds shall be of suf�'icient size to �ensure the strength o� tbe
connection. Wire tying of components shall not be perinitted. All welds
shall be touched-up with a zinc-rich paint.
Splices in framing campanents, other than runner trac�, shall no# be
permitted.
Abutting lengths of zunner shall be butt-welded, spliced or each length
securely anchored to a conunon structural elernent. Runners sha11 be
securely anchared to the supporting structure as shown on the Drawings.
Temporary bracing, where required, shall be provided until erection is
complete.
�,g�oo� os400-3
City of Fc�xt Worth
West Side IV Project—Puinp Station
PART 3 - EXECUTI4N
3.1 INSPECTIaN
CaLD FORMED METAL FRAiVITNG SYSTEM
A. Examine conditioils under which cald fornied metal fi•arnii�g system is to be
instalIed, and noiify ENGINEER in writing of unsatisfaetory cor�ditians existing.
Do not proceed witli the Wark untzl unsati�factary coiaditions or deficiencies ha��
b�en corrected in a nlan�ier acceptable to ENGINEER.
3.2 INSTALLATTON
A. Axially loaded studs shal� be installed so the ends are positioned agaanst the iilside
of #�ie ruru�er track web prior to fastening and sha�l be attached to �oth flanges of the
Upper and lower ruz�u�er tracks.
�
C.
Coinplete, uniform and level bearing support shall be provided for the battom
runnex.
Fran�ing of openings shall include headers and su�porting studs as rec�uired.
D. Reszstance to beiidii�g a�zd ��otation about tl�e mi�nor axis shall be provided by
horizontal strap and blo�cking or cold-ralled channet.
E. TJniform anc� level joist beari�ng sha11 be provided at the �ouz�datian walls by means
of shims andlor non-s�ttling grout.
F. ]aists sllall be located directly over t�earing studs, or a Ioad distribution member
sl�all be provicied at tl�e tap of the bearing wall. Pz-oper anchorage ta r�nasonry wall
shall be pro�ided.
G. Web stiffeners shall be provided at reaction points ai�dlor at points of concentrated
loads where required.
�
3.3
3oist bridging shall be provided where required.
FIELD QUALITY CONTROL
A. Correct deficiencies in cald farnied metal fratning Work which inspection has
indicated to be nat in co�npliance with rec�uirements. Per�azax� additional tests, at
CONTRACTOR's expense, as may be necessary ta reconfrm an� non-compliance
af the azagina.� Wark, and as z�ay be necessary to show compliance of corrected
Wark.
+ + END OF SECTION + +
3181006 �540�-�
Iv�I 318 � �06-1
e
��N'��l 1� 1��'�'� �1��
AI�D
� � � � J � !� i � � � V � if i S ,L � '• � � �
1 lf �
� ��� ��k ,�F�y��� �,��i 1 ��
���
5����A�Y
[f � '__1 ����
�'Y�'�S'�' � � �l � �� .X�LJ �1'�� ��X'� r.�' � � l�
V��������e II c�t' �i�
�{]��,F1'i�L��'Tl�7I�1 �:'(�1�'�"I�C.'�' T�FO« X
X�'1��,���'{�' ��. �''1�1�7'�-[��i[l'77���0�1�1
Prep�r�d l'o�`
�o�•t �4''���'ih '4�����` ���a�-tn�ent
,�����Y 2�1�2
, ��� r
� �
' �j��• �� ��
, �
N ��
~ � �+� �''�
� ...............,.
F1l7HC�# f G �+��:C�1.�1afi�i } �
,�y`. ..., GI �#5:�� #z�'�tui
���;�� � ��<������:
� � w ,�
R � �������� �
�
City of Fort Worth TABLE OF CONTENTS
West Side N Project - Pump Station
TABLE OF CONTE1�iT5
CITY OF FORT WORTH
,��'EST S1D� IV PROJECT- PUMP STATIOIV
'u'OLUME I OF II
NOTICE TO BIDDERS
SPECIAL INSTRUCTIONS TO 73IDDERS
PROPOSAL
MINORITY AND WOMEN BUSINESS ENTERPRISES SPEC�FICATIONS
GEIVERAL CONllITIONS
51T.PPLEMENTARY CONDITIONS
SPECIAL CONDITIaNS
SPECIA.L SPECIFICATIONS
Divisian 1— General Requ�rements
01010
OIOI1
Q1015
01Q20
01025
O1Q26
OI040
OlOSQ
01091
01092
01210
01220
013Q0
d13�a
0133Q
01340
01341
01342
01411
Q1511
Summary of Work
Use of Owner's Fac�lities
Schedule of Completion
Maintenance of Plant �perations and Sequence of Work
Measurement anc� Payment
Schedule of Va�ues
Project Coardination �
Fi�id Engineering
Reference Standards ,
Abbreviations and Syrr�,bols ;
Preconstructian Conference
Progress Meetings
Submittals
Construction 5chedule
Survey Data
Shop Dra�ving Procedures
Samples
Installation Data
Testing Laboratr�ry Services Furnished by Cc�ntractor
Ternporary Electricity
Part
A
A
B
B
C
es
D
�
3183006 00010-1
City ofFort Worth
West Side N Project -�urnp Station
41512 Temparary Lighting
� 1513 Temporary Hea#, Ventilation and Enclosure
fl1514 Temporary Water
O 1515 Temparary Sanitary and �irst Aid Facilities
fl 1516 Temporary Fire Protection
01526 Trench Safety Systern
01540 Security
O 1 S41 Protection of the Wor�C and 1'roperty
O1 S50 Access Roads and Parking Areas
01560 Environnnental Controls
01567 Filter Fabric Fencing
01570 Maintenance and Pratec#ion of Traffc
01580 Project Identification and Signs
01592 Contractor's Fiefd Office and Sheds
O 1 b10 Transportatian and Handling of Products
D 161 l Storage and Protectian of Products
01620 Installation of Equipment
Q]630 Substitutions
�1655 Starting a��d Placing Eq,uipment in Operation
Q166D F'ield Tests of Equipment
0170i Warranty
01710 Cleaning
01715 Cleaning, Disinfection, and Testing of Hydraulic Structures
D 1720 Record Documents
01730 Operation and Maintenance Data
01731 �nstruction of Operations and Maintenance Persoruael
01750 Spare Parts and Maintenance Manuals
Division 2 — Site Work
02050
02110
ozzao
02223
a2230
d2276
02521
U2506
a��sl
02834
02921
02930
Demolition
Clearing
Excavation and Backfii�
Trench Excava#ian
Crushea Stone & Gravel
�egmental Retaining Wall
Concrete Curt�s and Sidewalks
Manholes
Concrete Paving
Chain Lizak Fenciz�g
Topsoil
Hydraulic Seeding
Division 3 — Concxete
03 ] 00 Concrete Formwork
03200 Cancrete Reinforcement
43251 Concrete ]aints
TABLE OF CONTENTS
3 i s i ao6 00410-2
City of Fart Warth
Wes# Side N Praject - Pnm� Station
�3300 Ca�t-in Place Concrete
03600 Grout
Division 4 — Masonry
04pOQ Masonry
Divisio�a 5 — Metals
05051 Anchor Systerns
Q5120 Structural Steel
05311 Metal Roof Decking
05400 Cold Formed Metal Framin.g System
V�LiIME II �F II
Division 7-- Thertaaal and Moisture Protection
07191 Liquid Water Repellent
07210 Building Insulation
074 3 D Metal Raof 5ystem
07620 Flashing and Trim
07710 Gutters and Downspouts
07920 Calkiug and Sea3ants
Di�isian 8— Doors and Windows
08116 Hollow Metal Doors and Frames
08331 Overhead Cai3ing Daors
08710 Finish Hardware
Division 9 — Finishes
09780 Concrete Hardener
0990Q Painting
Divisian 10 — Doors and Windaws
;
10400 Idemtification Devices
10522 Portable Fire Pratectian Equipment
10&00 Toilat Accessories
Division 11 — Equipment
11000 General Equipment Requir�ments
1 IQ30 Noise Requirenr�ents and Con,trol
11312 Horizontal Split-Case Centrifiigal Pumps
11316 Sump Pumps
TABLE OF CONTENTS
3 I 81 OD6 Ud010-3
Ci#y of �'ort Worth
West Side IV Project - Pump Station
i I317 Pumping Unit Testing
Division 13 — Special Construction
TABLE OF CONTENTS
13600 Instrumentation and Contro3 General Requirements
13601 Instrumentation and Control Factory Testing
136�2 Instrumentation and Control System Start-Up, Commissioning and FieId Testing
13605 Instrumentation and Control System �'unctianal Reqnirements -
13610 I'rogrammable Controller System
13620 Primary Sensors and Field Instruments
13550 Control Panels and Enclosure
Division 14 -- Conveying Systems
14630 Bridge Crane
Division 15 — Mechanical
I5000 General Piping Provssions
15Q51 Buried Piping Installation
15052 Exposeci Piping lnstallation
15Qb1 Ductile-Iron Pipe
15052 Steel Pipe
15064 Prestressed Concrete Pressure Pipe
150b5 Cagper Pipe
15067 PVC and CPVC Pipe
l S 100 Valves and Appurtenances
].5121 Wall Pipes, �'loor Pipes and Fipe Sleeves
15122 Piping Specialties
1514Q Pipe Hangers and Supports
152AQ Vibration IsoIation
15264 Insulation ofPiping and Equipment
15400 Flumbing Gen�ra] Provisions
� 5500 HVAC GeneraX Provisions
15890 Ductwork and Accessories �
Di�ision 16 — EIectricai
16050 General Provisions
16I 11 Rigid Conduit
16112 Flexible Conduit
16114 Expansion Fittings
16116 Unc�erground Duct Banics
16117 Manholes and Handholes
16 ].21 600 Valt Cable
16 i 2� Tnstrumentatian Cable
16130 Outlet Boxes
I b131 Pull and Junctian Boxes
3181006 0001 Q-4
City of Fort Worth
West Side N Project - Purnp Station
1 b 133 Receptacles
16141 Snap Switches
16321 Dry T}+pe Trans�'ormers
16394 Grounding Systems
16411 Pawer Syste�n Study
1 b44D Disconnect Switches
1b47U Li�hting and Distribution Panel Soards
164$0 Motor Control Centers
16481 Control Stations
TABLE OF CONTENTS
CERTIFICATE OF INSURANCE/BONDS/ CONTRA.CTOR COMPLIANCE WITH
WORKER'S COMPENSATION LAW F
CQNTRACT
CONSTRUCTION DET.AILS
G
H
a i a i oa6 00010-5
City of Fort Worth LIQUID WATER REPELLENT
West Side IV Project - Pump Station
SECTION 07191
LjQUID WATER REPELLENT
PART 1 - GENERAL
1.1 DESCRIPTION.
A. Scope:
,, 1. CONTRACTOR sha11 provide alI labar, materials, equipment and incidentals as
. shown, specified and required to furnish and apply all liquid water repeilent.
2. Extent of surface-applied liquid water repelle�t includes alI exterior concrete unit
' ma�onry.
B. ReIated Sections:
1. Section �4D00, Masoruy.
1.2 OUALITY ASSURANCE
A. Tnstaller Qualifications: The applica#or must be acceptable to the manufacturer and
regularly engaged in this type of work.
1.3 SUBMITTALS
A. Shop Drawings: Suhmit for approval the following:
1. Manufaciurer's eertificaiion indicating liquid water repellent coating confo:nmis to
or exceeds requirements stated herein.
2. Include detailed chemical analysis and test results of material applied to surfaces
similar to requirernents of this Section.
3. Manufacturer's instructions for methods and application procedures.
1,� PRODUCT DELIVERY. STORAGE, AND HANDLTNG,
A. Comply with manufacturer's instructions for storage, sheif life, and handling.
1.5 ENVIRONMENTAL REQUTREMENTS,
A. Do nflt apply coating in ambient ternperatures lower than SQ F.
3isioa6 Q7191-1
City of Fort Worth
WEst �ide IV Project - Purnp Station
PART 2 - PRODUCTS
2.1 MATERIALS
LTQUID VVATLR REPELLENT
A. Chemical Bondin� Coatizags Without Silicone Resin: Prnvid� the following:
Qrganosilane so7utian diffused quartz c�arbide type, or acrylic modified stearate;
colarless, non-g�oss producing and VOC eompliant.
B. ProdUct and Manufaeturer: Provide one o�the following:
1. Chem-TreieBSM40-VOCbyTrocallDynamitNabelo�America,Incozporated.
2. Prime-a-Pell Plus by Chemprob� Corpozation.
3. Or equal.
PART 3 - EXEGUTI�N
3.I TNSPECTION
A. GONTRACTOR and his installer must examine the substrates and the canditions
under whieh the concrete hardener Work is to be performed, and natify ENGINEER
in writing of any conditions d�trimental to the proper and timely completian af the
Work and performance of the cancrete hardener. Da n.ot proceed with the concrete
hardener Work until unsatisfactory� coxaditions have been corrected in a rnanner
acceptabl� to ENGINEER.
B. Verify that suz-faces to receive waterrepellent caatings are clean, free ofeiflorescence,
5t�.1]'15� oil, grease, or other foreign matter detrimental to applieation.
C. Verify sealants i�ave been installed in ar�as ta receive coatings.
3.2 PREPARATION
A. Remove loose pariicles and foreign matfie�c. Rernove grease or o�l with a solvent,
effective alkaline cleaner, oz' detergent as instructed by caating manufacturer. Scrub
surfaces with water.
B. Allaw surfaces �o dry prior to application.
3.3 PROTECTION OF ADJACENT SURFACES.
A. Protec# adjacent surfaces which are not scheduled ta rece�ve lic�uid water repelleza.t
coatings. If applied or sglashed onto suriaces not specified to receive laquid water
repellent, remove immediately, using rnanufacturer approved method. Keep cleaning
materials available far immediate usc.
31816Q6 a� � 91-2
City of Fart Worth
West Side IV Project - Pump Station
3.4 APPLICATION
L�QUID WATER REPELLENT
,
A. Apply cQating in accordance with manufacturer's instructions.
B. App1y in two continuous�, uniform co.ats as recorninended by manufacturer. Allow to
c�ry between coats as recommended.
,�
C. Protect materials in vicinity of application. Do not apply coating by spray on windy
days. Ifplants receive any coating wash off immediately.
+ + END OF SECT'ION + +
��
�
i
S
,�
3181006
07191-3
City of Fort Worth BUILDING INSULATION
West Side N Project - Pump StatiQn
SECTION 07210
BUTLDING INSULATION
PART 1 - GENER.AL
1.1 DESCRIPTION
A. Scope:
1. CONTRACTOR shail pravide a11 labor, materials, tools, equipment and
incidentals as shown, specified and required to fi�rriish and install all building
insulation.
B. Coordination:
1. Revievv installation pracedures under other Sections and caordinate the
insta�lation af items that must be installed vvith the building insulations.
C. Related Sections:
1. Section 04000, Masozir'y.
2. 5ection 07920, Calking and Sealants.
1.2 QUALITY ASSURANCE
A. Manufacturer/Installer Qualificatians:
1. Engage single installers for each type of buzlding insulation who are skilled,
trained and have a record of succe�sfiil experience in the appiicatior� of each
product and who have a successful record of performing work in accordance
vvith the recamrnendatians and requSrernents of the manufaeturer or who can
submit evidence in writing of being acceptable to the manufacturer for
productian af quaranteed construction and who agree to employ only tradesmc:n
with specific skill and s�uccessfiil experience in each type of Work.
B. Source Quality Control:
1. Obtain building insulations, requiring a hydrochlorofluorocarbon blowing
agent, fram manufacturers who rnanufaeture specified insulatian using a
blowing agent acceptable for use until the year 2020 complying wi#h the
requirements o£the Copenhagen Amendments to the Montreal Pratocol in. all
ways.
2. Provide a manufacturer who will provide com�lete tech�ucai services including
preparation az�d re�iew of Shop Drawings, installation methods and proposed
detailing for the Work.
C. Perfarmance Criteria:
3is�oob 07210-1
City of Fort Worth BUILDING INSULATIOIW
West Side IV Project - Pump Station
1. Then�al Conductivity: The thicknesses sho�vn az-e far the thermal canductivity,
k-value at 7S F, specifsed for each material.
2. Provide adjusted t�icknesses, based on thicknesse5 shown or specified for
building insulations, as requirec3 to comply vvith �equired therrnal resistances far
use of material having a diff�rent t�errnal conductivity.
D. Requireinents of Regulatory Agencies: Comply with fire-r�sistaz�ce and
flaxnrnability ratings as shown and sp�cifed; and comply with code interpretatians
by gaverning authorities.
E, Reference Standards: Camply �rvith applicable provisions and recarnrnendation� o�
the following, except as othei-vvise shawn or specified:
1. ASTM C 165, Measuring Compressive Properties of Thermal Insu�ations, Test
Method iar.
2. ASTM C 177, Steady-State Heat Flux Measurements atac3 Tlzerrnal
Transmission Pxoperties by Means of the Guarded-Hot-Plate Appar�tus,
Standard Test Methods for.
3. ASTM C 203, Breaking Load and Flexural Praperties of B1ack-Type Thermal
Insulation, Test Method fox.
4. ASTM C 236, Steady-State Thermal Performance of Buildirsg Assemblies by �
Means of � Guarded Hot Box, Standard Test Method �or.
5. ASTM C 2'72, Water At�sorption of Core Materials for Structural Sandwich
Constructions, Standard Test Method for.
6. ASTM C 303, Dimen�ions an.d Density of Prefoz�ned Block-Type Thermal
Insulation, Standard Test Method for.
7. ASTM C 518, Steady-State �eat Flux Measurements and Thez�mal
Transmissian Prop�rties by Means af Heat F1ow Meter Apparatus, Standard
Test Method for.
$. ASTM C 520a Density of Granular Loose Fill Insulations, Standard Test
I'vlethod for.
9. ASTM C 531, Linear Shz�inkage and Co�fficaent of Thermal E�pansion of
Chernical-Resistant Mortars, Mor�alithic Surfacings, at�d Polymer Cancrete,
Standard Test Methad for.
10. ASTM C 549, Perlite Loose Fi11 Insulation, Standard Specification for.
11. ASTM C�53, Mineral Fiber BIanket Thermal Insulation far Commercial ana
Industrial Applications, Specification for.
12. ASTM C 578, Rigxd, Gellular Polysty�rene Thermal Insutlation, Standard
Specification for.
13. ASTM C 612, Mineral Fiber Block and Board Thermal Insulation,
Specificatian for.
� 4. ASTM C 665, Mineral-Fiber Blanket Thermal Insulation for Light Frame
Construction and Manufactured Housing, Standard Specificataon �or.
I5. ASTM C 7b4, Mineral Fiber Loose-Fill Thermal Znsulation, �pecification for.
1 b. ASTM D 69b, Coefficient of Linear Thermal Expansion af �'lastics between -
3Q Degrees C and 30 Degrees C, Standard Test Method for. ,
3ia�oo6 07210-2
City of Fort WQrth
West Side IV Project - Pump Station
17.
1 S.
19.
20.
2l .
22.
23.
24.
BUILDING INSULATION
ASTM D 1621, Compressive Properties of Rigid Cellular 1'lastics, Standard
Test Method for.
ASTM D i 622, Apparent Den�iiy of Rigid Cellular Plastics, Standard Test
Method for.
ASTM D 2126, Response of Rigid Ceilular P�astics ta 'Thermal and Humid
Aging, Standard Te�t Method for.
ASTM D 2842, Water Absorption of Rigid Cellular Plastics, Stanc�ard Test
Method for.
ASTM E 84, Surface Burni�g Characteristics af Building Materials, Standard
Test Method for.
ASTM E 96, Water Vapor Transmission of Materials in Sheet Form, �tandard
Test Method for.
ASTM E ll9, Standard Methods of Fize Tests of Building Construction and
Materials.
Underwriters Laboratories, Incorporated, UL 1479, Fire Tests of Through-
Penetration Firestops.
1.3 SUBMITTALS
A. Shap Drawings: Submit %r approval the following:
1. Copies of material specifications, installation instructians and general
recommendatio:ns from the building insulation manufacturers, for each type of
building insulation product. Include manufacturer's data substantiating thatthe
materials comply vvith specified requirements.
1.4 PRODUCT DELIVERY STORAGE AND HANDLING
A. Delivery of Materials:
1. Deliver building insulatian products in manufacturer's original, unapened,
factory-sealed containers, beaz ing manufacturer's narne and labels, accurately
representing container contents as shown on approved Shop Drawings.
2. Damaged materials shall be p�rmanently removed from Sit�; by
CONTR.ACTOR.
3. Do not deliver insu]atian materials ta the Site before the tiine of installation.
4. Deliver materials in sufficient quantities to allaw uninterrupted cantinuity of
the Work.
B. �torage of Materials:
1. Store materials in original, undamaged containers with manufacture�r's ]abels
and seals intact.
2. Store all materials in a dry; enclosed area, off the ground and away form all
possible contact with water, ice o:r snow.
3. Prevent damage to materials during starage, primarily by minimizing the
amount of time they are stored on-5ite before being incarporated into
construction systems. S�ore only sufficient quantity of building insulati�n
sis�oa6 07210-3
City of Fort Worth BUILDIN� IIVSiJLATION
Wesf Side IV Project - Pump Station
materia�s on-Site as necessaz-y for the continuQus advancemer�t of the Work
without causing delay.
C. Hand�ing of Materials:
1. Handle materials carefuliy in order to avoid damage and breakage or
compressing of boards to less than th�ir specified thickness, or other damage.
2. Do not open containers, ox expose materia�s to detrimental conditions or
physical damage. Materials which are so exposed sha�� be removed frorn the
Site and shall naf be incorporated into the Wark. If incorporated into the Work
they shall be remo�ved at no additional expense to �WNER.
3. Handle materials in a manner which prevents inclusion of foreign materials.
4. Do nat open packages or containers until all necessary preparatazy Work is
complete and installation wi11 begin immediately.
1.5 ]OB CONDTTIONS
A. Protection:
1. Do not allaw building insu�ation materials t� becoxne wet or soileri, or covercd
witla ice or snow. Provide continuous protection of materials against darnage,
wetting and moisture absozption primarily by storing maEerials under caver and
above ground and away from all other construction tra�fic.
2. Protect foam plastic building insulation irorn exposure to sunlight.
3. Do not allow building insulations to come into contact with welding operations
ar other fire or ignition �ources.
4. Do not overload the building structure or damage in-place con.struction system
vuith t�e weight ai stored materials or use of equi��nneni.
S. Protect materiaIs against da�nage by construction activities.
B. Scl�eduling:
1. Proceed with bui2ding insulation Wark only when preceding Work is ready to
z-eceive the Work of this Section,
2. Proceed with the building insulatia�n and a�sociated Work only after
curbs, blacking, substrate board, nailer strips, vents, drains and other
projections through the substrates have been installed, and wheri the substrate
constraction and framing af openings i� complete.
3. Praeeed with and camplete the Work on�y whez� maierials, �quiprrtent and
tradesmen required for the install ation of the building insulation and backfi�ling
operations are at the Site and are ready to fallow with the Work in a manner
which r�ill not leave the Work vulnerable to damage ar deteriora�ion.
4. Do nat advance the installation of building insulation materials beyond that
which is necessary foz- proper sequencing of the Work. Do not advance Work
when there is no proper and secure pz'otectian from damaging weathe:r and
canstruction activities.
C. Env�ironmental Conditions:
3is ioos 07210-�4
City af Fort Worth BUILDTNG INSULATIaN
West Side IV Project - Pump Station
1. Complete the installation and concealment of building insulation materials as
rapidly as possible in order to avoid damage from adjacent constniction
operations and adverse weather conditions.
, 2. Tnsfall bui]ding insulations only when �uveather and ternperature conditians
comply with building insulations manufacturers' writter� recommendations.
� 3. Install building insulations only when damaging environmenfal condition are
not forecasted for the tirne when exposed systeins �nate�als camponents wauld
� be exposed to potential damage.
�}. Protect Work from precipitatian, frost and direct sun.
, 5. Do not apply pressure sensitive tape �vhen temperature is below 35 F or above
IIOF.
6. Record decisions, conditions and agreernents to proceed with the Wark when
weather conditions might be unfavarable. State the reasons fo:r proceeding,
a�ong with the narnes of persons involved, and any changes or revi�ions, if
' required, to al�ow the'V�ork to proceed.
l.b SUBSTITiT'TIONS
A. Do not change products, system camponents, or manufacturers after �hop Drawing
approval by ENGINEER.
B. Clearly ideniify, in a manner which is highlighted to ENGINEER, all proposed
sub�titutians, inodifications, variatians and unspecifed features. Provide complete
comparative data with specifred products at trrne of Shop Drawing submission.
PART 2 - PRODLTCTS
2.1 MATERIALS
A. Glass Fiber Insulations: Provide the follo�ving types:
1. General: Provide insulations formed from glass fibers and resinous binders
fabricated into f�exihle b3ankets, semi-rigid and rigid sheets complying with
ASTM C 665, ASTM C 553, and ASTM C 612.
2. Rigid Board Insulation for Metal Roofing: Provide th�rmal rigid board
insulation complying with ASTM C 612, Classes lA and 1B.
a. Physical Properties: �
1) Thermal Conductiuity (k}, ASTM C S 1$: �.23 Btu/in./hr./s�/°F.
2) Density, Manufacturer's Certified Test: 6 pcf.
3) Compressive Strengths (psi at 10% deformatian}: 350 psi.
�4) F1ame Spread, ASTM E$4: 15.
5} Smoke Developed, A�TM E 84: 0.
b. Thiclrness: 3-inches total.
c. Width:24-inches.
d. Leng�h: �S-inches,
3181fl06 07210-5
City of Fort Worth BUILDING INSULATION
West Side IV Project - Pum� Station
e. Product and Manufacturer: Provide ane of the fol�owing:
1) Type 705, 700 Series Board Insulatian by Owens-Corning Fiberglas
Corporation.
2) Insul-�hieId Thernlal Board Insulation by Schuller Tnternational.
3) Or equal.
B. Foam Plasiic Insutations: Provide the fol�owing types:
1. General: Rigid, closed-cell, ihezmally stabilized, extruded,
hydrochlarofJurocarbon blown, foam board ins�latia� cansisting of 100 percent
�irgin extruded polyst�-ene modified resin complying with ASTM C 578.
2. Provide a blowing agent with �owest avai]able ozone depletion pot�ntial, such
as I3CFC-142b, or bette�. HCFC-141b will not he approved by ENGTNEER.
3. Preforrned Concrete Masonry Unit Core Insulation: Pxovidc; individually
rnolded expanded polystyrene core insula�ion complying with ASTM C 235,
az�d ASTM C 578, �tandard Type I.
a. Physical Properties:
1} Therm�l Canductivity �k}, A�TM C 177: 0.26 Btza/in./ hr./sf/°F,
2) Density, ASTM C 3Q3: Q.9Q - 1. �4 pcf minimum.
� 3) Compressive Strength (psi at 5°10 deformatzan), A�TM D�621:
10-I3 pcf.
4} Water Vapar Transmission, A�TM E 96: 1.4 pez-�n/inch.
5) Dimensional Stability: ASTM D 2126: �.55% maximum.
�) Flame Spread, ASTM E 84: 5 maximum.
7) Srnoke Development, ASTM E S4: 130 maxzmum.
b. Product and Manufacturer: Provide one of the following:
1) Korfil Standard U-Shaped Block Insulation by Concrete Block
Znsulating Systems Incarporated, a Divisian af W. R. Grace
Con�iruction Products, Incarporafed.
2) B1ocfi1 by Blocfil Company, Division of Patek Investment
Corporation.
3) Or equal.
C. Miscellaneous Materials and Accesso�ies: Provide the following:
1. Adhesive for Bonding Insulation: The type recommenc�ed by the insulation
inanufacturer, and complying with fire-resistance requirements.
2. MechanicaZ Anchors: Type and size shown or, ifnot shown, as recommended
by the insulation manufacturer for the type o�f app�ication shown and condition
of substrate. �
3. Protection Board: Fiberboard sheathing oz' heavy duty asphaltic panels as
recomrnended by #he insulation rnanufactur�r.
4. Adhesive Tape�: Comp�ete selection of insulation manufacturer's
recommended taping mate�-ials.
5. Bitumen: Asphalt, ASTM D 449.
31 S 1006 Q�210-5
City af Fort Worth BUILDING IN�ULATION
West Side IV Project - Pump Station
PART 3 - EXECUTION
3.1 INSPECTIDN
A. CONTRACTOR and his installer shall e�camine the substrate amd the conditions
ur�der which the buiIding insulation Work is to beperformed, and notif}+ENGINEER
in writing of unsati�factory conditions. Do nat proceed with the Work until
unsatisfactory conditions have been corrected an a manner acceptable to ENGINEER.
3.2 SUBSTRATE PREPARATION
A. Verify that surfaces to receive building insulataan are clean of a11 debris, dirt and
other contamination before installation begins in any area.
3.3 INSTALLATTON
A. General:
1. Caznply with manufacturer's inst�-uctions far the particular conditions of
installation in each cas�. If printed instructions are nat available or do not
apply ta Site conditions, submit to ENGINEER �pecific recorn�nendations from
manufacturer for approval before proceeding with the Work.
2. Extend all insulations full thickness over entire surface to be insulated. G�t and
fit tightly around obstructions, and fiil voids with in,sulatian.
3. Apply the number of Iayers of insulation specified, each of the required
thickness, or the required thicl�raess io provide the therrnal value indicated,
unless atherwise shown or required, to make up the total thiclmess.
B. Unit-Type Building Insulation:
1. Apply insulation units of the type shown to the substrate by the metk�ad
indicated. If not otherwise indicated and except for units resting on horizontal
surfaces, bond t�nits to substrate with adhesive or use mechanical anchorage to
provide perrnanent placement and support of units.
3.A� PROTECTION
A. AZl �components of the Work sha11 be protected from detrimental weather canditions
and until constr�ction operations including, but not lirnited to, backfilling, framing
and sheathin�, aluminum siding and concrete unit masonry Wark, is completed and
acceptable to ENGINEER.
B. ViTark which cannot for reasons acceptable to ENGINEER be covered with eomplete
construction system before onset of vveaiher detrimental to the Work, shall be
completely covered and protected in such a manner as to deflect precipation from the
installation withaut damaging adjacezit Work.
3ia�ao� 07210-7
City of Fart Worth BUILDIl�TG INSULATTON
West Side IV P:roject - Pump Station
C, Protect building insulations fram alI damage and abuse frorn all other contractors and
instaIlers involved on the Site until final acceptance by OWNER.
3.5 ADJUSTMENT AND CLEANING
A. System components whick� are dislodged, da�naged, expanded, broken, penetrated, or
crushed by sulasequent installation operations or damaged by detrimental weather
s�all b� iinmediately replaced with undannaged material in compliance with the
Specifications and properly protected as speci�ed.
B. Only the original installer shall repair or replace deteriorated or defective Work.
3.5 TNS�'�CTION AND ACCEPTANCE
A. Do not allow construction traff e which is not associated wit� the installation of
building insu7atior� in the area of Woz-k. Protect the area from access by other
installers and contractors until the Wark of this Section has been incorporated into
finished construction systems.
B. Building insulations whach have become wet, damaged, or deteriorated shall be
promptly remo�ed from the Site an.d replaced with materiaIs meeti�zxg the
req�irements of this Specificadon.
+ + END OF SECT�ON + +
31810D6 0%�, �, �-$
City o£Fort Worth
West Side N Project - Pump Station
SECTION 07�410
METAL ROOF SYSTEM
PART 1 - GENERAL
1.1 DESCRIPTION
A. Scope:
CONTRACTOR shall furnish all labor, materials, equipment and incidentals
required to provide metal roof system as shown and specified. The Work also
includes:
a. Providing openings in metal roof system to accomumodate the Work under
this and other Sections and building into the metal roof sy stem all items such
as sleeves, inserts and all oth�r items to be einbedded in roof system for
which placement is not specifically pz'avided under other Sections.
The extent of each type af ineial roof system is shown on the Drawings, and is
defined to include st,ructural standing seam me�al roof capable of structurally
spanning between suppart purlins.
The types of inetal roof system r�quired include the fo11ow7ing:
a. Preformed mechanically searned stz-uetural standin,g seam metal roof panels.
2.
3.
METAL ROOF SYSTEM
B. Coordinat�an:
1. Review installation procedures under ather Sections and coordinate the
installation of items that must be installed with, ox embedded in, the metal roof
system.
C. Related Sectia�s:
I. Section OS 120, Structural Steel.
2. Sectian 07210, Building Insul.ation,
3. Sec�ion 07920, Calking and Sealanfs.
1.2 OUALITY ASSURANCE
A. Maraufacturer Qualifieations: Provide coil applicator experienced in the handling and
application of polyvinylidene coatings acceptable to the manufacturer of the coating.
B. Tnstaller Qualificatians: Engage a single installer regularly engaged in metal roof
system installation and with experience in the erectiox� of the types of materials
required; and wha ag�rees to employ only tradesmen with specific skill and experience
in this type of wark. Submit name and qualifications ta ENGTNEER.
31810D6 0'7410-1
City of Fort VVortl�
West Side N Project - Pump Station
METAL R40F SYSTEM
C. Design Criteria:
1. Provide rnetal roaf system d�sigzxed for roof Iive load af 20 psf and far a 1/120
maximum deflectian over a single 10 foot span when subjected to the following
wind loads:
Wind Load
Hei�ht in Feet (�nounds t�er square faot
4-3 Q 25
2. Pzovide metal roof system and accessories that comply with the following
minimum pez�ormance characteristics, as proven by appropriate and recognized
laboratory test methods acceptable to tbe ENGIl�TEER.
a. Water Penetration, ASTM E 331: No evidence of e.uicontrolled leakage
�
under spzay fest and 45 pounds per sq,uare faat w;iz�d 1oad.
Air Infiltration, ASTIVI E 283 ; Maxixz�um of 0.03 cubic �eef per minute per
square foot average �or entire wa11 system with 45 pounds per square foat
wind lraad.
Fire Rating, ASTIvI E 119: �Ton-coxnbustible.
Thennal Conductance (k), ASTM C 5l 8: The thicknesses a£ insulation
shovtm are for the thermal conductivity, k�value at 75 F.
c.
d.
D. Sotirce Quality Control: D�tain all xnetal roaf system and aceessories froxn the same
manufacturex.
E. Reference Standards: Cornply with applicable p:ravisions and recommendations of
the following except as otherwise shown ar specifi�d:
1. ASTM A 1 C7, Stainless and Heat-Resisting Chromium Nickel Steel Plate, Sh�et,
2.
3.
�4.
5.
b.
7.
$.
9.
1Q
3181006
and Strip.
ASTM A 525, Steel Sheet, Zinc-Caated (Galvanized) by the Hat-Dip Proces,s,
General Requirements.
ASTM A 526, Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process,
Commercial Quality,
ASTM B 11'7, Salt Spray (Fog) Testing.
ASTM C 355, Water Vapor Transmission of Thick Materials.
ASTM C�}23, Sound Absorption of Acoustical Materials in Reverb�ration
Rooms.
ASTM D 523, Specular Gloss.
ASTM D 659, Evaluating Degree of Resistanee to Challting of Exteriar Paints.
A5TM D 968, Abrasion Resistaxice of Coatir�gs ofPai:nt, Varnish, Lacquer, and
Relat�d Products by the Falling Sand Method.
ASTIVI D 13 Q8, Eff�ct of Household Chexnicals on Clear and Pigmented Organic
Finishes.
07410-2
City of Fort Worth
West Side N Project - Pump Statian
�z.
13.
14.
15.
16.
17.
18.
19.
20
METAL ROOF SYSTEM
11. ASTM D 1737, Elongatian af Attached Organic Caatings with Cylindrical
Mandrel Apparatus.
ASTM D 2092, Preparatio� af Zinc-Coated �teel Surfaces for Painting.
ASTM D 2244, Color Di£�erences of Opaque 1VIaterials,
ASTM D 2247, Coated Meta1 Specim.ens at l OD Percent Relative Humidity.
ASTM E 72, Conducting Strength Tests of Panels for Building Constniction.
ASTM E 84, Surface Burning Characteristics o�'Building Materials.
ASTM E 119, Fire Tests and Building Construction and Materials.
ASTM E 283, Test for Rate of Air Leakage through Exterior Windaws, Curtain
Walls, and Doors.
ASTM E 331, Water Penetration of Exterior Windows, Curtain V�7alls, and Doo�es
by Unifonm Static Air Pressure Differential.
FS HH-1-521, Insulatian Blanket�, Thermal (Mineral Fiber, for Arnbient
Temperatures).
21. UL, Fire Resistance Index.
1.3 SUBMITTAL�
A. Samples: Submit for appro�al the following:
1. Samples of each type of inetal roai system and trim complete with
factory-applied finish, 2 foot Iong by full-wid#h. Sampies wi11 be xevievt+ed by
ENGINEER fox pattern, textuire and colar only. Compliance with other
requirements is the exclusive responsibility of the CONTRACTOR.
2. One of each ty�e fastener employed, with state�nent o� intended use. 5amples
will be reviewed by ENGTNEER for rnaterial anc� color only. Compliance with
ather requirements is the exclusive responsibility of the CONTRACTOR.
B. Shop Drawings: Submit for approval �he following:
1. Copies of r�anufacturer's speczf cations, standard and custom detail drawings and
installatian instructions fox meta� roof system and trim. Submit manufacturer's
standard warranty on factory-a�plied fmish of inetal roof system.
2. Profiles of inetal roof system units, and the c�etails of forming, jointing, gaskets
{if any), internal su�ports, anchorages, trim, flashing, and accessories. Show
detail� of weatherproofing at edges, terminations and pen�trations o�E the rnetal
roof system work. Show small-scale layout and elevations of entire Work.
C. Test Reports: Submit for approval certified laboratory tests reports for required
performance te�ts.
3raiao6 07410-3
Ciiy af Fort Worth METAL ROOF SYSTEM
West Side IV Project - Pump Station
1.4 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Deli�rery af Materials:
1. Deliver metal raof system and all accessories dry anc{ undamaged, with
manufaciurez'`s pra#ective coating intact.
2. Deliver metal raof system panels in bundles with banded wood surrounds and
end caps intaet.
B. Storage of materials:
1. Store metal roof systern and accessoxy znaterials in a manner that vcrill protect
strippable caating frorn exposure to sun and condensation; with good air
circulation around each piece.
2. Store metal roof system an.d accessory materials in an area proiected from dirt,
damage and wea�her.
3. Do not store in contact with concrete or oiher rnaterials tl�ai might cause
carrosion.
C. Handling af Materials:
1. Do not subject metal raoi system and accessory materials to bending ar stress.
2. Do not damage edges or handle material in a mar�er that will cause scratches,
warps ar dent�.
I.5 GUAR.A.NTEE
A. Provide �nanufacturer's 14 year warranty on fhe coil caated polyvinylidene fluoride
base� coating specified.
B. Guarantee that the polyvinylidez�e fluozide based caating meets all criteria specified
and will not spa11, check, craze, peel or otherwise lose adhesion for a period of 10
years from �he c�ate of installation, to the extent that such shall create unsight�y
conditzons or otherwise impair the intended architectaz-al qualities of the building,
C. 7n the event that the coil coatedpoly�inylidene fluoride based coating fails to meet the
specified standards ihe manufactuz'er sha11, at l�is own expense, replace or field paint,
at the discretion of the ENGINEER, aI� areas affecfed by the failure. lrn the event that
repainting is selected, it sha11 be done at mutually agreeable in�ezvals throughout the
term of the warranty.
D. The wanranty does not apply where failure is caused by accidents, or external
conditions or forces �eyond the control o�the manufacl:urer.
3I81DU6 07410-4
City o�Fort Workh METAL ROOF SYSTEM
West Side N Project - Pump Station
PART 2 - PRODUCTS
2.1 MATERIALS
�� A. Structural Standing Seam Panels: Roll-formed, hot-dipped galvanized steel,
conforming to ASTM A 525, and ASTM A 446. Grade A having a minimum yi,eld
� stxength of 33,000 psi, Coat3ngDesignation G90, minimurn spa�ngle, with 1,25 ounces
of zinc per square %ot.
B. Subgirts: Provide panel manufacturer's stanc�ard metal subgirts, ga�vanized s�eel,
ASTM A 526, Grade A,1$ gage, arid other structural or spacing rnembers, designed
for required anchorage and loading capacity, and selected for compatibility with panel
faces.
C. Fascia, soffit, Flashing and Trirn: Pro�ide fascia, safft, flashings and sheet metal
contour closure trirn components, indicat�d as part of the metal roof system Work,
including cap flashings, and similar eomponents of the Work. Except as othez�wise
shown ar specified, mateh the ma#erial, gage, and finish of the exterior panels.
D. Miscellaneous Ma�erials:
1. Provide manufacturer's standard 1/4-inch diameter, stainless steel, self-tapping
exposed fasten.ers, and stainless steel brackets, clips, anchoring devices, and ather
components needed for a carnplete, permanently weatherproof installation.
Provide stainless steel complying with ASTM A 167.
2. Provide manufacturer's standard expased 1/4-inch diameter, stainless ste�;l,
self-tapping fasteners, and ather components needed �or a complete, �ermanently
weatherproof installatian, finished to match the color af the substrate. Provide
stainless steel complying with ASTM A 167.
3. Underlayrr�.ent: ASTM D 226, NQ. 30 unperforated asphalt saturated £elfi.
4. Sealant: Provide manu�acturer's standard elastomeric sealant for use withjn #his
Section of ihe Wark.
2.2 METAL R�OF SYSTEM FABRICATION,
A. General:
1. Comply with t1�e dimensions, profile Iimitations, gages and fabricativn details
shown.
2, Prefabricat� all components af the systern at the factory, ready far field assembly
of exterior standing seam panels, trim and accessories.
3. Spac� subgirts �48 inches on centers maxi�mum.
4. Fabricate components and assemble unit� to comply with the pe:r�'ormance
requirements specified �or the completed installation of the Work.
3�s�oo6 07410-5
City of Fort Worth METAL ROOF SYSTEM
Wes� Side N Praject - Purnp Station
5, Condensation Control: Provide panel manufacturer's standard method af sealing
tlze inside faces and v�nting the exterior faces of sandwichpanels oftY�e assembly
so that internal condensation will be prevented for a'15 F temperature differen�ial
with 35 percent relative interior humidity.
B. Metal Roo� System Construction With Subgirts:
1. Exterior Standing Seaxn Fanets: 22 ga�e, 1 S-incl�es wide and 3-ir�ches deep ribs
mechanically �eamed stand'zng seam roof system.
�., Tz�sulation: See Section 07210, Insula#ion:
3, Pro�uct and I�Ianufacturer: Provide one ofthe following:
a. SR3-1.5 Struc�tural standing seam roaf system Centria.
b. Or equal.
2.3 METAL ROOF SYSTEM COATINGS
A. Concealed Steel Coating; On eoncealed faces of steel panels, provide metal siding
xnanufaciurer's stanaard rust-inhzbitive coating. After proper cleaning, pretreatment
and cn�zversion coating apply one coat of rust-izahibitive metal primer and one coat of
metal enamel, 1 A�rail dry fiZm thickness.
B. Exposed Steel Coating: Apply full st�engtk� polyvinylidene fluoride based coatings at
the factory by coil coating, priar to fabrication of the metal roof system. Cornplywith
the following:
1. Alkali clean and hot water rinse all surfaces to receive poly�inylidene fluoride
based finis�.
2. Prepare a chemical conversioz� coating on the metal panel surface following
ASTM D 2092, using phosphates or chromates followed by a cold water rinse.
Seal with a cl�rarnic acid rinse and dry, except where pane� manufacturer
recommends another method to achieve greater coating reliability.
3. Apply a base prime caat of manufacturer's recomrnenc�ed prinner to the prepared
surface in its coil form, by reverse rolter coating. Fully cur� in a gas- fired oven
to a dry film �ickness of 0.2 muiXs.
4. Apply finish coating over the primer by roller coating and fuse at a peak metal
temperature o�470 F for a dry film thickness of 0.8 rnils.
5. Provide the following physical properties, as pro�ven by appropriate and
recognized Iabaratory test methods acceptable to #he ENGINEER:
a. Weathering, ASTM D 659: Chalking, not zxzoze than No. 8, after exposure
for 5�Q0 hours in Sunshine Arc Weatherorneter XWR using 60/6Q cycle.
b. Color Chang�, ASTM D 2244: No greaier than S N.B.S units after removal
of external c�eposits and a�er expose�re for 5000 hours in Sunshin� Arc
Weatherometer XWR using 6Q/fi0 cycle.
sisiooe 07410-6
City o£Fort Worth METAL R40F SYSTEM
West Side N Project - Pur�p S�ation
c. Huzxaidity Resistance, A�TM D 2247; few scattered blisters no larger than
ASTM No. 4, after 1000 hours.
d. Salt Spray, ASTM B 117; few scatiexed blisters no larger than ASTM No. 4,
and no mare than 1116 inch creep frorn areas scribed to bare metal after 500
'hours.
e. Adhesion: No pick--off when tape tested over 1I1 b incla cross hatch.
f. Al�rasion Resistance, A,STM D 968: Caefficient af abrasian of 67
minimum.
g. Gloss, ASTM D 523: 30'd5 reflectivity at 6Q F.
h. Pencil Hardness: F minimum
i. Dry Film Thickness: Primer, 0.2-0.� mils, polyvinylidene fluoride based
coating, 0.7-1.3 mils.
j. Solveni Resistance: 100 Double MEK rubs minimum.
k. Fle�ibility, ASTM D 1737: No cracicing prior to rnetal fracture.
1. Acid Resistance, ASTM D 1308: 16 hour spot test wit.� 5% hydrochloric
acid - no effect.
m. Alkali Resistance, ASTM D 1308: 1�6 hour spat test with S% sociium
hydroxide - no effect.
C. Product and Manufacturer: Provide one of the following:
1. Kynar 500 Flurapon by DeSato Incorpora#ed.
2. Ky�nar 500 Duranar by PPG Industries.
3. Or equal.
D. Color caating of panels already fabricated into panel profiles is not permitted.
E. Cc�lor: To be selected by OWIVER
F. Pratecti�v� Coating: Im.mediately upon coxiapletion of the metal roof system �iu�ish,
apply a transparent, color�caded, strippable-f lm coating, not le�s than 1.0 mil dry film
thickness, suitable for protectian of the �nish through coznpleiion of erection, and
capable o�being easily hand-siripped from the surface at ihat time.
aisioos 07410-7
City a£Fort Worth METAL ROOF SYSTEM
West Side IV P;roject - Pump Statian
PART 3 - EXECUTION
3.1 INSPECTION
A. CONTRACTOR and his installez must examine the aligz�zn.ent of the structural steel
before erection of the metal roaf sy�tem Work begins and noti�y the ENGINEER in
wz'rting of�nsatisfactory conditions. Do not proceed with the rnetal roof system Work
until unsatisfactory canditions have been corrected in a manner acceptable to the
ENGINEER.
3.2 PREPARATION
A. Wherever possible, take field measurements, prior to completion af shop fabrication
and finishiulg of inetal roof system. Do not delay job progress. Altow for trirnming
where final dimensions cannot be established before fabricatian.
3.3 _ INSTALLATION
A. Camply with metal roof system manufacturer's instructions for asse�bly, installation
and erection o�metal roof system.
B. Tnistall metal roof syste�n with the longitudina� configuration and joints in the vertical
positian.
C. .Anchox carz�ponent parts of inetal roof systern securely in place at eack� girt providing
for necessary thermal and structural movement, and meeting wind Ioads specified.
D. Da not exceed �astener spacing recommended by the metal raof system mazaufacturer.
E. Locate metal roof system joints as shown.
F. Install rnetal roof system with 4 inches of end 1ap x�ainixnurn. Locate end laps a�
structural supports.
G. Fasten side laps as recammended by the manufacturer.
H. A�I fasteners must be long enough to penetrat� through the ent�re wall panel assembly
and extend thz-ough the structural support a minimum of lf2 inch.
I. Fasten flashings and accessories 12 inches on center�
3181006 �%�} ]. �-$
City of Fort Worth METAL RO��' SYSTEM
Wesi Side N Project - Pump Station
7. Use exposed fastenexs which have been prefinished to match finish flf panels and
trim. Lirnit exposure of fasteners to extenf indicated in manufacturer's data and
instructions.
K. Jnstall all visible fasteners in straight lines, and uniform spacings.
L. Drive all fasteners normal to the surface and to a uniform depth.
M. Install sEalants for the metal roof system Work as specified, and as requ�red for
watertight performance. Comply with sealant manufacturer's instructions for
installation and curing.
N. Minimize field cutting of inetal roaf system and associated Work as far as practicable.
Perform necessar}+ iield cutting using skilled workmen with proper tools.
O. Da not fabricate flashings, closures and associated trim at the site.
P. Install all special flashirig and trim shapes, contaur closure strips and calking
compounds required ta maintain complete weathertightness wherever pipes, ducts or
other mechanical ap�urtenances penetrate metal roof system.
Q. Tnstall insulatian between exterior standing seam and inte�iar rnetal decking
horizontally, with ihe metal x'aaf system.
R. Where�er possible, use the same fasteners securing the rnetal roof systern to also
secure the insulation.
S. Removc strippable protection coating irnmediately after completion o� erection and
cornpletion o£a�joining construction Wark which mi�ht damage panel finish.
T. Co�nply with panel manufacturer's instt-uctions and recnmrnendations.
3.4 FIELD OUALITY CONTROL,
A. Determine confozmity of inetal roof systexn �nish to the specificatians as follows:
1. The manufacturer of the metal roo�system shall set aside a labeled sample of the
metal roof system from each productian lot of panels for ihe job. Protect sanc��le
metal roof system fram weather.
2. Make satnple metal roof system available at all times, for comparison with
installed metal roof system, as requested by the OWNER, for tt�e fi�ll �ime of the
warranty.
318100b fl7� 1 �-�
City of Fort Worth METAL ROOF �YSTEM
West Side N Projeci - Pump Station
3. Make color comparison measurennents with a Hunter Tristimulus Color
Difference Meter employing methods af camputation in use at the Nationai
Bureau af Standards conforming to ASTM D 222q�.
3.5 ADJUSTMENT AND CLEANTNG
A. Set metal roof system pluznb, level, and �-ue tn line, without warp or rack.
B. Cleaz� exterior and interior expos�d suxfaces of inetal roof system Work promptly
after completion of installation, including removal of strippable coating. Com�ly
wiih recommendatians oibatla tk�e zzxetal roof systezn and coating manufacturer.
C. Leave metal roof system and flashing perfectly fla�, free from dents, burrs, scratches,
holes or other blemishes. Paint alI scratches, oz� the futish of the panels, flashing and
all associated material, to be indistinguishable from adjacent un-scarred areas.
D. Do nat erect components which have become scarred, chipped or otherwise damag�d
or defaced.
E. Remove and replace with new zrza�erial metal roof systern and com�onent parts of the
Woxk, including finish, which have been damaged beyond successful repair, as
�ir�cted by the ENG�NEER. Repair rninor damage,
F. Do not use exterior sheets, trim rnembers, and flashing sheets, �in which holes have
be�n rnade in locations where fasteners are not required.
G. At the cornpletinn of the Work, clean or replace adjacent work, marxed by the Work
of this Section.
H. Remove a11 matexials and debris and leave the site of ihe Work in clean condition.
+ + END OF SECTION + +
a z s�ao6 074 I Q-10
City of Fort Worth
West Side N Project - Pump Station
SECTION 07620
FLASHING .AND TRIlVI
PART 1 - GENERAL
1.1
A.
D�SCRIl'TION
FLASHIlVG AND TRIM
Scope:
1. CONTRACTOR shall pzavide all labnr, materials, toal.s, equipment and
incsdentals as showz�, specified and zequired to fuzxaish and install flashing and
trim. The Work also includes:
a. Providing openings in flashing and trim to accommodate the Workunder
this and other Sections and building into the flashing and trim a11 items
such as slee�ves, anchor bolts, inserts anc� aIl oth�r items to be embeddad in
flashing and trim for which placemenf is not specifically pzovi�ed under
other Sections.
Exiant of the fla�hing and trim is shown.
Types af products requixed include the follawing:
a. Stainless steel sheet flashing.
b. Miscellaneous flashi�g not supplied under other Sections.
c. Complete selection of custom ar�d premium custom-blended full-stxength,
polyvinylidene fi-uoride finishes and colars with extended life topcoat.
d. Miscellaneous accessories, fasteners, cleats and inciciental flashing and
trim system components necessary for a complete installation.
z.
3.
B. Coordination:
1. Review installatior� pz-acedures under other Section.s and coordinate the
installation of iterns that rnust be installed with t�e flashing and trim.
C. Related Sections:
1.2
A.
1. Section 03300, Cast-In-Place Concrete.
2, Section 0400�, Masonry.
3. Secfion 07410, Metal Roof System.
4. Section 07710, Gutters and Downspouts.
5. Sectian 07920, Calking and Sealants.
OUALITY ASSURANCE,
1. Engage a single installer�rho is a recognized flashi�g and trim installer, skalled
and experienced i� the iype of flashing and trim Work required, and equipped
7nsta1ler Qualiiications:
3I81006 o�c2o-i
City of Fort Worth FLASHING AND TRIM
West Side N Project - Pump Station
to �erform worktnanship in accQrdance with recognized standards so that th�re
will be undivided responsibility for the performance of the Work. Submit name
and qualificatians to ENGINEER along with at least three successfully
coznpleted Projec�s including names and telephone numbers of owners,
architects and engineers, r�sponsible for the Project and the approximate
contract price for flashing and trim.
B. Reference 5tandards; Comply with applicable provisions and z'ecomrnendations af
the follawing, except as oiherwise shown or specified.
1. ASTM A�80, General Requirements for Flat-Rolled Stainless and
Heat-Resisting Steel P�ate, Sheet, and Strip, Specificatian for.
2. ASTM A 666, Annealad ar Cald-Worked Austentic Stainless Steel, Sheet,
Strip, Pla�e, and Flat Bar, Spaci�cation fox.
3. ASTM B 29, Refined Lead, Specification for.
4. ASTM B 32, Solder Metal, Specification for.
5. ASTM B 1 dl, Lead-Coated Copper Sheet and Strip far Building Construction,
Specificaiion far.
6. ASTM B 117, Operating Salt Spray (Fog) Apparatus, Practice far.
7. ASTM S Z09, Alunninum and Aluminum-Alloy Sheet and Plate, Specification
for.
8. ASTM B 37a, Copper Sheet and Strip for Building Canstructioz�, Specification
for.
9. ASTM D 968, Abrasion Resistance of Organic Coatings by Falling Abrasive,
Test Method for.
10. ASTM D 1308, Effect of Hous�hold Chemicals on Clear and Pigtnented
Organic Finishes, Test Method for.
11. ASTM D 2240, Rubber Property - Durometer Hardness, Test Method �'or.
12. 1s,STM D 224�4, Caiculatian of Color Dif�erences from Instrumentally
Measured Color Coordinates, Test Method for.
13. ASTM D 2247, Testing Water Resistazi.ce of Coatings in 100% Relaiive
Humidity, Practice for.
1.4. ASTM D 3363, FiIm Hardness by Pencil Test, Test Met�od fax.
15. ASTM D�213, E�alnating Degree o� ChaZking of Ex�erior Paint Fxlms, Tes�
Methods for.
16. The Aluminum Associat�on, AA, ASD-1 - Alurninum Standards and Data.
17. The Aluminum As�aciation, AA, SAA-46 - Standards for Anodized
Architectural Aluminum.
18. The Aluminum Association, AA, DSA-45 - Designation System forAluminum
Finishes.
19. Factary Mutual Engineering Corporation, FM Loss Pre�vention Data for
Roofng Contractors, 1-49 - Perimeter Flashing.
sisiao6 47620-2
City of Fart Worth FLA.SHING AND TRTM
West Side N Project - Pump Station
20. National Roafing Contractoz's Association, NRCA, Low-Slope Membrane
Roofing Canstruction Detai�s Manual.
21. Sheet Metal and Air Conditioning Contractvr� Nati�nal Association,
Jncorporated, SMACNA, Architectural Sheet Metal Manual.
22. St�el Structures Painting Council, SSPC - Paint 12, Specification for Cold-
Applied Solvent-Type Biturninous Mastic Coating.
1.3 SUBIV�YTTALS
A. Samples: Subrnit for approval the following:
1. 12-inch square sarr�ples of specifed flashing and trim metals.
Z. Poiyv�nylidene fl�oride man�facturer's color samples for final selection by
E�IGINEER. After initial selectian of colors by ENGINE�R from
manufacturer's color eharts, submit ENGINEER's preliminary color chaices on
actual samples af ineial substrate for final color selections by ENGINEER.
3. Samples will be reviewed by ENGIlVEER for color and texture anly.
Compliance with other requirements is the responsibility of CONTR.ACT4R.
B. S1�op Drawings: Suhznit for approval the following:
1. Copies of manufacturer's specifications, installation instructions and gener�l
recaxnmendations for flashing and trim required. Include manu�acturer's data
substantiating that the rnaterials comply with tbe requirements.
2. Drawings showing th� manrier o�'forming, jaintin� and securing �.ashings and
trim. Show fir1ly dimensianed join# details and vvat�rproof connections to
adjoining Work and details at obs�ructions and penetrations.
3. Drawi�gs showing the coordination of the Work of this Section with Sectian
04�00 and Section 0741Q. Pravide detailed Shop Dravaings showing large scale
details of sections and profiles of all flashing and trim to be used in the Work,
with a�l items, including fastener locaiions, cleats and other miscellaneous
accessories necessary to complete the Work, fully dirnensioned, properly
located, quantified and presented such that sequence af installafion is
aceeptable to eaeh raofing systerr� and adjac�nt construction material installer.
1.� PRODUCT DELNERY. ST�RAGE AND HANDLING
A. Delivery of Materials:
1. Delivez' flashing and trim materials in manufacturer's original, unapened, and
undamaged containers and rolls, with labels intact and legible, indicating
campliance with appraved Shop I7rawings.
2. Items deliverad in brok�n, damaged, rusted, or unlabeled condition shall
irnmediately be remaved from Site and not offered again for approval by
ENGINEER.
3181006 Q7�2�-3
City of Fort Worth FLASHTNG AND TRIM
West Side N Project - Pump Statio�
B. Storage of Materials:
1. Stare materials in an area undercover and protected from construction tra£fic.
2. Store materials in same package in which they were shipped, off the ground and
on platforms protected fioxz� dirt and ot�er contamination.
3. Store in a manner which does not permit water to remain on flashing and trim
materials and system components.
C. Hand�i�ag of Materials:
1. Protect flashing and trirn from dents, scratches, waips and be�ds.
2. Remove strippable protective film, �mmediately proceeding installat�an of each
system component.
1.5 JOB CONDITIONS
A. Scheduling:
1. Do nat proceed with flashing and trim Worlc until eurb and subsl�ate
const�n.iction, blocking and other canstruction to receive the Wark i� completed
2. Deliver materials to the Site in suff cient quantities to er�sure uninterrupted
pragress of tlie Work.
3. Schedule �he installation of flashing and �rim to coincide wifh the installation
Meta1 Roof System, waterproo�ng, drains, piping, blocking, naxl�rs, framing at
openings, et�bs �nd other adjoining and substrate Work.
�4. Proceed with and complete tha Work only when materials, equipment and
knowledgeable tradesm�n, requized far the installation of flashing and trim, are
at the Site and are ready to follow, and integrate flashing and trim Work wi.th
roo�'ing Work, in order to �aintain watertight conditions.
1.6 GUARANTEE
A. Provide manufactuzer's twenty-year wazranty on the specified coil coated
palyvinylidene fluoride based coatix�g.
B. Guarantee that the polyvinylidene fluoride based coating meets alI eriteria specified
and will not spall, c�eck, craze, peel ar otherwise lase adhesion for a period of
twenty years from the date of insiallation, to the extent that such shall create
unsightly conditions or otherwise i�mpair the intended architectural qualities of the
building. '
C. Jx� the event that the coil coated polyvinylidene fluoride based coating fails to meet
the specified standards the manufacturer sha11, at his own expense, �eplace or field
paint, at the discretion of OWNER, all area� affected by the failure. In tbe event that
siaiao6 07624-4
City of Fort Worth FLASI�TNG AND TRIM
West Side IV Project - Pump Station
repainting is selected, it sha11 be done at rnutually agreeable intervals throug�out the
term of the warranty.
D. The warranty spec�fied shall'not deprive O'Vi�NER of other rig�its OWNER ma}� have
untier other provisions of the Contract Documents and shall be in addition to, and run
concurrent with, other warranties made by CONTRACTOR undez' requirements of
the Contract Documents.
E. The warranty does not apply where failure is caused by accidents, ox external
conditions or farces l�eyond the eontrol of the manufacturer.
PART 2 - PRODUCTS
2.1 SYSTEIV� PERFORMANCE
A. Performance Criteria:
1. Flashing and fz'im shall be pertnanently vc�ateriighf, and nat deteriorate in excess
of manufactur�r's published limitations.
2. Comply with fabrication details recommended by FM, SMACNA, NRCA and
the requirements of t1�e flashing and tzim manufacturer, and as shown on
approved Shop Dravcrings.
2.2 MATERIALS
A. Metal Flashing and Tri�n:
1. Staiz�less Stee1 Flashing and Triim: Provide 26 gag� sheet stainless steel, Type
316, complysng with ,ASTM A b66, with No. 2D dead soft, fiilly annealed
finish, unless required to be harder temper forproper forming and performance
far application indicated.
2. Aluminum Flashing and Trirn: Frovide aluminzun co�xapl�in.g with ASTM
B 209, ailoy 3003, temper H14. Providc sheet aluminwm 0.032-inches thick
with AA.-C22A41 finish.
B. Miscellan�ous Material�:
1. Burning Rod for Lead: Same composilkion as lead sheet.
2. Solder for Stainless Stecl: ASTM B 32, 60 percent tin and 44 percent lead
a11oy gxade 60A, used with an acid flux of �.he type recommended by the
stainless steel manufacture;r. Use a noz�-corrosive rosin flux Qv�r tinned
surfaces.
3. Stainless V�elding Rocis: Type recarnrnended by stainless steel sheet
manufacturer for the ty�e of inetaX sheets furnished.
3 i 81006 Q'](�Q-$
C�ty of Fart Worth FLASHING AND TRIM
West Side IV Project - Pump Station
4. Nails, Screws and Riwets: Same material as flashing sheet, or as recommended
by manufacturer of flashing sheet.
5. Cl�ats; Same metai and gage as sheet being anchored, 2 in.ches wide, punched
for two anchors.
6. Bituminous Caating: SSPC-Paint 12, cold-applied sot�ent-type bituminous
m�stic �oating for application in dry film �ickness of 15 mils per coat.
7. Sealants: Refer to Secti�on 07920.
$. Rocafing Cement: Provide a xz�edium io hea�y trowel-grade, cut-back asphalt
mastic roaf cexnent reinforced with non-asbestos fibers, and containing
petroleum solvents and special mineral sfabilizers, complying with ASTM D
4586, Type II.
9. Base Flashing Felts: Asphalt-coa�ed, polyester/glass scrim reiz�forcec� flashing
sheet or as recarnmended by the manufacturer of the built-up bituminous
roafing.
2.3 FABRICATION
A. Fabricated Meta1 F�ashing: Shop-fabricate �netal flashing and trim to connply with
profiles and sizes shown, and fo comply with manufacturer's recommended details.
Except as otherwise shown or specified, provide soldered flat-lock seams, and fold
back metal to �oxm a hem on the concealed side of exposed edges. Comply with
metal producers' recornmendations for tinning, soldering and cleaning flu� from
metal.
B. Provide completely shop-�abricated corners and transition flashing and trim foar all
coping, cap flashing and gravel stops; heliare welded ta insure watertight joints.
Grind all welds smooth so as to be indistitxguishabie from surrounding surfaces.
Finish with specified paint system after fabrication..
PART 3 - EXECUTION
3.1 TNSPECTION
A. C�NTRACTOR and installer shall examinc the substrate and the conditions under
which the flashing and trim Work is to be performed, and notify ENGINEER in
vuriting of unsatisfactn�y conditians. Do nai proceed with flashing anc� trim Work
until unsatisfactory conditions have been corrected in a manner acceptable to
ENGINEER.
3.2 PREPARATIQN
A. Befoz'e installing flashing and trim, verify shapes, and dimensions to be covered.
3181006 Q'%62Q-�j
City o�For� Worth FLASHING AND TRIM
West Side N Praject -�'ump Station
B. Prepare substrafes as recorr�rnended by the sheet metal manufacturer.
3.3 INSTA�LATI�I�i
A. General:
1. Separate dissirr�ilar metals frarr� each otherbypainting each metal surface in the
area of con�act with a heavy applicaf�on af bituminous caating, or by other
permanent sepaxation as recammended by the man�facturers of the dzssimilar
metals. Comply witla the following:
a. Separate stainless steel from dissimilarmetals, includingregularsteel and
iran, and from cementitious materials by a course of roo£'ing felt wherever
passible. Where felt applicatzon is not possible, coat the stainless steel vr
the other material with a i 5-rr�il bituminous coating. Where felt is applied
under sheets rvhich will be saldered or welded, cover felt with a course of
building paper be%re installing 5tc'1Iri1E55 steel. Camply with
manufacturer's recommendations for other forms of protection of the
stainles� steel against conrosion.
2. Fabricate and install Work with lines and corne:rs of exposed units tiue and
accurate. Form exposed iaces flat and free o�buckles, excessive waves and
avoidable tool nn�aarks, considering the temper and reflectivity of the metal.
Pravide uniform, neat flat-locked seams with minirnum exposure of solde�c,
welds and sealant. Except as otherwise shown, fold back the sheet rn�etal to
farm a hem on the coz�cealed side of exposed edges. All e�osed edges nf all
sheet metal flashing shall be hemmed not less than 1/ 2-inch wide.
3. Conceal fasteners and expansian provisions wherever possible in exposed
Work, and locate so as to min�mize the possibility o� leakage. Cover and seal
W ork as required for a watertight installation.
1. Provzde cleat-type anchorages for metal flashings and trim whereve7r
practicaX, arranged to relieve stresses from building rnovement, and
thermal expansion and contraction.
4. On vertical surfaces l�p iwc�-piece flashings a minimurn �f 4 inches.
5. On sloping suarfaces, for slopes of not less than 6 inches i� 12 inches, lap
unsealed flasl�ings a minimum af 6 inches. For slopes less �an 6 inches in 12
inches use soldered flat Iocked seams.
B. �nstallatian of Stain�ess Steel �lashing and Trir�:
1. Tin the edges o�plain stainless steel to be soldered, for a width af 1-1/2-inches,
using solder for stainless steel and aead flux. Remove every irace of acid flux
residue from the metal promptly after tinning or saldering.
2. Whe�re welded joints are shown, pravide upturned, 1/2-inch wide hooked
flanges, and weld between adjoining sheets;lay seaxn flat.
31810U6 D7620-7
C'rty o�Fort Worth FLASHING AND TRIl12
West Side N Project - Pump Station
C. Installation of Aluminum Flashing and Trim: Comply with manufacturer's
instruetions for installation and ancb.orage of units. Pravide gasket-type washers
under exposed s�rew and bolt heads. Shim and seal under units as required to
provide continuous, level, plumb and true Iines.
3.4 FIELD QUALITY CONTROL
A. Polyvinylidene F]uoride Based Coatings: Determine con%rmity offlashing and trim
Work requiring painted finish to t�ie Specific�.tions as follows:
1. The rzlanufacturer of the flashing and trim Work sha11 set aside and labe]
samples of each component of the flashing and trim Work from each
production lot for �e Project. Protect sarnples from weather.
2. Make samples of flashing and t�rim Work avaiIable at all times, for comparison
with installed flashing and trim Work as requested by OWNER, for the full
tune of th� warranty.
Make color camparison measurements with a Hur�ter Tristimulus Colar
Difference Mefer employing rnethods of computation in use at the National
Bureau of S#andaz-ds conforming to ASTM D 2Z24.
3,5 ADNSTMEATT AND CLEANIlr�G
A. Protect flashing and trim until final acceptanc� of the Work.
B, Da not permit workmen, or athers, to step directly on flashing sheets in place, or to
place ar zxiove equipment over flashing and trim surfaces. Pro#ect surfac�s during
installation ofpermanent covering wark and adjoining Work,
C. Neutralize excess flux as wQrkprogresses with 5 percent to 10 pexcentwashing soda
solution and rinse thazoughly.
D. Clean exposed �urfaces of every substance which is visible oz' might cause corrosion
or prevent uni�'ortn oxidation of the metal surfaces. Exercise extreme care to remove
fltixes and ferrous metal particles, includi�ng welding splatter and grinding dust.
+ + END OF SECTI�N + +
3raioos p762�-$
City of Fort Worth GUTTERS AND DOWNSPOUTS
West Side IV Project - Pump Statian
SECTION 07� 1 D
GUTTERS AND DOWNSPOUTS
�
1'ART 1 - GENERAL
1.1 DESCRIPTION
A. Scope:
1. CONTRA,CTOR shall provide all labor, materials, equipment and incidentals as
shown, specified and required to furnish. and insta3l a�l gutters and downspouts
Work.
2. The extent of the gutters and downspouts shall be as sho�vn on the Llrawings and
specified herein.
B. Coordination:
1. Review installation procedures under other Sections and coordi�,ate the
in�tallation ofitems that must be installed with the gutters and dawnspouts Work.
C. Relafed Sections:
1. Sectian 07410, Metal Roof System.
2. Sect�on 0762d, Flashing arad Trim.
1.2 OUALIT�i' ASSURANC�
A. Design Criteria:
1. Standards: Comp�y with applicable s��ndards and recornrnendations of
SMACNA, Architectural Sheet Metal Manual, for the fabrication and installation
of guttexs and downspouts Work, except to the extentmore stringent requiremerits
are specified.
B. Sfluree Quali#y Control: Provide gutters, fascia sumps and dawnspouts as a coxnplete
unit produced by a single manufacturer speciatizing in the production of this type o£
� Wark, including hardware, accessories, �nounting and installation components.
C, Source Quaiity Conirol: Comply with applicable provisions and recornmendations of
the followin�, except where otherwise shown or specified.
1. FS H-C-�94, Coating Campaund, Bituminous, Salvent Type, Acid Resis#atat.
1.3 SUBMTTTALS
A. Shop Drawings: Subr�it for approval the following;
1. Shop Drawings showing the manner of farming, j ointing and securing the metal to
fonm rain drainage specialties Work. Show expansiaz� joint cietails and water
3�sioo6 fl77� 4-1
City af Fort Worth GUTTERS AND DOWNSPOUTS
West Side IV Project - Pump Station
proof connections to adjoining work and at obstructions and penetratians.
2. Copies of manufacturer's specifications, recommEndations and installatior�
instructions for �utters and downspouts applications. Tnclude manufacturer's
certif�cation or other data substantiaiing that the materials comply v,�ith the
requirements.
1.4 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Deliver, store and handle materials fa preclude denting� scratching oratherwise man-ing
the suarface anc� finis� o�the gutters and dowr�spouts material.
1.5 JOB CaNDITTONS
A. Scheduling: �oordinate gutters and downspouts Work with roofing, flaslung, trim, and
the construcnon of decks and other adjoining vwark, to provide a p�rmanently
watertight, leak-proaf, secure and non-cor�rodi�le installation.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Provide aIuminuzn sheet or strip af 5005-H154 alloy, with smaath finish; gutter
thickness 0.05-�nches; downspout thickness 0.05-inches.
B. Finishes: Provide camplete selectian of manufacturer's standard and custam
polyvinylidene fluoride finishes for all Work.
1. Produce and Manufacturer: Provide one of the following:
a. Kynar 500 Fluoropan by DeSoto Incorporated.
b. Or equal.
C. Size and Profile:
I. Gutte�': 6-inches by 6-inches.
2. Downspouis: 5 inches by 5 inches.
D. MisceIlaneous Materials:
1. Provide the materials and types of fasteners, solder, welding rods, coatin�s,
separators, sealants and accessory items as recommended by the sheet metal
manufacturer for gutters and downspouts Work, except as othezwise indicated.
2. Cleats and Straps: Same rnetal as gutt�rs and dowzispouts Work being anchored
ar sup�orted.
3. Roofing Cement: Neoprez�e adhesive; cflmpatible with substrate aud adjoining
work.
4. Bituminaus Coating: Cold-applied aspha7tic coating, FS TT-C-494, Type II,
compounded for minimum thiclaaess per coat of 15 mils (dry).
sis�oos 07710-2
City of Fort Warth GUTTERS AND DOWNSPOTITS
West Side TV' Project - Pump Statioz�
E. Precast Concrete Splash Bloc�: Manufaci-�arer �recast concrete sp�ash biocks properly
sized and slop�d for drainage.
�'. Product and Maz�ufacturer: pravide one a#'the follflwing:
�. Gutiers and Downspou�s by VV.P. Hic�nan Aluminum Canstruction praduct�.
2. Or equal.
' 2.2 FABRICATION
A. General:
1. The fabricakion requirements for rain drainage Wor� apply ta bot.h shop-fabricated
�
and on-site-fabricateci V�ork.
� 2. Manuiacturer's Recomrnendations: Except as otherwise shown ar specified,
comply with the recammendations and instructions of fhe manufacturer of the
slaeefi metal being fahricated.
3. Provide for thermal expaz�sion of expased items. Maintain a�ater-tight seal at
expansion joints. Locate ex�ansion jaiu�ts at the following inaximum spacings:
a. Midpaint ofrun.
4. Fabricate 'Wark with line� and corners of exposed units true and accurate. Form
exposed faces flat and free o�buckles, excessive waves and avoidab�e tool marks,
considering the temper and reflectivi�ty� of the metal. Provide uniform, neat seams
with minirnum exposure of solder, welds and sealant. Fold back the sheet rnetal
to form a hem oz� the concealed side of �xgosed er�ges.
S. Fabricate gutter and dou�spouts and supports as shown.
6. Pro,vide strainex units at the outlets of conduetor heads, fabricated of wire or wire
mesh w}aich is non-corrosi�e and compatible with the sheet metal, with minirnum
0.062-inch diamet�r wire and maximum 1/2 inch spacing of wires, in a beehive
design unless atherwise indicated.
7. �upport and Anchorage: Fabricate uni#s with adequate provisions for support and
anchorage, of the types needed for the indicated method af installation.
B. 1�luminum Gutter and Downspouts: Fabricate aluminum sheetusing double fla#-lock
searns. Rivet jaints where necessary for strength.
PART 3 - EXECUTION
3.1 INSP�CTION
A. CONTRACTOR and his installer must examine the sup�orting structure �d other
elements of the substrate and conditions under which the gutters and downspouts Work
is to be perfart�ed and notify ENGINEER in writing of any eonditions detrirnenta� to
the proper and tirnely complefiian ofthe Work and performance af the metal gutters and
downspouts. Do not proceed with the Work until unsatisfactory conditions have been
3i$ioo� 07710-3
City of Fort Worth GUTTERS AND DOVVNSPOUTS
West Side IV Project - Pump Station
correct�d in a znanner acceptable to ENGINEER.
3.2 PREPARATION
A. Wher�ver possi�le, take field measurements, prior to completion of shop fabrication
and �inishing of inetal gutter and downspout Work. Do not delay job progress. Allaw
for erection tolerances corresponding with specified tolerances where final dimensions
cannot be established be�ore fabrica�zon.
3.3 INSTALLATION
A. Comply �,vith manufacturer's recammendations and instalIatian instructions.
B. Separate dissimilarmetals from each otherbypainting eachmetal suz-face in the area of
contact with a 15-mi� applicatian of bituminous coatang, or by other permanent
separation as recommended by the rraanufacturers af the dissimi�ar metals.
G Canceal fasteners and expansion provisions wherever possible i� exposed Wark, and
locate so as to minirnize th� possibility of leakag�. Co�er and seal Wor1c as required
foX a tight installation.
D. Provide concealed cleat-type anchorages wher�ver practical, a�ranged to relxeve stresses
in the gutters and downspouts War� resulting from buiIding rnovement and thermal
expansion.
E. Splice and Expansion Units: Use 0.45�-inches thick splice plates.
F. Bed flashing flanges in a bed af roafing cement or oth�r setting compound which is
cornpatible with adjoining work and substrate.
G. On vertical overlaps, la� sheet metal a minimum of 3 inches.
H. On slopizag overlaps, of slopes of not less than 6 inches in 12 inches, lap unsealed
averla�as a minimum o:F 6 inches.
I. For ernbedment a£nneta� flanges in elastic sheet #�ashing or stripping, ex#end flanges for
a minimum of 4 inches ernbedment.
J. Support and anchor each urut af Work i:n tk�e manner shawn; but in no case in� a maxuier
which would be inadequate for thermaI expansion stresses and ihe normal loading of
water, ice, wind and similar loadings.
K. Install unifs �w�ith lines and corners true and accnrate in alignment and location. Tnstall
fascia sumps to assure positive drainage to downspouts.
3fa,aad Q771Q-4
City a£Fort Worth GUTTERS AND DO'WNSPOUTS
West Side IV Project - Pump Station
_ L. Apply 15-mil biturninous coating tp aluminum surfaces which will be i.n contact with
dissimilar metals, cementitious surfaces, waod or other absorptive substrates.
,. M. Install precast concrete splash blocks at each downspout.
' 3.4 CLEANING AND PROTECTION
°, A. Protect gutters and dowraspouts Work from a�l darna�e until Final Ac�eptance by
� � OWNER.
� B. Gutter� and downspouts damaged before Final Acceptance shall b� replaced with new
rr�aterial as specified herein at zao additional cast ta OWNER.
l C. C1ean exposed surfaces of every substance which is visibl� or might cause carrosion of
the metal or deterioration of the finish.
+ + END OF SECTIQN + +
s�aiov6 07710-5
city of Fort worth CALKING AND SEALANTS
West Side IV Project - Pump Station
SECTION 07920
CALKING AND SEALANTS
PART 1 - GENERAL
1.I DESCRIPTTON
A. Scope:
1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as
shawn, specified and rec�uired to furnish and install all caiking and sealants
Work.
2. The extent of each type af calking and sealant is specified h�rein. Caulk a11
locations whether or nat indicated on the Drawings required to render the
building Gvatertigl�t.
B. Coordination:
1. Review installation procedures under other Sections and coordinate the
installation of items #hat must be installed with the calking and sealants.
Z. Coordinate the final selection of calk�ng and sea�ants to be compatible with all
calking and sealant substrates specified.
C. Related Sectsons:
i. Sectian 02521, Concrete G�arbs and Sidewalks.
2. Section (}3251, Concxete Joints.
3. Section fl330Q, Cast-Tn-P�ace Concrete.
4. Section 0400Q, Masonry.
5. Section 08 � 16, Hollow Doors and Frames.
1.2 OUALTTY A�SUR_ANCE
A. Installer Qualificatians: Engage a single installer regularly engaged in calking and
sealant installadon and with five years experience in the app�icatio�n of the types of
• materials r�quired, and who agrees to employ orily tradesmen with speci�ic skill ant�
experience in this type of Work.
B. Source Quality Cantro�: Obtain materials fram only manufacturers who will, if
required:
1. Send a qualified technical representative to the site, for the purpose of advising
the installer a�'�roper procedures and precautions for the use af the ma�erials.
2. Test calking and sealants for compatibiliiy with the substrates specified �or
conformance ta FS-TT-�-0027E, and recommend remedial procedures as
required.
3rs�aos 47920-1
City of Fort Worth CALKING AND SEALANTS
West Side IV Project - Pump Station
C. Reference Standards: Coinply with applicable provisions and recommendations,
e�cept as otherwise shown or specified.
1. ASTM C 510, Test for Staining and Golor Change of Single or Multi-
camponent roint Sealers.
2. ASTM C 661, Test for Indentation Hardness of Elastomeric-Type Sealants by
Means of a Durometer.
3. ASTM C 793, Test for Effects of Accelerated Weathering on Elastomeric Joint
S ea] ants.
4. ASTM C 794, Test for Adl�esion-in-Peel of Elastameric Joints Sealants.
5. Federa� Specificatian, FS TT-S-Od227E, Sealing Compound: Elastomeric
Type, Multi-companent fox Calking, �ealing, and G�azir�g in Buildings and
Other Structures.
D. CoxnpatibiIity: Before purchase of each specified sealant, investigate its
compatibility with the joint surfaces, joint fillers and other materials in �e joint
systezn. Provide only materials (manufacturer's recommended variation of the
specified material�) vvhich are knawn to be fu11y cornpatible with the actual
installation condition, as shown 6y manufacture�-'s published data ar certification.
E. Requirernents o�F Regulatary Agencies: Callcing material in contaci with potable
water or water being ireated for potable use shall not impart any taste or odor to the
water or result in any organic ox iz�arganic contenfi in excess of the rna�cimum
contaminant level established by applicable laws or reguIations. All such materials
shall be approved by the applicable regulatory agency for use with potable water,
1.3 SUBM�TTALS
A. Saimples: Submit for approval the following:
1. Samples of each type of calking and sealant specified, 12-inches Iong, i:n eaeh
of the manufaciurer's standard colors.
2. Samples wi2l be reviewed by ENGINEER for color an� fexture only.
Compliance with oiher requirements is the exclusive responsibility of
CONTR.ACTOR.
B. Shop Drawings: Submit far approval copies o�' manufacturez's specifications,
recommendations and installation instzuctions for each type af sealant, calking
compour�d and associated miscellaneous material required. Include manufacturer's
published data, indicating that each ma�erial complies with the requirements and is
intended for �he applications shown.
C. Test Reports: Submit for approval the follawing:
1. Companbility tests for substrates, based on adhesion-in-peel standard test
procedures and FS TT-S-0027E.
2. Copies of certified laboratory test reports indicating conformance with �he
r�;quirements specified.
3�s�ao6 07920-2
City af Fort Worth CALKING AND SEALANTS
West �ide IV Praject - Pump Station
D. Guarantee: Subrnit for approval copies of written guarantee agreeing to repair or
replace sealanis which fail to perform as specified.
1.4 PRODUCT DELIVERY. STORAGE AND HANDL�iVG,
A. Delivery of Materiais:
1. Deliver materials in calking and sealant manu£acturer's original unapened
contain�rs.
2. Include the followin� information on the label:
a. Name of material and s�pplier.
b. Formula or specification number, lot number, colar and date of
manufactures.
c. Mixing instructions, she3f iife and curing time when applicable.
3. Failure ta comply with these requirements shall be sufficient cause �orrejection
af the materia� in question, by ENGINEER, and his requiring its removal from
the site. Supply new rnaterial conforming to the specified requirements at no
addiiional cost to OWNER.
B. Starage af Materials:
f. Store materials so as to pz-eclude the inclusian oi foreign materials.
2. Do not stare ar expose rnaterial� ta temperature above 90°F or store in direct
sunshine.
3. Do not use r�naterials which are outdated as indicated by shelf life.
4. Store sealant tape in a manner which will not deform the tape.
5. In cool or cald vveather stare containers where temperature approximates 75°F
for I b hours befare using.
6. When high femperatures prevail stare mixed sealants in a cool place.
C. Handling;
1. Handle maier�als carefully to prevent inclusion of foreign materials.
2. Da nof open containers or rnix components uniil necessary preparatory work
and priming has been completed.
1.5 JOB CONDITI�NS
A. Environmental Conditions:
1. Do not proc�ed with snstallatian of calking and sealan#s under adverse weather
canditions, or when temperatures are below or abave manufacturer's
recoznmended limitations for installation.
2. Proceed with the Work only when forecasted weather conditions are favarable
for proper cure and development of high early bond strength.
3. Wherever jaint width is affected by ambient temperature variations, install
elastorneric sealants �nly when temperatures are in the lower third of
manufacturer's recommended installation temperature range, so #hat sealant will
�is�oos 07920-3
City of Fort Worih CALKTNG AND SEALANT5
Wesf Side IV Project - Pump S#ation
not be subjected to excessive elnngation and bond stress at subsequent low
temperatures.
4. When hi�h temperatures prevail avoid mixing sealants in direct sunlight.
B. Protection: Do not alIow calking and seaIants to o�erflaw or spill onto adjoining
surfaces, or to migrate into the �aids of adjoining surfaces incluaing raugh textuz'ed
rriaterials. Use masking tape ar other precautionary devices to prevent staining of
adjoining surFaces, by either the primer/sealEr oz the calking arid sealant materia�s
from Final Acceptance.
PART 2 - PRODUCTS
2.1 MATERTAL5
A. Exterior and Interior Joints in Vertical and Horizantal Planes; Non-Submerged:
1. One-Part Sealant:
a. Polyurethane-based, 1-part elastomeric sealant complying �vith the
following:
1) FS TT-S-00230C: Type IT (non-sag) Class A.
2) Adhesion-in-Peel, FS TT-S-00230C axid ASTM C 920: Minimum 5
lbsllinear inch with no adhesion failure.
3) Hardness (Standard Canditions), ASTM C 920: 15-50 (Shore A}.
4} Staan and calor change, FS T`T-S-00230C and ASTM C 920: No
discoloration or stain.
S) Acceierated Aging, ASTM C 793: No change in sealant charac-
teristics after 250 hours in weatherometer.
6) Rheolagical Vertical Displacement at 40°F and 120°F, FS
TT-S-40230C and ASTM C 920: 3/16" m�imum flow and no
deformation.
b. Product and Maanufacturer: Provide one of the fallowing:
1) Vulkem 921 by Mameco International.
2) �r equal.
B. P�rovide colors selected by ENGINEER from calking and sealant manufacturer's
standard or c►xstorn color charts. ENGINEER will select a maximum of ten colors
for the Work. Manufacturers supplying sealants othe:r than �hose �pscified above
must provide the same colors available from those specified.
C. Miscellaneous Materials:
1. Joint Cleaner: Provid� the type af joint cleaning compound recommended by
the sealant and calking manufacturer, for the joint s�.rrFaees to be c�eaned.
2. Joint Primer and Sealer: Provide the type of joint prirner and sealer
recommended by the calking and sealant maz�ufactuxer, for the joint �urf`aces to
be primed or sealed.
31810Q6 Q%g2.�-4
City of Fort Worth CALKING AND SEALANTS
West Side IV Praject - Pump Station
3. Bond Breaker Type: Polyethylene tape or other plastic tape as recommended
by the calking and sealant manufacturer, to he applied to sealant-contact
surfaces where �ond to the substrate or joint filler must b� avoided for proper
performance of calking and sealant. Provide self-adhesive tape wherever
applicable.
4. �ealant Backer Rod: Compressible roc� stock poiyethylene foam, palyethylene
jacketeci polyurethane foam, hutyl rubber foam, neoprene %am or o�her
flexible, pennanent, durable nonabsorptive material as recommended %r
compatibility with calkin� and seaiant by the calking and sealant manufacturer.
Provide siz� and shape of rod which will control the joint depth for sealant
placement, break bond of sealant at bottorn of joint, form optimum shape of
sealant bead on back side, and provide a highly campzessible backer to
minimize the possibility of sealant extrusion when joint is eompressed.
PART 3 - EXECUTI�N
3.1 INSPECTION
A. CONTRACTOR and his installer must examine the joint surfaces, and the conditians
under which the calking and sealant Work is to be performed, and notify
ENGINEER zn writing of any eonditions detrirnental to the proper and timely
completion of the Worl� and performance of the sealants. Do not proceed with the
calking and sealant Work until unsatisfactoxy conditions have been corrected in a
manxaer acceptable to ENGINEER.
3.2 10INT SURFACE PREPAR.ATION,
A. Clean joint surfaces ixnmed�ately before installation of sealant compound. Remove
dirt, insecure coatings, moisture and other substances which would interfere with
bonds of sealant corr�pound as recommended by sealant manufacturer's written
instructions.
B. Etch concrete and masonry join# surfac�s �o remove excess alkaliruty, unless sealant
manufacturer's written instructions indicate #hat alkalinity does not interfere with
sealant bond and performance.
1, Etch with 5 percent solutian of mu�iatic acid.
2. Neutralize with dilute ammonia solution.
3. Rinse thoroughly with water and allow to dry before sealant installation.
C. If necessary, clean porous materials such as concrete and rnasonry by grinding, sand
�lasting or mechanical abrading. Blow out joints with oil-free compressed air, arby
vacuurning joints prior to application of primer or sealant.
3181006 �7�2�-5
City of �'ort Warth GALKING AND SEALANTS
West Side IV Project - Pump Station
D. Roughen joznt suxfaces on vitreous coated and similar nan-porous ma�erials,
wherever sealant manufacturer's data indicates lower bond strength than for poraus
surfaces. Rub with fine abrasive cloth or wool to produce a du11 slaeen.
3.3 IN�TALLATTON
A. �ornply wifh sealant manufacturer's written instructians except where more st�ringent
requirements are shown or specified and except where zx�anufacturer's technical
represenfative directs otherwise.
B. Prirne or seal the joint surfaces wherev�rrecoxnmer�ded by the sealant manufacturer.
Do not allow primer or sealer to spill or migrate onto adjoining surfaces. Allow
prirner to dry prior to application of sealat�ts.
C. Apply masking tape before installatian of primer, in continuous strips in a�ignment
with the joint edge to produce sl�arp, clean interface with adjoining materials.
Rernove tape immediately after joints har�e been sealed and tooled as directed.
D. Do not install sealanYs wathout backer rods or bond brealcer tape.
E. Roll the back-up rod stock inta the joint ta avoid lengthwise stretching. Do no�
twist, braid, puncture or prime backer-rods.
F. Ernploy only proven installation techniques, which will ensure that sealants wi1� be
depasited in uniform, continuous ribbons without gaps or air pockets, with camplete
"wetting" of the j oin# band surfaces equally on apposite sides. Except as otherwise
indicated, fill sealant rabbet to a slightty cflncave surface, slightly below adjaining
surfaces. Wher� horizontal joints are between a harizbntal surface and a verticaI
surface, fll joint to fo�n a slight cove, so that joint wili not trap moistut'e and dirt.
G. Tnstall sealants ta depths as reeommended by the sealant manufacturer but within the
following general limitations, measured at the centez' (thin} section of the bead.
H. Remove excess and spillage ofcompaunds promptly as the Work progresses.
I. Cure sea�ants and calkiz�g coznpounds in cainpliance with manufacturer's instructions
and recommendations, to obtain high early bond strength, intemal cohesive strength
and surface durability.
3.4 FIELD OUALITY C�NTROL
A. Where questions af compatibility of sealants and substrate arise the sealan�
manufacturer sha11 test the substrate in question far compatibility with the specified
sealant and report his findings, with recommendation�, ta ENGINEER. Any
required sealant change shall be at no additional cost to OWNER.
3iaiao� 07920-6
City of �ort Worth CALKING AN�) SEALANTS
West Side IV Project - Pump Static�n
B. Do not proceed with rnstailation of elastomeric sealants aver joint surfaces which
have been painted, ]acquered, waterproofed ar treated with water repellent ar other
treatment or coating unless a laboratory test for durability (adhesion), in compliance
with FS TT-S-00230C has suecessfully demonstrated that sealant bond is not
impaired by the coating or treatment. Tf laboratory test has not been performed, or
shows bond interference, z'emove coating or treat�nent from joint surFaces before
installing sealant.
C. After nazninal cure of exterior joint sealants which are expased to the weather, test
for water leaks. F1ood the joint exposure with water directed from a 3/4-inch garden
hose, without nozzle, held per�endicular to wall face, 2 feet-Q inch from joint and
connected to a water system with 30 pounds per square inch minimum normal water
pressure. Mave stream o�' water along joint at an approximate rate of 20 fee# per
minute.
D. Test approximately 5 percent of total joint system, in locations which are typical of
every joint condition, and which ean �be inspected easily for leal�age on oppasite face.
Conduct test in �he presence af ENGINEER, who will detennnine the acitt�al
percentage of joints to be tested and the actual periad of expc�sure to water frarn the
hose, based upon the extent o:f ahserved leakage, or lack thereof.
E. Where nature of observeci leakage indicates the possibility of inadequate joint bond
strength, ENGINEER may direct that additional testing be perfarmed at a tirne �vhen
joints have been fully cured, followed by natural expasure through both extreme
temperat�res and returned to #he lawest range of temperature in which it is feasible to
eonduct tes#ing. Perform testing as directed at any time within 24 month� of
installation date.
3.5 ADJUSTMENT AND CLEANING
A. Repair sealant installation at leaks ar, if leakage is excessive, replace sealant
installation as directed.
B. Clean adjacent surfaces of sealant or soiling resulting from the Wark. Use solvent ar
cleanin� agent recornmended by the sealant manufac#urer. Leave all finish work in a
neat clean condition.
C. Protect the sealants during the constructian period so that they will be without
deterioration, soiling, or damage at the time of OWNER'S Final Acceptance.
+ + END �F SECTION + +
3181006 �%�2�-�]
City of Fort Worth HO]_.LOW METAL DOORS
West Side 1V Prflject -1'ump Station AND FRAME5
SECTI ON 0$11 b
HOLL�W METAL DOORS AND FRAMES
1'ART 1 - GENERAL
1.1 DESCR�PTION
A. Scope:
I. CONTRACTOR shall provide all labor, materials, ec�uipment and incidentals as
shown, specified and required to fua�ish and install alI hollow metal daors and
frames Wark.
B. Related Sections:
l . Section Q4000, Masonry.
2. Section 0792Q, Calking and Sealants.
3. Section 08710, Finish Hardware.
4. Section 09900, Painting.
1.2 QUALTTY ASSURANCE
A. Manufactuz-er Qualificatians: Provide ho]]ow metal doars and frames and
accessories nlanufactured by a sin�le finn sp�cializing in the production of thi,� type
of Work and complying with alj applicable standards of the Steel Door Institute,
recoznmended specifcations for Standard Steel Doors and Frames (S.D.I. 100).
B. Reguirements of Regulatory Agencies:
]. Construct assemblies to co�nply with NFPA Standard No. 80, and applicable
pro�isions of the 2�00 lnternational Building Code.
C. Reference Standards: Comply with applicable pravisions and recommendatians af
the following, except whexe otherwise shown or specifi�d.
1. ASTM A 153, Zinc Coating on Iron and Steel Hardwaxe.
2, ASTM A 36C, Carban Steel Cold-Rolled 5heet.
3. ASTM A SZS, Steel SheeY, Galvanized by the Hot-I3ip Pr�cess - Generaj.
4. ASTM A 526, Steel Sheet, Galvanized by th� Hot-Dip Process - Specifications.
5. ASTM A 568, Carbon Steel and High Strength Low Alloy Hot Rolled Sheet,
Hot Rolled 5trip and Cold-Rolled Sheet.
5. ASTM A 569, Stee1, Carbon �iot-Rolled Sheet and Strip.
7. �1STM 152, Fire Tests of Door Assemblies.
8. Steel Door Institute 5tandarci Steel Doors and Fraines.
9. ANSI A 115, Specification for poar and Frame Preparations fo� Hardware.
10. National Association of Architectural ]Vletal Manufactur�rs {NAA�MM},
Hardware Location for Custorrx Hollow Metal Doars.
siaioo6 OS] 16-1
City ofFori Worth
West Side IV Praject - Purnp Station
] .3 SUBMITTALS
HOLLOW METAL DOORS
AND FRAMES
A. Sa��ples: Submit for approva] the fol2owing:
1. Metal Frames, � 2-inch by 12-inch "L" sectinn offi-aine showin� comer detail of
all types specified.
2. Door, 12-inc� by l2-inch "L" sec#ion of all door types specified showing
internal consta•uction, edge details and reinfo�-ceznent for butts.
B. Shop Drawings: Submit for approval the following:
�. Shop Drawings for the fabrication and installation of hollow metal daars and
frames, Include details of each frame type, elevations af door design #ypes,
canditions at openings, details of const�•uction, Iocatron and instatlation
requirements of finish hardware and reinforcezraents, and detaiis of joints and
connections.
2. Schedule of doors, windows and fraines using same re%rence numbers for
details and openings as those on the Drawings.
1.4 DELIVERY, ST�RAGE AND HANDLING
A. Delivery of Materials:
1. D�liver hoIlow metal doors and frames ca7-toned oi• crated to provide protection
during transit and jab storage.
2. Inspect hollow rnetal Work upon delivery for dar��age. Minor damage may be
repaired provided the finish items are equal in all respects to new Work and
acee�table to ENGTNEER; othe�•wise, rernove and replace aamaged items as
ditecteti.
B. Storage of Materials:
1, Store doors and frarnes at the building site under cover,
2. Place units up off tlie floars in a�nanner that will pr�vent rust and da�nage.
3. Avoid the use of non-vented plastic or canvas shelters which could create a
huanidity chaa��be:r. if the caxdboard wrapper on the door becames wet, remove
the carton immediately.
4. Provide a I/4 inch space be#ween stacked doors to praamote air circUlation.
1.5 SCHEDULING
A. Goordinate with other work by fiirnishing Shap Drawings, inserts and similar items
at ihe appropriate times for proper sequencing of construction without delays.
3181006 08116-2
City of Fort Worth
West Side IV Araject - Pump Station
PART 2 - PRODUCTS
2.1 MATER]AT�S
�QLLDW METAL DOORS
ANT] FRAMES
A. Frames: ]-�ot-Rolled 5teel Sl�eets and Strips: Co�nmercral quality carbon steei,
pickled and oiled, camplying with ASTM A S69 and ASTM A 56$.
B. Door �aces: Zinc-coated carbon steel sk�eets of cor�nmercial quality, complying with
ASTM A 526, with ASTM A 525, G60 zinc coating, mill phosphatized.
C. Supports and Anchnrs: �heet metal, hot-dip galvanized after fabrication complying
with ASTM A I S3, Glass C or D as applicabie.
�
2.2
Inserts, Bolts and �'asteners: Slieet metal hat-dip galvanized complying with ASTM
A 153, Class C ar D as applicable.
FABRICATION, �GENERAL
A. Fabricate l�ollow metal units to be rigid, neat i�n appearance and free of defects, wa�p
or buckle. Accurately fonn metal to required sizes and prafiles. Where�ver
practicab�e, fit and assemble units in the manufacturer"s plant. Clearly identify Wor}�
that cannot be pef7�nanently factory-assembled before shipment, to assure proper
assembly at the proje�t site. Weld exposed joir�ts continuously, grinc3, dress, and
make sinooth, flush and invisibje. Filler to conceal �nanufacturing defects is not
acceptable.
B. Exposed Fasteners; Unless otherw�ise 5pecified, provide countersunk flat Phillips ax
Jackson heads for exposed screws and balts.
C. Finish Hardware PreFaration:
1. Prepare hollow metal units ta receive mortised an� cnncealed �nish hardware,
including cutouts, reinforcing, drilling and tapping in accordance with final
Finish Hardware Schedule and templates provided by hardware supplier.
Corr�ply �vith applicable requirements of ANSI Al 15, Specifications for poor
and Franae Preparation for Hardware. Drilling and tapp�ng for surface-applied
finish hardware may be done at the site.
2. Reinforee hollow metal units to receive surface-applied and recessec� finish
hardware.
3. Locate fnish hardware as shown on approved Shop Drawings, in accordance
with hardware templates provided by hardware ananufacturer and in accordance
with National Association af Archit�ctural Metal Manufaeturers, Hardware
Locations far Custom Ho11ow Metal Doors. Refer to Section 08710, Finish
Hardware.
3 I S I 006 �}$ �� 6-3
City of Fort VJorth
West Side IV Project - Pump Statian
M�
2.3
H�LL4W METAL DOORS
AND FRAMES
4. Transam Panels: Fabricate transo�31 panels of sarne materials and construction
as daors.
Shop Painting;
1. Cleaz�, treat a��d paint exposed surface of fabricated hollow metal units,
inclUding galvanized surfaces.
2. Clean stee] surfaces of mill scale, rust, ail g�-ease, dirt and other foreign
inaterials before Yhe application of the shop coat of paint.
3. Apply p�-etreatment to clea�led �-�etal surfaces, usin� cold phosphate so�ution
{SSPC-PT 2}, hot p}�osphate solution (SSPC-PT 4) orbasic zinc chromate-�inyl
butyi•al solution (S�PC-pT 3).
4. Refer to Section 09900, Paintin� for field applied primer and finish paint for
exterior or interior exposed fen-aus, non-fel-rous, or galvanized surfaces to
assure compatibiIity with finish coat to be applied in iield.
5. Apply shop coat af prime paint �rithin tirne limits recommended by
pretreatment �»anufacturer. Apply a unifonn dry film thickness ofnot �ess than
I .5 mils.
DOORS
A. Door Types:
1. Provide fiush design doors, l-3/4-inches thick, seamless hollow construction,
unless otherwrse shown or specified.
B. Doqr ConstruCtion:
2.
Fabi-icate doors of two outer stretcher-]eveled steel sheets galvanized with a
G60 zinc coating of Q.60 ounces per sc�uare foot in a^ �rdance vvith ASTM A
525 and A S26 and not less than l 6 gage. Construci doors with smooth, flush
suriaces without visible joints or seaxns or exposed faces or stile edges, except
aroUnd inserts. ]'rovide continuously welded seams far all doar construction.
No fillers shall be u�ed.
Reinforce inside of doors with phenolic resin impregnated kraft 1-inch
hexagonal ce11 honeycomb core co3raple�ely filling the inside of the door and
laminated to the inside of both facE panels with an adhesive. The honeycomb
material shall have a crushing stren�th nat less than 4000 pounds per square
foot and the la�nination shall withstand nat less than 1 l OD pounds per syuare
faot in shear.
Reinfo�•ce taps and bottorr�s of doors with flushed mounted minimum 16 gage
horizontal steel channels welded continuously to the outer sheets.
Edge profiles shall be provic3ed on both sti�es of doors as fallaws: beveled 1/$
inch in 2 inches.
Transom Panels: Fabricated transom panels of san�e materials and constructian
as daars.
3.
4
C. Finish Hardware Reinfarcement:
3�s�oo� �8� 16-4
City af F�art Worth
West Side IV Project - Pump Station
HOLLQW METAL D�(]RS
AND FItAMES
1. Refer to Section 08714, Finish Hardware.
2. Hardware supplier shall furnish hollow metal door and frame manufacturer
approved hardware schedule, hardware templates, and samples of physical
hardware where necessary to insure correct fitting and installation.
3. Preparation includes sinkages and cut-outs for mort�se and concealed hardware.
4. Provide reinforcements for both concealed and surface applied hardwax'e:
a. Drill and tap mortise rein£orcerraents at factory, using ternplafies.
b. Install reinforce��nents with cancealed connections designed to develop
full strength of reinforcernents.
5. Reinforce doors far required finish hardware, with minimum gages as follot�vs:
a. Hinges: Steel plate 7 gage thick by 1-1 i2-inehes wide by 6-inches longer
than hinge secured by not less than b spot or prajection welds.
b. Mortise Locks�ts and Dead Bolts: 12 gage steel sheet, secured with not
less than 2 spot or proj�ction welds.
c. Flush Bolts: 12 gage steel sheet, secured with nat Iess than Z spai or
projection welds.
d. Surface-Applied Closers: 12 gage steel sheet, secured with not less than 6
spot ar projeciion welds.
e. Automatic Daor Boftoms: Reinforce for mortise-�ype units with 1� gage
steel, and 16 gage for surface-a�plied units.
D. Product and Manufacturer: Provide the following:
1. S�ries CH with DURA-i�VELD seams by Pioneer Industries, Division of SOS
Consolidated, Incorpoz-ated.
2. L-16 by Steelcraft Manufac#uring Company.
3. Or Equa1.
2.5 F�AMES
A. Frame Types:
1. Provide hollow metal frames for doors, transams, and vther openings o� size
and profile as �hown or specified.
B. Frame Construction:
1. Fabricate frames of �ull-welded unit construction, with corners mitexed,
reinforced, continuausly welded full depth and width of �rame wiih exposed
welds ground flush and srnooth.
2. Form frames of hot rolled prime qualiry carbon steel in accardance with A�TM
A 56$ and A Sb9 and galvanized with a G6d zinc coating of 0.60 ounces per
�oot in accordance with ASTM A] S3, A 525, and A 526 or cold rolled steel
sheets in accordanc� with A,STM A 366 and galvanized in accardance with
ASTM A 153, A S25 and A 526.
3. Ga�e Thickness of Steel: Not less than 14.
4. Finish Hardware Reinforcement: Reinfarce frames for required finish hardware
with minimunn gages as follows:
3181406 48115-5
City of Fort Worth
West Side IV Project - Pump Station
5
�
7.
8.
9.
10.
11.
12.
13.
3181006
HOLLOW METAL DDORS
AND FRAMES
a. Hinges and Pivots; Steel plate 10 gage thick by 1-1/2-inches wide by
6-inches longer than hinge, secured by not Zess than 6 spot ar pro�ectian
welds.
b. Strike Plate C�ips: Steel plate ]4 gage thick by 1-1/2-inche� wide by
3-inches long.
c. Surface-Applied Closers: 12 gage steel sheet, secured with not less than 5
spot orprojection yvelds.
Head Reinfoz-czng: Where installed in masonry, leave vertical mullions in
frames open at the top so they can be f lled with grout.
Transom Bars:
a. Provide closed transonr� bars where shown. Fasten transom bars at
crossings and to jarnbs hy lautt welding. Reinforce joints between frame
members witla concealed clip angles or sleev�s of same metal and
thickness as frame.
Jamb Anchars: Furnish jaanb anchors as required to secure frarnes to adjacent
construction, formed of not less than 16 gage galvanized steel.
a. Masonry Constr�cfion {except as otherwise sho�n): Adjustab�e,
corrugated or perforated, T-shaped to suit frame size with 1eg not less than
2-inches wide by 10-inches lang, Fumish at Ieast 3 anchors per jamb up
to 7 feet 6 inc�es height; 4 anchors up to 8 feet-0 inch jamb height; one
additional anchor for each 24 inch or fraction thereof aver 8 feet-0 inch
height. Furnish UL construction where required,
b. C�st-In-Place Cancrete: Anchor frame jambs with minixnum 3/8-inch
concealed bolts into �xpansion shields or inserts at b-inches from tap and
bottom and 24-inches on centers. Reinforce frames at anchor locations.
Apply removable stop to caver anchox balts.
Floor Anchors: Pra�ide floor anchors for each jamb and mullion which
extends to floor, formed o#'no# less than I4 gage galvanized steel sheet, clip
type anchors, with 2 holes ta receive fasteners, welded to bottom of jambs and
mu�lions.
Head Anchors: Provide 2 anchors at head of frames mounted in clrywall
paz-titions.
Head Strut Supparts: Provide 318-inch by 2-inch vertical steel struts extending
frozn top offraine at each jamb to supporting co�struction ahave, unless frame
is anchored to rnasonry or to other structural support at each jamb. Bend top of
struts to provide flush contact far securing ta supporting canstruction above.
Provide adjustable bolted anchorage to frame jamb memben's.
Head Reinforcing: For all fra�nes in rraason�y openings, proviae cantinuous
steel chaz�el or angle stiffener, not less than 12 gage for full width of opening,
welded to back of frame at head.
Spreader Bars: Provide removable spreader bax across bottom of frames, tack
welded to jambs and mullions.
Rubber poor Silencers: Dri11 stop ta receive 3 silencers an single-door frames
and 4 szlencers on double-door frames. Instatl plastic plugs to keep holes clear
during construction.
08116-G
City of Fort Worth
, West Side IV Project - Pump Station
H4LLOW METAL DO�RS
AND FRAMES
14. Product and Manufacturer: Provide the following:
� a. Series F-14 by Pioneer Industries, Division of SOS Consolidated,
Incorporated.
b. Series F-l4 by Steelcxaft Manufaciuring Company.
I c. Or Approved Equal,
PART 3 - EXECUTION
3.1 INSPECTION
A. CONTRACTOR and his installer must examine the substrate and conditions tu�der
which hollaw metal doors and frames are to be installed and noti�y ENGINEER in
writing of any conditions detrime�tal to the praper and timely completion of the
Work. Da not proceed with the Work until unsatisfactory conditions have been
corrected in a manner aeceptable to ENGINEER.
3.2 IN STALLATION
A. �nstall holiow metal units and accessories in accordance with the final Shap
Drawings, rnanufacturer's daia, and as shown and sp�cif ed.
B. Frames that are bowed, twisted or otherwise unacceptable shall be removed from the
jobsite and replae�d wvith proper�y constructed frarnes.
C. Setting Masonry Anchorage Davices:
1. In masonry constructian, buzlding in o£ anchors and gz'outing of frames is
included in Section Oa00d, Masonry.
2. Frovide masonry anchorage derrices and machine screws where required far
securing hollow metal frames t�o masonry construction.
3. Set anchorage dev�ices opposite each anchax location, in accordance with details
on ap�rov�d Shop Drawings and ancharage de�ice manufacturer's instructions.
Leave drilled holes rough, no# reamed, and free from dust and debris.
4. Floqr anchors may be set with powder-actuated fas#eners instead af masonry
anchorage devices and rnachine serews, if so s�own on fmal Shop Drawin.gs.
D. Seeure frames to concrete framing with reinforcement concealed in hallow rnetal
frames.
E. Placing Frarnes:
1. Sat frames accurat�ly in �osition, plurnbed, aligned, and braeed securely until
permanent anchors are set. After wa11 canstruction is complete, remove
temporary braces and spreaders 3eaving surfaces srnooth and undamaged.
Remove spreader bars only after frames have been properly set and secure,�.
31 S 1006 Og 11 �-7
City of Fort Worth HOLLOW METAL DOOR�
West Side IV Project - Pump Statian. AND FRAMES
2. Make field splices in frames as detailed on approved 5hop Drawings, welded
and finished to match factory Work.
F. Protective Coating: Protect inside, concealed, faces of door frames in gypsum
wallboard or masonry construction using fibered aspha�t emulsion coating. Apply
over shop prirner approximately 1/8 inch thick and allow to dry before handling.
G. Daor Installataon:
1. Fit holiow metal doors accurately in their respective frarnes, with the following
clearances:
a. Jambs and Head: 3/32 inch.
b. Meeting Edges, �airs of Dao�rs: 1/8 inch.
c. Bottom: 314 inch, where no threshold or carpet.
d. Bottonn: At threshold, 1/8 inch.
2. Finish hardware instaIlation is specif ed under Section 08710, Finish Hardware.
3.3 ADJLTSTMENT AND CLEANTNG
A. Final Adjustm�nts: Check and readjust operating finish hardware items in hallow
metal Work ,�ust prior to final inspection. Leave Work in complete and proper
aperating conditions.
B. Prirnie Coat Touch-LTp: Irnmediately after erection, sand and apply touch-up of
compatible air-drying prirrier.
C. Protection: Proiect installed hollow metal doors and frames against damage from
other construction work.
+ + END OF SECTION + +
�iszao6 0$116-8
City of Fort Worth OVERHEAD C4ILING DO�RS
,, West Side IV Project - Pump Station
, _ SECTIC?N 08331
+�
OVERHEAD COILING DOORS
PART 1 - GENERAL
1.1 DESCRIPTION
A. Scope:
1. CONTRACTOR shall provide al� Iabor, materials, tools, equipment and
incidentals as shawn, specified and required to furnish and snstall overhead
coiling doors.
B. Coardination:
1. Review installation procedures under other Sections and coordinate the
installation of items that must be installed with, or he£ore, the doors.
C. Related SectiQns:
1, Section 03304, Cast-In-Place Concrete.
2. Section �4000, Masonry.
3, Section 09900, Painting.
4. Division 16, Electrical.
X .2 OUALITY AS5URANCE
A. Installer Qualifications:
1. Engage a single installe�' for all overhead cailing door Work, wi#h
documentable and successfu� experience in the type af Work required, and who
is an authorized representative of the ovezhead coiling doox manufacturer for
both installation and rr�aintenance ofunits required, and who agrees to employ
anly tradesme�. with successful experience in this type of Work.
B. Performance Criteria:
1. Structural Performa�ce: Prepare calculations for the pwrpose of determining
acceptable detailing and fabrication of oWerhead cailing door camponents,
confirming resistance to the following loads:
a. Wind Loading: Provide resistance ta both positive and negati�ve wind
pressure loading of 30 pounds per square foot aeting aver entire plane of
doar curtain slats.
b. Dead Laading: Provide resistance to deformation of door components
� caused by the effects of gravity loads.
c. Applied loadings shall not cause either short-term or permanent
defarmation of any system component. Doors sha11 remain aperable and
3181006 �g3� � -1
City af Fort Worth OVERHEAD CO�LING DD�RS
West Sit�e IV Projec# - Pump Statio�.
in undamaged condition during, and after, applicataon of sp�cified wind
pressure loadin.g.
2. Helically-wound Torsion Springs: Provide Vezy-High-Cycle design capable of
performing for 100,000 operational cyclEs. Provide non-resetab�e electric
cour�ters �ar al] overhead coiling doors.
3. Electric Operators and Controls:
a. Design operators so thaf motar may be removed without dist�xrbing the
limit-swi�ch adjustment and wathout affecting the emergency auxiliary
operator.
b. Design operatars for l Q�,000 service-free, o�aerating cycles.
c. Provide fixtures that are listed and �abeled as specified.
C. Definitions:
1. Operating Cycle: One complete cycle of an overhead coiling door or fir�-
resistance-rated o�erhead coiling door begins in �he closed position. The doo:r
is then mo�ed to the open positio�a and back to the closed position.
2. Lis#ed and Labeled: As defined by NFPA 74, Article 100.
D. Sourc� Quality Cantrol:
1, Provide each type of o�erhead coiling door as a eomplete unifi, produced by a
single manufacturer specializing in the production of this type of Work,
including hardwaxe, accesso�ies, mounting and insta�lation components.
E. Reference Standards: Comply with applicabXe provisions and recommendations of
the fbllawing, except where otherwise shown or specified.
1. ASTM A 36, Carbon Structural Steel, Speczfication far.
2. ASTM A 3b6, Steel, Sheet, Caz-bon, Cold-Rolled Sheet, Comm�rciaZ Quality,
Specification for.
3. ASTM A 653, Steel Sheet, Zine Coated (Galvanized) or Zinc-Iron Alloy-
Coated (Galvannealed) by The Hot-Dip Process, Specification for.
4. ASTM E$4, Surface Buming Characteristics of Building Materials, Test
Method for,
5. National Electrical Manu£acturers Ass�ciation, NEMA KS 1, Enclosed and
Miscellaneaus Distribution Equipment Switches (d00 Volts Maximum).
6. National Electrical Manufachuers Assaciation, NEMA iC� 1, Industtial
Cantrol and Systern�: General Requirements.
7. National Electrical Manufacturers Association, NEMA ICS 2, Industrial
Control and Systems; Control�ers, Contactors and Overload Relays, Rated Not
More Than 2000 Volt� AC or 750 Volts DC.
S. National ElEctrical Manufacturers Association, NEMA TCS 6, Industrial
Conirol and Systems: Enclosures.
9. Natianal ElectricaX Manufacturers Association, NEMA MG 1, Motor� ar�d
Generators.
1a. Underwri�ers Laboratories Incorporated, Standards far Sa£et�, UL IOB, Fire
Tests of Door Assernblies.
I 1. Underwriters Labarataries Incorporated, UL, Building Materials Dzrectory.
3181D06 08331-2
City of Fort Worth OVERHEAD GOILING DOORS
West Side IV Project - Pux�np Sta#ion
1.3 SUBMITTALS
A. Samp3es: Submit for appro�al the following:
1. Specified galvanized, primed painted steel finish on 12 inch by 12 inchpanel of
actual sjats to be used in the Work. Provide seciion cuts showing slat feaiure.
2. ENGINEER's review will be to de�ermine acceptabiliiy of finish oniy.
Compliance with all other requirements is the responsibility of
COi�tTRA.CTOR.
;' B. Shop Drawings: Submit for approval the fallowing:
1. Drawings showing all carnponents and their assembly, all with accurately
_ marked dimensions. Include details at frames, el�vations of each overhead
coiling c�oor design type, details af construction and conditions at opeiur�gs.
Z. Copies ofmanufacturer's specifications and data sheets, roughing-in diagrams,
and installatiar� instrucfians for each type and size of overhead coiling door.
Include manufacturer's data on operator�, aperating instructians and
maintenance data. Ir�dicate by transmittal form that installer has received a
copy af c�iagrams and installation instructians.
3. Calculations showing that detailing and fa�arication of components are in
cornpliance with structural pexfortnanee specified.
4. Electnic operator and all other opexating system corxaponent specifications
indicating complianee with requirements specif ed. Complete interconnecting
wsring diagrams for power, signal and control systems indieating all s�stem
operating compor�ents and control station wiring as required for a completely
operational system in compliance with the Specifications. Provide motor
narneplate data and ratings; characteristics, mounting arrangements, size and
location of winding termination lugs, canduit entry and grounding lugs; and
coatings. Define ar�d differentiate between camponents �hat are furnisheti and
installed as part of ovexhead coiling door Wark; bath at tl�e Site and in the
factory, and tlaase that must be fizrnished, or installed, as part of the V�1ork of
other Sections.
5. Setting drawings; summary of �oads on walls, jambs and structural elements;
templates; and instructions and directions for installatian of inserts and
ancho�age devices wl�ich sha11 be furnished by the overhead coiling door
manufacturer but installed under ather Sections ofthe Specifications.
C. Maintenance Manual. Upan completion of the Work, furnish copies of detailed
maintenance manual including the %llowing infarmation:
1. Product name and number.
2. Name, address and telephone number of manufacturer and local disfxibutor.
3. Detailed pxocedures fcar rautine maintenance and cleaning.
4. Detailed proceduxes for light repaixs.
�. Paxts catalt�g Iisting all operating system parts and components by kind and
purchasing designation number.
318 L006 U8331-3
City of Foxt Warth Oti1ERHEAD COILING DOORS
West Side IV Proj ect - Pump Station
l.4 PRODUCT DELIVERY, �TORAGE AND HANDLING
A. Deli�ery of Ma�erials:
1. De�iver all units, fram th� factory to the Site, suitably crated, braced and
protected against dzstortion and damage during transi� and unloading. Label atl
parts to comply with approved Shop Drawing �esigna�ions.
2. Upon delivezy, inspect rnetal for damage. Minor damage may be repaired
provided the finish items aze equal in all respects to new items and acceptable
ta ENGINEER; otherwise, rernove and replace damaged items as directed.
B. Storage af Materials:
1. Store doors and frames at the Site under cover.
2. Place units up off of floors in a manr�er tk�at wiIl pravent rust and darr�age.
3. Avoid the use oF non-�ented plastic or canvas sheItsrs which couid create a
hutnidi�r chamber.
C, Handling of Materials:
1. Handle units and componez��s in a inanner which prevents darnag� to
carnponents and fin.ishes. Units showing effects of rough handling sha11 not �ae
used in the Vi�'ork and shall be rernoved and replaced �rith new undamaged
material and cornponents.
l .5 JOB CONDITIONS
A. Scheduling:
1. Furnish inserts and anchoring aevices which znust be set in conerete or built
into masoruy for the installation af each type af overhead coi�ing door.
2. Coordinate delivery o£ inserts and anchorages with masonr� and cast-in-place
concz-ete Work to avoid delay. Refer to �ection 03300 and �ection 04201 for
installation requirernents of inserts and anchorages.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Overhead Coiling Doors:
1. Products and Manufacturers: Provide one of the followi�g:
a. THERMO-TITE Door 800 Series Overhead Coiling Doors by Wayne
Dalton Corporatian�
b. Weather-Tite Service Doors by McKean Door Company.
c. Or equal.
3�sioo� 08331-4
City of Fort Worth OVERHEAD COTLING DOORS
West Side IV Project - Pump Station
2.2 MATERIALS
• A. Door Curtain:
1. Daor Curtain Slats: Fabricate door curtain of flat, in�erlocking slats, designed
- in compliance with structural performance criteria specified, but :�ot less than
;� 20 gage paneis, of continuous ]ength far the wsdth of the door, without splices.
� 2. Unless ot�erwise shown or specified, provide slats, as follows:
" a. Steel Daor Curta�in Slats: Structural quality, cald-rolled, galvanized
,, carbon steel sheets of cornmercial quality, complying with ASTM A 3f 6,
' and ASTM A 653, G 60 zinc coating, millWphosphatized.
� 3. Endlocks: Heavy malleable iron castings, galvanized after casting, secured to
. curtain slats with two galvazuzed rivets. Provide endIocks an alternate curtain
, slats for curtain alignrnent and resistance against lateral movernent.
4. Bottomi Astragal: Replaceable gasket of flexible vinyl or neoprene.
B. Curtain Jamb Guides:
1. Fabricate curtain jamb guides of steel shapes with sufficient depth and strength
to retaan the curtain against specified wind ]oading. Build-up units with
minimum 3/16-inch thick steel sections eomplying with ASTM A 36. Slot bol.t
holes for track adjustmen#.
2, Secure continuous wa11 angle to wall framing by 3/8-inch rninimum diameter
bolts at not more than 2 foot-6 inches an centers, unless otherwise
recommended by door manufacturer. Extend wall angles above door opening
head to support coil brackets, unless otherwise showri. Place anchor bolts on
�xteY-ior wall gusdes so that they are concealed when door is in ciosed position.
3. Prav�de removable stops on guides to prevent ov�r-travel of curtain, and a
continuous bar for holdin� windlocks, if any.
C. Weather Sea1s:
1. Provide replaceable, compressible and adjustable natural rubber or neoprene
rubber weatherstripping faz extexior c�aors. Secure weather seals with
continuous metal pressure bars. At door heads, use a 1/8-inch thick
replaceable, continuous sheet secured to the inside of the curtain coil hood. At
door jambs, use a 1/8-inch thick continuous strip secured to the exterior side of
the jam�b guide.
2. Pz'avide double guide �vveatherstripping ihat when tested at 1.30 pounds per
square foat pressure differential aIlaws 3.75 cubi.c feet per minute air
infiltration per linear foot a�overhead coiling daor perime#er maximum.
3. Provide weatherstripping continuously around all perimeter edges of door
including hood baffle, astragal and guide weatherstripping.
D. Counterbalancing Mechanism:
1. Counte�'balance doors by means of an adjustable-tension, steel helical torsion
spring, rnounted around a steel shaft and mounted in a spring barrel and
3181006 �8331-5
City o£Fart Worth OVERHEAD COILING DOOR�
West Side IV Project - Pump Station
connected to the door curtain with the required barrel rings. Use grease-sealed
balZ bearings or self-lubricating graphite bearings for all ratating members.
2. Counterbalance Barrel:
a. Fabricate spr�ng barrel of hot-forrned structural c�uality carbon-steel,
welc�ed or seamless pipe, of suff cient diameter and wall thiclrness to
support the roll-up of curtain without distoriion of slats and limit barrel
deflection to not more than 0.03 inch per foot of span under fu111oad.
b. Provide spring balance of one or more oil-tempered, heat-treated steel
heIical torsion spr�ngs. Size springs to counterba�ance the weight of the
curtain, with uniform adjustment acGessible from outside barrel. Provide
cast steel barre] plugs to secure ends of springs to the barrel and the shaft.
c. Fabricate torsion rod far counterbalance shaft of case-hardened steel, of
required size to hold the fixed spring ends and carry the torsional load.
2. Brackets: Provide mounting brackets ofm,anufacturer's standard design, either
cast iron or cold-rolled steel plate with be21-rnouth g�zide graove for curtain.
E. Weather- and Waterpraaf Haods:
1. Fo� ta entirely enclose coiled curtain and opera#ing mechanism at opening
head, and act as a weather seal. Contour to suit end brackets to which hood is
attached. RaI1 and reinforce top and bottom edges for stiffness. Pravide closed
ends for surface-mountad hoods, and any portian of b�tr�veen jamb mounting
proJecting beyond wall face. Provide intermediate su�part brackets as required
ta prevent sag.
2. Fabricate ste�l hoods from 1 b-�age hot-dip galvanized stee� eoating, compIying
with ASTM A b53, phosphate-treat before fabrication.
2.3 ACCESSbRIES
A. Safety Stop Lock Bearings: Provide all overhead coilzng doors with safety stop lock
bearings which will stop the dawnward travel of the overhead cailing door upo�n
sensing a sudden, rapid acce7eration of the pipe shaft.
B. Electric Doar �perators:
1. General: Furnish electric ac�or operator assembly of the size and capacity
recammended and provided by the overhead �oiling door manufacturer;
complete with electric motor and factory-prevwired matar coxzfrols, including
reversing starter, gear reduction unit, solenoid operated braka, elutch, remate
control statians, and control devices and wiring cornplying with requirements
of NFPA '10. Magnetic reversing starter shall be oi th� internal type t�with
thern�al overlaad protection and reset bUtion.
2. Provide a hand-operat�d disconnect or rr�echanism for automatically engaging a
sprocket and ehain operator and releasing brake for emergency man�tal
operation. Mount discoz�nect and operator so that they are accessible from floor
1eve1. Include an interlock device to autornatically prevent the motor from
operafing wY�en eznergency operator is engaged.
� � s ioo� 08331-6
City of Fort Worth OVERHEAD C�ILING DOORS
West Side N Projeet - Pump Sta�ion
3. Design operator so that motor may be reinoved without disturbing the
rimit-switch adjustment and witho�at affecting fhe einergency auxiliary operator.
4. Door Operatar Type:
a. Provide wall or bracket-inounted doar operatar units consisting of an
electric motor, a wann gear running-in-oil �arimary drive from motor to
reduction gear box, a chain ox worrn gear drive fiom reduction bo� fia a
gear wheel moun.ted on the counterbalance shaft, and a quick-clutch
disconnect-release for manual operation.
b. Provide motor, clutch, and drive assembly af horsepower and design as
detertnined by the door manufacturer for the size af doox required and as
specified.
5. Electric Motors:
a. Provide high-starting torque, reversible, continuous-duty, Class A
insulated electric �nto�s, complying with NEMA MG-1, with overload
protectian.
b. Size ta start, accelerate, and operate door in either direction, frorn any
position, at not less than 8 inches nor more than 12 inches per second
without exceeding nameplate ratings or cansidering service factor.
c. Coordinate wiring requirements and current characteristics ofmotors with
building electrical system; see Division 16 Sections.
d. Provide totally enclosed, nonventilated or fan-cooled motors, waterproof
electric motors, fitted with a plugged drain, and controller with NEMA
Type 4X enc�osure.
e. Pz-ovide adjustable limit switches, rotary-type, driven by a tirne chain and
inierlacked with motar controls set to automatically stop cioor at fiilly
opened and closed positions. Geared lirnit switches sha11 contain a spare
set of contacts.
6. Remote Control Station:
a. Unless otherwise shown, pro�vide momentazy-contact, 3-button control
station with push buttan controls labeled '�0�38ri��, "ciose" aTl(� ��S�Op'�.
Install at locahion as shown ox scheduled.
b. Pro�ide interior units, full-guarded #ype, surface-mounted, heavy-dttty,
with general puzpose NEMA 1 enclasure, unless ath�rwise show�.
c. Provide exterior units, full-guarded type, standard duty, surfac�mounted,
weatherproof type, NEMA Type 4X enclosure, key-operated.
7, Safety Edge Device:
a. Provide each door with a pneumatic sa£ety air switch, extending full width
of the door bottam, and located within a U-shaped neoprene or rubher
astragal mounted to the bottom door rai1.
b. Unit sha11 operate such that cantact with t11e switch before fully closing
will immediately change the air chamber pressure sending a signal from
the air switch to the e�ectric rno�or to stop the downward travel and
reverse the direction to the fully opened position.
c. Connec# to the control circuit through a re#�racting safety cord with eable
reels provided for each electric operatzng daor.
�isioob 08331-?
City of Fort Worth OVERHEAD COILING DOORS
West Side IV Project - Pump Station
d. The compressible strip shall a�so serve as a weatherseal along the bottom
of the door.
e. Safety edge shall be acceptable for use in NFPA 70 Class I, Divisian 1
�ocations.
2.4 PAINTING
A. Shop clean and prime all ferrous metal and galvanized surfaces, exposed and
unexposed, except lubricated surf`aces, with door manufacturer's standard rust
inhibitive primer, drying to a flat sheen.
B. Refer to Section 09900, and coordinate compatibility of shop and Site-primed and
finished paint far int�rior and exter�or ferrous and non-ferrous metals.
PART 3 - EXECUTTON
3.1 INSPECTION
A. CONTRACTOR and installer shall examine the substrates and canditions �nder
which the averhead coiling doors ara to be installed and notify ENGINEER in
writing of canditions detrimenta� to the proper and #imeIy completion of the Wa�k.
Do not proceed with the Work �ntil unsatisfactory canditzons have been corrected in
a manner acc�ptable to ENGINEER.
3.2 INSTALLATION
A. Install, wire, connect and ad�ust doors, motors, starters, pushbutton stations, limit
and safety' switches and all other electrieal accessories and connections required in
full aecordance with the manufacturer's written instz�uctions, the approved Shop
Drawings, and a� shown and specified. Refer t� Paragraph 1. i.B. af this Section for
the requirements of coordination with otlze�rs.
3.3 FIELD QUALiTY CONTROL
A, ilpon campletion ofinstaila�ion including the Workby othertrades, test contrals and
door operation in presence of ENGTNEER to demonstrate compliance with the
Speeifications, the rnanufacturer°s design criteria and specified performance criteria,
B. Provide a factory-authox-ized sezvice representa#iue to perform startup seivices and to
#rain OWNER's maintenance parsonnel on procedures and schedule� related to
startup and shutdown, troubleshootir�g, servicing, preventive maintenance, and
procedures for testing and resetting release devices. ScheduIe training with OWNER
to provide at least seven days' advance notice to OWNER's persannel.
3�s�oo6 0$331-&
City of Fort Worth OVERHEAD COILING DOORS
West Side IV Projec# - Pump Station
C. Review aIl data contained in approved maintenance manuals r�vith OWNER's
maintenance personnel.
3.4 ADJLJSTMENT
A. Lubricate bearings and sliding parts and adjust rr�echanism so moving parts operate
s�noothly and are free from waip, twist, or distortion and are fit watertight for entire
perimeter.
B. Ad3ust controls and safeties. Replace damaged and maIfunctioning controls and
equiprnent. Test daar closing when activated by detector or alarm conriected fir�-
release systern. Reset door-closing mechanism after successful test.
C. Repair damage, and eoiling doors, and match rnanufacturer's original finish.
+ + END OF SECTION + +
3183006 d83� 1-9
�
SECTION 08710
Fll�TISH HARDWARE
City af Fart Worth
West Side N Project - Pump Station
PART 1 - GENERAL
2.1 DESCRIPTION
FTNISH HARDWARE
A. Scope:
1. CONTRACTOR shal� provic�e all labor, mat�r�als, equipment and incidentals as
shown, speci�ed and required to furz�ish and install all fir�ish hardware Work.
2. The extent of finish hardware Wark is specified. Finish hardware is defined to
inelude all items �cxaown com�ercia�ly as futish hardware, as required foz'swing
daors, except special types af unique and non-matching harc3ware specified in
t1�e sau�e S�ction as tlie door and dvcrr frame.
B. Coordination;
R�view installation procedures under athez Sections and coordinate t�ie
installation of items that must be izis�alled with the fnish ha�rdware.
C. Related Sections:
1. Sectian 07920, Calking and Sealants,
2. Section 08116, I-�o11ow Metal Daors and Fram�s.
I.2 OUALITY ASSUR.ANCE
A. Supplier Qualifications: The finish hardware supplier sha11 have in his employ a
member of the American Society of Architectual Hazdware Consultants who shall be
responsibie for the complete finish hardware eontract.
B. Design Criteria:
1. Where the finish, shape, size or function of a member receiving �inish hardware
is such as ta prevent the use of, or xnake unsuitable the types specified, furnis�
similar types having as nearly as practicable the same operation.
2. If izz�xsb hardwa�re for any location is not specif ed, provide finish hardwara
equal in design and quality to adjacent finish bardware for comparable
openings.
3. Furnish fanish hardware itenr�s afproper design foruse on doars and frames of
the thickness, prafile, swing, security and similar requirements, as necessary for
pxoper installation and functian.
3l81006
U871D-1
City of Fort Worth
West Side N Project - Pur�np Station
k'INISH HARDWARE
�4. Unless othex-wzse speci�ed, comply with the National Builders Hardware
Assocxation, "Recommended Locations for Builders Hardware".
5. Pzovide stainless st�el finish hardware, or matching finish hardware as
speeifi�d, for all doors an$ frames.
C. Requirements af Regula�ory Agenci�s:
1. Pravide finish hardware far fire-rated openings in compliance with NFPA No.
80. This requizemen� takes pz-ecedence over other requirements for such f nish
hardware.
2. Provide only finish hardware which ha� been tested, listed and labeled by UL
for the iypes and sizes o�doors required, and complies with the requirements of
the door and door frarne labels. Modify scheduled finish hardware, as required,
to meet UL requirements.
3. Codes: Comply �rith the applicable requirements of governing authorities and
codes for the ty�es af finish hardware specified.
D. Source Quality Control: To the gareatest extent possible, obtain each type of finish
hardware frorn only one manufacturer.
E. Reference Standards: Gomply with the applicable provisions and recommendations
of the following except where otherwise shaEvn or specified:
1. FS TT-S-041657, Sealing Compound - Sir�gle Caanponent, Buty1 Rubber
Based, Solvent Relea�e Type.
2. National Fire Protectian Assoczation, Standard for Fire Daors and VVindows
No. 80.
3. UL, Building Materials Directory.
4. UL, List of In�pected �ire Prot�ction Equipment and Materials.
5. UL, Hardware, Automatic Flush or Surfac� Bolts.
6. National Builders Hardware Association, Recommended Locations for Builders
Hardware.
1.3 SUBl�ITTALS
A. Samples: Submit for approval each item of �nished hardware with specified fmish.
B. Shop Drawings: Submit for approval the following:
1. Copies of manufacturer's data for each i�em of fnish hardware. Include
whatever information may be necessary ta show compliance witlz requnt'ement�,
and include instructians for installatian and for maintenance of operating parts
and exposed finishes. Wherever neec�ed, furnish templates to fabricators of
ather work which is to rec�ive f nish hardwaxe.
3]81006 as� � a-z
��
Gity of Fort Wo:rkh
- West Side IV Project - Pump Statian
FINISH HARDWARE
2. Copies of the finish hardware schedule. Include a separate key sch�du�e,
showing clearly how OWNER'S final instructions on keying oflacks have been
fulfilled. Finish hardware schedules are intended for coordinatinn ofthe Work
Rev�ew and acceptance k�y ENGINEER daes not relieve CONTR ACTOR of his
exclusi�e responsibility to fuifill the requirements as shown and specified.
3, Based on the fnish hardware requiremenis specified, organize the final finish
hardware schedule into "hardware sets," indicating complete designatioz� of
every itern required for each door or opening. Furnish initial draft of schedule
at the earliest possible date, in ord�r to facilitate the fabrication a� other wark
(such as hollaw metal frames) which may be critical in the Proj ect canstruction
schedule. Furnish final draft of schedule after sarnples, manufacturer's data
sk�eets, coordination with Shap Dxawings for other work, delivery schedules
and similar information have been cornpleted and accepted.
1.4 PRODUCT DELTVERY, STORAGE AND HANDLING
A. Delivery of Materxals:
1. Deliver finish hardware suffciently in advance of its setting for proper
inspection,
2. Pack each piece of finish hardware separately, complete with screws, keying,
instructions and templaies, tagged to correspond wifh the approved fizush
hardware schedul�.
B. Storage of Materials:
1. Provide secure lock-up for finish hardware stored at th� site, but n.oi yet
instaXled.
2. Store f nish hardware in manufacturers' ariginal packages.
C. Handling a�' Materials: Control the handling and installation of finisix hardware
items which are not immediatelyreplaceable, so that the campletion ofthe Workwill
not be delayed by f zzish hardware losses, both before and after installation.
1.5 JOB CONDITIONS
A, Scheduling: Delivery individually packaged fmish hardwat'e items at the proper time
to the proper locations for installation.
1.6 SUBSTITCTTIONS
A. Do not make substitutions after ENGINEER`S approval of final finish hax-dware
schedule.
31 B 1006 08710-3
City of Fort Worth
West Side N Project - Pump Station
PART 2 - PRODUCTS
2.1 MATERIALS AND FABRTCATZON
FINISH HARDWARE
A. General:
1. Hand of Doar; The Drawings shaw the swing or hand a� each daor leaf (lef't,
right, reverse bevel, etc.}. Furnish each item of finish hardware for proper
installatian an.d operati�� o�'ti�e door swing as shown.
2. 1Wlanufacturer's Name Piate: Do not use manufacturez-'s products which have
rnanufacturer'� name or trade name disp�ayed in a visibl� loeation (omit
remo�able nameplates), except in conjunction with required UL labels.
3. Base Metals: Produce finish hardware units af the basic metal and forming
method specified, using the manufaeturer's standard rnetal alloy, composition,
temper and haxd�ess. Do not substitute z�naterials or forming methods fox tkxose
speci�ed.
4. Fasteners: Manufacture finish hardware to conform to published templates,
generally prepa�red for machine screw installation. Do nat provide fizxish
hardware which has been prepared for self-tappang sheet metal screws, except
as specifically indicated.
5. Furnish screws for installation, with each fmish hardwara item. Provide
Phillips flat-head serews except as otherwise specified. Finish exposed
(exposed under any condition) screws to match the hardware finish or, if
exposed in surfaces on other V4Tork, to match the finish of such other Woxk as
closely' as possible, including "prepared for paint" in sur�aces to receive paint�d
finish.
6. Provide fasteners which are eompatible with both the unit fastezxed and the
substrate, and which will not cause corrosion or deterioration of �nish
hardware, base material or fastener.
7. Provide concealed fasteners for fmish ha�rdwar� units which are nat expos�d
wh�n th� door is closed, except to the extent no standard manufactarer units of
the type specified are availabie with concealed fasteners. Do not use through
bolts for installation wh�re the balt head or the nut on the opposite face is
exposed in other Work under any condition, except where it is not possible ta
adequately reinforce the Work and use machine screws or concealed fasteners
of another standard type ta sa#isfactorily a�oid the use of through bolts.
8. Toals for Maintenance: Furnish a coznplete set of specia�ized taals as needed
far OWNER'S continued adjustment, maintenance, �removal and replacement of
finish hardware.
B. Mortise Hinges:
1. Parot�ide mortise hinges for all doors.
3181006 08710-4
City of Fort Warth
West Side N Praject - Pump Statian
FINISH HARDVVARE
� 2. Te�nplates and Screws: Provide only template-produced units.
3. Base Metal: Fabricate hinges from Type 316 stainless steel and finish ta match
the latch and lock set.
� 4. Numher of Hinges: Excep# as otherwise specified, provide 2 hinges on each
dapr ieaf of less tha� 60-inche� height; provide one additional hinge for next
3U-ir�ches o#'daorheight; provide two additional hinges for each 30-inches or
! fraction thereof for doors above 90-inches tall.
, 5. Hinge �ize: Except as otl�erwise specified or as required to comply with UL
, and NFPA, provide hinges of the f�llowing sizes:
a. Exterior poors, maximum 36-inches wide: 4-1I2-inch heavy weight
� (0.184-inch}.
6. Types of Plinges: Provide full-mortise type, ball-beariz�g hinges sWaged for
� mortise applzcations, inner leaf beveled, square cornered, unless manufacturer's
- recommendations indicate that half-mortise, half-surface, full-surface ar other
type shauld be used far the frame and door type or condition.
� 7. Hinge Pins: Ex�ept as otherrvise specifiec�, provide hinge pins as follows:
a, Pins: Type 316 stainless sfeel.
b. Exteriar poors: Non-removal�l� pins.
c. Txps: Button t�ps and matching plug, finished ta rnatch leaves.
8. Praduct and Manu�acturer: Provide one of the following:
a. FBS 199H by The Sianley Works,
b. BB 1199 by Hager Hin.ge Cornpany.
c. Qr equal.
C. High-Se�urity Mortis� Locks and Latch Sets:
1. Strikes: Provide manufacturer's standardwrought bax strike, for eack� location
and use shown. Pravide stainless steet curved lip strikes, un.less otherwise
recommended by manufacturer, finished �o match lock or latch set trirn.
2. Lock Tlaxow: Provide xninimum of 3/4-inch anti-fr�ction lateh boit and 1-inch
dead bolt throw. Camply with UL requirements for throw af latch�ol#s and
deadbolts on �i�e-resistance-rated openings.
3. Materials: �xovide the following features and materials:
a. Latch Boit: Two-piece; mechanical; anti-friction; stainless s#eel.
b. Dead Bolt: �ne-piece; siainless steel with two enclosed hardened-steel
roller axmor pins.
c. Case: Wrought steel, zinc dichromatized.
d. Cyli�t�ders: High-security; brass; pick- and dri11-�'esistant; ANSIIBHMA
A1.56.5 - E09211A.
e. Armor Front: $-inches by 1-1/4-inches �vide minimum; s�eel.
£ Escutc�eon: 8-inches by 2-1/2-inehes wide by 3/16-inches thick
minimum; stainless steel, US 32D.
g. Hubs: Sintexed steel, capper infiltrated.
3�sioa6 Q8710-5
City of Fart Worth
West Side N Projecf - Purzap Sfation
�'INISH HARDWARE
h. Lever with Stop Pin, Brass, plated to match stainless steel; w�th addi�ional
built-in stop to prevent over-tarquing of lev�r.
i. All companents sha11 be of marine quality, wberever possible.
4. Backset: 2-314 inches.
5. Modify specified locks and latehes to comply with UL, Building Materials
Directory, and List of Inspected Fire Protection Equipment and Materials and
NFPA SQ requirements.
b. Finish: US 32D satin.
7. .ANSIIBHMA: A156.13, Series 1000, Security Grade 1.
$. Product and Manu#'acturer: Provide one of the following:
a. High�Security SL8700 Mortise Lockset Augusta - ASL Lever Handles and
Trim by Yale Security, Tncor�aorated, Divisian of Yale Security Group.
b. Or equai.
D. Cylinders and Keying System:
1. For all doors, provide keying system.
2. Equip all Iocks with manufacturer's special 6-pin tumbler cylinder, with
construction master key feature, which permits voiding of cons�ruction keys
without cylinder removal.
3. Comply with ENGINEER'S instructions and Owner'� requ�rernents far
masterk�ying and, except as otherwise specified, provide indi�idual change key
for each lock which is not designated to be keyed alike with a group of related
locks.
4. Key Material: Provide k�ys of nickel silver only.
5. Key Quantity: Furnish 3 keys for each lock and 5 keys for each mastar and
grandmaster systexx�. Pravzde one extra key blank far each 1ock.
E. Doar Closers:
1. Pro�ide all doars with door closers.
2. Size of Units: Except as otherwise specif ed, comply with the manu�acturer's
recornrnendations for size of door control. unit, degending upon siz� af doar,
e�posure to weather, and anticipated frequ�ncy of use.
3. For C105��'S on exterior doors, provide c�oser unit one 51ZE I�T'�@I' than
recommended for use with standard arms.
4. Provic�e hald open. featuz'e for all doors.
5. Provide closers with spring pow�r adjustment feature capabl�; of increasing
spring power 50 percent minimum in all closer sizes.
6. Pro�ide claser u+ith delayed closing action feature. Position valve at top of
closer.
7. Pro�ide individual regulating valves for closing and latching speeds, anc�
separate adjustable backcheck valve.
8. Material: Provide the following materials:
3iaiao6 0871D-6
City af Fort Worth
West Side N Project - Pump Station
FINISH HARDWARE
a. Cover� Non-metallic.
b. Case: Cast iron alloy.
c. Other Parts: Stainless steel.
9. Finish: US 27. Color coordinate all arms and other accessories.
10. Product and Manufacturer: Provide one of the following:
a. 1461 Series CUSH-N-Stop feature by LCN Closers.
h. DC 26D0 Series Door Closers by Carbin Russwin, A Black and Decker
Coanpany.
c. Or equal.
F. Stripping and Seals:
1. Provide perimeter weather stripping at all exterior doars.
2. Continuity af Stripping: Except as otherwise specified, it is required that the
stripping at each opening be continuous and without unn�cessary interruptions
at door come�rs and hardware.
3. Replaceable Seal Strips: It i.s required that the resilient or fle�ibla seal strip o£
every unit be easily zeplaceable and readily available from stocks maintained by
the manufacturer.
�4. Provide bumper type weather strippxng at jambs and head, including a resilient
insert and mEial retainer stri.p, surface- applied, of the following metal, finish
and resilient bumper material:
a. Housing: Extnrded aluminum witii clear anodized finish; OA62-inch
minir.num thickness af main waXls and flanges.
b. Seals: Closed cell extruded sponge n�oprene.
5. Product and Manufacturer: Provide one of the following:
a. No. 350CSR by Pemko Manufactuning Company.
b. No. 399C by Reese Enterprises, Incorporated.
c. �r equal.
6. Provide automatic drop-seal soux�d-stz�pp�in.g door-bottorn unit of
manufac�.irer's standard design, with operating seal bar oi the following
material, retained in an extruded metal bar, and capable of operating to elose a
3/4-inch gap (from door bottom to floor or threshold). House mechanisrn and
operating bar in the following metal ha�sing, for mnunting on doaxs as follows:
a. Housing Extruded aluminum, 0.062-inch tbick, with clear anodized
fzush on exposed surfaces.
b. Seal: Clased-cell sponge neoprene.
c. Mounting: Surface-mounted, except as atherwise indicated. Mo�nt an
stop-face of doors, except rnount on hinge-face of swing-in ext�rior doors.
7. Product and Manufacturer: Provide one of the following:
a. No. 4131 CR by Pemko Manufacturing Company.
b. No. 330C by R�ese Enterprises, Incorporated.
c. Or equal.
3181006
o��ia�
City of Fort Worth
West Side N Project - Pump Station
FINISH HARDWARE
G_ Thresholds:
1. Provide thresholds on aIi exterior doors.
2. Metal: Extruded aluminum.
3. Surfac� Pattern: Grooved tread, xxianufactuz'er's standard.
�4. Provide countersunk stainless steel screws and expansion shields.
5. Widih: 5-inches wide and fizll width of apenin�.
6. Cons#ruction:
a. SingIe-piece, cam�lying �vith rzianufacturez''s r�cornmendations.
7. Profile: Provide manu�acturex's stanc�ard unit which conforms with �he
minimum siz� and pxafile requirements specified.
8. Thickness: 1/4-inch minimum.
9. Product and Manufaciurex: Provide one of the following:
a. 171A by Pemko Manufacturing Company.
�. Or equal.
H. Sealants: Refer ta SEction 07920, Caulking and Sealants.
Z. Rain Drip:
1. Provide overhead rain drip far alI exterior doors.
2. Metal; Extn�ded medium bronze anodized alurrziz�um.
3. Pro�ide projecting leg of 2-1/2-inches.
4. Product and Manufacturer; Pxovide one of the following:
a. R201 C by Reese Enterprises Incorporated.
b. 142 by Zero Wea#herstripping Company, Incorporated.
c. Or equat.
J. Dust-Proof Strike�:
1. Provide brass �ust-proof st�•ikes which incorporate a sl�tted plunger raised to
flush position by spring tension fox all flush bolts.
2. Provide 5/8-inch inside diarneter c�ust-proc�f strikes; threshold mounted and
surface mounted.
3. Finish: US 26D satin chrome.
4. ANSUBHMA: A156.16, L1�Ol.�-L14012.
5. Proc�uc� and Manufacture�: Provide one of the following:
a. DP-1 and DP-2 by Glynn-Johnson Part of Worldwide �gersoll-Rand.
b. Or equal.
2.2 HARDWARE FIlV�SHES
A. Provide matching finishes for finish hardwaxe units at each door or opening, to fihe
greatest extent possible. Reduce differences in color and textures a� much as
32$14Q6 0�71 �-g
City af Fort Warth
West Side N Project - Pump Statian
FINISH HARDWARE
commercially possible where the base metal ar metal formingprocess is different for
individual units nf finish hardware exposed at the same door or opening. In general,
match all items fo the manufacturer's standard finish for the latch and lack set for
color and tex�ure.
PART 3 - EXECUTION
3.1 INSPECTTON
A. CONTRACTOR and his installez' shall exaz2a�ne the substrate to receive finish
hazdware, and as�ertain Yhe eonditions under which ihe Work will be parformed, and
notify ENGINEER in writing of unsatisfactory condinons. Do not proceed with the
fmish hardware Work unfil unsatisfactory conditions have been caarrected in a
mazzzxez' acceptable #o ENGIlVEER.
3.2 PREPARATION
A. Templaies: Furnish �nish hardware templafes to each fabricator of doors, fra�mes
and other work to be factory-prepared far the instaliation of �i�nish hardware. Upon
request, check the Shop Drawings af such other wazk, ta confirm fhat adequate
provisions are rnade far the pzoper installation of the finish hardware.
3.3 INSTALLATION
A. Mount f nish hardware ux�.its at heights recommended in, "Recomn�aended Locations
for Builders' Hardware," by National Builders Hardware Association, except as
otherwise speci�ed or required to comply with governing regu�ations.
B. Install each finish hardware item in connpliance with the manufactur�r's instructions
ar�d recommendatior�s. Wherever cutting and fitting is required to install finish
hardware onto or into surfaces which are later to be painted ar finished in another
way, insta�l each item cample#ely and then �emave and store in a secure place during
the fixiish application, After completion of the finishes, re-install each item. Z?o not
izsstall surface-rnounted items until finishes hays been cc�mpleted on the substrate.
C. Set units level, plumb and tru� to line and location. Adjusi az�d reinforce tl�e
attachrnent substrate as necessary far praper installation and apexa�ion.
D. Dritl and countersink �nits which are not factory-prepared for anchorage �'asteners.
Space fasteners and anchors in accordance with industry standards.
3�stoa� 08710-9
City af Fort VVorth
West Side N Project - Pump Station
FINISH HARDWARE
E. Cut and £it threshoId and flooz covers to pz-o�ile of door frames, with mitered carners
and haiz'-line joints. Join units with concealed welds or concealed mechanical joints.
Cut smaoth openings for spindles, bolts and similar items, if any.
F. Screw thresholds to substrate with No. 10 or larger stainless steel screws, of the
proper type for permanent anchorage.
G. Set thresholds in a bead of sealant �o c�mpletely fi11 concealed voids and exclude
moisture from every source, Do noi plug �rainage holes or b�ock weeps. Remove
excess sealant.
3.4 ADJUSTMENT AND CLEANTNG
A. Adjust and check each operating item of �'inish kaardware and each d�or, to ensure
proper operation or function of e�ery unit. Lubricate maving parts witk� the type
Iubrication recommended by rn�anufacturer (graphite-type if no other recamrnended).
Replace units which cannot be adjusted and lubricated ta operate freely az�d smoothly
as intended far the application.
B. Final Adjustment: Where finish hardware installativn is made more than one month
pa-ior to Final Acceptance or occupancy oia space or area, return to t�e Work.during
ihe week prior to Final Acceptance or occupancy, and make a f�nal cheek and
adjustment of a11 �nish hardwar� items in such space or az�ea. Clean and relubricate
operating items as necessary ta restore proper function and finish of finish hardware
and doors. Adjus� doar coni�ol devices ta compensate for final aperating afheating
and ventilating �quipment.
C. Instruct OWNER'S personnel in prflper adjustment and maintenance of finish
hardware during the final adjustment of fmish hardware.
D. Finish hardware which is blemished or d�fective wi113�e rejected even though it was
set in place before defects were discovered. Remo�e and replace with new finish
hardware. Repair a11 resultant damage to other vvork.
E. Continued Maintenance Senrice: Approxirnately 6 zxionths after the acceptance af
finish hardware in each area, the installer, accompanie� by the representa�i�e of the
lock manufacturer, shall returri to the project and re-adjust every item o�hardware to
restare proper function. of doors and �nish hardware. Consult with and instruct
OWNER'S personnel in recamrnended additzons to the maintenance procedures.
Clean and lubricate operational items wherever requized. Replace finish baxdware
items which have deteriorated or failed �ue to faul�y design, materials or installation
31610�6 08710-10
Cit}� ofFart'Worth
WEst �ide N Project - Pump Station
FINISH H,ARDWARE
ai finish hardware units. Prepare a written report of current and predictable
problems {of substantial nature) in the perfo�rmmance or the finish ha�rdware.
3.5 SCHEDULES
A. Scheduied items for each door are generie and rely on infarmation specif ed abave.
The listing ofha.tdware types provided is only a general guid�line for�e final finish
! Iaardware sc�aedule, CONTR.ACT4R shall submit a finish hardware schedule
acceptabXe to all codes and testin� agencies.
+ + END OF SECTZOIV + +
3 l81 OD6 Q$% � Q-1 �
�
City of Fort Worth C�NCRETE HARDENER
West Side IV Project - Pump Station
SECTION 09780
CONCRETE HARDENER
PART 1 - GENERAL
].1 DESCRIPTT4N
A. Scope:
1. CONTRACTOR shall provide all labor, materials, equiprneni and incicientals as
shown, specified and required to furnish and install all concrete hardener Work.
2. The extent of the concrete hardener includes aI1 interior concrete floors not
co�ered with anQther finishing matez�ials.
3. The types af concrete har�ener Work required includes, but is not necessarily
limited to, the following:
a. Silicate penetrarit.
B. Caordination:
1. Review installation procedures under other 5ections and coordinate the
insta�lation of items that must be installed with the concr�te hardener.
C. Related Sections:
1. Section 03300, Cas#-in-Place Concrete.
1.2 OUALITY ASSURANCE
A. Installer Qualifications: Engage a single installer regularly engaged in the
inst�llation of concrefe hardeners with experience in the applicatian of the types of
materials required, and wl�o agrees to employ only tradesmen with specific skill and
experience in this type af Work. Installer shall rneet the requirements of the concrei�
hardener manufacturer for providing guarantee coverag�. Submit name and
qualifications to ENGINEER.
B. Source Qualiiy Control: Obtain a11 material frorn only one manufactlarer. Obta�in
material frorn only manufacturers who will, if required, send a qualified technical
representafive to the site, for fhe purpose of advising the installer of proper
pracedures and precautions for the use of the material.
1.3 SUBMITTALS
A: Shop Dr�wings: SUbrnit for approval copies of manufacturer's specificatians,
recommendations and installatian instructions, Include manufacturer's publish�d
318IflQ6
�I' :1 I
City of Fort Worth CONCRETE HARDENER
West Side IV Project - Purnp Statian
data, indicating the material complies v�ith the requirements and is intended far the
application shown.
B. Certificates: Submit for approval a eertificate of caverage signed by a duly
authorized r�presentative of the manufacturer.
C. Maintenance Data: Upon completion of thE Work, fiirnish copies of detailed
maintenance manual includir�g the followiz�g infonnation:
1. Product name and number.
Z. Naine, address and telepl�one nux�nber of manufacturer and local distributor.
3. Detailed procedures for routine maintenance and cleaning.
4. Detailed procedure for light repair such as scratches and staining.
D. Guarantee: Submit for approval written guarantee agreeing to replace the concrete
hardener shauld it fail to perform as specified.
L4 PRODUCT DELIVERY. STORAGE AND HANDLING
A. Delivery of Materials:
1. Deliver mate�ials in concrete hardener manufacturer's original unopened
containers.
2. Include the folIowing information on the label:
a. Name of rnaterial and supplier.
b. Formu�a ox specification number,lot number and date of �nanufactz,�rer.
c. Mixing instructions, shelf life and curing time when applicabl�.
3. Failure to comply wath these requirements shall be su�ficient cause for the
rejectian of the material in question, by ENGINEER, anc� his requiring its
removal frorn the site. Supply new material conforming to the specified
requirements at no additional cost to OWNER.
B. Storage of Material�:
1. 5tare materials so as to preclude the inclusion of foreign material.
2. Protect material from fr�ezing.
C. Handling of Materials:
1. HandIe xnaterials carefiiIly to prevent inclusion o�foreign materials.
2. Do not open containers or mix components until all necessary preparatory
Wo:rk.
1.5 JOB C�NDITTONS
A. Environmental Conditions:
318I006 09780-2
City of Fort Worth C�NCRETE H�RDENER
West Side IV Project - Pump Statian
1. Do not apply concre#e hardener to uncured concrete. Comply wi#h
manufacturer's written instructions for minimum 10 days of curing time.
2. Apply hardener only when temperature of conerete is SO°F or above.
B. Protection:
1. Do not allow cancrete hardener to overflaw ar spill onta adjoining surfaces.
2. Remove concrete hardener that is splashed on surfaces not designated to receive
concrete hardener irnmediately by flushing with water.
C. Sequencing:
�. Coordinate the Work so that the concrete hardener is installed when best results
will be obtained, as recommended by the manufacharers t�chnical
representative.
1.6 GUARANTEE
A. Provide a 2 year written guarantee, signed by CONTRACTOR and his installer,
stating that should concrete floors �hovw signs of dusting as a result of wear and
abrasion they will be re-installed, in the manner specified herein, at no further aost to
OWNER.
PART 2 - PRODUCTS
2.1 MAT�RIALS
A. Concrete Hardener: Provide a clear, calorless, aqueous solution of chemically acti�ve
silicates and fluosilicates, plus a wetting and penetrating agent, which reacts with the
iree lrme and calciurn carbonates binding saft, loose particles #ogether to forixi a hard
dense vitreous surface, resistan# to chernicaI attack arid the growth of rnildew, fungi
and oth�r organisrns.
B. Product and Manufacturer: Provide one of the following:
1. Lapidolith by Sonnebom Division of Contech Iricorporated.
2. Armartap by Anti-Hydro Waterproofing Company.
3. Or equal.
C. Water: Potable and free of all injurious contaminants.
2.2 MIXES
A. Fol�ow manufacturez''s written instructions for the proper mixing, dilution and
coverage oi each coat.
3181006 �9% g �-�
City of Fort Worth CONCRETE HARDENER
West Side IV Project - Pump Siation
2.3 FINISH
A. The finished installation of the cancrete hardener shall �ave a srnooth, uniform even
fnish wi#haut discontinuitres or dzscolorations.
PART 3 - EXECUTION
3.1 TNSPECTION
A. CONTRACTOR and his installer must examine the substrates and the condi�ions
unde�r which the concrete hardener Work is to be performed, and notify ENGINEER
in writing o� any conditions detrimental to the proper and fiimely complet�on of the
Wark and performance o£ the concrete hardener. Do nat proceed with the concrete
hardener Work until unsatisfactory conditions have been corrected in a maz�zier
acceptable to ENGINEER.
3.2 �UBSTRATE PREPARATIDN
A. Steel trawel concrete in strict accordance with printed directions supp�ied by the
cancrete hardener rnanufacturer.
S. PrQvide concrete free of all honeycozz�.bing and fins.
C. Do not use sealers, curing ar parting compounds on the concrete unless these
products have been chemically and/or mechanically rernaved.
D. Provide �vet curing for best results.
E. Surfaces to receive concrete hardener shall be clean, dry and free of all �oose dirt, oil,
wax and other foreign matter.
3.3 INSTALLATION
A. Provide the ser�ices of a manufacturer's teehnical representative during the
installation of the concrete hardener.
B. Apply concrete hardener u�ing the coverage recorrimended by the manufacturer per
caat.
C. Apply a minimum of three separate caats.
3181006 0978a-4
City of Fart Worth CONCRETE HARDENER
West Side IV Project - P�zmp Station
D. Apply a fourth coat using undiluted material should the manufacturer's technical
r�presentative recoininend this procedure based on field conditions, and as directed
! � by ENGINEER.
, E. Apply each coat by spray.
�
� F. Mop up excess solution or puddles.
G. After each of the f rst and second applications allow the floar to dry until no longer
� visibly vvet.
H. To avoid the developrnent of crystais, when applying the third coat, flush the surface
..- liherally with cl�an, hot water. At the same time brush the floor zapidly with a
-,
stiff-bristle broorn. Mop up excess wate�r.
., I. Follaw xnanufacturer's written instructior�s should white crystals develop after the
first ar second coat. Consult rnanufachu•er's technical representative.
3.4 ADJUSTI�ENT AND CLEANING
� A. Clean adjacent surfaces nf concretehardener resulting from the Woxk. Use soIvent or
� cleaning agent xecommended by the concrete hardener rnanufacturer. Leave all
finished work in a clean neat appearance.
; i B. Protect the concrete hardener until fully cured.
� + + END OF SECTION + +
��
� .i.
f �
I
,l
3181U06 4978D-5
�]
City af Foi�t Worth
-- West Side Iti' Project - Pump Station
SECTION 09900
PAINTIlVG
PART 1 - GENERAL
1.1 DESCRIPTION
/.�
PAlNTING
Scope:
1. CONTRACTOR sha11 provide all labor, materials, equipment and incidentals as
shown, speci£'ied and required to furnish and install all painting Work.
a. CONTRACT(�R is responsible for all surface preparation and painting
Work �ax all new and existing interior and exterior items and surfaces
thzoughout the Projec# areas inciuded under this and crther Sections.
2. Extent of painting Work is shown and specified. Painting Work shown in
schedu�es on Drawings does not pro�ide CONTRACTOR with complete
indication of all painting Work. CONTRACTOR is directed to Section 2.4
herein where all surfaces of the generic types specified in Section 2.4 shali be
prepared and painted aecarding to their status, intended fiznction and location i,n.
the Work, using �he painting system for that surface, function and locatian as
specified, whether or not indicated on any schedule or Drawing.
3. Types of painting Work requized include, but are not necessarily limited to, the
following:
a. 5urface preparation and painting of all new and specifically identified
existing items, both intexinr and exterior, and other surfaces, including
items furnished by �WNER, are included in the Work, except as
otherwise shown ar specified.
b. Removal of all substances, top coats, primers and all intermedia#e coats of
paint and other protective or decorati�e toppings on kl�ose items and
surfaces to remain which are identified to receive a painting system und�r
this Section, in order to provide surfaces acceptable for application of
painting system specified.
c. Approved stepped-dawn job moc�-ups for all paintin.g sysierns showing
aIl components of the surface preparation and paint system application
before the start of any Work. Check all dry film thicknesses, demonstrate
methods of surface preparation and methods of application in addition to
obtaining approval fram ENGINEER of colars and textures to be used in
the finished Work.
4. The term "paint" in this Section includes pretreatxz�ent and all painting system
materials, such as primer, em.ulsion, enamel, or�anic/inorganic polymer
3isroo6 0990�-1
City af Fort Worth
West Side N Project - Pump Station
PAINTING
coating, stain sealer and filler, and other applied znatet-ials whether used as
prime, iiller, intermediate or finish coat�.
5. Paint all new and specifically identified exi�ting suz-faces and items except
where the natural finish of the material is specif ed as a corrosion-resistant
material not requiring paint; or is speci#"ically shown as indicated by written
note, or specified as a sur�ace not to be painted. The term "exposed" in this
Section means al1 items not co�ered with cement plaster, concrete ax
fireproofing. Itetns covered with these materials shall be pravided with
specified primer only, except v,�hez-e specified as a surface not to be gainted.
The requirements foz' "exposed-to-view" surfaces are specified in Section
3.4.A.4.a. Where items or surfaces are not specifically znentianed, paint them
the same as adjacent similar materials oz' ar�as.
6. Heating, vent�lating, and air eonditioning items to be painted include, but are
not Iimited to, the foIlawing:
a. Piping, pipe hangers, and supports.
b. Heat exchangers.
c. Tanks.
d. Ductwork and insulatian.
e. Motors, mechanical equipment, and supports.
f Accessory items.
7. Electricai items to he painted include, but are nat limited to, the following:
a. Exposed conduit and ittings.
b. Switchgear, panels, junction boxes, motor control centers, �matars and
accessories.
B. Coordination:
1. Review installation, remo�al and demolition procedures under other Sections
and coordinate thern vvith the Work specified herein.
2. Coordinate the painting of areas that will become inaccessible once equip�nent
and similar fixed iterz�s have been installed.
3. Coozdinate primers with fnish paint materials in order to provide primers
which are compatible with finish paint materials used. Re�view other Sections
and other Cantracts in which primed surfaces are to be provided in order to
ensure coz�r�patibilaty o£ the total painting system for the various surfaces.
CONTRACTOR shall be respansible for coordinating the compatibility of a1�
shop-primed and field-painted items in other Sectin�s.
4. Furnish infannaiian �o ENGINEER on fihe characteristics ofthe finish materials
proposed for use, to ensure that c�mpatible prime coats are used. Provide
banr�er caats over incompatible primers or remove and repain.t as required.
Notify ENGINEER in writing of anticipated problems using the specified
painting systems vvith surfaces pri�ed by others. Reprime all factory-primed
equipment and other factary-prirried items that are damaged or scratched.
3 i s i aob 09900-2
Ciiy of Fort Wort.�
West Side N Project - Pump Station
C. Related Sections:
1. Section 10400, Tdentification Devices.
PAINTING
D. Work No# Tncluded: The following categories of Work are not included as part o£the
painting Work, or are included in. other Sections:
1. Shop-Priming: Shap-priming af structural metal, rz�iscellaneous rr�etal
fabrications, other rnetal items and fabricated components suc�a as shop-
fahricated or faetory-built heating and ventilating and electrical equipment or
' accessories shall conform to applicable requirements of this Sectian but are
includet� under other Sections.
2. Pz'e-fnished Items:
a. Items furnished with such fnishes as baked�on enamel, porcelain and
- polyvinyliden:e fluaxide shall only be touched up in the field by
C�NTRACTOR using Supplier's recoznrmended compatible �Seld-applied
touch up paint.
b. Items furnished with such �inishes as chrome plating, anodizing, or whEre
the naharal axide af the item forms a barrier to corrosion, whEther factory
� oz Site farmed, such as copper, bronze or xnuntz metal.
3. Concealed Surfaces: Nonmetallic wall or ceiling surfaces in areas concealed
from view and generally inaccessible areas such as furred spaces, pipe chases
and duct and elevator shafts.
` 4. Conczete surfaces, unless otherwise shown ox specified,
� 5. Concrete floors.
� 6. Split-faced concrete unit �aasanry.
� 7. Exterior face o£ architectural precast conerete.
8. Corrosion-Resistant Meta1 Surfaces: Surfaces of zinc, terne metal and stainless
steel.
9. Operating Parts and Labets:
a. Da not paint rraaving parts of operating units, mechanical and electrical
parts such as valve and damper operators, Iinkages, sensing devices,
interior of motors and fan shafts.
� b. Do nat paiut over la�els required by building code or other governing
.� authority, svch as Factory Mutual, Underwriters' Labaratory, or any
equipment identificatian, performance rating, name or namez�c�ature
; � plates.
c. Cover moving parts and iabels during the painting Wozk with protective
znasking, Remove aIl protective rnasking upon completion of Work.
Remove alI paint, coatings or splatter which comes in contact wifh such
labels.
I0. Structural and nniscellaneous metats covered with concrete, sha�l not receive
intermediafe or finzsh coats of paint.
3I81006 Q�9����
City of Fort Worth
W�st Side N T'roject - Puznp Station
1.2 QUALITY ASSUR.ANCE
PATNTING
A. Applicatoz Qualificatians:
1. CC)NTRACTOR shall submit to the COR the name and experience record ofthe
painting subcontracto�. Include a Iist ofutility c�r industrial installations painted,
responsible officia�s, architects, or engineers concerned with the project and th�
approximate contract price.
2. Painting subcontractors w�ose submissions indicate that �hey have not had the
experience required ta perform the Work sJ�all not be approved. Qua�ifying
experience sl�all include at least three {3) previous projects of similar magnitude
and cornplexity to this project that have heen co�pleted not less than eighteen.
(18) months prior to submission of qualifications to COR.
3. CONTRACT�R shal� submit to the COR written approval from the
Manufacturer ver�fying that the painting subcozatzactbr is approved to install the
Manufacturez=s coatings.
B. All materials specified by name, brand or manufacturer shall be delivered unopened ta
the job in their original containers. The paint shall be applied in strict accorc�ance
with the recommendations of the zx�anufacturer using equipment xpproved for the
duty.
C. Source Quality Control:
1. Pro�ide the services af a q�alified Manufacturer's representative at the Project
site for a minimum af two (2) trips and twn (2) 8 haur work days at the
commencement of Wozk to advise on materials, surface preparation, installation
and finishing techniques.
2. Certify long term compatibility of all coatings with all substrates.
3. Cerfify that prnducts supplied comply with �ocaI regulations conirolling use of
Volatile Organic �ompounds {VOCs).
4. Provide the servic�s of a qualified manufacturer's representative at the Project
siie for a minimurn of two (2) trips and two (2) S haur work days prior to
application of paint to inspect, advise on, and appzove surface preparatioz�.
5. Provide the services of a qualified Manufacturex's representative at the Project
site for a rniniznum of twa (2} trips and Four (4} 8 hour work days during
application; and a miraimum o�two {2} trips and two (2) 8 haur work days af
co�npletion of the work to inspect ihe work.
6. Within seven (7) calendar days after each site visit by the rnanufacturer, fihe
CON'1`RACTOR shall provide a wxitten repart from the manufacturer certifying
the surface preparation, instaltation, and the caatings have been applied properiy
and in accordance with the manufacturer's recamznendations an.d requirennents.
Deficiencies in the coa#ings system, if any, noted by the mariufacturer during
318100b Q990U�4
�
City of Fort Worth
West Side N Projeci - Pump Station
PAINTING
any of the inspections sha11 be defaned in the manufacturer's report includin.�
corrective measures to be implemented by the CONTR.AC�'OR at the
CONTRACTOR'S expense. Follawing corrective rrseasures hy the
� CONTRA.CTOR, the rnanufacturer shall re-inspect the work, at the
CONTR.ACT4R'S expense and the CONTRACT�R shall, within seven (7)
days after re-inspection, provide a written report frorn the manufacturer
�� certifying the surface preparation and the coatings have been applied pro�erly
� i and in accordance with the manufacturer's recomn�endations and requirements.
D. Reference Regulations; Surface preparation and application of coatings shall be
,� perfarmed by the CONTRACTOR in compliance with all applicable federal, state and
local occupational safety, health and air poljution control regula#ions. T�e
�� C4NTRACTOR shall obtain anc� comply with all safety precautions recommended by
�' the paint manufacturer in printed instructions ar speeial bulletins, and as required by
applicable re�ulations. The CONTRACTOR shall pravide foreed venHlation in all
° j areas where inadequate ventilation exists.
1.3 SUBMITTALS
A. Submittals shall be provided as c�escribed in Section 41341, Subnnitta� Requirements,
and as specified belaw. The CONTRACTOR shall be required to submit his
proposeci protectir�e coating systems prior to any other equiprnent, piping, or hardware
suhmittals thai require protective coatings. After review of the �rotective coa#ing
submittals by the COR to indicate no further submittals are required, the
CONTRACT�R sha11 be required to furnish only tl�e approved protective coatings
throughout the project.
B. Shop Dr�wings: Sub�nit for approval the following:
1. Copies of manufacturer's te�chnical infon�natian, including paint label anaiysis
and application instructions for each material proposed for use.
2. Copies of CONTRACTOR'S propose� proteciion procec�ut-es in each area of ihe
Work.
3. List each material and cross-reference to the specific paint and finish system az�d
applicatian. 7dentify by nnanu�acfurer's catalog number and general
classification.
4. Copies of nnanufacturex's complete color charts foz' each coating system.
5. Maintenance Manua1: Upon eampletion of the Work, furnish copies of a
detailed maintenance manual including the following information:
a. Product narne and number.
b. Name, add�-ess and telephane number of manufacturer and Iocal
distributor.
c. Detailed procedures for routine maintenance and cleaning.
3181006 09900-5
City of Fort Worth PAINTING
West Side IV Project - Purnp Station
d. Detailed procee�ures fox Iight repairs such as dents, scratches and staining.
6. Copies of Material Safety Data Sheet�.
C. Certificates; Subinit for appraval the following:
1. Certificate s#ating that materials meet or exceed Specification requirements.
2. CONTRACTOR shall provide notarized statement �erifying that all painting
systerns are compatible with surfaees specified. All painting sys�ems'
components shall have been reviewed by an authorized techanical zepresentative
of the paint Supplier for use as a compatible systern. Verify that all painting
systeins are aceeptable for the exposures �pecified and that the Supplier is in
agreement that the seleeted systeins are proper, compatible and are not in
canflict with the paint Supplier's recommended specifications. Show by copy
of transmittal forrn that a copy of the lett�r has been transinitted to the paint
a�plicator.
D. Statement of Application; Upon coxnpletion of the painting Work, subz�nit a
notarized statement to ENGINEER signed by CONTRACTOR and painting
applicator statin.g that the Work cornplies vsrith the requirements of these �peeifica-
tions and that applicatian methods, equipment and temperatures were proper and
adequate for the conditions of installation and use.
E. Test Reports: 5ubmit for appror�al certified Iaboratory test report� for require�i
performance and analysis testing.
1.4 PR�DUCT DELNERY, STORAGE AND HANDLING
A. Delivery of Matez�ials: Deliver all materials to the Site in original, new and unopened
packages and containers bearing
SUpplier's name and Zabel, and the following information:
1. Nazxxe and title of material.
2. Supplier's stock number and date afmanufacture.
3. Supplier's narne.
4. Contents hy r�oluine, for maj or pigment and vehicle constituents.
5. Thi�ning instructions where recommended.
6. Application instructian�.
7. Color name and n.uznbe:r.
B. Storage o�Materials:
1. Store only acceptable painting system cotnponents at the Site.
2. Store in an environmentally cantrolled Iocation as z-ecommended by paint
Supplier's written product information guidelines. Keep area clean and
accessible.
3181006 �g���-�
City of Fort Worth
V�est Side N Project - Purnp Station
PAINTING
3. Store materials not in actual use in tightly covered containez's.
4. Comply with go�erning health and fire regulations.
• - C. Handling of Materials:
�, 1. Handle materials in a manner wlaich precludes tlie possibiIity ofcontamination,
or incorrect product catalyzation.
2. Do not open containers ox mix components until necessary preparatory Work
has heen campleted and approved by ENGINEER and painting Work will start
immediately.
3. Maintain cantainers used in starage, mixing, and application ofpaint in a clean
condition, free of fozeign materials and residue.
1.5 J4B CONDITIONS
�. 5ite Facilities:
1. Supplemental heat sources, as may �e required to maintain both ambient and
surface temperatures within the range recomment3ed by the Supplier for paint
system applications, are not available at Ehe Site.
2. The provision of all supplemental heat energy sources and equipment is the
responsibility of CONTRACTOR.
3. Da nat use heat sources which emit carbon dioxide ar carbon monoxide into
areas being painted. Pzaperly locate and vent alI such heat sources to tbe
exteriar such that paint systems are una�fected by exhaust products.
B. Existing Conditions:
�. Existing materials specified to be painted as part of the VVork shall have their
surfaces prepared to meet the requirements of the painting systems specified.
Abrasive blasting, scraping ox ofh�er abrading or surface film removal
techniques as approved by ENGINEER shall be provided as part of the Work.
2. Before painting is started in any area, aI1 surfaees to be painted and flaors shall
be cleaned of a11 dust using corx�merc�al vacvum cleaning equipment equipped
with high-efficiency particulat� air f lters (HEPA filters) and dust containment
systems.
3. After painting operations be�in in a given area cleaning shall be done onlywith
camrnercial vacuum cleaning equipment.
C. Environmental Requiremez�ts:
1. Apply water-base paints only when the temperature of surfaces to be painted
and the surrounding air tem�eratuzes are between 55°F and 90°F, unless
otherwise permitted or restricted by the paint Supplier's printed insir�ctions.
2. S�arfaces to be painted shall be at least 5°F a�ove the dew point temperature ar�d
sha11 be dry to the touch. Apply paints only when the temperature a�surfaces io
3187006 09900-�
City of Fart Warth
West 5ide �V Project - Pump Station.
1'AINTIlVG
be pa�nted, paint material, and the surrounding air texnperatures are between
65°F and 95°F, unless otherwise permitted nr restricted by the paint Supplzer's
printed insiructions.
3. Apply paint system within the shortest possible tirne consistent with Supplier's
recommended curing instructions for each coat. If chernical, salt, or other
contamination contacts paint film between coa�s, it shall be removed in
accordance with SSPC-SP 1 Solvent Cleaning, and the surface restoreci before
applying remainder of paintizag system.
4. Tanks cantaining water sha1I not be painted without speci�c permission of
ENGINEER, and anZy under conditians where "sweating" of the tank outside
surface is nat likely to accux within 24 h�urs tif application.
5. Epoxy paints sha11 not be applied if ambient temperature is expected to go
below 50°F within 12 hours of application. �Vhere Supplier's printed
recomrnendations require a higher minimura� amhaent tempexature, thzs shaZl be
fallawed.
6. Do zaot apply paint in snow, rain, fog, or mist; or when the relative humidity
exceeds SS percent; ta dar�p or wet surfaces ar when surfaces will reach dew
point due to falling or rising temperatures and hurnidity conditions during the
coUrse of the paint application, unless otherwise permitted by the paint
Supplier's printed instructions.
'7. Do not paint pipelines and other unacceptably hot or cold surfaces until such
surfaces can be maintained within temperature and dew point ranges acceptable
to SuppZier. C�NTR.ACT�R sha11 arrange for such surfaces ta be brought
within acceptable temperature an� dew point ranges as part of the painting
Work.
8. Moisture content af surfaces shall be verified to ENGINEER as acceptable to
permit the commencement of the painting Work using methods recammended
by the specified Supplier.
9. Painting may be cantinued during inclement weather anly if the azeas and
surfaces to be painted are enclosed and heated within the temperature Zimits
specified by the paint Supplier during application and drying periods.
10. Pravide adequate illuinination and ventilatior� in a11 areas where painting
o�aerations are in pragress.
11. Corzipiy with applicable governing code requirements for air quality and
material disposal regulations.
D. Pre-Painting Canference:
1. Prior to the installation of painting systems, CON'T`RACTOR sha11 arrange a
meeting at the Site with painting applicator and its foreman, the paint Supplier's
technical repr�sentative, t�ae installez's aiather wark in and around t.�ae paintir�g
system Work which must follaw the painting VVork, ENGINEER and other
representatives directly concerried with performance of the painting Work.
3181006 a9900-8
City of Fort Worth PAINTING
W�st 5ide N Pro}ect - Pump Station
� Recard the discussions of the conference and the decisions and agreements (or
disagreeinents) and furnish a copy of the record #o each party attending.
Review %reseeable methods and procedures related to the painting Wc�rk,
including b�at not necessarily Simiied to, the following:
a. Review project reqUirements including Drawings, Specifications,
approved Shop Drawin�s, pending and approved Change Orders and
'' xequests for inforination which may have b�en submitted by
� CONTRA.CTOR to ENGINEER.
b. Review xequired sarnples and submittals, both completed and yet to be
` completed.
: ' c. Review status of suxfaces including drying, surface preparations and
similar cansicierations.
� � d. Review availability of materia�s, tradesman, equipnaent and facilities
•- needed to make progress, avoid delays and pratect the Work from
damaging conditions.
e. Review r�quired inspectian, testing, certifying and quality control
. procedures.
f Review weather and faxecasted weather conditions, and procedures far
� coping with unfavoxable conditions. Supplernenta� heating source�s, as
may be req�ir�d to continue the Work under low temperature canditions,
. shall be in operating order and acceptable to paint applicator.
� g. Review regulations coneerning code coxnp�iance, environmental
protection, health, safety, fire and sirnilar considerations.
� 2. Recanvene the rnEeting at the earliest npportunity if additional information
� must be de�veloped in order to canclude the subjects untier consideration.
3. Record any revisions ar changes a�reed upon, reasons therefor, and parties
agreeing or disagreeing with them.
E. Protection:
1. Cover or otherwise protect finished Wark of ather trades and surfaces not being
painteci cancurrently or not to be painted.
2. During the surface prepazatian and painting Work, the facility shall remain in
operation. Employ pzacedures which prevent cantamznation of the process ar
cause facility sk�utciown due to the Woz'k of this Section.
3. Coordinate and schedule surface preparation and painting Work to avoid
exposing employees of CONTRACTOR, OWNER, ENGINEER, and others
wha are not involved with the surface preparation and painting Work to the
Work of this Section. Provide required personnel safety equipment in
compliance with governing authorities.
4. Submit protection procectures to be employed by CONTRACTOR to
ENGINEER. Do not begin surface preparation and painting Work in any area
318i00fi ��94�`g
City of Fort Worth
West Side IV Project - Pump Station
untii ENGINEER apprnves
C�NTRACTOR.
PAINTING
protection techniques proposed by
Provide fire extinguishers and post caution signs warning against srnaking and
open flame rrvhen working with flammable materials.
PART2-PRODUCTS
2.]
A.
MATERIAL QUALITY
Product and Manufacturer: Provide ane of the followang;
1. Tz�emec Cornpany, Incarporated.
2. Sherwin Williams Company.
3. �r equal
B. T�e use of cataIog numbers and the specific requirements set forth in the
Specifications, are not intended to preclude the use of any other acceptable Supplier's
products r�vhich may be equivalent, but are given for the pu�pose o� es#.ablishing a
stan�ard of design and quality of materials, application and workmanship.
C�
2.2
Where cataing numbers are out af date at time of bidding, provide product,s equal in
quality to those specified.
SUBSTITiJTIONS
A. No substitution.s shall be considered that decrease the number of coats, the film
thickness, the surfa�e preparation or the generie type, solids content by volurne, and
formulation of coating{s) specified. Products exceeding VOC limits specified will
not be approved.
B. ENGINEER may xeview Suppliers' recammendations concerning methods of
installation az�d number of coats of paint for each painting system. CONTR.ACTOR
s�all prepare construction cost estimates based on painting systems, number of coats,
coverages and installation rnethods specified.
C. A11 propased "ax equal" products shall be submitted with direct comparison to
products specified including infonnation on durability, adhesi�n, color and glass
retention, percent solids, VOC`s per gallon and recoatabi�ity after curing.
0
Approveci Suppliers shall furnish ihe same colar selection as the Supplier specif ed,
including intense chroma and custom pigmented colors in aIl painting systems.
31810d6 a99oo-�0
City of Fort Worth
West Side N Project - Pump Station
2.3 COLORS AND F1NrSHES,
PAlNTING
A. Color Selectian:
�- 1. A maxu�um of 15 different coIors shall be selectec� faz ihe painting Work, in
ac�dition to color coding ofall pipelines, valves, equiprnent, ducts an�l electrical.
con�uit.
�'� 2. ENGiNEER reserves the right to se�ect all non-siandard colors foz- all paint
� f systems speci�ed within the abality of the Supplier to produce such non-
standard colors. CONTRACTOR shall supply such colors at no additional
` ' expense to OWNER.
B. Color Coding of Pipelines, Valves, Equipment and Ducts:
1. In general, all colar coding of pipelines, valves, equiprnent and ducts shall
comply with applicable standards of ANST A13.�, AN5I Z535.1. and OSHA
1910.i4�k. Provide color coding for pipeiines included in Section 2.3.B.3.b,
Pipe�ine Co�or Table, for specified pipelines.
2. Far equipment located on roofs or where exposed to public view such as on
exterior building faeades, or in offices or lobbies, the calar shall be selected by
ENGINEER.
3. Color Coding of Pipelines and Equipment:
a. Finish coats o�paint for pipelines and equipment shall be coded in, basic
colars. Col�rs shall be brilliant, distinctive shades matching fhe following
safety calors In accordance with ANSI Z535.1 color specifications for
sa%ty colors and other basic colors:
b. Piping and Si�n Color Code: Refer to Schedule A at the end of 5ection.
4. The cvlar ofthe final coats shall match as closely as possible, without custam
blending, the color tabulated under the specific pipeline servi�e.
C. Aftez approval by ENGINEER of colozs and 5hop Dravving submittaTs and prior to
beginning painting Work, ENGINEER will iurnish color schedules for surfaces to be
painted listed in paragraph 2.4, Painting Systems below.
D. Co1or Pigments: Provide pure, nonfading, appiicable types to suit the surfaces and
services indicated. Comply with the following:
1. Lead and Chromate: Lead and chromate content shall not exceed amount
permitted by Laws and Regu�ations.
2. Areas sub}ect to lzydrogen sujiade furne exposure shall be identif ed by
ENGINEER. Supplier shall notify ENGINEER ot�colors wluch are not suitable
for longterin color retention in such areas.
3. Supplier shall identi�}+ co2ors which meet the requi7remenis of gaverning
standards for use in locations subject fio contact with potable water or water
being prepared for use as potable water.
3181006 �g9��"1 1
City of Fort Worth
West Side IV Project - Pump Statian
PAINTING
�l. Connply with Supp]iers' z�ecomrnendations on preventing coating contact with
levels of carbon dioxide and carbon monoxide which could cause yellowing
durir�g applicatzan and initial stages of curing af paint coatings.
2.4 PAINTING SI�STEMS
A. Ferrous metals, interior and exteriar, non-submerged including piping, structural
steel and miscellaneous steel.
1. Surface Preparation: SSPC-SP6 Commercial Blast.
2. Shop Primer:
a. Generic Description: Polyamide Epoxy.
b. Product and Manufacturer:
I} Tnemec: 66-1211 H.B. Epoxalxne, 3.0-5.0 dry zzails.
2} Sherwin Williams: Copoxy Shop Prirner, 3.0-S.D dry mils.
ce Or equal.
3. Fielci Preparation: SSPC-SP11 Power Tool Cleaning.
4. Field Spot Intermediate:
a. Generic Description: Polyamide Epoxy.
b. Product and Manufacturer:
1) Tnemec: 66-Coior H.B. Epoxaline a.0-6.0 dry rnils.
2} Sherwin Williams: Epo�on II rnulti mill epoxy 4.0-6.0 dry mils.
3} Or equal.
5. Finish Coat Interior:
a. Generic Description: Polyamide Epoxy.
b. Product and Manufacturer:
1} Tnenaec: 6�-Colaz H.B. Epoxoline 8.0-12.Q dry mils.
2} Sherwin Wii�iams: Tile-Clad High Solids 8.4-12.0 dry mils.
3) Or equal.
b. Fizush Coat E�terior:
a. Generic Descrip�ion: Aliphatic Acrylic Polyurethane.
b. Product and Manufacturer;
1) Tnemec:
a) Gloss-Endura-�hield 74, 2.0-3.0 dry mils. ��`
b} Semi Gloss-Endura-Shietd 75, 2.0-3.0 dzy mils.
2) Shez-win Williams:
a) G1oss-Hi So�ids Polyurethan�, 2.0-3.0 dry mils.
b) Serni Gloss-Corothanell, 2.0-3.0 dry mils.
3) Or e�ual.
S. Galvanized, Aluminum and Non-Ferrous Metals: (non-submerged}
1. Surface Preparatian: SSPC-SP3 Power Tool Clean.
2. Shop Primer:
3YB7OQfi 09400�12
City of Fart Worth
, West Side N Pzoject - Pump Statian
PAINTING
, _ a. Gene�-ic Description; Polyamide �poxy.
b. Praduct and Manufacturer:
' 1) Tnemec: 66 H.B. Epoxolin�, 2.0-3.0 dry mils.
. � 2) Sherwin Williams: Macropoxy 646, 2.0-3.0 dry mils.
� 3) Or equal.
3. FieId Preparation: SSPC-SP-3 Power Taol Clean.
� - 4. Finish Coat Tnteriar:
; a. Generic Descriptian: Palyamide Epoxy.
b. Product and Manufacturer:
�' 1) Tnernec: 66 H.B. Epoxoline, 2.0-4.0 dry mi1s.
.. 2) Sherwin Williams: Tile Clad High Solids Epoxy, 2.4-4.0 dry mils.
3} Or e�ual.
' S. Finish Coat Exterior:
a. Generic Description: Aliphatic Acrylic Polyurethane.
b. Product and Manufacturer:
1} Tnemec: Semi Gloss-74 Endura-Shield, 2.�-4.0 dry mils.
2) 5herwin WiZliams: Semi Gloss-Corothan II, 2.0-4.0 dry mils,
3) Or equal.
C. Aluzninunn in Contact with Di�similar Materials:
1. Surface Preparation: Solvent clean.
2. Shop Prirne:
a. Generic Description: Polyamide Epnxy.
b. Product and Manufacturez;
1) Tnemec: 66 Hi-Build Epoxoline, 2.4-3.Q dry mils.
2) Sherwin Williams: Macrapoxy b�6, 2.0-3.Q r�ry mils.
3) Or equal.
3. Finish Coat:
a. Generic Description: Polyamide Epoxy.
b. Producf and Maz�ufacturez':
1) Tnemec: 66 Hi-Btaild Epaxoline, 2.0-3.0 dry mils.
2) Sherwin Williams: Macropoxy 646, 2.0-3.0 dry mils.
3) Or equal.
D. New Interior Concrete Masonry Non-submerged:
1, 5uriace Preparation: Allow 2$ days to cure, remove all spatter ar�d nibs.
2. Primer:
a. Generic Description: Polyarnide Epoxy.
b. Product and Manufacturex:
1) Tnemee: 54-660 MasonryFiller, 10 dry mils.
2) Sherwin Williams: Kem Cati-Coat Epoxy Filler, 10 dry mils.
3) Or ec�ual.
3rscoo6 09900-13
City of Fort Worth
West Side N Project - Pump Station
PAINTTNG
3. Finish Coat:
a. Generic Descriptian: Polyamide Epoxy,
b. Product and Manufacturer:
1) Tnemec: b6 H.B. Epoxaline, 4.0-6.0 dry znils.
2) Sherwin Williams: Tile Claci Hi�h Solids Epaxy, 6.p-10.q dry rnils.
3) �z' equal..
E. PVC Piping, CPVC Piping, Fiber�tass, Fiber�lass Insulation Covering; Exterior:
1. Surface Preparation: Sand as specif ed in 3.2.G.
2. Product and Manut'acturer: Provic�e one of the following;
a. Tnemec:
1) Finish: 69 H.B. Epoxoline II- 2 coats, 2A-3.0 dry rnils per coat,
240-3b0 square feet per gallon per coat.
b. Sherwin Williams:
1} Finish: Macropoxy b46 - 2 coats, 2.0-3.0 dry mils per coat, 4�0-600
square feet per gallon per coat.
c. Or equal.
3. Exterior applies to areas that are nat housed vvithin a building andlox �vithin an
encIosed structure.
PART 3 - EXECUTTON
�
3.1 INSPECTION
A. CONTRACTOR and his applicator shall examine the areas and conditions under
which painting W�rk is to b� performed and notify ENGINEER in writing of
conditions detrimental to the proper and tirnely comp�etian o� the Wo�k. Do not
proceed with the Work until unsatisfactory conditions have been corrected in a
r�anner acceptable to ENGINEER.
B. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions
otherwise detrimental to the formation of a durable paint fitm capable afperforming
in accordance with clainns zxiade in Suppiier's praduct literature for the surfaces and
conditions encountered,
C. Do not paint over existing paint where there is no assurance that existing paint will
pro�ide an acceptable surface for the Iongterm adherence and durability of painting
systems specified or r�vhere the Supplier requires removal of all existing paint in
ordez to recommend the use of the specified painting system.
318I006 0990�-14
City of Fort Worth
West Side TtT Project - Pump Statian
3.2 SURFACE PREPARATION
A. General:
2.
3.
4.
�
5,
C'�
PAINTING
Test far moisture content of surfaces before cominencerr;ent ofpaintin� Work.
Test for moisture in concrete in compliance with ASTM D 4263. Report results
to ENGINEER befare commencing Work.
Prepare existing surfaces required ta be paintec� as specified for new surfaces.
Where CONTRACTOR propases other methods Qf preparir�g existing surfaces
they shall be subrrsitted to ENGINEER for approval at tinne of Shap Drawing
sub�mittal. ENGINEER's approva� of alternative surface prepaxation methods
shall not relieve CONTRACTOR af performance reqvired under this Section.
Perfarm all preparation and cleaning procedures as specified herein and in strict
accordance with paint Supplier's instructions for each particular surface and
atmosph�ric condition.
CONTRACTOR shall remove aIl hardware, hardware accessories, x�aachined
surfaces, plates, Iighting fxtures, and similar items alreadyin-place and that do
not require field-painting, or provide effect�ve surFace-applied protection prioz
to surface preparation and pain#ing operations.
CONTR.ACTOR shall remove, as necessary, items which must be field-painfied
where adjacent surfaces cannot be eompletely protected from splatter or
overspray. Following completion of painting of each space or area, the
remo�ed items shall be reins#alled by wa�'kers skilled in the trades invalved.
CZean surfaces to be painted bef�re applying any painting system corrzponents.
Rernove oil and grease with clean cloths and cleaning solvents prior to
mechanica� cleaning.
7. Prepare all �urfaces which were improperly shop-painted, and all abraided or
rusted shop-�ainted surfaces, as specified.
B. Ferrous Metals:
2
K�
Comply with Supplier's recammendations for ty�ae and size of abraszv� in flrder
to provide a surface }�zofile meeting Supplier's painting system requirernents for
iype, function and location of surface. Verify that 5upplier recominended
pra�"iles have been achieved on prepared surfaces. Report profiles ta
ENGINEER using T�st Method C in complia�ce with ASTM D 4�417.
Clean non-subzx�erged ferrous surfaces including structural st�:el and
miscellax�eous metal to be shop-primed, of a�l oil, grease, dirt, rnill scale and all
other contamination by eomrriercial blast cleaning complying with S SPC-SPb,
at the tirr�e of paint system application, using SSPC ViS 1 as a standard of
cornparison.
Clean subrxiexged %rrous surfaces inci�ding stz-uetural steel and miscellaneous
z�etal to be shop-primed, of all oil, grease, dirt, mill scale and a11 other
3 i s i oa6 49900-15
Ciiy of Fort Worth
West Side N Project - Pump Station
PAINTING
contamination by near-white blasting coxnplying with SSPC-SP 10, at the tizne
ofpainting system appZication, using SSPC VIS 1 as a s#andard of comparisan.
4. Clean non-submerged, fen-ous surfac�s that have not been shop- coated of all
oil, grease, dirt, laose mill scale and aIl other contamination by commercial
blastin� comp]ying r�vith SSPC-SP6, at the time ofpainting systerr� applica#ion,
using SSPC VIS 1 as a standard of camparisan.
5. CZean submerged ferrous surfaces that have nat heen shop-caated ar that have
been improperly shop-coated, of all oil, grease, dirt, rnill scale and all other
contamination by near-white blasting complying with �SPC-SP 10, at the tirne
ofpainting sysiem application, using SSPC �1IS 1 as a standard ofcomparison.
6. Touch-up shop-appl�ed prime coats which have damaged or have bare azeas,
wi�h �rimer �-ecc�mmenc�ed by Supplier after commerciaZ blasting complying
with SSPC-5P6, at the time of painting system application, using SSPC VIS 1
as a standard of cannparison, to provide a snrface profile of not less than 1 mil.
7. Power tool clean, complying with SSPC-SP3, in order to remove welding
splatter and slag.
8. Remove aI1 rus# and contaminafifln o� existing ferrous metals to sound surfaces
by power toal cleaning complying with SSPC SP 11 to provide a surface profile
of not less than 1 mil.
C. Non-Ferrous Meta1 Surfaces: Prepare all non-ferrous metal surfaees for painting by
light whip-blasting or by light�y sanding with 60-80 mesh sandpaper.
D. Galvanized (Zinc-Coated} Surfaces: �repare all gaivanized surfaces for painting by
lightly sanding with b0-80 mesh sandpaper ar by light whzpblastrng.
E. Cast-In-Place Cancrete, Preeast Concrete and Masonry Surfaces;
1. Prepare surfaces of concrete unit masazuy to be painted by removing all
efflarescence, chalk, dust, dirt, grease, oils, and other contamination, with soap
and water. All surfaces shall be clean and dry at the time of paint system
application.
2. Concrete unit masonry tk�at cannat be adequately cleaned by saap and water
shall he acid etched with a commercial solution of 15 �ercent muriatic acid.
3. Prepare and clean all surfaces of cast-in-place concrete and precas� conerete in
compliance with ASTM D4259 to obtaiz� a un�form and continuous anchnr
profile of approximately 1 rz�il. Provide mEchanical abrading procedwes and
abrasi�e blasting pracedures as speci�ed in ASTM D4259. Use 40 to 8Q mesh
abrasive and clean, dry, compressed air. Compressed aix cleanliness shall be in
campliance with ASTM D4285, Pressuz-e at blasting nozzle shall not exceed 80
psi. Do not concentrate blast on surface but move at a fairly rapid rate to
provide a surface free of laitants and contaminants. Provide past-surface
preparation cleaning in accordance with ASTM D�25$ to remove loose
3is3oas 099d0-1b
City of Fort Vi�'orth
, West Side N Project - Pump 5tation
PAINTTNG
material. Surface preparation shall open ail surface air holes by removing all
laitance shoulders surrounding the air holes. Vacuum aIl surfaces to remove all
dust and sand and wash with potable water.
4. Where paint system is used to provide chemical cantainment barrier protection,
� repair cracks and expansion joints in concrete and provide 2-inch radit�sed cove
base fillets at all equipment pads and containment walls as part of ihe coxnplete
chemical containment paint system Work. Use materials and techtaiques
recommended by tk�e specified Manufacturer.
5. Reznove a�l cast-in-place concrete fins, projections and ather surface irregular-
ities which would protrude abave the level of finished intertnediate fillers and
. surfacers hy chipping and scazification by mechanical abrasion.
6. Using specified filler and surfacer, patch all cast-in-place concrete and precast
' concret� surfaces as required to completely fill surface air holes and
� honeycombing. Level aIi pxotrusions and grind filler and surfacing connpounds
smooth and �e�el with adjacent surfaces.
� 7. Perfarm tests in campliance with A5TM D4262 az�d ASTM D4263 in order to
i
verify the alkalinity and moisture conter�t af the surfaces to be painted and
report findings to ENGINEER If, in the opinion ofENGINEER, the surfaces
1 are sufficienfly allcaline ta cause blistering and burning of the paint, correct this
conditian before application of paint. Provide suitable testing Ynaterials in
order to carry out al�kalinity and moisture tests. Do not paint over surfaces
` where the moisture cantent exceeds S pezcent,
$. Where a concrete uz�it masonry block filler is specified, spat patch holes and
I cracks with a putty knife using specified bZock filler. Apply to large surfaces by
a�rless spray and backroll uniformly using a roller with a synthetic nap cover.
Follow with a rub�er squeegee in order to provide a smooth finish.
3.3 MATERTAL5 PREPARATION
A. General:
1. Mix anc� prepare painting materials in strict accardance with Supplier's product
lifierature.
2. Do not mix painting materials produced by different SUppliexs unless otherwise
pern�itted by Supplier's instructions.
3. 'V17here #hinner� are required in the Work, they shall be pro�uced by the pain�
systezn Supplier, unless otherwise permitted by the Supplier's product litezature,
submitted to ENGINEER at the time of 5hop Drawing approval.
B. Tinting:
1. Tint each undercoat a lighter shade ta facilitate identi�eation of each coat of
paint wh�re inultiple coats of the saz�ae material ar� to be app�ied.
3181006 �9���-�7
City af Fort Worth
West Side TV Project - Pump Station
��I��C�1
2. Tint undercoats to ynatch the colar oi the finish cbat af paint, but provide
suff clent difference in shade oi undercoats to distinguish each sep�rate coat.
Provide a code number to zdentify rnateriat tinted by the Supplier.
C. Mixing;
1. For those praducts requiring constant agatatjon use methods in compliance with
Supplier's product literatuxe, to pz-event settling during paint application.
2. Mix anly in containers placed in suitably sized non-ferraus or oxide resistant
metal pans to protect concrete floars fra7n sIashes or spills which could stain
exposed concrete ar react with subsequent finish floor material.
3. Mix and apply paint only in containers bearing accurate praduct name of
material being mixed, or applied.
4. Stir aIl materials befare applicatioz� to produce a mixture of uniform density,
and as rec�uired during the application of the materials. Do not stir any film
whxch nnay form on the surf'ace into the material. Remove the �'ilm and, if
necessary, strain the material before using.
5. Strain products requiring such mi�ing procedures. After adjustzng mixer speed
to break up lumps and after components are thoroughly blended, strain thraugh
35 to SQ mesh scxeen befare application.
3.4 APFLICATION
A. General:
1. Apply paint systems by brush, roller, or airless spray in accordance wiih
Supplier's reconnmendations and in compliance with Paint ApplicatiQn
Speci�cations No. 1 in SSPC Vol. 2, where applicable. Use brushes best suited
for the type of material being applied. Use rollers of carpet, �rel�et back, or
high pile sheeps wool as recommended by Supplier for material and texture
required. Use air spray and sirless spray equipment rECQmmended by Supplier
for speci�c paint�n� systems specified. Subrnit a list of application rnethods
proposed, listing paint syste�nns and locatifln.
2. The paint film thiekness required, as specified For each paint system, is the
same regardless of the application method in accordance with the
rnanufacturer's recoznznendations.
3. Apply additional coats when undercoats, stains, or other conditions show
through the final caat of paint, until the paint fil�n is of uni£orrn �nish, color
and appearance. This is of particular importance regar�ing intense chroma
primary colors. Tnsure that aIl surfaces, including �dges, corners, crevices,
welds, and expased fastener� recez�e a f lz�r� thickness equivalent to that of flat
surfaces.
3�siao6 09900-18
li
City of Fort Worth
West Side IV Project - Fump Statian
PAIlVTING
4. SurFaces of items not normalIy exposed-to-view da not require the same color
as other components of the system of which they axe a part, but require the
sarne painting systern specified far exposed suxfaces af the system.
�• a. "Expased-to-view surfaces" is defined as those areas visible when
permanent or built-in fixtures, convector co�ers, ceiling ti1e, eovers for
finned tube radiation, grilles, etc, are in-place in areas scheduled to b�
; painted.
.. 5. Paint interior surfaces o� ducts, where �isible through zegisters or grilles, with a
flat, non-specul�r black paint before final installation of registers or grilles.
6. Paint the backs of access panels, and removable or hinged covers, to match the
; . exposed surfaces.
7. Paint aluminum parts in contact with dissimilar matezial� with specified paint
� ,` system.
� 8. Omit �eld-primer on metal surfaces which ha�e been shop-primed. Touch-up
paint shop-primed coats and pre-finished items only wh�n approved by
ENGII�TEER using compaiible primers and Supplier's recommended compat�ble
' field-appli�d fnishes.
9. W�]ds shall be stripe-coated with intermediate or finish caat of paint after
� application of prime coai.
B. Minimux�nlMaximum Paint Filrn Thickness:
I 1. Apply each material at not less than, nor more than, Supplier's recornmended
spreading rate, and provide total dr� film thickness as specifi�d.
�� 2. Ap�ly ac�ditional coats of paint if rec�uired to obtain specified total dry film
thickness.
3. Maximum dry film thick�aess shall not exceed twice the �inimurn dry film
thickness, except wl�ere more stringent li�nitations are recornmended by the
paint Supplier fbr a specific product.
C. Scheduling Surface Prepazation and Painting:
1. App�y the first-coai material to surfaces that have been cleaned, pretreated or
otbervvis� prepared for painting as soon as practicahle after preparat�on and
before subsequent surface deter�oration in cansidexation of the atmos��eric
canditions existing at the time of surface pz-eparation and painting. Surfaces
that have started to rust before first-coat application is cQmplete shall be
braught back to required standard by abrasi�e blasting.
2. Allow sufficient time between successive coats to penmit pz'oper drying. Do not
recoat until paint has dried to where it feels firm, daes nat d�form ar feel sticky
under moderate tk�umb pressure, and the application of another coat of paint
does not cause liftin,g or loss of adhesion of the undercoat.
3. Scarify primers and other painting system components by brush-blastir�g if
paint has been exposed for lengths of tiine oz under conditions beyond
3181006 09900-19
City of Fort Worth
West Side N Project - Pu�np Station
PAINTING
Suppliez-'s written recommenc3ations for the painting systems in�ol�ed, the
intex�ded use, or the rnethod af application proposed for subsequent coats of
paint.
4. Schedule cleaning and painting so tl�at dust and other contamiz�ants from �he
cleaning process will not fall on wet, newly painted s�rfaces.
,
D. Prime Goats: Recoat primed and sealed walls and ceilings where there is evidence o�f
suction spots az uzzsealed areas in fi;•st coat, to assure a finish coat �vith no
burn-through or flther defects caused by insuf�cient sealing.
E. Pi�ented (Opaque) Finishes: Completely co�er to provide an opaque, smooth
surface of uniform finish, color, appearance, and coverage.
F. Brush AppIicatia�:
1. Brush-out and work a11 �rush coats onto the surfaces in an even fi1rn.
Cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other
sux�face ianr�perfections wiil not be acceptable. Neatly draw all glass and color
break lines.
2. Ba-ush apply all primer or first coats, unless otherwise penn#tted ta use
niechanical applicators.
G. Mechanical Applicators;
1. Use mechanical methods for parnt application when permitted by �overning
ordinances, Supplier, and appro�ed by ENGTNEER.
2. Liinit roller applications, if approved by ENGINEER, ta interinr wall fnishes
for second and third coats. Apply each roller caat to provide the equivalent
hiding as brush-applied coats.
3, Wherever spray application is use�, apply eaeh c�at to provid� the equivalent
hiding of brush-applied coats. Do not dauble back with spray equipment for
the purpose of building up film thickness of two coats in one pass.
H, Coxnpleted Wark: Match approved samples for color, t�xture and coverage.
Remove, refinish, or repaint Wark nat in conr�pliance with speci�ed requirements as
required by ENGINEER.
3.S FIELD OUALITY CONTROL
A. The right is reserved by ENGINEER to invoke the following material testing
procedure at any time, and any number of times, duxing the period of field painting:
1. Engage tk�e service of an independent testing laboratory to sample any af the
paints being used, Samples of znaterials delivered to the Site wiil be taken,
3 � giood 099Q0-20
City of Fort Worth
West Side IV Project - Pump Station
PAINTING
� identified and sealed, and certsfied as to being the material actually applied to
the surfaces in each area, in the presence af CONTRACTOR.
2. A testing labaratory, selected by OWNER, will perform apprapriate tests for
� any or ail af the following characteristics:
�
a. Abrasion resistance.
b. Apparent reflectivity.
�, c. Flexibility.
., d. Washabil.ity.
e. Abs�zption.
f. Accelerated weathering.
- g, Dry opacity.
h. Accelerated yellowness.
i. Recoating.
j. �kinning.
k. Color retentian.
� 1. Alkali resistance.
m, Quantitative materials analysis.
` 3. If the test results show that the maierial being used does not cornply with the
specified requizements, CONTRACTOR xnay be directed to stap painting and
remove non-campiying paint; pay for testing; and prepare and repaint surfaces
painted with the rej ected paint with material complying with the Specif cations.
B. Notify ENGINEER aftez- completion of each coat of paint. After inspection and
checking of film thickness, and for other im}�erfections, and after approval by
ENGINEER, proceed with the succeeding coat. Purchase �or OWNER two new
dry-f�lm thickness gages for checking the iilm thickness and ane set of visual
standards to cheek surface preparation. Calibrat� dry fiim thickness gage at the Site
using Bureau of Standards stanc3ard shim blocks. Provide on� holiday detector far
holiday testin�. The holiday de�ector will remairz the properfiy of C�NTRACTOR.
1, Product and SuppIier: Provide the following:
a. Film Th�ckness Tester: Model FM-LII as rnanufactured by Mikratest,
{Furnish Two).
b, Holiday Detectox: Model M-1 as manufactured by Tinker & Rasor.
c. Visual Standards - ASTM D 2200, Swedish Standards, SSPC (VIS 1).
2. ENGINEER shall witness all haliday testing and sha11 be notified of all
scheduled testing 24 hours in advanc�.
3. Additronal coats shall be applied, if required, to praduce #he specified film
thickness and ta cazrect hoIidays and to complEtely fill a11 surface air holes.
�}. HoIiday testing shall be performed by CONTRACTOR.
�
��siov6 Q9900-2I
City af Fort Worth
West Sade N Project - Pump Sta#ion
3.6 PROTECTI�N
PATNTIN�
A. Px-�vide "Wet Paint" signs as required to protect newly painted finishes. Remove all
temporary protective wrappings prouided for protection of this Work.
3.'1 ADJUSTMENT AND CLEAN-iTP
A. Correct all damages to the work of other trades by cleaning, repairing or replacing,
and repainting, as accepta�le to ENGINEER.
B. Durir�g the progress of the Work, remov� from the Site all discarded paint materials,
n�bbish, eans and rags at the end of each work day.
C. Upan completion of painting, clean all paint-spattered surfaces. Remove spattered
paint by proper methods of washing and scraping, using care not to scratch nr
otherwise damage finish�d surfaces.
D. At the corripletian Qf Work of other trades, touch-up and restore all damaged or
defaced painted surfaces as determined by ENGIlVEER.
+ + END OF SECTION + +
318100b ��gQ����
City a�Fort Worth
W�st 5ide N Project - Pump Station
BACKGROiJNTa
PIPING AND LEGEND
WATER
City Wafer
Cald Water
Drinking Water
Potable Water
Raw Water
Seal Water
Process
Floor Drains
SCHEDULE A
PIl'ING AND SIGN COLOR CODE
PII'ING
COLOR
LETTERiNG
GOLOR
Blue
Blue
L. Blue
Blue
Olive
& Green
Blue
Gray
White
White
White
Black
Black
Black
Black
+ + END OF SECTI�N + +
PAINTING
COLOR
Green
Green
Green
Green
Green
Green
Green
318ID06 �99Q���3
City of Fort Warth 1DENTI�ICATION DEVICES
V�est Side IV Project - Pu��np Station
SECTION 1 Q40U
�DENTIFICATiON DEVICES
PART 1 - GENERA�L
1.1 DESCRTPTI4N
A. Scope:
� l. CONTRACTOR shall pro�ide all labor, materials, equipment and incidentals,
� as shown, sp�cified and required to fii�nish and install all identi�cation devices
Work.
�; 2. The extent of identification devices is specifred herein.
B. ReIated Sections:
1. Se�tinn QSa51, Anchor Systems.
1.2 OUALITY ASSURANCE
A. Fie1d Measurements: Take field measurernents pxior to preparation of Shop
Drawings and fabrication, where possible, to ensure proper fitting of the Work.
However, do not delay job progress; allow for triznaning and fitting wherever the
takrng of fie�d measurements before fabrication might delay the Wnrk.
� - B. Inserts and Anchorages:
�. Furnish inserts and anchoring devices which must be set in concrete or built
into masonry for the installation of identiiication devices atad related work.
Provide s�tting drawings, templates, instructions and directions for installation
of anchorage devices. Coordinate delivery with other work to avnid delay.
C. Shop Assembly: Preassemble items in the s�op to the greatest extent possible.
Disassemble units only to the extent necessary for shipping and handling Iimitations.
Ciearly mark units for reassembly and coordinated installation.
1.3 SUBMITTALS
A. Sa�ples: Sub�nit for ap}�roval sarnples of each calor and finish of e�posec� material�
and accessnries required for identification c3evices. ENGINEEA'S review of samples
wrll be for color a�d texture only. Complian�e with all other requirements is the
exclusive.respansibility af CONTRACTOR.
B. Shop Drawings: Submit for approval thE following:
1. Shap Drawings f�r fabrication and erection of identification devices. Include
plans, eievations, and full-size g�-aphic layou#. Show anchorages and accessory
��s�oob 1 �400-1
City of Fort Worth IDENTIFICATTON DEVICES
West Side IV Project � Pump Station
items. Furnish location te�nplate drawin�s for iteins supported or anchored to
permanent canstruction.
2. Copies of manufacturer's technical data arad installation instruetians for each
type of device required.
3. Camplete selection af s�ecified manufactui•er's standard and custom calors.
PART 2 - PRODUCTS
2.1 FLOOR L�ADrNG SIGNS, SAFETY SIGNS. FIRE EXTINGUISHER
LOCATION SIGNS
A. Material: Subsurface silk screened on a fa•ansparent acrylic sheet, 0.125-inches thick,
14inches by I4-inches with �-inch. x-adiused carners, laminated to 0.125-inches thick
calored backgrou��d to be selected by ENGINEER acrylic sh��t with white Times
New Roinan alphabet and matching a�-ows type face; upper and ]ower case, 2�inch
high eapitals for room name; 1-ineh high roorn numbers.
1. Ploor Loading Signs: Provide one Floor Loading Sign for each space. Text to
read "MAXIMUM FLOOR LOAD ---PSF." Locations to be determined by
ENGINEER.
2. Safety Sign: Provide 4 si�ns to be used throughout the project, change
background colar to yellow with black lettering. Message, size and location io
be detennined by OWNER.
3. Fire Extinguisher ldentification Sign: Prouide onE %r each surface mounted
fire extinguisher. Background colar red v�ith white letfering. Sign shall
incor�orate a directional arrow as located by ENGINEER.
B. Product and Manufacturer: Provide one of the following:
1. Acrylic Plaque System by Andco Industries.
2. ASI/SPF Plaque by ASI Sign Systems, rncorporated.
3. �Or equal.
2,� PIPING MARKERS
A. Manufacturer: Pravide products produced by one of the following:
1. W. H. Brady Company.
2. Sefon Name P�a�e Corparatian.
3. �r equal.
B. Genexal:
1. Piping markers shall be formed fram laminated plastic. All printing shall be
sealed with a far�ned butyrate plastic f lm. Mar�Cers for piping up to 6-inch
diameter shall be preformed to completely wrap around the pipe requiring no
adhesive. Markers for pipes over &-inch diameter sha11 be preformed to the
contour of the pipe and attached with stainless steel spring fastners.
3�S�ofl6 ia�o�-2
City of Fort Worth IDENTIFICATTON DEVICES
West Side IV Project - Pump Station
2. For pipes under 314-inch outside dia�neter: Pro�ide brass tags, 1 112-inch
d�amet�r, with depressed 1/4-inch liigh black flled letters above 112-inch high
black filled num�ers.
3. Each marker shall consist of at Ieast 1]egend descriptive of the function ofthe
pipe, and a disectional arrow.
4. The size of lettering and rnarker shall confonn to ANSI A13.1.
5. Location of Markers:
� a. Adjacent to each valve and "T" connection
�. At each branch and riser talceoff.
c. At each side af a pipe passage thraugh a wall, floor and ceiling.
d, On all horizontal and vertical pipe runs at 25-foot in#ervals.
2.3 VALVE AND ACCESSORY TAGS
A. Plastic Tags: Laminated thermoset plastic, l/$ inch thick, engraved eondensed bloak
black lettering on white background, rounded corners, beveled front and back edges.
� Secure with stainless steel chain or wire. Prov�de hole in end oftag for at#ach3ment
of chain or wire.
' � B. Brass Tags: 19 gauge, engxaved condensed block ir�ked lettering, 1acqUer after
engraving. Secure with #16 pu�e brass jack chain. Proviae hole in end of tag for
attachment of chain, unless otherwise speci�ed.
C. Size: Minimum 2" x�", actual �ize as required for iz�farmation.
D. Letter Size: 1Viinimuxn. 3i16 anch.
E. Informatian Required on Tag:
I.D. Cade:
Type:
Size:
Lrne: (pipeline name)
Function:
Numbez- o� Turns to Close: (if applicabie)
Pressure Setting: (if applicable)
2.4 EpUIPMENT IDENTIFICATION PLATES
A. The CONTRACTOR shall supply a 16-gauge stainless steel identification plate
securely mounfed to each piece ofequiprnent in a readily visible locat�on.
B. The pta#e shall bear the identification nurnbers indicafed in specifcation Section
11000 using 1/�-inch die-stamped letters.
3 i s �006 10400-3
City of Fort Worth IDENTIFICATION DEVICES
West Side IV Project - Pump Station
PART 3 - EXECUTION
3.l INSPECTJON
A. CONTRAGT�R and h�s installer rnust examine the substrates and eonditions under
which the devices are ta be installed and notify ENGINEER in writing ofcanditions
detrimental ta the proper and #imely completian of the Work. Do not proceed with
the Work uanti� unsatisfactory conditions have been corrected in a manner acceptable
ta ENGII*IEER.
3,2 INSTALLATION
A. Install identification devi ces and coinponents at the locations shown or as directed by
ENGINEER, securely mounted with concea�ed theft-resistant fasteners, unless
otherwise indicated. Attach signs ta substrates in accordance with the manufactur�r's
instructions, unless otherwise shown.
B. Use staanless steel fasteners.
C. Install level, plumb, �nd at the proper height. Cooperate with other trades far
installation of sign units to finish surfaces, Repair or replace damaged units as
directed by ENGINEER,
+ + END OF SECTION + +
3 ] 81006 1 Q4 �0-4
City of Fort Worth FIRE EXTINGUISHERS
, West Side IV Project - Pump 5tation AND ACCESSORIES
SECTION 10522
FIRE EXTINGLTISHERS AND ACCESS�RIES
� PART 1- GENERAL
11 DESCRIl'TION
A. Scape:
�. CONTRACTOR shall provide aIl Iabor, materials, equipment and incidentals as
shown, specified and required ta furnish anr� install all portable fire protection
� equiprnent Work.
�
B. Coordination:
�� 1. Review installation pracedures under ot�er Sections and coordinate the
installation of items that must be instailed with the portable fire extinguishers.
� C. Reiated Sections:
1. Section 05051, Anchor Systerns.
2. Sectian 1a4d0, Identification Devices.
].2 OUALTTY ASSURANCE
A. Sou�rce Quality Gontrol: Furnish poriable fire pratection equipment Work from �nly
one manufacturer:
B. Requirements of Regulatory Ag�ncies: Provide onlyportable fire extinguishers that
are approved and labeled by UL.
C. Reference Standards: Co�-nply with applicable provisions and recommendations af
the follawing, except where otherwise shown or speci�ed.
1. UL, Fir� Classifrcation Rating.
D. All fire extin�uishers and accessories must compty with the City of Fort Worth Fire
Department requirements.
1.3 SiTBMITTALS
A. Shop Drawings: Submit for appz'vval copies of manufacturer's technical data,
certificatian a�ULrating, and insiallation instructions for all portable fire protection
equipment Work,
3]B10D6 1�J�22-1
City of Fort Worth
West Side N Projec�t - Pump Station
PART 2 - PRODUCTS
2.1 MATERIALS
FIRE EXTINGUISHERS
AND ACCESSORIES
A. General: Provide manvfacturer's standarc� mounting brackets for portable fire
extinguishers size as specified.
B. Type A- Multi-Purpose Dry Chemical:
1. 10 pound capacity, enameled steel container w�th pressure-indicating gauge, foar
Class A, Class B, Class C fires, UL Rating 4-A:60-B:C.
2. Product and Manufacturer: Pravide one of the folIowing:
a. Cosmic Model 10E by 7.L. Tndustries.
b. Model 10 TAS by Walter Kidde and Compan�.
c. Or eqUal.
PART 3 - EXECUTIQN
3.1 INSPECTTON
A. CONTRACTOR and his insta�ler must examine the substrates and conditions under
which the portable fire extingui�hers are to be instalIe�, and natify ENGINEER in
writing of conditions detrimenial ta the proper and timeiy completian of the Work.
Do not proceed with the Work until unsatisfactory conditions have been corrected in
a manner acceptable to ENGINEER.
3.2 TNSTALLATION
A. Install in locations and at mountin� of 3 feet - 0 inches. 5ecurely fasten ta structure,
square and plumb, in accardance with manufacturer's instruccions.
B. Wherever exact locations of units are not shawn, locate as directed by ENGINEER.
G Install identification signs directly above sur-face monnted portable fire extinguishers,
securely mounted, attached to substrate in accordance with rnanufacturer'�
instructions. Install ievel and plumb.
D. Recharge and bring last inspection date up to caincide as nearly as possible with date
oi Final Acceptance by OWNER, to provide full term inspection internal.
E.
In�orm OWNER of next required inspection and recharging date,
3181406 1 �5�.�-�
City of Fort Warth FIRE EXTINGiJISHERS
West Sitie N Praject - Pump Station AND ACCE5SORIES
3.3 SCHEDULE
A. Fire Extinguisher Type A- Multi-Purpose D�-y chemical, wall rnounted.
+ + END OF SECTION + +
tI
1
3181006
10522-3
City af Fort Worth TOILET ACCESS4RIES
West Side N Project - Pump Statian
SECTION l OSDO
TOILET ACCESSORIES
FART � - CiFNRRAT,
1 _l nFSC'RiPTION
� A. Scope:
� �. CONTRACT�R shall provide all labor, materials, equipment and incidentals
as shown, specified and required to furnish and anstall all toilet accessories
Work.
2. The extent oftoilet accessaries is shown.
B. Coordinatian:
]. Furnish aa�serts and anchoring devices which must be set in concrete or built
into masonry for the znstallation of taile# accessories. Coordinate c�elivery with
other vvork ta avoid deIay.
2. See concrete and masonry Sections of these Speeifications for installation af
inserts and anchorage de'vices.
C. Related Sections:
1. Section 04004, Masonry.
i : . : � ,
A. Source Quality Cc�ntrol:
1. Provide products af ihe same tr�anufacfurer far each type o�' accessory unit and
for units exposed in the same areas.
2. Stamped names or Iabels on expased faces ofunits will not be permitted.
3. Provide locks vvith the same keying for each type of accessory units in the
Project w�erever possible. Furnish two keys for each lock.
B. Requirexnents of Regulatory Agencies:
1. Codes: Comply with applicable provisions of the State and Local Building
Cade and ANSI A117.1.
C. Reference 5tandards: Comply with appticable provisions and reconvnendations,
exeept where othei-�vise shown or specified.
1. ASTM A 167, Corrasive Resi�ting Chromium-Nickel; Steel Plate, Sheet and
Strip.
2. ASTM A 36b Specification for Cold Rolled Carbon Steel Commercial Quality.
3181406 1 �B�Q-�.
Cify of Fort Worth TOILET A�CESSORIES
West Side IV Project - Puinp Station
3. ASTM A 386 Specifcatinn for Zinc Coating (Ho#-Dip) on Assen�bl�d Steel
Products.
4, ASTM B 456, Specifcation for Electro Deposited Coatings of Nickel Plus
Chromium.
5. Federal Specification, �'S DD-G-451, Glass (Laboratory).
b. FederaI Specification, FS WW-P-541.
7. F� 1�JW-P-541, Plumbing Fixtures (Land Use}.
1-� Si 1R1VfTTTAi.�
A. Sho,p D�•awings: SUbmit far approval the following:
1. Copies of manufactUrer's technacal data and installation instructions %r each
toilet accessary.
2. Setting Drawit�gs, templates, instructions and dirEctians faz installation of
ancharage devices in other work.
I':: 'C•
�.,,1 MA'�'�:RTAT,�
A. Stainless Steel, ASTM A i 67: Type 304L with polished No. 4 finish, unless
otherwise specified.
B. Brass, FS WW-P-541: Cast or forged quality alloy.
C. Sheet Steel, ASTM A 366: Ca1d roZled, commercial qua�ity. Surface preparation
and metal pretreatment as xequired for applied finish.
D. C�romium Plating, ASTM B�56: Nickel and chxomium eIectro-deposit�d on
metal, Typ� SC2.
E. Mizror GIass, FS DD-G-451: Type T, Class 1, Quality q2, 1/4-inch thiek, with silver
coating, copper protective coating, and non- metallic paint coating.
F. Gal�anized Stee1 Mourating De�ices, ASTM A 3$6: Hot�dip galvanized after
fabricatian.
2.2 STIRFACR M[)T]NTF.T7 PAPFR T(�WRi, T�rfiPF.NSF,R ANI� T)T�P(��
A. Size to dispense not ]ess than 600 c-fold towels �vith interchangeable paper drop.
With cabinet and door not less than 22 gage stainle�s steel, No. 4 satin finish a11
� i a � oas 1080Q-2
City of Fort VVorth TOILET ACCESSORIES
.. West Side N Project - Pump Station
welded construction ��ithout �nitered corners. Hang doors with a cancealed,
full-length stainless steel piano hinge and install a tu���bler-lackset.
B. Product and Ma�lufactua-er; Px-ovic�e one of the followiz�g:
1. No. Q467 �fith collar for sw-face maunting by American Specialties
Tncorporated.
2. Qr equal.
2,3 SiIRFACE MOLTNTFT3 T(�i���fij TR T�ISPENSERS
A. General: Provide toilet tissue dispensers at each water closet.
1. Multi-roll Toilet Tissue Dispenser: Fabricate shelf of not less than ]/S-inch
thick stainless steel, to stare and dispense not less than two 4-1/2-inch by
4-112-inch core tissue i-olls. Fabricate flange from a sin�le piece, with seamless
constructidn.
B. Product and Manufaeturer: Provide one af the follflwing:
1. No. 0697GAL by Ainerican Specialties Incorparated.
2. 4r equal.
' C�•:
A. General: Provide mirrors above each lavatory.
B. 5tainless Stee1 Mirror: Fabr-icate frame from 20 �a�e stainless steel, welded and
groundsmooth, no shelf, Mirrors shall be 1 S- inches by 36 inches.
C. Pyoduct and Manufacturer: Provide one of the following:
1. No. 053SA by A�nerican Specialties Incorparated.
2. Or equal.
� s �t 1R � a rF 1��C�iINTED SOAP nT�PR�
A. General: Pro�vide surface mounted shelf soap dispensers, one per lavatory.
1. Cover and container finish: Stainless steel.
B. Liquid Soap Dispenser and Shel£ Fabricate units from 20 gage stainless steel ta
dispense lather in measured quantity by pump action with stain�ess steel pistons,
springs, and internal parts.
1. Capacity: 80 fluid ounces.
C. Product and Manufacturer: Provide one of the following:
1. No. �315 by American S�ecialties Incoxpoz'ated.
3181006 � �gd�-3
City ofFoi�t Warth TOILET ACCESSORIES
West Side IV Project - Pump Station
2. Or equaL
�_fi C�RAR RARS
A. General: Provide grab bars where shown. Provide custom specials where
required or specified.
B. Stain�ess Stee] Grab Bars: Provide stainless steel knurled grab bars, 1-1/2-inch
outside diameter, � 6 gage.
1. Mounting: Concealed, with i�nanufacturer's standard flanges and anchorages
for type of installation.
B. Praduct and Manufaeturer: Provide one of the following:
1. Grab Bars by Ainerican SpeciaJtie� IncorporatEd.
2. Or equal,
�T 3 - FXECUTION
3.1 IN�PF.C''TTnN
A. CONTRACTOR and his installer must exarnine the areas and conditions under
which toilet accessories are #o be installed and notify ENGINEER in wariting af
conditions detz-imei}ial to the proper and timely completion of the Work. Do not
proceed with the lWark until unsatisfactory conditions have been corrected in a
manner acceptable to ENGINEER.
� TNSTAI�LATION
A. Use cancealed fastenings vvherever possible.
B. Pro�ide anchors, bolts and other necessary amchorages, and attach accessories
secuz-e1y to wa]Is and partitions in lacations as shown.
C. Install concealed mounting devices and fasteners fabricated of the same rraate�ial as
the accessaries as recommended by manufacturer.�.
D. ZnstaIl exposed mounting d�vices and iasteners finished to rnatch the aecessories.
E. Pz'a�ide theft-z-esistant fasteners far alI accessory mountings.
F. Secure toilet z-oam aecessories in accordance with the manufacturer's instructians fox
each item and each type of substrate coz�stt-uctian.
3] 81006 1 �$��-4
City of Fort Worth TOILET ACCESSORIES
West Side IV Project - Pua�ap Statian
,
3.3 A�IJ'll5TMEN
A. Adjust accessories for proper operation.
1�
B. After co�npletion of installation, clean and polish a11 exposed surfaces.
C. DeIiver keys and instruction sheets ta OWNER.
+ + END OF SECTION + +
3I810D6 l 0800-5
City af Fort Worth GENERAL EQLTIPMENT PROVISIONS
, West Side 7V Project — Pump Station
SECTION 1100Q
GENERAL EQLT�MENT PROVISIONS
PART i — GENERAL
1.1 SCOPE
A. These General Equiprnent Pro�isions apply, in general, to all equiprnent furnished
under this Contract including equipment specified in other Sections. They shall
� supp�ement the Detailed Equipment Spec�fications, but in case oi con�7ict the Detailed
Equipment Specifications shall govern.
B. The CONTRACTOR shall have sole responsibility to ensure CONTRACTOR'S
equipment suppliers, rnanufacturers, fabricators and subcontractars review this
Section in conjunetion with all other Sectians of thes� Contract Doeuments and
Contract Drawings. The CONTRACT�R shall fully coordinate their efforts to avoid
potential claims that are based on failure to revie'ry all rele�ant Contract Documents,
including the Contract Drawangs.
� .2 ADAPTATION OF EOUIPMENT
A. Equipment shall be readily adaptable for installation and aperadon in the structures as
shown on the Contract Drawings. No respansibility for alteration of a planned
structure to accommodate other types of equ�pment shall be assumed by the OWNER.
Equipment which requires alteration of the structures shall be cansadered only if the
CONTRACTOR assurnes all responsibilityformaking and eoordinating all necessaty
alcerations. Al1 such necessary alterations shall be signed by a Licensed Engineer
Registered in the State of Texas at the CONTRACTQR'S expense. AIl such
alterations inc�uding required engineering reviews by the ENG]NEER, shall be made
at the CONTRACTOR'S expense.
B. Equipment, as defined in individua.l Specifications, approved hy the ENGINEER as
being of equal quality, per�ormance, integrity, etc., may be used in place af that
specified. Any revisians to structures, pipir�g, electrica] or other work made necessary
by such substi�utian �s subject to review by the ENGINEER. The ENGINEER shall
be the soIe judge of equivalency. Anyrevisions to structural, piping, electrical or other
work made necessary frorr� deviations fi•om approved submittals shall be at the
CONTRACT�R'S expense including en�ineering and administz-ation costs.
31$140b 1 ����-1
City of Fort Worth GENERAL �Q�CTIPMENT PROVISIONS
West Side IV Project — Pum� Station
1.3 EQU�PMENT WARRANTY
A. The CONTRACTOR shaIl guarantee alJ equiprnent against (a) faulty or inadequate
design, (b} irnproper assernb�y or erection, (c} defective workrnanship or materials,
and (d) leakage, breakage, or other failures. The warranty periad shall be as defined
in Section OT701, Warranty.
1.4 WORKMANSHIl� AI'�D MATERIALS
A. Ali equipment s�all be designed, fabricated and assembled in accordance with the
best modern engineering and shop practice and in accardance wath applicable
�tandards including .ASTM, ANSI and AWWA. Individual parts shall be manufac-
tured to standard sizes and gauges so that repair parts, furnished at any time, can be
instalied in the field. Like parts of duplicate units shall be interchangeable.
Equipment shall not have been in sezvice at any tirn� prior to delivery, excep� as
required for tests.
B. In various 5ections of the Contract Speeifications, Manufacturer's names have been
used for clarity and to establish minimum product standards only. The CONTRAC-
TOR shali be responsible for selection and coordination of ali materials requir�d for
� constx-uction.
C. All parts and components o�mechanical equipment shall be designed for satisfactory
service undez' cantinuous duty without undue wear undez- the specified and indicated
operating conditions for the period of time specified in the ContractDocuments. Any
part of inechanical equipment that shows undue or exeessive wear arfails due to wcar
under normal operating conditions within the wanr-anty }�eriod shall be considered as
evidence of defective material or defective workmanship, and it shall be replaced by
the CONTRACTOR with equipment or part� to meet the specif ed requirements at no
cast ta the OWNER.
D. Materials shaIl be suitable for the service conditions to be encountered. Unless
atherwise specifred or otherwise noted, structural steel shall confarm ta ASTM A36.
Iran castings shall be of tough, close-grained gray iron, free from l�low-holes, flaws,
or other �mperfections and shall conform to ASTM A48. AI1 mechanisms ar parts
shall be amply proportioned for the stresses which may occur during aperation or for
any other stz-esses which may occur durin� fab��ication, ex�ection, and transportation.
E. Unless otherwise specified or oiherwise not�d, all materials shall conform ta the
struetural and miscellaneous standards of the American Institute of Steel Construe�
tion.
3185006 110����
City oi Fort Wor�th GENERAL EQLTIPMENT PROVISI�NS
West Side N Praject — Purr�p Station
F. Bronze which shall t�e in contact with water or any liquid, used in the manufacture of
' any equipment shall not contain aluminum nor more than 6 percent zinc, and shall
� conform to ASTM B62.
� G. All steel� bars, shapes, and plates shali be clean and straight before being worked.
Straightening or flattening, if necessary, shail be done by a process and in a manner
that shall not injure the m�tal. Sharp kinks or bends shall be cause �orrejection. Steel
that has been heated partially shall be annealed, unless it is to be used in minor parts.
Finished members shall be true to line and free from twists, bends, and other joints.
+ H. Tolerances and elearances shall be as indicated an the Shop Drawings and these
tolerances and clearances shall be closeIy followed to secure proper operation of the
equiprnent.
I. All f7anges on equiprnent and appurtenances furnished shall conform in dimensions
and drilIing to ANSI B16.1, C�ass 12S or 15Q, unless otherwise specified or noted.
1.5 EQUIPMENT TNSTALLATION
A. The CONTRACTOR sha11 obtain installation instruction booklets and other
recommendations from the equipment manufaeturers as to procedures for, sequence
of, and tolerances aIlowed in equiprnent installation. Tn particular, the Manufacturer's
recoznmendations as to grout spaces required, type of grout to be used, and tolerances
%r leve] and alignment, both vertical and horizontal, shall be obtained and foZlowed.
One (1) copy of this �naterial shall be given to the ENGTNEER by the
CONTRACT�R priar to the installation of the equipment.
B. Whenever applicable or as speci�ed, tYie CONTRACTOR shall abtain the services of
a Manufacturer's representative specifically trained in erection o� his equipment to
supervise the instalIatian. The CONTRACT�R si�ail be responsible for the prope:r
alignment of aIl installed driven equiprnent and drives in accordance with thc:
tolerance recammendation of the manufacturers. Within fourteen (14) ealendar days
after installatio�, the CQNTRACTOR shall submit to the ENGIl�EER a letter from
the Ma�ufacturer, an the Manufacturer's ]etterhead, stating that all equipment and
camponents are installed per the Manufacturer's requirements and installation
instructions as described in these Contract Documents.
C. SkilIed craftsmen experienced in installatian of the equ�prnent ar similar equipment
shall be used. Applicable specialized tools and equipment, such as precision
machinist levels, dial indicators, and gauges shaIl he utilized as required in the
Ki43[1:�7�
I 1000-3
City of Fort Worth GENERAL EQUIPMENT PR�VISIONS
West Side IV Project — Pump Station
Snstallatians. The Work shall be accompl�shed in a worknzanlike man�er to produce
satisfactory equipment installation free of vibration or ather defects.
D. Prior to installation af equipment, all sacking and concrete preparation shall be
completed and the work area shall be maintained in a broom-clean condition during
the equipment installatian.
E. No equipment and materials shall be altered or repaired, and no burning or welding
will be permitted on any garts having machined surfaces, except by written
permission of the ENGINEER.
F. No rigging shall be done fram any structure without the permission of the
ENGINEER, and the CONTRACTOR shall be completely respansible for any
damage to the structure due to his operations.
G. Only such equipment and mate�ials as will not damage the structure or equipxnent an�
materials shall be used on the 'UVork.
1.6 MANUFACTURER'S NAMES
A. Manufacturer's name and catalog numbers are for the convenience af the CONTRAC-
TOR. The detailed Speci#'icatians shall apply in the event of a conflict. If detailed
Specifications have not been gi�en, the Manufacturer's name and catalog number shall
determine the design criteria for com�arison should an equal be subrnitted.
1.7 SPECrAL TOOLS
A. All special too�s that are requir�d to assemble, disassemble, repair, and maintain any
item of equipment furnished under the terms of this Contract shall be furnished with
the equipment. When special tools are provided, ti�ey shal] be marked or tagged, and
a list of such tools shall be included with the maintenance and operation instruct�ons
for the equipment.
1. $ REGULATIONS AND C�DES
A. Where equipment or materials are specified to conform to requirements of organiza-
tions such as Ameriean Society oi Mechanical Engineers (ASME), LTnderwriters
Laboratories (UL), American Gas Association (AGA), and American Refrigeration
Tnstitute (ARI), that use a label ar listing as method of indicadng campliance, pxoof of
such conforznance shall be submitted. The label or listing of the s�ecified
organization wi11 be acceptable evidence. In lieu of the label or listing, the
31810Q6 11 d�fl-4
City of Foi-t Worth GENERAL EQUIPMENT PROVTiSIONS
W�st Side N Project — Pump Station
CONTRACTOR st�all sul�mit a certi�cate from an independent testing arganization
stating that the item �aas been tested and foUnd to conform to the specified standard.
I
�I
.�
�
B. Electrical Wark, ineluding connection to el�ctrical equipment integral with
mechani'cal ec�uipment, shall be perfo�med in accordance with the latest published
regulations of the National E�ectrical Code (NEC), state and local codes, and
accordsng ta thE latest Tnstitute of EIectrical and Electronic Engineers (IEEE);
American National Standards InstitUte (ANSI); American 5oci�ty for Testing and
Materials (ASTM); Insulated Power Cable Engineers Association {TPCEA); National
Electrical Manufacturer's Association (NEMA} Standards, and the latest published
regulations of the Occupational Safety and Health Act (OSHA). All material used in
t�e performanee of the electrical Warlc shall be approved by the Underwriter's
Laboratories, Tnc. (UL} for the cla�s of service for which they are intended.
1.9 GOORDINATION
A. The CONTRACTOR shall take all measurements for CON'1'RACTDR'S Work at the
instalIation sites, verify ali subcontractor`s and manufactur�r's drawings and be
responsible fflr the proper installation within the available space of the apparatus
specifieci and shown on the drawings and must infor�n the ENGINEER of any
variations and shall submit all proposed charages to the ENGINFER for review before
making any cha�ges.
B. The CONTRACTOR shall take all measurements, including supplying all equipment
and labor, required ta proiect existing facilities and ta maintain continued and safe
operation af e�isting facilities.
1.10 BEARINGS
A. Unless otherwise specified, all equipment hearings shall be oiI or grease lubricated,
ball flr raller antifriction type of standard manufacture. Bearings s�all be
conservatively designed ta withstand all stresses of the service specified. Each
bearing, except as otherwise noted, shaIl be rated in accordance with the latest
revisions of Anti-Frrction Bea�zng Manufacturer's Association's (AFBMA) Methads
af Evaluating Load Ratings af BaII and Roller Beazings for B-10 (L-10) rated life of
100,000 hours.
B. All grease lubiicated bea�•ings, except those specified to be factory sealed lubricated,
shal] be fitted with easily aecessible grease supply, flush, drain and relief fittings of
the standard �ydraulic type. Extension tubes shall be provided for easy access and
shalI be constructed of 304 L 55, unIess otherwise specified or atherwise shown.
318I006
110Q0-5
City of Fort Worth GEN�RAI. EQLT�IVIENT PROVISIONS
�Vest Side IV Project — Pump Station
C. 011 �ub�7cated bear�ngs shall be equipped �ith either a pressure lubricating system or a
separate oil reservoir type system. Each oiJ lubrication system shall be of sufficient
size to safely ahsorb the heat energy nbrmally generated in the bearing under a
maximum aznbient temperature of 55°C and shall be equipped with a filIer pipe and
an extemal level gauge. Fittings for pressure lubrication shall be 1/4-inch
strai ght-type.
D. To avoid work hardening or "Brinelling" damage fi-am vibratian, bearings sha11 be
separately packed ar otherwise suitably prot�cted during transport.
l.l 1 LUBRICATION AND LLIBRICATION FTTTINGS
A. Equipment shall be adequately lubricated by systems which require attention no more
aften than weekly during continuous operation. Lubricatian systems shal] nat require
attentinn during start-up or shutdawn and shall not waste lubricants. Lubricants of the
type recammended by the equipment manufacturer shall be provided in sufficient
quantity for cansumption prior to completion of rec�uired testing and acceptance o�
equipment by the QWNER. The CONTRACTOR shall provide the ENGINEER,
prior to equipment start-up, seven (7) copies of a list showing the proper lubricants for
each item of inechanical equipment, approximate c�uantities needed per yeaa- of
cantinuous operatian, and recommended lub�ica�ipn intervals. Where�verpossible, the _.
types of lubricants shall be consolidated with the manufacturer's approval to minimize
the number of different lubricants required for plant maintenance.
B. Equiprnent Iubrication fittings shall b� extended with piping beyond obstructions such
as guards or cavers to provide ease of lubrication without disassembly of the unit.
C. All lubrication fittings shall b� constructed of 3Q4 L stainless steel unless otherwise
specified or otherwise shown and shall be brought to the outside of all equipznent so
they are readily accessible fram the autside without the necessity af rernoving covers,
plates, housing, or guards. Fittings shall be of buttan head type. Lubrication fittings
shaI1 be mounted together wherever possible and shall be made of factory-zziounted
multiple fitting asseza�blaes. Fittings st�a�l nat be individual fittings field-mounted
togethez'.
1.12 GAUGES AND GAUGE CONNECTIONS
A. Pressure GaLtges and Vacuum Gauges: The CONTRACTOR shall fumish and install
all press�re and vacuum gauges as rndicated an the Contract Dra�vings and as
specified herein. Unless noted otherwise, all pressure gauges shall be 4.5 inches
diameter in a glass filled polyester case. The dial shall be plastic coated with bIack
3181006 I Z ���-{
City of Fort Worth GENERAL �QLTIPMENT PROVTSIONS
West Side N Project — Pump Station
� figures on a white face. The scale shall have a 270-deg;ree minimum arc. The
movement shalj be stainles� steel and nylan or aIl stainless, whichever is the
manufacturer's standard. The pressure gauges shall be equipped with 316 stainless
steel bourdon tube, socket, and connectian. An overrange press�re of �p to 130
. percent of maxim�m scale reading shal] not affect calibration of the gauge. Accuracy
shall be within 1.0 percent of scale range. All pressure gauges shaIl be provided wi�
; gauge guards, cocks, flushing connections, snubbers, tubular seals, and other appurte-
nances required or as s�own an the Drawings. The scales shall be as specified. The
pressure gauges shall be manufactured by iT.S. Gauge, Ashcroft, or equal.
' B. Pump Suction and Discharge Pressure Gauge Connection: Except where permanent
pressure gauges are shown on the p]ans, a 1/2" NPT connection and 316 stainless steel
� isolation cock sha�l be furnished and installed on the suction and discharge piping of
all pumps. Un�ess connectians are provided on the pump casing at t�e st�etion and
discharge, the connections shall be pro�ided immediately upstream of the pump
r suction connection and immediately dawnstream of the purr�p discharge connection.
1.13 EQUIPMENT BASES AND BEDPLATES
A. A heavy cast iron or welded steel base shall be provided for each item of equipment
which is to be installed on a concrete base. Equipment assemblies, unless otherwise
specified or shawn on the Contract Drawings, shall be rnounted on a single, heavy,
cast iron os welded steel bedplate. Bases and bedplates shall be provided vvith
machined support pads, tapered dowels far alignment af mating or adjacent items,
adequate openings to facilitate grouting, and openings for electr�cal conduits. Se�ms
and contact edges between steel plates a�d shapes shall be cont2nuously welded �nd
ground smooth. Bedplate drain fittin�s shall be piped to the nearest sump or
designated drainage area shown on the Contxact Drawings.
1.14 BASE AND BEDPLATE GROUTING
A. After assembly and installation on the concrete base, each unit shall be le�elled using
a prec�sion ]evel and aligned in place, but not grouted until after the initial �itting and
a�ignment of connecdng piping. Each unit shall then be grouted to the concrete base.
Each base and bedpIate shall be completely fiIled with grout. The grout sha11 extend
to the edge of each base or bedplate and shall be beveled at 45 degrees all araund the
unit. Grout which is exposed at horizontaI surfaces shall be rounded to p�ovide
di•ainage to appropriate points. After grout has set, jacking screws shall be rernoved
and nuts c�n anchor bolts sha�l be dghtened, followed by an overall check on leveling
3181406 11 a0�-7
City of Fort VVoi�th GENERAL EQUIPMENT PROVISIONS
West Side IV Pro�ect — Pump Station
1.15
/1
and aIignment. Should equipment not meet tole��ances of leveling and alignment, as
recommended by the manufacturer, carrecti�e measures shalI be taken to obtain the
tolerances required.
JACKiNG SCREWS AND ANCHOR BOLTS
All equipment shall be anchored to supporting mernbei•s by bo�ts or other connections
to accommodate a11 opera#ing forces.
B. Anchar bolts for equipment and systerns lacated outdonrs sha]1 also be sized for wind
Ioads assuming a minimum basic wind speed of 100 mph.
C. 7acking serews sha�l be provided in the heavy equipment bases and bedplates and
where required elsewhere to aia in leveIing during installation.
D. Anchor bolt setting drawings, shall be delivered suffici�ntly early to pennit setting the
anchor bolts when the structural steel support frame is fabricated by others.
E. All anchor bolts and anchoring hardware shall be of Type 3a4 stainless steel un�ess
otherwise shown or otherwise specified.
1.16 SAFETY REOUIREMENTS
A. Belt or chain dri�es, fan blades, couplings, exposed shafts and ather moving ax
ratating parts shall be covered an aI1 sides by safety guards. Safety guards shall be
fabricated frorn 15 USS gauge or heavier galvanized or aluminum-clad sheet steel or
318-inch gal�anized expanded metal. Each guard shall be designed for easy
instal�ation and removal. Necessary supports and accessaries shall be provided for
each guard. Safety guards in outdoar locatians shalI be d�signed to prevent the
entrance of rain and dripping water. Drawings af safety guaras shail be submitted to
the ENGINEER for approval prior to fabrication or de]ivery in accordance with the
r�c�uirernents of Section Q1300, Submittals.
1.17 EOUIPMENT NAMEPLATES
A. Equipment narneplates sha21 be engraved or stamped on 316 sta�nless steel and
fasiened to the equiprnent in an accessib�e location with No. 4 ar larger oval he�d 316
stainless steel screws or drive pins. The narneplate shaIl include manufacturer's narne,
equipment model number, identification tag number, drive speed, gear ratio where
applicab7e, mcator horsepower, and rated capacity. Nameplates for pumps and blowers
shall also include rated tr�tal dynamic head and impeiler size where applicable.
318 ] OD6 21 �Q�-$
City of Fort Worth GENERAL EQUIPMENT PROVISTONS
West Side N Project -- Pump Station
,�
B. Identification Plates: The CONTRACTOR shall fui�ish and install identificatian
plates and shall mount on ar adjacent to each item of equipment and device to identiiy
its dtle. Instrumentation �dentification numbers shall conform to the requirements of
Division 13. Motor Control Centers, Switchboards and Distribution Panel Boards
shall inolude the con�espondir�g eguipment identificatian number in addition to the
requirement of Division 16. Nameplates shal] be approximately 1-inch by 3-inches
made from phenol�c material having a black exterior and vvhite center. I.etters shall
be engra�ed and st�all not be smaller than 3116-inch high. The CONTRACTOR shall
be responsil�le for cornpiling a list of a11 equigment titles and identification num�ers,
as ti�ey will appear on the identificatian plates. The CONTRACTOR shall submit the
list of tit]es along with a sample identification plate to the ENGINEER for review.
The plates shal� be supplied by a single Manufacturer. All plates shall be fastened
with 316 stainless steel pins or screws.
1.1 S WARNING SIGNS
A. The C�NTRACTOR shall fuj-nish and install perrnanent warning signs and shall
mount them at aIl mechanical equipment prior to startup, which may be started
automaticalIy or frorn remote locations. Signs shall be in accordance with OSHA
safety regulations and shall 1ae suitable for exterior use,
B. Warning signs shall be calored yellow and blaek, on not less than 18 gauge vitreous
ename�i�g stack with 316 SS ancharing hardware. Copy shall read:
CAUTION:
THI5 EQUIPMENT STARTS
AUTOMATICALT.Y
'.1
l .19 EI.ECTRICAL EOLTIPMENT
A. AlI electrica] equipment shall be capable of operating successfully at full-rated load,
without faiIure, with an arnbient outside air temperature of Q°F to 12Q°F and an
elevation of 900 feet {MSL).
B. AlI electrica� devices and equipment shalj ha�e ratings based on 75°C terminations.
i .20 HORSEPOWER RATIlVG
A, Motor harsepower ratings noted in individual equipment speci�catrons are estimates
only and it is the respnnsibility af the CONTRACTOR to furnish motars, motor
318I006
11 a00-9
City of Fort Worth GENERAL EQUIPMENT PROVISIONS
West Side IV Project — Pump Station
starters, Electric circuits, and other equipmerat of ample horsepower and capacity to
operate the equipment furnished without exceeding the nameplate full-]oad cun�ent at
i•ated nameplate voltage. FuII-load amps anformatian shall be furnished with
submittals on all motars. Th� CONTRACTOR shall be responsible foz' ail �nal
overcun•ent device and motor protection device sizes and settings which correspond to
the actuaI equipment pro�ided under this cantract and alsa where exi�ting equipment
is being re-powered.
1.21 PAINTING
A. Surfaees requiring painting ar coating far corrasion grotection shall be smooth, free
from sharp edges, burrs, and projections, and shall have aII welds ground smooth and
a1I edges and corners af structural members raunded. Non-conforrnance shall be
grounds far re�ection af equipment as deternuned by the ENGINEER,
B. All protective coatings shall be done in accordance with the approved painting
submittal submitted under Division 9. The CONT�ACT�R shall be required to
submit his proposed protective coating schemes for review prior to any other
equipment, piping, or hardware submittals that require protective coatings. Aftez'
review af the pratective coating submittals by the ENGlNEER to ind2cate no further
submitta�s are required, the CONTRACTOR shalI be required to furnish only the
approved protective coatings throughout the project.
C. Equipment shall be shflp pz�med in accordance with the appro�ed Section 09900,
Painting, submittal prior to deli�ery to the jobsite unless otherwise specified.
D. Surfaces of equipment which wi]l be inaccessib�e aftez assembly shall be painted or
otherwise protected before assembIy by a method which provides protection for the
life of tt�e equipment. CONTRACT�R shal� furnish new equipment to replace any
equipme�t which the ENGINEER deterrnines to be damaged beyond repair �y z-ust or
mishandling, etc., while in storage or during installation by the CONTRACTOR.
Narne plates shall not be painted.
E. Electric motors, dri�es, contral pane�s and other equipment that would be damaged by
sandblastang shall be cleaned by methods specified in Section �9900, Painting.
Following cleaning, the components shall be sho� painted with a primer, intermediate
and final coat per th� requixements of Section Q990Q, Painting. The C4NTRACTOR
shall certify, by letter from the equipment supplier included with the equipzxaent
submittal, and that the painting suhcontractor was consulted and confirmed that the
praposed pzimer, intermediate and finish coating described above is identical with th�
approved Section Q99aQ painting scheme. After deIivery ta the jobsite, the st�rfaces
3is�oo6 11000-1�
City of Fort Worth GENERAL EQLTIPMENT PROVISIQNS
West Side IV Project — Pump Station
shall be inspected and evaluated. The CONTRACTOR sha11 have the painting
subcontractor prepare and apply a touch-up coat of paint io the equipment in the field
if required and in accorc�ance wiih Section Q9900, Painting.
F. Machined, polished, and other fe���ous and non-ferrous surfaces r�vhich are not ko be
painted shall be coated wit� rust pr�ventative compound, Dearborn Chemical
"NO-Ox-Id," Hou�hton "R�st Veto 344," Rust-oleum "R9," or approved equal.
5hould rust occur duzing shipment andlor storage, the CONTRACTOR shall be
responsible for car�ection as determined by the ENGINEER.
�� G. Galuanized metaI surfaces are to be sol�ent cleaned of residual oils and primed with
an approved galvanized rnetal primer before shipment,
H. A�1 galvanizing, where called for in the Contract Documents, shall be hot dip process
conforming to ASTM A-123 and the appropriate American Hot Dip Galvanizers
Associatian, Inc. S�ecifications.
I. Copper, bronze, chromium plate, nickel, stainless steel, aluminum, monel metaI, lead,
lead coated copper, brass and pIastic are not to be painted or finished unZess called for
in other parts of this Contract Specification ar on the Contract Drawings or as
recommended by the manufacturer.
J. All metallic surfaces requiring a shop applied primer sha11 be primed with the
approved priming system that has been verified rwith the painting subcontractar as
being compatible with the coating systems proposed and shall be applied in
accordance with the recommendations of the paint man�factUrer. Submittals for
equipment supplied under this Section shall include the fallowing:
1. Coatir�g man�facturers "Cut-sheet" de�cribing components, surface preparation
requirements, recommended m�ill thieknesses, and app�ication procedures for the
proposed primer.
2. A letter from tl�e CONTRACT4R stating that the ec�uipment supplier has
concacted t}�e Painting su6contractor and confirmed that the proposed primers are
campatib3e and that the priznez- will be applied per the coating manufacturers
requirements shall be submitted with the equipment subrnittals in accordance
with the procedures specified in Section OI3d0, Submittals and Seciion 01340,
Shop Drawing Procedures. Tn addition, the Ietter shall certify that the appropriate
surface pr�parations will be made by the manufacturer prior to primer
application.
3. After delivery to the jab site, equipment su�aces shall be inspected and evaIuated
by the ENG]NEER. Toach-up or complete rernoval o� shop priming, by
sandblasting or other approved methad, may be requixed as determined hy the
3isioo6
11000-11
City of Fort Worth GENERAL EQITIPMENT PROVISIONS
West Side N Project — Pump Station
ENGINEER, based on the condition of the equipment primer prior to final, in
place, finish coat application.
4. Field touch-up, final surface preparatian, and final finish coatings shall be in
accordance with 5ection 09900, Painting.
1.22 DISSIMIT.AR METALS
A. Where aluminum surfaces came in contact with dissimilarmetals, aluminurnsurfaces
shall be kept fram direct contact with said metal by use of neogrene gasltets ar
washers, polyethylene self-adhesive tape {two wraps nf 20-rrail tage), or washers.
Galvanizing or paint shall nat be c�onsidered as adequate pratection, and the contact
surface 4f each surface shall receive the pratective coating specified in Division 9 for
that metal prior to installation of the gasket material.
1.23 MACIiINED FIBERGLASS
A. AIl machrned fiberglass edges shall be sealed to prevent wicking.
1.2� PROTECTION
A. Equipment shall be boxed, crated, or otherwzse completely enclosed and prot�cted
during shipment, handling, anc3 storage. Each container or piece of equipment shal�
be c�ear�y rnarked with the CONTRACTOR'S nam�, pro�ect name and location.
Equipment shall be stvred on raised supports protected from exposure to the elernents
and shall be kept thorougIaly dry at ali times. P�mps, motors, drives, electrical
equipment, and other equipment having anti-friction or sleeve bearings shall be stored
in weathertight storage facilities such as warehouses. Co�ering with visquine or
sirni�ar xnaterial will not be cansidered as a weathertight enclosure.
B. Painted surfaee� shalI be pratected against impact, abrasion, discoloration and ather
damage. Painted equipment surfaces which are damaged prior ta acceptance shall be
repainted in entirety.
C. Electrical equipment, controls, and insulation shall be protected against rnoisture or
water damage. Space heaters �arovided in the equipment shall be connected and
operating at all times until eguipment is placed in operatian.
3is� ao6 11000-12
City of Fort Worth
West Side IV Project — Pump Station
l .2S ELECTRIC MOTORS
GENERAL EQLTTPMENT PROVISIONS
A. Motors less than 250 horsepower shall be 4601230 volt, 3 phase, 60 hertz, TEFC
unless otherwise specified or otherwise indicated zn the Contract Documents. Mators
250 t�orsepower and greater shaIl be 4160 volt, 3 phase, 6Q hertz, TEFC, unless
ot4�erwise specified or otherwise indicated in the Conti•act Documents. Motor speed
shall be as speciiied in the detailed equipment speeifications ar as shown on the
Contract Drawings. Motors furnished with equipment shall compIy with this general
specification unless otherwise spec�fied or otherwise shown on the Cantract
Drawings. Specia] requirements for variable frequency drive and solid-state reduced
voltage starter driven motors are described under 1.26.Y.
B. Motors shall be designed and ap�lied in campliance with NEMA, ANSI, USDA,
TEEE, ASA CSO, and AFBMA standards and the NEC for the specific duty irnposed
by the driven eguipment. All xnotors 1S hp and greater shall be NEMA Code G or
lower.
C. All rnotors shall be of the motor manufacturer's Premium Energy Efficient design,
different from rnanufacturer's standard produet, through the use of premium materials,
design and improved �nanufacturing process that reduces mator losses approximately
40% from standard efficient designs.
D. Motor efficiency s1�a11 be detern�.ined in accordance with NEMA Standard
MG1-12.54.1 and fall load efficiency Iabeled on motor nameplate in accordance with
NEMA Standard MG1-12.54.2 or MG1-10.40.1.
E. The minimurri full load efficiency for each mator furnsshed lay the CONTRACT�R
shaIl be not 7ess than the minimum value associated with the nominal effieiency as
shown in Table 12-6C af NEMA Standa�-d MGI-12.54�.2, or as shown in the
following fable, vvhichever is highex:
G. The machine noise af the motors shall not exceed the following sound power levels
when measured in accort3ance with IEEE Standard $5:
Overal� Sound Power Level, Decibels, A-Wei�hted
Horsepowez'
1/2 - 2
3-5
7-1/2 - 10
15 - 20
I800 RPM
�a
74
77
81
12U0 RPM
67
71
7�
78
3isaaa6 11Q00�13
City of Fort Worth GENERAL EQUIPMENT PROVISIDNS
West Side N Pa-oject — Pump Statian
Overall Sound Power Level, Decibels, A-Weighted
Horsepower 180Q RPM 1200 RPM
25-30
aa - so
60 ` 75
104 - 150
SS
89
90
90
;r
.-
:.
.
H. All anators sha11 successfuIly operate under power supply variations per NEMA
MG 1-14.30.
I, Al1 motars shall be NEMA Design B with torque and st�-ting currents in accordanc�
with NEMA MG1-12.35 and 12.37 except zn special applications requiring higher
starting torques where NEMA Design C is perinitted.
J. AI1 mators shall have a 1.15 �ervice factor. Polyphase integral horsepower motors
shall be sized so that, under maximum load conditions imposed by the driven
equzpment, for the conditions specified, ihe motor nameplate rated horsepower and
temperature rise will not be exceeded. Motors wath a s�rvice factor of 1.15 �hall be
selected for operation within their full load rating without app�ying the service factor.
K. Each motor shall be of the speed and horsepower specified or required to properZy
operate the driven equipment, torque characteristres as r�quired by the drive load and
suitable far direct coupling ar V-belt drive as shown on the Contract Drawings and
specified herein. AI1 motors af 75 hp or greater shall be designed to accelerate the
c�riven equipment with reduced �altage starting unless otherwise specified or
otherwise shown an the Contract Drawings. Howe�er, all n�otors shall be constructed
for full �oltage starting.
L. Frames shall be of corrosion-��esistant cast iron with integrally cast feet or bases. End
bells, canduit box and cover and �ases shaIl be cast iron, with precision machined
b�aring fits, ASTM Type A-48, Class 25 ox- better. Automatic 316 SS breather drains
sha11 be pro�ided in the Iowest part of front and back ar bottom brackets to allaw
drainage of condensataan oz� TEFC and explosion proaf motors.
M. Each stator core assembly shall con�ist of siacked laminations made frorn special�y
selected electrical sheet silicon steel.
N. For rzaotors not a�perated hy a �ariable frequency drive or a solid-state reduced vo]tage
starter, insulation materials shall be non-hygroscopic and meet or �xceed Class F
definition, utilizing materi�ls and insulation systems evaluated in accordance with
IEEE 1I7 classification tests. Matnr temperature r�ting shall not exceed CIass B
3iaioo� 11000-1�
City of Fort Woi�h GENERAL EQUIPMENT PROVIS]ONS
West Side IV Project — Pump Statian
temperature ]imits as measured by resistance method when the motor is aperated ai
ful] loac� at 1.0 servace factor continuously in a maxirnum ambient temperature of
� 40°C. Windings sHall be capper.
0. Roror ca3ges shali be die cast aluminum or fabricated copper. Shafts shall be made
fzom carbon steel.
�� P. Rotors on frames 213T and aba�e shall be keyed shrunk or welded to shaft and
,�
rotating as�serribly dynamical�y balanced to NEMA ]imits per MG1-12A6. Balance
'" � weights, if required, sha�ll be secured to the rotor resistance ring or fan blades by
� rivets. Machine screws and nuts are p��ohibited. The entire ratating assemhlybetween
bearing inner caps shall be coated with a corros'ran-resistant epoxy.
Q. Bearings sha11 be ba11, open, single raw, deep groove, Conrad type, and shall l�ave a
Class 3 internal fit conforming to AFBMA Standard 2d. For beZted duty applications,
drive end bearing rnay be cylindrical roller type. Bearings shalI be select�d to provide
B 10 {L-10} rated life of 17,500 hours minimum for belted appiications,100,Q00 haurs
zninimurn for flexible direct coupled applications. Calculations shall be based on
external loads using NEMA bejted ap�aIications limits per MG1-14.41 and typical
sheave weights and internal loads defined by the manufacturer including magnetic
pull and rotating assemb]y werght.
R. Be�-ing temperature rise at rated load shall not exceed 60°C. Motors less than 100 hp
shall be provided with one nozmally closed temperature switch in each phas� of the
motor windings. Gontacts shall open on rising temperature and automatically close
when motor winding temperature drops to a safe operating value. Contacts shall be
rated 2A, 250V AC. Bearing AFBMA identificatior� number shall be stamped on
motor narneplate. All mntors shall be provided with 120VAC spac� heaters which
shall operate when the motor is nat running. Leads for temperature switches, RTDs,
and space heaters shall be braught out to a separate terrninal box far conduit
cannection.
S. Motor lubrication system shall consist af a sealed bearing or a grease inlet on motor
bracket with capped grease fitting on inlet, grease relief plug 180° irom inlet, grease
reservoir in bracket and grease reservoir in cast inner cap. Matar shall be greased by
manufacturer with a prernium moisture resistant polyuria thrckened grease containing
�-ust inhabitoxs and suitable for operation over temperatures from -25°C ta 12Q°C.
Vertical motors lubrication system shall be �anufacturer's standard oil ar g,�rease.
T. External conduit boxes on motors shall be minamum one size 1arg�r than NEMA
standards un�ess number and �ize of conduits shown on the Contraet Drawings
3181046 11 dn�-1 �
City of Fort Worth GENERAL EQUIPMENT PR�VISIONS
West Side N Project —�'ump St�tion
requires a larger box. CONTRACTOR is cautianed to review Contract Drawings.
The cat�duit boxes shall be diagonaIly split, and rotatable in 90 degree steps. A gasket
shall be furnishec3 between the conduit box and frame. Motor leads shall be stranded
copper wire, C1ass F nr H insulated, non-wicicing, with permanent identifications
spaced 1-1/2" maximum. Clamp type g�rounding terminals shall be provided in th�
conduit boxes.
U. All bolt and cap screws shall be of high strength, SAE Grad� 5 zinc-pIated and
chrornatic steel. Screwdriver slat fasteners are unacceptable.
V. Al] motor parts including frame, brackets, fan cover and terminal box shal] be painted
per Sectian 0990Q, Painting, far the particular location and service conditions. Motor
assembly shall successfully withstand salt spray tests f�r corrosion per ASTM B-117
for 96 haurs.
W. Nameplates shall be 316 stainless stee] with embpssed oar pre-pzinted lettering, and
fastened to the motor frame with 316 SS pins. NamepIate� sha�I have stamped an
thern the motar manufacturer's name, design �oltage; number of hertz and phase;
horsepower rating; amperage, and temperature rise at ra�ing laad, full load speed,
NEMA code letter, ser�ice factor, model number, AFBMA bearing number, serial
numbe:r, and maintenance manual nuanber per NEMA MG1-10.�0.1. A separate
nameplate shall provide lubnication instructions and connection diagram for dual
�oltage motors.
1.26 CONTROL CABINETS AND PANELS AND JUNCTTON BOXES
A. All cantrol cabinets and panels and junction boxes ]ocated outdoors, indoors be�ow
grade, or in corrosive enviranrnents shall be rated NEMA 4X. Material shal] be 316
stain.less steei, with 16 stainless steel hardware unless otherwise specified or
otherwise nated an the Contract Drawings. Units Iocated in hazardous areas shall be
NEMA 7. Control pane�s and cabinets shal] be in accordance with Section 13650,
Control Panels and Enclosures.
1.27 EOUTPMENT AND TANK FaQTINGS AND ANCHORING
A. UnIess otherwise specified or noted on the Contract Drawings, all equipment
including tanks shall be provided with a reinforced conerete pad consisting of a
minimum eight (8) inch thick slab extending a minimum of one (1) foot beyond the
limits of the equipment or tank foat print and shal] be provaded with a minimum of #4
re-bars at $ inches on cente�s each way and 31G stainless steel anchar bol�s as required
to accommodate the equipment or tank. V4rhere supported on grade, the area under the
3�s�oo6 11000-16
City of Fort Warth GENERAL EQiTIPMENT PROVISIONS
West Side TV Project — Pump 5tation
pad shall be graded and compacted per Seetion 02220, Excavation and Backfill, prior
to placement of tt�e pad. Pac�s shall not be placed on top of aspha]t paving. All
asphalt in the pad area includin� any additiona] area required for formwork shall be
saw cut and remaWed to grade. The area under the pad shall be graded and compacted
as required per Section 02220, Excavatian and Backfill, prior to placement of the pad.
Fol�owing remo�aI of the forms pavement shall be provided around the pad area per
Section 02751, Concrete Paving, of the Contract Specificatians. Where pads are
required on top of existing eonerete slabs, the surface
of the existing slab shalS be roughened and rein%rcing steel shall be doweled into the
existing slab grior to farming and placement of the equipment or tank �ad.
1.28 SCHEMATIC D�AGRAMS AND BLOCK DIAGRAMS
A. Schematic diagrams and Block diagrams are provided for t1�e C�NTRACTOR'S
gt�idance in fulfilling the operational requirements of tI�e Contract Docurnents. �
B. It shall be the C�NTRACTDR'S responsibility to meet all safety and electrical codes,
and to pravide all equipment, appurtenances and specialty items required ta provide
for complete and operahle systems.
C. Re�iew of contrn] schematics andloz' wiring diagrams submitted by the
CONTRACTOR shall nat relieve the CONTRACTOR of his contractual
respansibality to pro�ide complete and successfully operating systems.
1.29 MANCIFACTURER L�G�S
A. Manufacturer lagos an all fiberglass and steel tanks shall be compatibl� and blend
with the co�or of the tank. All lagos for tanks shall be submitted for approval in
accordance with the procedures specified in Section 013Q0, Submittals and Sectian
0134Q, Shop Drawing Procedures.
1.30 MAIVUFACTURERS AND SUPPLIERS FIELD AND TEST DATA
A. Provide an experienced, competent, and autharized representati�ve of the manufacturer
or supp�ier of each item of equipmen� as required in ti�e Contract Documents to visit
t�e site of the Work and inspect, check, and approve the equipment installation. In
each case, the equipment supplier's representative shall be present when the
equipment is glaced in operation. The equipment supplier's representadve shall
revisit the job site as often as necessary �ntil all trou3�le is eprrected and the
equipment instal�atiQn and operation is satisfactory to the ENGINEER.
3iaroa6 11000-1.7
City of Fort Worth GENERAL EQCTIPMENT PRQ�ISIONS
West Side IV Project — Pump Statian
B. Provic�e six (6} copies of all test and feld data collected by the manufactur-
ers/suppliers of equipment during installation supervision and start-up services to the
O�VNER �uithin faurteen (I4) caIendar days after the start-up services are complete.
The test and field aata shall be submitted whether specified or nat in the detaiJed
equipment specifications and shall include but not be limited ta tI�e motor amperag�
readings to verify drives are properly sized, tolerance and alignment rzaeasurements
where applicable to verify equiprnent has been satisfactoriIy instaIled, and ali other
infarmation collected by the manufacturers/suppliers ta satisfy themselves that
equipment has been properly installed. The C�ONTRACTOR shal� submit to the
ENGINEER, a certification an the manufacturer's letterhead stating that the equipment
(I) has been propea-]y installed and lubricated, {2) is in accurate alignment, (3) is free
frarn any undue stress irnposed by connecting piping or anchar bolts, and {4) has been
opei•ated undea- full load conditions and it operated satisfactorily. In cases where the
manufacturer/suppliers feel equipment is nnt properly installed, he shall include with
this submittal a punch list detailing the prablems noted, The information required
under this Section shall b� fu�-nished for all equipment and de�ice� requiring
installation and start-up services as specifi�d in the Contract Documents incl�ding the
detailed mechanical, e�ectri.cal and instrumentation specifications and shall be a
conditian for �nal aceeptance.
C. All this work shall be at the CONTRACTOR'S expense. The CONTRACTOR shall
pex�azm alI Work required to install and place into operation the equipment in
accordance with the manufacturer's recommendations.
1.31 FACT4RY TEST AND CERTIFICATTON
A. A�l equipment, devices, and systems requiring faetary tests and certifications as
specified in t3�e Contract Documents shall be tested and certified at the CONTRAC-
TOR's expense and rz�ay be witnessed by the OWNER or the ENGIlVEER at the
CONTRACTOR'S expen.se.
S. The CONTRACTOR shall not schedule factory testing until the CONTRACTOR has
received an approved submittal from the ENGINEER in accordance v�+ith Section
a13Q0, Submittals.
C. The CONTRAGTOR shall natify the OWNER and the ENGINEER vza the
ENGINEER, in writizag, at least twenty one (21) calendar days prior to te�ting, unless
othervvise specified, and shall submit, with the written notification, a testing plar�.
Slight cl�anges in the schedule of testing to accommodate the schedules of the
OWNER, and the ENG]NEER, and their staff will not be considered to constitute a
change in the CONTRACTOR's cost or schedule.
3� s1 ao6 1100Q- ] 8
City of Fart Woi�th GENERAL EQL]IPMENT PROVISIONS
West Side N Project — Pump Station
D. T�e w�•itten notifications shall specify the exaet time and date of the testing, the
]ocatron where the tests will be conducted, and shall define the test procedures to be
• utilizeci. T�sting shall be perfoi-�ned dui�ng n�rmal business haurs and shall be
� subject ro review by the OWNER, and the ENGINEER, as specified herein.
E. CONTRACTOR shall notify the ENGINEER in writing at least thre� (3) weeks
hefore expected initiation nf tests in order to coordinate the travel arrangements.
Factory tests shall not confliet with one another, including those in Division ll.,
Division 15 and Division lf. Factory testing of all Instrumentation ar�d Control
System panels, cansoles, encjosures, RTU Panels wilI be wifiessed by the OWNER
andlor the ENGINEER. The CONTRACTOR shall be responsible for the easts of
]odging, meals, and tra�el for four (4} QWNER/ENGINEER personnel �or each
factory test. The presence of OWNERIENGINEER during testing daes not relie�e
the CONTRACTOR fram conforming to the requirements of the Cantract
Documents and shall in no way irnpIy acceptance of the equipment. If retests are
a-equii•ed, the CONTRACT�R shal] be responsible for the cost of lodging, meals, and
travel for four (4) OWNETt/ENGIlVEER personnel to witness the retest. All travel
schedules shail be during normal business hours. "Red-eye" travel times will not be
acceptable.
F. Within 7 days of receiving the written notification of the schedule for factory testing,
. the ENGINEER shall provide tk�e CONTRACTOR written notification of the
representatives who will attenc� the witness tests. If no representati�es of the
OWNER, or the ENGINEER attend, the C�NTRACTOR shal� be notiiied in writing.
Notification shall not relieve the CONTRACTOR af his obligation to conduct the
specified testing and submit test reports.
G. Where the Contract Documents specify several wimess tests for a particular unit, all
tests si�all be performed by the C�NTRACTOR during a single witness testing
session.
H. If the test results indicate that any unit does not conform to the speeified ancUor
guaranteed performance, the unit shall be modified and retested at no additiona] cost
to 4WNER until full cnmpliance with speciiied and guaranteed performance can be
demonstrated.
I. The OWNER, and the ENGINEER, shall be permitted to witness the retests and shall
be given 7 days' notice oiintent of the CONTRACTOR to retest. All costs including
labor, trans�ortation ar�d lodging for the OWNER, and the ENG]NEER, and other
required witnesses to witness retests shall be borne Uy the CONTRACTOR.
sig�oo6 1100a-19
City of Fort Worth GENERAL EQUIPMENT PROVISIONS
West Side IV Project — Pump Station
J. Factary testing shall not be scheduled andlor canducted by the CONTRACTOR
dt�ring Thanksgiving v�eek and the period between December 20, 2001 to �anuary 3,
2Q02 and Decem�er 20, 2002 to 7anuary 2, 2003.
I.32 MATERIALS AND EOUIPMENT STORED ON SITE
Protection and maintenance of materials and equipment stored on the jobsite shall be t3�e sole
responsibility of the CONTRACTOR. The CQNTRACTOR shall protect and exercise aIl
stored materials and equipment in strict accordance with the Manufacturer's recommenda-
tions and as instruct�d by the ENGINEER. Any Ioss, or damage to stored matenials or
equipmem shall be the responsihility of the CONTRACTOR. The CONTRACTOR shall
i•eplace missing ar damaged materials or equipment at the CONTRACTOR'S expense.
I.33 AIR RELEASE VALVES
The CONTRACTOR shall f�rnish and anstall air reIease valves on the discharge header from
each pumping system when and where the aischarge header or pipeline changes from a
horizontal {zero slope) or positi�e slope to a negative slope. Unless specified otherwise or
shown otherwise on the Contract Drawings the air reIease vaIve shall be an� Apco Mode] 200
or equa] for water lines, and an Apc� Model 400 or equal for sewage, sludge and scum lines.
Each valve shall be installed with an isolation valve of the saze and type shQwn, or specified.
1.34 STARTi7P AND O&M SERVICES
CONTRACTOR shaJl provide a qualified manufacturer's representative for each piece of
equipment specified in the Contract Dacuments for a minimum of one 8-hour day far
equiprnent check-out and start-up and a minimurn of one $-hour day to instruct OWNER
Operation and Maintenance personnel in the operation and maintenance of the equipmen�
furnished unless otherwise specified. Check-out and start-up may in�olve separate trips.
Additianal start-up and O&M servrces beyond the minirnum specified ahove shall be
pravided when and as specified elsewhere. Equipment check-out and start-up shall be
c�ordinated by Manufacturer and CONTRACT��. Training shall consist of both classroom
and field training. A Lesson Plan used far training shal] be subxnitted for review by the
ENGINEER at least thirty (30) days prior to the schaduled start of training in accordance
with the �•equirements of Section 01731, Instructian of Operataons and Maintenance
Personnel. Aii costs for manufacturer startup and O&M services shall be included in
CONTRACTOR'S Bid.
318100.6 11 d��-20
I
City of Fart Worth
West Side IV Project — Pump Station
PART 2 PRODLICTS - NOT USED
PART 3 EXECUTIOIv � NOT USED
GENERAL EQUIPMENT PROVISIONS
-� + END OF SECTION + +
3I81006
1 iooa-21
Ci#y of Fort Wo�-th NOISE REQU]R�MENTS AND CONTROL
���est Side ]V Project-Pump Station
SECT]ON 11030
NOISE REQUIREMENTS AND CONTROL
PART ] - GENERAL
l.l SCOPE OF W�RK
. A. This Sertion sperifies maaimUm ��ern7issible noise ]eve]s and test proce.dures for
� I �neasuren�ent of aia-borne sc�und fro�� each of the new horizontal split-ease
�entrifugal �u�nping units to be installed at the City of Fort tiVorth West Side IV
. , Pur�p Station.
].2 RELATED SECTIQNS
A. Section l 1312, Hoj-izonial S�lit-Case Centrifiagal Pumps.
B. Section 1 I317, Pumpirag Unit Testing.
] .3 REFERENCE STANDARDS
A. Hydraulic Institule Standards, l 983 ar Iatest edrtion, for measw-ement of airborne
sound from pu�r�ping equipment.
B. IEEE Standard 85 Test Px-acedure for Motor Noise Level Measurement.
J.4 NOISE LEVEL AND MEASUREMENT
A. Maxi�num Noise Level: The maxirnum noise ]evel af each assembled pumping unit
sha11 not exceed 90 dBA at a distance of three (3} feet fi-om the nearest surface of th�
machine. Measui•einen#s shal] be n�ade on each coi�iplete unit whieh includes the
pump, rnotor, and coupling.
B. Method ofMeasurement: Maxi»zUm p�i7nissible noise (sound pressure) ]evels are in
dEcibels as read on the "A" weighing network of a standard sound level meter
(dBA); al] �r�easurements are made in relation #o a reference pressure of O.Q002
�nicrobar. Measuj-ements of emitted noise ]evels shall be made on a sound level
�neter meetin� at least the Type II requirem�nts as set forth in the latest revision of
ANSI S 1.4 Specification fai- Gene��al Purpose Sound Leve1 Meters. The sound level
meter shall be set on the "A" scale and to slow response.
��
318f00b 1 ����'�
City ofFor� Wortka I�OISE REQUIRLMENTS �-1ND CONTROL
1��e�t Side ]V Praject-Pu���p Station
C. Mea�urcn�c»i Pni�it: Tl�e ��c�i»t of�mer�st>>�en�eY�t of ��u��d level shall be made at the
s}�ecified c�ictance fi-om �»y surface alon� the e►�tire pet-irneter and at mid-height of
the picce af e.qui�����cnt, or at il}e s��ccifed di�t�nce fi-om an o�iter surface
cnco�i�passi�lg the ��und source, i�lcluding inlets ar outlets,
PART 2-- PR4DUGTS — Nat Used
PART 3 - EXECUTIQN
3.1
FACTORY TESTS
A. T�stir��: The pump manuf�ettn�er �hal] fu�-nish for eaeh pump and job motor unit,
�rior to ���i��»�ent of the uniis to the job site, a ccrtified factoiy noise test report nn
the actual �C1Ui��171e11i f0 �]e fur-nished. I�Toise te�ti�i� analysis shall be maae to
deiern�ine the re�ulting nqise ]e�lr-]s fot- tl�e equi��rnenT «�hen operating under design
co»ditio�is, and to determine wl�etlle�• or not thc �ioise exceeds the specified level.
S�imd tests si��]] be i•e.coi-cled at opei-atin� pc�i��ts oLavlined in Section 1 I 317.2.3,B in
acc,a�•dance �a�ith the pump testing requii-e�nents.
3.2
FAILURE `TO MEET REOUIREMENTS
A. �xcess?�7oise Ler�el: I» the event tl}at tl�e noise tests show levels in excess ofthe
allo��able limiis, a�pro�7-i�te noise redi�ctio�l mcasures sllall be undes�aken to reauce
the noise l���els. AlI noise r�c�uctian i��casu�-es shaIl be at the Supplier's expense,
a�ld sha]I be ag��x-oued by the OWNER prior to insta]]ation.
B. Garrecti�e Methods: Methads to be e�nployed may be in the fonn of a�coustical
eq�aip�nent n�ountings oy acoustica] insulation on the equipment, Materials installed
for acoufitic �nenuation shal] he suitable for hose w�sh down. Rated capacities,
aperation and no�-mal rnai�itenance }�rocedw-es of ihe �quiprnent shall not be
affeeted by the noise reduction mea�ures. Praviding ear protectors to mitigate
excessive noise is not acceptable.
+ -+ END OF SECTION + +
�� a� oob l 1030-2
City of Fort Worth HORIZONTAL SPLIT-CASE
West Side N Project-Puinp Station CENTRIFUGAL PUMPS
SECTI�N 11312
HORjZUNTAL SPLZT-CASE CENTRIFUGAL PUMPS
PART 1 - GENERAL
l.l SGOPE OF WORK
A. Fuanish all labor, materials, equipment and incidentals requized to compl�tely install,
put in operation and field test the horszantaliy mounted, axiai split-case, single stage,
dot�ble suction, double volute, centrifugal pumps and motors as speciiied herein and
shown on the Drawings.
B. The units sl�all be furnished with aIl necessary accessory equiprr�ent and auxiliaries
whether specifieally mentioned in these specifications or not, and as required for an
installation sncorporating the highest standards for the type of service, including field
testing and instruction of the regular opezating persoz�nel in the care, operation, and
maintenance of all equipment.
C. Coordinatian: The CONTRACTOR shall have sole and total responsibility for the
satisfactaxy installation and operation af eaeh entzre system including driven
equipment, motors, and controls as specified by the Contract Documents. The
CONTR.ACTOR shall be responsible for fulfilling requi�-ements autlined in Section
11000, General Equipment Provisions.
1.2 RELATED SECTIONS
A. Division 3, Cc�ncrete.
B. Division 5, Metals.
C. Section 09900, Painting.
D. Section 11000, General Equipm�nt Provisions.
E. Section 11030, Noise Requirements and Control.
F. Section 11317, Purnping Unit Testing.
G. Di�ision 13, 5pecial Canstruction.
H. Division 16, Electrical.
3isiao6 11312-1
City of Fnrt Worth
West Side IV Project-Pump Sta#ion
1.3 SUBMITTALS
HORIZ�NTAL SPLIT-CASE
CENTRIFUGAL PUMPS
A, Subinit, in accordance with Section 01300, SubTnittals and Section 0134Q, Shop
Drawings, eatalog sheets showing pump characteristics and dimensions and the
following iterns:
1. Cei�t��ed c3imensionat drawings of each atezn of equipnra�ent and auxiliary
apparatus to be fizrnished.
2. Ce�-tified pump support and anchor bolt plans and details.
3. Certi�ed analysis of irnpeller compositions.
4. 5chematic �lectrical wiring diagrarra and other data as required far complete
pump installation.
5. Literatuze az�d drawings describing the equipment in sufficient detail, including
parts list and materials ot' constrnction, to indicate full conformance with
specifications.
6. Drawings of bearing temperature sensing c�evices illustrating Iocations and
rnounting details.
B. Design Data;
1. Sul�mit manufacturer's certified zating curves sk�awing pua�xxp characterastics of
discharge, bead, capacity, brak� horsepower, efficiency, and guaranteed net
positive suction head required (NPSHR). This information shall be prepared
specifically fnr the pump pxaposed. Catalog sheets showing a family of curves
will no� be acceptable.
2. Submit hydraulic thrust calculations.
3. Submit shaft design calculations.
4. Submit dry weight of pump, motor, and base plate, and weight of entire
pumping unit.
C. Test Reports:
1. Subznit certified test report� as specified in Section 11317, Pumping Unit
Testing.
2. S�bmit certified motor test data as specified in Division 1G.
D. Submi# manufacturer's installatian instzuctions.
E. Submit qualifieations of service engineer.
F. Submit a manufacturer's field repo�t, includin.g #he follawing:
1. Report af installation, inspection, t�sting, and obsez�vat�ons for each pumping
unit.
2. Letters of certification as specified in Section 11000, General Equipment
Provisions.
3isiao6 1 �312- 2
City of Fort Worth
West Side IV Project-Pump Station
G.
1.�
HDRIZONTAL SPLTT-CASE
CENTRIFUGAL PUMFS
Submit operation and maintenance data in accordance with Section 01730, Operation
and Maintenance Data.
REFERENCE STANDARDS
A. Design, manufacture, and assenably of elements of the equipment herein specified
sha1Z be in accardance with, but not limited to, published standards of the folIowing,
" � as applicable:
��� 1. Ainerican Gear Manufacfurer's Association (AGMA}
2. American Institute af Steel Construction {AISC)
3.
4.
5.
6.
7.
American Iron and �teel Ins�itute (AISn
American 5ociety of Mechanical Engineers (ASME)
Arnerican National Standaxds Institute (ANSI}
Americaz� Society for Testing Materials {ASTM)
Amezican Welding Socie#y (AWS)
Anti-Friction Bearing Manufacturer's Associati�n {.AFBMA)
Hyc�raulic .Lnstitute Standards (current edition)
InstitUte of Electrical and Electronics Engineers (TEEE}
National Electric Code (NEC}
National Etectrieal Manufacturer's Association (NEMA)
Occupational Safety and Health Administration {OSHA)
Steel Structures Painting Council (SSPC)
Underwriters' Laboratories, Inc. (LTL}
9.
10.
11.
12.
13.
14.
15.
1. S QUALITY A S SUR.ANCE
A. The eqnipment eovered by these specifications is intended to be standard pumping
equipment of proven ability as rnanufacturec� by reputable concerns having extensive
experience in the production of such equipment. Units specified h�r�in shall be
furnished by a single manufacturer. The equipment furnished shall be designed and
const�-ucted in accorc�ance with che best practice and methads, and shall operate
satisfactorily when installed as shown on the Dxawings.
B. The pump manufacturer shall be fully responsible for tl�e design, arrangemen#, and
operation of all co�nected rntating camponents, inclvding soleplaies, if any, of th�
assembled pumping unit rnounted on a fabx-icated steel baseplate ta ensure that
neiiher harmful not damagin� vibrations occur at any speed witkain the specified
operating range.
C. The pump units sha�l alI be supplied by one manufacturer, and shall be complete,
including pump, inotor, RTDs, and terminai boxes. The pump manufacturer shall be
responsible for the furnishing and perforinance of the complete pumping units.
3isioo6 11312- 3
City of Fort Warth
West Side N 1'roject-Pump Station
HdR]ZQNTAL SPL1T-CASE
CENTRIFUGAL PUMPS
D. The pump manufacturer shall have furnished pumping units in the United Siates
which are siznilar in design, type, and ser�ice, and compai•able in size, head, and
capacity to those specified to be furnislled. Such comparable pumping units shall
have been in successful operation for a period of not less than five years.
E. Both the pump and motoz manufacturers shall currently have maintenance and repair
facilities establish�d and in operation in t�ae Uniteci States for a period of not less
than five years. Such facilities shall b� fi�lly equipped and staffed with qualified
persc�nne] for making repairs to damaged pumps and motors, and shall carry or have
direct aceess to a fu�l line of normal maintenance spare parts.
F. Vibzation:
1. The purnp rnanufacturer shalI review the �pecifications and drawings including
2.
�
piping, pipe supports, harnessing arrangernents, and foundations to familiarize
hizx�seli with field conditions. This shaIl be done to ensure that the pumps are
designed to conform to the specified vibration limits. Vibrations in excess of
specified limits shall not be acceptable.
Acceptable field vihration limits are as follows:
Frequency Maximurn AI1�wable Arraplitude
of Vibration of Vibration in Any Plane
Cyc�es/min. (mils peak-ta-peak}
100 3.04
804 3.00
1200 3.00
isoo �.oa
��oo 0.20
2500 0.15
3 600 0.11
Allovvable vibration velocity = 0.14 in/sec
G.
These timits have been establis�ed for peak-to-peak vibration displacem�ni
reading in mils for the vibration occurring at the frequency equal to operating
speed of the machine, taken unc�e:r Rated Design Foint condition on the
machine's bearing housing in the radial and axial directians, with structure a�xd
piping vibrations filtered.
Vibrations at other zotatzng speeds shall not exceed 1.54 times the Design �oint
condition speed.
K�
4.
Services of Manufacturer's Representative:
1. Provide sezvices of pump manufacturer's factory service engineer specifically
trained in the instaIlation, operatian, maintenance of pumping units as specified
lierein and in Section 01731, u-istruction af Qperatians and Maintenance
3zaioa� 11312-4
City of Fort Worth HORIZONTAL SPLIT-CASE
West Side N Praject-Pump Station CENTRIFUGAL PUMPS
Personnel. The seavices of the manufacturer's representative shall be made
available during the installa#ion period for assistance to the CONTRACTOR for
adjusting and checking equipment.
2. Man-Ilour requi�-ements tabuIated below are exclusi�e of travel time and cio not
relieve the Supplier of obligation to provide sufficient servic� to place
equipment in satisfactory operation.
3. Th� factory z�epresentative s��all be pravided for trips and duratians as shown
below.
Services Provided by Factory Minimum
Representative Na. Trips�
� �, .�
1. Supervise Unloading 1
2. Supervise Setting of Pump Basesl
' 3. 5upezvise Installation of Pumps and
, � Check Pump Leve]ing and
PreAlignment2
4. Inspect Final Pump Alignment3
S. Supervise Sfartup and Initial Run to
Demonstrate S�ccessful Operation
{. Instruct ENG]NEER and
OVVNER' S Repzesentatives in Proper
, �. Startup and O&M4
1
1
1
1
1
Minimum Time
On 5ite Per Trip
(Hours)
� ,
4
$
$
4
�
8
� Rcpresentative shafl he prescat at frequent enough intervals to ensure proper installatian, testing, and initia!
aperxtian nf the equipment,
x Before grauting and piping connection.
3 After grouting and piping connection. The manufacturer's representaiive shall provide to the ENGIIVEER a
written ceriification that each pump has been instailed in accordance with the manufacturer's recommendatians.
4 Tnstruction may &e given ��pon completion vf item 5, provided that the field testing is successful and the O&M
manuals have been submitted to and accepted by ihe ENGINE�R.
4. In the event the services of the rrianufacturer's representative az'e needed and
requested by the C�NTRACTOR for periods longer than indicated in these
Contract Documents, payment for such ser�ices shall be made by the
CONTRACTOR. No payment shall be due for time spent by the representative
due to faulty design or �'abrication of the equipment.
1_$ SYSTEM DESCRIPTION
A. The pumping units shall be designed for installatian at th� City of Fort Worth West
Side N Pump Station as shown on the Drawings and specified herein.
siaiao6 11312-5
City of Fort Worth
West Side N Project-Pump Station
HORIZONTAL SPLIT-CASE
CENTRIF'UGAL PiJMPS
B. The pumping units sha�l be designed far puinping treated water (35°F to 90°F) under
the conditians of service shown in Table 1. Pump P1 shall be installed so that the
future seruice conditions s�3own in Table 1 for pump Pl c�n be achie�ed by
increasing the pump's impe]Ier size. In additian, the rnotor provided for pump P1
shaIl be suitable for operating under the future conditions (i.e. install motor now at
horsepower to handle futur� condition).
C. Structural, mechanical and electrical changes that are necessitated because the
CONTRACTOR se�ects equiprnent with dirnensianal, power or mechanical
dii�erences fram that shown on the Drawings shall he made by the CONTR.ACTOR
at na additional cost to the OWNER. AlI casts associated with the revisions
including engineering easts sha11 also be borne by th� CONTRACTOR.
Tal�le 1: Conditions of Service for Pumps P1, P�, and P3
I . Pnttii�� Ue�i��Ar:;�n
z. �r4�•. •r�rra
�� ��.'SI:!':'A�} .. �� {F111�:IC@�
�lectric Motor Electric Motor
Constant Speed Constant Speed
P� I' 3
Electric Motor �lectric Motor
Canstant S#�eed Constant Speed
�, �'rak ilesi�� i�oit�t —
a. Capacity (gpm) � 695 ---1340 2085
b. Total Dynamic Head (ft) 120 140 140
c. Minimum Efficiency (%} 65 70 73
d. NPSH Available (ft)l 30 30 30
4. 4��: �n�:�[ �'oinl F•ur ['untz��uuus f?�prul��r� +�; E,+�:a�xit C�avitat,'frn
a. Capacity {gpm) 243Q +� 15°/a 2780 ±] 5% 4500 {- ] 0%
b. 7'ota] Dynamic Head {ft} � 6g < 75 <_ SO
c. Minimum Efficiency (%) 65 65 i3
d. NPBH Available 40 40 40
�. A3rera�e iL���+ C'o�iditio:i 7esi�n Po�r�t _
a. Capacify (gpm) 1390 2085 3475
b. Tota! Dynamic Head (fi) l OS ] 15 115
c.14�inimum Efficiency (%) 76 '�6 80
d. NPSH Available (ft) 35 35 35
(,. �1u.1-n1'!' E��w�:1 (ft}' ]25 max ]60 min 160 -170
�. �!�:Y17� fkLrn�y U�Cirrs�tjr��°,
��rrd (i��m) I 1200 1200 1$QO
i�. �k�u*�r lnl'nrmariE�r� (uper�iio�� enie�l r�s�er ran�: a�f u�cratiu� a•ri#�ria io th�s talaie
a. Horsepower l 00 max l�p rna� 150 �ax
b. Voltage a$0 480 48Q
c. Frequency 60 60 60 I
d. Tezx�perature Class F �' F
e. RPM 1200 1200 1800
f. Enclosure Type TEFC TEFC TEFC
{). I'::�::� l�#atfltirm vie.+��'d '
I�rnm ]l�i,��� ��.��d Clockwise Clockwise Clockwise
�11. II'�inirnu;a� l�4ij�u 1`y�r�-�l� {yize {is�.}
a. Suckion� I 10 � ---1Q -- i � I
h. Dischar e S 8 +
3� sioo6 1 I312- 6
2ass
140
73
30
�3500 ± l0%
<_ SO
i3
4Q
34'�5
115
SO
35
S GO - 1'�0
1800
15Q max
aso -
60
F
]800
TE�C
Clockv�ise
1R
S
City of Fort Wnrth
West Side N Project-Puinp Station
HORIZONTAL SPLIT-CASE
CENTRIFUGAL PUMPS
'Pump shall be able to operate w/]lTPSI�A = 30ft. to drain supply tank if necessary. In addition, future
Pun�p P1, P2, and P3 must be able to operate tempqrarily at a total dynamic head of 155 ft, without
damage #o the pump.
Note: Design is based on one pump manufacturer"s available pump selections. Desigri
madifications due to selection of a different xnanufacturer wi11 be the CONTRACTOR'S
respansibility and xnust be approved by ENGINEER. If the CONTRACTOR proposes
equipment exceeding the above conditions, all cost �including engineering casts) associated
wiih revising any componenis of the facility sha�l be borne by the Supplier.
1.7 DELIVERY, STORAGE. AND HANDLING
A. The pump manufacturer sha11 provide unloaciing, storage, and handling instructions
priar to shipment.
B. Pumping units shall be shipped with the motor space heaters connected ta a terminal
board and ready to he energized. Approved slin�;s shall be furnished by the
manufacturer far us� in lifting the equipment during unloading and instaliatian.
These sl'zngs sha11 be�come the pzaperty of the OWNER.
C. All equipment shaIl be delivered in good, sound condition, and free from damage.
Equiprt�ent whzch has been damaged will be rej ected. Pump manufacturer shall be on
site to witness the arrival, inspection, and unloading process.
D. Tbe CONTRACTOR will be responsible for proper un�oading, handling, and storage
of equipment in accardance with manufacturer's instructions. Motor space heatez's
shall be prampiIy energized and pumping units shall be housed in weatherproof
e�clasures at all times duxing storage.
1.8 MAINTENANCE
A. Furnish one set of al� special tools required for proper servicing of equipment
supplied under these �pecifications, packed in a suifable steel tool chest with a lock.
Furnish the manufacturer's standard set of spare parts far each size pump, including
at least the fallowing:
1. One se� of a�nti-friction bearings.
2. One spare gasket to fit between coupling hub flanges.
3. One set of casing and impellez' vveaa'ing rings.
4. One set of packing sleeves.
5. One set of sp�it-type packing glancis.
6. One set of seal cages (� halves).
7. One set ofpacking for two stuffing boxes. O�e set comprises parts foz-both the
inboard and outboard sides ofthe pump.
3181006 � 13 � �- 7
City af Fort Worth
West Side N ProjEct-Pump Station
HORIZONTAL SPLIT-CASE
CENTRIFUGAL PUMPS
B. Crate and deliver spar� parts in substantial wood baxes with hinged co�ers. Clearly
and indelibly identify the contents of each box on its exterior. Each part shall be
sealed, wra�ped, or otherwise protected from corrosion during storage.
C, Furnish one bearing pulIer. Crate and deliver the bearing puller in the box with the
spare parts.
!�
E.
Fuinisli one laser alignment tool kit.
Any other special tools required for the complete installation shall became property
af the OWNER.
PART 2 — PRODUCTS
2.I CASINGS
A. Casings sliall be cast iron conforming to ASTM A2?8 Class 30, or ductile iron
conforming to ASTM A395, of sufficient thickness an suitably ribbed, if necessary,
to withstand aIl stresses and stz-ains to which it may be subjected during erection,
testing, and operation.
B. Casings sha11 be of the double volute-type, split on the horizontal centerline with
suction and discharge nozzles cast integrally wifil� the lower ha1f. Removal of the
upper half of the casing shall allow the rotating elernent to be remo�ed without
dascozanecting the su�t�an dasclaarge f�anges. Lifting eyes or lugs shall be cast into the
upper casing.
C. Casings shall be ctesigned to transmit to the bed plate and anchor bolts alI sta#ic and
dynamic farces which ihe pump will exert. Hydraulie thrust shall be calculated as P=
1.1 x(nozzle area) x(shut-off head pressure -� 5-feet static suction head pressuxe).
Hydraulic th7�ust calcuIatians sha11 not consider any mitigating support loads that may
result from tbe adjacent piping connections.
D, Casin�s shall be tapped �ar drains, vents, priming, water seal, anc� pressure gages. All
taps s1aa11 be shipped with brass plugs. P1ugs will be removed �n the field, as
necessary, to make cannections for the misceIlaneous piping and appurienances.
E. Suction and dischaz-ge nozzles sha11 be flanged, drilled, and machined to match ANSI
B16.1 and �'1WWA C207. Planges sh�ll withstan`d inaximum thrust against closed
pump discharge valves.
3�aiaa6 I1312�8
City af Fort Worth
West Side N Project-Pump Siation
2.2
H�RiZONTAL SPLIT-CASE
CENTRIFUGAL PUMPS
A. Tm�ellers shall be of the double suction, enclosed type, and designed with
ample strength and stiffness.
B. Impellers shall be construeted of ASTM B584 nickel-aluminum-bronze, zinc-
free, and fmished to minimized friction and ta assure a smooth non-tuzbulent
�r
.;
.;
flow over all surfaces internally and externally.
��
iMPELLERS
C. Impellers shall be sta#ically and dynarnically baIanced to prevent whipping and
vibration throughout the operating range, frarn shutoff head to runout.
D. The impeller shall be mounted on the shaft with a single key which extends
beyond the impeller hub, Iocking the impelIer and shaft sleeves against rotation
on the shaft.
WEARING RINGS
A. Eack� pump casing and irnpeller shall be fitteti with removable bronze (ASTM B271
Alloy 907) wearing rings eifher full labyrinth double-ring type, ssngle Iabyrinth
double-ring type, ar"L" double-ring type. The casing wearing rings shall be
designed to pxavide smvoth flow of water into the irnpeller eye and be provided
with positive means of preventing rotation.
B. Wearing rings sha11 be designed and machined to clase tolerances to minimize
leakage. The diametrical clearance shall nat exceed O.Q30 inch, and be n:ot less than
O.OQ 1 inch per �ch of ring diameter.
2.�4
SHAFT AND SLEEVES
A. Pump shafts shall be znade a�alloy steel, equivalent to ANSI 1045, stress relieved,
machined to true dimension, accurately ground and polished o�er the entire length.
The slaaft shall be provicied with oi1 throwers to prevent oil creeping from the
bearings. All parts shalI have potished surfaces. The pump shaft shall be fitted with
threads, lock nut, and keyway to fasten the pump half-coupling hub securely.
B. Shafis, wheze exposed to �vater or passing thr�ugh glands and stuffing boxes, shall
be protect�d by renewable (remo�able} 12 percent chroine steel sleeves, 354 Brinell
hardness. Steel for shaft sleeves shall be ASTM A743 Grade CA40. The slee�es
shall be secured in place, for both directions of pump rotation, with shaft nuts
incorpora#ing set screws for locking purposes. The sleeves shall be provided with 0�
rings ta prevent leakage between the shaft and sleeves.
3181006
11312-9
City of Fort Worth
West Side N Project-Pvmp Station
HORIZONTAL SpLIT-CASE
CENTR4"UGAL PUMPS
C. Pump shafts shall be designed to meet the following cc�nditians:
1. Shaft diameter shall be sized to prevent torsionaI and flexural deflection which
would cause whipping and vibrating under any condition.
2. Maximum allowable flexural shaft deflectian sllall be not more than 75 percent
ofthe radia� wearing ring clearance.
2.5
PI.lMP MECHANICAL SEALS. STUFFING BOXES. FLUSH PTf'ING, AND
MISCELLANEQUS �'1TT]NGS
A. Pumps sha1l be supplied vvith mechanical type seals. Desrgn of seals and related
items shalI confornn to the fallowing:
Type; Self-aligning, spring loaded, cartridge mounted.
Bath �aces ta be spring loaded.
Gland:
��
a. Pro�ide gIand with twa (2} drilled and tapped holes fox flushing.
b. Miniznum Thickness;'/� �nch.
c. Provide gland with carbon safety thrflttle bushing.
Desigza seal for ease of installatian which shalI be accomplished in a one {1)
step operation. This shall apply to installation and/or seal repIacement which
shall be accomplished without any error or passible damage to #he seal.
Lock caIlar shalI �ave 3 set screws within a 90 degree arc.
Provide bUilt-in quench and drain connections.
G�
5.
6.
7. The seal should come pre-piped {piping incl�aded) such that the quench watex
is aff of the pump casing. This piping shaIl be supplied with the pump.
S. The CONTRA.CTOR shall supply all piping as is required for th� quench and
drain systern. D�•ain piping is to be instal�ed in the field by ihe
CQNTRAGTOR.
9. Materials of construction:
a. A11 Metal Parts: Type 31b or 316L stainless stee�.
b, Set Serews: Type 31� stainless steel.
c. Springs: Hastellay C.
d. O-Rin�s: Fluorflcarbon {Viton).
e. Ratating Face: 6S$ RC ca�rban.
f. Stationary �ace: Alumina ceramic.
10. Make and Mode1: Chesterton, Model 123, or equal.
B. Sma11 fittings and accessaries inside the pump and around the shaft sleeves and
packing glands, such as set screws, bolts, and nuts that are exposad to water flz- �varer
spray, sha11 be made a�nan-corrosive materials such as stainiess steel.
szsioo6 11312-10
City af Fort Worth
West Side N Project-Puinp Stativn
f►•�:
PUMP BEARINGS
HORIZ�NTAL SPLIT-CASE
CENTRIFUGAL P�MPS
A. Purnp bearings shall be designed to withstand all stresses and to assure long service.
Bearings shall be mounted in a sealed bearing frame, rigidly supported by suitable
brackets bolted to the pump casing ar by brackets cast integral with the casing.
Bearing assemblies shall be designed to allow �isuaZ insp�ction byremo�ing the cap
without disturbing the shaft, Bearing assemblies shall prevent the entrance ofwater
into the bearings, and shall be made to limit gage tolerances to insure
interchangeal�ility of like parts from one pump to another.
B. All bearings shall be oil-Zubricated and provided vvith constant level ailers, and
externally zn�ounted oil sight gauges with brass pipe. The proper oil ]evel shall be
shown clearly for easy observation. The pump xnanufacturer shall provide
lubrication requirements ta the C�NTRACTOR. The CONTRACTOR shall snpply
and install lubzicant prior to storage and operation of the equipmez�t.
C. Radial Bearings shall be anti-frictio� type.
D. Thrust bearings shall be of arnple size ta carry all unbalanced thrusts which the
pump xz�ight develop. The outboard bearing assembly shall Garry both radial and
axial thrust loads. Bearings shall be anti-friction type thxust hearing or double row
thrust bearing. Bearings shall not require extemal cooling.
E. All anti-friction bearings shall be remavable zn the field without damage to the
bearings or shaft. Bearings requiring application of heat for removal will not be
acceptable. Operation and maintenance data shall show detailed procedure for
removal of the bearings.
F. AlI bearings shall be manuf�ctured in the United States. Product numbers and local
suppliers shall be pra�ided.
2.7
BASE PLATES
A. Base plates sha11 be constructed of fabric�ted steel reinforced wiih cross braces
having an "all around" drip lip with a 1-inch drain connection. Drip Iip shall be
sized to capture leakage fram pump. Base plate shall be sized sufficiently far
mouniing of pump az�d motar. "All around" drip lip �s defined to be a true drip lip
on all four sides nfthe l�ase plate. A base plate with external channel legs h�rned out
and interzaal drain pocket will no� be acceptable.
B. Base plate shall have a smooth flat surface having na obstxuction to surface
c3rainage into the drip lips.
3181006 1 � 312-11
City of Fort VVortk� HORIZ�NTAL SPLIT-CASE
West Side IV Praject-Pump Statian CENTRIFUGAL 1'UMPS
C. Base plate shall bE drilled or cast for anchor bolts, Ancl�or balts shaZ1 not protrude
within any of the drain lips. The CON"I'R�CTOR shall field-finisla by sawing,
grinding, and painting anchar boIts and nuts.
D. Provide dowel pins far securing the motor in posi�ion on the base after the unit is
installed and final aligned.
E. "Tlu-ust screws and plates" shall be provided on pumps and motors. The thrust
screw assemblies sha11 be designed for the entire nozzle thrust af �he pump.
F. Pro�ide hand holes and air escape holes for grouting.
G. Jack screws shall be provided to position the motar upon the base plate. The jack
screws shall be sirrailar in appearance to the thrust screws, but need only to be
designed for aligning to puz�rap and motor. Two jack scrEws are required for each
motor and the base pIate.
H. Base plates sha11 be free of warping and cUpping. Stress relieve tl�e bed plate after
welding and before machining.
I. Bearing surfaces shali be flat and parallel within 0.005 inch. Ca�ers shall be round
smoot2�; welds shall be ground.
r. The base plate shall be designed to irt the foundatio� and paping configuration as
indicated on the drawing(s}. The CONTRACTOR shall verify all dimensians and
make apprapriate adjustments prior to fabrication.
K. Seal-w�lded curb rings around grout holes, air escape holes, and anchor bott holes
shali be pravided. At least ane J-type clip per squaz�e foot of pZate, welded to the
bottom of the deck plates, shall be provided to ensure that the d�ck plate is
anchorec3 to grout. Threaded holes for zemovable eye bolts far lifting shall be
provided, Ancbar bolt locations shall be reinforced. Anclaor bolts for lifting shall be
pravided. Anchar bolt locatians shall be rcinforced. Anchor bolts shall be sawed off
above the nut, ground smooth, and painted �iy the CONTRAGTOR.
L. Each bas� plate shall be g,�rou#ed by the CONTRACTOR using non-shrink cement
based �rout as recommended by the pump manufacturer and as specified in �ection
03b00, GROUT.
2.$ COUPLINGS
A. .1�11 pump and motor couplings sha11 conform to the following;
1. Falk flexible cauplings or approved equal.
��s�oa6 i 1312- I2
City of Foi�t Worth HORIZONTAL SPLIT-CASE
West 5ide N Project-Pump Station CENTRIFUGAL PUMPS
2. Mounted on end of shaft using a keyway and key. Use a non-hardening
substance to prevent leakage of oil along keyway.
3. Bolt heads and nuts on the exterior surfaces shall be corrosion-resistant
material.
4. Coupling guards shall be enclosed type camplying with ANSI B15.1.
2.9 PUMP 1NFORMATION PLATE
A. 1'rovide embossed bzanze or stainless steel data piates containing at least the
following informadon:
J . Manufacturer's name
2. Pump size and type
3. Serial number
4. Speed
5. Irnpeller diameter
b. Capaciiy and head rating
7. Bearing identification, name
8. Pump weight, motor �veight, and
9. Other pertinent dafa
2.10 HARDWARE
A. A�1 anchor boits sha11 be supplied by the pump manufacturer. Refer to Sect�on.
05051, Anchor Systems, £o:r azachar bolts. The anchor bolts shall be shipped with
the puxnping �its.
2.11 FACTORY ASSEMBLY
A. Pumps with their job motors shall be pre-x3nounted and pre-aligned. Mo�xnting
� holes shall be drilIed and fapped at pump manufac#urer's factory, Factory
� alignment data shall �e furnished to the CONTRACTOR, Pump and motor shall
, be "fnal mounted ar�d aligned" on the base plate at the site. Pump, motor, and
j bas� rnay be shipped separate or together. Dowe1 pins, for securing the pump and
rnotor in position or� the base after the unit is instaIled and final align�d, shall be
provided by the pump manufacturer for base plate drilling and installation of
, dowels by the CONTRACTOR. Pump manufactzxr'er shall drill pump and motor
feet only for dowels. Do not dri11 base plate or instalI dowels at factory; ship Xoose,
2.12 PUNl�' DRIVE MOTORS
A. Pump drive motors sha11 be as specif ed elsewhere in this se�ction, and in Section
11000, General Equipment Provisions.
3181406 t1��2-13
City of Fart Worth
HORIZONTAL SPLIT-CASE
West Side N Project-Pump Station CENTRIFUGAL �PUMPS
2.13 SURFACE PREPARATION AND SHOP PAINTIIVG
A. Pumping units shall be prepared az�d shap-p��imed and #"ield coated in accaz-dance
with Section 09900, Painting. Tlle interior af pumping units shall be shop primed
and coated in accordance with Section 099a0, Painting. Machin�d bearing surfaces,
stainless steel and bxass surfaces shall nat be painted.
2.14 ACCEPTABLE MANUFACTURERS
A. FIow-Sezve Pump Division/Ingersoll-Dresser Purrip Co.
B. or approved equal.
NOTE: Pump curves must be provided with the bid nrot�osal for the selected
up mp�. Cur�es for pumps that do not meet the performance requirements ofthis
specification will nat be acceptable (manufacturers listed in paragraph 2.14 are not
exerr�pt from submitting curves; an acceptable pump rnust be selected and submitted
vvith th� bid proposal}.
PART 3 - EXECUTION
3. i INSTALLATIDN
A. The CONTRACTOR will install pumping units as shown on the Contract Drawings
and in accordance with manufacturer's ins#ructions and approved shop drawings.
The Supplier sha1l pravide Special Serr�ices as specified.
3.2 FIELD PAINTING
A. A11 dama�ed primer on pumping uraits shall be rez�naved and re-applied. Finished
paintiz�g shall be in accordance with Section �9400.
3.3 PERFORMANCE VERIFICATION
A. Perfbrmance testing shall be conduc�ed, at th� expense of the CONTRACTOR, as
speci�ed in Section 11317, Pumping Unit Testing.
B. Noise Zeve� testing shall be ct�nductEd in accardance with Section 11030, Noise
�tequirezzaents and Control.
-� + END OF SECTION + +
3isiaab 11312- � 4
�I
City oi Fart Worth
West Side N Project — Pump Station
SECTION 11316
SLJMP PiJMPS
PART 1 - GENERAL
1.1 DESCR�PTIDN
SUMP PUMPS
A. Scope:
1. CONTRACTOR shall furnish aIl labor, materials, equipment, appurtenances
and incidentals required to provide, install and test sump pumps complete and
operational with motors, control equipment and accessories as shown and
specified.
B. Related Work Specified Elsewhere:
1. Section 09900, Painting.
2. Division 15, Sections Far Piping.
3. Sectian 1510�, V�lves and Appurtenances.
4. Division 16, Elec#rical, unless specified herein.
1.2 OUALITY ASSURANCE
A. Man�afacturer's Qualifications:
1. Eqnipment furnished shall be a standard product of the manufacturer.
2. All sump pu�ng equipment shall be the product of one manufacturer.
��
, B. Reference Standards: Comply with ap�licable provisions and recommendatians of
� the following, except as otherwise shawn or specified.
� I. �hio Basic Building Cod�.
� 2. Stanc3az`ds of the Hydraulic Institute.
` 3. NEC, National Electric Code.
4. NEMA, National Electrical Manufacturers Associatian.
5. IEEE, Ix�stitute of Electrica� and Electronic E�gineers.
6. ANSI, Arnerican Natianal Standards Institute.
� 7. AWWA, American Water Works Association.
1.3 SUBMITTALS
A. Shop Drawings and Product Data:
1. Comply with Section a1340 and the supplernental requirements below.
3�sroo6 11316-�
City af Fort VVarth
West Side IV Project — Pump Station
SI.TMP PUNiPS
2. Submit manufacturer's literature, illustrations, specifications and engin�ering
data including the faIl�wing:
a. Complete descripiian in sufficient detaiI to permit item by item
comparison with the specifieations.
b. Dimensions.
c. Matei�ials.
d. 5ize.
e. Weight.
f. Performance data and curves showing overall purnp efficiencies.
g, Brake and motor horsegower.
h. Speed.
i. Complete motor information.
j. Manufacturer's standard guarantea.
k. Cornplete product data and catalog cuts on al] control components.
3. Submit Snap Drawi�lgs showing the following:
a. Fabrication and asserrzbly drawings.
b. Insta]lation details.
B. Qperation and Maintenanee Manuals:
i. Comply with the requirements of Section 01730 anc� provide the infcarmation
for the supplernental requirements below in the Dperation and Maintenance
Manua� aft.er approval by the ENGINEER.
2. Required Operation Data;
a. Complete, detailed operating instructions fQr each piece o� equipment.
b. Explanations of all safety consideratipns rel�ted to operation.
3. Requiz�ed Maintenance Data:
a. Include all informativn and instructions required to keep equipment
groperly lubricated and adjusted so that it functions economically
throughaut its full design life.
b. Explanation with illustrations as necessary far each maintenance task.
c. Recommend spare par�s Iist.
d. R�commenc3 schedule o� zraairitenance tasks.
e. Lubrication �changes and table of alternate lubrieants.
f. Trouble shooting instructions.
g. Name, address, and phone number of man�a�acturer and manufacturer's
locaI service representative.
h. Include capies of all appro�ved Shop D�rawings.
i. Complete listing of all electrical parts, including manufaeturer,
manufacturer's part nurnber, and generic description.
3181006 1131(-�
City of Fort Worth
West Side IV Project—Pump Station
1.4 PRODUCT DELNERY, STORAGE AND HANDLING
�
A. Comply with the �•equirements of Sections OI610 and 01611..
1.S GUARANTEE
A. Comply with the requirernents of the General Conditians.
PART 2 - PRODUCTS
2.1 MANUFACTURER'S REQUIREMENTS
A. Acceptable Manufacturers:
1. Zaller.
2. Az�raralHydrornatic Purnps.
3. Barnes.
4. Or approved equal.
SUMP PiTNIl'S
B. Com�ly with the z-equirements of Section 0163p if substitlrting sump pumps made by
a manufaciurer other than those named above.
2.2 PUMP DESIGN
A. General Req�irem�nts:
1. Type: Submersible purnp and motor.
2. Design to be easily remo�able for inspection and servicing.
3. Design, construct and install sump purnps for the service i�tended.
B. Perforrnance Requirements:
1. Capable af pumping materials required under applicable service conditions.
2. Capab�e of ine�ting detailed performance requirements speciiied in the Pump
Schedule at the end of this Section.
3. Continually decreasing head-capacrty curve between shut-off and maximum
capacity.
4. Capable of operating continuously at all points an the head-capacity curve
between minimum and maximum capacity without vibration, naise, cavitation,
or overheating.
3181006
11316-3
City of Fort Warth
West Side IV Pro�eet — Pump Station
C. Operating Criteria:
Pump No1 — Sump Pumta — Buildin� PiAe Chase Sumn
SUMP PL]MPS
Service Condition: Pumping of treated water fram pipe chase in building.
Insta�lation: Sump pum.p, simplex system, free standing.
Design Flow: 100 gpm.
Design Head: 28 feet.
Speed: 1750 RPM.
Minirnunn Motor Rating: 1.0 hp.
Sphere Siz� Handling Capability: 1-1/4 inches.
Discharge Size and Type: 2 inch NPT.
Basis qf Design: SPD1fl�H by AuroraCHydromatic or appraved equal,
1�
2.
3.
5.
6.
7.
8.
9.
za.
Pum�s No.2 and 3— Sump Pumn — Sur�e Relief Valve and Valve Vault
1.
2.
3.
4
6.
7.
8.
9.
1Q.
2.3
A.
I:
Service Condition: Pumpirag af infiltrate, rainwater and treated water from
vault.
Installation: Sump pump, �implex system, free standing (2 required).
Design Flaw
� Design Flow Surge Relief Valve; 44 gpm.
� Design F1owValve Vault, 30gpm
Design Head
• Desi�n Head Surge'valve Vault: 16 ft
� Deszgn Head Valve Vault: 19 ft
Speed: 175� RPM.
Minimum Motor Rating: 0.4 hp.
Sphere Size Handling Capability: 1-114 inch�s.
Discharge Size a�d Type: 1.5 inch NPT.
Basis of Design: SIlEF40 by Aurora/Hydromatic ar approved equal.
DETAILS �F CONSTRUCTTON
Pump Casing: Cast iron.
Motor Housing: Stainless steel or ca�t iron.
C. Impeller:
1. Vortex or semi open nan-cIog design.
2. Material: Cast iran.
31 S Y 006 113 I 6-4
City of Fort Worth
West Side N Project — Pump Station
SLTMP PLTMPS
D. Shaft, Bearings and Seals:
1. Stainless steel shafts.
2. Upper anc� Lower Bearing Type: Slee�e o�r ball bearing.
3. Shaft Seal Construction: Carbon-Ceramic.
�
E. Volute:
1. Material: Cast iron.
2. Free Standing Pumps: Provide volute with integral base legs drilled and tapped
for pipe leg extensions.
F. Motors:
1. SUbmersiE�Ie, suitable for operatian on 115 Vac, single phase 60 Hz nominal
system. Motor shall be grounded in accordance with NEC and via the ground
wire in the powez' cnrd.
2. Motors �hall be in accordance with alI current applicable standards af NEMA,
IEEE, AFBMA, NEC, and ANS�.
3. Motors shaIl be normal starting torque, normal starting kvalhp, normal slip,
high efficiency, NEMA Design B, split phase type.
4. Provide C1ass B insulation. Motors shall be capable of carrying nameplate full
laad current plus service factor cantinuously without injurious temgerature rise
in an ambient temperature of 40°C.
5. Motors sha�l be pravided vNith a service factor of 1.15,
6. Pro�ide hermeticaIly sealed motor in oil-filled chau�bex.
7. Pravide built-in therrnal averload protectian (auto-reset).
G. Power Cables:
1. Power cord sY�all be STW-A, water resistant, LTL and CSA approved.
2. Cnnductors sized per NEC standards.
3. Continuous unspliced, 10 feet long.
2.4 CONTROLS
A. Sump Pump No.1 shall be a control panel with HOA switch, run indicating lights
and high level alarm. The sump pump contarol panel sha11 be as 5hawn ar► the
e]ectrical drawings. A high level switcl� shall either be integral with the pump or
separate for installatian in the sump.
B. Surnp Pumps No. 2 and 3 shall include integr•al float and plug far operating the
pump.
3181006
1131b-5
City of Fort Worth
VVest Side N Project — Pump Station
2.5 FACTORY ASSEMBLY AND PAINT]NG
SUMP PiTMPS
A. Shop Assembly:
1. Preassemble items in the shop to the greatest extent possible, so as to minimize
field spIicing and assembly of units at the Praject site.
2. Disas�emble units anly to t�e �xtenfi necessary for shipping and handling
limitataons.
3. Clearly mark units for reassembly and coorc�inated instaliation�
B. Use Type 304 stainless steel fastenez-s unless otherwise specified.
C. Surnp pump shall be furnished factory prirned and painted with the manulFacturer's
standard paint system.
D. Field painting for touch-up sha11 be in accordance with Section 09900.
2.6 TOOLS, SPARE PARTS AND MAIlVTENANCE MATERIALS
A. S�pply a cornplete set of special purpose maintenance tools and a spare parts kit as
recommended by the manufact�rer.
B. FurnisH a one yeaz� supply of all greases and lubricants as reco�ended by the
manufacturer.
C. Package toals, spa�re parts, and maintenance matex-ials in sturdy containers with clear
indelible markings, identifying parts, and the equipment for which intended. Store in
a dry warm location until transfened to the OWNER at the conclusion of the Work.
PART 3 - EXECUTTQN
3.1 INSTALLATION
A. Instal� in accordance with th� Drawings, appxo�ed Shop Drawings and
recomrnendations of th�e znanufacturer.
B. Inspect, calibrate, adjust, Iubrieate and otherwise prepare equipment for aperatian.
C. Install a71 piping, valves and appurtenances as required to provide a complete and
fu11y operational system.
D. Prov�de check valves and shut-off valves on al] pum� discharge piping and as shown
on the Drawings.
E. Support piping independent of purxip.
3�g�oo� 1131G-6
City af Fort Worth
West Side N Project — Pump Station
SUMP PUMPS
F. Provide unions where shown on the Dzawings and as required to facilitate pump
removal.
,; G. Coordinate sump pump installataon with sump pit size and sump pit cover grating as
shown qn the Drawings.
. 3.2 F�ELD QUALITY CONTRQL
A. Field Testing:
� 1. Field test and calibrate equipment to demonstrate to the �WNER's
representative that ail �quiprnent will satisfactorily perforrn the iunctions and
criteria specified in Part 2.
�, 2. Provide all test a�paratus required at no extra cost to QWNER.
;, 3. Follow testing pz-ocedures recammended by the man�facturer and approved by
the ENGINEER.
+ + END OF SECTTON + +
�
1 � I
� t
� �
I�
1
3181006 11316-7
i1
i
City of Fort Worth PLTMPING i]NIT TESTING
, West Side IV Project-Pump Station
SECTION 1I3I7
PUMI'ING UNI'r TESTING
PART 1 - GENERAL
11 SCOPE OF WORK
A. This section speeifies the requirements for cornplete testing of the horizontal split-
case centrifuga� purnping units to be furnished and installed.
1.2 RELATED SECTIONS
A. Section 11000, General Equipment Provisions.
B. Section l IQ30, Noise Requirements and Control.
C. Section I 1312, Hari�ontal Split-Gase Centrifugal Pumps.
D. Division 13, Special Consiructian.
E. Division 1.6, Electrical.
1.3 REFERENCE STANDARDS
A. Hydrauiic Institute Standards (latest edition)
B. Hydraulic Institute — Centrifugal Pump Test (latest �dition}
PART 2 - PRODUCTS
21 FACTORY TESTING
A. Each pump, with its job motor, shall be tested by the pump manufactuz'e;r at th�
manufacturer's plant, prior to shipment. The OWNER shall have the apiian to
witness factory testing of pumping unit. Each purnp shall be tested with vvater in
accordance with the Hydraulic Institute Test Standards to detemune compliance with
pump manufacturer's head-capacity curve and confirm guaranteed wire-to-water
efficiency. Model tests will not b� aceepted. Factory test daia and results shall be
subrnitted for approval prior to the equipznent being shipped to the job site.
3181(}06 �13�7�1
City of Fort Worth PiTMPING UNIT TESTING
West Side IV Prnject-Pump Station �
B. If OWNER elects to witness factory tests, CONTRACTOR shall notify the
ENGIlVEER in writing at least three (3} weeks befare expected initiation of tests in
order to coordinate the trave] arrangernents. Factory tests shall not conflict with one
another, including those in, Division 11, Di�ision 1S and Division 16. The
CONTRACTOR shall be respansible for the costs af ladging, meals, and travel for
three (3) OWNER/ENGIlVEER personneI for each factory test. The presence of
OWNER/ENGIlVEER during testing does not relie�e the CONTRACTOR from
conforming to the reguirements af the Contract Dacuments and shal� in no way
imply acceptance oi the equipment. If retests are required, the CONTRACTOR shall
be responsible for the cast of lodging, meals, and travel for three (3)
OWNER/ENGINEER personnel to witness the retest. AlI travel schedu]es shall be
du��ng norma� business hours. `°Red-eye" tra�el times wiIl not be acceptable.
C. A hydrostatic test of pump casing shall b� performed and pressure held for 15
minutes. �ubmit certified test reports of the hydrostatic test of pump casing.
D. A�1 pump tests shall be performed with job rnotoz�s. NPSHR test will be required for
all pumps. Show NPSHR curve on pump test curve fu�-nished to the OWNER.
E. Certified cppies af the test data for each pumping unit shall be furnished to the
OWNER prior ta shipment of the pumping units. These curves and data sheets shall
include head capacity curve, brake horsepower curves, overalI (wire-to-water)
efficiency curves, motor manufacturer's efficiency eurves, pump efficiency curves,
NPSH requrrements, and a sketch of the test installation. Data for the ent�ire pump
range {from minimurn head to shutoft) shall be includec�,
F. Shop tests shall be made at the speed and horsepower required by the pump. Suction
conditions for the test shall duplicate thase under which the pump will operate if the
manufacturer's test facility wiIl permit. Tf the xnanufacturer's test faciIity does not
pernut duplicatian of operating suction conditions, the effect of the same shaIl be
conducted, calculated, and plotted per Hydraulic Tnstitute Standarc�s and to�erances,
and the calculations and cur�es shaI] be included �vith the test curves arad data sheets.
G. All tests for pumps sha]l be r�n over the fuIl range of the curve.
H. All tests far puzzips shaI1 be at CQNTRACTOR'S expense.
2.2 FACT�RY TEST REPORT
A. The pump manufacturer shall prepare and submit a Test Report for the OWNER's
review and appraWal at �east 60 days before any testing is scheduled. The Test Book
shall be the test report minus test data, and shall contain the folIowing information:
�. Description of tests ta be conducted,
3isaoo6 11317-2
City of Fort Worth PUMPING i.JNIT TESTING
West Side N Project-Pump Station
2. Description of test procedures.
3. Copy oi test standards.
4. Calibratian of Tnstruments. All instruments shall be calibrated in accordance
with Hydraulic Institute Standards. Manufacturers performing the shop tests
shall furnish the OWNER approved certificatzons of calibra�ions.
5. A certified curve showing the calibration af the Venturi meter used in the
purnp capacit� test shall be furnist�ed as part of the da�a and permanently
bound with alI other data. The data shall include the Venturi caefficient of
discharge and flaw versus differential.
6. Dimensiona] layout of test assembly and reservoir.
2.3 FACTORY TESTS T� BE PERFURMED
A. Hydrostatic Test: The pressure containing components of each new pump shall be
hydrostatieally tested ta ane and one-half times its maximum warking pressur�.
Maximum working pressure is defined here as the shutoff head pressure plus the
maximum suction pressure.
1. Submit certified hydrostatic test results and test procedures.
B. Performance Test: Seven to ten operating points shall be tes�ed with four of the
points being those indicated below. Tests shall deternune eompliance with
manufacture:r's head-capacity curve and confirm guaranteed wire-to-water
efficiency. Enough �oints shall be tested so that a srnooth curve m�ay be drawn
throug� the points. Allowable talerances for the desired points shall be as defned in
the Hydraulic Institute Standards.
L Shutoff Head
2. Rated Design Point
3. Avera�e Day Candition
4. Minimum Head Point for Continuous Operation vvithout Cavitation
The following tests shall be perfarmed:
1, Head-capacity
2. Input horsepower
C. NPSHR Test: Conduct in a�cordance with Hydraulxc Institute Standards to the limit
af the manufacturer's test facility. Extrapolate curve and show on pump test curve,
D. Vibration Test: Demonstrate the pumping unit runs smoothly during the tests.
Vibration readings shaIl be talcen and recozded at points specified in Paragraph
2.3.B.
E. Noise Test: Noise readings shall be taken and record�d at points specified in
Paragraph 2.3.B.
3isioo6 11317-3
City of Fort Worth PUMPING L7IVIT TESTING
West Side IV Project-Pump Station
PART 3 - EXECUT70N
3.1 FIELD TESTS
A. Start-Up Operatian: The OWNER may operate the equipment, after installation and
issuance of installation certificate by the manufacturer for a period of 30 days before
malc�ng field tests.
B. Nati�catian: Thirty c�ays after the equipment installation is certified the OWNER
will set a date acceptable to both parties, for final testing of the equipment as
requisite for its acceptance by the OWNER.
C. FieId QuaIity Contral: The CONTRACTOR shall conduct the Field Quality Control
Test. Tests shaIl be conducted 'zn accordance with the Hydraulic Institute Standards
and this Section shall be open to the manufacturer or his representati�e, and shall be
mad� entirely at the expense of the CONTRACTOR. A factory hydraulic test
engin�er shail be present to obser�e and heIp CONTRACTOR zn field quality
cantrol tesiing.
D. Tests: The following field tests will be performed:
1. Head-capacity.
2. Iraput horsepower.
3. Vibration analysis.
4. Noise measurement.
E. Field Testing Procedure; At least 30 days prior to the tests, submit its test procedure
for re�iew and comment by both the O'WNER and the pump and mator
manufacturez�s.
3.2 OWNER'S ACCEPTANCE BASIS
A. The OWNER will accept the pumps after demonstration of pxoper functioning of all
com�onents and upan successful coznpletion of the 30-day startup period.
3.3 PERFORMANCE VERIFICATT4N
A. Perforrnance testing shal� be conducted.
B. Noise level testing shall l�e conduct�d in accardance with Section 11030, Noise
Requirements and Control.
f + END OF SECTION + +
3181006 11317-4
�
City of Fort Worth
I & C SYSTEM
West Side N Project -- Pump Station GENER.AL REQU]REMENTS
SECTION 13600
INSTRUMENTATION AND CONTROL SYSTEM
GENERAL REQUIREMENTS
PART 1 � GENERAL
• - 1.1 SCOPE OF WORK
r
A. CONTR�CTOR shall furnish, install, calibrate, test, configure andprogram, and
place in opezation instrumentation and control system equipment necessary to
perform s�ecified functions in accordance with the requirements of the Cantract
Documents. T'1�e system inc�udes, but is not necessarily limited to, th� fo�Iowing
equipment and work:
1. Primary sensor/transducers, f eld instruments, sensor cables, and associaied
mounting hardware.
2. Local Control Panels/Terminal Panels and enclosu�res as shown on the
Contract Drawings. Panels and enclosures are scheduled in Section 13650,
Co�t�ral Panels and Enclosures; and frant afpanel elevations are shown on
the Contract Drawings.
3. A HSQ, Inc. prograrnmable coniraller system, referx'ed ta as "Remote
Terminal Unit "(RTU�, with processors, communications modules, radio
equipnnent, special function moc�ules, inpu�/output rnodules, intercoraz�ecting
cables, converters, power supplies, enclosures, prog�ramming, and
configuration as shown on the Contract Drawings and as specified herein.
4. Programming/confguxation of the radio at the Pump Station Site and the
existing personal computer cantrol system and associated radio equipment at
the City's SCADA building to fizlfill the requirements of th� Contract
Documez�ts shall b� performed by HSQ.. The RTLJ shall communicate via
radio cammunicaiion to the city's SCADA s�rstem, locat�d at the SCADA
building.
S. The contractox shall be responsible to coordinate the installation of the RTU
with the owner and HSQ. The Pump Station will be rnonitared and controlled
from ihe SCADA building.
6. The RTU and associated prograrnming shall be fizrnished by HSQ as pat af
the allowance.
7. The cantrac#or shall install the RTU inside tkae local control panel. The panel
shall be sized to accommodate the RTU and otller equipment.
S. The contractor shall be xesponsible to install the eguipment furnished by
HSQ per HSQ direction.
9. The radio tawer shall b� furnished and installed �by the contrac#�r.
�
3181006 13G00 � 1
City af Fort Worth
West Side N Proj ect -- Pump Station
I & C SYSTEM
GENERAL REQUIlZEMENTS
B. The Process and Instrumentation Diagrams (P&ID's) and the Specifcations ofthis
Section and the other Division 13 Sections i�lustrate and describe the overall
instrumentation and control system functional and operational z'equi:reme:nts.
C. To ensure that a11 control systems and equipment are properly co[�rdinated and
will function zn accordance with the intent of these Specifications, the
CONTRACTOR shall engage the service,s of a qualified I&C Subcontractor in
whom shall be vested unit respons�bility fox the proper function of the complete
system. However, the CONTRACTOR shall retain ultimate z-esponsibility under
this Contzact for cantrol system and equipment coordination, instaIlation,
aperation and guarantee. The CONTRACTOR shall fi�rni�h and instalZ all labor,
; equipment, materials, appurtenances, specialty items an$ sez-vi.ces not providedby
the I&C Subcontractor but required for complete and operabl� control systems.
The contral equiprnent co�vered by the Contract Documents is intended to be new
standard equipment of pro�en ability as manufactured by reputable cancerns
having extensive experience in the production of such equiprnent. The control
equipment furnished shall be manufacturec� anc� installed in accordance with the
best practice and methods, and shall operate satisfactarily when installed to meet
the requirements of the Contract Documents.
D. Related work specified elsewhere that shall apply to all equipment, materials,
labor and services furnished under this S ection shall include, but not be limited to,
�.he followang:
1. Division 1, General R�quirements:
a. Section 01300, Submittals.
2
4,
5
�
b. Section Q1610, Transportation and Handling ofProducts.
c. Section 01611, Storage of Profiecfion af Products.
d. �ection 016b0, Field Tests of Equipment.
e. Section O1f55, Starting az�d Placing Equipment in Operation.
f. Sectian 01701, �Narranty.
g. Section OI734, Operatian and Maintenance Data.
h. Section d1731, Instruetian of C}pexatians and Maintenance Personnel.
Division 9, Finishes.
Division 11, Equipment.
Di�ision 13, Special Const�ruuction.
a. Section 13602, Instrumentation and Control System Start-TJp,
Comznissioning, and Field Testing.
b. Section 136D5, System Functional Requiremenis.
c. Section 13614, Pxagrarnrriable Controller �ystem.
d. Section 13b20, Prirnary Sensors and Field Instruments.
e. Section 13650, Control Pan�ls and Enclosures.
Section 15100, Valves and Appurtenances.
Division 16, Elect�rical,
sisioa6 13600 - 2
City of Fart Worth
West Side N Project — Purr�p Station
I & C SYSTEM
GENER.A.L REQUTREMENTS
E. The General Equipment Provisions {Section 1100Q) shall apply to all equipment
furnisheci under this Section.
F. The CONTRACTOR, I&C Subcontractor and manu�'aciurers of the equipment
' specif ed herein shall be required to review and satisfy a11 relevant xequirements
1 of other Sections of the Contract Doeuments and the requirernents of the Contract
Drawings. The CONTRACTOR, manufacturers, suppliers, fabricator� andlar
subcontractors furnishing and/or installing equipment, sezvices and specialties
associated with this Section shall fully coordinate their effarts to avaid potential
claims that are based on iailure ta review relevant Coniract Dacurrients, including
� the Contract Drawings.
1.2 OUALITY ASSLJR.ANCE
f A. General: Throughout the instnzmentatifln specifications, the terms °system
s�tpplier" and "I&C Subcontractor° are used interchangeably. The two tem�s refer
to the same entity.
� 1. Tk�e CONTRACTOR shall furnish the services of a single I&C Subcontractor
vvho shall a�sume responsibility far praviding a complete and integrated
system. In order to aecomplish these requirements, the T&C Subcontractor
shall secure the services of HSQ, Inc. of Califomia. HSQ, Inc. shall provide
the material, labor, and workforce necessary to fuliill the requirements of
Paragraphs 1.1.A.3 and 1.1.A.4 of this � ection. These requirements are ma:re
fully desczibed in Specification 13605 (Functional lZequirements),
Specification 13610 {Programmable Controller System}, Specifieation 13650
(Control Panels and Enclosures), and the Contract Drawings. Applicable
parts of Section 136Q0, such as s�op drawings, record drawings, and
Operations and Maintenance Manuals shall be provided by HSQ, Inc.
2. A11 equipment, components, and ma#erials required shall be iumished by the
single supplier who shall assume the responsibili#y far adequacy and
performance of all items.
3. The CaNTR.ACTOR shall require the supplier to identify those system
components which are not off-the-self components or no� of his
manufacture.
I.�
4. The CONTRACTOR s�all supply to the ENGIlVEER ihe T&C
Subcantractar's quality assurance plan, and for components which are not
off-the-self components or not of his manufacture, the component
rnanufacturer's quality assurance plan. The plans shall include l�ut not
necessarily be limited to: method of'testing, raw mraterial criteria, nnethods af
CIOCU1TleXl�at10I1� 5t&$IOIl COriiOI� ��BL1171-71]"� �0 �llilal tEStS, 5eI'I�I1Z�tSOri CDC�lri��
and packaging.
Qualifications of I&C Subcontractoz�:
siszoa6 13640 - 3
City of Fort Worth
West Side IV Proj ect — Pump Station
1.
2.
3.
4.
5.
6.
7.
8.
I & C SYSTEM
�ENER.AL REQUIREMENTS
ShaI1 be a financially sound frm ha�in� at Ieast five years continuous
experience in designing, implementing, supplying and �upporting
instrumentation and control systems which are corz�parable to the
instrumentation systern in t�rms ofhardware, software, cost, and complexity,
Shall have in existence at the tirne a�' bid advertise�nent, an experienced
engineering and technical staff capat�Ie of designing, implementing,
supplying, and supporting the instrumentatian sysfem and handling the
submittal, testing, and training requirements.
Shall have a t�arough woarking knowledge of water and/or wastewater
treatment processes ar�d control philosophy in accardance with standard
practices of the water and wastewater #xeatment industries.
Shall k�ave � dernonstrated recorc� of prompt positive respon.se to field
failuresa
Shall have a record of prompt shipments in accordance wi�th contract
oblzgations required �ox previous projects.
Shall have a�emonstrated experi�nce record of successful insh-umentation
and control system equipment installations.
Shall have been the I&C Subcantractor on a minimum of three potable water
pump station projects, each w�th complexity equal to oz greafer than that of
tha West Side N Pump Station. CONTRACTOR shall pra�ide a list of
qualifying installatians, including the name and telephone numbers af the
plaant superintendent at �ach facility.
Include Iists of five installations that have been operating satisfactorily for a
periad of five yeaz-s from the suppliers of each of the following major
equipment items:
a. Control Panels.
b. Programmable Logic Controllers.
c. Radio Telemetry Systems.
C. I&C Subcontractor's Responsibility:
1. CONTR�CTOR shall retain the I&C Subcantract�r to assume the
responsibilitie� specified below. However, execution af these specified
duties by the system supplaer s�alZ not relieve the CONTR.ACTOR a£ the
ultimate responsibility for the control eq�ipment.
a. Detailed design, engineering, fabrication, assembly, wiring, integration,
iesting, and debugging of the insirumentation and control system in
accozc�ance witb, the Contract Documents, the reviewed submitt�l
drawings, and all refere�ced standards and codes,
b. Preparation, assembly, submission, and correction of all instrumentation
and control system submittals in accordance with the Contract
Docux�ents.
c, Proper integration and intez�acizag of the instruxnentatian and controZ
system hardware, field devices, and panels including requir�d interfacing
3isloab 13fiq0 - 4
City of �'ort Worth
West Side N Project — Purnp Station
I & C SYSTEM
GENERAL REQUIItEMENTS
with package control systems furnished by other equipment suppliers,
with existing equipment, and with the electrical system.
d. Supervision af the installation afthe instruinentation and control systern,
instruments, panels, consoles, cabinets, wiring, and other components
required.
e. Calibration, iesting, and start-up of the instrumentation and control
system.
f. Training of OWNER personnel in operation and maintenance of the
instrurnentation and control system, in accordance with Specificatian
13603, System Training.
g. Handling of aIl wanranty obligations for the control system components.
h. Coordinate the installation and testing of the RTLT with HSQ.
D. Referenee Star�dards:
The fallowing organizatians have generated standards thaf a�re to be used as
guides in assuring quality and reliability of components and systems; govern
nomenclature; define parameters of configura#ion and construction, in
addition to s�ecific details in thxs Specification and the Cantract Drawings:
a. ISA, Instrument Saciety of America.
b. API, .American Petrole�un Institute.
c. UL., Underwri#ers Laboratories.
d. AWWA, American Water Warks Association.
e. NRC, Nuclear Regulatory Commission.
f. NE1�IA, National Electrical Manufacturers Association.
g. OSHA, Occupational �afety and Heal�h Administ�'ation.
h. ANST, American National Standa�ds Institute.
L MIL, Military Standards.
j. NFPA, National Fire Protection Association.
k. S,AM, Scientific Apparatus Maz�ufacturers Association.
1. IEEE, Institute of Electrical and Electronic Engineers.
m. NEC, National Electrical Code.
n. FM, Factory Mut1�a1.
1.3 C�ORDINATTON AND PROGRESS MEETIlVGS
A. CONT'RACTOR shall be responsible for scheduling and coorc�inating the system
installation with regard to all other vvork on the site and in accordance with the
provisions of the Division 1 General Requirements. Said coordination shall be
documented on the project schedule.
B. Routine progress and coordination meetings will be scheduled by the
ENGINEER. CONTRACTOR shall be required to pravide the services of a
representative o� the I&C Subcantractar to at�end a minirnurn of 2 meetings.
C. The purpose of ihe meetings shall be ta review the progress of the work involving
sisioo6 13600 - 5
City of Fort Worth
West Side N Project -- Pump Station
I & C SYSTEM
GENERAL REQUIREMENTS
the instrumentation and con.fro� system and pz-avide coorciination for instaXlation
of the equipment to Ensure construction schedules are met.
D. Representatives at the meetiz�gs shal� have the compefence and authority to make
any and all necessary decisions. Decisions and statements made at the mee#ings
shall cornmit the CONTRACTOR and system supplier ta agreed procedures and
schedules.
1.�4 I&C SUBCONTRACTOR PROJECT PERSONNEL
A. The I&C Subconfractor shall provide the following project personnel:
1. Pro}ect Manager:
a. The project manager sha11 coordinate and schedule all work and assure
that the project schedule is met.
b. The project manager shall act as the liaison with CONTRACTQR for the
installation of the instruznentation and control system equipment and
shall assist in all matters required for pra�er coorc�znation and interfacing
of the equiprnent and processes.
2. Field Engineer:
a. The field eng�neer shall have the responsibilities as �ollows:
1) Provide advice and technical consultation relative to iz�stallation
tachniques and procedures for equipment furnished.
2) Provide installed systerri cheekout, calibration, adjustment, and
start-up inciuding tuning of every cantral Ioop.
3) Provide maintenance services during the field test as specified in
Section 13�02, Instrumentatian and Control System Start-Up,
Commissioning, and Field Testing.
4) Have involvement in the on-site system �-raining of plant personn�l.
S) Provide resolution of cor�trol problems encoun#ered duriz�g initial
start-ap and te�ting of alI instrumentation and control equipment.
b. The field engineer shall have a minimum af five years experience in
s�stems enginee�ing and start-up and shall have a thorougla working
knowledge of the hazdware supplied for the instrumentation and control
system.
1.5 SUBMTTTALS
1. Shop Drawings:
1. Gen�ral:
a. Make shop drawing submittals in accardance with the requirements of
ihe Contract Documents, incIuding Section 01300, Submittals. Submit
a11 subs�itu#ions {praducts by manufacturers other than those specifically
�arr�ed) in accardance with the requirements o� Section 01340,
Submittals,
3181D06 1360Q - 6
W
City of Fort Worth
West Side N Project — Pump Station
I & C SYSTEM
GENERAL REQUIREMENTS
b. Preparation of shop drawings shal� not commence until after tha
pre-subrnitial conference specified below.
c. Manufacture of the instrumentation and control system shall not
commence until related submittals have b�en approved by ENGINEER.
d, Shop drawings shall be submitted by specification section number.
,e. Review of shop drar�vings by ENGINEER will be for confortnance with
Contract Dacuments and with regard to functions specified to be
provided.
£ All shop drawings and diagrarx�s shall be developed using AutoCAD
Release 14. Hard copies shall be snbmitted for review. Recard
Drawings and Final O&M Manuals shall include all AutoCAD Drawing
Files as well as the hard copies of the drawings and diagrams.
2. ,5ubmittal Requirements:
a. Product infozmation for all sensors/transducers and field instruments.
Include the following:
1) Manufacturer's proc�uct name, standard catalog product data and
complete naodel number.
2) Instrument tag number frorn Cont�-act Docurnents.
3} Description of construction features, including l�ousing material and
NEMA rating.
4} Performance and operation data.
5} Dimensioned installation and mounting details, instructions, �nd
recornmendations that are specific to this project.
6) Identification of all wiring interconnections and points of
eannection.
7) Serviee requirements.
8} Calibration informa#ion.
9} A Iist af ranges and setpoints that includes each cievice.
10} Any instrument not Iisting a range in Division 13 shall be
coordinated during the submittal review process. Ranges that are
specified, may be changed due to the actual tank sizes, flow and
pressure af equipment provided. Th�s will be at no extra cast
duzing the submittal review and approval process.
b. RTU System Tnformation:
1) System Descriptian:
a) Defailed block diagram showing system hardware
configuration and identifying manufacturers and model
numbers of system con:xponents.
b) Software language and organizatian.
c) Fonnat, protocol, and procedures for remote communications
and local communications with � input/output modules and
peripheral devices.
�} On-line and off-Iine capabilities for pragrazz�m.ing, system
3181Q06
13600 - 7
�ity of Fort Worth
West Side N Proj ect — Pump Station
Z)
3)
T & C SYSTEM
�ENERAL REQUTREMENTS
utilities, and diagnosties.
e} Input/output point listing with UO module cross reference
identification, card rack, slot and terminal point references.
� List of spare parts and test equiprnent.
Equipment Hardware:
a) Manufacturer's standard catalog produet data for a11 system
cornponents, including the radio equipment.
b) Layout drawings showing front, rear, end, and plan views to
scale of all processing equipment, UO components, povver
sup�lies, and peripheral devices.
c) Constructiaz� details, features, and procedures.
d) Interconnection diagrams including termination details, cab�e
identif cation iists, and cable lengths.
e) Plans sho�ing equipment layout in cantrol panels.
f� TnstalIa�ion requireznents, instructians, azzd/or
recommendatians.
Software Descriptian:
a) 5tandard technical dacurnentation covering a11 aspects of the
programmable eontroller so$ware functinns and capabilities,
including in.struction set description and programming
proc�dures related to control, monitoring, logging, and
alarming functians.
b) Documentation describing memory type, size and structure and
listi�g UO and Data Table memory and size of inemory
available for programs.
c) Existing Control System Modifications:
1) Docurnentation covering all aspects of the modifications
to the control sof�ware functions, incZuding database
entry, gxaphic screens and control strategy development
related to contral, displays, monitoring, lagging, and
alarming functions of the purnp station provided under
this contract.
d) Panels, Consolas and Cabinets Information:
1 j Layaut Drawings, include the follav�ring:
a) Front, rear, end and plan views to scale.
b) Dirnensional information.
c) Tag number and functional nanne of components mounted
in and on panel, console, or cabinet,
d} Praduct information on all panel eflmponents. Tnclnde
information as specified above for the field
sensars/transducez's and instruments.
e) Nameplate Iocation and Iegend includ�n.g text, letter size,
and colors to be used.
� Location o� anchoring connections and holes.
3181006 13 600 - 8
City o£ Fort Worth
West Side N Project — Pump Station
e}
�
g)
h)
i}
j)
I & C SYSTEM
GENERAL REQUIREMENTS
g) Location of external wiring and/or piping cannections.
h) Mounting and installation details.
i) Subpanel layouts and mounting details %r aIl items
lo�ated inside control panels.
Panel schematic and internal point-to-point wiring and/or
piping c�iagrams, include the follow�ng:
a) Name of panel, console, or cabinet.
b) Wiring sizes, types, and numbers.
c} Piping sizes, types, and nurnbers.
d} Terminal stzip and post numbers far a11 interconnectiQns.
e) Calor coding.
� Functional name and manufacturer's designatian far
components to which wiring and piping are cannected.
Electrical wiring diagrams in accordance with NFPA 79
standards. No "typical" wiring diagrams will be acceptable
and no tables or charts to describe wire numbers will be
acceptable. All wires shaXl be labeled az�d shown on the
subrn�ttal drawings. Diagrams shall include alI
interconnections between field devices, panels, con#rol
stations and motor conttollers.
Plan showing equipment layou� in each area.
Stock lists or Bill of Materials for each panel including tag
number, fixnctional name, manufacturer's name,
manufaciurer's model number, and quantity for all
components mounted in or on the panel or
enclosu�re.
Heat gain/loss calculatzans for each panel ar enclosure to
verify that there is sufficient dissipation of generated heat �o
mainfain interior panel temperatures within the maxirnum and
minirnum operating ternperature of aI1 panel components with
ambient temperatures as specified inParagraph 1.7.D of this
Section.
Ix�st�rument loop diagrams for all analog display and control
Ioops prepared using ISA standard symbols in accordance
with ISA standard 5�.�, include the follawing:
1) Functional name of Ioop.
2) ISA �ag nurnbers as shown in the Specifications and an the
Contract Drawings.
3) Functional name and manufacturer"s name and model,
product or catalog number for each item in the loop.
4) Location of each item.
5) Signal type and calibrated range, scale, ar setpoint fox each
item.
6} Transmitter output drive and receiver input impedance.
�isioo6 13600 - 9
City of Fart Worth
West Sid� IV Project — Pump Station
I & C SYSTEM
GENERAL REQLTiREMENTS
Show tatal loop impedance and reserve.
7) Identification of loop and instrument energy sources.
8) Identi�cation of all intercoz�z�ections. Include wire
n�mbexs, sizes and types, cable numbers, condui�
numbers, intermediate junctian box identification and
lacation, terminal numbers, and grounding connections.
k) All drawings, diagrams, loop sheets, etc., shall be de�veloped
using AutoCAD Release 14. Hard copies shall be submitted an
sheets of paper with a MINIMLTM dimension of 11" x 17" and
with a MINIMiTM text height af .QS". AutoCAD Drawing Files
shall be provided with the Record Drawings and Final O&M
Mazauals.
4) Control System Operation and Maintenance Manuals:
1. Furnish O&M manuals for the instrumentation and control
systern in accardance with the requirements of Section 01730,
Operation and I1�aintenance Data; and the supplemental.
:requirements below:
2. The O&M manuals shall include the �ollowing:
a. Name, address, and telephon� nurnber of the contxol
system supplier's local service representative.
b. Coxnplete Iist of suppiied system hardware parts with full
mod�l numbers referred to system part desigmatians,
including spare parts and test equipment provided.
c. Copy of ail approved su�imittal information and system
shop drawings as specified herain with coz�'ectians made to
reflect the actual system as tested and delivered to the site
for installation. Half-size black line reproductions shall be
provided for alI shop drawings larger than 11x17 inches.
d. Manufaciurer's Original Capies ofHardware, I�stallation,
AssembZy, Programmin�, and Operations Manuals for a11
contro� system compoz�ents. Manuals shall inclu�e the
following information:
1} General descripiiv� information covering the basic
features of the equipment.
2) PhysicaZ description covering layout and installation
requirements and all en�ironmental constraints.
3) Standard technical documentation ca�ering the
procec�ures for programming, start-up, and shutdnwn
of the PLC equzpment including instruction set
descrip#ions and programming procedures.
4) Principles of operafior� explaining ihe logic of opera-
tion; provide infortnation covering aperafion to a
component Ievel.
3151006 i���0 - Ifl
City of Fort Worth
West Side IV Project — Pump Station
5)
I & C SYSTEM
GENERAL REQUIREMENTS
Maintenance pracedures covering checkout,
traubleshaoting, and servicing; checkout procedures
shall provide the means to verify the satisfactory
operation af equipmEnt, troubleshooting procedures
shall serve as a guide in detennining faulty
camponents, and servicing �rocedures shall cover
requirements and recommended tirn� schedule %r
- calibration, cieaning, lubricatzon and other house-
keeping and pre�entive maintenance procedures.
6) Wixing, schematic, and logic diagrams.
7) Safety considerations relating to operation and
maintenance procedures.
S) Manufactuzer's recomrnended spare parts list with
- madel numbers.
3. All O&M Manuals sh.a11 be tailored �'or the proj ect by indica#ing
all options ar accessories provided andlor deleting or crossing
; out n.on-applicable options or information.
4. The �&M Manuals shall be printed on heavy, first quality paper.
j Large manuals shall be subrnitted in three ring binders with a
table of contenfs and index tabs ta identify the various devices.
The table of contents shall reference the applicable Specification
Secfzon(s} for each item and shall be included in each volume of
multi-volume manuals. Coxnply with the requirements of
Section 01730, Operation and Maintenance Data.
5) Record Drawings and Documentation:
1. CONTRACTOR and system suppli�r shall revise all system shop
drawings and submittals to reflect as-built canditions in accor-
dance with the requirements of Section 01720, Record
Documents; anci the Gannact Documents and the supplemental
require�nents below.
2. Three copies of all revised shop drawings and documentation
{including the AutoCAD Drawin,g Fi�es) shall be submitted to
the ENGINEER to replace out-dated drawings anci docu-
mentation contained in the Sysierri O&M Manuals. Half-size
black Iine sets shall be provided for aI1 dx'awings larger than
l 1x17. 5pecific instruc#ions for out-dated drawing rernoval and
replacement sha11 be provided with the recard drawing submittal.
3. Fu11-size black line prints of wiring diagrams a�plicable to each
control panel sha11 be placed inside a clear plastic envelope and
stoxed in a suitable print pocket or container inside each cont.rol
panel.
3is�oo6 13600 - 11
Czty of Fort Worth
West Side N Praject — Pump Station
I & C SYSTEM
GENERAL REQUIREMENTS
6} Reports:
1. Seven {7} copies of the following reports shall be submitted to
the ENGINEER:
a, Installation Inspection, Field Calibration, and Field
Testing Reports as specified in Section I3602,
Tnstrumentation and C4ntrol System Start-Up,
Commissioning, and Field Training,
1.b EQUIPMENT DELNERY, HANDLING AND STORAGE
A. CONTRACTOR sha�l make all arrangements for transportation, delivery and
storage o�'the equipment azad materials in accordance with the requirements of the
Contract Documents, requirements of the system supplier, and requirements of
equipment manufacturers.
B. Tnstrumentation and control system equipment shall be packaged at the factory
prior to shipznent to protect each item fram damage during shipment and storage.
Containers shall be protected against impact, abrasion, carrosion, discoloration
andlor other damages. C1early label c�ntents of each container and provide
information on the required storage conditions necessary for tbe equipment. Keep
OWNER axad ENGINEER informed oiequipment delivery.
C. All equipment shall be handled and stored in accardance with manufacturer's
instructions and zelevant organization standards. Equipment sha11 be protected
from �weather, moisture and othez- conditions which could cause damage. Items
which require a eontrolled environment for storage such as paneJ.s and
zr�icroprocessor units shall be stored in a climate controlled warehouse or facility.
System supplier shall notify CONTRACTOR in writing with copies ta OWNER
and ENGINEER of the storage requirements and recommendations far the
equipment prio� ta shipment.
1..7 GENERAL DESIGN REQUTREMENT�
A. Power Supplies:
1. AIl elec�rically powered equiprnent and devices shall be suitable £or
operation on 115 Volt (plus/minusl0%), 6� Hz power. Zf a differen� voltage
oz' closer regulation az�e required, a suitable regulator or transfortner shall be
provided.
2. Appropriate power supplies and surge protection as specified in Section
13650, Control Panels and Enclosures, shaZl b� furnish�d by
C�NTRACTOR, far a11 two wire transmitters. Power supplies shall be
rnounted in control panels or er�closures�
3. Design all power supplies far a minimum of 130% of the rnaximurn
simultaneous current draw,
3i�too6 13600 - l2
City o£Fort Warth
West Side N Project — Pump Staiian
I&CSYSTEM
GENERAL REQUIREMENTS
B. Signal Requirerraents:
1. The control system shall be desi�ned to use 4 to 20 mA dc analog signals,
unless otherwise specified.
2. Signal con.verters and repeaters shall be provided wbere indicated ancl/ar
where z'equired. Power supplies shall be sized adequately for signal converter
and repeater loads.
3. Signals shall be isolated from ground.
4. 5ignals shall not have a tz-ansient dc voltage exceeding 30Q volts over one
millisecond nor a dc camponent over 304 volts.
5. The system will be used in a water treatrnent plant type en�ironment where
. there can be high energy AC fieids, DC control pulses, and varying ground
potentials between the sensorsltransducers and the systenn components. The
system design shall bc adequate to provide proper prot�ction against
interferences from all such passible situatians.
' C. Miscellaneous:
1. At1 iz�strutnentation and control systenr� camponenis shall be heavy duty
types, designed for continuous service in a municipal water or wastewater
� treatment plant environment. The system is to contain praducts of a single
manufacturer, when possibl�, and to consist of equipment madels which are
currently in production.
{ 2. All inshumentation and control system components shall be designed to
automatically return to accurafie measurement within IS seconds upon
restora�ion of power after a power failure or when transferred to stanc3by
power supply.
3. Surge proteciion shall be provic3ed for all power supplies, f eld instruments,
and all other control systern components to protect against damage by elec-
trical surges.
4. All field-mounted instruments and system components shall be designed for
installation in huxnid and slightly carrosive serv�ce conditions. All field
mounted iz�stru�ment enclosures, junction boxe.s, and appurtenances shall
confozm to NEMA 4X requirements unless otherwise specified.
5. All relays with interconnections ta field devices shall be wired through
terminal blocks. Rela� base terminals are not an acceptable alternate.
5. Ail pariel mounked instruments, switches, and other devices shall be selected
and arranged to present an organized and coordinated appearance. A11 frant
of panel mounied devices shall. be o�the sarne manufacturer and model line.
7. A11 components furnished including field and rear of panel instXurnents shall
be tagged with the item number and nomenclature indiGated on the Contrac#
Documents andlor approved Shop Drawings.
8. Ranges and scales specified herein sha11 be coordinated to suit equipment
actually furnished.
9, FieIc�-mounted devices shall be treated with an anti-fungus spray.
3181006 13b00 - 13
City of Fort Worth
West Side IV Project — Pump Station
I & C SYSTEM
GENERAL REQLT.fREMENTS
10, Field-mountec� c3e�ices shaZl be protected fram exposure to freezing
temperatures and overheating due to prolonged exposure to high ambient
temperatures and direct sunlight.
11. All field insfruments anci wiring shall be tagged and labeIed as described in
Section 1365D, Control Paneis and EncXosures.
D. Environmental Conditians:
The control system shall be designed and constructed for continuou�
operation under the following temperature and humidity conditions:
a. Tndoar 1oc.ations for control panels and instruments:
1) Ambient Terz�peratu.re: OF to 1p4F.
2) Relative Humidity: 98 percent maxirnum.
b. Outdoor locations far instrum�nts:
1) Ambient Temperature: OF to 120F.
2) Relative Humidity: 1 a0% maxirnum.
E. system nesrgns:
1. Range, scale, and setpoint values specified in other Division � 3 Sections are
for initial setting and confi�uration. Modifications to these values rnay be
required based on actual equipment furnished azad as necessary to implement
proper and stable process action which are d�termined as systez�ns are placed
in operation. These modifications sha11 be done by the CONTRACTOR at
nn additional cost to the OWNER.
2. For any items where ranges, scales, and setpoints nrzay not k�ave been
speeified, CONTRACTOR shall submii a recainmendation to the ENGINEER
for review and addressed during the aubrnittal review process.
F. Failsafe Type Circuitry:
1. The contral lagic circuitry far all personn�l sa�ety, ail equipment protectian,
and alZ alarms shall be designed and constructed to employ faiTsafe typ�
circuits. Failsafe circuitrybegins at the fie�d device and continues t1u-ough �o
the final alarm paint, zncluding all hardware and saftware portions. Failsafe
circuitry requires the "opening" of normally closed contacts and the de-
energi2ing of contral relays when an ahnoz-rnal condition occurs.
2. The CONTRACTOR shall be responsible for the coordination betv,�een a11
subcontractors, including vendor supplied .systems, to ensuz�e the failsafe
principle is used.
+ + END OF SECTION + +
3381U06 13600 - 14
City of Fart Worth . I& C SYSTEM
.�
West Side N Project — Pump Station FACTORY TESTING
I + SECTION 13601
' INSTRUMENTATION AND CONTRQL SYSTEM
FACTORY TESTING
PART 1 - GENERAL
1.1 REOUIItEMENTS AND RESPONSIBILITTES
A. Befflre shipment, perform factary testing at the xnanufacturer's facility to verify that
sys#em camponents are funcfiioning properly and that they meet the functional and
performance requirements of the Contract Docurnents. All personnel, equipment,
facilities, terriporary wiring, and incidentals required for testang shall be provided by
the CONTRACTQR.
B. CONTRIICTOR sha1l submit information on factory testing procedures to verify that
testing shall fulfill the requirements as specified herein. Submittal sha11 be made ai
least two months in advance of any scheduled testing and sha11 inciude dates of
scheduled tests.
C. CONTRACTOR shall notify the ENGTNEER in writing at least three (3) weeks
before expected initiation of tests in arder to coardinate the travel arrangements.
Factory tests sha11 not conflict wi�h one another, including those in Divzsion 11,
Division 15 and Divisxan 16. Factory testing of all Instrumentation and Contaral
Systern panels, consales, enclosures, RTU Panels will be witnessed by the OWNER
and/or #he ENGINEER. The CONTRACTQR shall be responsible for the costs of
lodging, meals, and travel for four (4) OWNERIENGINEER personnel far each
factory test. The presence of OWNERIENGINEER during testing does not relieve
the CONTRACTOR from co�ra.forming to thc requirements of the Contract
Documents and shall in no way imply acceptance of the equipment. If retests are
required, the CONTR.ACTOR shall be responsible for the cost of loc3ging, meals, and
travel for four (4) QWNER/ENGINEER personuel to witness the retest. All travel
schedules sha11 bE during norzxial business hours. "Red-eye" travel times will noi be
acceptahle.
D. The Factory Testing shall not begin uniil all related insirum�ntatian and eontrol
system shop drawings have been submitted and approvEd.
E. To ensure that alI control systems and equipment are properly coordinated and will
iunctaon in accordance with ihe intent of the�e Speci�'ications, the CONTRACTOR
3is�oo6 �3601-1
City of Fort Worth
West 5ide N Proj ect — Pump Station
F.
I & C SYSTEM
FACTORY TESTING
sha11 engage ihe s�rvices of a quali�ied I&C Subcon#ractor in whom shall be �ested
unit responsibility for the proper function of the cor�nplete system. However, the
CONTRACTQR shall retain uZtimate responsibility under this Con#ract for system
control and equipment coordination, installation, aperation and guarantee, and the
CONTRACTOR shall furnish and install alI labor, equipment, materials,
appurtenances, specialty items and services nat providEd by the I&C Subcontract�r
but required far com�le#e and operable control systems. The control equipment
covered by the Contract Documents is intended to be standard equipment of proven
ability as manufactured by reputable concerns having extensive experience in the
production of such equipment. The control equipment �urnished shall be
znanufactured and ins#alled in accardance with the �ontract Documents, and shall
operate satisfactorily to meet the requirements of the Contract Documents.
Related work specified elsewhere thai shall appIy to all equipment, materials, labor
and services furnished under this Section shaJl include, but not be limited to, the
fallowing:
1. Division 1, General REquirements:
a. Section 01300, Submittals.
b. Section OI701, Warranty.
c. Section 01730, Operation and Maintenance Daia.
d. Section 01731, Instructian af Opez-ations and MaintenazjcE Personnel.
Divzs�an 11, Equipment.
Division 13, Instrumentafiian.
2.
3.
,SBC�lbri � S� QO, Valves and Appurtenances.
Division 16, Electrical.
a. Section I3600, Instrumentatian and Cantrol System G�neral
Requirements.
b. 5ection 13602, Instrumeniation and Control System Start-Up,
Corz�missianing, and Field Testing.
c. Section 13G03, Instrumentation and Control System Training.
d. Section 13605, System Functional Requirements.
e. Sectian 13610, Programmab�� Contrallez �ystern.
f. Section 13b20, Primary Sensors and Field Instruments.
g. Section 13650, Control Panels and Enclosures.
4.
5.
G. The I&C Subcontractor and manufacturers of the equipment specified herein shall
be required to review and satisfy alI relevant requirements of other Sections of the
Contract Docurnents and the requirements oF the Contract Drawings. The
CONTRACTOR, manufacturers, sup�liers, fabricatQrs and/oz� subcontractoxs
furnishing andlor installing equipment, services and specialiies associated with this
Sectior� shall fully coordinate their efforts to avoid patential claims that are based an
failure to review re]�vant Contract Documents, including the Cantaract Drawings.
3181006 13 601-2
City of Fort Worth
West Side N Project — Pump Station
1.2 SYSTEM HAIZDWARE INSPECTION AND TESTING
I & C SYSTEM
FACTORY TESTING
A. All system hardware componerits shall be tested to verify proper operation of the
equipment as stanci alone units. Functional tests shall include, but not be limited to,
the follawing:
1. AC/DC power checks.
2. Pawer fail/restart tests.
3. Diagnostics checks.
4. Test ciemonstra#ing that alI specified equipxnent functional capabilities are
working properly.
B. Control panel fabrication shall be checked to verify compliance with Gontract
Documents and appraved shop drawings. Fabrication inspection shall include, but
not be limited to, the following:
1. Nameplates and tags.
2. Wire sizes and colox coding.
3. Terminal block spare requirements.
4. Proper w�ring practices and grounding.
5. Enclosure flatness, finish, and color.
C. A11 RTLJ programn�ing required to perfonrr� v0 and data highway testing, as specified
below, shall be pzovided by CONTRACTOR. Copies of the progr�ms shall be
provided to the ENGINEER duzing the witnessed factory test.
D. All RTU input/output dEvices shall be tested to verify proper operation and basic
calibration. CONTR.ACTOR shall t�st all inpui and output points prior to the
witnessed factory tes# and sha�l provide copies of signed and certified check lists ar
other documentation to dernonstrate the coxnpletion of I/O testing. A random
sampling of IIO (bath digital and analog), in an amount approximately equal to five
percen� of the total T/O count, shal� be selected by the ENGINE�R and tested during
the witnessed factory test. RTU UO testing shall include, as a minirnurn, the
following:
1. Sirnulate a field digrtaI input for each RTU input point at the terminal strip of
the control panel and veriFy response at the output point
2. Sirnulate a field analog input fox each RTU analog input point at the terminal
strip of the controt panel and veriiy RTLJ.
3. Force an output at the RTU digital outpui point and vez�ify the signal presence
at the terminal strip in the control panel.
4. Simuiate an analog output for each RTLT analag output poinf and verify signal
presence a# the termin�l strip in the control panel.
E. Panel and control component modificatians and conrections required as a resu�t of
testing shall be completed and dacumented by ihe CONTRACTOR before shipment
3181006 13601-3
City ofFprt Worth
West Sid� N Project —�ump Station
I & C SYSTEM
FACTORY TESTLNG
of the panels. �anels shall not be shipped from the factory until six (6) co�ies of
certi�ied factory test �-eparts indicating satisfactory performanee have been submitted
to and appraved by the ENGINEER. Factory test reports shall include tk�e following
information:
2
3.
4.
5.
List of tests performed.
Certified check Iists or docum�ntation verifying all UO has been tested, as
specified above.
Documentation verif}�ing all panel wiring nas been checked.
List nf requir�d modificatians or eorrections and correeti�e action taken.
Factory test reports shall b� signed and dated by an authorized representative
of the system supplier and by I&C Subcontractor.
+ + END OF SECTIQN + +
3�siao6 13601-4
City of Fort Worth I& C SYSTEM
West Side N Praject — Pump Station START-UP, C�MMISSIONING
& FTELD TESTING
SECTION 13602
INSTRUMENTATIQN AND CONTROL SYSTEM
START-UP, COMMISSIDNING AND FIELD TESTING
PART 1 - GENERAL
1.1 REQUIREMENTS AND RESPONSIBII.ITIES
A. CONTRACTOR shaD be respansible for providing all labor, materials, equipment,
and incidentals necessary to perfozm and �coordinate the system eheck-out and
start-up, commi�sioning, and field testing of the instruzaaentation and control system.
B. CONTRACTOR shall retain the services oi the I&C �ubcontractor to supervise
and/or perform the requirements of this section. As part of �hese se�rvices, the I&C
Suhcontractor sha11 include for those equipment items not manufactured by him the
services of an authorized manufacturer's representative to check the equipment ins#ai-
lation and place the equiprnent in aperation. The manufacturer's representative shall
be ihoraughIy knowledgeable about the insta�lation, operatian, and maintenance of
the equipment.
1.2 SYSTEM CHECKOUT AND START-UP
A. C�NTR.ACTOR andlor the instrumentatian and c�ntral system supplier, and other
instrument suppliers as applicable, shall perform the following:
1. Check and approve the installation of all instrumentation az�d control corxzpo-
nents and all cable and wiring connections between the various system
components prior to placing the var�ous processes and equipment into operation.
2. Cnnduci a comple#e system checkout and adj�stment, including calibration of
a11 ins#ruments, tuning of control loops, checking opez'atian functions, and
testing of final contral actions. All problems encot�ntered shall be promptIy
carrected to prevent any delays in stazt-up of the various unit processes.
B. CONTRACTOR sha11 provide �ll test equiprnent necessary to perform the testing
during sys�em checkout and start-up.
C. CONTRACTOR anrl/or system suppli�r shall he responsible for ini�ial operation of
the instrumentation and control system and shall make any required cbanges,
adjustment or replacements for apez-atian, monitoring, and conh-o1 of the various
processes and equipment necessary ta perform the functions intended.
D. CONTRA.CTOR shall furnish to the ENGINEER cea-tified calibration reports for
field inst�rnents and devices specified in Section 13620 as soon as calibration is
completed.
3jaiao6 13602 - 1
City of Fort Worth
West Side N Project —1'ump Station
I & C SYSTEM
START-UP, COMMISSIONING
& FIELD TESTING
1. Receipt of any calibration certificate shall in no way imply acceptance of any
worl� o;r instrurn�nt.
2. The calibraiion certificate forins shall be prepared and furnished by CON-
TRACT4R and shall contain the informatian shovwn �n the sample calibration
certificate included at the end of this sectioz�. All cali�ratian data pertinent to
tbe individual instruments shall be provided on the c�iibration certif cates.
3. Each calibratian certificate sha11 be signed and dated by an authorized
representative of CONTRACTOR. Three copies of eac� corz�pleted certificate
shall be submitted to ENGINEER.
E. CONTRACT�R shall furnish to ENGTNEER two copies o�an installation inspectian
report certifying that all equipment has been installed correctly and is operating
properly. 'The report shall be sig�ned by authorized representatives of both
CONTRACTOR and the system supplier.
1.3 COMMISSIONING
A. Following the instrurrientation and control system checkout and start-up,
CONTRAeTQR, under the supezvision of the system supplier, shall perfoz'm a
complete system test in the presence of the ENGINEER to verify that all equipment
and software is operating prflperly as a fully integrated system, and that the intended
nlanitoring and control functions are fiilly implemented and operational.
1. Coznmissioning can only begin when all ir�strua�zients and control panels are
installed, wired and previously tested by the CONTRACTOR, in accordance
with �arag�raph 1.2 af this section.
2, A11 spare parts must be an site and accepted priox fo Commissioning.
3. CONTRACTOR shall submit to the ENGINEER a schedule for Commis-
sioning, including a proposed start da�e, at least three weeks in adva.nce.
B. Commissioning shall include, as a minimum, the foilowing checks:
1. All wiring sha11 be checked at each termination point for correct wire size, type,
co�ar, tenmination and wire number.
2. AlI instruments and devices shall be checked fo verify compliance with �he
speci�cations and approved shap drawings. The calibra#ion o�analog devices
shall be verified including the zero and span.
3. Analog wiring shal� be checked for carrect polarity and ground continuity at
each termination poznt in the loop.
�4. All analog loops shalZ be verified at each termination point at�0%, 25%, 50%,
75%, and J 0�% signal levels.
C. CONTRACTOR shall provide the following documentation for use during the
Commissioning effort.
1. Complete panel schematic and internal paint-to-poin� wiring interconnect
drawings.
2. Gomplete electrical control schematics in accardance with J`IC standards.
3is�oo6 13602 - 2
City of Fort Worth
West Side N Pxaject — Pump Station
3.
4.
5.
6.
7.
$.
I & C SYSTEM
START-UP, COMMI55IONING
& F]ELD TESTING
Complete pane� Zayout drawings.
Complete field wiring diagrams.
Complete instrument laop diagrams.
Completed Calibration Certificaies for all field and panel devices that require
adjustmenf or calibrai�on.
CONTRACTOR sha1l provide one set of Commissioning docUmentation for the
OWIVER's personnel, one set for ihe ENGINEER's use, one set for field use, and
the required number of sets for the Contractor's use.
The drawings carrected and modified dw�ng Commissioning shall fnrm the
basis for the "As-Built" record drawing requirement.
D. AlI RTLT hardware and sQftware shall be tharoughly tested to verify proper operation
as an integrated system. Sysfem testing shall include, as a minimum, the following:
1. All digital inputs shall be activated at the field element to verifypraperresponse
to tha status change on graphic c3isplays, reports, and in automatic control
algorithms.
2. AIl analog inputs shall be tested at the �ield transmitter over a full range to
verify prflper response on graphic displays, reports, and in automatic control
algorithm�.
3. Al� digital and analag outputs shall be forced to verify proper control operation.
4. Communications, including RTU data highway, computer 1oca1. area network,
RTU remote v0, and serial communications sha1l be tested betvveen all
components, including existing equipment.
5. Alarm displays and printing sha11 be tested for alI analog and digital alarm
point�.
6. All automatic control algorithms shall be completety tested over various ranges
and input conditians to �erify proper opez-atian. Graphic displays shall be
observed to �erify proper response to automatic control opexations.
7. All historical data collection, tzending, computation, totaliza#ion and r�porting
funetions sha11 be checked and tested to eonfirm proper operatian and accuz'acy of
the data.
S. radio communication sha11 be tested and established between the RTU and
SC.ADA building.
E. Arry defects ar prolalem� found during the Cammissioning effort or field test ahall be
corrected by the CON'T`RACTOR and then retested to demonstrate proper operation.
F. Fol�awing testing and demonstration of all systezxy fur�ctians, the Instrumentatian and
Control Sysiem including field sensorsltransducers and instruments sk�all be running
and fully aperational for a cantinuous 48 hour period. The Field Test specified belaw
shall not begin until ihe cantinuous 48 hou� proving run has been successfully
complet�d and OWNER and ENGINEER agree that the Field Test can begin.
3181OD6 136{�� - 3
Ciry of �ort Worth
West Side N Project—Pump 5tation
1.4 FTELD TEST
I & C SYSTEM
START-UP, COMMIS S.IONING
& FIELD TESTING
A. The Field Tes� shall begin follor�ving completion of System Check-out and Start-up,
Commissioning, and the �8 hour praving run as specified above and shall contir�ue
until a time frame has b�en achie�ed wherein the systezzz (both hardware and
software) availability meets or exceeds 99,7 percent for 7 consecuti�e days and no
syste�n failures ha�e occurred which result in sfarting the Field Test over again.
During the Field Test the system shall be available to plant operating personnel for
use in normai operation of the plant.
B. For the purpose of the Operational Availabzlity Demonstration, the system will be
defined as consisting of the fallawing sysfems and components:
1. Local Controi Panel.
2. RTU communication with the existing computer monitoring equipment at the
central station .
3. AlI RTU system corngonents including processors, comrnunieations modules,
and I/O modules.
4. Primary �ensors/Transducers a.zxd Field InstrumEnts.
5. AnalyticalInstnrments.
C. The conditions listed below shall constitute system failures which are considered
critical to the operabiIity and rnaintainability of fhe system. Th� Operational
Availability Demonstration shall be te�inated if one or more of these canditions
occur. Following correction of the problem, a new 7 cansecutive dayField Test shall
begin.
1. FaiIure to repair a hardware or saftware problem within 2� consecutive hours
from the time of notification of a system faiIure.
2. Recurrent t}�pe hardware or software problezns, if the same type of problern
occurs three times or more.
3. Soflware prablern causing a RTU processor to halt execution.
D. The follawizzg conditians shall consiitute a system failure in determining the system
availabi2ity based on the equatian speci�ed in Paragraph E be�ow:
1. Failure of one or rnare input/output cornponents.
2. Failures of any type affecting ten or maxe input/auiput points sirnultaneously.
3. Failure of any type af�ecting one or more regulatory control loops or sequential
control algorit,�rza,s thereby causing a loss of the automatic control of the process
variab�e or process sequ�nce operation.
4. Failure of a RTU ar comp�ter power supply,
5. Failuz�e of two or mor� pr�mary sensors/transducers, field instruments, or
analyzers simultaneously.
E. The system availability shall be calculated basee� on the following equation:
A = MTBF / (MTBF+MTTR) �c 100%
31 B 1006 13602 - 4
City of Fort Worth
West Side N Project — Pump Station
I & C SYSTEM
START-UP, COMMISSIONING
& FIELD TESTING
where: A= system availability in percent
MTBF = average time interval between consecutive system failures
MTTR = average time requized to repair system failures
F. Time between failures shali be the period between the time that a reported system
failure has been corrected and the time of subsequent natif cation ofthe CONTRAC-
TOR that another system failure has occurred in terrns of operating hours.
G. Tirne to repair sk�all be the period between the time that the CONTRIICTOR is
natified of a system failuz'e and th� time that the system has been restored to proper
operation in terms of hours, minus an allowance for the following dead times which
shall not be counted as part of the time to repair period.
1. Actuat travel time for service personnel to get to the plant site up to a m�irnum
of 6 hours from tl�e time the C�NTRACTOR is notified o�a system failure.
2. Tirne for receipt of spare parts to the praject site once requesied up to a
rz�aximum of 24 hours.
H, Completion af a 7 consecutive day period without any restarts of the Field Test and
with a system availability in excess of 99.7 percent will constztute aceeptance of the
Instrumentation and Contzal System by the OWNER.
I. All parts anci maintenance materials required to z'epair tk�e system prior to complefion
of the FiELD TEST shall be supplied by the CONTRACTOR at no additional casY to
the OWNER. If parts are obiained frarn the required plant spare parts inventory, fhey
shall be replaced to provide a full complement of parts as specified.
J. An instrurnentation and contral system Malfunction/Repair Reporting Form shall be
completed by the plant persnnnel and/or ENGINEER to docurnent failures, to record
CONTRACTOR notification, arri�al and repair times and CONTRACTOR repair
actions. Farmat of the form shall be deve�oped and agreed upon prior to the start ofthe
Field Test.
+ + END OF SECTIQN + +
318140G
13602 - 5
�4
City of Fort Worth
�Nest Side N Project -- Pump Station
z & c sYSTE�
START-UP, COMMISSIONII�IG
& FIELD TESTING
CALIBRATI�N CERTIFICATE
Tag Number(Lotip Number; ,
Loop Description: —.
Instrument Location: ,
Manufacturer: .
Ivlodel Number: ,
Adjustable Range:
Calibrated Range: _ -
Remarks: - _ �
Installation Per ManufactuXez's Requirements? Yes P�Io
Installation Pez Contract Documents? If "No", �xplain; Yes No
Calibration Test:
4%
i5%
50°l0
75%
1�V�ffl
Switch Test:
Sefpoint 1
Setpaint 2
Int�ut {Units) Output (Unitsl Accuracv
Switch �oint Swi�ch Point
Settin Deadband Upscate Downscale
Setpaint 3
I hereby certify that the abo�ve information is correct and accurate, ta the best of my
knowledge, and that the instrumen.t zndicated above has been supplied, installed, calibrated,
and tested in accordance with the manu£acturer's recommendations and th� Contract
Documents, �anless othezwise noted. Receipt of this Galibration Certification shall in no way
imply acceptance of any work or instrument supplied as a part of th�s Contract.
CaNTRACTOR's Signature:
Date:
��s�oo6 J 36�2 - 6
City of Fort Worth
I & C SYSTEM
West Side N Project — Pump Station FLTNCTI�NAL REQUTREMENTS
� SECTION 13605
,
INSTRUMENTATION AND CONTROL SYSTEM
, FUNCTIONAL REQUIREMENTS
PART 1 - GENERAL
1.1 RESPONSIB�LITIES AND REOUIlZEMENTS
A. This section describes the functional requirements of all instrumentation, control,
monitoring systems and processes. This section. �nay also describe work related to
the control systems such as demolition af existing equipment, modificat�on of
exis#ing equipment, and installation o� wire and conduit related to the contral
system.
B. The foilowing system descriptions are provided to assist the CONTRACTOR in
assembling necessary sensars, control devices, monitoring de�ices and telemetry to
provide a complete and operable system. The descriptions are by no means
entirely complete. Therefore, if it is foun� during the course of the contract that
individual items of equipment, by virtue a�characteristics pecuZiar ta theix design,
require sensars, devices or connections not specificaily noted in th�ese docurnents,
these features shall be pro�ided at no addiiional cost to the �WNER.
C. A fiinctional description covening instr�xmentation and control systems is provided
in order to give the CONTRACTOR an understanding of the sysfem function and to
aid in the checkoui of the installation. The CONTRACTOR shall not use the
functional description as a basis for providing a system having equipment of lesser
quaiity or fewer component parts t1�an specified herein or shown an the Contract
Drawings. The C�NTRACTOR sha11 no# assu�e tk�at the fiinctional description
attempts to set farth a complete sysfem.
D. To ensure that alI control systems and equipment are propez'ly coordinated a.nd will
function in accordance with the requirerr�ents af the Contract Documents, �he
CONTRA.CTOR sha11 engage the sez-�ices af a qualified I&C Subcvntractor,
experienc�d in potable water pump station operation, in whom sha11 be vested urut
responsibility for the proper fiinction of the complete system. However, the
CONTRACTOR shalI retain ultimate responsibility under tlus Contract for system
control and equipment coordination, installation, operation and guarantee, and the
CONTRACTOR shall furnish azzd install a11 labor, equipment, materials,
appurtenances, specialty items and services not pravided by the i&C Snbcontractor
but required for complete and operabie control systems. The control equipment
covered by this specification is intended t� be standard equipment of �roven abitity
3181006 1.3b05 - 1
City of Fort Wortk�
West Side IV Project — Pump Station
1.2
I & C SYSTEM
FLTNCTIONAL REQUIREMENTS
as manufactured by reputable cancems havin.g extensiv� experience in the
production of such equipment. The control equipment furnished shall be
manufactured and installec� in accordance with the best practice and methods, and
shall aperate satisfactorily virhen installed as shown and specified in the Contract
Documents.
E. The CONTRACTOR, T&C Subcontractor and rnanufacturers of the equipmenfi
specif ed herein shall be required to revie�v and �atisfy all relevant zequirements of
other sections of the Contract Documents and the requirements of �he Contract
Drawings. The CONTRACTOR, manufacturers, suppliers, fabricators andlox
subcontractors furnishing and/or instal�ing equipment, services and specialties
assaciated with this Section shall fully coordinate their efforts to avoid potential
claims that are based on faiIure ta review relevant Contract Documents, including
the Contract Drawings.
RELATED WORK
A. Related work specified elsewhere that shall apply to all equiprnent, nnaterials,
�abor and services furnished under this Section shall include, but not be limited to,
the fo�lowing:
1. Division 1, General Requirements:
a. Section 013Q0, Submittals.
b. Sec#ion 016I0, Transportation and Handling of Products.
c. Sectian 0� 611, Starage and Protectian of Yroducts.
d. Section O1bS5, Starting and Placing Equipment in Operation.
e. Section Q1660, Fieid Tests of Equipment.
f. Section 01701, Warranty.
g. Section 01730, Operation and Maintenance Daia.
h. �ectiora D173�, Tnstruction of Qperations and Maintenance Personnel.
2. Division 9, Finishes.
3. Division 11, Equiprnent. .
4. Division � 3, Special Construction;
a. Section 13bQ0, Instrumentation and Cantrol �y�tem General
Requirements.
b. Section 136I0, Programmable Controller System.
e. Section 13620, Primary Sensors and Field Instruments.
£ Section 13b5U, Control Panels and Enclosures.
5. Division i 1, Mechanical.
6. D'zvision 16, Electrical.
1.3 FUNCTIONAL REOU].REMENTS
A. General: The system shall pzo�ide aIl of the functions described hereinaf�er for
3181�06 ��(05 � 2
City of Fort Worth
West Side N Project — Pump Station
I & C SYSTEM
Fi1NCTIONAL REQUIREMENTS
each loop. Major equipment items are identified in each loop. Howeve:r, the
�� CON'I"RACTOR shall provide aIl items of equipment, whether indicated,
� specified or not, that are necessary to effect the required loop performance at na
. additional cost to the OWNER. If a component is not described or shown in th�
I Contract Documents but is required to make the control loop fi�nction as
specified, the CONTRACTOR shall provide that companent at no additional cost
-� to the OWNER. Display and control loops are shown in process and instrumenta-
' tian diagrams {P&ID) form in aceordance with the Instrurnent Society of America
(ISA} standard 55.1 except as modified by the contrac# doct�ments.
B. The LOOP speci�ies the functional performance ofthe named piece af equipment
and zncludes an abstract af the functions of any interlacks to be pravided. The
precise defiriition of the interlock function is described in the Laop Description.
The elementary diagrams prepared by the CONTRACTOR'S I&C Subcontractor
shall show the interlock and identify the associat�d equipment.
C. Tag Nurr�bers: A slaorthand notation has been used on the P&IDs an� in the
Zoop descriptions to identify process areas, ]oops, and components. Areas or
Systems as defined in these Contract Documents, have been assigned loop
nwnbers a� follows:
Consicier the following example:
Example: Tag nurnber: HS-201 A(HOA)
NOTATTON EXPLANATION
HS ISA designation - H.AND SWITCH
20l Loap nurnber of Area ar System
A Suff x designating individual unit af rz�ultiple units in
same Loop series {Hand Switch A, in this case)
(H�A) Function Identifier - HAND-OFF-AUTO selectoz'
switch
D. Discrepaney: Ifa discrepancy exists between the written loop s�ecifications and
�e components shown on the diagzams af the P&ID Drawin�s, the wr�tten loop
speci�cation takes precedence. However, if a component is shown on the �&ID
Drawings and is not referenced in the written 7oap specification, bui is required to
provide proper operation of the system, the CONTRACTOR shall provide such
components without additional cosfs. And conversely, if a component is
described in the written loop specification and is not shown on the P&ID
Drawings, but is required ta provide proper operation of the systern, ihe
CONTRACTOR shall provzde such components without additional costs. The
CONTRACTOR sha11 immediately na�ify the ENGINEER of any such
discrepancies.
31810DG �3��J - 3
City of Fort Worth
West Side N Project -- Purnp Sta#ion
I & C SYSTEM
FUNCTIONAL REQUIREMENTS
F. Set Points {Trip Point}: A particulaz' namenclature has been used �o define the
action of discrete de�ices about their set p�ints. When RISING is specified with a
set point, it means that the contacts actuate for aI1 process variable values above
that point. Con�ersely, when FALLING is specified, it means that the contacts
actuate far alY process variable values below that point.
G, All set points (trip points} noted in the loop specifications are for reference only,
and shall be field adjusted during testing and start-up. All set points {trip points)
shatl be set ut�Iizing procedures as recommended by the manufactiuer af the
equipment being monitored and sk�all be field �eri�ed far proper systern
operation.
H. Signal Compatibility. Discrete signals from or to systems and �omponents not
provided under this Divisian shall be dry cantact szgna�s rated for 10 amps at I20
vblts. Dry cantacts �or switching 4-20 mA shall be rated 2 Arnp. and be gold or
gold flashed. The; CONTRACTOR shall coardinate the discrete signal
requirements with the I&C Subcontractor and the suppliers o� the equipment
praviding the dry cQntact signals to ensure system and sigrzal cornpatibility.
PART 2 - LOOP SPECTFICATIONS
2.1 GENERAL
A. The following paragraphs describe the basic functinnality of the instrumentation
and control system far the West Side N Pump Station and its interaface to the
existing SCADA control roorn. The SCADA control room, hereby referred to as
"MCS" �or convenience in the remainder of this specifiication, is cornprised of an
existing HSQ radio based supervisory-controi-and �lata-acquisitian system with a
personal computer basec� operator interface system. MCS shall be
programmed/conf gured to meet the requirements of the Cnntract Docunaents as
substantially described herein anc� as shown on the Drawings.
1. LOOP 100 GROLTND STORAGE LEVEL
A, The Graund Staz�age level sha11 be measured by a.pressure transmitfer
located in a tap at #he base of the tank. The level shall b� displayed at the
RTU and ai the HMI. Level alarms shall be generated at the HMT to alert
the operator of a problem. A historical trend shall be displayed on the HMI
to pravide th.e operator with historical data.
2. LOOP 101thru 104 PUMPS CONTROL P1 THRU P4
A. Three pumps at the pump station will draw watez from �he Ground Storage
Tank (GST} and pump through the distribution to tl�e Elevatec� Storage
3181006 13 605 - 4
Gity af Fart Worth
West Side N Project — Pump Station
T & C SYSTEM
FUNCTIONAL REQUIREMENTS
Tan1c (EST}. The RiJN, READY, COMMON FAIL, VALVE
OPEN/CLOSED, VALVE READY, VALVE FAIL, status shall be
displayed in the HI1�I. Runtiine shall be totaled in the RTLJ in current
minute, hourly, daily, monthly and pr�vious current minute, haurly, daily,
monthly totals. The �alues shall b� sent to the HMI on a periadic scan and
stored for use by the system for display and reporting. Tlus data will be
saved and backed up on an independent media on a monthly basis. There is
a�ocal HAND-0FF-REMOTE (H-0-R) switch on the MCC for each pump.
The pumps shall be interlocked to start against a closed valve and stop
agains# a closed valve. Thxs logic shall be hardwired and located in the
MCC. A timer in the RTLT 1o�ic shall shut the pump off in an orderly
fashion i� pressure is not sensed in the discharge line. In the HAND
positian the pump is controlled locally by the startls#op pushbuttons. In the
OFF position the pump is off. In the Remote position the HMY and local
RTi.T shall cnntz�ol the pumps. Depending on the AUTOIMANi7AL status at
the HMi, the pumps vvill be run manually or in the AUTO Mode, the pump
starts are alternated and sequenced in their starts baseti on level in the EST.
'I'he pump controls shall be interlocked with the GST level to prevent
running the pumps when the level is low. Additionally, th� pumps �will
shutdown is an orderly manner should the discharge pressure e�ceed an
adjustable limit. Time delays will be pro�ided to prevent "shart-cycling"
the pumps. Incorporate inta the programming of the RTU and HMI,
software and graphics for the con�rol of future Pump # 4. Pump #4 shall be
added without any additional programming.
3. LOOP 105 PUMP STATION HEADER PRESSURE
A. A pressure transmitter mounted in the discharge line of the pump station
shall moniior the pressure. This pressure s�gnal shall be displayed on the
RTU panel frant and senfi to the HMT for mortitoring and recording. High
and low alarms s�all be generated to notify the operator of a problem. A
his#orical trend shall be displayed on ihe HMI to provide the operator with
historical data.
4. LOOP 106 PUMP STATION FLOW
A. A venturi flow.meter and differential.pressure transmitter shall measure
the flow. The square root function shall be perfornned in th� transmitter
and a 4-20 mA Iinear signal proportional to flow shall be displayed on
the RTI] panel frant and sent to the RTLT. Flow shall be totaled in the
RTU in current minute, hourly, c�aily, manthly and previous current
min.ute,
hourly, daily, monthly tatals. The values shall be sent to ihe HN1� on a
periodic scan and stored for use by the sysfezn for ciisplay and reporting.
sisroo6
13605 - S
City of Fflz-t Worth
West Side N Project —�ump Station
I & C SYSTEM
FUNCTIONAL REQLIIREMENTS
This data will be saved anc� backed up on an independent media on a
monthly basis. A historical trend sha1l be displayed oza the HMI to
provide the operataz' with historical data.
5. LOOP 107 SERCUR.TTY ALARMS
A� Intrusion alarms shall be provided or� the overhead doars and tk�e
persoz�nel door. These alarms shall t�e coz�z�ected together at a field J
box and sent to the RTU as a comman input. This signal when ir� the
alarm condition will latch and notify the operator at the HMI of and
intrusion. This signal will remain active until the operator takes action
and resets the alarm.
4. LOOP i 08 MCC- POWER MONITQRING
A. The power sha�1 be measured and a 4-20 mA linear signal proportianal ta
power shall be sent to the RTiJ. The power shall be totaleci in the RTU in
current minute, hourly, daity, mflnthly and previo�s current minute,
hourly, daily, manthly totals. The values shall be sent to the HMI on a
periodie scan and stored for use by fhe systern far display and reparting.
This data will be saved and backed up on an independent media on a
manthly basis. A historical trend shall be displayed on the HMT to
provide the operata:r with historical data.
7. LQOP 109 PUMP STATION CL2 RESIDUAL
A. The total chlarine residuaZ shall be measured and a�-20 rnA linear
signai proportional to chlarine residual sha11 be sent to the RTLJ. The
chlozine residual sha11 be total�d in the RTU in current minute, hourly,
daily, rnonthly and previous current minute, hourly, daily, monthly
toials. The values shall be sent to the HMI on a periodic scan and stored
for use by the stem for display and reporting. Thi,s data will be sa�ed
and backed up on an independent media on a monthly basis. A historical
tz'end sha11 be displayed on the HMI to provide the operator wit�
historical data.
8. LOOP 110 PUMP STATION TEMPERATURE
A. The tez�perature of the water in the discharge line shall be measured and
a 4-20 mA Iizaear signal proportional to temperatu�ee shall be sent to the
RTU. The ternperature shall be totaled in the RTU in current minute,
hourly, daily, monthly and previous carrent minute, hourly, daily,
monthly totals. The values shall be sent to the HMY on a periodic scau
and stored fc�r use by the system for display and reporting. This data
�vill be saved and backed up on an independent media on a monthly
basis. A historical trend shall be displayed on the HMI to provide the
operator with historical c�ata.
318IOUG 13(��J - (
City of Fart Worth
West Side N Project — Pump Station
9. LOOP 111 SMOKE ALARM
I & C SYSTEM
FUNCTIONAL REQUIREMENTS
A. Smoke detector alarms shall be provided. These alarms shall be
connected together at a field J box and sent to the RTLT as a comrnon
inp�t. This signal when in tk�e alarm condition will Iatch and notify the
operator at the HMI of and xntrusion. This �ignal will rez�ain active until
the aperatar takes actian and rese�s the alarm.
10. LOOP 112 INLET VALVE
A. The inlet valve shall provide a means to contrQl the flow rate into the G�T
anc� therebyprovide a means ofmaintaining the level i� tbe GST. There is a
local HAND-OFF-REMOTE (H-0-R) switch on ihe valve operatar. In th�
. HAND position the valve is coaatralled localfy by the pushbuttons. In the
' QFF positian the valve is o�: In the Remote position the HMT and 1oca1
RTU shall conixal the valve. A percent open signal shall be sent to the
� RTU and the valve will open to tlaat setting;.
11. LOOP 113 SITRGE ANTICIPATOR
A. The surge anticipator shall provide an gez�eral fault alarm. This signal
when in the alarm condition will latch and notify the operafor at the HMT of
a fault condition. Tbis signal will remain active until the operator takes
action and resets the alarm.
12 LOOP 1 I4 SUMP HIGH ALARM
A. The shall be a float switch in the sump fo provide a high level alarm. This
signal when in the alarm condition wi111atch and nati£y the opexator at the
HMI of a fault condition. This signal will remain active until the operator
takes actian and resets ihe alartn,
+ + END OF SECTION + +
3isioo6 13605 - 7
City af Fort WortY� T& C SYSTEM
West Side N Pro}ect — Pump Station PROGRAMMABLE �ONTROLLER SYSTEM
SECTION 13610
PROGR.AMMABLE CONTROLLER �YSTEM RTU
PART 1 - GENERAL
1.1 DESCRIPTTON
A. CONTRACTOR shall furnish all labo�, materials, and components, and shallprovide
all design, assembly, pxogramming/configuration, testing, and start-up services
required to provide a complete and operational programmable coniraller and radio
telemetry system as specified and shown on the Contract Drawings. This system shall
hezeb�+ be referred #o as Remote Terminal Unit, or RTU. The sys#em includes, but is
not necessarily limited to the following:
1. Pracessors.
2. UO modules, chassis, and power supplies.
3. Telephone modem interface modules.
4. Radio equipment, antenna, cables, power supplies, etc.
5. RTU systerrx and radio system detailed design, assembly, programming/
configuration, insiallation, testing, and start-up services.
6. Securing of l�cense on �behalf of the OWNER for placing the radio systern in�o
operation.
B. HSQ shall furnssh the RTU and shall make programming changes ta the main
computer at the Ho3Iy Water Txeatment Plant SCADA building. The HMI
configuration methadology shall rnatch existing system configuration. The software
work shall include:
1. Define and modify the data base as required
2. Build one or more graphic screens to show the pump station and its
instruxnentation.
3. Pro�zde storage and display of historical data to match similar displays for other
pump stations in the sys#em.
4. Verify and test the praper operation of the SC.ADA HMI system.
5. Modify daily and monthly reports to include new data.
C. The RTU systern shall be configured for the �n�utlOutput signals as shown on the
Contract Drawings. Some variations in the configuration will be considered provided
the physical and fitnctional constraints as intended fnr the various system components
are met. Complete RTU system design, I/� configuration, module/rac� az-rangement,
construction, and ac�ditional coardination sha11 be required. The CONTRACTOR shall
secure the services of HSQ Inc., as specif ed in Section 136QQ to provide the RTLJ,
�iaioob 13610- 1
City of Fort Warth I& C SYSTEM
West S�de N Project — Purnp Station PROGRAMMABLE CONTROL�ER SYSTEM
fu11y constru�ted, programmed, configured, tested, and ready for f eld installation in
the control panel by the CONTRACTOR. The CONTR�CTC}R shail furnish and
install all additional equipment, labor, material�, appurtenances and ser�ices required
to accommodate and fully integrate the RTU into CONTRACTQR fi.izxaished control
panel and the Instrumentation and Control System.
D. The RTU sh�11 zaieet all the requirernents as established by the City of Ft. Worth
SCADA system.
E. The CONTRACTOR shall retain ultimate responsibility und�r tlus Contract for
equipm�nt caordination, instalIation, operation and guarantee, and the
CONTRACTOR shall fiimis�a and
install aIl labor, equipment, materials, appurtenances, specialty items and services not
provided by the supplier but required for a complete and aperable system. The
equipment covered by this specification is intended to b� standard equipment of
pro�en ability as znanufactured by reputable concems having exiensive experiencc in
the production of such equipnaent. The equipment furnisl�ed shall be manufactured
and installed in accordance with tbe best pz'actice and methods, and shall operate
satisfactarily when installec� to meet the requiremenis of the Contract Docurnents.
F. Related work specified eIs�vvhere that shall apply to a11 equipment, materials, Zabor
and services furnished under this Section sha11 include, but not be limited to, t�e
following:
1. Division 1, General Requi�ements:
a. Section 01300, Submittals.
b. 5ection 01655, Starting and PIacing Equipment in Operation.
c. Section 016b0, Field Tests o�Equipment.
d. Section 01741, Warranty.
e. Section 0173p, Operation and Maintenance Data.
f. Section 01731, Instruction a�Qperations and Maintenance Persannel,
2.
3.
4.
5.
Di�risian 11, Equipment.
Division 13, Instrurnentation.
a. Section 13600, Instrumentatian and Control System General
Requirements.
b. Section 136Q2, Instrumentation and Contral System Start-Up,
Commissianing, a�d Field Testing.
c. Section 13605, Fun�tianal Requirem�nts.
d. Section 13620, Primazy Sensars and Field Instruments.
e. Section 13650, Control Panels and Enc�asures.
Section 151QQ, Valves and Appurtenances.
Division 16, Electxical.
sls�oas 1361�- 2
City of Fort Worth I& C SYSTEM
West Side N Project — Pump Station PROGRAMMABLE CONTROLLER SYSTEM
G. The CONTRACTOR shall be required to review and satisfy all relevant requirements
of other Sections of the Contract Docunnents and the requ�rements af the Contz'act
Drawings. The CONTRACTOR, rnanufac#urer, supplier, fabricator and/or
subcontractors furnishing and/or installing equipment, services and specialties
associated with this Section shall fully coordinate their efforts to avoid potential
claims anc� delays that are based on failure to review all relevant ConiractDocuments,
including the Contract Drawings.
1.2 SUBMITTALS
A. Comply with the requirements of Section 136�0, Instrumentation and Cont�rol System
General Requirements.
� 1.3 EpUTPMENT DELIWERY, HANDLING, AND STQRAGE,
A. Comply with the requiremients of Section 13600, Instrumentation and Control System
I General Requirements.
PART 2 - PRQI7iJCTS
2.1 RTU SYSTEM GENERAL REDUIREMENT�
A. Pravide a complete remote tern�inal unit systern with processor{s), inpudoutput
rnodnles, power supplies, radio communication equipment and componen#s as
required to meet the operational requirements oftl�e ContractDocuments. RTCJ-2
equipment shall be housed in a free standing, front aceess, NEMA 12, 304 SS
enclasure as substantially indicated on the Drawings.
B. RTU shall be the manufaciured by HSQ. Ftzrnish mo�el 25400/86 unit with
2�vDC pawer supply and nicad battery pack as standardized by the City of Fort
Worth, Texas. The 2�4vDc power supply shall have a 12 vDC output for the radio.
C. Input/Output(UO) shall be as indicated on the RTU v0 scheduie plus 20% spare.
All pnints are to be wired to terminals.
D. RTU shall be designed far operation on 120V�C supply power. A11 required
stepdown fransformers and power supplies shall be provided as part vfthe system.
Tnternal battery back-u� systems shall be provided to supply power in the event of
an external power failuxe.
E. RTU enclosure shall be manufactured i� accordance with ihe requirements of
Specifieation 13650, Control Panels arsd Enclosures. RTU sha�l receive 120VAC
power from a lighting panel for aecessories such as lighiing, convenience
3181006 13b10- 3
Cify ofFort Warth I& C SYSTEM
West Side N Project— P�mp Station PROGRAMMABLE CUNTROLLER SYSTEM
receptacle, exhaust fan, heater, etc. RTU shalX receive I20VAC UPS power for
the actual remate terminal ec�uipment, power supplies, e#c.
F. The RTU panel shatl include a convenience outlet and interior panel light. The
outlet sh�ll be labeled "COMPUTER POWER ONLY".
G. The radia shall be mounted in the RTU enclosure. The radio shall be on the RTU
battery backup at 12 VDC. The radio sha�l be a MDS modeI 2310A.
H. Radio canfiguration. Configure radio per the manufacturez-'s instructions and to
match existing system configuration. Record and submit aIl final programmed
settings and operating pararneters.
I. Radio testing. Run polI test, link test and sync test with manufacturer's diagnostic
software and submit results to Engineer for review. Test and record radia r£
power l�vel. This test shall aIso be used to align Yagi antenna for maximum signal
strength. AIl tests shall be witnessed by Engineer or Owners representative.
Pravide 14 days notice of testing.
J. Furnish and install Decibel Products xnoc3el DB498 9 db gain Yagi antenna.
Antenna cable shall be '/z" Andrew Heliax #LDF4-54A caaxial cable. Yagi
antenna shall be configured for vertical polarization. Antenna cable shall be
graunc�ed at the flaor leveZ with Andrew's graund kit #f204989-1. The ground
strap shall be connected to the ground rz�at system. Antenna cable shall have a
Polyphaser model IS-S ONX-C2 grounded surge arrestor at the bottom of the RTLJ.
Connectors shall be N type, Andrew L4PNM and LAPNF. Furrxish 1/4" foam
superflex, Andrew # FS]2-SOA for final cozlnectian to radia.
Superflex shall have factory installed connectars. Weatherproof a1I outc�oor
cannectors with Andrew kits, 241475-13, 2415�}98-9 or approved equal.
Carefully inspect itrnstalied cable for nicks and kinks. Ck�eck VSWR (voltage
standing wa�e ratio) after installation and submit test results ta enganeer �ar
rerriew. Record values at RTU cabinet.
K. Provide a grounded Polypkasez- surge arrestor Model IS-PSP-i2� on the incoming
power leads to the RTLT pow�r supply.
L. Surg� Suppression. Provide a Current Technology Load Guarc� MSU-45-120
surge suppressor installed in the 120VAC power circuit ahead of the RTLJ and
xadio pawer sup�lies and a11 12a VAC pow�ret� instruments. Provide fused
terminal strips for feed to RTU and each 12Q VAC power instrument.
3I81006 j3�7�0- 4
City ofFort Worth I& C SYSTEM
West Side N Pro}ect — Pump Station PROGRAMMABLE CONTRQLLER SYSTEM
2.2 INPUT AND OUTPUT MODULES
A. Digital inputs shall be discrete input points which rnonitor dry caniact ciosures (or
openings) externally located frarn RTU's enclosure, with "wetting" power
provided by RTU's �ower supplies.
B. Digital outputs shall be isolated discrete output points which provide dry cantact
closures ta complete circuits witl� "wetting" power Iocated elsewhere, such as the
control power transfonner of a inotor controller. The digital autput contacts shall
be rated for SA at 120VAC. Tf interposing relays are required, they shall be
fumished in accordance with Specification 13650, Control Panels and Enclosur�s,
and supplied as part of the completed assembly of RTU. Con.tact closures to start
and stop equi�ment shall be "rriomentary". Refez to the InstrumeniationDrawin.gs
and the Electrical Drawin�s for interface connection�.
C. Analog inputs shall �e of the isolated iype thaf accept 24VDC, 4-20mA signals.
D. Anaxag outputs shall be of the isolated type that pro�uce 24VDC, 4-20mA signals.
E. Pravide a minimum of 20 percent spare UO points of each type in addition to
t�ose points dedicated to future equipment.
F. A11 Il� points shall be wired from the modu�e to field terminal blocks inside of
RTU. No externat field vc+iring shall be lancled directly to UO rnodules.
2.3 SPARE PARTS AND EXPENDABLE MATERIALS
A. The following spare parts and expendable materials shall be provided as a
minimum.
1. One {1) of each type UO madu�� used in the system.
2. One of each type of fhe following madules used in the system:
a. Pracessor modules.
b. Memory modules.
c. Communications madules.
d. Any ot�er type of special function modules.
3. One (1) replacement power supplies for each type used in the system.
B. All spare parts shall be individually packaged fo� protectia� against impact,
moisture, and dirt. Each package shall he clearly Iabeled as to its contents with a
description and parC nurnber.
2.4 ANTENNA TOWER CABLE, MISC PARTS
A. Provide one antentaa tower with alI appurtenances
sisioo� i3G10- 5
City of Fort Worth I& C SYSTEM
West Side N Proj ect — Pump Station PROGR�MMABLE CONTROLLER SYSTEM
9. The tower shall be a 2'2" inch face triangular design tower using 17/16" salzd
rod steel legs tapering ta 1' 6" spread using 5/16" solid rod legs, with a
confinuous 5/8 inch steel bracing in cross pattezn.
2. Each section will be joined to the next with a swaged steel double bolted
cannection for extra strength.
3. The towez- wiil be carr�pletely hot dip galvanized after fabrication and available
in 10 foat sections.
4. Tawer shall be designed and certif�e�l to withsfand winds of 9q rniles perhour,
no ice. All manufaciurer recommended parts shall be included.
5. Tovver shall be Rohn Self-Supporting Tawer Kit Part number SS450D90.
B. Tower height shall be minimum 50 feet.
7. The CON'I'R�ICTOR shall provide the founda#ion design for the tower
installati�z�. T�e desig�r� shall be sealed and signed by a registered professional
engineer.
8. The antenna tower and foundation shall be furnished and installed by the
CONTRACTOR. The location of the anteruia on tk�e tower shall be
cnardinated with HSQ.
PART 3 - EXECUTION
3.1 INSTALLATION REOUIREMENTS
A. General:
3.
4.
5.
6.
1. Instalt all equipment and camponents in accordance with the Contract
Docunnents, appro�ed Shop Drawings, and installati�n instructions furnished
by the manufacture:r.
2. Do not begin installation of �eld instrumen�s, system hardwar�, and pan�l
until building constz-uction is completed and majox equipzr�en� has been
installed.
Maintain areas where instruments, control panels and encZosures are being ar
have been installed, dust free and within the environmental conditions
speci�ed for the equipment.
Inspect each instrument, panel and other items �or damage and defects before
installation. Replace deficient items.
RTU components, modules, etc., shall be installed such that all LED
indicator� and switehes are readily �risible with the panel door open and such
that repair andlor replaeemen� of any compnnent can be accornplished
without disconnecting any wiring or rernoving any other components.
Complywith the other speci�c installation, start-up, and testing requirements
as specif ed in Sectian 13600, Instrumentation and Control System General
Requirements.
31$]006 13���- (7
�
C�ty of Fort �Vorth I& C SYSTEM
West Side N Project — Pump Station PROGRAMMABLE C�NTROLLER SYSTEM
3.2 MANUFACTURER'S REQUIREMENTS
A. Certification:
1. Pro�ide a written ceriifieatian letter, authored and signed by the RTCT system
factory representative, stating that the RTU system has been installed in
' accordanc� with the manufacturer's recommendations and that the RTL1
system is functioning properly.
B. Training:
1. Provide training in accordance with Section 13603, Instrumentatian and
Cantrol System Training.
+ + END OF SECTION + +
l�
3I81006 13610- 7
�
I & C SYSTEM
West Side N Project -- Pump Station PRIMARY SENSORS AND FIELD
INSTRUMENTS
SECTION 13620
Ciiy of Fort Worth
PRIMARY SENSORS AND FIELD INSTRUMENTS
PART 1 - GENERAL
l.l DESCR�TI�N
A. Scape:
1. CONTRACTOR shall furnisk�, install, calibrate, test, adjust, and place into
satisfactory operation ail primary sensors and field instruments as shown on
the Cantract Drawings and specified herein.
2. The Cantract Documents illustrate and �pecify functional and general
construction requirements of the sensors and field instruments and do not
necessarily show or specify all components, vviring, piping, and accessories
required to make a completely integrated system. CONTRAGTOR s�all
provide all components, piping, supports, wiring, accessories, and labor
required for a complete workable and integrated system.
3. CONTRI�CTOR shall be responsible far instaIling in-line pressure and flow
elennents and for providing faps in the process piping sysiems for instaltation
of oiher flow, pressur�, and temperature sensing instrumentation.
B. Coordination: The CONTRACTOR and system supplier shall coordinate with
other trac�es far installation o£all items speci�ed herein and required to ensure the
complete and proper interfacing of a11 the components and systems. The
CONTR.ACTOR shall retain ultimate xesponsibility under this Contract for
equipment coordination, installation, operation and guarantee, and the
CONTRACTOR shall furnish and install alI lahor, equipment, materials,
appurtenances, specialty items and services nat provided by the supplier but
required for a com�lete and aper�ble system. The eq�ipmez�t cov�:red by this
specification is intended to be standard equipment of proven ability as
rnanufactured by reputak�le concerns having extensive exper��nce in the productinn
of such equipment. The equip�-nent furnished s��all be nnanufactured and instalied
in accardance with the best practice and methods, and shall operate satisfactarily
when installed as shown and specified in the Contraet Docuzxients.
C. Related work specified else�+here that shall apply to all equip�nent, materials,
Iabor and services furnished under this Section shall znclU�e, but not be limited to,
tlae following:
I. Divisian 1, General Requireznents:
a. Section O1.3Q0, Submittals.
b. Section 01610, Tzansportation and Handling of iV�aterials and
Equipnaent.
c. Section 01611, Storage af Materials and Equipnaent.
3isioos
1362D - 1
City of Fort W�rth
West Side N Project — Puznp Station
I & C SYSTEM
PRIM.ARY SENSORS AND FIELD
INSTRUMENTS
2.
3.
�4.
S.
6.
d. Section d1655, Starting and Placing Equipm�nt in Operation.
e. Sectian OI 660, Field Tests of Equipment.
#'. S�ctian 01701, VL�arranty.
g. Secti�n 01730, Operation and Maintenance Data.
h. Section 01731, Instructian of Operations and Maintenance Personnel.
Division 9, Finishes.
Di�ision 11, Equipment.
Division 13, Special Cor�struction.
a. Section 13600, Instrumentation and Contral System General
Requirements.
b. Section 13602, Instrumentation and Gontrol System 5tart-LTp,
Commissioning, and Field Testing.
c. Section 13605, Sys#em Functianal Requirennents.
d. Section 13610, Programmab�e Controller System.
e. Sectinn 13650, Con#rol I'anels and Enclosures_
Section 15100, Valves and Appurtenances.
Division I6, Electrical.
I .2 QUALITY ASSURANCE
A. Comply with the requirements of Section 13600, Instrunrlentation and Cantroi
Sysfern General Requirements.
B. Acceptable Manufacturers:
1. Furnish pri�nary sensors ar�d fieid instrun.�ents by the named manufacturers or
equal equipment by other manufacturers.
2. The named manufacturers have been sp�cified to establish the standard of
quality and performance of the equip�nent to be supplied.
3. Obtain a21 sensors and field instrurnents of a given type from the same
manufacturex.
C. Manufacturers' Responsibilities and Services:
1. Design and manufacture the primary sensors and field instz-uments in
accordance with #he applicable general desagra xequirements specified in
Section 13600, Instrumentation and Control System General Requirernen�s;
and the detailed specifica�ians herein.
2. Provide field supervision, inspection, start-up and training in accordanc� with
the requirements of Section 13602, Tnsfrumentation and Caz�trol System
Start-Up, Cornmissioning, and Field Testin.g; and Section 13603,
Instrumentation and Control Systern Training.
D, The manufacturer of tbe equipment speci�ed herein shall be required to re�iew
and satisfy all relevant requirements of other sections ofthe Cantract Documents
and the requirements of t1�e Contract Drawings. The CONTRACTOR,
manufacturer, supplier, �abricator andlor sui�contractors furnishing and/oz-
installing equipment, services and specialties a�sociated with this Section shaZl
sisioo6 �3620 - 2
Il
City of Fort Worth
West Side N Pra}ect — Pump Station
I & C SYSTEM
PRIMARY SENSORS AND FI�LD
INSTRUMENTS
fully coordinat� their efforts to avoid potential claims that are basec� on failure to
review all relevani Conta�act Docume�ts, including the Contract Drawings.
�
�I
,i
1.3 PRODUCT DELNERY, STORAGE AND HANDLING,
A. Comply tivith the requir�ments specified in Section 1360Q, Instrumentation and
Contral System Geraeral Requirements; and Sections 01614 and 01611.
B. The primary sensors and �eld instruments shall not be delivered to the site until all
product information and system shop drawings for the sensors and instruments
have been approved.
1.4 SUBMITTALS
A. Comply with the requuements of Specification 01300, SUbrnittals and
Specification 13600, Instrumentation and Control System General Requirements.
1.5 MATERIALS OF CQNSTRUCTION FOR WETTABLE PARTS
A. Provide the followving materials of constructian for all gauges, switches, chemical
seals and transmitters that came in contact with the follavving list afprocess fluids
ar air.
i}���`�ss rz.�:i�
AIR
LIME
CHL�RiNE
FERRIC SULFATE
INLF..
WASTEWATER
SERVICE WATER
POLYMER
AMM�NLA
FLY10R1DES
37810Q6
�AIA�ri�IE?Al"a14�1
� r� €k �i.� �+s'�'�' L� D
��a �z�r��
316 S/S
HASTELLOY C
HASTELLOY C
HASTELLOY C
316 SIS
3 l 6 SIS
316 SIS
HASTELLOY C
HASTELLf�Y C
�-Y4� i iTl Y f
���t��.•r
TEFLON
TEFLON
TEFLQN
TEFLON
TEFLON
TEFLON
TEFLON
TEFLON
TEFLON
1362Q � 3
]HClil��f�Cx
316 SIS
HASTELL(?Y C
HASTELL�Y C
31 b S/S
316 S/S
316 S/S
3l6 S/S
3l6 S/�
316 S/S
- —�
]B[�L� il���
3I6 S/S
3I6 S/S
3 l b SIS
3X6 S/S
316 SIS
316 SIS
316 S1S
3l6 SIS
City of Fort Warth I& C 5Y5TEM
Wesi Sir�e IV Project — Pump �tation PRIMARY SENSORS AND FIELD
INSTRUMENTS
l .b LISTING QF PRODUCTS
A. An effort has been made to d�nate if a pai-ticular device is not being used.
However, some devices ir�ay be included in this specificatian which are not a part
af the Contract. Conversely, rf a device is required and is not specified herein or
on the Contract Drawings, the C�NTRACTOR shall provide that device at no
additional cost and shall nodfy the ENGINEER for direction in the selectian of
the device.
PART 2 - PRODUCTS
2.1 PROCESS TAPS, 5ENSING LI�IES AND ACCESSORIES
A. Water Pressure Sensing Lines and Accessaxies for F1aw and Pressure
Tra�nsrnitters:
1. Tubing Material: Type 304 stainless steel; .035 wall thickness or as required
by the process.
2. Pressure Rating: 15a psi.
3. Size; 1/2-inch outside di�meter.
4. Connections; Type 316 stainless steel compression type, "Swagelok", as
rnanufactured by Crawford or equal.
S. Shuf-off Valves:
a. Type: Ball.
h. Pressure Rating: 150 psi.
c. Body, Ba11 and Stem: Type 316 stain�ess steel.
d. Packing: High Density TFE.
e. Handle; Ny1an with metal travel stops.
£ Support Rings: S#ainless steel.
g. End Connections: Removable "Swageloks", or equal.
h. Praduct and Manufacturer:
1. 45 series, as manufactured �ay Whitey'.
2. Or equal.
6. Manifolds:
a. Type: S-valve and 3-valve me#er rnanifolds.
b. Materials: Type 316 stainless steei bo�dy, bonnets and stems; delrxn
seats; #eflon packing.
c: Manufacturer: Provide manifolds of one af the following:
1. Whitey.
2. Oz' equal.
7. Heat Tracing:
a. All vvater sensing lines far instruments shall be heat traced and insulated.
b. Electa-ic heat tracing shall be self-liiniting type, 12Q vac, and shall be
rated 5 watts per foot unless otherwise indicated on the dra�vings.
Furnish Thernlon PSX-5-1 with braic� and ov�rall jacket. Secure heat
tape to piping with Thermon aluminum tape.
3181D05 13620 - 4
City of Fort Worth
West Side iV Project — Pump Station
I & C SYSTEM
�'RIMARY SENSORS AND FTELD
INSTRUMENTS
c. Furnish thennostats, po�ver connection boxes, and end-of line indi�ator
� light asse�x�blies per manufacturer's instructions. Thertnostats shall be
ai��bient sensing, open at �4Qdegrees F, and shall be Thermon # N-7-E-40.
Each thermostat shall be installec� in a Thermon PCA-1 pawer
, connecfion box. End-of-line indicator lights shall be
� Thermon # Vri,-6C-1.
d. Insulation shall be'/�" fiberglass with weaiherproof jacket. Insulation
shall be removable and shall be secux-ed onto itself with Velcro. Furr�ish
i O'brien "Flexpak" strip insulation for sensing pipin� and tubing.
I �.
Air Pressure Sensing Lines and Accessories fox Air FIow/Press�re Transmitters:
l. Material: Type 316 stainless steel tubing, ASTM A 269, medium wall
thickness.
2. Pressure Rating: 150 psi.
3. Size: 1/2-inch o�atside diameter.
4. �onnections: Type 316 stainless steel co�npression type, "Swagelok", as
manufactured by Crawford or equal.
5. Shut-off Valves:
a. Type: Ball.
b. Pressure Rating: 15Q psi.
c. Body, Ball and Stem: Type 316 stainless steel.
d. Packing: High density TFE.
e. Hand�e: NyIon with metal travel stops.
f. Suppart Rings: Stainless steel. .
g. End Conneciions: Removable "Srwageloks", or equal.
h. Fraduct and Manufactuz'er: Provide one of the following:
I. 43 sezies, as manufactuzed by Whitey.
2. Or equal.
6. Manifolds:
a. Type: 5-val�e and 3-�ralve meter manifolds.
b. Materials: Type 316 stainless steel body, bonnets and stems; c�elrin
seats; teflon packing.
c. Manufacturer: Provide manifolds of one of the following:
1. W�aitey.
2. Or equal.
C. Pressure Tap Sensing Lines and Accessories for Pressure Gauges and Pressure
Switche�:
1. For Process Sensing Taps in Ductile Iron, Steel and Stainless �teel Piping
Sy�tems: (�or special cbeinscal process, see material of construction table in
Part 1.6, Materials of Construction for Wettable Parts, of this Section.)
a. Material and Fittings: Type 304 stainless steel pipe (ASTM A 312) a�nd
threaded fittings and adapters (ASTM A 403) in accordance with Sectian
15466, Stainless Steel Pipe.
b. Sizes: 1/2-inch minimum far main sensing piping and gauge and switch
connections.
3�aioo6 13620 - 5
City of Fort Worth
West Side N Project — Pump Statian
I & C SYSTEM
PRIMARY SENSORS AND FIELD
INSTRUMENTS
c. Pressure Rating: Equal to or greater than the applicable systexn test
pressure as specified in the Schedule in Section 15052, Exposed Piping
7nstal�ation.
d. Accessories:
1) For applications not requirin� diaphragm seals, provide separate
I/2-incli Type 31 b stainles� steel tllreac�ed gauge cocks �or each
' gauge and switch.
2) For applicatians requiring diaphz-agm seals, provide a separate 1/2-
inch threaded Type 316 stainless steel ball valve for seal process
side shutoff for each gauge and switch. Bail val�es shall be
prQvided in accordance with Section 15100, Valves and
Appurtenances, valve number 65.
2. For Pracess Sensing Taps in Thermoplastic 1'iping System�:
a. Pipe Material and Fittings; Use same type of pipe material and fittings
as that used in the process p�ping system. PVC anci CPVC pipe and
f ttings shall be pro�ided in accordance with the requirements oFSection
15067, PVC and CPVC Pipe.
b. Sizes; 1/2-inch minimum for main pracess sensing piping, exeept raw
sewage and slu�ge, provide 1" and I/2-inch for gauge anc� switch
connecfions,
c. Pressure Rating: Equal to or greater tlaan the applicable system test
pressure as specif ed in Section 15052, Exposed Piping Installation.
d. Accessories:
1) For PVC and CPVC pip�ng systems with or without diaphragm
seals, provide a separate 1/2-inch threaded bail �alve (ar atherwise
not�d an the Cantract Drawings) for process sensiz�g line shut off
for each gauge and switch. Ball vaI�es shall be provic�ed in accor-
dance wit� Sectian 151�0, Valves and Appurtenances, valve
numbez �47.
2.2 LEVEL SWITCH - FLOAT TYPE
A. Type: Direct acting, �ear shaped, eccentric weighted displacerr�ent type, liquid
Ievel sensor.
B. Construction Features:
1. Float Body: Hollovv he�ra�etically sealed, rigidly molded of polypXapylene
containing switch.
2. Switch; Hermetically sealed SPDT swrtch rated 8 amps a�c/5 amps d-c,
cUshionEd and mounted along main axis at about b5 degree inclination.
3. Electrical Cable:
a. Heavy duiy, three conductor, flexible and subrnersible cable, sheathed in
PVC and connected to float and switeh with watertight seal.
b. Length furnished to be sufficient to extend to junction box,
318I006 13620 - 6
City of Fort Worth
I & C SYSTEM
, West Si�e IV Project -- Pump Station PRIMARY SENSORS AND FIELD
. INSTRUMENTS
C. Installation: See �1�ounting detail nn Contract Drawings.
D. Pro�uct and Manufacturer: Provicie ane ofthe following:
1. Modej ENH-1 Q, as manufactured by Flygt.
2. �z equal.
2.3 PRESSURE, LEV EL. TRAN�MITTERS 1 DIFFERENTIAL FLOW TRANSM]TTERS,
A. Type: Two-wire, differentiai capacitance type transznitters.
' B. Function: Measure a pressure {either absolute (A), gauge (G}, differential (DP) or
. � Wacuum (V) as sp�ci�ed and shown on the Cantract Drawings, and produce an
analog output sigx�al directly proportional to that pressure. For lic�uid flow
� measurement applications using differential pressure transmitters, shall function fo
' produce an araalog s�gnallinearly proportional to flow ra�e.
C. �lectronic Pressure, Differential Transmitters:
1. General: The electranic transmitters shalX be a"smart transn�itter" with a
variable capacitance type diaphragm and shalI provide local indication and
shall transmat a current signal proportional to the pressure, differential
pressure or level, in engineering uniis shall all be fram the same
manufacturer.
a. Hi�h and low process pressures shall be applied to sealing diaphragms in
the measuring section. These pressUres shall be transmitted to a
measuring element caru�ected to an e�ectronic transmitter.
2. Transmitter: The transmitter shall have a continuously adjustable range, with
Iimits as specifred in paragraph 2.6�, Instrument List. Any z'anges not listed
will be coordinated during Submittal review. Adjustable internal damping
and z�ro and s�an calibration shall be done electxonically by means of hand
heZd cal�bxator. Removing of transnnitter for bench calil�rating shall not be
necessary. All units shall be provideci with elevation and suppression
capability which s��ali be an inherent feature of the design. Positive over-
range protection shall be provided. Process temperature lirnits shall be -2� to
+180 °F. Accuracy shall be 0.25 percent of span. Provide LED readout at tl�e
transrr�itter as shown on the Contract Drawings.
3. Construction: The meter body, diaphragzx�, sealing diaphragms, trim and
body hausing sha11 be af aIl weIded construction and shall be per materials of
constructian table, Part 1.G,1Wlaterials of Canstruction for Wettable Parts, of
this Section. The diaphragrn Iiquid fluid fill shall be silicone oil. Flanges
and adapters where required shall be of materials as specified in Part 1.G,
Materials of Construetion far Wettable Parts.
4. The transmitter section shall be a true two-wire device with power being
derived from the receiver, No separate power supply (12Q vac) shall be
requixed at the transmitter. The unit shall be of maduIar plug-in design
utilizing integrated circuitry. The iransmitter output sha11 be capable af 4 to
20 mA DC into a load of 0 to 750 ahm.
3181006 � 3�2Q - 7
City of Fort Worth
West Sade IV Project — P�mp Station
I & C SY�TEM
PR]MARY SENSORS AND FIELD
INSTRUMENTS
5. The �ransinitter base �hall be constructec� of die cast aluminum. The
transmitter shall be housed in a NEMA 4X enclosure unless atherwise
specified. The transmitter shall be suitable for 2-inch pipe stand mounting,
horizontal or vertical, see mounting details on the Cantxact Dxawings.
Provide the mounting bracket $am the Maz�ufacturer,
6. If the transmitters wilI be mounted in an outdoor environment, it shall be
supplied with thermaI protection far the electronics. This protection shall
allow far unit to operate in an environment whase ternperature range is at
Ieast from z0 deg F to 12S deg F.
7. The 1'ressure and Diffei-ential txansmitfers shall be supplied with a Stainless
Steel 3-val�ve manifold, to provide shut-off and pressure equalizirag. The
manifold shall have a pressure i•ating 6000 psig, with boe�y and bonnets con-
structed of steel and val�e seats of Penton. The manifold rnaterial sha11 be
Type Hastelloy C, oz as required, see Part 1.6, Materiais of Constz-uction for
Wettable Parts, of this Section. Provide side draiz�Jvent mounte� on the
bottom.
8. Provit�e Q'Brien Model FPS2 stand for mounting transmitter.
9. Product and Manufacturer: Provide one of the following:
a. Rosemount
1) Mociel 1 I51GPS-"Smart" for Gauge Pressure.
2) Model 1151DPS-"Smart" far Differential Pressure.
b. Na equal.
2.� PRESSURE SWITCHES
A. Type: S�vitch assen�bly with diap�ragm piston actuator for sensing gauge,
vacuum or differential pressure.
B. Construction and Required Features:
1, All pressure switches shall be fumished with a stainles� steel internals and a
case conforming to NEMA z-equirements of the process areas they are to be
installed. All switc3�es shall be snap action, provide� with SPDT can#acts
1-ated at not less than 5 amps at 120 volts, The swxtches �hall contain as
required up to two independently adjustable swiiches. Dual switches are ta
be provided as shown an the Contract Drawings and provide logic as shown.
Prav�de pressure switches vvith material af constz-uction per table in Part 1.6,
Materials of Construction for Wettable Parts, af this Section.
2. Set and Reset Point Adjustments: Adjustable external adjusting nuis and
pressure �etting scales, All switches shall be adjustable over the fu11 range
and shall have visible indicating set point scales. Accuracy shall be 2 percent
of set point. Deadband shall be 2 percent maximum.
3. Process Connectian: ll2 inch NPT, ar as specified.
�4, Hausing: Copper-free die cast aluminum, NEMA �X; NEMA 7 construction
required far hazardo�s areas,
5. External Mounting Lugs.
3781006 1��2� - $
City of Fort Worth
West �ide N Project — Purnp Station
I & C SYSTEM
PRIMARY SENS�RS AND FIELD
INSTRUMENTS
�,
i
;�
6. Adjusting Nuts Metal Cover with Gasket on NEMA 4X and NEMA 7 rated
units.
7. EZecti•ical Connection: 3/4 inch NPT,
S. Provide diaphragm seals per Part 2.32, Diapharagm Seals, of this section, ar
per Division l 1 as indicatec� on the Contract Drawings. Provade material of
construction per Part l.fi, Materials of Constructio�� for WEriab�e Parts, ofthis
Section. Provide a flusl�ing connection on diaphragm seal.
9. For i•ange, location and tag nun�bers see Section 13b05, System Function
Requirements; and the Contract Drawings.
C. Praduct and Manufacturer:
1. As�acrc�ft.
2. Barksc�ale
3. �r equal.
2.5 PRESSURE GAUGES
Provide ane of the following:
A. Bourdon Tube Pressure EIement Type, Liquid Fi11ed Gauges (for pressure ra�ges
o� 15 psi and greater and Wacu�m ranges to 30" Hg):
1. 1'erfornr�ance Req�irernents;
a. Accuracy: +l- 0.5 percent of span (ANS� B�Q.1 Grade 2A).
2. Construction Features:
a. Case:
1) Solid front design constructed of glass filled polyester.
2) Colaz': black.
b. Ring: Threaded, glass filled polyester.
a FuII blowout back.
d. Window: G�ass.
e. Dial: White with black marking; 270 degree scale,
f. Bourdon Tube and Socket: Type 316 Stainless Steel, heliajrc wel�ed
unIess othez�ise specified in Part 1.6, Materials of Construction far
Wettable Parts, of this Section.
g. Movement: Cam and roller movement, 300 series stainless steel.
h. Size: 4-112 inches.
i. Connection: 112 inch male NPT back or bottom as xequired.
j. Mounting: Stem, flush panel or wall mounting as required.
k. Adjustable painter.
1. Zera adjustment.
m. Built-in overload and underload movement staps.
n. Pressure Snubber: Sintered stainless steel snubber threaded inta gauge
socket or in exterxxal stainless steel housing wiih 1/2 NPT male and
fernale connections.
o. Fill�ng Liquid: AIl applications �xcept Cl�lorine and Fluoride Systems:
Fluorobe Oil.
p. Process Isolation: Pro�ide gauge cocks or bail valves �or proce�s
isolation in accordance with the requirements ofArticle 2.1.
31810R6
13620 - 9
City of Fort Worth I& C SYSTEM
West Szde N Prr�ject — Pump Station �RIMARY SENSORS AND FIELD
INSTRUMENTS
q. Provide diaphrag�n seal per Part 2.32, Diapl7ragm Seals, of this Sectian,
or per Division ] 1 as indicated on the Contract Drawings.
r. For all gauges installed on the discharge of pasitrve displaceznent
pumps, provide the gauge face oil filled.
B. Product and Manufacturer: Provide one of the following:
1. Ashcroft.
2. U.S. Ga�ge.
3. Or equal.
2.6 VENTURI LIQUID FLOW MEASURING SYSTEMS
1. Gene�-al: The meter shall be of the pressure differential-producing type utilizing
pure static pr�ssures sensed at the in7et and at the throat tap cross sections,
without the use of devices which arnplify differential by sensing change in
direction af flaw at the cz-oss-sections where inlet andlor throat static pressure is
normally sensed. Where indicated, meters shall be a� the short pattern Venturi
tube, with nec�ssary pressure connectians and transmitting equipment as
indicated be�ow. StainIess steel cl�an out rods to clean process sense lines
intemal to venturi shall be provided.
2, In1et: The inlet sectian which incorporates the high pressure tap shall be a
cylindracal sectian o�the sa��e nomiz�al diameter as the pipe.
3, Throat: The throat section shall be cylindrical for a mini�num length of 112 ofthe
throat diameter. The Iow pressure fap shall be installed in this section. The
metering elernent shall be free of debris-colleeting cavities or annular chambers
and sha11 hat�e single pressure connections at the inlet and at the throat. The
nutlet cone sha11 be truncated and have a maximum included angle of 10 degrees
Interiar and exterior surfaces, except the throat, shalI be coated with a two part
epoxy finish, NSF appraved for use with potabls water, dry film thickness (DFT)
shall be at least b.0 mils for both inte��nal and extemal surfaces. The maximum
overrange pressure limit shall be a minimum of I 54 percent af the maximum
range. All wetted parts shall be constructed of 31b stainless steel.
4. Body: The venturi bady shal� be cast iron per ASTM A 126, Grade B, with 304
Stainless Steel throat and Pressure Tap per ASTM B 61. Static pressure rating
s��al� be a rrzinixnuxr� of 500 psig. Bolts from process covers and process
connectoxs sha11 be the same znatez-ial as indicated for the process covers.
5. Valving: All block and bleed vaives shall be cons#ructed of 31b stainless steel.
6. Accuracy: Flnw meter shall have an accuracy of plus or rrainus '/Z percent.
7. Manufacturer: T'rimary FI�w Signal Model HVT-CT or Approved Equal.
�iaioad 13620 - 10
City of Fort Worth
West Side N Project — Puinp Station
I&CSYSTEM
PR]MAR,1' SENSORS AND FIELD
INSTRUMENTS
2.7 TEMPERATURE MEASIIRING SYSTEMS
A. Insertion ty�ae RTDs shall be I Od ohms nomi��al at a degree C, iip-sens�tive, three-
wire platinum in 0.25-inc�i Ty�e 31 & stainless steel sheath with watertight potting.
Time constant in agitated water s13a11 nat exceed 6.0 seconds. RTD shall comply
vwith International Practical Temperature Scale (TPTSj-68 standards. Accuracy shall
be �lus or minus Q.1 degee C. Tempe�•ature transmitters sha�l be 2-wire de�ices with
cnntinuously adjustable span and zero adjustments, integra� direct reading ir�dicator,
solid state circuitry, and a 4-20 mA DC output linearly praportional to the indicated
temperature span. Witki thermowells, RTDs shall be provided with 316 stainless
steel thermowell, spring-loading device, extensions, union coupler, and expiosion-
prflof aluminuan connection head. Union shall extend out beyond the pipe lagging.
Surface type RT`Ds shall be a 100 ohm narninal at 0 de�-ree C, three-wire platinum
elennent in a flexibl� watertighi case for sirapping to a pipe surface,
B. Resistance temperature detector assemblies shall be Rosemount Mode1644H-NA-
J6-F6 with Sensar #Q068N-21-NQO-A-x�c-T22 or approved equal.
C. Output shall be 4-20 mA DC linear to within Q.2 pereent wirth ternperature for �Od
ohm platinum sensors. L.ead resistance coxnpensation shall be provided for three-
wire R�'Ds. Common mode noise rejection shall be greater than 120 db at 60 hertz.
Tiine constan� shall be lOQ milliseconds or 1ess. Input/output isolation sha11 be
pz-ovided.
2.8 CHLc]RINE RESIDUAL ANALYZER
A. The vendor shall supply all components necessary for a ft�netional system, includaa�g
sensor(s}; sensor holder with flovc� meter, flow control valve and mounting brackets;
chlorine monitor and all required cables and spare parts. The sensor, holder and
monators shall a11 be made by the same manufacturer to assure compatibility and
provide sole source responsibility.
B. The manufacturer shall provide a one-year warranty on all system camponents
with e�ception of sensor. Atl coznponents shall be fully tested prior to shiprz�ent.
C. The power supply shall be 12-40VDC,1oop po�wered.
D. All components shall be pre-mounted on a polypropylene back pa:tael for ease of
instalIation.
SENSOR
A. The chlarine sensor shall be an amperomatric-type, providing continuous
measurement ofresictual chlorine cor�eentration witl�out use ofreagents inthe saznple
s�aivo6 13620 - 11
City of Fort Worth
West Side N Pz-oject — Puinp Station
I & G SYSTEM
PRIMARY SENSORS AND FJELD
TNSTRUMENTS
strearn. A meinbz-ane shall protect the electrades from flou�, pre�sure and
conducti�ity-based interferences.
B. The residua� chlorine measuring range shall be: 0-10.0 ppm. Measurement
accuracy shall be better than +/- 3°10 of the sensor signal. Response time to 90% of
measured value shall be better than two minutes.
SENSOR HOLDER
A. The sensor holc�er shalI be transparent PVC material with integral flaw control
valve and rotometer for setting the sample flnw rate at S gph.
B. The f�ow shall be diyected at the sensor membrane to provide continuos clearaing
action.
C. Mounting brackets for wall znaunting shall be included. The sample line
connectinns shall be 1/2" x 3/8" tube fittings.
MONITOR
A. The monitor s�aIl be microprocessor-based, with illurninated LCD display of
measured value, status and error annunciation. Unit �ha11 feature non-volatile
memory to reiain settings in the event a£power failure; rnenu-driven calibration.,
limit settings; serasor monitaring to alarrn upan sensor failure ar loss of
sensitivity; pro�•ammable access code allowing calibration but not unauthorized
adjustznent of limits and outputs.
B. Mounting sha11 be in a NEMA �43� plastic enclosure with rernovable wall �nn,ount
bracket, 5.3"H x. 4.9"W x 3.0"D.
C. Unit shall be capable o�' operating between 23 and 131 degrees Fahrenheit.
D. Elec#ronical�y isolated active analog 4-20 mA output, with 600 Ohm maximum
load, shall be proportional to the measured ChIorine and spannable within the
measuring range. A 23mA ovtput signal froan the unit shall signal fault conditian,
E. Provide a one year supply of sensors, chemicals, and any other materials
necessary to aperate, maintain, and calil�rate instrument. This supply shall be
delivered to OWNER at the time of fixaal acceptance.
F. The Chlarine Resiaual Analyzer shall bE manufactured by ProMinent Fluid
Controls, Pittshurgh, Pennsylvania.
3isioo6 1362D - 12
;
City of Fort W arth
West Side N Project — Pump Station
2.9 TI�STRLTMENT LIST
TAG NUMBER � SERVICE
LIT-100
P1-101
PSH-101
PI-102
1'SH-102
PI-103
PSH� 103
PIT-105
FE-106
FIT-106
ZS-107
AE/AIT-1 d9
TE-110
TIT-x10
I & C SYSTEM
PRIM.ARY SENSORS AND F1ELD
INSTRUMENTS
RANGE ADNSTABLE
�ETPOINTS
GROUND STORAGE TANK 0— 25'
LEVEL
p�p P1 0— 100 NIA
PST
PUMP F1 a— Ip0 9Q PSX
PSI
PUMP P2 0— 1 DO N/A
PSI
pUMp pZ 0— 100 90 PSI
PSI
PL]MP P3 Q--- 1Q0 N/A
PSI
PUMP P3 0 —100 901'SI
PSI
PUMP STATION PRESSURE 0— lOQ NIA
PSI
PUMP STATION FLO�W VENTURI 0-12 NIA
MGD
PUMP STATION FLOV� 0-12 N/A
TRANSl�IITTER MGD
DOOR SWITCHES NIA NIA
CHLORINE RESIDUE 0 —10ppm N/A
TEMP PRTI�IARY ELEMENT N!A
TEMP TRANSMITTER 32 —100
DEG F
PART 3 - EXECUTION
3.1 INSTALLATION,
A. CONTRACTOR shall require the system supplier to furnish the services of
qualified factory-trained persannel to assist in tk�e installafion oi the
instrumentation and control system eqvip�nent.
3181006
13620 - 13
City of Fort Worth
West Side N Project — Pump Station
I & C SYSTEM
PR1M�IRY SENSORS AND FIELD
INSTRUMENTS
B, Install each itcm in accordance with rnanufacturers recorr��nendations and in
acco�•dance witl� tk�e Contr-act Documents. Trans�nitters an� instruments which
require access for perior3ic calibration or maantenance sl�all be mounted so they are
accessible while stanc�ing on the floor.
C. All items shall be 3nounted and ar�chored using stainless steel hardware unless
otherv�rise noted.
D. All field instn.rments sha11 f�e rigidly secured to walls, stands or brackets as
required by tlle manufaeturer and/or as shown on the Co�itract Drawings.
E. Confarm to all applicable pravisions of the NEMA standards, NEC and loeal,
State and Federal cades when installing the equipment and interconnecting wirirag.
F. Comply with field testing requirements of Sectaon 13602, Instrumentation and
Contro2 �ystem Start-Up, Commissioning, and Field Testing.
G. Where field instru�nentation is inounted an piping to receive piping insulation, the
CQNTRACTOR sha11 fuznisli and install field instruments and appurt�nances with
suff eient sensor length to clear th� thiekness of the pxping insulation once the
insulation is installed on the pipe. All field instrumentation shail be installed so
that the insulation does not impair an Operator's access to an instrument ar impair
an Operator's ability to see instrumentatia� readauts.
3.2 START-UP, CALIBRATION, AND TESTING AND TRAINING
A. Coinply with the requirements of Section 13602, Instrumentatian and Control
System Start-up, Cam�nissioning, and Fi�ld Tesfing.
B. Demonstrate to the ENGINEER that fhe completed systems meet the functional
requir�ments specified and shown.
3.3 SPARE PARTS AND TEST EOUIPMENT
A. Spare Parts and Test Equipment:
1. The CONTRACTOR sl�all include as a nninimum, the following spare parts
and test equipment specified in this Section.
a. One set of replacernent power supplies far each type and size furnished
for the instz-uraaentation,
b. One �pare of eaeh t}rpe of Flow, Pressure anc� Leve1 transmitter.
c. The spare parks shall also include a one year supply of all expendable
mafez-ials, chemicals, and sensors, including as a mizziznum:
1) Pro�ide ten (10} of each type of fuse used in systern.
d. The fallowing shall constitute the minimum test equiprnent:
3187006 I3620 - 14
City of Fort Worth
West Side N Project — Puz��p Siation
I & C 5YSTEM
PRIMARY SENSORS AND FIELD
INSTRUMENTS
1) A31 tooling required to insert, extract and connect any internal ar
external connector, incluciing edge connectors and caxd extender
boards.
2} All special calibration equipment/krts and any instr�ction manuals
necessary far field calibration.
f. Additional s}�are parts �r�ay be required if specifical�y mentioned in the
particular �evice specification.
+ + END OF SECTION + +
3zsaoo6 1362Q - 15
�
SECTION 13650
CONTROL PANELS AND ENCLOSURES
City of Fort WQrth
West Side IV Project — Pump Statian
,
PART i - GENERAL
1.1 DESCR]PTION
I & C 5YSTEM
CONTROL PANEL5
AND �NCLOSURES
A. Scape of Work:
1. Furnish, instal�, modify, test, anc� place into satisfactory operation the control
panel, enclosures, tenninal panels and panel devices as shown and required in
the Contract Documents. The term cantrol panel is used to represent the
above listed elements.
2. RTU pravided by HSQ shall be insta�led, wired, and interfaced into the
control panel enclosure.
3. Operational and functional requirements �or the various panels are described
in Section 13605, Section 1365 0, shown in functional instrumentation dia-
grams dn the Instrumentation (I) drawings and shown in cantrol schematics
an the Electrical (E) drawings.
4. The Contract Documents illustraie and speeify functional and general
consiruction requirements af the panel components and do not necessarily
show ar specify a11 eomponents, wiring, piping, and accessories required to
make a co��npletely integt-ated system. CONTRACTOR shall provide all
piping, rviring, accessories, and labor req�iz�ed for a complete, wazka�le, and
integrated system.
B. ReIated work s�ecified elsewhere that sl�all appZy to all equipment, materials,
labor and services furnished under this Sectian sliall include, but not be lirnited to,
the follvwing:
1. Division 1, General Requirements:
a. Section 0�3Q0, 5ubmittals.
�. Sectian 01610, Transportation and Handling of Products.
c, Section 01611, Storage and Protection of Produets.
d. Section 01655, Starting and Plaeing Equipment in Operation.
e, Sectian 01660, Field Tests of Equipnnent.
f. Section 01701, Warran#y.
�. Section Q1730, Operation and Maintenance Data.
h. Section Q1731, Instructian �f Operations and Maintenance Persoru�el.
2. Division 9, Finislaes.
3. Division 11, Equipment.
�l. Division 13, Special Construction.
3181006
13650 - I
City of Fart Worth I& C SYSTEM
West Side N Project — Pump Station CONTROL PANELS
AND ENCLOSURES
a. Section I3600, Instruinentation ax�d Control System General
Requirements.
b. Section ] 36�2, Instru�raentation and Cq�strol System Start-Up,
Connznissioning, and Field Testing.
c. Section 13605, Systein Functional Requireinents.
d. Section I3610, P�-ograz�mable Controller System.
e. Section 13620, Primaiy Sensors and Field Instruments.
5. Section 15100, Valves and Appurtenances.
6. Division 1�, Electrical,
1.2 QUALITY ASSURANCE
A. Standards, Codes and Reguiatians:
1. Construction of panels and the installation and interconsiectian of a11
Z.
K�
equipment and devices mounted within shall compIy with applicable
provisions of the following standarda, codes, and regulations:
a. Unc�erwriters Laboratory (UL).
b. National Electrical Code (NEC).
c. National Electrical Manufacturer's �ssociation (NEMA} Standarcis.
d. Local and State Building Code.
e. �perational Safety and Health Administration (OSHA) Regulations.
f. Anr�erican Society far Testing and Materials (ASTM).
g. Where any conflict a�-ises between codes or standards, the more stringent
requirernent shall apply.
All electrical r�natexials and eguipment shall be new and shall bear the Zabel of
the Underwriters Laboratory (UL), Inc., Factory Mutual (FM) or equivalent
where standards have been established and label service regularly applies.
All control panels and enclosures shal� be Underwriter's Laboratory labeled.
B. Acceptable Manufacturers:
1. Furnish panel instruments and de�ices by the named manufacturers or equal
equipment by ather manufacturers.
2. The named. manufacturers ha�e been specified to establish the s�andard of
qualaty and performance of the equipment to be supplied.
3. O�tain all instruments or de�ices of a given type from ihe same manufacturer.
C. General Design Requirements;
1. Comply with the requirements of Section 13600, Insirurnentation and Control
System General Requirements.
D, Factory Assembly and Testing:
1. Fully assemble and test each enclosure and panel at th� factory px-ior to
shiprnent, demonstratirag that all specified functions can be perfarmed.
3israa6 �3650 - 2
City of Fort Warth
West Side N Project — Pump Station
I & C SYSTEM
CONTROL PANELS
AND ENCLOSURES
2. Comply with the requirements Section ] 3601, Instrumentation and Control
System Factory Testing.
1.3 SUBMTTTALS
A. Comply with the require�nents of Section 41300, Submittals; and section 13600,
Instrumentation and Control System General Requirements.
1.4 PRODUCT DEL]VERY, STORAGE AND HANDLING
A. Cornplywith the requirements of Sections 01610 and p1611; and Section 13600,
�strumentation and Control System Genezal Requirements.
l .5 GENERAL CQNSTRUCTION REQUIREMENTS
A. Provide aI1 e�ectrical and/or pneumatic components and devices, support
hardware, fasfeners, interconnecting wiring and/or piping required to make the
control panels complete and operationai units. Provide bulkhead fittings for alI air
piping anci tubing leavin� control enclosures.
B. Locate and install alI devices and component� so that connections can be easily
made and s� that there is arnple room for servicing eaeh itEm.
C. Cornponents for installation on panel exteriar shall be located as shown on the
Contract Drawings. Layouts shall be submitted for approval as per Section 13b00,
Tnstrumen.tation and Control System General Requirements. All exterior panel
rr�ounted instrurnents shall have a NEMA rating as specif ed in this sectian, but
shall not be of a Iesser rating. For devices which caxanot be obtained with a
NEMA rating equal to the enclosure or as shown on the Drawings, mouni the
device(s) behind a transparent �iewing window as specif ed this Sectian. The
windo�v shall rnaintain the NEMA, rating of the enclosure.
D. Panels shall have fuIl height front access doors. ThE CONTRACTOR is advised
to review the floor plans for allotted space.
E. Adequately support and restrain all deviees and companents mountec� on or within
the panel fo p�'e�vent any mo�ement.
F. Pro�ide subpanels and swing-out subpanels For installation of all internally
mounted componez�ts.
G. Provide mounting strips for insta2lation of all relays and other companents where
xraounting strips are practical.
sia�oo6 13650 - 3
City of Fort Worth
West Side N Praject —�'ump Station
I & C SYSTEM
CONTROL PANELS
AND ENCL05URES
H. A11 wiring to panel connections from field instruments, devices, other control
panels/cansoles/enclosures, motor co��traI centers, �ariable frequ�ncy drives,
switchgear, etc., to a given eoi�trol panel shall be terminated at field terminal strips.
No �eld r�viring sha11 be cannected direcxly to a device, companent, ar other item
mounted intemally. All signals and �viring rec�uired for termination in a panel may
not be shown on the Instrume�itation Drawings. The Electrical Drawings indicate
�igilals that must be tenninated. The EZectrical Dravvings also indicate spare wiring
that must be terminated.
I. Provide the following eonvenience accessories inside of each control panel:
1. At least one 120 VAC, ISA duplex, grounding type receptacle.
2. At ]east one 120 VAC fluorescent Iight �x#ure, speci�cally manufactured for
use in a control panel.
3, One 120 VAC, 15A, grounded snap switch in an outlet box with a cq�vez' to
turn on the light, The switch shall be located sa that it is easily accessibl�
from the door.
4. Tk�e service light with switch and dupJex receptacle shall each have theix own
circuit breakez-.
J. The battom 12 inches of free standing panels shall be free of all devices, including
ter�ninal strips, to provide ease of installatian and testing.
K. No device shall he mounted less than 36 inches above the operating floor Ieve1,
unless atl�erwise specified or shown.
1.6 IDENTIFICATION
A, Provide laminated plastic nameplates for identification ofpanels, enc�asures, and
cornpanents mounteci thereon as follaws;
Z. Nameplates sha11 i�e of 3/32 thick �aminated pbenolie type with white matte
fnish and black letter engraving.
2. �'anel identification nameplat�:s #o have 1/2-inch high letter engravings,
un�ess otherwise noted on th�: Contract Drawings.
3. Panel movnted component identification (i.e, control devices, indicating
lighis, selectox switches, etc.) nameplates to have 1/4 inch higl� letter
engravings, unless otherwise nated on the Contract Drawings.
4. Nameplates shall be attached to the panel face with two stainl�ss ste�l self-
tapping screws.
5. Nameplate engravings shall include the descriptive title indicated on the
Contract Drawings and Specifications.
3iaioo6 13650 - 4
City of Fort Worth
West Side IV Project — Pump Station
I&CSYSTEM
CONTROLPANELS
A1�117 ENCL05URES
B. Tag all �lectrical camponents and devices rnaunted within cont�-ol panel
enclosures with engraved nameplates as specified in A. above. Tag a11 daor
maunted devices on the rear of the door w�th engraved nameplates as speci�ed in
A. above. All interior panel nameplates sliall �be attached with self-backed
adhesive.
C. Tag al1 pneurnatic lines with plastic tags. Paper tags are not acceptable.
D. Numerically code terminals on terminal strips.
I E. Co1ar code andlor numerically code wiring as required by applicable standards.
Wires sha11 be identified at eaeh end with permanent alphanumeric codes as
•° specified below. All wiring not de-energized by the panel disconnect ar circuit
breaker shall be yellow wire.
F. For all panels containing wixing not de-energized by the panel disconnect ar
cizcuit breaker, provide a warning namepiate on the front af the panel stating
"WARNING YELLOW WrR]NG NOT DE-ENERGIZED BY PANEL
DISCONNECT". The namep]ate shall be amber wiih black, 1/4 inch high lettez'
engravings and shall be attached to the panel face witla stainless steel screw�.
X .7 PANELS AND ENCL�SURE�
A. General:
Panels, consoles and enclosures shall meet the NEMA requirements for the
type specified anci/or shawn on the Contract Drawings ar called out in the
specifications.
2. Sizes shawn an the Contract Drawings are estimates. CONTRACTOR shall
furnish enclosures of the size requir�d to house all equipznent, instruments,
front panel maunteci dev�ces, power s�pplies, power distribution panels,
wiring, iubiz�g, and other componen#s inst�lled in the enclosures.
B. Construction Features:
1. All control panels s1�a11 be fabricated in accardance wit� the NEMA ratings,
features, and accessories as required, specified or shvwn on the Con�ract
Drawings.
a. Provide lifting eye bolts to facilitate handIiri� of the enclosures, where
enclosure size requi�-es. Bolt lifting eyes dixectly to the enclosure
struciural mernbers.
b. Continuausly weld all exterior sear�as and grinci srnooth.
3181D06 13650 - 5
City of Fort Wartk�
West Side N�'roject -- Purnp 5tation
I & C SYSTEM
CONTROL PANELS
AND ENCLO�URES
c. Reinforce sheet s#eel with steel angles where necessary to adequately
support equipment and ensure rigidiiy and to �reclude resonant vibra-
tions.
d. Panel shall be flat wi�hin 1/16-inch over a 2�-inch by 24-inch area, or
flat within 1/8-inch far a lar�er surface. Flatness shall be checked by
using a 72-inch long straight edge. Out-of' flamess shall be gradual, in
one direction only, and sha11 raot consist of obvious c�epressions or a
series ofwavy �ections.
e. Use pan type cdnstruction for doors. Door v�idths sha11 not exceed 3G
inches.
f. Mount doors with full length heavy dutypiano hing� with stain.less steel
hinge pins,
g. Provide oiI resistant gasket comple#eZy around each door or opening.
h. Use stainless steel fasteners thraughout.
i. Provide interior mounting panels and shelves constructed af minimum
12 gaUge steel with a white enamel finish.
j. Pravide steel print pocket with white enamel finish.
k. Provide enclasure mounting supparts and/or bases as required fox floor,
frame, ar wall mounting.
1. AlI panels outside of contro] zooms shall have solid bottozns.
rn. Provide a11 holes and cutouts far installa#ion of condui# and equipment.
eahIe and piping shall enter the enclosure through the bottom unlesa
otherwise noted. A11 conduit and piping openin�;s and al1 conduits shall
be sealed waterti�ht�
2. Control panels located insade control raorn areas sha11 be NEMA 12 rat�d
unIess otherwise noted on the Contract Drawings.
a. Fabricate enclosuz-es using minimuzn l�# gauge steei for wall or frame
�nounted enclosures and nninimum 12 gauge for free standing enclosures.
Steel shall be free of pitting and surface blemishes.
b. Provide handle-ope��ated, oiI-tight, key-lackable three point stainZess
steel latching system with rollers on latch-rads for easy donr closing.
c. Completely clean all interior and exterior surfaces sa they are free of
carrosive residue, oil, grease, and dirt. Zinc phosphatize for corrosion
protection.
d. One coai of primer shall be applied to a21 interiar and exterior surfaces
imrnediately. Exterior surfaces shall then be given sufficient coats of
primer surfacer, applied with sanding and cleaning between coats, until a
Grade 1 finish can be produced on the finish coat.
e. All interior surfaces shall be painted with 2 coats o#' semi-gloss white
enamel.
f. All exterior suxface shall be painted with a minirnum of 3 finish coats of
enameI to ultrmateIy produce a Grade 1 finish {super smootl�; completely
3is7oas 1365Q - 6
�
,�
City o�Fort Warth
West Side IW Project — Puinp Station
3.
L�
I & G SYSTEM
CDNTROL PANELS
AND ENCLOSURES
free of imper�ectians}. Calor to he selected frorn color charts fiirnished
by the Contz-actor.
g. Primer and finish paint s11a11 be compatible and shall be Shen�vin-
Williains "Po�ane T P'oIyurethane Enamel" or equal.
h. Provide one extra quart of touch-up paint for each exterio�' finish color.
AlI control panels not �oca#ed in conti-ol rooms shalI be NEMA �4� rated
untess otherwise noted on the Contract Drawings.
a. Paz�els shall be Type 3] 6 stainless steel canstruction with a minimum
thickness of 12 gauge for a11 surfaces (except those areas requiring
reinforcexnent) having a srnooth brushed finish.
b. Provide stainless steel fast-operating clamp assemblies on three sides of
each daor.
c. Provide a rolled lip around three sides of door and alang tap of
enclosure.
d, ProWide a hasp and staple for padlocking. Provide padlock for each
enclosure, all keyed alike.
e. Provide Type 316 stainless steel sun shielding far a1J. autdoor panel�.
f. Provide a clear plastic, NEMA 4X, gasketed, stainless steel vwindow kit
to encompass front of panel instruznents as shown on the Contract
Drawings.
g. Provide 3-inch high channel base assembly, with saiidbottam, drilled ta
mate the panel to it� floor pad.
h. Floor pad shall be as specif ed in Para�aph 3.1 oithis Section.
Control panels and enclosuzes lacated in hazardous areas, as specified or
shown on the Contract Drawings, shall be NEMA '1 rated.
1.8 ELECTRICAL SYSTEMS
A. Con#rol of Enviranment (refer to Section 13600, Instrumentatian and Control
System G�neral Requirements, far annbient temperature design criteria):
L Outdoar Panels:
a. Pravide automatically controlled heaters to maintain temperature inside
each enclosure above the minirr�um required fox component operation
and to prevent/control interior condensation over an out�ide ambient
temperature range of OF tk�oug� 120F.
b. Provide autamatically controiled ciosed loop air condit�oners ifrequired
to rinaintain temperature inside each enclosure below the maximum
aperating temperature rating of the caznponents inside the enclosure.
CONTRACTOR sk�all pez-form and proWide heat-gain/cooling
calculations to substantiate the use or non-use of air conciitioz�ers.
c. Provide internal corrosion inhibitor devices, Hoffman HCI Series or
equal, for corrosion control inside of each enclosure.
2. Indoor Panels:
aaszoa�
13650 - 7
City of Fort Worth
West Sade N Proj ect -- Pump Station
3.
�
I & C S�'STEM
CONTROL PANELS
AND ENCLOSURES
a. Pro�i�e automatically controlled heaters as required to maintaintemper-
ature approximately 1nF above ambient far condensation prevention
insicie panels.
b. Pravide autornatically controlled exhaust fans with filtered air Iauvers to
maintain temperature inside each enclosure below the z�aximurn
opea�at�ng tex�perature rating of the components inside the enclosure.
c. Pravide internal corroszan inhibitor devi�ces, Hoffman HCI Series or
equal, for corrosion contral inside of each enclosure.
Panel heaters shall be thermostaticaIly controlled, fan-driven heaters, with all
components mounfed iz� an anodized aluminu�n hausing for sub-panel
maunting, The heaters shaIl be Hoffman or equal and shall be powered fram
a 115 VAC dedicated circuit breaker.
Heat exchangers and aix caraditioners shall be of a dual loop design to isolate
panel int�rior air frnm exterior air. Tha units shall be thermostatically
controlled and shall be powered frorn 115 VAC frorn a dedicated circuit
hreaker. The units shall be Hoffman or equal.
B. Power Source and Tnternal Power Distribution:
1. General: Contxo� panel power suppIy source type, voltage, number ofcircuits
and circuit ratings shalX be as shawn oaa the Electrical Drawings. All
electrically powered equipment and devices shall be suitable for operation on
115 volt +1- 1 �%, 60 Hz +/- 2 Hz por�ver. Tf a different voltage or closer
regulation are req�ired, a suitable xegulator or transfarmer shall be provided.
2. Surge Su�pression. Provide a Current Technalogy Load Guard MSU-45-120
surge suppressor installed in the 120VAC power circuit a�ead ofthe RTLJ and
radio power supplies and all 120 VAC powered instntments. Provide fiised
terminal strips far feed to RTU and each 120 VAC power instrument.
3. Pro�ide DC power supplies of quantities and sizes as required for povvering
DC signal and controlloops for a112-wire transmitters, loops for monitoring
discrete inputs and all necessary outputs.
4. Design all power supplies for a�ninimum of 150% of the maximum
sirnultaneous current draw.
5. The Pane1 shall be provided with an uninterruptable pawer supply as speci�ec�
below. Tt�e UPS sha11 provide power to the following items.
a. Cont�-ol system devicea, components, �onvert�rs, po�ver supplies, etc.,
located within RTU-2, Each item sha11 be indivicivally protected with a
circuit breaker or fuse.
b. Field instruments that require 120VI�C (that are not scheduled to be
powered from a panelboard}, Each field irastrument sha11 be individually
prntected with a circuit breaker or fuse,
C. Power ConditionerlLJninterruptabl� Power Supply:
3�aioa6 13650 - $
City of Fort Worth
West Side N Project — Pump Station
�a
3.
�4.
:
5. Output Wavefonm: Camputer grade sin�-wave with 3% maxir�aum s�ngte
harmonic and 5% maximum total harmonic distortion.
I & C SYSTEM
CONTROL PANELS
AND ENCLOSURES
Rating: 120VAC, 50 hertz, 700 VA miniinum to provide uninterrupted
conditioned power fully loaded conditians for 34 minutes.
Description: On line dual track power conditioner and true (zero milli-
second transfer tirne) uninterruptable power supply providing isolation, line
regulation and conditioning, using sealed 48 valt rnaintenance free batteries
anc3 switch rnode power supply for uninterrupted power with 0.5 to 0.7 power
factor and 2.7 to 3.5 crest factor.
Lighting and Surge Protection: Inherent 2000: 1 spike atienuatian.
Regulatian: 1-3 percent load regulation with less than 2pF effective coupling
capacitance far line to Iaad.
Output Frequency: 60 hertz +!- 0.5 hertz.
O�erating Temperature: 0 degrees to +40 degrees Centigrade.
Relative Hurnidity: S% — 90% without condensation.
Computer Interface: RS232 port for disptay of 22 meter functians and 15
alarrn iunctions.
10. Input Protection: Independent battery charger fiise and DC fuses.
11. Output Protectipn: Inherently current limited �erro-resonant transformer.
12. Battery Charger: Two step charger, 8 amp and 2 amp.
13. AC Znput: 120V, 60Hz, sir�gle phase, +15%, -20%.
14. AC �uip�t: 12�V, bOHz, single phase, +3%, -3%.
15. Product and Manufactnrer: Provide one of the following:
a. Best Power Technology, Inc. Ferrups FE Series.
b. Or approved equal.
D. Internal Electrical Wiring and Accessories:
1. Unless atherwise specified, interzaal wiring sha11 be Type MTW stranded
copper vvire with insulation rated for 600VAC a# $S C for single cond�ctors,
color caded and labeled with w�ire identification.
2. For DC analog signaZ wiring from RTU terminals, indicator terminals, etc., to
the field terminal blacks, use 600VAC, 18 AWG (minirnum) twisted pairs
w�th overall shield.
3.
4.
5.
6.
3181006
For AC power wiring, use No. 12 rninimuzn AWG. For AC and DC signal
and control �iring, use No. 16 minix�um AWG. For wiz�ng carrying more
#han 15 amps, use sizes requireci by NEC and JIC standards.
Install wiring runs i�n wire troughs along horizontal or vertical roufies to
present a neat appearance. An�led runs are not acceptable.
Separate and shield DC signal wiring from power and control vviring by a
minirz�um of 4 inches, using separate wire troughs.
Where possible or practical in th� panels and enclosures, route the low
voltage DC sigzaal wiring along the right portiozz of the enclosure subpanel{s}
and route the AC power and control wiring to the left portion of the
13650 - 9
City of Fort Worth
West Side N Project— Pump Station
I & C SYSTEM
CONTROL PANELS
AND ENCLOSURES
subpanel(s), with the ineoming power and distributian circuit breakers
located to the upper Ieft.
7. Group or bundle parallel runs af wire using covered troughs. Maximum
bundle size to be 1 inch. Traughs sllall have 40 percent spare capacity.
8. Adequately support and resirain all wiring runs fo pre�ent saggizag ar other
movement.
9. Terminal Blocks:
a. Tenninate all �eld wiring and internal panel wiring at 600 V barrier type
tenninal blocks, Allen Brad2ey Catalog number 1492-CA1 ar equal.
b_ Tem�inal blocks shall be tubular screw type with pressure plate capable
of accepting a�22-#8 wires and shall be z�ounted on rigid steel rail.
c. Heavy duty end anchors shall be provided on batk� ends of all terminal
strips to finnly anchor the terminal blocks to the mounting rail and
insulating end bari•iers shall be provided on one end ofthe terminal strip
as necessary.
d. No mnre than two wires shall be ter�ninated at any single screw. Provide
jumpers as required to join adjacent tez-zninal bl�eks for additional
wiring connection points.
e. AlI terminal bZocks shall be labeled with permanently aff�xed numeric
identi�ers on eacli bloek, Tdentifiers shall be self-stickplastic tape strips
with permanent, machine printed nu�nbers.
� Provide a separate terminal block far Ianding each anaYog signal cable
shield.
g. Provide separate terminaI strips %r DC signal and AC �ower wiring.
h. Pzovade spare tenninal blocks equal in number to 20 percent of the
terminals used foz each type af wiz-ing (i.e., DC signal and AC power}.
10. Fused Terminal Blocks or Din Rail Mounted Circuit Bxea�Cers:
a. Pravide fused terzninal blocks or 1 flKAIC circuit breakers �ar all wiring
powered from within panels or enclosures fo device� locatec� outside the
panel or enclosure, as shown on the Contract Drawings and as required.
Fused terminal blocks or circ�it breakers shall be Allen Bradley, or
equal.
b. Terminai biocks shall be UL/C5A appr�ved, 600 V, capable of
accepting #22-#10 wires, and sliall be mounted on rigid steel rail.
c. HEavy duty end anchors shall be p��ovided on both en�s of aIl terminal
strips to firm�y anchor the terminal �blocks to the mounting rail and
insulating enc� barriers shall be provided on ane end of the terminal strip
as necessary.
d. Pravide fuses (sized as required} for all f�.ised terminal blocks and fuse
puller for each control panel LCP.
e. Provic�e 20 pereent spare fused terininal blocks and circuit breakers rail
x�aounted within each panel or enclosure.
11. Wire Markers:
3isiao6 1365Q - 10
City of Fort Worth
West Side N Froject — Purnp Station
T & C SYSTEM
CONTROL PANE�,S
AND ENCLOSURES
a. All panel wires and field wires shall have an alphanumezzc identification
tag at each point of terminatian.
b. Where practical, wire num�ers shalZ be unique and cantinuaus.
, c. Each wire number shall be solid, machine printed, and not pieced from
other single and/or double digit tags.
d. Wire markers shall be hea#, ail, water, anci solvent resistant, vinyl, self-
, laminating, self adhesive, wrap type labels as manufacturedbyThomas
, & Betts Shrink-Kon, HVM marker system, vinyl, computer printable, or
equal.
e. All wire labels shall be clearly visible and not hidden by wire duct or
other co�nponents in the enclosures.
12. All wiring shall be installed such that if wires are removed from any one
� device, power will not be disrupteci to any ather device.
, 13. AII alar�ns generated extemal to the �aanel, spare alarm, and repeat contacts
shall �e wired out to terminal blocks.
14. Use separate, isolated 5/15-inch diameter copper grounding studs or 1/4 inch
; thick drilled and tapped copper bus bars for instrument signal cable shield
grounding connections and instrument power/equiprnent grounding system.
15. Where wires pass thraugh panel walls, pravide suitable bushings ta pxevent
cutting or abrading of insulation.
16. When DC t�ower andlor 1ow voltage AC power is required, provicie and
install the necessary power supplies and transformers in the panel.
17. Pravide complete wiring diagram showing "as bu�1t" circuitry. Diagram shall
be enclosed in transparent plastic and placed in easxly accessible pocket built
into panel door.
1.4 LISTING OF PRODUCTS
� A. An effort has been made to denote if a partieular device is not being used under
.. Part 2 af this Specification. However, some devices may be inclutied in this
specification which are no� part of the Con#ract.
PART 2 - PRaDUCTS
2.1 INDICATOR UNIT
A. Digital indicators shall be Digitech Model DSM. No substitutions ar o#her units
shall be provided.
2.2 PQWER SUPPLTES
A. Genera�: Single unit and multiple unit power supplies, located in contxol zaom
panels, rernote terminal units and fieId panels as required.
aa$ioo6 13650 - 11
City of Fart W orth
West Side IV Project —1'ump Station
I & C SYSTEM
CONTROL PANELS
AND ENCLOSURES
B. Single Unit Required Features:
1. SoZid sta�e circuitry.
2. Surface mountin�g.
3. Input Power: 117 VAC +1- 10 percent, 60 Hz.
4, Output Power: 24 VDC or as required.
5. Line/Load Regulation: -�-1- 0.005 percen.�.
6. Ripple: 0.25 mv RMS.
7. Overload Px-otection: Jnternal preset.
8. Include mounting brackets, fuse, and nnating connector for a�c power p1ug.
C. Multiple Unit Required Features:
1. 5olid state circuitry.
2. Standard 19-incls RETMA (EIA) rail mounting.
3. Input Power: ] 20 VAC +/- 10 percent, 60 Hz.
4, Output Por�v�r: 24 VDC or as required.
5. Include o�er-�oltage protection, oufput current limiting prntection, power
�upply failure alaran contacts, provisions for pa7•alleling power suppties and
frant panel mounted indicating �uses, test jacks and adjustments.
6. If the power supplies are connected in parallel, pzovide isolation diodes in
series with the positive lead of each oithe parall�l cormected power suppIies.
7. Connections:
a. Twist-lock AC power coranector.
c. DC power terminal strip.
d. Manu�acturez: Provide power supplyunits of one of the foltowing:
1. Acopian Corporatian, �
2. Or equai.
2.3 CURRENT TSOLATOR
A. General: The isolating unit shall be a four wire,120VAC pawered device. It shall
accept one (1) 4-20 ma input si�al and delivez� up t� four (4) 4-�o ma outputs.
B. Required Features:
1. Accuracy: +/- Q.1°/a of span.
2. A�nbient Teinperature Rang�: -30C to +82C,
3. Isolation: S�OVrms, no de cannections.
�. Provide one spare isolator.
C. Manufacturer: Pro�ide current isolatar of one afthe fnllawing:
1. Action Instruments
2. Moore Industries
3. Or equal
3181006 13b50 - 12
City of Fart Worth
West Side N Project — Pump Station
2.4 CONTROL RELAY�
I & C SYSTEM
CONTROL PANEL�
AND ENCLOSURES
A. Type: General purpose, plug-in type xated for continuous duty.
B. Constniction Features:
1. Coil VoItages: 24 VDC, and 120 VAC as required.
2. Contacts {DPDT minimum);
a. Silver cadmium oxide, gold flashed except in cases foz' switching low
energy circuits {<200 anA) �vhere �ne silver, gold flashe� contacts shall
be provided.
b. Rating: Compatible wiih AC or DC throughout voltage and current of
devices simuItaneously operated by contacts but not less than the
fnllowing:
1) Silver cadmium oxide, gold �lashed not less than 14 amperes
i-esistive at 120 VAC or 2$ VDC continuous.
2) Fine silver, gold flashed not less than 3 aa�peres resistive at 12D
VAC or 28 VDC continuous.
3. Provide an indicator Iight (LED) when relay is energized.
�4. Relays to have clear plastie dust cover.
5. Relays to be UL recognized.
C. Manufacturer: Provide Control Relays from one af the following:
1. Potter & Brumfield, KRPA
2. IDEC, RR Series.
3. Or equal.
2.5 TIME DELAY RELAYS
A. Type: Dial adjustable, plug-in type time delay reiay providing delay-on-make,
delay-on-break or interval operatian.
B. Construction. Features:
1. MOS digital circuit with transformer coupled power.
2. Switch selectable �ranges as follows:
a. 1 second.
b. 10 seconds.
c. 1 minute.
d. 10 rninutes.
e. 1 hour.
£ 10 hours.
3. Minimum Setting: 3 percent of range, except 50 rras �'or 1 second range.
4. Contaets:
a. Type: DPDT.
318100b 13650 - 13
City of Fort Warth
West Side N Project — Pump Station
I & C SYSTEM
CUNTROL PANELS
AND ENCLOSURES
b. Rating: 7 amps resistive at 120 VAC 7 amps at 24 VDC.
5. Housing: Plug-in desi�,n with dust and znoisture z-esistant mald�d piastic
case.
b. Power Input: 120 VAC and 24 VDC as required.
7. Relays to be UL r�cognized,
C. Product and Manufacturer: Pravide one of the folIowing:
1. Series 328, as �nanufactured by Auton�atic Timin� and Gontrols Co�npany.
2. Or equal.
2,6 SELECTOR SVVITCHES, PUSHBUTTONS AND INDICATING LIGHTS
A. Gezaeral:
1. Selector switches, pushbuttons and indicating lights shall be suppl�ed by one
inanufacturer azad be of the same sexies or z�nodel type.
2. Typ�:
a. Round, 30.Smm, heavy duty, oiltight.
b. NEMA �}X, corrasion resistant type.
3. Provide rnanufacYurer's IEgend plate far indicatinn af sv�ritch, pushbutton or
light iunction (i.e. Open-Closed, Hand-Off-Auto) as indicated on the
Drawings.
4. Mounting: Flusk� mounfed on Gontrol panel fi-ont, unless otherwise noted.
B. Selector Switches:
1. Type: Frov�de selectar switches wifh number af positions as required to
perForm intended functions as shown and specified.
2. Contacts:
a. Pravic�e number and arrangement nf contacts as required to perform
intended functions speci�ed but not less than one single po1e, double
throw contact.
b. Ty}ae: Dauble break, silver contacts wiih movable contact blade
providing scrubbing action.
c. Rating: Gompatib�e wifh a-c or d-c cun-ent with devices simultaneously
opez•ated by the switch contacts �nt not less than 1 Q arnperes resistive at
120 valts a-c or d-c co�ntinuous.
3. Switch Operator: Siandard black knob.
C. P�shbuttons:
1. Type: Provide momentary, singI� and/or dual type pushbuttons as required to
perform intended functions specified and shown.
2, Coniacts: Comply with the requiremenis specified for selecto:r swatches.
D. Indicati�g Lights:
3181a06 13650 - 14
City Qf Fort Wo�-th
West Sicie N Project — Pump Station
1, Type; integral transformer, push-to-test type.
2. Lam�s: LED with color matcl�ed lens�s.
I & C SYSTEM
CONTROL PANELS
AND ENGLOSUIZES
E. Lens Colars:
1. Green for indication of off and valves closed,
2, Red for indicatian of run, valves o�en and circuit breakers clased.
3. Amber for indication af equi}�ment malfunction, �rocess trouble and alarms
{i.e. high level, lovv level, etc.).
4. Blue for indication of electrical contx•nI power on, availab�e status, rermote
mode.
F. Rotary Carn Switches:
1. Provide rotary cam switches with number of positions and poles as requir�d
tfl perform the requiz-ed signal switching functian specified and shown.
2. Contacts;
a. Gold-flashed contacts housed in mEchanical contact blocks with number
and arrangement of contacts as required to perform intended firr�ctions.
b. Contaet Rating: Compatible with a-c ar d-c throt�gh-put current of
signals and d�vices simultaneously operated by the switch contacts but
not less than 20 amperes at b00 VAC or 250 VDC continuous.
3. Switch Operator; Standaxd black knob.
' G. Product and Manufacturer: Provide one of the %11o�wing:
. 1. Type E3a, as manufactured by Cuilex-Hammer.
2. Bulletin BQOH, as manufactured by Allen Brac�ley.
3. Or equal.
H. Ten Turn Potentiometer:
1. Required Construetion
a. Wirewound, precisian, ten iurn {3600).
b. Resistance talerance: �- 5%.
c. Resistance; Range as required by applicatian.
d. Dielectric Strength: 1004 VAC for 60 secands
e. Working Voltage: SOOV max.
% �ower Rating: 2W at 70C.
g. Siainiess steel shaft with skirted round knob.
2. Manufacturer: P�-avide one of the following:
a. Clarostat, Series 73JA
e. Or equal.
I. Int7-usion Switch — Enclosure
a. Magnetic Contacts :Forin C Contact rated 30 V AC/DC max, 0.25 A max, 3.0
W max
31810� 13650 - l S
City of Fort Worth
West Side IV Project -- Pump Station
b� Mounting:5urface
c. # 6 Screw terminal
d. Gap Distance 3 inches
e. Ma�iufacturer: SentroI ModeI 1044TW or ec�ual
2.7 SPARE REPLACEMENT UNITS AND PARTS
I & C SYSTEM
CONTROL PANELS
AND ENCLOSURES
A. Spare replacement instruments and coinponents shall be provided for the panel
mounted devices as follows;
1.
2.
3.
Two {2} spare contral reIays afeach type used as specified in Part 2.12 of this
Section.
One {1} spare time delay relay as specified in Part 2.13 of this Section.
One (1) spare cun-ent to current transn�itter as specified in Part 2.� 1 of this
Section.
4. One {1) spare 24 VDC power supply as specified in Part 2.7 o�tkais Section.
5. 6 spar� lamps (bulbs nr LEDs) for �ach type and color used in the system.
6. 6 spare fuses for each sxze and type af fuse used in the system.
B. All spare parts shall be individuaIly packaged for protectior� against impact,
moisture and dirt. Each package sliall be cleariy labeled as to its contents with a
description and part number.
C. All spare parts shall beeome the properiy of the OWNER. CONTR.ACTOR shall
rnaintain the spare parts inventory as Iisted above, and replace, at no additional
cost, all spare parts cansumed during the one-yea�' warranty periad.
2.$ PANEL SCHEDULE
A. Infarmatian specific to the various control panels fiu�ished as part of the
Instrumentatian and Control System is listed in the schedule below.
B. Every effort has been made to ine�ude specifie information on control panels,
howe�er, some panels may have been inadvertently onr�itted, If in�'ornaafion �ar any
panel has npt been included in the schedule below, CONTRACTOR shall verify
requirements with th� ENGINEER.
C. The RTU shall be installed in the control panel. Pane] shall be sized to install �he
RTU pxavided by HSQ, Inc.. The UPS shall alsa be installed insid� the Control
Panel. Por�ver to the field instrumentation shall be supplied from the UPS power.
3181006 13650 - I b
City of Fori Worth
West Side N Project—Pump Station
l & C SYSTEM
CONTROL PANELS
AND ENCLOSURES
D. Contro1 panels and enclasures are shown on the Contract D2•awings and are listed
as follows:
�
�'r'���1� ?v'�a17F
RTU Control
Panel
PART 3 - EXEGUT]DN
3.1 INSTALLATIOI�T
� .�ra�r�n� � �+��.�vr� .�n�� T�� �tA'TIN�
PUMP ROOM
NEMA 12
A. Install equipment in conforrnance with NEC.
iB. Unless atherwise noted, install inc3oar panels on 4-inch grout pad. Lay grout after
pane� sills �ave been securely fastened ciown. Extend pad � inches beyond autside
dimensions of base, a11 sides, solid, face-to-face.
C. Unless otherwise noted, install outdoor panels on a reinfarced canerete slab on
grade:
1. Minimum Thickness: 6 inches with No. 4 steel reinfoarcing bars at 12 inches
on centers, each way.
2. Minimurn Size: 12 inches larger than outer c3imer�sions of base, each side.
3. Pror�ide excavati�n and backfill work in c�onformance with Section 02220,
Excavation and Backfill.
4. 1'ro�ide concrete wark in conformanee with Division 3.
D. Install anchor bo�ts and anchor in accordance with Section 05051, Anchor
Syste�ns.
E. Install and interconneci all equipment, devices, electrical hardware,
instrurnentatian and controls, and process controller components into and out of
and among the enclosures as indicated on the Contract Drawings.
3.2 TESTING AND ADJUSTMENT
A. Perfonn system testin� and make any adjustment� necessary in accozdance with
this Section and with the Specifications of Section 13600, Ins�rumentation and
Contz-ol Systern General Requirements.
+ + END OF SECTION + +
3181QQ6
13b50 - 1'7
City of Fort Warth
West Side N Project — Pump Station
SECTION 14630
BRIDGE CRANE
PART � - GENERAL
1.1 DESCRIPTION
BRIDGE CRANE
A. Seope: CONTRACTDR shall pzavide all labor, materials, equipment, and
incidentals as shown, specified and required to furnish and install a water pump
station bzidge crane.
B. Related Work Specified Elsewherc:
1. Section 03300, Cast-in-Place Concrete.
2. Section 05120, Structural Stee1.
3. Sectian 05501, Miscellaneous Metal Fabrications.
4. Section 09900, Painting.
5. Section 16050, Electrical.
1.2 QUALI'TY ASSURANCE
A. Manufacturers Qualxfications:
1. Manufacturer shall ha�e a minimum of five years experience in pz-oducing
substantially simiIar equigrx�ent and shaw evidence of at leas� five installations
in satisfactory operation.
B. Reference Standards: Comply wi�h applacab]e provisions and recomrnendations of
the following, excep� as otherwise shown or specified.
1. AISI, Sgecification for the Design, Fabrication, and Erection of Structural5teel
fox Buildings.
2. ANSI B30.2, Overhead and Gantry Cranes (Top Running Bridge, Multiple
Girder}.
3. ANSI B30.11, Monarail Systems and Underhung Cranes.
4. ANS�� B30.16, Overhead Hoists.
5. CMAA No. 70, Elect�ic Overhead T:raveling Cranes.
6. HMT 100, Eleetric Wire Rape Hoists,
7. Standards of Natianal Electric Manufacturers Association, NEMA.
8. AWS D14.1, Specification for Welding I�dustria� and Mill Cranes.
9. ANSI C1, National Electric Code.
3is�oac 14b30-1
City of For•t Worth
West Side N Project — Pump Station
l.3 SUBMITTALS
BRIDGE CRANE
A. Shop Drawings: Submit for appro�al the following:
1. ManUfactu7•er's ]iterature, illustrations, specifications, engineez�ng data, weights,
support reactions, testing insiructions and affidavits of campliance with
standards and codes.
Z. Dr•awings showing fabrication, assembJy, installation details, accessories,
clearances, and wiring diagrams.
B. Operation and Maintenance Manuals; Submit complete manuals ineluding:
1, Detailed opei-ating instructions for eacI� pieee pf equipment.
2. Explanations of aIl safety considerations relating to operation.
3. Complete description of aIl equipraent and contro] adjustments and settings.
4. Explanation, with illustrations and schedule fa�r each �naintenance task.
S. Recommended spare parts Iists.
6. Lubrication charts and table of altenr►ate Iubricants.
7, Trouble shooting instructions.
8. List of �naintenance tools and equipment.
9, Name, address and phone number of manufacturer and manufacturer's Iocal
service representative.
10. Copies of all S�op Drawings.
1.4 PRODUCT DELNERY, STORAGE, AND HANDLIlVG
A. Delivery of Equipment: Inspect and check all equipment and materials against
approved Shnp Drawings at time of de�ivery. Equap�nent and materia�s datnaged or
nat meeting the requil•ements af the appra�ed Shap Drawings shaII be immediately
retumed for replacement or repair,
B. Storage: Ec�uipment and rnaterials shall be stored in a dry, covered, �entilated
location and protected according to manufacturer's instructions.
C, HanclIing: Equipment and materials sha11 be moved and handled in accordance with
manufacturer's instructions.
1.5 SEQUENCING AND SCHEDULTNG
A. Do nat insta�l equipment until desigm strength of all cast-in-place eoncrete suppoxting
elernents has been attained and erectian c�£ all supporting steel completed. Bridge
crane shalI be installed prior to building roo� enclosure.
318 ] �06 14630-2
City of Fort Worth
West Side IV Project -- Pump Station
PART 2 - PRODUCTS
2.1 GENERAL REQUIREMENTS
BRIDGE CRANE
A. Bridge c�'ane shall meet the following minimtim requirements.
1. Type: top xunning singXe girdez'.
2. Service Classification: CMAA #70 Class C.
3. Cxane and Hoist Rated Capacity: 3 tons.
4. Hook Lift: 15 feet.
S. Companent Operating Speeds:
�. Bridge: manually operated
b. Tralley: Manually opexated
e. Hoist: two speed —1816 feet p�r minute.
6. Span, Clearance and Headroom: As shown on the Contract Drawings.
7. Power Supply - 460 volts, 60 Hz, 3 phase (motors).
- i 10 volts, 60 Hz, 3 phase (controls)
2.2 DESIGN ANll CONSTRUCTIOIV
A. General
I. Structural steel shall be in accordance with AISC Specificatians far Design,
Fabrication and E��ection of Structural 5teel for Buildings.
2. Castings, forgings and stampings shall be desi gned with an allowable stz-ess rrot
to exceed 20 percent of the ultinnate strength of the 7naterial.
3. AlI shop welding shall be in accordance to AWS D1�.1. Field weiding nf
equipment shall be in aceoxdance with manufacturer's written ir�structions.
Field welding to the building structure shall be in aecordance with AWS D1 A.
�. Mark rated load on each side of the bridge clearly legibie from the loading
pasition.
5. Gi�e special cansideration tv available headroorr� and vertical clearance.
6. Provide a crane with a configuration and weight that does not result in a?oad
exceeding the design capacity of the runway beams. The runways are de�ig,ned
for a maximum wheel load of 15,400 pounds, including impact allowances.
7. An inca�act al]owance shall be included in design calculations for carriers
(trolleys), cranes, an.d runway tracks. The impact allo'wanee sha11 be 112
percent of the rated load for each foot per minute of hoisting speed with a
minimum allowance of 15 percent and a maximum of 50 percent.
$. Safety z'equirements of ANST B30.11 Safety Standards fo;r Monorails and
Undez-hung Cz•anes shall be incoaporated in a11 e�uipment furnished.
B. Crane Bridge:
1. Bridge Girders: ASTM A 36, structuraI steel.
3181006 1�630-3
City of Fort Worth
West Side IV Project — Pump Station
BR]DGE CR.ANE
2. Maximum Deflection: ]./9[}0 of the span.
3. Notch girders on the ends to engage trucks, Provide cushioned hard ruvber
staps on ends of bi-idge girders and ��unways.
C. Bridge Trucks:
1. Fabricate of structural channel sections permanently align to the bridge girder
by angle braces,
2. Ratio of end t�-uck wheel base to bridge girder shall not exceed 1:$.
3. Lugs shal] be provided on end trucks ta ]imit drop of the end tr�ck to I inch or
less in the event of wheeI or axle #�ailu�•es. Lugs shall be located on both sides
of ti�e track load carrying f�ange to pro�ide central Ioading of the track abaut
the vei-tical axis if failure occurs,
D. Truck Wh�els and Bearings:
I. Wheels: Drop forgec� or rolled steel with hea� treat�d treads and flanges.
2. Minimum Tread Hardness: 320 Brinell.
3. Type: Combinatian radial and thrust bearings, precision type, prelubricated and
sealed or p��or�ided with fittings and seals for pressure lubrication.
4. Bearing Life; L-1Q l�fe of 5,000 hours based on 75 percent of the wheel load,
and the full rated speed of the pz-opelled carriers.
E. Troll�y and Haist:
1. Tro�ley Frame: WeIded structural steel shapes,
2. Gears: All gears shall operate in an oil bath in oil-tight housings.
3. Hoisting Drum: Welded steel or high sta�ength cast iron, machine grooved and
4f suffxcient �engkh for a true vertacal ]ift with three wraps ]eft on the dium.
4. Hoist Cable: Stranded, fle�ibie, steel wit•e designed with a safety faetor of five.
S, Hoist Bxake: load brake rnultiple dasc type.
6. Hoist shall be equipped with a load limiting deviee, whieh shal] not impede
op�ration af hoist within its rated capacity.
F. Electric Power and Motors:
1. EXectric Power: 460 V, 6Q Hz, and 3 phase.
2. Ail wiring and equipment shall comply with the pro�isions of Article 610,
National Electric Code.
3. Motors: Suitable for crane arrd hoisi service and rated on not less than a 30
minute bas�s with temperature rise in accordance with NEMA standaz�d�.
a. Sridge Crane Motor: None.
b. Trnl�ey Motor: None.
c. Hoist 1Vlotor: TENV, squirrel cage, Class $ insulation, 75 C temperatur�
rise o�er a 40 C ann6ient temperature, 3!1 hp, two speeds, hrgh slip, high
torque, Equip with a solenaid operated motor brake.
3181�06 1�b3Q-4
��
City of Fort Worth
West Side IV Project — Pump Station
G. Manufacturer: Pa'avide product of one of the follou���g:
1. Anchar Crane & Hoist Service Co. Inc,
2. Harnischfeger Corporation.
3. St�epherd Niles Corptiration.
. 4. Or equal.
2.3 CONTROLS
BRIDGE CRANE
A. Pushbuttan Control: Cant�•ol of the bridge, trolley and hoist st�alI be by means oi a
pendant 4 buttan pushbutton contral box suspended fz-om the trolley. Steel eable
shall provide strain relief foz the eIectric control cable. An isoIating transforrner
shall z-educe voitage to 24 volts in the control circuits. The pushbutton control box
shall be in a high impact plastic case. Controi buttons shall provide tI�e fallawing
functians;
1. Bridge — None required - manual
2. Trolley — None required - ananual
3. Hoist Raise-Lower; FastlSlow
Cantrol pushbutton box wil] be mounted from the hoist t�olley. Control circuits sha31
d�activate on storage. Pushbutton station shall be mounted from the hoist trolley.
B. Automatic Limit Switch: An upper and Iawer limit hossting switch shall be
provided. The automatic limit switch shalI act independently of the funetion
switches.
C. Contz-oi Systems: Control system type may be magnetic; solad state, Qr static. All
control devices shall be amply rated and of sufficient size consistent with ihe
horsepovwer, voltage and tame ratings of the mator or mators. Contrals shall be pIain
reversing and shall be electrically and mechanically interlocked. All controls shall
be mounted in NEMA Type 12 enclosure suitable to the ambient environment.
2.4 ELECTRIFTCATION
A. CONTRACTQR shall provide and install an enclo�ed bus bar type contact conductor
system mounted paralle] to crane runway or track. Conductors shall comply with the
provisions of Article f 10, National Electrical Code. Contact canductors sha7l be sized
to carry the req�ired cuirent to a11 of the crane motc�rs when operating at rated
conditions. Collectors shall be of the shae type and shall be designed to reduce to a
minimum sparking between the shoe and contact conductor,
Contracto;r shall pr•ovide f�stoaning across the bridge to the hoist.
3181406 14630-5
City of Fort Worth
West Side IV Project — Pump Station
BRIDGE CRANE
B. System Components: Electrification system shall inel�rde b�at not limited to the
following:
1, Festoon System (along the bridge).
2. Bus bar system (along �•unway).
2. Control transformer.
3. Special tooling to instal� electrification systern.
4. All.wire, cable and connectors forpower and control hookups on the load side
of the manual safety switch.
C. Man�al Safety Switch: A manual safety switch shall be pa•ovided to disconnect alI
power to the bridge crane. Switch shall be pro�ided under Division 16.
2.S ELECTRICAL BONDING AND GROUNDING
A. Cooa-dinate with the applicab]e sections of Davisian lfi. All rnetal m�mbers of the
bridge crane shall be effecti�ely bonded together. Grounding l�gs shall be pr�vided
for effecti�ely conneeting the bridge crane to the building grounding system via
gxounding eleetrode bonding jumpers.
2.6 IDENTIFTCATTON
A. Identify all component subassemblies with brass or stainless steel nameplates and
shall be ma�•ked with the following information:
1. Manufacturer and model number.
2. Date of rnanufacturer with all pertinent ratings and operation infarmation.
3. Certifrcation, stamp or label to applieable codes.
2.7 TOOLS AND SPARE PARTS
A. CONTRACTOR shall supply ane set of spare parts.
2.8 PA]NTING
A. �urface Preparation and Shop Painting: Prime and shop pasnt a11 steel and equipment �,
with manufacturer's best industrial enameI paint system suitable for the installed
ambient envixonznent. AI1 damages to the paint systezxi shall be repaired in a rnannez'
acceptable to ENGINEER. Confozm to applicab�e z'equirements af Section Q9900.
B. Cnlor sha11 be selected b� the ENGINEER from the manufaciurer's available
standard colors.
3isioa� 14630�6
i Y
�
City af Fort Worth
West 5ide TV Praject — Pump Statian
PART 3 - EXECUTION
3.1 INSTALLATION
BRIDGE CRANE
A. Install equipment in accordance with ap�roved Shop Da�awings, manufacturer"s
instructians, as shown and �s specified.
B. Lubricate, adjust, iest and leave ca-ane in proper operating condition.
� C. Test ope��ate crane in the p�'esence of �NGINEER to dexnanstrate its ability ta
operate und�r maximum rated Xoad, without vibration, jez�king, slipping, overheating
I and ta perform all functions satisfactarily.
3.2 MANUFACTURER'S SERVICES
� A. CONTRACTOR shall furnish the services of a qua�ifed factary- trained serviceman
. who shall assist in the installa�ion of the equipmer�t, check all equipment before it is
� placed into o�eration, supervise testing, supervise initial operations, and instruct the
p�ant operators in the care, operation and maintenance of the equipznent.
B. Pro�ide at ]east one visit ta site by the servicernan. The shall at least for a one
� 8-hour day or as is required for check out of the bridge czane.
+ + END OF SECTION + +
l�
3181006
14630-7
�
���
SECTION I5000
GElV�RAL P1PING PROVISIONS
City of For-t Worth GENERAL PIPING PROVISIONS
West Side IV Project — Pump Station
PART 1 - GENERAL
1.1 SCOPE
A. These Genezal Piping Provisions apply in general to aIl piping in this contract. They
shall supplernent the individual detailed piping instructions found in Division 15.
B. Related work specified elsewh�re that shall apply ta all equipment, rnateriais, labar
and �ervices furnished uander this Section shall include, hut not be limited to, the
following:
1. D1V1530ri I, General Requirements.
2. Di�ision 1S, Mechanieal.
C. The CONTRACTOR, subcontractors, suppliers, andlor manufacturers furnishing
andJor installin� equiprnent, services and/o� specialties required und�r this Division
shall be required to i•eview anci satisfy all relevant requirement� of ather Sections of
the Contract Documents and the req�irements of the Contract Drawings. Th�
CONTRACT�R, rr�anufacturer, suppliez-, fabricator and/or subcontractors furnishing
and/oz' installing equipment, services and/or specialties associated with this Section
sha11 iully coordinate their efforts to avaid potential claims that are based on fai�ure
to review z�elevant Contract Dacuments, inclUding the Contract Drawings.
D. The CONTRACTOR shall furnish and instal� all equipment, labar, materials,
appu�tenances, specialty it�rns and services not proWided by the CONTRAC'I'OR's
manufacturers, suppliers, fabricators andlor subcontxactors but required far cornplete
and operable systems.
1.2 GENERAL REOUIREMENTS
A. Submit shop dravvings including detazled routing, insta�latiQn and pipe support type
and ]acation in accordance with the pz•ocedures specified xn Section 01300,
Submittals, and in this Section,
I3. Piping routes shown on the Contract Drawings shall be followed as closely as
possible except far minor adjustments to avoid other pipin�, elecirical, or structnral
features.
3181006
15000-1
City of Fart Worth GENER.AL PIPING PROVIS�ONS
West Side N Project --� Pump Station
If relocations are req��i�-ed, complete descriptive daka shall bE sub�nitted to the
ENGINEER for review per the requirements of Section 01300, Submittals.
C. Suitable caps or hland flanges shall be furnished an all pipes or branches that are to
be left unconnected and not shovun oz' specified to be provic�ed with isolation valves.
D. Where piping passes through the walls of tanks or channe�s below water surface ar
where detailed on the plans to have a wall collar, the waIl pipe shall be cast directly
into the conc�-ete, and sleeves or bZockouts will not be aceeptable unless specifically
noted atherwise on the Contract Drawings or approved otherwise by the ENGIlVEET�.
Above the water surface or through dry walls either a sleeve, blockaut �r a link-seat
may be used unless specifically noted otherwise on the Contract Drawings.
E. Wall pipes and floor pipes sha�I �� same material as pipe to which they connect,
including intez'�ar linang unZess shown otherwise.
F. Tn the event that the pipe material is not called out on the Contract Drawings or
specified otherwise, the C�NTRACTOR shall notify the ENGTNEEI� in writing. The
CONTRACTOR shall not install any piping or shall not order any piping that does not
ha�e a specific mat�rial calIed out until the ENGINEER has reviewed and confirmed
the material for the intended serviee.
1.3 TRENCH CONSTRUCTION
A. General:
1. The following shal� be in additian to requiz-ements of Divisian 2.
2. The CONT'RACTOR shall protect each trench at a11 t'rmes incIuding non�
wnrking hours, and shall pro�ide all equipment, ]abor andmaterials required to
prevent unauthorized public access to his wo�-k. Backfi�I af an-site tr�nches
shall be accomplished not later than the fifth calendar day following excavation.
The CONTRACTOR shall provide cantinuous temporary public accessways in
areas where trenching interrupts public access. In areas of gublic roadways,
trenching and temporary pa�ing shall conform to Division 2.
3. Where trench construction i�npacts or is impacted by existing pipelines, utilities
and/or structures, the CONTRACTOR shall protect fihese existing facilities and
systems and shall furnish and install al� equipment, labor, materials,
appurtenances and services required for ternporary reIocatian and continuous
aperation oi these facilities and systems at no adciitional cost to the OWNER.
Prior to final acceptance the CONTRACTOR shall remove a]1 te3nporary
connections �nd aIl temparary facilities and systeans, and s�all re-establish aIl
permanent connections and facilities to the oi�ginal conditions that were in place
prior to initiation of Wark under these Contract Documer�ts.
4. Refer to Section listed below far addational requirements.
3181006 � S��Q- 2
City of Fort Worth
West Sid� N Project — Pump Station
_ a.
b.
c.
d.
� e.
� B
GENERAL PIPZNG PROVISIONS
Section 01�10, Summary of Work.
Section 01040, Projeet Coo��dination.
Sectian 01541, Pratection of Work and Prop�rty.
Section 01550, Access Roads and Parking Areas.
Section 02220, Excavation and Backfill.
Section 02223, Trench Excava�ion.
Minimum Cover: Where pipe grades or ele�ations are not definitely fixed by the
Contract Drawangs, trenches shall be excavated to a depth suffieient to provide a
minimum depth of backfil� cover over the top af the pipe of 48 inches in all locatiarts
exclusive of pavement, t�eated, untreated or stabilized bases. Greater pipe cover
depths may be necessary on vertical cur�es or to provide necessary clearance beneath
other pipes, conduits, drains, drainage structure, ar ather obstructions encountered at
no�-mal pipe grades. Measurement of pipe caver depth shal] be made veitically frorn
the outside top of pzpe.
C. Limiting Trench Widths:
1. Trenches shajl be excavated to a width which will provide adequate wo�king
space and pipe clearances for proper pipe installation, jointing, and embedment.
Hawe�er, trench widths frorn the top of the pige ta 12 inehes abave the top of
the pipe shall be a maxamum width equai to the outside diameter of pipe plus 16
inches, unless otherwise shown on the Cnntract Drawings.
2. Where necessary to reduce the eazth load on trench banics to prevent sl�ding and
caving, the banks may be cut back on slopes which shal] not extend lower than
one foot above the tap of the pipe.
D. Pipe Bedding and Trenc� Backfill:
1. The bedding and bedding material shaIl be as specified in Division 2, the
detaileci piping sections, and herein. Unless otherwise specified, the tz-ench
backfill material shall be select fill material placed in accordance with 5ection
02220, Excavation and Backfill.
2. If unstable rnaterial is encountered upon which the bedding material or pipe is to
be placed and deternuned unsuitable by the ENGINEER, the material shall be
remo�ed as directed by the ENGINEER and replaced with select granular
bedding material eompacted ta 90 percent of m�imum densi�y per ASTM D
1557.
3. Backfill may not be jetted. The backfill material for the upper four feet
rr�easured from: the finish grade where there is no pa�exr�ent shall be compacted
to a relative compaction of 90 percent of maxznnum density by mechanical
means. Wi�ere pavement is to be installed, the upper 12 inches shall be
eompacted to 95% of maacimum density, and the backfill for 2 feet below tiaat
shall be compac�ed to 90% maximum density. Backfill For trenches beneath
3 i s a ao� 15Qfl0- 3
City of Fort Wo�-�h GENERAL PTPIlVG PROVISIONS
West Side IV Project -- Pump Station
structures shal] be mechanical]y compacted to a relative cnmpaction of 95
p�rc�nt of maximum density.
�. In no ease shall the pipe be installed in such a manner as Co be supported by the
couplings oar pipe bells.
5. After each pipe has been graded, aligned and placed into final position on t�e
bedding material and shoved home, suiiicaent pipe bedding material shall be
deposited and campacted under and around �ach side af the pipe and back of the
bell ar end thereo� to hold the pipe in p�•oper position and alignment during
subsequent pipe jointing, bedding, and bac�Cfilling.
6. Em�edment materi.al shall be deposited, and compacted if required by the
ENGINEER, uniformly and simultan�ously on each side of the pipe to prevent
lateral displacement of the pipe, the portion above the bottorn of the pipe shall
be vibrated sufficiently during the placement to insure that all spaces beneath
the pipe are filZed,
7. Tamped backfill materials shall be placed in unifa��m Iayers. Lifts shall be 6-
inches or less. Backfill materials shall have a moisture content which wiIl insuz'e
that maximunri density will be obtained with the compactioz� method used.
E. Trench Resurfacrng:
1. Tx�ench resui�facing shall be as specified in Sectian D2220, Exeavatinn and
Backfiil. The typical trench detail rs shown on the Contz'act Drawings.
2. The untreated base material depth or thickness shail match the existing base
materiaI but shall not be ]ess than noted Qn Contract Drawings.
F. S�eeting and s�oring shall Ue as specified in Division 2 and shall be provided at the
C�NTR_ACTOR'S exp�nse.
Z.4 THRUST RESTRAINT
A. Pro�ide thrust restraint on �II piping systems (including �valves and fittings) a�
identi�ed in S�ction 15051, Buried Piping �nskallation, and Section 15052, Exposed
Piping Installation.
B. Thrust restz-aint shall be accomplished by means of restrained pipe joints, as specified
or othex appraved mechanical thrust restraint systems. Concrete thru,s� blocks shall
n�at be used. Thrust restraints shall be designed for the axial thrust exerted by the test
pressure specifzed in the piping section af 15051, Buried Piping Installation.
1.5 HANDLING
A. Pipe, fitdngs, �al�es, and accessories shall be handled in a manner that wilI insure
installation in sound, undamaged conc�ition. Equipment, tools, and methods used in
unloading, reloading, hauling, and laying pipe and fittings shall be such that they az'e
31&10U6 1 SOD�-4
City of Fart Worth GENERAL PIl'ING PROVISIONS
West Side IV Project — Pump Station
not damaged. Haoks inserted in ends of pipe shall have broad, well padded contaci
surfaces.
B. Pipe and fittings in whicH the Iining has been broken ar Ioosened shalI be replaced by
and at the expense of the CONTRACTOR. Where the damaged areas are srnall and
readily accessible, the CONTRACTOR rraay be permitted to z'epair the lining, subject
to the x-e�iew and appraval af the ENGINEER.
C. A11 pipe coating which has been damaged shall be repaired by the C�NTRACTOR
� before installing t�e pipe.
D. Refer to Seetion 0161Q, Transportation and Handling of Products.
� 1.6 CLEANTNG
� A. The interior of all pipe and fittings shall be thoroughIy cleaned of all foreign matter
� before being installed, and shall be kegt clean until the work has been accepted. All
lumps, blisters, and excess coating shall be removed from exterior spigot and interiox
� bell surfaces. Such su��faces shall be wire brushed and wiped clean and dry and free
from oil and grease before placing t�e spigot in the bell. All joint contact surfaces
sha13 be kept clean until the jainting is completed.
B. EWery precaution shall be taken to prevent foreign material f�om entering the pipe
while it is being installed. No debris, tools, clothing, or other ma�erials shall be
pIaced in the pipe.
C. Prior to installation of piping, valve� and fittings in structures, all sacking and
concrete preparation shall be completed and the work area shall be rnaintained in a
Uroorn c]�an condition duz�ng the pipe installation.
1.7 CUTTING
A. Cutting shaIl be done in a neat manner without damage to the pipe or lining. Pipe
cuts shall be smooth, straight, and at right angles to the �ipe axis. Al� cutting af pipe
shall be done with mechanical pipe cutters desigaled for the specifxc vvork required.
All cut ends shal� be, if applicable, reamed to fulI bore before ass�rnbling.
B. Field cutting, threading, groaving andlor tapping of pipe specified to be furnish�d
with special interior coatings or linings such as glass lining shall not be permitted.
All pipe, �alues and fittings required to be furnished with special interior coatings or
linings shall be factory cut, threaded, groo�ed and/or tapped prior to factory
instal]ation of Che interiar coating or lining.
3181406 i�fl���$
City of Fort Warth GENERAL PIPING 1'ROVISIONS
West Side IV Project — Pump Station
l.8 CONNECTIONS V�ITH EXISTING PIl'ELINES AND STRUCTT_TRES
A. At all connections and tie-ins to existing pipelines and structures, the
CONTRACTOR shal] provide aI1 materials; equipment, and labor including all
temporary piping, pumping, and other �quipment required to isolate and dewater
existing gipe�ines and structures, and all fittings and transition pieces required to
connect n�w piping with existing, Materials, locations and dirnensians of existing
piping indicated on the Contract Drawings are appraxinnations anly. The
CONTRACTOR shall field verify all materials, Iocatipns and dimensions of existing
piping affected by or affecting his work, and shall �nake all modifications required
including furnishing and anstalling all transition pieces and fittings requix-ed far a
complete and opez'able system. The CQNTRACT4R sha1I report all field verified
deviatians to the ENGINEER. All connections with existing piping shall be made at a
time, and under conditions, which wiIl ]east interfere with OWNER's opera�ians, and
as authorized by the ENGINEER. The CONTRACTOR shall provide facilities far
proper dewatering and for disposal of all vvater removed fi•om the dewatered lines and
excavations without damage to adjacent property.
1. Re%r to Section 130D, Submzttals.
2. Refer to Section 01541, Protect�on of Work and Property, for protectian of
existing pipeline�.
B. Special care shall be taken to prevent cantamination when devvatering, cutting into,
and making connections with existing piping. No trench water, mud, or otI�ez
contaminating substances shaIl be permitted to get into the pipelines.
C. The CONTRACTOR shall restare all existing pipelines damaged by the
CONTRACTOR to the�r original condition prior ta Final Acceptance.
D. luotify ENGINEER in writing at ]east 15 calendar days prior to taking pipelines out
of service.
1.9 RECORD DRAWTNGS
A. The C�NTRACTOR shall prepare and maintain Record Dr�vvings in accordance
w�th the requirements of Section 01720, Record Documents, and as speciiied herein.
Record Drawings shalI be separate, clean blue prints reserved for the purpose of
shawing a complete pacture o� the giping and valve wark and appurt�nances actually
installed.
B. LTpon completion of the worl�, these recoi-d di-awings shall be signed by the
CONTRACTOR, dated, and returned to the ENG]NEER faz' zeview. Record
Drawing submittal, review and approval are candidons for final acceptance by the
FNGINEER,
3� s too� 15000- 6
City of Fort Worth GENERAL P�P]NG PR4VISIONS
West Side IV Project — Pump Station
1.10 DISINFECTION
A. Where pige, valves, and fittings are installEd in exisCing gotable water lines, the
interior shall be thoroughly cleaned and then swabbed with, or dipped in, chlorine
solution having a chlorine eontent of between SO and 1QQ parts per million.
B. New potable water Iines shajl b� disinfected in accoy-dance with tt�e applicaUle
requirements of AWWA C651. After the line is fiiled, the c�lorinated water sha11
remain in the line for a period of not less than 24 hours.
C. Following disinfection the chlo�inated water shall l�e flushed from the line, The
C�NTRACTOR shall provide all necessary connections tn permit filling, venting
and flushing of the lines.
1.11 EXPANSI�N FTTTINGS
A. The CONTRACTOR shall furnish and install expansion fittings on all pipe]ines as
required to accommadate structural and thermai expansion joints as in the pipes
entering the concrete pedestal.
1.13 PIFE REt�U�REMENTS AT EXPANSION 7�]NT CROSSINGS
A. Above Grade Pxping: The CONTRACT�R shall furnish and install expansion
fittings on all pipelines as required to accommodate structura� and thermal expansion
considerations.
B. Below Grade Conc�ete Encased Piping: Where it is reguired that below grade piping
be cancrete encased, the CONTRACTOR shall c�ordinate the locatian af pipeline
meehanical joints or mechanical couplings with the lacations of encase�ent
expansion jaints.
1.14 PIPE SUPPORTS
A. General:
1. All pipe, ductwork and appurtenances connected to equipment shalr be
supported in such a manner �s to prevent any strai� being imposed on the
equipment. Coardinate the requirements of tf�is seetion with Section I5140,
Pipe Hangers and Su�ports.
2. Hangexs and supports fox plastic piping shall be spaced not rnore than 4'6"
apart for pipe sizes up to 3", and shall be spaced not rnore than T-0" apart for
pipes sized greater than 3" and less than ar equal to 12". Metal piping shall be
supparted at intervals of not rnore th�n IO'-0" with a minimum of one support
3�s�aos 1S�OQ-7
City af Fort Worth GENERAL PIPING PROVISIONS
We�t Side N Project — Pump Station
per pipe section at pipe fittings, �a�ves and flawmete�•s. There shall be no
noticeable sagging of piping between supports.
3. Piging and ductwork shal] be rigid1y anchoa'ed to walls and ceilings by means
of suitable pipe hangers or wall brackets and 316 SS anchor bolts, nuts and
washers. Concrete inserts shall be used iar the support of piping hangers
v�herever practicable. Where it is necessayy to install i�angers or supports after
the concrete has been poured or other masonry work is finished, 316 SS inserts
and concr�te anchors shalI be used unless noted otherwise on the Contract
Drawings. Unless otherwise shown or specified, hangers shalI be of adjustable
split-ring swive] type, Grinnell, B-line, Unistrut or equal. Strap hangers shall
not be acceptable.
4. AI1 miscellaneo�s pipirag, including valves and devices therein, shall be
supported appraximately 1-1/2 inches fram walls and ceilings on �uitable
brackets.
5. Any required pipe supports for whicl� the supports specified in this Section are
not appZicable shall be fabricated or constructed, as part af the work of this
Section, from standard structural steei shapes, cancrete, and anchar hardware
similar to items previously specified herean and shall be subject to the approval
of the ENGINEER.
G. Expansion bolts shall be Kwik-Bolt as manufactured by th� McCullpck
Industries, Minneapo2is, Minnesota, Wej-it manufactured by Wej-it Expansion
Px-aduets, Inc., BloomfieId, Colorad�, or equal. Unless shown othez-wise all
expansion bolts shall be of Typ� 316 stainless steel and shall be double
expansian shields. Unjess otherwise directed by the ENGINEER, the length of
expansion bolts shall be suf�cient to plac� the wedge portion of the bolts a
minimum of l-inch behind the st�el reinforcement bars.
7. Protection of dissimilar metals sha]1 be included.
8. All anchoring hardware for supports shall be 316 SS.
9. All sUppai�s submerged ar belaw the top of walls in ail �iquid carrying
structures, and all supports in areas designated as Class 1, Group D, Division 1
shall be 316 SS, ox FRP.
B. Desi�n:
Z. "C" type beam cIamps will not be a11or�+ed.
2. N� piping sh�Jl be supparted from metal stairs, ladders and walkways unless
specifically directed or authorized by the ENGINEER.
3. AlI pipe supports shall have Iiberal strength and stiffness to support the
respective pipes under the maximum cambination of peak loading conditions,
to include pipe weight, liquid weight, and thermal expansi�n and contraction.
4. Accurate weight balance calcu�ations shall be made by the CONTRACTOR to
determine the required supporting force at each hanger location and the pipe
weight load at each equipment connection ior the condition defined in
1.14.B.6.
3 i a i o06 15000- S
c�ty o� FQ�-� wa�-��
West Side IV Proj�ct — Pump Statian
5.
fi,
7.
:
13.
14.
15.
GENERAL PIPING PROVlSIONS
Wherever �ossible, pipe attachments for horizontal piping shal] be prpe
c]amps. Whe�-eveY• possible, structui•aI attachments sha]I be bearn clamps.
Al] rigid hange�•s shal� provide a means of vertical adjustment after e�•ectron.
If vibration is encountered after the piping system is in operatian, appl•opriate
vibratian control eyuspment shall be installed at the direction of the
ENGINEER at na additiana] cost to the OWl�#ER.
Hanger rods shall be subject to tensi�e Ioading only. At hanger locatians where
latexal or axial mo�ement is antieipated, suitable linkage shall be provided to
permit swing.
Where harizontal piping movements are greater than 1/2 inch, or where the
hanger rod angularity from the vertical is greater than 4 degrees frorn the cold
to hot position of the pipe, the hanger pipe and structurai attachrnents shal] be
offset in such manner that the rod is �ertical in the hot position.
Han�ers shall be designed so that they caranot become disengaged by
movements of the supported pipe.
Cast irQn and ductile iron piping shall be supported at a maxirnum spacir�g of
10 feet with a�ninimuxn of arae supportperpipe section at pipe fittings, �alves
and flow meters un]ess shawn otherwise on the Contract �rawings.
C. Tnstallatian:
1. A11 pipes az�d ductwo�-k, harizontal and �ertical, shall be rigidly supported fram
the bualding structure by approved supports. Supports shall be provided �t
changes in direction and elsewhe�re as shown on the Cantract Drar�+ings or
specified herein. No piping shall be supported fi•om nCl�er piping or from rnetal
stairs, meta� decking, ladders, and walkways.
2. Pip� suppoi�ts shall be prflvided to minimize ]ateral foxces through valves, bath
sides af splat type couplings, and sleeve type couplings and to minamize alI
p�pe foxces on pump housings. Pump housings shall not be utilized to support
cannecting pipes.
3. All vertica] pipes shall be supportec3 at each floor oa' at inter�als of at �east 12
ft. by approved pipe coIJaz-s, c2amps, brackets, o�- wall rests, and at all point�
necessary to insure rigid constructian.
4. Pipe supports shall not result in paint laadings but shall d.istribute pipe ]aads
evenly alang the pipe circumferenee.
�. Effects flf thermal expansian and cont� �tction of the pipe shall he accaunted for
in pipe suppart seIectior� and installation.
b. Inserts for pipe hangers and supports shall be installed on existing concrete
walls and ceilings. Before setting these items, all info�-mation sha11 be checked
whici� could have a direct bearing on the pipe location.
7. Continuaus metal inseifis shall be embedded flt�sh with the concrete surface.
3is�oo6 IS400-9
City of Fort Worth GENERAL PII'TNG PROVTSIONS
West Side TV Project -- Pu�np Station
1.15 PAINTING
A. Feirous su�rfaces, except thos� designated elsewhere in these specifications or an the
drawings as stainless steeI, shaIl be coated as pea� the ENGINEERS instructians; and
Section 11000, General Equipment Pravisions; and the apprfl�ed paint submittal. All
sharp
edges, burrs, vvelded joints, and projections, shall be ground smooth and all edges and
co�-ners rounded before pi7ming,
B. Surfaces of valves, operators, etc, which will be inaccessible after assembIy shall be
painted ar otherwise protected before assembJy by a method vs�hich provides
pi-at�ction for the Iife of the equipment, the coating specification is to be approved by
the ENGINEER. The CONTR�;CTOR shall furnish new equipment to replace any
equipment which the ENGINEER determines to be damaged beyond repair by ri.ist or
mishandling, etc., while in storage or during installation by the eantractor.
Nameplates shall not be painted.
G Machined, paIished, and other fei-�ous and non-ferrous surfaces which ar� not to be
painted shall be coated with rust preventative co7npound, Dearborn Chemical
"NO-Ox-Id," Houghton "Rust Veto 3�4", Rust-oIeum "R9," or equal. Shauld rust
accur duz�ing shipment and/or storage, the contractox shal� be responsible for
correction as determined by the ENGINEER.
D. Copper, bronze, chramiurn plate, nickel, stainless steel, aluminum, mone� rnetal,
lead, lead coatec� copper, brass and plastic are not to be painted or finished unless
called for in other parts of the Contract Daciiments.
E. Gal�anizing, where called far in this Section, or on the plans shall be hot dap pracess
conforming ta ASTM A-123 and the appropriate Ameriean Hot Dip Galvanizers
Association, Ine. Sp�cifications. Galvanize in tY�e �argest practical units after
fabrication. All gaZvanizang shalI be dane using a hot digping pracess.
Electrc�plating wilI not be accept�d. After instaIlatian, scratched or ungalvanized
surfaces shall be galvanized as directed by the ENGINEER.
F. UnIess otherwise specified in Division I5, a11 abov� and below grounc� fen'aus metal
valves, fittings, piping, etc. shall be shop pxi�med far praiection during delivery and
staz-age. The primer shall be Tnemec 66-1211, �Epoxoline Primer} or equal, applied
at a minimum 1 mil thickness, or 1 mil asphaltic coating in aecardance with AWWA
C151. The CONTRA�TOR'S painting subcontractor shall field paint per Section
09900, Paintang, and the appro�ed paintmg subnnittal.
3181U0G is000- ra
City of Fort Worth GENERAL PIPIlVG PROVISIONS
West Side IV Project — Pump Stataon
G. Submerged fer7-ous metal valves, fittings, piping, etc shall be primed by the
� manufactu3•e�• as described fo�• abo�e ground cornponents and sha11 be sandbIasted and
�-ec�atEd in the field by the painting subcontractor per Section 099a0, Painting, and
the CONTRACTOR's appro�ed painting submittal.
H. All PVC and CPVC sY�al] be coated per Seetion 09900, Painting; the appraved
painting subrraittal and Division 15, Mechanical.
1.16 SLTBMTTTAL5
Engineering drawings and piping submittals shall be in accordance with procedures
defined in Section 01300, Subrnittals.
The following piping items as a minisnum shall be subrnitted for approval in accordance
with the procedure set foi-�h in Section 01300, Submittals.
A. Items specifically called for in the detailed pipe Sections.
B. Any relocations of piping frox�n what is detailed on the Contract Drawings.
C. Any change of materials, jointing methods, or supports from what is detailed on the
Contract Drawings ar what is specified.
E. Cornplete descriptive inform�tion regarding proposed thrust restraint methods,
materials, and desigaa caIculations as required by the Contract Documents.
F. Complete Iist of piping identification label tstles and color schemes.
G. Pipe support drawings, details, ar�d calculatians where req,uired.
H. Methods of protection of existing pipelines.
1.17 PROTECTT4N OF EXYSTIl�TG PIPELINES
A. The CONTRACTOR is advised that existing pipelines at the City of Fort �orth arc�
in service. The CONTRACTOR shall furnish all equipment, labor, and materials
required for the pratection andlor temporaz�y re-routing of existing pipelines. The
CONTRACTOR shall be respansible for ail costs associated with protection andlor
temporary re-roudng of existing pipelines and scheduling af activities sa as not to
inte��ere with operation of those pipelines. Materials of exisiing pipelines indicated
on the Contract Drawings and the Iocations a��e approximate. The CONTRACTOR
shall field v�rify all dimensions and locations of exssting pipelines affecting or
3181006 1500D-1 I
City of Fort Wo��h GENEAAL PIPING PROVISI�NS
�est Side TV Project — Pump Station
affected by his Work, and all field vex-ification of existing gipeIines and schedule of
tie-ins shall be submitted to the ENGINEER faz' appraval.
I. Existing buried, in-service and pressurized pipelines include, but are not
Iimited to the f�lIowing;
a. Fire water and potable water tines.
b. Nonpotable water lines.
c. Trrigation water Iines.
Z. Protect existing buried, in-service and pressurized pipelines prior to excavating
or other V�orl� that may affect or be affected by existing pipelines as follovvs:
a. Isolate and take out of service the sectian of affeeted pipeline.
1} Close isolation valves in the pipeline.
2) Shut of� sludge, process, chemical and surnp pumps.
b. Depressurize and dewater the section of isolated pipeline by opening a
va�ve within the iso�ated section of pipeline.
l) Open a fire hydrant, blow-oif assembly, �ose bib, water faucet, or
other type af valve that may be used.
2) Dewatez�ng and disposal af water shalI conform to Paragraph 1.8.A,
e. Excavate trench for new pipeline, expasing the isoIated section of existing
pipeline.
d. Support existing pipelines across their entire exposed length in exca�ations.
e. Return the isolated sections a� pigelines hack to service before
canstrncting r�ew pipelines.
3. Existing buried, in-service and non-p�-essurized pipelines incl�ide, but are not
limited to the following:
a. Tank drain and drain Iines.
b. Storna drains.
4. Protect existing l�uried, in-service and non-pressurized pipeIines prior io
exca�ating or other Wor�C that may affect or be affected by existing pipelines
as follows:
a. Take out of service the section of affected pipeline.
b. Excavate trench for new pipeline, exposing the section of out af service
pipeline.
c. Support existing pipelines across their entire expos�d length in
excavatiQns.
d, Return the sections of pipelines back to service before constructing new
pipeIines.
B. The CONTRACTOR shall restore all existing pipelines damaged and/or temporarily
re-routed by the CONTRACTOR to their original condition pr�or to Final
Acceptance.
C. Notify ENGINEER in writing at ieast 15 calendax days prior to tie-in andlor tal�ing
pipelines out of service.
3181006 154�4-12
�
City of Foj-1 Worth GEN�RAL PIPING PROVISIONS
West Side IV Praject — Pump Station
+ + END OF SECTION + +
��
�
�i
31810D6
15Q00- ].3
:_ �
City of Fori Worth BURIED PIPIIVG INSTALLATION
West S�de N Project — Purrap St�tian
SECTION 1505I
BURIED PIPING TNSTALLATTON
PART 1 - GENERAL
1.1 DESCRIPTION
A. Scope:
1. CONTRACTOR shaIl provide all labor, matezials, equipment and incidentals as
shown, specif ed and �-equired ta install and test all buried piping, fittings, and
specials. The Work inelud�s, but is not limited to, the fol�owing:
a. All types and sizes of buried piping, except those specified under other
contracts.
b. Su�ports and restraints.
c. Pipe encasements.
d. Work on or affecting existing piping.
e. Testing.
f. Cteaning and disinf'ecting.
g. Instal�ation of all jointing and gasketing materials, specials, flexible
couplings, mechanical couplings, harnessed and flanged adapters, sleeves,
tie rods, and all ather Work zeqUired to complete the buried piping
installation.
h. Incorpnzation o�' valves and special iterns shown or specified into the
piping systems as required and as specified in the appropriate Division 15
Sections.
B. Coordination:
1. Revi�w installation procedures uz�der at�er Sections and other contz'acts and
coordinate with tk�e Wark that is reIat�d to this Sec�ion.
2. Section 15051 specifies the installation of all buried piping materials specified.
Coordinate wxth other Division i5 Sections.
3. The CONTRACTOR sha11 fuzz�ish az�d install all equipment, labor, materials,
appurtenances, specialty items and services not provided by the CONTRAC-
TOR'S manufachu'ers, suppliers, fabricators and/or subcontractors but required
for complete and operable systerns.
C. Related Sections:
1. �ection 0130Q, Submittals.
2. Sec�ion Ol f 10, Transportation and Handling of Products.
3. Section 01720, Record Documents.
4. Section 02220, Excavation and Backfill.
szsioa6 15051-1
City af Fort Warth BURIED �'IT'ING 1NSTALLATION
West Side IV Project-- Pump 5tation
5. Section 15000, General Piping Provisions.
6. Divisian 15, Mechanical.
1.2 QUALTTY ASSURANCE
A. Requirements of Regulatory Agencies:
1. C�mply with requirements ofNFFA Standard No. 24 for "Outside Protection"
where applicable to �vater pipe systerns used �or fire protection.
2. Cornply with requirements of UL, FM and ather jurisdictianal autharities,
where appiicable.
3. Refer to the Gezaera� Provzsions anc� Requirements and Sup�lementary
Conditions re�arding permit requirements �o;r this Prajec�.
B. Refez-ence Standax-ds: Cornply wath applicable provisions and recommendations of
the following, except as otherwise shown or specified.
1. AWWA M9, Concrete Pipe Handbook.
2. AWWA C303, Reinforced Concrete Pressure Pipe, Stee1 Cylinder Type,
Pretensioned for Water and Other Liquids..
i .3 SUBMIT'TALS
A. Shop Drawin�s: Submit for approval the falZowing:
1. Laying schedules for a11 concrete pipe.
2. Fuil details of piping, specials, znanholes, joints, harnessing and restrained
joints, and connections to existing piping, structures, equipment and
appurtenances.
3. Typical jnint and harnessing defails.
4. Thrusi restraint anc� restrained joint methods and details.
5. Detailed description of the proposed pipe hanc�ling and installation methods.
Copies of these descriptions sball be furnished to the pipe xnanufacturer for use
in pipe design.
6. Fu11 deta�ls of cathodic protection monitoring equipment.
7. Continuity test reports for bonded jaints
8. Detailed descriptions of proposed field testing including informatian and data
pertaining to procedures anc3 ap�aratus.
9. Refer to Sectian 013Q0, Subrnittals; and Section 15000, General Piping
Provi�ions.
B. Tests: Submit description of proposed testing methods, procedures and apparaius.
Prepare and subznit report for each test.
C. Certificates: Subrnit cei�tifcates of compliance with ze�'erenced standards.
D. Record Drawings:
a�saoo� 15051-Z
��
City of Fart Worth BURIED PIPING INSTALLATION
, West Side N Project — Pump Station
1. Subinit record drawings prior to the time of Substantial Completian.
1.4 PR�JDUCT DELIVERY, STORAGE AND HANDLING
� A. Deliver maie�-ials to the site to ensure uninterrupted progress of the Work.
B. Handle al� pipe, �'ittings, specials and aceessories carefully with appraved handling
devices. Da not drop or roll material off trucks. Do not otherwise drop, ro11 or skid
I��P�g•
C. 5tore pipes and fittings on heavy wood blacking or platforrns so they are not in
contact with the ground.
D. Unload pipe, fittings and specials opposite to ar as close io the place where they are
to �e installed as is practical to avoid unr�ecessary handlxng. Keep pipe interiors
completely free from dirt and foreign matter.
E. Inspect delivered pipe for cracked, gouged, chipped, dented or other darnaged
material ar�d immediately remove from site.
� F. Products cracked, gouged, chipped, dented or otherwise damaged shall not be
. approved and shall be removed and replaced at the GONTRACTOR'S expense,
,� unless the pzaduct can be repaired in a manner acceptable to the manufacturer and
' ENGINEER AlI repairs �hall be at the CQNTRACTOR'S expense.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Requixed pipe rnaterials aze listed in the Piping 5chedule. Refer to applicable
Seetions for material specif cations.
B. General:
1. Marking Piping:
a. Clearly rr�ark eaeh piece of pipe ar fitting with a desi�nation conforming
to thase shown on the Iaying schedule and Shop Dra�vings.
b. Cast ar paint material, type and pressure designation on each piece of pipe
or �tting 4 inches in diannetex and larger.
c. Pipe and fittings small�r than 4 inches in diameter sha11 be clearly marked
by manufaciurer as to material, ty�ae and rating.
azsiap6 15051-3
City af Fart Worth BURIED PIPING INSTALLATION
West Side N Project — Pump Station
2.2 RE�TRAINED 70INTS
A. Restrained joints sha11 be used for aIl b�riec� pipe.
2.2 CORROSION PROTECTIQN PROVISI�NS
A. AIl joints, val�es, and accessories shall be bon.ded to produce an electrically
continuous pipeline as shown on the drawings. Insulating flanges or other suitable
isolating device shall be instal�ed between connec#ions as shown an the drawings.
B. Cathodic testing/lnonitoring equipment shall be installed as per the manufacturer's
specifications.
C. Flush mounteci test stations are to be provided as shown on the drawings.
D. Cathodic protection manufacturer shal] provic�e a competent installatio� specialist at
the site to give instruction and witness the boding of the jaints and in�tallation of the
test stations until connpetency of the ins#allation crew has been satisfactorily
demonstrated.
E. Contractar shall test each insulated joint with insulator tester in accordance with
manufacture's written instructions.
F. Contractar sha11 conduct cantinuity testing on piping io be bonded.
G. COI�TTRACTOR shaIl pro�ide a Coxros�an Engineer to perform continuity �esting on
the entire bonded pipeline systern installed as art of the work ta ascertain axid ensure
t�at all pipe joint bonding has been properly installed and is functioning as designed
after construction of the pipeline and tesf �tation(s) are comple�e.
PART 3 - EXECUTIQN
3.1 INSTALLATrON
A. General:
1. TnstaIlation of a11 pipe, fittings, �aives, specials and appurtenances sha11 be
subject to the review and/or appraval of the ENGINEER.
2. Tnstall piping as shown, specified and as zecor�nnnended by the manufacturer and
in confoxmance with referenced standards, and approved Sbop Drawings.
3. Request instruetions frazx� ENGINEER befare proceeding iithere is a conflict
b�tween the manufacturer's recorn�nendations and the Confract Documents.
4. Ail piping sha11 be inspected by the ENGINEER prior to installation.
ENGINEER inspection wi11 not r�lieve CONTRACTOR or manufacturer from
responsibility fox damaged products.
5. All piping shall be carefiilly exaxnined for cracks, damage or ather defects
before instailation. Any piping that is defective, including but not limited to,
cracked, damaged, in poor condition, or with darnaged linings vr improper
rnarkings shall be rejected unless the product can be repairEd in a rnanner
acceptable to the manufactuz-er and ENGINEER. Any piping found ta be
3181006 Y S � 51-4
i�
City of Fort Worth BURIED P7PING INSTALLATIQN
,. Wesi Side N Project — Pump Siatron
broken or defective after it has been installed shall be rexna�ed, replaced or
repaired at the CONTRACTOR'S expense.
6. Minimuyn earth cover over the piping shall be as shown an t�ae Drawings,
specified ar directed by the ENGINEER, but in no case shall the earth cover be
less than 4 feet for all piping, except drains.
7. Required earthwork sha11 be as specified in applicable Sections of Division 2,
Site Work.
8. Present all conflicts between piping systems and equipment, structuxes or
facilities to ENGINEER for determination of corrective measures before
proceeding.
9. Take field measurements, where required, prior to instalZation to ensure proper
fitting of Wark. The CONTRACTOR shati uncover the existing pipelines
sufficiently in advance of the proposed Work in order that the type and location
of the existing pipes and joints and other information required to fabricate the
pro-posed piping can be determined. Ii �hall be the responsibility of the
CONTR.ACTOR to obtain whatever information is required to complete the
connections of the proposed pipelines to the existing pipelines. Refer to
Paragraph 3.3 of this Section, as applicable.
10. Interior of al1 piping and mating �urfaces shall be inspected and aLl dirt, gra�el,
sand, det�ris or other foreign material shall be completely removed from the
interior and matin� surfaces before installation. Measures shall he taken to
maintain the interior of alI piping clean ut�til acceptance of the completed
Wark. Care shall be taken to pzevent foreign matter frorn entering joint space.
Bell and spigot mating surfaces shal� be wiped clean immediatelybefore piping
is ?aid.
11. Install piping accurately to line anc� gzade shown, specified or directed, unless
otherwise appzoved by the ENGINEER. Accurate means of determining and
checking the alignment and grade sha11 be used, which shall be subjeci to the
approval of the ENGINEER. Any modificatians to the Contract Documents to
suit the pipe manufacturer's standard shall be appro�ed by the ENGINEER.
Remave and relay piping that is incorrectly installed, at CONTR.ACTOR'S
expense.
12. Do not Iaypiping in water, unless otherwis� spec�fied in these Specifications or
approved by the ENGINEER. Ensure that the water le�el in the trench is at
least 6-inches below ihe bottom of piping. Maintain a dry trench until jointing
and backf lling are camplete, unless otherwise specif ed in these Specifications
or approved by the ENGINEER.
13. Where unforeseen conditions will not permit the installation ofpiping as shown
or speci�ed, no piping shall be installed without approval of the ENGINEER.
Do nnt modify structures or facilities witho�t approval of the ENGINEER.
1�. Start laying piping at Iowest point and proceed toward the higher elevations,
unless otherwise approved by the ENGINEER. Slope piping uniformly
between elevations shown on the Drawings ar as otherwise directed by the
ENGINEER.
3isioo6 15051-5
City of Fort Wflrth BURIED PIPING INSTALLATION
West Side N Project — Pump Station.
15. Place b�ll and spi�;at piping so that the bells face tl�e directian of laying, unless
atlierwise appz�oved k�y ihe ENGINEER.
16. Piping shall be xnstalIed so that the barrel of the piping, and not the ,joints,
receives the bearing pressure from the ta•ench bottom or other bedding
conditian.
17. No piping shall be brought into position until the preceding length, valve,
fitting, or special has been bedded an:d secured in place.
1 S. Whenever pipe laying is nat actively in progz-ess, the open ends of the piping
shall be closed by a temporary pTug or eap to prevent soil, vvater and other
foreign matter frorn entering the piping.
19. Field cutting of n�etallic piping, where required for inserting valves, fitting,
specials, and closures, shal� be made witb a machine speciaYly designed for
cutting pipzng and in accordance with the inanufacturer's instructions. Cuts
s11a11 be carefully c�one, without damage #a piping, so as ta leave a smooth end
at right an�les to the axis nf the piping. Cut end shalZ be tapered and sharp
edges filed off smooth. Flarne cutting shall not be per�nitted. Piping damaged
t�y the CONTRACTOR by improper or careless method� af cuttang sha11 be
replaced or repaired at his expense.
20. Blocking under piping shalI not be permitte�, unless specifically approved by
ENGINEER for special conditians.
21. Protective linings and coatings sha11 be touched up prior to installation, where
required.
22. Except where bends, wyes or similar fittings are used, changes in a�ignment az�d
grade of the piping shall be made by deflecting joints or with be�eled pipe.
Per�nissible joint deflection shall nat exceed 75 percent ofthe arnount allowed
by the manufacturer.
23. All jaints shall be inade in the presence of the EN�INEER or his duly
authorized representative, except as otherwise approved.
24. Special care shall be taken to ensure that each section of piping abu�s against
the next in sucla a ma�er that there wzll be nat sho�lder or un�venness of any
kin.d along the piping invert.
25. Piping shall be rotated as required to place outle#s in proper position.
26. Blind flanges shall be provided at locations shown on the Drawings, specified
or required.
27. All gravity lines shall piich uniformly at the grade shown or as specified or
approved.
28. Short pipe stubs, znaximum �4-feet-0-inch in ]en.gth, shall be used at all
manholes a�nd oth�r wall faces, except as otherwise specified.
29. All �iping shall be plugged watertight wit� a suitable cap or plug securely
fastened to the end of the piping ai all contact interfaces.
30. CONTRACTOR shall notify ENGINEER in advance o�backfilling operations.
31. On steep slopes, take measures aeceptable to ENGINEER to pr�vent movement
of the pipe during installation.
sia�oo6 15051-6
��
City of Fart Worth BURIED PIPING INSTALLATION
, West 5ide N Project — Pump Station
32, Thrust Restraint; During the installation of the pipe, tied joints, or proprietary
. resirained,}oint systems shall be provided wherever required for thrust restraint.
Thrust blocks will not be an accept�ble means of restra�nt. Thrust restraint
shalZ conforrn to the applicable requirements of Paragraph 3.2. of this Seetion.
•, 33. Exercise care to avoid flotation when instal�ing pipe in cast-in-place concre�e.
B,. Manufacturer's Installation Specialist:
1. Provide the services c�f a competent installation specialist af the pipe
manufacturer when pipe ]aying cammences for the following:
a. Concrete cylinder pipe.
2. Retain znstallation specialist at the site for a minimum of c�ays or until
competency of the pipe Iaying crew has been satisfactorily demonstrated.
C. PIugs:
1. Temporarily plug installed pipe at the end of each day's wozk or othe�
interruption #o the installation of any pipe line. Plugging shall prevent the entry
of animals, liquads or persons inta the pip� or the entrance or insertion of
deleterious materials.
2. Install standard plugs into all bells at dead ends, tees or crosses. Cap all spigot
ends.
3. Fully secure and block all plugs and caps installed for pressure testing to
withstand the specified test pressure.
4. 'here pIugging is required for phasing of the Work or for subsequent
connection ofpiping, install watertight, permanent type pl�gs.
D. Bedding Pipe: Bed pipe as specified below a:nd in accordance with the details
shown.
1. Trench excavation az�d backfill, and bedding materials shall conform to the
rec}uirements af Section 02220 as applicable.
2. Excavate trenches below t�e pipe bottom by an amount shown and specifi�d.
Remove a111oose and unsuitable r�aafezial from the trench bottom,
3. Carefully and tharoughly compact all pipe bedding with hand held pneumatic
compactars.
�. D� not lay pipe until the ENGINEER approves the bec�ding condition. If a
conflict exists obtain clarificatzon fronn ENGINE�R befare proceeding.
5. No pipe shall be braught i�to position unfiil the preceding length has been bedded
and secured in its final position.
E. Laying Pipe:
1. Conform to rnanufacturez's instructions and requirements ofthe standards listed
below, where applicable:
a. Concrete Pipe: AW�VA M9, Concrete Pip� Handbook.
b. Reinforced Concrete Cylinder Pipe: AWWA C343.
a�s�oob 15051-7
City of Fort Worth BURIED PIPING INSTALLATION
West Side N Project — Pump Station
2. Slope piping unifonnly between elevations shown.
3. P1ace concrete pipe containing elliptical reinforceznent v,�ith the minor axis of
the reinforceznent in a vertical pasition.
4. Excavate araund jnints in bedding and Iay pipe so that the barrel bears
unifonnly on ihe trench bottom.
5. Deflections at joints shall nat exceed 75 percent of the amount allowed by the
pipe manufacturer.
F. Concrete Encasemen#:
1. All piping undeixaeath structuxes and concrete slabs shall be encased in
reinfoxced cancrete as indicated on the drawings,
G. Polyethylene Encasement:
1. All buried ductile iron, steel and cast iron piping, valves, fittirzgs and
appurtenances shall be wrapged in a pol�ethylene encasement to prev�nt contact
between the pipe and surrounding beciding rnaterial and backfill.
2. Al1 buriec� rnechanical couplings shall be wrapped in poiye�hylene encasez�z�ent.
3. Polyethylen� may be suppIie� in tubes ar in sheet material.
4. Polyethlylene encasement shall be in accordance wit� Paragraph 4.1.2 of AW WA
C105. For fubes, use Method A ir�stallation.
H. Jointang Pipe:
1. Proprietary loints:
a. Pipe which utilizes proprieiary joints shall be installed in strict accordance
with the manufacturer's instructior�s.
2. Flanged Joints:
a. Assemble flanged joints using 1/8-inch ring-type gaskets for raised face
flanges. Use full iace gaskets for flat face flanges, unZess atherwise
approved by ENGINEER. Gaskets shall be suitable for the service
intended in accordance with ihe manufacturer's ratings and insiructions.
Gaskets sha11 be properly centered.
b. Bolts shall be tightened in a sequence which wili insure equal distribution
of balt loads.
c. Tne length ofbolts shall be uniform, and they shall notproj ect beyond the
nut more than 1/4-inch or fall short of the nut when fully taken up. The
ends ofbolts shall be machine cut sa as to be neatlyroundeci. No washers
shall be used.
d. Balt threads and gasket faces for flanged joints shall be lubricated prior ta
assembly.
e. After assembly, coat all bolts and nuts with iwo 8-mil coats of a high-
build epc�xy or biturninous coating as manufacfured by Tnemec, ar equai.
3. Reinforced Concrete Cylinder Pipe roints:
a. Trnmediately before making the j oint, completely clean the bell and spigat
surfaces to be �ointed.
b. App1y a Iubzicant s�tpplied by the pipe rnanufacturar to the sealing
surfaces of tk�e beIl and spigot and the gasket. After lubrication, instalI the
318100b 15051-8
City of Fort Worth
West Side N Project — Pump Station
G.
d.
e.
f.
g•
h.
i.
J•
k.
BURIED PIPING TIVSTALLATION
gasket in the spigot groa�ve and ensure that thE stretch in t�ae gasket is
equalized.
Afle.r the pipe is Iowered into place, alzgn the spigot and bell so that the
spigot will squarely entex the bell.
Before the joint is fulIy assembled, check the position of the gasket in the
bell using methods recommended by thE pipe manufacturer and approved
by the ENGINEER.
If the gasket is found to be in the correct position around the entire
circumference of the bell, remove temporary jaint stappers, if used, and
shove the pipe completely harne. If the gaskEt is not in the praper location,
the joint shall be opened and reinstalled using a new gasket.
Where a jaint opening is required to make a grade or alignment
adjustment, the joant shall be installed completely closed first, then opened
as necessary on nne side. Joint openings shall not be greater than 75
percent of the maxi�num opening recommendec� by the pipe manufacturer.
Strap a diaper to the outside of the completed joint st�-addling the external
joint recess. Pour a grout mix consisting oFPariland eennent and sand in
proportions recomrnended by the pipe mariufacturer to completely fill the
external j�int recess. In lieu af the joint diaper, CONTRACTOR may,
with written approval of the pipe rnanufacturer, use a palyuret�an� foarn
joint protector with unhydrated Portland cement dispersed throughcrut the
protector. The pratector shall have the cross-sectional shape requireci for
the type of jaint being installed and shall be formed in a loop to fit the size
of pipe on which it is to be used.
Paint interior jaint recess with Portland cemen�lsand nnartar mixed in
proportions recommended by the pipe manufacturer. Strike off g�rout
smoath with the interior face of the pipe. The CONTRACTOR shall
noti�y the ENGINEER in advance of pointing interior joints �o facilitate
inspection.
Coat all exteriar exposed steel portians af ti�e pipe, flanges, couplings,
holts and nuts with two 8-mil coats of high-build epoxy o:r bituminous
coating as manufactured by Tnemec, or equal.
Maintain a sufficient quantity af joint lubricant, gaskets, joint diapers and
joint fil�ers at the site af the Work at alI times.
Do not use gaskets, which have been scored or otherwise damaged.
4. Mechanical Coupling Joints:
a. Pri�r to the installation and assembly of inechanical couplings, the joint ends
sha11 be cleaned thoraughly witn a vvire brush to rernove foreign rnaiter.
Following this cleaning, lubricant shall be applied io the rubber gasket or
inside of the coupl�ng housing and to the joint ends. Afier lul�ricatian, the
gasket shall be installecl around the joint end of the previously installed piece
and the joint end of the subsequentpiece shall be mated to the ir�stal]ec3 piece.
The gasket shall be positioneci and the coupling housing placed around the
3181Q06 15051-9
City of Fort VVorth BURIED PIPING INSTALLATION
West Side N Project — Pump Station
gasket anc� over the grooved or shouldei-ed joint ends. The bolts shall be
ins�rt�d and the nuts screwed up tiglltly by hand. The bolts shall then be
tightened unifannly in order to produce an equal pressure on alI parts of the
housing. When the housin� clainps meet metal to metal, the joint is complete
and furtkaer tightEning is not required.
b. Mec}3anical coup2ings, bolts, and accessories shal] have antiseize coating and
polywrap. �
H. Backflling:
1. Confonrn to the applicable requirements of Section a2220, Excavation and
Backfill.
2. Place backfill as canstructian pro�resses. Backfill by hand and use povver
tampers until pipe is covered by at least one foot of �11.
I. Connection� to Valves:
I. Install valves as �hown.
Z. Pravid� suitable adapters when �alves and piping have different}oint types.
3. Provide t�u�ust restraint at valves at pipeline terminations.
J. Transitions from One Type of Pipe to A.z�other:
1. Provide aI1 necessary adapters, speciaXs and connection p�eces required when
conneciing di�'fezent types an� sizes of pipe or cannect�ng pipe made by
differezat manufacturers.
K. Closures:
Provide aIl c�osure pieces shown or required to complete the Wark.
3.2 THRUST RESTRAINT
A. Provide thrust restrain# on all pressure piping systems and where othezwise shown
and specified.
B. Thrust restraint shall be accornplished by means of restrained pipe joints. Concrete
thrust �locks shall not be used. Thrust r�straints sha11 be desigz�ed foX th� axial tfuust
exerted by the test pressure specified in the "Buried Piping Schedul�".
C. Restz'ained Pipe Joinis:
1, Pipe joints shall be restrained by mean� suitable for the type of pipe being
installed.
a. Reinforced concrete cylinder pipe shall be restrained as per section 15064.
3�siao6 15QS1-10
City of Fart Worth BURIED PIPING INSTALLATION
West Side IV Project -- Pump Station
3.3 WORK AFFECTTNG EXTSTING PIPING
A. Location of Existing Piping:
1. Locations of existin� piping shown should be considered approximate.
2. CONTRACTOR sl�all deternnine the true location of existing piping to which
connections are to be made ai�d where pipe crossings occur, and location of
other facil�ties wlaich could be disturbed during earthwork operations, orwhich
may be affected �y CONTRACTOR'S Work in spac�,
3. Canform to applicable requirements of Division 1 pertaining to cutting and
patching, and connections to existing faciIities.
- B. Taking Existing Pipelines Out af Serviee:
1. Do not take pipelines out of service unless approved by ENGIN�ER.
i 1. Notify ENGINEER at least 7 days priox ta taking pipelines out of service.
� 2. Refer to Sectian O1020 �or scheduling shutdowns, sub�ect to a�proval of
, , OWNER.
C. Work on Existing Pipelines:
1. Cut or tap pipes as shown or required with machines specifically c�esigned for
this work.
2. Install temporary plugs to prevent entry of mud, dirt, water and debris.
3. Provicie a11 necessary adapters, fittings, pipe and appurkenances required ta
complete the Work.
3.4 TESTING OF PIl'ING
A. General:
1. Test alI piping except as otherwise authorized by ENGINEER.
2. Notify ENGIlVEER and OWNER at least 4$ hours in ac�vance of testing if their
presence is required.
I 3. Conduct all tests in the presence of the ENGINEER.
,1 4. Rema�e or protect any pipeline-xnounted devices which may be damaged by the
test pres�ure.
�� 5. Provide all apparatus and ser�ices required far testing, inc�uding but not li.mited
� - to, the following;
a. Test pumps, bypass pumps, hases, calibzated gauges, me#ers, test
` containers, vatves and fittings.
a. Temporary bulkheads, bracing, blocking and ihrust res�raints.
6. Unless otherwise sp�cified, OWNER wi�l provide water requirec� �'or festing.
� 7. Unless otherwise specified, pipelines shall hold specified fest pxessure for t�vo
� hours.
S. Repair observed Ieaks and rEpair and retest any pipeline failing to meet
accep�ance criteria.
3181006 X5�5�.-� �
City of Fort Worth
West Side IV Project — Pump Station
B. Test Schedule:
C
BURIED FIPING INSTALLATION
1. Refer to the Piping Schedule for the type of test required and the required
hydrostatic test gressure.
2. Unless otherwise specified, tk�e zequired hydrostatic test pressures are at the
lowest elevation of the pipeline.
3. For piping not listed in the Schedule:
a. If a test pressure is not listed in the Schedule, or if a hydrostatic test is
required for piping not lis#ed in the Schedule, the test pressure will be
de#ermined by the ENGINEER based on rhe maximum anticipated
sustained operating pressure and the methods describec� in the AWWA
Manual or Standard which applies to the piping systern.
Hydrostatic Testing:
1. Preparafian for Tesfing:
a. Follow procedures described in AWWA Manual M9.
b. Ensure that adequate thrust protection is in place and that all joints are
properly installed.
2. Test Procedure:
Complete backfiil arad compaction at least to the pip� centerline before
testing, unless otherwise required or approved by ENGINEER.
Fill pipeline slowly to minimize air entrapment and surge pressures. Fill
rate should not exceed one foot per second in the pipe being tested.
Examine e�posed joints and vaIves, and correct visible leakage.
After th� wetting period prescribed above, add fluid to pz'essurize line to
the required tes� pressuze. Maintain test pr�ssure for a stabilization period
of 1 � nninutes before beginning test.
Afler the stabilization period, maintain test pressure for a two-hourperiod.
Add fluid to restore test pressur� if pres�ure drops 5 psi below tesf
pressuze at any time during the test period.
Puinp fi•om a test container to zr�ainta�n test pressure. Measure the
volume af fluid pumped from the co�ntainer and record on the test repart.
Record pressure at the test pump at 15 minute intervals for the duration of
the test.
a.
b.
c,
d.
e.
f.
3. Leakage Testing:
a. Conduct Ieakage test after satisfactory completion ofpressure test. Allow
concrete pipe to stand fu11 of water at least 12 hours priar fo starting
leakage t�st.
b. Maintain iest pressure constantly for tl�e minimum test period and
accurately measure the amount of water which must be adc�ed to maintain
the test pressure.
c. Allowable Leakage
AWWA Manual M9:
Rates: rate� based on the make-up allowance in
{1} Cylinder and nan-cylinder concrete pipe joined wiih O-ring rubber
gasket sealrng merr3bers.
3181006 15051-12
City of Fart Wo7�th BURIED PIPING INSTALLATION
West Side N Project — Pump Station
4. Exfiltration� Testing:
a, An exfiltratioza test shall be cQ3}ducted on each reach of sewer between manholes.
� The iirst line between manhales shall be tested before backfillang and be%xe any
, sewer pipe is installed in the remainder of the work. Thereafter, exfiltration testing
�� shall be done after backfilling, and ii7dividual or multiple reaches may t�e tested at the
� option of the CONTRACTOR.
Exfiltration tests shall be conducted by blocking off all manhoie openings except
those cannecting with the reach being tested, �'illing the line, and measuring the water
required io maintain a constant level in khe znanholes. Each manhole shall be
subjected ta at least one exfiltration test.
� During the exfiltration test, the water depth above the pipe invert at the Zower end
shall be at least to the elevation of the graund surface, unless otherwise specified.
Tt�e maximum depth at the lnwer end shall nat exceed 25 feet and the rninirnurn
•, depth at the upper enc� shall be at Ieast 5 feet above the crown of the pipe ar 5 feet
� above graundwater ele�ation, whichever is higher.
The total exfiltration shall nat exceed 3.75 gallons per inch ofnaminal diameterpe�
l00 feet of pipe pex day far each reach tested. Far purposes of deternuning
�tnaxinnuz�a al�owable leakage, nominal diametex and depth of manholes shall be
included. T`he exfiitration tests shall be maintained on eaeh reach far at least 2 hours
and as mucIa longer as necessary, in the apinion of the ENGINEER, t4 locate all
leaks.
The CONTRACTOR shaIl provide, at his own expense, all necessary piping betw�een
the reach to be tested and the source of water supply, and all iabor, �quipment, and
materials required for the tesks. The methods used and the time of conductixxg
exfiltration tests shall be accepta�le to the ENGIIVEER.
3.5 CLEANING AND DISINFECTION
A. Cleaning:
1. Thoroughly clean a11 piping and flush in a manner approved by ENGINEER,
prior to placing in service.
2. Paping 24 inches in diaineter and larger shall be inspected firom inside and aIl
debris, dirt and foreign matter removed.
3. CONTRACTOR shail swab each section individuallybefore znstallation with a
five percent hypochlorite solutian, to ensure clean piping.
B. Disinfection:
I. Disinfect all potable water piping. Refer to Section 01715.
3181006 ���5�-��
City of Fort Worth
West Side N Proj ect — Pump Station
3.6
A.
B.
C.
�
flushed to the sanitary sewer, unless otherwise directed.
BURIED P1PING INSTALLATION
A suggested procedure for accornplishing compiet� and satisfactory disinfection
is specified �elow. Otkaer praceduzes will be considEred for approval by the
ENGINEER.
a. Thoroughly flush piping priar to disinfectifln with water. For pipelines 24
inches in diameter and larger, pipelines shall be manually cleaned,
carefully remaving a1Z sweepings, dirt and debris prior to dzsinfection.
b. Conform to procedures described in AWWA C651. Continuous feed
methad of disinfecting shall be used unless alternative method is
acceptable to ENGINEER.
Water for initial flushing, testing and chlorination will be furnished by the
OWNER. CONTRACTOR shall provide all temparary pipxng, hose, valves,
appurtenances and services required. Cast nf water req�tired for redisinfection
wili be paid by CONTRACTOR to OVVNER at OV�N'ER'S standard rates.
Chlorine r�i11 be supplied by CONTRACTOR.
Bacteriologie tests will be performed by' OWNER. A certified test �aboratory
report wi11 be made a�ailable ta CONTRACTOR, if requested.
Chlorine concentration in the water ent�ring the piping shali be between SO and
100 parts per znillion, such that a m�iniza�um zesidual concentration of 25 mgll
will be Ieft after a 24-hour xetention period, Care sha1l be taken to ensure
disinfection of the piping in alI its parts. The operation shall be repeated as
necessary to provide complete disinfection.
After the required retezatian period the heavily chlorinated water shall be
2.
3.
4.
S.
6.
7,
DISPOSAL OF WATER
CONTRACTOR shall pravide suitable means for dispasal oftest and flushing water
so that no damage results to facilities or watervvays.
Means o� disposal oi test and flushing wafer shall be subject to the approval of
ENGTNEER, local goveming atathorities and regulatory agencies.
CONTRACTOR shall be responsible for any daz�nage caused by his water disposal
operations. �-�
3.? PIl'ING SCHEDULE
The %l�owing abbreviations are used in the piping schedule.
A. Material Abbreviations
Reinforced Concrete
Steel Pipe
Duc�ile Iron Pipe
RCCP
SP
DI
31810D6 15451-14
City af Fort Worth
Vl�est Srde N Project -- Pump S#ation
Polyvinyl Chloride
C. Linin�/Coatin� Abbreviations
Cement Lined
Mortar Coated
Bituminous CQated
Polywrap
D. Joint Abbreviations
Belt and Spigat
Restrained
E. Test Abbreviations
Hydrostatie test {Pressure-psig)
Exfiltration
No test required
BURIED PIl'ING INSTALLATION
PVC
CL
MC
BC
PW
BIS
R
�� )
EX
NR
+ + END OF SECTION + +
3�s�oo� 15051-15
City of Fort Wflrth
West Side N Pzoject — Pump Station
BURIED P�'ING INSTALLATION
Service Size 1VSaterial Tnterior Exterior Pressure Joiaat Test Remarks
Lining Lining Class Pressure
PSI
� �
Transmission Line 24"& 30" RCCParDI«� CL MCor ISO or 350{�� B/S -R HY (150) Potabfe Water
BC/PWt2�
Transmission Line 8" DI CL MCor I50 or 350�3� BIS -R HY (100) Potable Water
BC1PW�2�
Suction Lines 36", 30" ACCPorD�{x� C�, MCor 150 or 354�3� BIS -R HY (100} Eatable Water
&24" �Cl�'iN��
Surge Line 12" RCCPorDI��� CL MCor � 50 or 350�3� BIS -R HY (1S0} Patable Water
BC/PW��
Sanitary Line 4" & 6" DI C�, NIA 350 B/S ITY {ISU) 5anitaty
Sewage
,
Noies
1.) Pipe can either be RCCP (Class 150) or DI {�lass 350}
2.) DI pipe is to be Bituminous Coated and Polywrapped.
3.) RCCP is ta be C�ass 150, Ductile Tron Pxpa is to be Class 350
4.} The 30" transmissian main pipe is �o be bonded a.� shown on t�,e draw%ngs.
3i$1006 15051- i6
City af Fori Worth EXPaSED PiPING IN�TALLATION
West Side IV Prqject — Pump Station
SECTTON 15052
EXPOSED P1PING INSTALLATION
PART � - GENEI7A.L
1.1 DESCRIPTION
A. Scape:
1. CONTRACTOR sha]1 pxovid� all labor, materials, eq�ipment and incidenta�s as
shown, specified and required to instaIl and test all exposed piping, fittings, and
specials. The Work includes, but is zaot limited to, the following:
a. Al� types and sizes af exposed piping, except thflse specified under other
5ections or other contracts.
b. Piping embedded in concrete within a structUre or foundatior� wiil be
considered as expased and inc�uded herein.
c. Supports, restraints, and ather an�hors.
d. �G'ork on ar affecting existing piping.
e, Testing.
f. Cleaning and disinfecting,
g. Installation of all jainting and gasketing materials, specials, flexible
couplings, mechanical couplings, harnessed and flanged adapters, sleeves,
tie rads, and a11 other Work rec�uired to complete the exposed pipinginstal-
lation.
h. Incorporation of �alves, meters and special items shown or speci�ied into
the piping systems as required and as specified in the apprapriate Division
15 Sections.
i. Unless otherwise specifically shown, specified, or included under other
Sections, all expased piping'4�Jork required beginning at the au�side face of
structures or structure foundation and extending into the structure.
B. Coordination:
1. Review instaIlatio� procedures under ather Sections and coardinate with the
Work that is related to this Section.
2. Sectaon 15052 specifies the installatron of all exposedpiping materials specified
in Se�tions 15061 through 15070, and Sections 15121, and 15122. Co�rdinate
with these Sectior��.
C. Related Sections:
3] 8100G 15Q52-1
eity of Fort Woi-�h EXPQSED PIl'ING INSTALLATION
Wesi Side N Project - Pump Station
J.. Section d3300, Cast-In-Place Concrete.
2. Section 0990D, Painting.
3. Section 15121, �'all Pipes, Floor Pipes and Pipe 5leeves.
4. Section 15122, Piping Specialties.
5. S.ection 1514Q, Pipe Hangers and Supports.
6. Section 15492, Disinfection.
7. Division 15, Sections on Piping, Valves and Appurtenances.
1.2 QUALITY ASSURANCE
A. Requirements of Regulatnry Agencies:
1. Comply with requirements oiLTL, FM and other jurisdictional autharities, where
applicable.
2. Refer to the GeneraI and Supplementary Conditions regarding requirements for
thzs Project.
B. Reference Standaa�ds: Cpmply with applicable pravisions and zecommendations of the
follawing, exe�pt as otherwise shown or specifred.
1. ANSI B 13.1, Code for Pressure Piping.
2. ANSI B 16.3, Malleable-Iron Threaded Fittings, Classes ].50 and 3Q0.
3. ANSI B16,4, Cast Iron Threaded Fittings, Classes 125 and 250.
�. ANSI B 16.5, Pipe F�anges and Flanged Fittings, Steel Nickel Alloy and Other
Special Alloys.
5. ANSI B1b.9, Factory-Made Wrought Stee1 Butt VVelding Fittings,
6. ANSI B 15.11, Farged Steel Fittings, 5ocket-Welding and Threaded.
7. ANSr B31.1, Power Piping.
8. ANSI B31,8, Gas Transmission and Distribution Piping Systems.
9. ANSI B3b.19, Stainless Steel Pipe.
10. ANSI D1.�, Stzuctural Welding Code.
11. ASME Boil�r and Pressure Vessel Code.
12. ASTM A312, Seamless and Welded Austenitic Stainless Steel Pipe.
13. ASTM A403, Wrought Austenitic Stainless Steel Piping Fittings.
14. AWS, D1,1 StrueturaI Welding Code.
15. AWS, D 10.4, Welding of Austenitic Chromium-Nickel Steel Piping and Tubing.
16. AWWA C111, Rubber Gasket 7oints forDuctile-Iron PressurePipe andFittings.
1?. AWWA C11S, Flanged Ductile Iron Pipe with Threaded Flanges.
1$. AWWA C20b, Field Wel�ing of St�el Water Pipe 7oints.
19. AWWA C600, Installation af Ductile Iron Water Mains and Theix
Appurtenances.
20. AWWA CG06, Grooved and 5houldered'�ype Joints.
21. AWWA C651, Disinfecting Water Mains.
22. AWWA MI1, Stee1 Water Pipe Design and InstaIlation.
23. AW5 D 10.9, Standard fo�� QuaIi� cation of �'Velding Procedures and WeIders far
� � s � 006 15052-2
City of Fort Worth EXPOSED PIPING TNSTALLATION
West Side IV Pro�ect — Pump Station
24.
25.
26.
27.
28.
29.
30.
Piping and Tubing.
Chlorine Manual, Chlarine Tnstitute, Tnc.
MSS Sp-�43, Wrought Stainless Steel Butt-Welded Fittin�s.
NFPA 13, Installation of Sprinlcler Syst�ms.
NFPA 14, Standpipe and Hose Systes�s.
NFPA 26, Supervisian of Valves Cantrolling Watez- Supplies for Fire P�-otection.
NFPA 54, National Fuel Gas Code.
AWWA M9, Concz-ete P�•essure Pipe.
1.3 SUBMIT'TALS
A. Shop Drawings: Submit for approval the following:
1. Detailed drawings in plan and profile, and laying schedules.
2. Details of piping, valves, supports, accessories, specia]s, joints, harnessing, and
cannectians to existing pipes and structures.
B. Tests: Submit descy-iption of proposed testing methods, proeed�res and apparatus.
Submit copies of test report for each test.
C. Certificates: Submit certificates c�f compliance with referenced standards.
! 1. Weldez's Certificate
D. Recard Drawings:
1. SubTriit record drawings prior to the time of Substantial Campletion.
1.� PRODUCT DELIVERY, ST4RAGE AND HANDLING
A. Deliver materia]s to the site to insure uninterrupted progress of the Waz'k.
B. Handle all pipe, �ttings and accessories carefuIly with approved handling de�ices, Do
not drop ar roll pip�; off trucks. Do not otherwise drop, roll or skid piping.
C. Store pipes and fittings on heavy wood blocking or platiorms so they are not in
contact with the ground.
D. Un�oad pipe, fittings and speci als opposite to or as clase to the place where tY�ey are to
be installed as is practical to avoid unnecessa�y handling. Keep pipe interiors
'' completely free from dirt and foretgn matte�'.
E. Tnspect delivered pipe for cracked, gouged, chipped, dented or other damaged materiai
and immediately remove from site.
3181006 I5052-3
City of Fart Worth
West Side TV Praject — Pump 5tation
PART 2 - PRODUCTS
2.1 MATERIALS
EXPOSED PIPING INSTALLATION
A. Required pipe materials are listed in the Piping Schedule. Refer to applicable Sections
for material specificakions.
B. General:
1. Marking Piping:
a. Clea�•ly mark each piece of pipe or fitting with a designation conforming to
that shown �n the Shop Dravaings.
b. Cast or paint material, type and pressure designation on each piece of pipe
or fitting 4 inches in diarneter and larger.
e. Pipe and fittings smaller than 4 inches in diameter shaIl be clearly marked
by manufacturer as to z�naterial, type and rating.
PART 3 - EXECUTION
3.1 INSTALLAT70N
A. Genexal:
1. Install piping as shown, specified and as recommended t�y the manufacturer.
2. If the�-e is a cnnflict between manufacturer's recornmendations and the Drawings
or 5pecifications request instructions from ENGTNEER before proceeding.
B. Piping Installation:
1. Install straight runs true to line and elevatian.
2. InstaIl vertical pipe truly plumb in all directions.
3. Tnstall piping paral�el or perpendicular to bualding waIls. Prping at angles and 45
degree runs across corners will not be accepted unless specifically shown or
approved.
4. Tnstall small diameter piping generally as shawn when specifie Zocations and
elevations ar.•e not indicated. Loeate such piping a� required to ar�oid ducts,
E
6.
7.
.
equipmeni, beams, and other obstructions.
Tnstall piping sa as to ?eave a12 corridors, walkways, work areas, and like spaces
unabstr�acted. Unless otherwis� approved, provid� a minimurn headz'oom
clearance under a11 piping of 7 feet 6 inches.
Pratect and keep clean r�vater pipe interiors, fittings and valves.
Provide temporary caps or plugs o�er all pipe openings at the �nd af each days
work, and when otherwise required or directed by ENGINEER.
Cutting: Cut pipe from measurements tak�n at site, not from Drawings.
Install dielectric unions whexer+er dissimilar metals are connected except for
bronze or brass �a�ves in ferrous piping.
3161606 15�52'�
C�ty of Fart Worth EXP4SED PIPING T1�TSTALLATI�N
West 5ide N PY•oject — Pump Station
10
11
12
13.
14.
15.
16.
17.
18.
19.
3i8700G
Provide a union downstream of each valve with screwed connectians.
Provide screwed or flanged unions at each piece of equipment, where shown, and
where neccssaiy to instaIl or dismantle piping.
Additional R�quirements %r Thermop�astic Piping:
a. Support a31 valves independently of the piping system.
b. �]tilize wide band supports as recommended by manufacturer and approved
by ENGINEER to minimize localized stresses.
c. Pravide piping passing ti�rou.gh wal�s wrth a sYeeve of wearing material to
prevent abrasion damage tv piping.
d. When anchors are sequired at locatians other than equipment az'tanks they
shall be placed at e]bows, �a1ve Iacations and at bends in pipe line.
e. Spacing of supports shall l�e in accordance with the manufacturer's
published recommendations at the maximum design operating temperature
af the pipe.
i. Use "U" clamps with wide band circumferential contact.
g, i7s� guides on long runs of piping to maintain alignment and reduce chance
of elastic failure of pipe. Space guides as recom�mended by manufacturer.
i�. Use bellows with law axial force to tak� up pipe expansion. Provide
anchors to restrain the expansion joint. Use of bellows joints sha�l be kept
to a minimum. Flexible connectors may be used to absorb thermal
movernent when appro�ed by ENGIlVEER.
i. Provide air chambers with shut-ofF and drain valve or� all pump discharge
lines ta reduce hydraulic hammer and flexible cannectvrs to absorb
vibration. 5ubmit details for ENGINEER ta re�iew.
j. Do not install pipe v�+hen temperature is less than 6Q F.
Installation of al] pipe, fittings, valves, specials and appurtenances shail be
subject to the review and/or approval of the ENGINEER.
All piping shall be ins�e�ted by the ENGINEER prior to installation.
ENGINEER'S inspection will not re�ieve CONTRACTOR or manufacturer from
zespoa�sibility for damaged products.
Take field measvrements where required priar ta installa#ion to ensnre proper
fitting of Work.
Interiar af aI] piping and mating surfaces shall be inspected and xll dirt, gravel,
sand, debris or other foreign material shall be campletely removed from the
interior and mating surfaces before installation. Measur�s shall be taken to
maintain the interior of aIl piping clean until acceptance of the completed'�V'ork.
Care shall be taken to prevent fore�gn matter from getting on mating surfaces.
Mating s�rfaces shall be wiped clean immediately before piping is installed.
All joints shall be made in the presence of the ENGINEER or his duly authorized
representative, excegt as otherwise approved.
Pratective linings and coatings shall be touehed up prior to installation, where
reguired.
Install piping accurately to �ine and elevation shown, specified or directed,
i50S2-5
City af Fort Worth EXPOSED PIPING INSTALLATTON
West Side N Project — Pump Station
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
3Q.
31.
32.
33.
34.
35.
36.
3[51006
except as otherwise approved by the ENGINEER. Accurate means o�
determining and checking the Iine and elevatifln �hall be used, which shall be
subject to the approvaI of the ENGINEER. Any modifications to the Cantract
Drawings or the�e Specifications to suit the pipe manufacturer's standard must be
approved by the ENGINEER. Remove and reinstall piping that is incorrectly
installed at CONTRACTOR'S expense.
Where unfo��ese�n conditions wil] nat permit the installation of pzping as shown
or specified, no piping shaII be installed withfl�t appraval ofthe ENGINEER. Do
not modify structures or faeilities �ithout approval of the ENGINEER.
Fie1d painting shall be aecomplished after the joints are made.
All gravity lines �hall pitch uniformly at a rninianum o�f �/�4 inch per foot
horizontal, unless otherwi�e shown, specified or approved.
Piping shall be rotated as required to place outlets in proper positian.
Blind flanges and cleanouts shal] be pra�ided at Ipcations shown on the Contract
Drawings, specified or required.
�Vhenever piping insiallation is not acti�ely in �rogress, the open ends of the
piping sha11 be closed by a tenaporary plug or cap to grevent foreign matter from
enter�ng the piping. _
Pro�ide provisions to permit bleeding air at high points and rlraining candensate
at low points in air lines.
Stainless steel insect screens shall be furnished and installed on vent pipes.
Conform to Section 15000, Generai Piping Pro�isions, for maximum support
spacing for gipia�g.
Install piping through walls, floors, partitions and ranfs using wall pipe fittings,
floor pipe fittings and pipe s�eeves, as shovvn on the Contract Draw�ngs or
directed by the ENGINEER.
Where small diameter piping is to be connected to large diameter piping, provide
taps in accordance with the pipe manufacturer's recammendations and
requirements, unless otherwise shown, specified or directed.
Al�ow clearances for expansion and contractian of piping.
Make up all piping to meet the requirements of equipment sUppJied.
Except fox copper pipe, flanged or threaded jaints shall be used at a11 equipment
and �alve connections, except as otherwise shown, specified or direcied by the
ENGINEER.
OVhere sk�own, specified or rec�uired, flexible piping shal.l be provided where
pipang systems connect to equipment. FIexible piping shall be of the sarne
naminal size and strength as the piping systerri. All flexible pipin� shall have a
minimum line length oF 18 inches.
Unless othez�wase shown or specified, install a shutoff valve constructed of
materials suitable for the intended service an every iateral and pipe cannection to
equiprnent, except drain and vent lines.
Use mechanical link-type seals suitahle for 20 psig working pressure to seaI
annular sgace between pipe sleeve and pipe where shown or required.
15052-6
City of Fort Wo�-th EXPOSED PIPING INSTALLATION
,. West Side IV Project — Pump Station
37. Provade and install esc�tcheon plates at all pipe penetrations in exposed intei�ior
, areas, unless otherwise shown ar specified.
3$. Cai'e shali be taken not to leave tool marks or abrasions on p7ated, �olished or
soft metal piping,
39. Concrete or metallic pipe supports canforming io ihe requirements of Davision 3
and Section 15000, General Piping Provisior�s, respectively, shall be p��avided
under piping where shown on the Contract Draw�ngs or as otherwise required,
40. All piping shall be plugged watertight with a suitable cap or plug secureIy
� fastened io the end of the pipin$ at all eontract interfaces.
� c Jo��ts:
; 1. General:
a. Make joinis in accardance with the pipe manufacturer's reeommendations
� and the requirements below.
b. Cut piping accurately and squareIy and install without forcing or springing.
c. Ream out a]I pipes and tubing to ful� inside diameter after cutting. Rernove
alI sharp edges on �nd cuts.
d. Remave all cuttsngs and foreign matter from the inside of pipe and tubing
,, before installation. Thoroughly cl�an al1 pipe, fittings, valves, specia�s, and
� accessories before installing.
2. MechanicaY Joint Pipe:
a. Wipe elean the socket, plain end and adjacent areas immediateIy before
making jaint. Make certain that cut ends are tapered and shatp edges are
fi�ed af� smooth.
b. Lubricate the plain end and gasket with soapy water or an approved pipe
IUbricant, in accordance with AWWA C111, just prior to slipping the
gasket onta the plain end n� the joint assembly.
e. Place the glanc� on the plain end with the lip extension� taward the plain end,
followed by the gasket with the na�ow edge of the gasket toward the plain
end.
d. Insert the pipe into the socket and press the gasket firmIy and evenly into
the gasket recess. Keep the joint straight during assembly.
e. Push gland towaz-d socket and center it ar-ound pipe with the gland lip
against the gasket.
�. Insert baIts and hand tighten nuts.
g. Make deflactian after join# assembly, if required, but priar ta tightening
bolts. Alternately tighten boIts 1SQ degrees apart to seat the gasket evenly.
The bolt torque shall be as foIlows:
Pipe Size Bolt Size Range t�f Torque
(inches} (inches) (ft-lbs)
3181DDG I5052-7
City of Fort Worth EXPOSED PIPING INSTALLATTON
West Side N Project — Pump Stadon
3 51S 45-60
4-24 3/4 75-90
30-36 1 100-120
42-48 1-114 120-150
3. Flanged roints:
a. Assemble flanged �oints using 118-inch ring-type gaskets for raised face
flanges. Use full face gaskets far flat face flanges unless otherwise
approved by ENGINEER. Gaskets shall be suitable for the serv'ice
intended in accordanc� with the manufacturer's ratings and instructions.
Gaskets shall be properly eentered.
b. Bolts sha�l be tightened in a sequence which will insure equal distnibution
of bolt loads.
c. The length of bolts shall be uniform, and they shall not project beyand the
nut more than 1/4-inch or fall short of the nut when fully taken up. The
ends of balts shall be m�chine cut so as ta be neatly rounded. No washers
shall be �sed.
d. Bolt threads and gasket iaces for flanged joints shall be Iubricated p:tior to
assemb�y.
�. Alternately tighten bolts 180 degrees apart to compress the gasket evenly.
4. Thermoplastic Pipe (PVC, CPVC and PVDF) 7oints:
a. Socket Weld Joints:
1} General: Tne procedure below is ta be used as a guide. However, the
approved pipe manufacturer's recammended procedures shall be
follovved unless the procedures listed below az'e more stringent.
2) Cut pipe square with mitre box or plastic tube cuttez.
3) Chamfer pipe end to a 10 to 15 degree angle.
4) Clean and dry socket of all dirt, moisture and grease.
S) Check dry fit of pipe in fitting. Pipe should enter socket about 1/3 ta
3/4 depth.
6) D'zssolve inside socket surface by brushing with prirner. Use brush
112 the size af pipe diameter. Use a scrubbing motion ta assure
penetration. Repeat applicaiion as necessary.
7) Dissalve surface of male end of pipe to be inserted into socket to
depth of fitting sacket by brushing on �iberal caat of primer. Be sure
entire surface is well dis�olved.
8) Brusi� inside socket with pr�mer one more time, then wit�aut delay
apply pzoper cement liberally to male end of pipe. The amount of
cement should be more than sufficient ta fill any gap.
9) Apply praper cement lightly to inside of socket. Keep excess cement
out of socket to prevent solvent damage ta pipe. AppIy a second coat
of cement ta the pipe end. �
3taiaa6 15C}52-8
�
City of Fart Worth EXPOSED PIPING INSTALLATION
West Side N Project — Pur�np Statian
IO) While bath ins.ide sacket and outside su�-face of male end of pipe are
soft and wet with cement, forcefuIly bottom the m�le end of pipe inta
socket, gaving the maIe a one-quai-ter t�rn. The pipe must go to the
battom of the socket. Hold joint together until both surfaces are
firmly gripped (minimum 30 seconds}.
11} After assembly, wipe excess cement from the pipe at the end of the
fitting socket. A praperly made joint wii] norrnally show a bead
around its entire perinneter. Any gaps at this point may indicate a
defective assembly job, due to insufficient cement, or use af light
6adied c�ment on large diameters where heavy bodied cement should
ha�e been used. Reassembly will be required if assembly is
determined td be defective.
12) Do not distuz-b joint until setup of the cement occurs. Refer to
manufacturer's solvent cement set time schedule for setup tirnes at
warious ambient temgeratures.
b. Threaded Jaints:
1} Cut pipe sq�aare and smooth and i-emove bunrs or raised edges with a
knif� or file. Hold pipe firn�ly in a pipe vise. Pz'otect pipe at the point
of grip by inserting a rubber sheet or other material between the pipe
and vise. Thread pipe in accordance with the pipe manufacturez''s
recommendations. Brush threacis clean of chips and ribbons. Then
starting with the second fuII threa�, and continuing over the thread
length, wrap TFE (Teflan) thread tape in the direction of the threads.
�verlap each wrap by one half the width of the tape. Screw the fitting
or coupling onto the pipe and tighten by hand. Using a strap wrench
only, further tighten the conneciion an additional one to two threads
past tightness.
S. Steel Pipe Joints:
a. Joints in steel pipe sha�l be butt welded or f�anged, or as shown on the
drawings, flexible couplings and mechanicai coupIings shail be provided
where shown. Flanges shall be provided where req�ired where connecting
to equipment or valving ta facilitate removal or as otherwise directed by t1�e
ENGINEER.
h. Welding sha�I conform to the requirements af AWWA C206. Pipe 36
inches in diameter and larger shall be welded both inside ar�d outside of the
prpe.
i} CONTRACTOR shall submit documentation that aIl welders have
been qualified in accordance with ASME Boiler and Pressure Vessel
Code Section 7X or Amezican Welding Society Stzuciural Welding
3181006
15052-9
City of F�rt Worth EXPOSED PIPING INSTALLATY�N
West Side N Project — Pump Station
c
0
Code D1.1, Section 5, vvh�cheveris required. CONTRACT�R shall
submit eur�•ent certificates foz� the Project Representative's review.
After welding, the joint and the sunrounding damaged or uncaated area
shall be coated with the same mate�-ial and to the same thickness as the
shop applied coating.
Additional Welding Requirements:
1) On pipe ]ines specified to be welded, al� joints between sections of
pipe and bet�ueen pipe and fittings 2-inches and larger shaIl be e�ectric
arc welded, and all joints on pipe 1-1/2 inches and smaller shall be gas
welded. CONTRACTOR shall be entirely responsible for the quality
of the welding. CONTRACTOR shall:
a) Conduct tests not anly of the welding pracedure useci by his
organizatian to insure welds that will zn.eet the required tests, but
also of the weIding operators to determine the abilsty of the
operatars ta make sound welds under standard conditions.
b) Be thoraugh]y farniliar wath ANS� B31..1, and Arnerican
Welding Soeiety Standard B3.0.
c) Be capable af perfomning all welding operations requiz-ed for
construction and installa�ion of the piping systems.
2) Qualifieation of Welders: Rules of procedure for quali�catian of alI
vvelders ana general requirements for fusion welding shall confarm
with the applicable portions af ANSI B31.1 and American Weiding
Society Standard B3.0, and also as outlined belavcr.
3) Examining Welder: Each welder shall be examined at the job site by
the CONTRACTOR in the presence of the Engineer to deternune the
ability a� the welder to meet the qualifications required. WeIders for
piping shaiI be tested for alI positians, including welds with the axis
horizontal (not ralled) and with the axis vertical. Each welder shall
be:
a) Allowed to weld only in the position in which the welder is
qualified.
b) Required to identify the weld with ti�e specifie code marking
signifying the name and number assi�ned.
4) Examination Results: Engineer shall be pravided with a listing of
names and carresponding cade rnarkings. Where a r�velder fails to meet
the prescribed welding qualifications, that welder shall be retested and,
if the welder fails the second test, the welder shall be disqualifzed far
work on the project.
318140G 15�52-1d
City of Fort Worth EXPOSED PTPING INSTALLATION
West Side N Project — Pump Station
e. For threaded joints, use standard, right hand tapered full depth threads on
steel piping and apply an approved joint compound to the male threads
anly, before installation. Rerr�ove all cuttings and foreign matter from ihe
inside of th� pipe. Thoroughly clean all pipe, fittings, valves, specials, and
; accessories before instalIing.
6. Split Type Graoved or Shouldered End Couplings: Couplings, fittings, valves
�' and pipe shall be assembled in accardance with tk�e manufactuxer's instructions.
� a. Pipe: The outside sui�face af pipe between t}�e groove and pipe end
must i�e smooth and free from deep pits or swells to provide a
� leaktight seal for the gasket. All rust, ]oose scaIe, oil, grease and dirt
� shall be removed. Peened surfaces may require correction in order to
pravide a leaktight gasket seal.
b. Gasket: All gaskets shaIl be of the central cavity pressure-responsive
� design. Gaske� styIe and elastomeric material (grad�) shall be
. ehecked to be certain gasket supplied is suited for the intended
service.
c. Lubrication: Lubrication sha�] be used for proper coupling and/or
fitting assembly as foll�nws:
1} Thorough lubrication of the gasket exterior including the lips and/or
pipe ends and housing interiors, is essential to prevent pinching th,e
gasket.
2) Use manufacturer's recon:�me�ded �ubrication for installation.
7. Copper Tubing Joints:
, � a. Asser�ble copper tub�ng with soldered jaints. Splder shall be 95-5
tin-antimony con�ozmirag to ASTM B32.
' b. Ream �r file pipe to remove burrs.
. c. Clean and poIish contact surfaces of joints.
d. Apply flux to both rnale and femaie ends.
e. Insert end af tube inta full depth of fitting socket.
, f. Heat joint evenly.
g. Form eontinuous so]der bead araund entire circumference of joint.
h. Runs shaIl contain unions at connections to equipment and at reasonable
distances alor�g the lengths of runs to permit convenient disassembly of
piping and removal of et�uipment.
D. Instal7ing Valves and Accessories:
1. Provide supparts for IargE valves, flow meters and other f�eavy items as shown or
required.
2. Install floar stands as shown and as recomrnended by the manufacturer.
3. Provide lateral restraints for extensian bonnets and extension stems as shown
and as recommended by the manufacturer.
3� s z oo� 15052-11
City of Faz-t Wox-th EXPOSED PIPING INSTALLATION
West Side IV Praject — Pump Station
4. Provide steel sleeves where operating stems pass through floor. Extend sleeves 2
inches abo�e f�oor.
5. Position valve opes-ato�-s as shown. When the position is not shown, install the
va2ve so that it can be conveniently o�erated and as appro�ed by ENGINEER.
Avoid placing opez-ators at angles to the floors or walls.
6. Position flow measuring devices in pipe ]ines so that they have the amount of
straight upstream and down stream runs recammended by the manufacturer,
unless specific location dimensians are shown. Position swing check vaIves sa
that they do not conflict with the discs of butterfly valves.
E. Unians:
1. Install dielectric unions wherever dissimilar metals are connected except far
bronze ar brass valves in ferraus piping.
2. Pra�ide a union downstream of each valve with screwed connectians.
3. Pro�ide screwed or flanged �nions at each piece of equipment, where shown, and
where necessary to install or dismantle piping.
F. Eccentric Reducers: Use eccentric r�ducers where shown and where air or water
pockets would otherwise occur in mains because of a reduction in �ipe szze.
G. Transitions from One Type of Pipe to Another:
1. Provide all necessary adapters, specials and connection pieces required when
connecting different types and sizes of pipe or connecting pipe made by different
manufacturers.
3.2 THRiTST RESTRAINT
A. Provide thrust restraint on all pressure piping systems and wher� otherwise shown or
specified.
B, Thrust restraint may be accomplished by rneans of restrained pipe joints. Thrust
restraints shall be designed for the axial thrust exerted by the test �ressure specified in
the "Exposed Piping Schedule".
C. Restrained Pipe Joints:
1. Pipe jaints shall be restrained by means suitable for the type oF pipe being
installed.
a. Restrain concrete pipe joints utilizing bell bolt, clamp type, or snap ring
type restrained jaints.
b. Restrain ducti�e iron mechanical jaint pipe utilizing tie rods and clamps or
proprietary restrained joint system such as American Lok-Fast, Fast-Tite,
U.S. Trim-Tite, or app��n�ed equal.
aiaxoo� 1S�S2-12
City of Fort Worth EXP4SED P]PING INSTALLATION
., West Side IV Project — Pump Station
c. Restrain ductile iron }�ipe connected by �7exible couplings or flanged
coupling adapters by harnessing acrass the coupling or adapter using tie
rods or extended bolts connectirag between flanges.
d. Steel pipe shall have butt-welded joints, flanged joints, or flexible or
mechanieal coupling connectars. Provide tie rods connected to ears welded
to the steel pipe for restraint at all flexible coupling connectors.
3.3 PAINTING
A. Field painting shall be as specified under Sectian 099Q0, Painting.
3.4 TESTING OF PTPING
A. General:
1. Test all piping as specified below unless otherwise authorized by� ENGINEER.
2. Notify ENGINEER 48 hours in advance of tes�ing.
3. Provide aIl testing apparatus including pumps, hoses, gages, and fittings.
4. Pipelines shall hold the speeified test pressure for two hours.
5. Repair and retest pipelines which fail to hold specified test pressures vr which
exceed the allawable ]eakage rate.
6. Test pressures required are at ihe lowest elevation of the pipeiine section bezng
tested, unless otherwise specified.
7. Follow special iest pzocedures below for gaseou5 chemical and liquid chlarine
lines.
8. Conduct all tests in the presence af the ENGIlVEER. Repeat tests in the presence
of Zoca� authorities having jurisc�iction, if required.
B. Schedule of Pip.eline Tests:
1. Test piping at the test pressure Iisted in the Exposed Piping Schedule.
2. For piping not included in the Schedule, the ENGINEER will notify
' CONTRACTOR in writing of the test pressure to be udlized.
C. Factory Testing;
1. Notify ENGTNEER af the time and place one week grior to the commeneement
of testing.
2. AIl costs for tests shall be included in the CONTRACTOR's bid.
3. Pipe test shall be in accordance with the individual pipe specifications.
4. Pipe faiIures and costs associated with retesting shall be responsibiIity of the
CONTRACTOR.
D. Leakage Testing:
1. Conduct leakage test after satisfactory completion of pressure test.
3�s�oo� 15�52-T3
City of Fort Worth EXP�SED PIPING INSTALLATION
West Side IV Praject — Pump Station
2. Allow concrete pipe to stand full of water at least 12 ho�rs prior ta starting
leakage test.
3. Allowable Leakage Rates (gallons per hour per 1000 feet per inch diameter};
a. All pipe -- zero.
4. Leakage Test Proceduz`e:
a. Ex amine expased pipe, joints, fittings and valves. Repair visible leakage or
replace the defecti�e pipe, fittin� or valve.
b. Refill the line under test to reach the required test pressura.
c. Pro�ide a test container iilled with a knawn quantity of water at the start of
the test. Attach the test pump suction to the test container.
c�. Pump water from the test container into the line with the test pump to hold
the specified test pressure for the test period. Water remaining in the
container sha11 be measured and the amount used during the test shall be
recarded on the test report.
e. Perform a�l repair, replacement, and retesting required because of failure ta
meet testing requirements.
f. Leakage shaIl be less than rate specified abave.
E. Pressure Test Procedure:
1. Insure that all supports and restraint protection are securely in place.
2. Fill section ta be tested slowly with water and expel all air. Instali cocks, if
necessaiy, to ensure removal of air.
3. Test only one section of pipe at a tirne.
4. Apply spec�fied test pressure requix�ed for 2 houz-s and obser�e pressure gage.
Check carefully for leaks while test pressure is being maintained.
5. Thermoplastic pipe may be tested with air.
�.5 TESTING OF DRAINAGE PIl']NG
A. General:
1. Test alI drainage piping installed under this Section.
2. Pravide all testing apparatus required.
3. Notify ENG]NEER 48 hours in ad�ance of test.
4. Conduct all tests in presence of �NGINEER and an presence af 7ocal authorities
ha�ing jurisdiction.
B. Procedures:
1. Perform test on entire system or on indi�iduaI sections as approved by
ENGINEER.
2. Completely s�al all apenings except hi�hest apening in system or section to be
tested.
31810D5 15052-14
City of Fort Worth EXPOSED PIPING INSTALLAT70N
West Side TV 1'roject — Pump Station
3. Fill with watez- completely and test with at least 10 feet af water above highest
paint.
4. Allow water to stand in systern far at least 15 minutes. Inspect for leaks and
repair all leaks �ound. Retest repaired sections.
� 3.6 DISP05AL OF WATER
A. CONTRACTOR shall provide suitable means for dispnsal of test, disinfeetion and
flushing water so that no damage results to facilities or waterways.
B. Means for disposal of test, disinfection and f�ushing water shaIl be subject to the
approval of ENGINEER, local governing authorities and regulatory ag�ncies.
C. All test and flushing water used in all piping systems shall be dechlorinated then
disposed to the drain system.
D. CONTRACTOR shall be respnnsible far any damage caused by his water disposal
operations.
3.7 CLEANING AND DISINFECTI�N
A. Cleaning:
1. Thoroughly clean all piping and flush priar to placing in service in a manner
approved by ENGINEER. �tefez- ta Section d1715 ior cleaning of potable water
pi ping.
2. Piping 24 inches in diameter and larger shall be inspected from inside and ail
dehris, dirt and fareign matter removed.
3. If piping whach requires disirafection has not i�een kept clean during storage or
installation, CONTRACTOR shall swab each sectian individually with a five
percent hypochlorite solution, to ens�re clean piping.
� , B. Disinfection:
1. Disinfect al1 potable and fire water piping. Refer ta S�ctian a�715.
2. Disinfection sha11 conform to the requirements of Section 15492, Disinfec�on.
3.8 PAINTING
•� A. Pi�e Identification Markers and Arrows:
I. Pr�duct and Manufacturer: Provide one of the fol�owing:
a. Brady B-SQO vinyl cloth self sticking arrows and markers except on
znsulated pip�. Brady B-354 perma-code film self sticking arrov�s and
, markers on pipe insulation.
� b. Equivalent products as made by Setan Name Plate Corporation.
sisioo6 15052-15
Ciiy of Fnri Worth EXPOSED PIPING INSTALLATI�N
West Side N Project — Pump Station
c. Or equal.
2. Tnstall markers and ar�•ows at fallowing Iocations:
a. At intery aIs not exc��d�ng 50 feet along continuous runs af pip�.
b, Wherever pipes pass through walls, flaors or panels.
c. At each valve or equipment connection.
d. At each branch where at connects to a main line.
3.9 PIPING SCHEDULE
The following abbre��ations are used in ikae piping schedule. Whether a pipe is shown in the
schedule or not, it shall be provided as required by the da�awings or other specifications.
A. Ser�ice Abbreviations
5uction (S)
Discharge (D)
B. Material Abbreviations
Palyvinyl Chlaride PVC
Ductile Iron DI
Copper C
Carbon Steel CS
C. Linin� Abbreviations
Epoxy Coated
Painted
D. Joint Abbreviatior�s
FI anged
Butt Welded
Solvent Welded
Screwed Fittings
Compression Sleeve
Coupling .
Compression Flange
Adaptor
Soldered
EC
P
Flg
BW
SW
S
CSC
CFA
Sd
3 ] SIOOG 15052-16
J
� _ -
_.
�
__.
.� _
-
��R F�
� �
— , ^- .
—
�� ������
���5-�-��
�.� af �ort � o�t.4 ect _ Pun�p Statian p��� ��I�D� p us�
�ess
�jest Side� � � ��'a�� Test si
I�l�f 3�
EXte�iai fihl� lOp
I��n°� �oa� Flg�$'W
I,�in p 25 1p�
�-a� Y F1�� 0
�� EG a �5 � 15
�B
Se� �� � �� P 0.2� F�� 1��
�4 �' Fl��'�1
c�uction�x�in �„ �s �� �.25 },5Q
�lp� �s p ,���g`N
c�uctiion ��°' EC �} 2�
D1�hai���'1 � 12" C� EC � +.M.
p�������F�� 2�" �$ � �� �.�,�pl�
._..��el3.ea�%c
+ �'
1,�5� 1�
R��
tez
patab���a
pa�,ble`Nater
�atet
potab��
F�,�ble�atet•
�,��bl�
3-�p40Q9
City of Fort Woirth DUCTILE-IRON PTPE
West S�de IV Praject — Pump Station
SECTION 15061
DiJCTII.E-IR�N PIPE
PART1-GENERAL
� ' 1.1 DESCRTPTION
A. �COp�:
� 1. CONTRACTOR shall provide all labor, mate�ials, eqniprnent andincidentals as
� shown, specified and required to furnish ductile iron pipe and fittings.
, 2. The extent of the piping is shown on the Drawings and in the schedules
included in Sections 15051, B�ried Pipe Installation and 1 SQ52, Exposed Pipe
� Tnstallation.
B. Related Sections:
1. Section 01300, Submittals.
I 2. Section 02224, Excavation and Backfill.
2. Section 02223, T�ench Excavatian.
3. S�ctian 02606, Manholes.
4. Section 09300, Painting.
5. Section 15D51, Buried Piping Installation.
� 6. Section 15Q52, Expased Piping Installataon.
' 7. Sect�on I5121, WaII Pipes, Floor Pipes and Pipe Sleeves.
S. Sectson 15122, Piping Specialties.
9. Section 1.51�4Q, Pipe Hangers and Supports.
t
1.2 OUALTTY AS5URANCE
; A. Manufacturer's Qualifica�ions:
L Manufacture�r shall ha�e a minimum of 5 years of experience producing duciile
I iran pipe and fittings, and shall show evidence of at least 5 installations in
satisfactory operation.
�
2. Ductile irc�n pipe and fzttings shall be the product of one manufacturez'.
B. Reference Standards: Comply with applieable provisions and recommendations of
the fallowing, except as otherwise shown or specified.
1. AVVWA C104, Ce�raent-Mortar Lining for Ductile-Txon Pipe and Fittings for
Water.
3�sioo6 15061-1
City of Fort Worth
West Side N Praject — Pump Station
DUCTILE-IRON PIPE
2. AWWA C110, Ductile-Iron and Gray-Iron Fittings, 3 in. through 4$ in., for
Water and Otf�er Liquids.
3. AWWA C111, Rubber-Gasket Joints far Ductile-Iron Pressure Pipe and
Fittings.
4. AWWA C115, Flanged Ductile-Tron Pipe with Threaded Flanges.
5. AWWA C150, Thickness Design of Ductile-Iron Pi�e.
6. AWWA C151, Ductile-Iron Pipe, Centrifugally Cast, fo:r Water or Other
Liquids.
7. ANSI B1.6.1, Cast u•on Pipe Flanges and Flanged Fittings.
S. ANSI B18.2.1, Square and Hex Bolts and Screws Inch Series, Including Hex
Cap Screws and I.ag Screws.
9. ANSY B18.2.2, Square and Hex Nuta.
10. ASTM A 307, Specification for Carbon Steel Bolts and Studs, 6Q,000 psi
Tensile Strength.
11. ASTM A 354, Specification far Quenched and Tempered AlZoy Stee� Bn1ts,
Studs and Other Externally Threaded Fasteners.
1.3 SUBMTi"rALS
A. Shop Drawings: Submit ��r approval the following:
1. Detailed drawangs and data on pipe, fittings, gask�ts and appurtenances.
Submit these with Shop Dxawings required under Sections �5051 and 15p52.
H. Certificates: Subrriit certificates of complaance with referenced standards.
1.� PRODUCT DELIVERY, STORAGE �ND TIANDLING
A. Refer to Sections 15051, Bu�ied Piping InstalIation and 15052, E�posed Piping
Tnstallation.
PART 2 - PRODUCT�
2.1 MATERIA,LS
A. General: Joints shall be as specified in piping schedules xn Sections 15051, Buried
Piping Tnstallation and 15052, Exposed Piping Installation. If not specified, provide
flanged joints forexposedpiping and push-on orrnechanical joints forburiedpiping.
Couplzngs shall be provided on pipe with plain ar grooved ends where shown or
where approved by ENGINEER.
B. Ductile-Iron Pipe and Fittin�s:
1. Flan.ged Pipe: Fabricate in accordance with requir�ments of AWWA C115.
a. Thickness: As shawn on piping schedule, If not shown, use Class 350.
31810D6 1506I-2
SECTI VN l 5067
PVC AND CPVC P1PE
City of Fort Worth PVC AND CPVC PIPE
West Side IV Project — Pump Station
PART1-GENERAL
1.1 DESCRIPTION
A. Scope:
]. CONTRACTOR shall pi•ovide all ]abor, materials, equipment, services and
incidentals as shown, specif ed and required to furnish and install and place in
satisfactory service Poly Viny� Chloride (PVC} piping and chlorinated Poly
Vinyl Chloride (CPVC) piping, and fittings.
2. The extent of the piping is shown on the Gontract Drawings and in the schedule
included in Section 15051, Buried Piping Installation.
B. C�ordination:
1. Review installation procedures under other Sections and coordinate the work
that must be installed with ar attached to the PVC and �PVC Work,
2. Manufacturers and suppliers of the equipment and materials speeified herein
shall be �•equzred to review and satisfy all relevant requirements of other sections
of the Cont�-act Docur�ents and the requirements of the Contrac# Drawings.
The CONTRACTOR, �x�anufacturer, supplier, fabricatar and/or subcontractors
fi�a�ishing and/or installing equip��ent, mater•�als, services and specialties
associated with thi� Section sha11 fially coordinate their efforts to avoid potential
claims tl�at are l�ased on failure to review relevant Contract Documents,
inc]uding the Contract Drawings.
3. The CONTRACTOR shali furnish and install all equipment, labor, materials,
appurtenances, specialty iteans and services not provided by the CONTRAC-
TOR's manufacturers, suppliers, fabricators and/or subcor�tractors but requiared
for co�nplete and operahle systems.
C. Related work specif ed elsewhere that shall apply to all equipment, materials, labar
arad services furnished under t�Zis Section shall be, but no# limited to, the following:
1. Section 013d0, Subrniitals.
2. Section 01610; Transportation and Handling of Products.
3, Section 01720, Record Docurnents.
4. Section 0222Q, Excavation and Sackfill.
5. Section 11000, General Equipment Provisions.
6. Section 15000, General Piping Provisions.
7. Section 15051, Buried Piping Installation.
S. Section 15Q52, Expased Piping Tnstallation.
9. Sectian 1510D, Valves and Appurtenances
31$]OD6
15067-1
City of Fort Worth PVC AND CPVC PIPE
West Side IV P7•oject — Puinp Station
] 0. Section l S121, V�a]I Pipes, Flqor Pipes and Pipe Sleeves.
11. Section ] 5]40, Pipe I�angers and Supports.
1.2 QLTALITY ASSURANCE
A. Ma��ufactu�-er's and Installer's Qua]if cations: Manufacturer and insta]]er shalI have
at ]east fve (5) years ex�erience in producin� sir7�ilar type materials and show
evideaice ��ath his submittal of at least five {5} installatians si�x�ilar to this pro3ect in
satisfactory operation.
B, Pipe, fittin�s and all incidentals for each type ofpi�ing system shall b� fiarnished by
one �nanufacturer.
C. Reference Standards: Comply with applicable provisions and recornmendations of
the �ollowing.
1. A STM D 1598, Test for Tiane-to-Failure ofPlastic Pipe Under Gonstant Internal
Pressure.
2. ASTM D 1599, Test fa�� Short-Ti�ne Rupture Strength of Plastic Pipe, T�bing
and Fittings.
3. ASTM D 1784, Ri�id Poly{Vinyl Chloride) PVC Coznpounds and Chlorinated
Poly(Viny] Chloride} CPVC Co�npounds.
4. ASTM D 1?85, Poly(Vi�zyl Chloride) {PVC) ]'lastic Pipe, Schedules 40, 80 and
120.
5. ASTM D 2122, Detenninin$ Dimensions ofTlien-noplastic Pipe and Fittings.
6. ASTM D 2152, Test Method for De�ree of F�sion of Extruc3ed Poly{Vinyl
Chlo�-idej (PVC) Pipe and Molded Fittings by Acetone lmmersion.
7. ASTM D 2241, Standard Specification for �'olyviny] Ckaloride (PVC} Pressure
Rated Pipe (SDR Series),
8. ASTM D 2412, Test Method for Exte��al Loading Properties of Plastic Pipe by
Parallel Plate Loading.
9. A STM D 2444, Test Metl�od for I�r�pact Resastance of Thennopla�tic Pipe and
Fittings by �eans �f a Tup {Falling Weight).
1 Q. ASTM D 2467, Sacket-Type Poly(Vinyl ChIaz-ide) {PVC} Plasiic Pipe Fittings,
11. ASTM D 2564, Solvent Cexnents fax Po�y(Vinyl Chloride) (PVC) I'lastic Pipe
and Fittings.
T2. ASTM D 2774, LIndergroux�d Installation af Thennoplastic Pressure Piping.
13. ASTM D 2$37, Method for Obtaining Hydrosta#ic Design Basis for Thermo-
plastic Pressur� Piping.
14. A�TM D 28�46, Chlarinated Poly(Viny�l Chloride) (CPVC) Plastic Hot Water
Distribution Systerns.
15. A�TM �' 439, Socket - Type Chlorinated Poly(Vinyl Chloride) (CPVC) Plastic
Pipe Fittings, Schedule 80.
16. ASTM F 44I, Chlarinated Po1y(Vinyl Chloride) (CPVC) Plastic Pipe,
Schedules 40 and $0.
17. ASTM F 493, 5alvent Cements far Chlarinated Poly(Vinyl Chloride) (CPVC}
Plastic Pipe and Fittings.
��sioo6 15067�2
City of Fart Worth
West Side N Project — Pump Stataan
DUCTII.E-IRON PIPE
2. Non-Flanged Pipe: Canfor�n to AWWA C151 for material, pressure,
dimensians, talerances, tests, mas•kings anc� other requirements.
a. Pressure: As shown on piping schedule. If not shown, use Pressure Class
35D.
3. Joints:
a. Flanged Toints: Conform to AWWA C110 cagable of ineeting, working
and test pressure specified in Sections 1.5051 and 1SOS2.
1) Gaskets: Natural az' synthetic rubber,118-inch thick, full face. High
temperature resistant sealing compounds (Loctite PST 592) or
equivaIent with Dimethacrylate ester base and teflan can be used.
2} Bolts and Nuts: Conform to ANSI B 18.2. ] and ANSI B 18.2.2,
respectively. E�posed bolts and nuts shall be ASTM A 307,
Grade B. Buried or submerged bolis and nuts sha11 be Type 304
staini�ss steel.
b. Mechanical Joints: Confoz-m to AWWA C111.
1) Glands: Duetile iron.
2) Gaskets: P1ain Tip.
3) Bolts and Nuts: High strength, low alloy steel.
c. Push-On roints: Canfarm ta AWWA C111.
1) Gaskets: Mold�d rubber.
2) Stri�ps: Each plain end shall be painted with a circular stripe to
pravide a guide for visual check tl�at joint is properly assembled.
d. Restrained roints:
1) Restrained joints for mechanical joint piping shall be one of the
follawing:
a) Push-�n--Restrained Joint, as manvfactured by Clow Cast Iron
Pipe and Fflundry Division of the Clow Corporatian.
b) Lok-Fast Joint, as manufactured by American Cast Iron Pipe
Cornpany.
c} Or equal.
2) Restrained joints for push-on joint piping shall be one of the
�allowing:
a} Clow Super-lock Jaint Pipe Style F-�28, as manufactured by
Clow Cast Iron Pipe and Foundry Division of C]ow
Co:tparation.
b} L�k-Ring �oint, as manufactured by Az�erican Cast Tron Pipe
Company.
c} Qr equal,
4. Flanged fittings: Gon�orm to AWWA C110.
a. Pressure Rating: 150 psig.
b. Materiai: Cast iron or ductile-iron.
c. Gaskets: As speciiied abave %x joints.
d. Bolis and Nuts: As sp�cified above i�r joints.
3181U06 15061-3
City af Fort VVorth
West Side IV Project -- Pump Station
DUCTILE-IR�N PIPE
5. Mechanical Joint Fittings: Conform ta AWWA C110.
a. Pressure Rating: �SD psig.
b. Matez-ial: Cast iz'on ar ductile ii•an.
c. Glands: Use cast-iron glands with cast-iron fittings and ductile-iron
glands with ducti7e iron fittings.
d. Gask�ts: As specified above for joints.
e. Balts and Nuts: As specified abar�e foz' joints.
6. Coatings and Linings:
a. Where shown on the schedu7e, pipe and fittings shall be lined with a
asphaltic seal coated cement-mortar lining in accordancs with AWWA
C104. Lining sha1l be twice the standard thickness.
b. Coat outside of pipe with asphaltic coating a� per AWWA C151 for
ductile iron pie, AWWA C151 for ductile iron pipe, AWWA Ci15 far
flanged pipe and AWWA CI 10 and C1S1 for fittings.
C. Couplings:
1. Refer to Section 15122, Piping Specia�ties.
D. Specials:
1. Transition Pieces:
a, Furnish suitable transition pieces (adapters) for connections to existing
pi�ing.
b. Unless shown on Drawings, CONTRACTOR shall expose existing piping
to detern7ine material, dimensxans and other data required far transition
pieces.
2. Taps:
a. Provide taps where shawn or requ��-ed for small diameter pipe
connecfians.
b. Provide corporation stops where shor�vn or required.
c. Where pipe walI thickness or tap diameter will not permit the engagement
of two full tY�reads, provide a tapping saddle conforming to the
requirements of Paragraph 21.D.Z.b.
2.2 MARK]NG P]PING
A. All pipeiine materials shall be stamped, marked or identified with the following:
1. Narne or trade mark of the rnanufacturer.
2. Pipe class.
3. Size and length dimensions.
4. Date and place of manufacture.
s�siao� 15061-�
City of Fort'�arth DUCTILE-IRON PIPE
West Srde N Project — Pump Station
2.3 SURFACE PREPARATION AND SHOP PAINTTNG
A. Clean and prime coat feirous metal surfaces of pipang in the s�op in accordance with
the requirements of Section 09900, Painting.
B. Field painting is under Section 09900, Painiing.
PART 3 - EXECUTION
, . 3.1 TNSTALLATION
� A. For exposed p�ping installa�ion, see Section 15052, Exposed Piping Installation.
' 3.2 INSPECTIQN
� A. CONTRACTOR sha11 inspect all piping to assure that piping is free from aefec�s in
material and workmanship. The compatibility of all pipe, fittings and coatings shall
be verified.
+ + END OF SECTI(7N + +
3181006 15�� 1-5
Ci�y of Fort Worth
West Side IV — Pump Station
SECTION 15062
STEEL P]PE
PART1-GENERAL
I.l. DESCR]PTJ4N
STEEL PIPE
A. Seope:
1. CONTRACTOR sha11 provide alllabar, rnaterials, equipment and incidentals as
shown, specified and required to furnish and install steel pipe and fittings in side
the pump station building, all piping inside the huilding shall be steel piping
conforming to this sectian unless noted on ths c3rawings.
2. The extent of steel pipe to be provided is shown on the Drawings and in the
schedules included in Section I5052, Exposed Piping Installation.
B. Related Work Specified Elsewhere:
1. Sectzon 02220, Excavation and Backfill.
2. 5ectian 09900, Painting.
3. Section 15000, General 1'iping Provisions.
4. Section 15052, Exposed Piping Installatian.
5. Section 15121, WaII Pipes, Floor Pipes and Pipe Sleeves.
6. Section 15122, Piping Specialties.
7. Seetion 1514Q, Pipe Hangers and Supparts.
1.2 OUALITY ASSURANCE
A. Manufacturer Qualifications:
I. Manufacturer shall ha�e a minimum of five (�) years of experience in the
production of steel pipe and fittings and sha]I show evidence of satisfactozy
service in at least fi�e (S) installations.
1. Steel pipe and fittings shaII be the product of one manufacturer.
2. The CONTRAGTOR shalI provide evidence that the steel pipe manufaeturer is
certified by the Steel Plate Fabricatars Association as a quality producer of steel
pip� and fittings.
3. A�I matei-ials shall be manufactured, caated, and l�ned in the same Iocation,
B. Re�erence Standards: Comply wiih appIicable provssions and recommendations of the
following, except as otherwise shown or specSfied.
1. ANSI B 36.10, Welded and Seamless WrougY�t Steel Pipe.
3181006 15062-1
City af Fort Worth
West Side 1V — Pump Station
► M�� A� I'
2. ASTM A S3, Standard Sp�cification for Pape, Steel, Black and Hat-Dipped,
Zinc-Caated Welded and Seamless.
3. ASTM A 12Q.
4. ASTM A 193.
5. ASTM A 307, Specification %r Carbon Steel Bolts and Studs, b0,000 psi Tensile
Strength.
6. AWW� C 20Q, Steel Water Pipe 6-Tnches and Larger.
7. AWWA C 205, Cement-Mortar Protecti�e Lining and Coating for Steel Water
Pipe-4-Tnch�s and Larger-Shop Agplied.
8. AWWA C 206, Field Welding a� Steel Water Pipe.
9. AWWA C 207, Steel Pipe Flanges far Waterworks Service - Sizes 4-Inch through
144-Inch.
�d. AWWA C 208, Dimensions fo.r Fabricated Steel Water Pipe Fittings.
11. AWW'A C 210, Liquid Epaxy Coating Systerrzs for the Interior and Exterior of
Steei Waier Pipielines.
C. Verification af Field Conditions: Verify and, if required, correct indicated dimensions
and sizes af pipe connections by field n:�easuxement prior to preparation of design
dz-avaings and fabrications of shop fabricated pipe.
1.3 SYIBIVII'1"TALS
A. Shop Drawings: Submit for approval the following:
1. Detailed dxawings and data an pipe, fittings, gaskets and appurtenances. Submit
t�ese with Shop Drawings required under Section 15052, Exposed Piping
Installation.
B. Certificates: Submit certificates ai camplianc� with referenced standards.
C. Design calculations, rncIuding determinatiar� a�wall th�ckness satisfactory%rexternal
loadin�, special loading, and in�ernal pressure. The design calculataons shafl be signed
and sealed by a registered professional engineer licensed an the Stat� of Texas.
D. Mill certificates for cement used in fabrication af piping.
E. Test reports for rubber ga�kets far the characteristics sgecified I�ereinafter.
�.4 DESTGN CONDITTONS FOR LIOUID SERVICE PIPE 12-INCH AND LARGER
A. Pip� and fittings shall be designed by MAN UFACTURER.
B. Design shal] be in accardance with the recora�uz�ended procedures in AWW�4. Manual
M11, as complemented and modiiied herein.
3� s i aos 15062-2
City of Fort Worth
'' West Side N— Pump Station
STEEL PIPE
G Thicknesses of pipe, fittings and specials sha17 be the thicker of;
1. The thickness designed in accardance with th� d�sign methods specified in the
preceding subpa�ragraph B.
2. The thickness specifx�d in the fol�owing subpara�raphs a and b.
a. Far expos�d pipes 26-inches and less in nominal diameter, not less ti�an 114-
inch.
b. For exposed pipes more than 26-inches and less than 38-inches in nominal
diameter, not less than 318-inch.
� D. The warking stress for steel used for fabrication of pipe shalI not exceed 50 percent of
` the yield stress.
E. The �aying ler�gths shall be not longer than 40 feet and not shorter than 20 feet, except
as follows:
1. Laying Iength of pipe less thaa� 2�-inch in diameter shali be not long�r than 32
feet.
2. Short pieces shall be provided as necessary for curves, closures, and to lacafie
fittings and specials.
F. Longitt�dinal and gizth seams for straight seam pipe shall be no greater in number than
wauld be required for the fabricatian of pipe vvith 96�inch by 120-inch sieel plates.
1. Longitudinal seams shall be broken at the girth searns.
G. Pipe, fittings and specials shall be designed for a deflection, under external loads, not
ta exceed 2 percent of the diameter.
1. Stiffness computations shall not consider the ef�ect oi the ceznent mortar lining
and caating.
H. Where piping is designated to be flanged or welded in order to restrain khrvst, the
design of the cylinder and �7ange or welded joint shall take into account the effect of
stresses caused by thrust loads.
I. Steel cylinder shall be subject ta na more than the Iesser of l 5,000 pounds per square
inch or SO percent of the steel yield stress.
K. D�sign steel pipe and welds betvveen pipe for the axial thrust exerted by full working
pressure. Base calculations of thrust on a fr�ction factar between gipe and soil of 0.3.
L. 1Vorrunal pipe diameter refers to the inside diameter for all steel pipe. Nom.inal pipe
diameters are priar to any coating or linings to he applied.
3 I S 1006 15062-3
c�ty �� Fort wortn
West Side IV — Pump Station
1.S PRQDUCT DELN�RY, STORAGE AND HANDLING
A. Refer to Section 15052, Exposed Piping Installation.
P�,RT 2 - PRODUCTS
2,1 DETAII.ED REOUIREMENTS - LIQUID SERVICE
G 1����1' �]
A. Steel p�pe shall be ASTM A 53. Thickness class shall be as foIlovvs except as shawn
an the pzping schedule:
Exposed Fipe:
12-inch and sma7ler: Sch. 40
12-inch and larger refez' to Paragraph 1.4.
B. Material, manufacturing operations, testing and inspectian of pipe shall be in
conformance with applicable pnrtians of Ai�VWA C20Q.
C. All special sections and fittings shall be made with c�mponent parts having the
dirnensions, ends, and other details as shown and as herein specified. AlI fittings shall
ha�e the same minimum wa11 thic�cness as the pipe.
D. Galvanized steel pipe shall conform to ASTM A�20, latest revision, Schedule 40 and
shall be hot-dip galvanized. Fittings sh�lI be hot-dip gaivanized malleable ixan.
E. Mechanical Coupled 7oints: 4utside pIain ends shall be free from surface defects and
sha11 have welds ground to surface smooth for a sufficient disiance frorn the end to
allow pipe to make a watertight joint with the mechanica] coupling. The joint shall be
rubber gasket compression type as shown on the Drawings and as herein specifzed.
F. Mechanical Coupled Joints: Outside ends shall be free from surface defects and shall
have welds ground to suzface smooth for a sufficient distance from the end. Pipe shall
be grooved, far a segmental, clarnp type, mechanical cou�ling, whose k�ousing shall
enclose a U-shaped rubber gasket. The housing shall lock pipe ends together to prevent
end rnovement.
G. Flanged J'oints: Pipe ends shall be fitted with steel pipe flanges in accordance with
AWWA C207. Flange shall be AW WA standard steel ring type Class (D). Flanges
shall be attached to pipe by means of two fille�t welds. Gasket shall ha�e full f�ce, one
pi�ce construction of rubber, 1116-inch thick for pipe 12-inches in diameter and
smaller, and 3/32-inch thick for pipe ]arger than 12-inches. Bolts and nuts ta be Type
ASTM A307 Grade B steel.
3is�ons ISOfi2-4
+
�
City of Fort Worth
West Side N-- Pump Statian
STEEL PIPE
;' H. Welded Joints: Joir�ts shall be �utt joints, unless otherwise specified. The field
i welding of the joints sha�] meet the applicable �•equirements of AWWA C206. Lugs
shall be welded to the pipe wf�ere required for harnessing af flexible couplin�s. The
� lu�s shall be as required by the manufacturer of the couplings.
, Z. Threaded Joint: Steel pipe, less than 4-inches in diameter shail be furnished, unless
otherwise shown or specified, with threaded end and Xine couplings. Threads shalI
� conform to ANSI B2.1, tapered threads 3/4-inch per foot. Use Teflon tape on tt�readed
. j oints.
J. Fittings; Fitdngs shall be fabricated of the same material as the pipeline flf which they
- � are a part. Un�ess otherwise shawn or approved, all fittings shall conforrn to AWWA
C208. Fitting ciimensions may he modif�ed to suit �eld conditions as approved by
. ENGINEER.
K. Couplings:
1. Sleeve Type, Flexible Couplings:
a. Pressure and Service shall be the same as cannected piping.
b. Materials: Steel.
c. Gaskets: Suitable for s�ecified service.
d. Bolts and Nuts: Al1oy steel, corrosion-resistant, prime coated.
e. Harnessing:
1) Harness aIl couplings to restrain all pressure piping.
2) Dimensions, sizes, spacing and materials for 7ugs, tie boIts, washers, and
nuts shall confaz�a to the standards of the manufacturer for the pipe size,
wall thickness and working pressure required.
3) No less than two (2) bolts shall l�e furnished for each coupling.
4) Flexible couplings for flanged steel pipe shal] be harnessed with tie bolts
and lugs confarming to AWWA Manual M11 "Steel Pipe Design and
Insta�lation."
5) Lugs sha11 be fabricated from steel equal to or better than that specified far
the pige to be harnessed. The �ugs shall be shop welded to the pipe.
6} Lugs and tie bolts shall be design�d for 150 percent of the piping system
test pressure specified in Section 15052, Exposed Piping Installation.
7} Tie bolts, nuts and washers shall be ASTM A 193, Grade B7 steel or
better.
f. Product and Manufacture:r: Provide couplings as manufactuz'ed by one of the
fallowing:
1) Dresser Xndustries, Style 38.
2) Roci�well International Corporation.
3) Or equal.
3181006 15062-5
City af Fort Warth
West Side IV — Pump Station
STEEL PIPE
2. Flanged Adapters:
a. Pressure and Sexvice shall be the same as connected piping.
b. Materials: Steel.
c. Bolts and Nuts: Alloy steel, corrosian-resistant.
d. d. Harnessir�g:
1) Fianged coupling adapters for steel pipe shall be harnessed b}� using tie
bolts and lugs as specified far flexible couplings.
e. Product and Manufacturer: Pr�vzde flanged adapters as manufactured by one
of the following:
1) Dresser Industries 5tyle 128.
2) RockwelI International Corporation.
3) �r equal.
2.2 RUBBER GASKETS SHALL MEET THE FOLLOWING REOUIREMENTS:
A. Minirnum tensile �tr�ngth, tested in accordance wiih ASTM D 412, b�tween 2,OQ0 and
2,70� pounds per square ineh.
B. Minimr�m elongatian, tested in accardance with ASTM D 412, between 350 and 400
percent.
C. Shoz'e A durometer hardness, tes�ed in accordance with ASTM D 2240, between 50 and
65.
D. Speci�c gravity, tested in accordance with ASTM D 297, between 0.90 and 1.50.
E. Maximum compression set, tested in accordance with Method B af ASTM D 395, 20
percent.
F. Maxirrzum tension strength ]ass, tested in accordance with ASTM D S73 at 96 hours,
70 degr�es C, in air, 20 percent.
G. Maximum elangation ]oss, tested in accordanc� with ASTM D S73 at 96 hours, 70
degrees C, in air, 2Q percent.
H. Maximum absorption, tested in accordance vaith ASTM D 471 at 48 hours, 70 degrees
C, in �ir, 5 percent.
2.3 COATINGS AND LININGS
A. The exterior of exposed steel pipe, staall z'eceive a cammercia] blast cleaning according
to Steel Siructures Paintir�g Council, SSPC-SP-6. Immediately after cleaning, the pipe
3isioo6 I 5052-6
City af Fort Worth
West Side N— Pump Statian
STEEL PIPE
surface shall be pr7me coated i� the shop. Paint system shall be in accardance with the
requiz'e�aents of Sectian I5�00, General Piping Provisions.
B. Where specified in Sectian 1 SQ52, Exposed Piping Tnstallatron, the interior of the pipe
shall be cvated as per AWWA CZ 13 (Fusion-Bonded Epoxy Coated). The lining shall
be shop applied.
2.4 MARKING FOR IDENTTFICATION
A, AIl pipe�ine materials shall be stamped, marked or identified with the fo7lowing:
� 1. Name or trad� mark of the manufactur�r.
� 2. Pipe class and specification designation.
, 3. Size and length dimensions.
� � 4. Date and place a� manufacture.
- PART 3 - EXECLTTI4N
3.1 INSTALLATION
A. Fcar exposed piping installatian, refer to Section 15052, Exposed Piping Installation.
+ + END OF SECTION + +
� ��
�
�
�
3181046
�s�ll:�]
City of Fort Warth PRESTRESSED CONCRETE PRESSURE PIPE
.�
West Side N Project — Pump Station
SEGTION 15064
� � PRESTRESSED CONCKETE PRESSURE P]PE
PART 1 - GENERAL
1.1 DESCRIPTION
�i A. Scope:
1. CONTRACTOR sha11 provide all labor, materials, equipment and incidentals as
shown, specified and required to furnish Prestressed Concrete Cylinder
? Pressure pipe and fittings.
' 2. The extent of concrete pipe to be iurnished is shown on the Drawings and in fihe
schedules included in Sections 15051 and 1.5052.
B. Related Sections:
1. Section 02220, Excavation and Backfill.
� Z. Sectian 15051, Buried Piping Installation.
' 3. Section 15052, Exposed Piping Instailation.
� 4. Seetion 15122, Piping Specialties.
1.2 QUALITY ASSURANCE
A. Manufacturer's Qualifications:
1. Manufacturer shall have a minimum of 5 yea�rs of experience ir� the production
of concrete pipe and fittings, and shalt show evidence of satisfactory service in
at least 5 installations.
2. Each type of concrete pipe and fittings shall be the product of one
man�facturer.
B. Reference Standards: Cornply with applicable pro�isions and recommendations of
the following, except as �otherwise shown or specified.
1. AWWA C3Q0, Standard for Reinfoz'ced Cancrete Pressure Pipe, Steel CyIinder
Type, for Water and Otl�er Liquids.
2. AW WA C301, Standard far Prestxessed Concrete Pressure Pipe, Steel Cylinder
Type, for Water and Other Liquids.
3. AWWA C304, Design of Prestressed Concrete Cylinder Pipe.
4. ASTM A 27, Standard Specification for Steel Castings, Carbon, far GeneraI
Application.
5. ASTM A 82, Standard 5pecification far St.eel Wire, �'lain far Concreie
Reinfarcement.
3181006 15064-1
City of Fort Worth PRESTRESSED CONCRETE PRESSURE PIPE
West Side TV Project — Pump Station
6.
7.
S.
9.
10.
11.
12.
ASTM C 150, Standard Specification far Portland Cement.
ASTM A 1$S, Welded Steel Wire Fabric ior Concrete Reinforcement.
ASTM A 283, Standard Speci�catian for Law and Intezmediate Tensile
Strength Carbon Steel Plates.
ASTM A 497, Steel Welded Wire Fabric, Defarmed far Cancrete
Reitifarcement.
ASTM A 569, Standard Specification for 5teel, Carbon, Hot-Rolled Sheet and
Strip CommerciaZ QualiC�.
AST�I A 57Q, Standard Specification for Steel, Sheet and Strip, Carbon,
Hot-Ro�1ed, Structural Quality.
ASTMA 615, Standard Specification forDeformed andPlain BiIlet SteeI Baz�s
for Concrete Reinforcement.
D. Inspection: The quality of aZl materiaYs, process of manufacture and the finished gipe
shall be sub�ect ta the inspectron and appraval of the ENGINEER.
1.3 S[TBMITTALS
A. SY�op Drawings: Submit for appro�al the follovcring:
1. Detailed drawings and data on pipe, fittings, gaskets, and appurtenances
showing location and dirnensions of all �fpe and specials. Include ]aying �ength
of valves, fitting and other equipment, which determines piping dirnensions.
Submit these with Shop Drawings required under Sections 15051 and 15052.
B. Certific�tes: Submit certificates of coxnpIaance with referenced standards.
C. Design calculations, incl�ding determinatian af wall thickness satisfactozy for
external laading, special loading, and anCernal pressure. ThE design ca�culations shall
be signed and sealed by a registeXed professional engineer licensed in the State of
Tex.as.
D. Mi�l certificates for cement �sed in fabrication of piping.
E. Test reports for rubber gask�ts for the characteristics specified h�xein.
1.4 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Refer to Sections 15051 and 15052.
PART 2 - PR4DUCTS
2.1 SERViCE CONDTTTDNS
3181006 15064-2
City of Fort Worth PRESTRESSED CONCRETE PRESSURE PiPE
�est Side N Project — Pump Station
�
�
�
��
t
�
A. General:
1. Pipe shall he designed for an external live Ioading, including impact, equal to
AASHT�, H20 trUck loading with earth cover as shown on Che Drawings and
shall canform with the service conditions as presented in the buried piping
schedule.
3181006
J.506�-3
Caty of Fort Worth PRESTRESSED CONCRETE PRESSURE PIPE
West 5ide IV Project — Pump Station
2.2 CONSTRUCTION AND MATERIALS, PRESSURE PIPE,
A. Pipe �nd �ttings shall cvnform to the requirements af AWWA C3Q1. Pipe shall
have the following features: a vwelded steel cylinder with steel joint rings welded ta
its end�; steel cylinder encased in conczete, reinforcement consisiing af high-tensile
wire wound around the outside of the care in one or more layers at a predetermined
stress and securely fasten�d at ats ends; a coating of dense mortar or concrete
covering the core and wire, except surfaces of th� joint rings; a self-centering joint
with a watertight prefarrrzed rubber gasket. For embedded cylinder pipe at least one
ttaird of the total coze thiekness shall be outside of the cylinder. Ernbedded cylinder
pipe shall be used in sizes 54-inches and larger. For p�pe up to 48-inches, lined
cylinder pipe may be used, with a core o� concre�e lining the inside of tt�e steel
cylinder. Fittings shall confarm to AWWA C301, Section 4.?.
B. Pipe MateriaIs:
1. Cement for concrete work per ASTM C 150, Tyge I, or Type II.
2. Agg�regat�s for concrete work per ASTM C 33.
3. Steel for cylinders, joint and fittangs per ASTM A 570, ASTM A 569 or
ASTM A 283.
4. Steel iar reinforcements per ASTM A 30b, Grade 8D; ASTM A b 15, Grade 40;
or ASTM A 497. Prestress wire per ASTM A648.
5. Rubber for gaskets shall contain not less than 50 percent by volum.e o�
first-grade natural crude or first-grade synthetic x-ubber. The remainder of the
compound shall consist af pul�erized fiIlers free from rubber substitutes,
reclaimad rubber, and other deleterious substances.
2.3 PTPE CLOSiTRES
A. Pipe layout submitted by the manufacturer shall ref�ect CONTRACTOR'S planned
schedule for operations and the schedule of construction. Pige closures shall be
designed by the manufacturer for the pressure required and shall be located in
straight runs of pipe. The number, design and location of all closure pieces shall be
as shown or subject to th.e appro�al of the ENGINEER.
B. CONTRACT�R may �Iect either to cut the closure cylinder to the required length in
the field, or if tirning permits, to have the pipe manufacturer supply th� required
length based upon exact �ield rneasurements.
C. No extra payrr�ent r�i11 be made for closures, including the cost of concrete required
for protection of the cylinder and joint rings.
318 ] D06 15064-4
City ofFort Worth
West Side IV Project — PUmp Station
2.4 RE�TRAINED 70INTS
A. All joincs shall be hariaessed.
PRESTRESSED CONCRETE PRESSi1RE PTPE
B. Design steel cylinders and welds between cy�inders and joint rings farthe axia3 thrust
exerted by full working pressure. Base calculations of thrust on a friction faetor
between pipe and soil of 0.3.
� C. Harnessed joints shall be either be11 bolt type, clarnp type, or snap ring type flexible
joints.
2.5 WALL FiTTINGS
A. Connection ta structures �hall be made by casting a fabricated bel] wall ftting into
the concrete as shawn. Fabricated bell wall fitting shall consist of a bell ring suitable
. for connection ta th�e steel spigot, steel pzpe section, and waterstop ring, all we�ded
together to foz�m a complete unit, with a]aying length equal to the width of the wall
�" in which it is installed, plus any n�cessary additional length to accommodate the
� bell-bolt, clamg, or snap r�ng connection. Fitting shall ha�+e a welded fabric or vvire
mesh reinforced mortar Zining furnished to the interior diameter of the connecting
� � pipeline.
f B. Connect flanged piping to specxal fabricated flange wall fittings where required.
Fabricated flange wall fitting shall consist of a steel flange, steel Qipe section,
waterstop ring, and a bell ring suitable for connection to the steel spigot ta be
� furnished, alI welded together to farm a complete unit, with a laying length equal to
the width of the waIl in whzch it is installed pl�s the necessary additional length to
accommodate the bell-bolt, clamp, or snap ring connection. Fitting shalI have a
welded iabric or wire-mesh reinfarced mortar lining finished to the interior diameter
of the connecting pipe. Flange shall be 5tress zelieved after welding to th� steel pipe
section and then machined. Flange shall be drilled and tapped to receive stud bolts.
- Flange shaIl conform to AW WA Standard C207 for stee] flanges, Class D, with ANS
B 16.1, Class 125 driIling.
� 2.6 MARKING FOR IDENTIFICATION
� A. �ll pipeline materials shall be starnped, marked or identified with the following
informataan:
1. Name or trademark of the manufacturer.
� 2, Pipe cIass and specification designation.
3. Size and length dirnensions.
I 4. Date and place of manufacture.
5. Pipe 24-inches and larger shall also be ma�'ked on its interior as above.
3 i 81046 15a�4-J�
Caty af Fort Worth
West Side TV Praject — Pump Station
PART 3 - EXECUTSON
3 ,1 INSTALLATION
A.
I:
PRESTRESSED CONCRETE PRESSURE PIPE
For buried piping installation, see Section 15fl51.
For exposed piping installation, see Section 15QS2.
+ + END �F SECTT�N + +
3381006 X 5064-6
,
City of Fort Worth
West Side N Project — Pump 5tation
SECTIflN 15065
COPPER PIPE
PART 1 - GENERAL
1. � DES CRIPTI4N
COPPER PIPE
A. Scope:
1. CONTRACTOR s�all provide aZ1 labor, materials, equipment, and
incidentals as shown, specified and requiared to fixrnish copper pipe and
fittings.
2. The extent oi the piping is shown and specified in the sehedules
included in Sections I5051 and 15052.
B. Related Sectians:
;� 1. Section 02220, Excavation and Backfill.
� 2. Section 02223, Trench Excavation.
3. Section 15051, Buried Piping Installation.
+ 4. Sectian 15052, Exposed Piping Installation.
5. Section 1512�, WaII Pipes, Floor Pipes and Pipe Sleeves.
6. SEctian 15140, Pipe Hangers and Sugports.
� 7. 5ection 15264, Insulatian of Piping and Equipment.
;ti
1.2 OUALI'rY ASSi.JR.ANCE
A. Each type of pipe and fitting shall be obtained from no more than one
manufacturer.
B Requirements of Regulatozy Agencies: Comply with the applicable provisians
of the following regulatory agencies:
i 1. Underwriters' Laboratories, IncorporaCed.
2. National Fire Protectian Association.
3. ASME, Boiier and Pxessure Vessel Code
I 4. State and Local Building Codes and Ordinances:
5. Unifonrn Plumbing Code.
C. Refezence Standards: Camply with appficahle provisions and
r�commendations of the following, except as otherwise shown or specif�ed.
31$1006 �5���-1
City of Fort Warth
West Side TV Project — Pump Station
COPPER PIPE
1. ASTM B 32, Speeification for Solder MetaI.
2. ASTM B 42, Specification for Standa��d Size Seamless Capper Pzpe.
3. ASTM B 68, Spec�ficati�n for Bright Annealed Seamless Copper
Tube.
4. ASTM B 75, Specification for Seamless Copper Tube.
S. ASTM B 88, Specification ior Seam�ess Copper Watez Tube.
5. ASTM B 280, Specification for Seam�ess Copp�r Tube for
Air-Condationing and Refrigeration Field Service.
7. ASTM B 302, Specification for Threadless Copper Pipe.
8. ASTM B 305, Specificatian far �opper Drainage Tube (DWV).
D. Inspectaon: The quality of all materials provided and adequacy of installation
shall be subject ta the review and appr��al of the ENGINEER.
1.3 SUBMITTALS
A. Shap Drawings: Subxnit far approval the foilowing:
1. Detailed dravvin�s and data on pipe fittings and appurtenances. Subrnit
thes� with Shop Drawings required undex Sections 1SQ51 and 15052.
B. Certiiicates: Submit certificates of compliance with referenced standards.
1.4 PRODUCT DELIVERY, STORAGE. AND HANDLING
A. Refer to Sections 15051, Buried Piping Installatian.
PART 2 - PRODUCTS
2� 1 MATERIALS
A. Potable Lines: Potable lines sha11 conform to tI�e requireFnents af ASTMB 88.
Abo�e ground 2ines shall be type L. Hard , underground, buried lines, unless
otherwise specified, shall be type K. Soft. All fittings shall be soldered except
at vaI�es which. m�y be flared or compre�sion types, Water to instr�amentatian
shall be type L. Hard, unless otherwise shown on the drawings.
B. Threadless Copper Pipe: �'ipe shalI be assembled with brazing joint pipe
fittings. Material shall canfnrm to ASTM B 302.
C. Copper Drainage Pipe: Pipe for sanitary drainage nr soil, waste and vent pipe,
sha11 conform to ASTM B 306.
318IOOb 15065-2
Ciry of ]Fort �orth
�Vest Side RlT Project — Pump Station
2.2 Y�AV'�NC�
COPPEI� P�P�
A. Potable water piping shall be assembled with soldered type joints. Fittings shall
conform to A.NSY 16.22, i�lrought Copper and Copper Alloy Solder-Joint �'essure
Fittings.
1. Saldered joints shall be 95-5 tin-antimony salder, canformingtoAS'�B 32.
�. AIl jaints shall canform to manufacturers recorrzrrz�endations and shall be mad�
by skilled workmen.
�. �ai�ts shall develap full strength and shall be greater than the pipe jained.
2.3 TdIARKIl��'a
A. �11 items shall be rnarked or Iabeled with the following informatian:
1. �etal or allay designation.
2. �'emper.
3. Size and schedule.
�€, AS7[i'� specification number.
5. I�I'ame and location af supplier.
PAR'�' 3 - E���]7[`][�1�
3. Z INS 1CAI�.A'I'IOIV
A. Refer �o Section 15�51 for buried piping installation, testing and cleaning.
+ + ]END f)F SEG'�'g�1� + +
3 � a � ao6 15065-3
City of Fort Worth PVC AND CPVC PIPE
West Side IV Project — Purnp Station
a. F�ange Gaskets: Flange gaskets sha11 be 1/8-inch thick neoprene fu11 face.
4. Manufacturer, provide one of the following for pipe:
a. Ryan Herco.
b. 1-M Manufacturing Co., Tnc.
c. Or equal.
5. Manufacturer, provide ane o�the following for fittings and flanges:
a. Ryan Hexco.
b. Spears.
c. Or equal.
B. CPVC Pipe:
1. CPVG pipe shall be Schedule S0, unless otherwise shown or specified,
conforming to ASTM F ��41.
2. Fittings shal� be socket type and conform to ASTM F 439.
3. Supplier: Provide CPVC piping as supplied by one of the following:
a. Ryan Hereo.
b. Or equal.
2.2 SERVICE CONDITIONS
A. As specified in the piping schedules in Section 15051 and 15052.
2.3 IDENTIFICATI4N
A. All pipe sections shall be marked in accordance wi�h the following:
1. PVC Pipe: As specified in ASTM D 17$5.
2. CPVC Pipe: As specified in ASTM F 441.
B. General:
1. Marking Piping;:
a. Clearly mark each piece of pipe ar fitting with a designation conf'orming
to #hat shown on the Shop Drawings.
b. Cast or pai�t mat�rial, type and pressure designafion on each piece of pipe
or fitting 4-inches in diameter and larger.
c. Pipe and fittings smaller than 4-inches in diameter shall be cleaz'ly marked by
manufacturer as to material, type and rating.
C. Pro�vide identification of flaw direction and service on exterior of pipe using water
resistant label in accordance with app�icable standards for labeling chemical piping.
2.4 SURFACE PREPARATION AND PAINTING
A. For surface preparation and ,painting of PVC and CPVC piping, refer to �ectian
09900, Painting. �
3zs�oo6 15067-4
City of Fort Worth PVC AND CPVC PiPE
- Vdest Side IV Project -- Pur�p Sta#ion
PART 3 - EXECUTION
3.1 1NSTALLATI ON
A. For buried piping installation, see Section 15051.
B. For exposed pi�ing i1}stallation, see Section 15052.
3.2 TESTlNG OF PIPING
A. Refer to Section 15051, Buried Piping Installation.
B. Refer to Sectian 15052, Exposed Piping Installation.
+ + END OF SECTION + �
i ,
f' '�.
i
i�
i�
3781046 I 5067-5
City of Fart Worth VALVES AND APPURTENANCES
West Side N Project — Pump Station
SECTION 1510Q
VALVES AND .APPURTENANCES
PART 1- GENERAL
1.1 DESCRIPTION
A. Scape: CONTRACTOR shall furnish all labox, materials, equipmex�t
appurtenances, specialty rtems and services required to pro�ide all val�es and
appUrtenances as si�own and specified in the Contract Documents. Val�es and
appurtenances for the fuel oiI piping are specified in Section 15592, Fuel Oil
Piping, Valves, and Fitt�ngs.
B. Coordinatian: Tv ensure that all va]ves and appui�enant equipmen# are properly
coordinated, and will function in accordance with the requirements of th�
Contract Documents, the CONTRACTOR shall obtain each specific �alve and
actuator type fzam a single suppliex. That is all gate valves shall be by a singie
manufacturer, aI1 plug �+alves shall be by a single manufacturer, all butterFly
valves sha11 be by a single manufacturer, aIl valve actuators shall be by a single
manufacturer, all act�ators shail be by a single manufacturer, a�d so on.
However, the CaNTRACTOR sha11 retain ultimate responsibz�ity under this
Contract far equipment coo�-dination, installation, operatian and guarantee, and
the CONTRACTOR shall furnish and install alI equipment, labor, materials,
appurtenances, specialty items and sez'vices not provided by the supplier{s} but
require� foz' cornp�ete and opex�ble systems. The equipment and appurtenances
covered by this specification are intended to be st�ndard equipment of proven
ability as manufactured by reputable cancems having extensive experience in
production af such equipment. The equipment furnished shall be manufactured
and installed in ac�ordance with ihe best practice,s and methods, and shall operate
satisfactorily when installed as shown and specified in the Contract Documents.
C. Related woz-k specified elsewhere that shall apply to all equipment, labor,
materials and sarvices furnished under this Section shall include, hut not be
limited ta, the following:
1. Di�ision 1, Genez'al Requirements.
2. Section 110Q0, General Equipment Pravisians.
3. Sectian 1.5000, General Piping Pravisions.
4. Sectran 15051, Buz�ed Piping rnstallation.
5. Section 15052, Exposed Piping Installation.
�i��on� 15100-1
City of Fort Worth VALVES AND APPURTENANCES
West Side N Project — Pump Station
6. Section 15061, Ductile-Tron Pipe.
7. Section 15062, Ste�l Pipe.
8. Section 15053, Buried Steel Pipe.
9. Section 15064, Reinforced Concreie Cylinder Pipe.
1Q. Section 15065, Copper Pipe.
11. Section, 15067, PVC and CPVC Pipe.
12. Section 15121, Wall Pipes, Floor Pipes and Pipe Sleeves.
I3. Sectian 15592, Fuel Oil Piping, Valves and Fittings
14. Dirvision 9, Finishes.
1S. Division 11, Equipment.
16. Division 13, 5pecaal Construction.
17. Division 16, Electrical.
D. The GeneraI Equipment Provisions (Section 11a00) shall apply to all equipment
fuznished under this Seciion.
E. The manufactuzez of the equipment specified herein shall be required to review
and satisfy all rele�ant requirements of other Sections af the Contract Documents
and the requirements of the Contract Dzawings. TIae Contract, manufacturer,
supplier, fabrieator and/o:r subcantractors furni shing and/or installing equipment,
services and speciaJties associated with this Section shall fully caordinate their
ef�oz�ts to avoid potential claims that are based on failure to review relevant
Contract Documents, ineluding the Contract Drawings.
1.2 OUALITY ASSURANCE
A. Manufactnrers Qualifications:
1. Manufacturer shall ha�e a minimum af 5 years of experience in the production
of substantially similar equipment, and shall show ��idence of satisfactory
sezvice in at least 5 installations.
2. Eaeh type of val�e shall be the product of one manufacturer.
B. Reference Standards: Comply with applicable provisaans and recomrnendatians of
the following, except as otherwise shown ar specified.
1. ANST B I6.1, Cast v�an Pipe FIanges and Flanged Fittings.
2. ANSI B 16.4, Cast Iron Fittings.
3. ASTM A 48, Standard Specification for Gray Iron Castings.
q�. ASTM A 126, S�andard 5pecification far Gray Iron Castings for Valves,
Flanges and Pipe Fittings.
5. ASTM A 307, Law-Carbon steel Externally and Internally Threaded Standard
Fasteners.
6. ASTM A 354, Standard Specification far Quenehed and Ternpered Alloy Stee�l
Bolts, Studs and Other ExternaIly T�readed Fasteners.
31810db 15100-2
�
City of Fort Worth
West Side 1V Project — Pump Station
7.
8.
9.
1�.
11.
12.
�.3.
14.
I5.
16.
17.
18.
l 9.
20.
2i.
22.
VALVES AND APPURTENANCES
ASTM A 436, Standar-d Specificatian for Austenitic Gray Iron Castings.
ASTM A 536, Standard SpecificatiQn for Ductile Iron Castings.
ASTM B 62, Standard Specificat�on for Composition Bronze ar Ounce Metal
Castings.
ASTMD1784, Rigid Paly Vinyl Chloride {PVC) Compounds and Chlorinated
Paly Vinyl Chloride (CPVC) cornpounds.
ASTM D1785, Paly V�nyl Chloride {PVC) Plastic Pipe, Schedule, 40, 80, and
120.
AWWA C1 l l, Rubber-Gasket Joir�ts for Ductile-Iron and Gray-Irorn Pressur�:
P��e and Fittings.
AWWA CS00, Gate Valves for Water and Sewexage Systems.
AWWA C502, Dry-Barrel Fire Hydrants.
AWWA C5Q3, Wet-Barrel Fire Hydrants.
AVVWA C504, R�bber-Seated Butterfly Valves.
AWWA C506, Backflow Prevention Devices - Reduced Pressure Principle and
Double Check Valve Types.
AWWA CSQ7, Ball Valves, 6 Inch Through 48 Inch.
AWWA C50$, Swang Check Valves far Waterworks Service, 2 in. through 24
in. NPS.
AWWA CSQ9, Resilient-Seated Gate Valves, 3 through 12 NPS, for Water and
Sewerage Systems.
AGMA Standards.
NEMA, National Electrical Manufacturex's Assoczation.
1.3 SUBMTI'TALS
A. Shop Drawings: Submit for approval the �ollowing:
�. Manufacturer's lrterature, illustrations, specifications, detai�ed drawings, wiring
diaga-ams, data and descr�p�ive literature on al� valves and appurtenances.
2. Submittal data foz' each valve, opez-atar, a�d actuator to reflect �alves listed per
�alve sched�le includc;d herein.
3. Deviations from the Contract Doeuments, including any changes to Valve
Schedule.
4. Engineering data including dimensions, materials, size and weight.
5. Fabrication, assembly, installation and wiring diagraxns.
B. Operation and Maintenance Data: Submit complete manuals including:
1. Final Va]ve Schedule (refer to paragraph 1.3.A.3 abave).
2. Copie� of al] Shop Drawin�s, test reports, maintenance data at�d sched�les,
description of operation, and spare parts information.
C. Shop Tests:
1. Test rnotor operated valves before shipment to ensure that the mechanisms can
close the va�ves in the specified time limit, and far proper seating.
3181006
15100-3
City af Fart Worth VALVES AND APPURTENANCES
West Side IV Project -- Pump Station
2. Hydrostatic tests shaIl be pez�ormed, when required by the valve specifications
ineluded herein.
D. Certificates: Where specified or otherwise required by ENGINEER submit test
certificates.
1.4 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Deliver materials to the site to insure uninterrupted progress of the Work.
1. Deliver anchor bolts and anchorage devices, which are to be embedded in
cast-in-place concrete in ample time to nai delay that Work.
B. Handle all valves and appurt�nances very carefully. Valves whic� are cracked,
dented or otherwise damaged or dropped will nat be acceptable.
C. Store materaaIs to permit easy access for inspection and idenizfication. Keep steel
members off the ground, using pallets, platforms or other supports. Protect steel
members and packaged materials fram corrosion and deterioration.
D. Store all mechanical equipment in covered starage off the ground and pre�ent
condensation.
PART 2 - PRODUCTS
2,1 MATERI�L,�
A. General:
1. Conforrn to the reyuirements of "Va�ve Schedule" attached at the end af this
Specification Section.
2. Valves shall have manufacturer's name and workirag pressure cast in raised
letters on valve body.
3. Manual val�e operators shall turn elockwise to open unless otherwise
specified. Valves shall indicate th�e direction of operation.
4. UnIess otherwise speeified a11 flanged valves shall have ends canfornaing to
ANSI B16.1, Class 125.
5. Buried valves shall l�e provided with adjus�able two piece valve boxes and
pro�vided with extension st�ms, operating nuts and covers unless otherwise
shflwn or specified, Extension stems shall terminate 12 inches belaw finished
grade.
G. All bolts, nuts and studs on or required to connect buried oz' subrnerged val�es
shall be Type 304 stainless steel.
7. All bolts and studs eznbedded in cancrete and studs required for wall pipe shall
31810Q6 I S 100-4
City o� Fort Warth VALVES AND APPURTENANCES
West Side IV Project — Pump Station
be af staanless steel.
8. All other bolts, nuts and studs shall, unless otherwise appraved, eonform to
ASTM A 307, Grade B; or ASTM A 354.
9. Bolts and nuts shalI have hexagon heads and nuts.
10. Gasket material and installation sha�� conform to rnanufacturer's
recommendations.
l l, Identification: Identify each valve 4 inches and larger with a brass or stainless
steel nameplate stamped with the appro�ed designation. Nameplate shall be
permanently fastened to valve body at the factory. Stenciled designat�ons are
acceptable for buried valves.
] 2. Unless noted otherwise, all valves shall be epoxy coated as per seccion 099Q00.
B. Gate Valves:
1. 3 Inch Diameter and Largez:
a. Valves shall be iron body, resilient seat or b:rvnze mounted, non-nising
sterr� and in canformance with AWWA C509 and/or CSaD.
b. Unless otherwise shown ar specified exposed va1��s shall have flanged
ends conforming to ANSI 816.1, Class 125 and buried valves shall be
mechanical joint ends conforming to ANSI A21.11.
c. Expoaed manually operated gate vaZve shall be equipped with hand wheeis.
Gate valves located more than five feet above the operating f�oor shall be
provided with star�dard non rising stezx� (NRS} floor stands and stem
extensions.
d. . Shop Painting:
l.) Epoxy coated meeting the requirements o� Section p9900.
e. Manufacturer: Pravide gate valves oi one of the following:
1) Mueller Company.
2) M& H Valve Company.
3) US Pipe
4) Or equal.
�• 2. 2-112-inches Diameter anc� Smaller: Valves shall be bronze screwed ends,
_ solid wedge, rising stem, screwed bonnet typ�; witi� screwed ends suitable
for 150 psi service.
� a. Product and Manufactu�-er: Provide one of the follawing:
, 1} Fig. 49-U, as manufactured by Jenkins Srothers.
2} Fig. 431-UB, as manufactured by Crane Company.
' � 3} Or equal.
; C. Tilted Dise Check Valves
� 1. Manufactur�rs:
a. G.A.Industries.
+ b. APCO.
c. Val-Matic.
3 � s� oaU 151 �0-5
City af Fnrt Worth VALVES AND APPURTENANCES
�Vest Side �V Project — Pump Station
d. Cripsin
2. General:
a. Provide �aIves conforrr�ing to AWWA CSQ8 and as specified herein. The
�aIve body shall consist of t�vo sections balted together as a central
daaganal flange inclined at an angle of 55 degrees. The inlet body shall
cqntain a seat ring positioned and captured by the diagonal flange. The
outlet body section shall accept eccentrically lacated pivot pin trunnions
with sealed covers and lubrication grease fittings. The eccentric piv�i
trunnioz�s shall be located to divide the disc into approximately 1/3 and
2/3 proportions and also allow the seating surface of the disc to rotate
av�=ay from the seat �ing without contact. Clearance shall be provided
between the pivot gin and bushing when t�e disc is seated to prevent
binding and ensure a tight seal.
b. Type: Meta�-seated.
c. Rated Working Pressure:
1} 12 Inch Diameter and Larger: 150 psig.
d. Provide valves suitable far horizontal mounting.
e. The check �alves shall have a clear waterway with full open area equal ta
tI�e pipe size.
f. Provide val�es bottom mounted oil dashpots to provide hydraulic control
of the final IO% of valve closure,
g. Valve seats shall be rnechanically attaehed and sha11 be �e�d replaceable.
3. Materials of Constructaon: Al] materials of construction shall confor�n to
AWWA C508 and shall be as follows for various �alve components:
a. Body, Disc, and Tnspection Hole Caver: Cast iro�, ASTM 126, Class B.
b. Oil Dashpots: Ductaile Iron.
c. Disc Ring: ASTM B271 Alloy C95500 Alum�inum Bronze
d, Seat Ring: ASTM B271 Alloy C9S400 Centrifugally Cast Alurninum
Bronze.
e, Body, Disc Ring, Seat Ring, and Inspectian Hole Gaskets: Compz-essed
nan-asbestos fiber
f. Pivot Pins: ASTM BSOS Alloy C95540 aluminum bronze with C95400
Al�xminum Branzed bushing,
g. AlI internal and external bolting and othez hardware including pins, set
screws, studs, bolts, nuts and vs�ashers; Type 316 stain�ess steel.
h. Indicator pin, shaft assembly, washer, lockwasher, jam nut: 304 Stainless
Steel.
i. Indicator O-rings: Buna-N 74 Durometer
j. Tndicator pointer: low carban steel
D. Swzng Check Valves — 2-1/2 Inches in Dia�neter and Smaller
� r s � 006 15100-6
City of Fon Worth VALVES AND APPURTENANCES
West Side N Project — Pump Station
L General:
a. Check valves shall absolutely pze�ent the retu�-n af wat�er through the vaIve
when the upstream pressure decreased below the downstream pressure. The
valve shall be tight seating.
;
2. 2-1/2-Inches Diameter and Smaller: Valves sha11 be bronze, screwed ends
with screw in cap suitable for 125 psi service.
a. Product and Manufacturer: Provide one of the following:
Z} Fig. 92-A, as manufactured by Jenkins Brothers.
2} Fig. 34 1/2, as manufactured by Crane Company.
3) Or equal.
E. Swing Check VaIves — 4 Inches in Diameter and Larger — Water Service
1. Manufacturers: �
a. G.A.Industries.
b. APCO.
c. Or equal
2. Genexai:
a, Provide valves conformi�g to AWWA C50$ anc3 as specified herein.
b. Type: Resilient seated.
c. Rated Working Pressnze:
1) 12 Inch Diarneter and Laz-ger: 150 psig.
d. Provide valves suitable for horizontal mounting.
e. The check valves shall have a clear waterway with full open area equal to
the pipe size.
f. Provide valves larger than 6 inch with adjustable air cushaon chambers.
h. Valve seats sha11 be mechanically attacY�ed and shalI be fieId replaceable.
3. Materials of Construction: All materials of construction shall con.form to
AWWA CSQ8 and shal] be as follows faz' �arious valve conapanents:
a. Body, Dssc, Cover and Gland: Cast-iron or ductile iron.
b. Disk Arm: Ductile Tron.
c. Hinge Shaft: Type 316 stainless steel
d. Hinge Shaft Bushings: Bronze.
e. Body Sea�: Type 316 stainless steei
f. Follower ing for Rubber Seat on Disc: Type 316 stainless steel.
f. Air Cushion Chamber:
1. Chamber and Plunger Bronze
2. Linkages and Pins: Type 316 stainless steel
3. Air Check Valve and Tubing: Brass
k. All Rubber Items
J.. Up to 180 degrees F Fluid Te�perature: Buna-N, or syir�thetic rubber
su�table for the application.
2. Greater than 180 degrees F Fluid Temperature: �iton, or other
3181fl04
15100-7
City of Fort Worth VALVES AND APPURTENANCES
West Side N Project — Pump Station
synth�tic rubber suitable for the application.
1. All intenal and external bolting and other hardware including pins, set
screws, bo�ts, nuts and washers: Type 316 stainless steel
m. GZand Pacic�ng. Graphite and Kevlar
4. Interior Coating:
a. AlI valves s�all be coated inside. The sieel, cast iron and ductile iron
surfaces, except machined surfaces, shall be epoxy coated in accordance
with AWWA CSSO.
5. Testing:
a. Test all �alves in the shop in aceordance with AWWA C508.
b. Permitted ]eakage at rated Pressures: Zero.
F. PVC Check Vaives —Sump Service
1. Check vaI�es on PVC piping shall be manufactured af polyvin.yl chloride
(PVC) material with Teflon seats and Viton seals.
2. PVC shall be Type 1, Grade 1, in accordance with ASTM D 1785.
3. Valve shall be true union type and rated for 150 psi service.
4. Prnduct and Manufacturer: Provide PVC check valves of one of the following:
a. Chemtral.
b. Asahi.
c. Oz' Ec�ual.
F. Butterfly Valves - Rubber Seat — Circular — Water Service:
1. Valves shall be shortbody, except �x+here othe�-wise shown arrequired to obtain
required clearances for �alve opezator or dise. Valves shall conform to AW WA
C504.
2. VaZves shalI be of the 125 psi pressure class.
3. Flanged ends, where required, shalI confoi�m to ANST B16.1, C�ass 125.
4. Valve seats shall be mounied in cast-iron valve body, made of Buna-N rubber
(Durometer 80) suitable for water ser�ice.
5. Shafts, retaining rings and intemal hardware shall be af stainIess steel.
6. Shaft seals for non-buried val�es sizes 30" and abo�e shall have a stuffing box
and pu11 down packing gland. Packing shall be replaceable without removing
the valve operator. Buried val�ves shall he furnished with self adjusting "V"
type packing.
7. Pro�ide a 31b �tainless steel seating edge on all discs.
$. Manufacturer: Provide butterfly ualves (eircu�ar) of one of the following:
a. Pratt Vaive Company.
h. CMB Industries/KFlo Valve.
c. Dezurik.
9. Valve Oper�tars- Manuai:
a. Valves shall be equipped with an enclo�ed vFtorm gear drive and nut,
handwheel or chain whe�� operaior.
3is�oob 1510D�8
City of Fort Worth
., West Side IV Project — Pump Station
b.
c.
d.
e.
f.
�•
h.
i.
J�
k.
�
VALVES AND APPURTENANCES
E�closed worm gear operators shall ha�e a gear ratio designed nat to
exceed SO pounds pull ta rneet the required operator torque.
Gears shall be permanently lubricatec� and totally enclosed.
Operators sl�all be designed ta hold the �alve disc in any intennediate
position withaut creeping or fluttering.
Adjustable staps shall be pravided to prevent over travel in either
position, to withstand a pull of 200 pounds.
Stops shail be enclosed within the aperator housing and b� eapable of
absorbing the fujl operator tar�ue with minimum safety factor of S.
Above ground geaz- operators shall be equipped with a direct couple
indicator.
Valves regardless of size, if installed with the operating wheel more than
fve feet above the operating floor, shall be provided with a chain wheei,
sprocket, and aluminurn chain. The chain shall extend to three feet above
the operating floor.
Va�ve operator far 30" and larger size �aives shall be designed to fully
close or apen the valve in minimUm of 30 turns. Valves shall apen
caunter-clockwise, and shall have a positian indic�tor.
Butterfly valves are quarter turn valves.
Valves are open or clased, not modulating.
10. Val�e Ogerators - Electric:
a. Electric motor operators shall be furnished �or apen-close service or for
madulating service as indicated i� the Contract Documents.
b. EIectric nnotar aperator shall be capable of pro�iding not less than 1-1/2
times the required operator toryue for opening and ciosing of the valve.
Electric motor shall be tatally enclosed, sized to apen or close the valve fuIl
cycle in approximately b0 secands, and suitable for aperation o� 480 volt, 3
phase, 6Q Hz pawer. Motars and ope�-ators shall contain space heaters,
pawered by the contra] power iransform�r in the motor controller.
c. Operator shall be of weatherp�oof construction and furnished witta a
handw�eeI �or manua] operation.
d. �perator gear reducer shall be pro�ided with a pair of limit switches and
torque switches wired to the matox cantroller. Torque switches shal� be
adjustable.
e. Limit switches furnished shall be equipped with 16 dry contacts (4 rotors
with �4 contacts each}. Contacts shall open and close as shown on the
Drawings.
f, Motor controIlers shall include a reversing starter with overIoad protection,
adequately sizec� fused control power transformer (48a-120VAC), limit
switches, torque switches, pushbuttons, se�ector switches, pilot lights,
control logic, modulating electronics, etc., as required by the valve
manufacturer and as required by the Contract Documents. The motor
31810D6 15140-9
City of Fort Worth VALVES AND APPURTENANCES
West Side N Project — Pump Statian
controller sha�l be supplied in a NEMA 4X enclosure, furnished and
maunted an the operator. Where indicated on the Drawings, NEMA 4X
remate control stations shall be requi�-ed. Rerriote control stations shall be
manufactured by th� �al�e manufactuz-ez and shall be instal�ed and wired by
the Contractor.
g. Val�es shall be provided with a 10 turn potentiometez' and a resistance-to-
current convertEr for remote posit�on indicatia� for modulating service
val�es and where required by the Drawings.
h. 1Vlanufacturer shal] compIy with all requirements af the electrical schematic
diagrams, the eIectric� block diagrams, and the Process & Instrumentation
Diagrams as shou�n on the Drawings.
i. Product and Manufact�rer:
1) AU:MA
2) E]M
3) Rotark
11. Shop Painting:
a. Epoxy lining and coating meeting the requirernents of Section 4990Q.
G. PVG Ball Valves:
1. Ball val�es on PVC piping shall be manufactured of polyvinyl chloride (PVC)
material with Teflon seats and Viton seals.
2. PVC shall be Type 1, Grade 1 in accordance with ASTM D 1784, and shall be
dark grey in eolor.
3. Valve shall he true union type and rated far 1S0 psi service.
4. Product and Manufacturer; Provide PVC Ball Va1�es of one of the following:
a. Chemtrol.
H. Bronze BaII Valves:
1. Bronze ball val�es shall be regular port, with brnnze body, brass ball.
2. Siezn shall be branze, brass or stainless st�el {31b)
3. Packing �hall be PTFE or reinforced PTFE.
�. Valves shail be female threaded (NPT)
4. Valve shall be for 150 psi service.
5. Product and Manufact�rer: Provide Bronze Ball Valves from onae of the
foilowing:
Crane Capri
Kitz
Watts
I. Air Release Valves:
1. Types:
a. Small Orifice Air Release VaI�es: Air release valves (ARV) shall have a
small venting orifice to vent the accumu�ation of air and other gases witla the
sisioa6 15100-10
City of Fart Warth VALV�S AND APPUItTENANCES
West Side N Praject -- Pump StaTian
line or system under pressure.
b. Large �rifice Air Release Valve: The air release val�e shall emp7oy kinetic
operating principle with one moving part, the buoy ball. The bal� shall
remain in the throat area without blowing shut or collapsing when orifice is
open.
2. Can�struction:
. a, Bady, Cover: Cast Iron ASTM Al2b Grade B.
b. Float: Type 316 Stainless Stee1 ASTM A240.
c. Seat: Buna-N rubber.
d. Trirn: Type 31b Stainless Steel ASTM A-24Q.
3. Air release valves shall be float operated, compound lever type,
, 4. Valves shaIl be suitable for pressure up to 150 psi.
�. Air release valve shall incorparate an isolation va�ve to allow removal of the
valve without shutting dawn the eq�ipment.
6. Contractar shalI provide for each valve d�scharge a copper tubing drain �xt�nding
from the valve to the floor drain or gutter.
�� 7. Shop Painting: Interior suz-faces shall be epoxy painted. Exterior surfaces of cast
, f iron or steel surfaces of the valve and appurtenances shall be shap painted as
l specified in Section 09900, Pain�ing.
S. Product and Manufacturer: Provide on of the followin�:
a. APCO.
; , b. G.A.Indust�ries.
c. Cri�pin.
j d. Or equal.
J'. Air Release and Vacuum Valves:
1. Air and Vacuurn Vatves: Air and vacuum val�es (CAV) shall have a large
venting orifice to peranit the release of air as the line is fil]ing or relieve the
vacuum as the line �s draining or is �nc3er negative pressure.
2. Construction;
a. Body, Cover: Cast Iron, ASTM A126 Grade B.
b. Flaat: Ty�pe 3�6 Stainless Stee�, ASTM A240.
c. Seat: Bvna-N or Type 316 Starnless 5tee1.
d. Trirn: Type 316 Stainless SteeI, ASTM A240.
e. Outlet Cow: Steel with built-in bug screen.
3. Air and vacuum valves shall be provided with �7anged inleEs and outlets on 3"
and larger size.
4. Air and vacuurn val�es shall be designed to protect the float from direct contact
of the rushing air and water to prevent the float from closing prematurely in the
valve. The seat shall be fastened into the valve cover, and sha1l be easily
removed if necessary. The float shall be centez- or per�phez�al guided far positive
sh�atoff into the seat.
sz$�oo� 15100-11
City of Fort VVorth
West Sfde IV Projeet — Purnp Stataon
VAL�ES AND APPURTENANCES
5. Valves shall be suitable for pressures up to 1.50 psi.
6. Air �•elease valves shall incorporate an isoJatio� va2ve to allow rema�al of the
valve without shutting down the equiprnent, and an auxiliary small orifice air
release valve complete with its isolation va�ve.
7. Product and Mar�ufacturer: Provide an of th� following:
a. APCO series 1200, with Mode1200A auxiliary air release valve.
b. Crispin.
c. Or equal.
K.
1.
2.
3.
4.
5.
f.
7.
8.
9.
10
Surge Re]ief Valves:
Qne (1) 12 inch diametez' �uz-ge valves shaZ] be anstalIed as indicated on the
Drawings.
Type:
a. Ang1e Body.
b. Water Service.
Construction: �
a. Body and Cover: Cast iran or semi steel ASTM A-12b, Class B.
b. Interior Operating Surfaces: Indust�ial Hard Chrome Plating or Teflon
Caated.
End Connectinns; Flanged conforming to ANSI B16.i C1ass 125.
Piping: All control and connection piping and fittings shall be heavy wall brass.
Required Functions:
a. The surge relief valve shall function to open quickly when the system
pressure exceeds the setting far which the pilot is set. The valve shall
close slawIy at an adjustaUle speed once the system pressure subsides
below the settang of the pilot.
Manufacturer'� Responsibility: Fumish the control box, soIenoid valve, limit
switch, isolation val�es, switches, Ync�icators, batterie�, ganges, enelosures, and
accessories. Assemble generally as indicated by Drawings.
General: The flow area through a fu11 open va��� shaIi at times be not less that
the inlet pipe area. The val�e shall incorporate one flanged cover opening at
the top from which alI inte�al paz-ts are accessible.
Installation Position: Valve wiIl be installed with t�e dzscharge aligned as
shaen on the Drawings.
Control Box:
a. General: The control box shall be capable of aperating in either one of the
different modes d�pending an the system requirements. In the first made,
the control box shall cause the surge val�e to open on a downsurge
anytime a pump has been running and for approximately 30 seconds after a
power fai]ure or the last pump is shutdown. The second mode is similar to
the first except the cantrol box skaall coxnnaand the surge vaIve to open
anytime a power failure occurs whi�e a pump is runnin.g.
3 � s � 006 15104-12
City of Fort Warth VALVES AND APPURTENANCES
West Side IV Pro�ect — Pump Station
c. Power 5ource: The electric power for control of the surge relief valve
� shall come from within the contz-ol box. This power source shall consist of
a fused 24 volt G.E. "Gold Top" NI Cad battery or equal of one ampere
hour capacity which shall be supplied vvith a conscant current battery
' charging circuit assuring the battery us fully charged.
d. Panel Board: The control box panel board shall be removable from t�e
control bax in its entiz'ety.
' 11. Testing: Pro�isions shatl be provided for periodicaI]y manual�ytesting the surge
� valve and control box by way o� a morxaentary contact switch.
�2. Monitor Points: The manufacturer shall provide terminations for t4�e following
�� status points to be monitared:
a: Battezy candition.
b: Valve indicator 2imit switch.
, c: 4perational status.
13. Manufacturer
a.. G.A. Industries figure EA-50Q1-BD (angle body) or approved equal.
2.3 SPECTAT �
A. Carpaxation Stops:
1. Corporation stops shail be furnished with bronze stem, washer, nut, body and
key.
2. Manufacturex: Pzovide Corporation Stops of one af the following;
a. Mueller. ,
b. Crane.
c. Or equal.
B. Hase Bibbs:
1. Hose bibbs shall consist of a boiler c�rain type valve and vacuum breaker.
2. Va�ve shall be 3l4-inch size, �ronze badied, with a�uminurn handwheel and
renewable composition disc, suatable for 125 psi working pressure.
3. Va�ve shall have one male capper joi�t end and one male hose thread end.
4. Manufaeturer: Provide Hose Bibbs of one af the following:
a. Nibco-Scott.
b. Jenkins.
c. Or equal.
6. Shop Painting: In accordance with Section 09900.
C. Backflow Preventers:
1. Backflow preventers shall be of the reduced pressure principle type wi�h sizes
as indicated on the Drawings. Device shall consist of two independently acting
toggIe ]evez' az' spring loaded check valves and a spring loaded, diaphragm
actuated differential pressure relief valve �acated in the zane between the check
s�sioa� 15100-13
City of Fort Worth
VVest Side N Project — Pump Station
VALVES AND APPURTENANCES
va��es. De�ice shall be supplied complete with test cocks, shutoff valves and
unions.
2. Body and working parts shall be of bronze, with stainless steel springs,
neoprene valve discs and diaphragm, and shall have a maximum working
pressure of 175 psi.
3. Manufacturer: Provide Back�7ow Preventers af one of the following:
a. Hersey Products Tar�carporated.
b. Watts Regulatar Company.
c. Or �qual.
4. Shop Painting: In accordance with Sectiora 09900.
2.4 VALVE SCHEDULE
A. Atiached at the end of this Section is the "'Valve Schedule" listing va�ves 6-inch and
larger required for the project. Canform to the �ype, size, joint, pressure, operat�r
and designation shown unless otherwise approved by ENGZNEER.
B. Thi� sehedule rnay be subject to revision to suit equipment actually installed ox to
provide for valves inadvertently an:utted on the Drawings. CQNTRACTOR sha11
provide all valves as shawn on schedules and/or Drawings.
C. VaXves are identified by type and location. Identz�ying legends follovv:
Abi�revi ati on
ARV
BAV or BV
BCV
BFP
BFV
CAV
CV
D
ECV
FCV
GV
GLV
PV
PRV
SR
TDCV
Tvpe of Valve
Air Release Valve
Bail Varve
Ba�1 Check Valve
Backflow Preventer
Buttez�fly Valve
Combination Air/Vacuum VaXve
Check Va�ve - Swing
Daaphragm Valve
Electric Check Valve
Flow Control Valve
Gate Valve
G�obe Valve
Plug Valve
Pressure Relief or Pressure
Reducing Valve
Surge Relief Valve
Tilted Disc C�eck Val�ve
�iszoo� 15100-14
H
City of Fort Worth
West Side N Project -- Pump Station
Abbrevi at�on
D
NP
PW
RW
SW
VALVES AND APPURTENANCES
5ervice
Drain
Non�Potable Water
Potable Water
Raw Water
Service Water
D. Connection abbreviations are:
1. FLG � Flanged Joint
2. MJ = M�chanical Joint
3. PO = Push-On Join�
4. V = Victaulic Joint
� ' ._ I► 1�, i;
A. Clean and prime coat ferrous metai surfaces of equipment in the shop in accordance
with the requirements of Seetion 09900.
B. Coat machined, poIished and non-ferrous surfaces including gears, bearing suz-faces
� and similar unpainted surfaces with corrosion prevention compound which shall be
� maintained during storage and untiZ equipment begins aperation.
� C. Field painting is �nder Section 099Q0.
PART 3 - EXECUTION
3.1 INSTALLATION
A. InstaIl a11 vaIves and appu�tenances in accardance with manufacturer's instructions.
B. Install all valves so t4�at operatin� handwheeIs or wrenches may be conveniently
turned from operating floar but withaut interFering with access, and as approved by
� ENGTNEER.
C. Unless otherwise approved install all valves plumb and level. InstaIl valves free
from distortion a�d strain caused by misaligned piping, equipment or ati�er causes.
D. Set valve boxes pZumb, and centered with the bodies directly over the valves.
Carefully ta�p earth fill a��ound each valve box to a distance of � feet on alI sides of
the box, or to the undisturbed trench face, if less than 4 feet,
sisioa� 1510a-�5
City of Fort Warth VALVES AND APPURTEN�,NCES
West 5ide IV Project — Pump Station
3.2 FIELD TE5T5 AND ADJUSTMENTS
A. Adjust all parts and components as required to provide co�xect operation.
B. Conduct functional field test of each vaZve in presence of ENGINEER to
demonstrate that each �art and all companents tagether fur�ction correctly,
3.3 MANUFACTURERS SERVJCE
A. CONTRACTOR shall pro�ide the ser�ices of a qualified factary-traaned serviceman
to check and agprove the installation of the fallowing types of valves:
1. Motorized Valves.
B. Serviceman shaIl instruct OWNER'S peXsonnel in operation, care andmaintenance and
supervise initial operation.
3rs�oos 15100-16
City of Fort Worth
West Side N Project — Pump Station
VALVES AND APPURTENANCES
VALVE SCHEDULE — b-inch Val�es and Lar�er
Va3ve ID#
(Designation)
BFV-1 S
BFV-25
BFV-3S
BFV-4S
BFV-1D
BFV-2D
BFV-3D
BFV-4D
BFV-DI
�FV-D2
�FV-D3
BFV-D4
TDCV-1
TDCV-2
TDCV-3
CV-1
CV-2
GV-1
GV-2
GV-3
GV-4
GV-S
SR-1
Qt3'
1
1
1
1
1
I
1
1
I
l
1
1
1
1
1
1
1
1
1
1
1
1
Size
24"
24"
24„
24"
20"
20„
20„
2fl"
24"
30"
$„
3 0"
20"
20"
20"
30"
30"
12"
12"
24"
36"
36"
12"
Working
Pressure
25 PSI
2S PSI
25 PSI
25 PSI
75 PSI
75 PSI
75 PSI
75 P5I
75 PSI
7S PSI
75 PSI
75 P5I
75 PSI
75 PSI
75 PSI
25 PST
25 PST
75 PSI
75 P5I
75 PSI
25 PSI
25 PSI
75 PSI
End
ConnecHon
�'LG
FLG
�'LG
FLG
FLG
FT�G
FLG
FLG
FLG
FLG
FLG
FLG
FLG
PLG
FLG
FLG
FLG
�LG
FLG
FLG
�'LG
FLG
PLG
Service
Pump Suction Piping
Pump Suction Piping
Pump Suction Piging
Pu�np Suction Piping
Pump Discharge Piping
Pump Dsscharge Yiping
Pump Discharge Piping
Pump Discharge Piping
Pump Discharge Header
Transrnission Main
Transrraission Main
Storage Tank In1et
Pump Discharge Piping
Pump Discharge Piping
Pump Discharge Piping
Storage Tank Outlet
Starage Tank Inlet
Surge Line
Suzge Liz�e
Discharge Headex
Suction Header
Suction Header
Surge Relief
Notes:
1.) Valves are to equipped wi#h non-rising stems and stem extensions.
2.) All va�ves are to open clockwise unless specified otherwise.
+ + END OF SECTION + +
31$1006
15100-17
Operator
Manual
Manual
Manual
Manual
Electric
Electric
Electric
Electric
Manual
Manual
Manual
Electric
tr
Manua1
Manual
Manual
Manual
Manual
Manu$1 ���
Manual �'�
Manual�li
Manual t'�
Manual�t�
City of Irving WALL PIPES, FLD�R PIPES
Hackbex-ry Pump Station Proj�ct AND PTPE SLEEVES
SECTION 1 S 121
�
WALL PIPES, FLO�R P1P�5 AND PJPE SLEEVES
PART 1 - GENERAL
1.1 DESCRIPTION
A. Scope:
1. CONTRACT4R shall pravide all lab�r, materials, equipment and incidentals as
shown, sgecified and required to furnish and install alj floorpipes, pipe s�eeves,
wall pipes, other wall pieces, and escutcheans.
B. ReIated Sections:
1. Sect�on 03300, Cast-In-PIace Concrete.
2. Division 7, Sections an Sealants.
3. Division I5, Secdons on Piping, Valves, Specials, and Gates.
1.2 QUALITY ASSURANCE,
A. Reference Standards: Comply with applicab]e provisians and recommendatians af
the fallowing except as oiherwise shown or specified.
1. ANSI B 16.1, Cast-Iron Pipe Flanges and FIanged Fittings.
2. ANSI B 16.4, Cast-Tznn Threaded Fittings.
3. AWWA C 104 (ANSI A21.4), Cerr�ent-Mortar Lining for Ductile-Iron Pipe and
Fittings for Water.
4. AWWA C110 (ANSI A21.10), Ductile-Iron and Gray-Iron Fittings, 3-in.
Through 48-in., %r Water and OtYaer Liqurds.
5. AWWA C111 {ANSI A21.11), Rubber-Gasket Joints for Ductile-Iran and
Gray-v�on Pressure Pipe and Fittings.
6. A�VWA C115 (ANSI A21.15), Flanged Ductile-Iron and Gray-Iron Pipe with
Threaded Flanges.
7. AWWA C151 (ANSI A21.S1}, Ductile-�ion Pipe, Centrifugaliy Cast in Metal
Molds or 5and-Lined Molds, for Water or 4ther Liquids.
s. awwA c2aa, Steel Water Pipe 6 Inches and Larger.
1.3 SUBMI'I'TALS
A. Sho� D��awmgs: Submit for approval the following:
1. Detailed drawings and data an all v�all and floor pipe, and �aipe sleeves. Su�mit
and coordinate these with Shap Drawings required for all piping systems.
��oaoa� 15 i21-1
Giry of Irving
I-�ackberry Pump Statian P��oject
WALI� PIY��, FLOOR PIPES
AND PIPE SL�EVES
1.4 PRODUCT DELIVERY, STORACE AND HANDLING
A. Refer to Sections 15a51 and J.5052.
PART 2 - PRODUCTS
2,1 MATERTAL,S
A. Wa1l and Floor Pipes:
1. MaterlaJ: 5ame as spec�fied fox the piping car�nected to wall ox floar pipe,
unless other�ise appxa�ed by ENGIlVEER.
Z. End Connectians: As shown ar appxaved.
3. Thickness: Sa7ne as specafaed for the piping cannected to wa]1 ar floor pipe.
4. Collars: Provide colJars at mid-point of wa11 foi• anchorage and wateriightn�ss.
5. Pipes ends shalj be f�ush with wall iace unless athextivise shown.
6, Flanged ends and mechanical jnint hells shall be dl7lled and tapped for studs.
Pz•��ide studs of same matel-ial as connected piping except submerged and
buried studs shall be of Type 304 stain�ess steel.
B. Pipe Sleeves:
1. Ferrous and Plastic Pipe: Use standard wei�ht ga��an.ized stee] pipe unless
otherwise shawn.
Z. Copper Pipe: Use Type K hard drawn copper pipe unless otherwise shown.
C. Cast Wall Sleeves:
f. Material: Duciile iron furnished vvit� i�ategral wall collar.
2. I7imension�: As required for mechanical joint pipe to pass through sleeve.
Length as required.
D. Link Seals; Provide link type mechanical seaIs suitable far 20 psi warking pressuze,
corrosi�e service and accessible from one side, with Delrin pressure plate and
stain�ess steel bolts and nuts.
1. Product anci Manufacturer: Pi-ovide one of the foIlowing:
a. Link-Seal, as manufactured by Thunderline Corporation.
b. Or equal.
E, WaII and Ceiling Plates:
37�40p9 j � j 21-2
City of Ir�ing
Hackl�eriy Pump Station Praject
1
2
WALL PIl'ES, FLOOR PIPES
AND PIPE SLEEVES
Bare pipes passing through walls and ceilings in finished rooms: P�•ovide
escutcheon plates of cast brass or cast iron nickel plated, clevis or sp�it ring and
hinged with set screws.
Insulated pipes passing through walls and ceilings in finished rooms: Provide
plated escutcheon plates of 18 gage steel.
PART 3 - EXECUTION
i
3.1 IlVSTALLATI�N
A. Wa11 and F�oor Pipes: Install as shown and in accordance with approved Shop
Drawings.
B. Pipe Sleeves:
i. Use slee�es wherever pipes pass through wal�s, partitipn5, f7oors, and roofs
unless otherwise shawn.
2. AIl s�eeves thi•ou�h floor slabs shall extend a minimum of 2 inches abave
finished floor.
3, Anchor sleeves to concrete and masonry walls as shown ar otherwise approved.
4. Slee�es through r��alls sha11 be flush with wall face.
5. AlI pipe ja�nts and annular spaces in exterior walls or walls subjected to
hydrostatic pressure shall be compleceIy watertight.
6. Use link type seals ca seal sleeve against hydrostatic pressure. Size 5leeves to
pro�ide annular space required to suit link type mechanical seals that are used.
S. Do not install sleeves and pipes through structural members unless specifically
shown and appraved by ENGINEER.
9. Size sleeves ta pro�ide annular space as follows:
Sleeve ID Minus Pipe
Pine Size Qr Tnsu�ation OD
Less than 2-in. I/2-in. to 314-in.
2-in. to 4-in. 3/4 in. ta 1-1/4-in.
6-in. to l2-in. 1-114 in. to 2-in.
Over 12-in. 2-in. to 3-an.
C. InstalI wall and ceiling plates in accordance with the manufacturer's recammendatio-
ns and the appro�ed Shop Dravvings.
+ + END OF SEeTI�N + +
i
3704009
15121-3
City of Irving
° Hackberry Pump Station �'rojeet
SECTION 1 S 122
PII'ING SPECIALTTES
PART' 1 - G�NERAL
_ 1.1 DESCRIl'T1�N
PIl'ING SPECIALTIE�
A. Scope:
L C�NTRACTOR shalI provide a!l labar, materials, ec�uipment and incidentals as
shown, specified and requ�red to furnish ana instal] all piping specialties.
Included, but nat ]imited to are the following: flexible couplings, mechanical
couplings, flanged and harnessed adapters, and expansian jaints.
B.. Related SectiQns:
1. 5eetion 099[}0, Paint�ng. (Specifications for surface preparation and shop
priming required for items under Section 15122 are under Section 09900.)
2. I]ivision 15, Sections an Piping and Piprng Systems.
3. Division 15, Sections o� Piping Specialties and Accessories.
4. Section 15140, Valves and Appurtenances.
1.2 OUALITY ASSi7RANCE
A. Manufacturer's Qualifications:
1. Manufacturer shall have a minimum of 5 years of experience in the production
of substantially similar types af piping specialties specified and shall show
evidence af satisfactary service in at least 5 installations.
2. Each type af piping specialty shall b� trie product of one manufacturer.
1.3 SUBIv�IT'TALS
A. Shop Drawings: Submit for a�praval the followving:
1. Detailed drawings and data on each type of coupling and expansion�oint to Yae
fuz-��ished. Submit and coordinate these with Shop Drawings requii•ed for
piping systems.
s�oaoo4 1 S 122-1
City of Irving
Hackbeny Pump Station Praject
I.� PR�DiJCT DELIVERY, STORAGE AND HANDLING
A. Refer to Sections 15051 and 15052.
PART 2 - PRODUCTS
2.1 MATERIALS
PTPING SPECL4L'TIES
A. Couplings:
1. Sleeve Type, Flexible Couplings:
a. Pressure and Service; Same as connectea piping.
b. Mater�al: Steel.
c. Gasket: Manufacturer's 5tandard.
d. Bolts and Nuts: Alloy steel, cor�-oszon-z�eszstant, prim� caated. Buried
couplangs shall �aave galvanized bo�ts and nuts.
e. Harnessing:
1) Harness couplings to restxain pressure piping. Test pressures for
p�•essure pipe lines are included in the pi�ing schedu�es in Sections
1SQS 1 and 15052.
2) �,d3acent flanges shall be tied with bolts af co�rrosion resistant alloy
steel. Provide �lange mounted stretcher bolt plates as sho�+n and to
be design�d by manufacturer, unless otherwise approved.
3) Canform io dimensions, size, spacing and materials for ]ugs, boYts,
ti,vashers and nuts as recammended by manufacturer and approved by
ENGINE�R for the pipe size, wall thickness and test pressure
required.
f. Remove pipe stap unless othez'wise shown or specified.
g, Product and Manufacturer: Provide one of the following:
1) Style 3S, as manufactu��ed by Dressez� Industries.
2) Type 411, as manufactui•ed by Roekwell International.
2. Flanged Adapters:
a. Description: One end oi adapter shal] be f7anged and the other end shall
have a sleeve type flexible coupling.
b. Pressure and Service: Same as cannected piping.
c. Material: Steel.
d. Gasket: Manufacturer's Standard,
e. Bolts and Nuts; AIIQy steel, conosion-resistant, prim� coated.
f, Harnessing:
1) Harness couplings to restrain pressure piping.
2) Test pr�ssures for pressure pipe ]snes az-� included in the piping
scheduIes in Sections 15Q51 and 15452.
3} H�n�ssing shall canform to the details shown on the Drawings.
3704D09 �. � � 2�.-2
City of Irving
Hackberry Pump Station Project
PIPING SPECIALTTES
g. Product and Manufacturer: Pro�rde equipment of one af the following:
1} Style 120, as manufactur�d by Dresser Industries.
2} Type 913, as manufactured by Rockwell Internatianal.
3. Grooved and Shouldered 7oints shall be rec�uired as shawn on the Contract
' � Drawi n gs.
a. Grooved steel and ductile iron piging components shall be used where
indicated.
:' 1} All components of each type of coupling utiIizing grooved joints in
this project sl�alI be supplied by one manufaetu�-er.
.. 2) All components shall meet the requiz�exnents af AWWA Cfi06-87.
3) All Tittings, valves, metering spool pieces, and pipe shall be grooved
rn the factory to required dimensions prior to delivexy to site unless
_ otherwise appraved by ENGTNEER.
.�
�
b. Grooves;
1} Cut grooves shall be utilized on al1 ductile iron and cast iron pipe,
fitiings, valves and couplings unless shown or specified otherwise.
Dimensinns shall conform to Table 5 or Table 2 of AWWA C6Q6 as
applicable.
2) RoSI grooves shall be utilized in steel and stainless steel pipe systems
unless �ipe thicknesses are suf�cient to �se cut gzaaves.
3) Jaint type shalI be flexible unless specified or shown otherwise.
4} Field cut groo�es on pipe (when approved by ENGTNEER) shall be
cut or rolled in accozdance with the coupling manufaeturer's
recommendations and with tools d�signated by rnanufacturer.
CONTRACTOR and coupling manufactuxer shall coordinate with
Raw Water Meter manufacturer. Raw WaterMeter spool piece sha11
be provided, in accardance with Division 13, to include groor�es for
acceptang VictaUlic-type coupling.
e. Couplings and Flanged Adapters:
1} Couplings shall consist of 2 or more curved ha�sing sections with
continuous keys, gasket, and bolts.
2} Hausing sha11 be similar xnaterial as piping system being joaned
(Ductile Iron ASTM AS3b for DIP and steeI). Paint nonstainIess
steel couplings to match piping system.
3} Gaskets shall be molded or extruded �PDM unless otherwise shown.
Gaskets on DIP cauplings shall utilize a central leg to confozm to
peened �ipe surface.
4) Nuts and bolts shall be steel, ASTM A1S3 except for stainless steel
cou�lings in which case the bolts shall be stainless steel.
5) Couplings shall positively seal to provide leak-free system when
piping is tested in accox-dance with applicable pipe specifications.
6) Coupling and i7anged adapter sty�e shall be as follows unIess shown
otherwise:
3�roaoo� 15122-3
City of Trving
Hackberry Pump Station Praject
PIPING SPECIALTIES
a) Couplings - Victaulic Style 77.
b} Flanged Adapters - Victaulic Style 741.
B. RubberTypc Expansion Joints: Rub�er type expansion joints shall be required at all
expansion joint ]acations except where stainless steel expansion jaints are shown or
specified.
1. Canstruction:
a. Tube and Cover: Synthetic or natural rubber.
b. Bady:
1) Fabric Reinforcement: High qua�ity cotton ar synlhetic fabric
impregnated with rubber or other synthetic comppunds t� permit
flexibility.
2) Meta] Reinforcement: Wire or solid stee] rings erx�bedded in and
bandec� to the body rubber.
c. Retaining Rings:
1) 5tee1 with hot dipped galvanized coating in accordance wath ASTM
A123.
2} Dri]Ied to match flanged drilling.
d. FIanges: Flat faced, ANSI Class 125 drilling.
e. Temperature: Expansion cauplings for ambient service shall be suitabl�
�'oz- sex-vice temperature up to 2SOF at 25 psi pressure.
2. Restraints:
a. General:
1) P�•o�ide contx-o] units on all ex�ansion joints to permit movement
and pi•event excessive compression or elongation.
2} Furnish and install control units complete with all tie boIts, drilled
pIates, spacers, rubbex- and steel washers, stretcher bolt plates,
retaining ��ings, stt�etcher bolts, sleeves and appurtenances as
required.
3) Design and instalI all canti•ol units to limit expansion and compres-
sion to within the manufacturer's standard limits.
4) Design t1�e stretcher bolts and sleeves to withstand the maximurn
thrusts develflped within the piping system.
5) Anchor, �uide, and install all expansian joinfis accazding to the
manufacture�=s recommendations.
6) Haz-ness all rubber expansion jaints by tying between adjacent
fl�nges.
b. Materials: Stretcher Bolts and Nuts:
1� Matei7al: 31b Stainless Steel.
2) Washers; Rubber or neoprene.
3. Product and Manufacturer: Pro�ide one of the fo�lowing:
a. Standard spool type, single arch, Mercer Rubber Co.
b. Standard spool type, single arch, Holtz Rubber Co.
3704009 1 S 122-4
.�
City of Trving
Hackberry Pump Station Project
c. Or ec�ual.
2.2 PATNTING
PIPING SPECIALT3E5
� A. Clean and prim� coat fen-ous metal sux�faces of equipment in the shap in acc�rdance
with the requiz-ements of Section 09900.
B. Coat machined, polished and non-fei7-ous sui�aces hearang surfaces and similar
unpainted surfaces with coy7�osion prevention compound whieh sha13 be maintained
dur�ng storage and until equipment begins aperatian,
C. Field gainting is under Section 099Q0.
PART 3 - EXECUTION
, 3.1 INSTALLATION
I A. Install piping specialties in accordance with manufaeturer's instructions.
B. Make adjustments to expansion joints as required ta ensure that they will be fully
extended when the ambient temperature is at minimum operating temperature, and
fuliy corrzpressed at max�rnum operatin� temperature for the systerri in which they are
installed.
�
+ + END OF SECTION + +
3704pp9 j S 12,�-5
City of Fort Worih PIPE HANGERS AND SUPPORTS
Wcst Side IV Project — Purrap Station
S�CTIDN 15140
PIPE HANGER� AND SUPPORTS
PART1-GENERAL
� 1.1 DESCRIl'T70N
A. Scope:
1. CONTRACT�R sha]] provide all labor, materials, equipment, and incidentals as
shown, specified and r•equired to design, furnish and install all hangers, supports
and appuz�enances necessary to comglete the War�C.
B. �elated Work Specified E�sewhere:
1. Section 0330Q, Cast-Tn-Place Concrete.
2. Sectian 055a1, MiscelJaneous Metal Fabrications.
3. Section 09900, Painting.
4. Division I5, Sections on Pipin�, Valves and AppUrtenances (coordinate with ott�er
requirements af Seetion 150Q0, General Piping Pz-o�asions}.
1.2 OUALiTY ASSURANCE
A. Each ty�e af pipe hanger or support shall be the pzoduct of one man�facturer.
B. Reference Standards: Comply with applicable provisions and recommendations afthe
following, except as otheiv�ise shown or specified.
1. The Manufacturers Standardization Society of the Vaive and Fittxngs Industry:
a. MSS SP-S8, Pipe Hangers and Supports - Materials and Design.
b. MSS SP-69, Pipe Hangers and Supports - Selection and Application.
2. Federal Specification, FS W-T-�-1'71, Hangers and Suppart, Pipe.
3. ASTM A 575, Merchant Quality Hot-Ro�led Garbon Steel Bars.
4, Underwriters' Laboratories, Inc., Standard UL-2Q3-Pipe Hanger Equapment.
1.3 SUBMTTTALS
A. S�op D�-awings: Submit for approval in accoz-dance r�rith Sectian 01300, Submittals the
followa rag:
31810D6 1���(}-1
City af Fort Worth PIPE HANGERS AND SUPPORTS
West Side IV Project — Pump Statian
1. Detai�ed Drawin�s showing a]I hangers and suppoarts far each piping system
specified. 5hop Drawings shaIl show ]ocatian, installation, material, loads or
forces, and deflection of all hangers and suppox-ts. Each pipe s�stem shall be
analyzed for all ]oads and forces on the hangers and supports, and their reaction
forces to the stl-ucture to which they are fastenec�.
2. Submit and caordinate these with Shop Drawinga i-equired for al] piping systems.
B. Product Inforrnation: Submit manufacturer's catalogs, literatuare, and engineering data
on all hangers and sLlpports. Load ratings, materia�s and installation shalI be consistent
with the recammend�tians of the M5S SP-58, MSS SP-69 and Federal Specifacation
WW'-H-171.
1.� PRODUCT DELTVERY, STORAGE, AND HANDLING
A. Deliver equipment to ihe site to ensure uninterrupted progress of the Work.
1. Deliver pipe hanger inserts, which are to be embedded in cast-in-place concrete, in
arraple time not to c3elay that Work.
B. Store materials to permit easy access for inspectian and identification. Keep steel
members off the ground using pallets, ptatforms or ather suppcarts. Protect steel
members and packaged materials fram coixosion azad deteriaration.
C. Store materials an covered storage off the ground and prevent condensation.
PART 2 - PR4DUCTS
2.1 GENERAL REQITIREMENTS
A. Hangers and supports shall meet with the following requirements:
1. Standard and fabricaied �angers and supports shall be furnished complete with
necessary inserts, bolts, nuts, rods, washers, and other accessories.
2. Run piping in ga�oups where practicable and parallel to buildi�g wall generally.
P�-o�ide minimum clearance of 1-inch between pipe and other work.
3. Install han�ers ar supports at all locations vvhere pipe changes direction.
4. �Il hangers and supports shal� be capable of adjustment after placement of piping.
5. Different types of han,�ers ar supports shall be kept to a minimum.
6. All suspended or suppoi�ted cast iron pipe shall have a hanger or support adjacent
to each hub.
7. Support vertical piping at each floor and bet�veen floors by stays or braces to
prevent rattling and �ibradon.
8. Hanger rods shall be straight and vertical. Chain, wire, strag or perforated bar
hangers shall not be used. Hangers shalZ not be suspended from piping, un�ess
shown on Drarvings.
3 ] 81006 15140-2
City of Fort Worth PIPE HANGERS AND SUPPORTS
West Side IV Project — Pump Station
9. Prevent contaci between dissimilar metals when supparting copper tubing by use
of eopper plated, �-ubber or vinyl coated, or stainless steel hangers or supports.
10. Isolate thin walIed stainless steel piping from carbon steel by use of plastic coated
hangers ar supparts or by taping at points of contact with PVC or vinyl.
11. All h�ngers and supports shall be hot dipped galvanized unless speciiied ar shown
othei•wise an the Drawings.
2.2 HANGERS AND SUPP�RTS
A. Hangers and sugports where shown shall be an accoi-dance with the Drawings. Hangers
and supports not shown shall be in accordance with MSS SP-5$.
� B, Product and Manufacturer: Provide one of the fo3lowing:
1. TI"T Grinnell Co.
2. Elcer.
4 3. Unistrut.
' 4. Ackinstr�t, by RobRoy Industries.
, 5. Or equal,
2.3 ACCES50R]ES
A. Hangerrods shall be made according ta ASTM A 575, with square head nut on top and
running thread on bottom end.
B. Concrete Inserts:
1. Concrete inserts shall be MSS SP-58 malleable Type 18.
2. Concrete inserts shall be of the continuous type, capable of supporting 2,000
, pounds per fopt af insert.
3. Product and Manufacturer: Prnvide concrete inserts nf one of the following:
"" a. U�ist�-ut Corporation, Wayne, Michigan.
: b. Elcan Metal Products, Company, Franklin Park, Illinois.
c. Oz- equal.
C. Steel Beam CIamps:
1. Stee� beann clamps shall be of malleable iron and confoi�rra to MSS SP-S8.
D. Inserts for Pipe Tnsulation:
l.. Insulated pipe, Iarger than 1-112 inches in diameter, shall be supported by a rigid
insert to protect the insulation. A steel metal saddle of sufficient gage to carry the
weight of the pipe and its fluid, without deforming, shall extend 2-inches
minimum on each side of the rigid insert. The joirats between insert and insulation
shall be sealed before saddle is installed. Sizes up to 6-inches Internal Pipe Size
318700G 15140-3
City of Fart WoriH PTPE �IANGERS AND SUPPORTS
West 5ide IV Project -- Pump Station
{IPS) shall be MSS SP-58 Type 40 and for sizes ovel- 10-inc�ies shall be MSS
SP-58 Type 39.
E. Brackets:
1. Brackets for wall mounting shall be MSS 5P-58 Type 32 or 34.
F. Pipe RoII:
1. To provrde for pipe expansion, pipe shal] be suppoz-ted on adjustable malleable ar
steel pipe r�a]]s, G�-ine]i Figure 175, oz' equal.
G. Fabricated P�pe Rack:
1. Pipes shall be supported and anc.hnz�ed to ihe fabricated pipe rack as shown on the
Drawings. Clamps, ro]lers, and supports for piping shall conform to the general
requirements of MSS SP-69.
2.4 PAINTING
A. Clean and prime ferrous metal surfaces in the shop in accordance with the requirements
oi Section 0990Q, Painting.
B. I'ield painting shall conform ta tt�e requirements under Section 09900, Painting.
PART 3 - EXECUTION
3. � INSTALLATION
A. Locate hangers, suppoi•ts, and accessories to support piping, �alves, and fittings at all
concentrated �oads.
B. Locate hangers, supports, ana accessories within maxixnum span lengths specified ta
support continuous pipeline runs unaffected by cancentrated loadings.
C. Locate hanger and supports to prevent �ibi•ation or swaying and to provrde for
expansion and contraction.
1. SUpport piping independently so khat equipment is not stressed by piping weight
or expansian.
2. Far Uninsulated Copper Pipe or Tubing: Clamps and supparts shall be
electroplated copper finish. Instrumentation tubang shall be supported in steel or
aluminum troughs with co�ers. AI1 tubing layout and connections shall be as
appra�ed by the manufacturc:r of the equipment.
3. Maximum spacing for horizontal piping:
a. Steel, 1-inch and Smaller: 7 feet.
b. Steel, 1-1/2-inch through 3 inch: 10 feet.
3 I 81 �OG � 51 ��-�
�I,
City of Fort Worth
West Side IV Project — Pump 5tation
�
PIPE HANGERS AND SUPPORTS
c. 3-112 and Larger: 12 feet.
d. Brass ol• Co�per, 3-inch and Smaller: 7 feet.
e. B�•ass or Copper, 4-inch and Larger: 10 feet.
f. Additional supports at:
1) Change in pipe direction.
2) Branci� piping and runouts over 5 feet.
3) Concentrated loads due to �alves, strainers anc� other szmilar iterns.
g. Maximum support spacing for plastic pipe at ambient temperature shall be 1/2
the above values.
h. Plastic pipe at temperature greater than 130F shall be continuously supported
in a metal cradIe or tray.
i. Where praper hanger ar support spacing does not cnrrespond with joist or rib
spacing, structural steel channels may be attached to joists or i7bs and pipes
suspended therefrom.
Hanger types %r hori�ontal piping, except as noted and shown an Drawings:
a. Forged steel adjustable cievis type, rod support for all service.
b. S1ide Bases:
1) Pipe stand, b�•ackets, trapeze or other ec�ui�alent structural support.
2) For piping 2-inches or larger.
c. For pipe and covering provide:
1) SaddIes for roller or sIide bases.
2) Protective shieIds or saddles for alI other types of supports.
d. Threaded Steel Rads:
1) 2-inch vei�tical adjustment with two {2) nuts each end for positioning and
�ocking.
2) Size hangez� rods according ta the schedu]e below, unless otherwise noted
on the Drawings:
Naminal Pipe
(inches)
2 and less
2-112 co 3-I/2
4
6
8 through 12
14 through 18
20 thz-ough 30
3IS10Q6
Rod Diameter
(inches)
318
1/2
5/8
3/4
7/$
I
1-1/4
3) For pouble Rod Hangers: One size smaller than above.
4) Connect�an to 5tsuctural for Piping up to 2-inches: Cancrete inserts, or
expansion shiclds in shear into sides of beams.
5} Connection to Structural fpr Piping 2-112-inches or Larger: Concrete
inserts, beam clamps or suitable bridging.
I5140-5
City of Fort Worth PIPE HANGERS AND SUPPORTS
�Vest Side N Pro�ect — Pump St�tion
b. Vertical Piping:
a. Base Support: Base elbow or welded equi�alen#.
1) Bearing plate on structw�al support.
b, Guides not to exceed:
1) 25 feet for piping up to 2-inches.
2) 36 feet for piping 2-112-inches ar ]arger.
c. Top Support:
1) Specia] hanger ar saddle in horizontal connection,
2} P�-ovisions for expansion.
d, Int�rmediate Supports: SteeI pipe clamp at floor.
1) Bolted and welded to pipe.
2) Extension ends bearing on structural steel or bearirag plates.
e. For Multiple Pipes: Coordinate �uides, bearing plates and aceessory steel.
7. InsuIated Piping:
a. Horizonta] Pipe 5hields at Supports:
1) Minimurn 120 degree arc.
2) Length equal to diametez of insulation, 12-inch minixnum.
3) Ta 6-inch Pipe 5iz�: No. 1 S USSG galvanized steel.
b. Ve��ical Pipe 5hields at Guiaes:
1) Fu�l 36Q degree arc, securely banded.
2) Length equal to diarneter of insulation, 12-inch minimum.
3) To �-inch Pipe Size: No. 18 USSG galvanized steel.
D. Install items ta be e�nbedded before concr�te pIacement.
E. Fasten embedded items securely to prevent movement during concrete placernent.
F. Tnst�ll hangers and support units an piping systems in accardance with manufacturer's
recorr�mendations.
G. Adjtist hange�•s and supports and place gz-out far concrete supparts to bring pipelines to
specified elevations.
k�. Bring all pipe systems up to operating pre�sures and temperatures, Cycle syste�ns to
duplicate operating conditions. Correct all support malfunctions.
+ + END OF SECTTON + +
� i S � oo� 15140-6
�
City of Fort Wo�•th VLBRATION ISOLATION
�Vest Side IV Project -- Pump Station
SE�CTION 15240
VIBRATION I50LATION
,
PART 1 - GENERAL
1.1 DESCRIPTION
A. Scope: CONTRACTOR shall provid� all ]abor, materials, equipment and incidentals
as shawn, specified and required ta furnish and install vib�-ation iso�ation for ail
items of equiprraent listed camplete with all appurtenances.
B. Gene��al;
1. �7ibration control shall be achieved by use of approved vibz�ation eliminators
installed as directed by the manufac#urer of the eliminators.
2. Ali Woa-k shall operate under all conditions af Ioad without objectionable sound
or vibration as deternlined by OWNER and ENGINEER.
3. In the case of moving machinery, sound or vibration noticeable outside the
room in r�hich it is installed or annoyingly noticeable inside its own room, wiil
be considered objectionable.
4. Objectionable sound or vibration shall be corrected by the CONTRACTOR in a
rnanner approved by ENGIlVEER and at no additional expense to the OWNER.
� C. Related Seetions:
1. Section 11312, Harizonta3 S�lit-Case Centrifugal Pumps
2. Section 15051, Piping Installation.
� 3. Section 15140, Pipe Hangers, Supports and Restraints.
., 4. Section 15500, HVAC General Pxovisions.
S. Section 15890, Ductwork and Accessories.
1.2 OUALTTY ASSURANCE
A. Manufactu�•er sha11 have a minamum of 5 years experience in producing substantially
similar equipment a��d shall shaw evidence of at Ieast S installat�ons in satisfactary
operation.
B. Design Criteria:
1. �ibration isolators shall be selected for unifoim state deflections according to
disti7bution af weight.
2. Selectians shall be based on lowest �-otatianal speed as disturbing frequency.
3181 q06 l 5240-1
City af Forl Worth VIBRATION I50LATTON
West Side N Project — Pump Station
3. Total raied ca�acity of isolators shall be at Ieast 150%U the weight of equipment
supported.
C. Reference Standaras: Comply with app]icable provisions and recammendations of
the following except as shown or specified;
1. ASHRAE, 1987 5ystems Volume.
1.3 SUBMITTALS
A. Shap Drawings: Submit for approval the following:
1. Manufacturer's literature, i]Iustrati�ns, specifications, and engineering data ta
include the fallowing:
a. IsaJatican mounting de�lections.
b. Spring diameters.
c. Compressed spring height at rated �oad.
d. Solid spring I�eight.
e. Equipment operating speed.
f. Other material and eqUipment requested by ENGINEER.
2. Drawings showing faUrication methods, asseml�ly, installation details and
accessories.
1.4 PRODUCT DELNERY, ST�RAGE AND HANDLING
A. Mark �ll eliminators with identification as ta item of equipment and exact location.
PART 2 - PRDDUCTS
2.1 DESICN CONDTTIONS
A. Manufacturer: Px-avide products of one of the following:
1. Mason Industries.
2. Vibyation Eliminator Company.
3. Or equal.
2.2 170UBLE DEFLECTION MOUNTINGS
A. Materia�: Neoprene.
B, Minimum Static Deflection: 0.35 inch.
C. All metaI suifaces neoprene coated.
3181606 1 S 240-2
City nf Fort Worth VIBRATTON ISOLATION
West Side N Project — Pump Station
D. Friction pads on top and bottam.
E. 5teel rails shall compensate for o�ei•hang.
F. P��ovide bolt holes at praper loeations.
2.3 SPRING HANGERS
A. Type: Spring isolators, lateral�y unrestrained.
B. Efficiency: 95 percent at rated load.
C. Constructian:
1. Designed so that ��atio of horizontal to vertical spring constants is between ona
and two.
2, Steel spring wiih 0.3 inch deflection neoprene element.
3. Neop�-ene eiement shall have rod isolation bushing.
4. Hanger shall pezmit rod ta swing through 30 degree arc before contacting
metal.
` 5. Spring shaIl ha�e addition travel to solid of 50 percent of rated deflection.
�
2.4 UNIIOUSED SPRING MOUNTINGS
A. Type: Spring isolatnr, free standing, laterally stable unhoused.
B. Efficiency: 95 percent of rated load.
C. Construction:
1. Baseplate with 114-inch acoustical fi7ction pad bctween baseplate and support.
2. Leveiing bolts z�igidly bolted to the equip�ent.
3. Spring diameter �.$ of the compre�sed spring height at rated load.
4. Minimum spring deflectian before becoming salid shall be at least 50 percent
greater than the specified minimum deflectaon.
2.5 JS�LATION BASE�
A. Type: Integ��al structural steel frame bases, welded to height savang brackets.
B. Ec�uipment Bases: Rectangular except pump bases which may be "T" or "L" shaped.
C. Depth: Perimeter members shail be beams with a minimum depth equal to a
minimuna 1110th of the longest base dimension and maximum depth of 14-inches.
3 i s i oa6 15240-3
City of Fort Worth VIBRATION ISOLATION
West 5ide IV Project — Pum� �tation
D. Br�ekets: Height sa�lin� type, provide �ninirnum of 1-inch base clearance.
E. Isnlatos-s: As specified for Unhouse�d Spring Mountings above.
2.6 ISOLAT]ON RAII.S
A. Type: Steel menlbei-s welded to height saving brackcts for equipment with 2egs or
brackets.
B. Members s�all be sufficientIy rigid to pre�ent st�-ains in equipment.
C. Isolators; As specified foz• Unhoused Spring Mountings above.
PART 3 - EXECUTTON
3. I INSPECTION
A. Inspect anchor balts fo:r pz-oper locations.
3.2 INSTALL�TION
A. Install as per manufactuzers recommendations.
3.3 CLEANING
�. Remov� foreign oUjects which mi�ht bridg� vibration isolators.
3 .4 S CHEDULES
A. Use types of isolators for equipment specified below unless otherwise specified.
EQuipment Type
Piping 50 feet on Spring Hanger
suction and diseharge
side of pumps
Horizontal Split-Case Pumps Tsolation Bases
B. Concrete iner�tia bases for fans sha]1 be pa-ovided with the fal�awing thicknesses of
concrete:
31 S l OD6 1524�-�
City af Fort Woa`th VIBRATION ISOLATI�N
West Side N Project — Pump Station
Motor Horse�ower
Wheel Dia. Fract.-30 40-50 6a-100 125-150
ta 3b-inch 6-ineh 6-inch 8-inch IO-inch
�0-inch to 6G-inch 6-inch 8-inch 10-inch 10-inch
73�inch to 89-inch 8-inch 10-inch 12-inch 12-inch
C. Concrete inertia hase thick��ess for pumps shall be in accordance with the foIlowing
schedule:
Motor Size Tneriia Block Thickness
� 5 hp to �5 hp 6-inches
20 hp to SO hp 8-inches
GO hp to 100 hp 10-inches
�
Motor Size Jnertia Black Thickness
� IOfl hp and over 12-inches
+ + END OF SECTION + +
1�
i�
.�
I�
�
��
(
3,$,005 is2ao-s
City of Foi�t Woi-th INSULATION 4F PIPING
.. West Side IV Project — Pump Stat�on AND EQUIPMENT
. SECTION 15264
I INSLTLATTON 4F PII'ING AND EQUIPMENT
PART 1 - GENERAL
' � 1.1 DESCRTPTION
A. Scope: CONTRACTOR shall pravide all labor, materiaIs, equipment and incidentals
as shown, specified and required to furnish and install all heating water systems,
chilIed water systems, steam and condensate return systems and condenser water
� piping systems with all accessories.
�
B. Coordinatian: Insulation shall not be instal]ed until piping has been field tested and
appraved by ENGINEER and OWNER.
C. Related Seetions:
� 1. Di�ision 1, General Requirements.
� 2. Section D9900, Painting. {Suriace pa-eparation and snop pain#ing are under
. Sectian 15264.)
3. Section 15121, Wall Pipes, Floor Pipes, and Pipe Sleeves.
1.2 QUALITY ASSUT2ANCE
A. Manufacturer's Qualifications: Manufacturer shall have a minimum of S yeaxs
experience af producing substantially sianilar materials and sha�l show evidence of at
least S installations in satisfactory operation.
B. Design Criteria: Insulation systems including covezing, mastics, adh�sives, sealers
, I and facings shaIl have the following iire hazard classifications:
1. F1ame spread, 25 max�mum.
� 2. Fuel contributed, 50 m�imum.
3. Smoke developed, 50 nnaximum.
I C. Source QuaIity Control: Perform the fo�lowing tests and inspections at the factory:
L Flarne spread.
2. Smoke deve�oped.
` 3. Fuel contributed.
D. Requirements of Regulatory Agencies:
3181006
15264-1
C�ty of Fart Worth
West Side N Project — Pump Station
INSULATION OF PIPTNG
AND EQUIPMENT
1. Permits: CONTRACTOR �ha11 obtain and pay far all required permits, fees,
inspeciions and approvals by authorities having ju�-isdiction.
2. Building Codes: Comply with applicabl� requirements af all govez-ning
authorities and codes.
3. Undei-writers' Laboratories, Incorporated.
4. National Fire Protection Association.
E. Refe�•ence Standayds: Comply with applicable provisions and recammendations af
the following except a� atherwise shown or specified:
1. Federal Specificatian HH-1-S5$B, rnsUlation Blocks, Boards, Blankets, Felts,
SZeeving, Pipe Fit�iz�g Covering.
2. ASTM C 547, Minei•al Fiber Pi•eformed Pipe Insulataon.
3. ASTM E 84, Surface Burning Characteristics of Building Materials.
F. Field Measurements: Take field measw•ements where a-equired prior to instalJatian to
ensure praper fitting of 'VVork.
I.3 SUBMITTALS
A. Samples: Submit far appzo�al the following:
1. Fiberglass insulatian.
2. Weathe�proof insulation.
B. Shop Drawings: Submit for appro�al the following:
1. Manufacturer's literature, illustrations, specifications, and engineering data to
inc�ude the folIowing:
a. Thermal properties.
b. Physi�a] properties.
c. Fire hazard ratings.
d. Facing information.
e. InstalIation inst�-uctions.
f. Jointing recommendations fo�- butt joints and longitudina� seam.
2. Drawings showing fabrication methads, assemb�y, installataon detai�s and
accessories.
2.4 PRODUCT DELNERY, STORAGE AND HANDLING
A. Deliveiy of Material: Mate��sal shall be delivered to the job site in corrugated
cartons.
B. 5torage of Material:
1, Store material in clean, dry area, caut of the weather.
3181606 � J 2� �-�
City of Fort Worth INSULATI�N OF PIPING
West Side IV Project — Pump Station AND EQUIPMENT
Z. Material sha11 be tightly eovei•ed to p�•otect a�ainst dirt, water, mechanicai
injury ar chernical damage.
3. Material shall rernain in original ca�-kons till time of installation.
l.5 JOB CONDITIONS
A. Protection:
' 1. All material applied in ane day shal] t�a�e the �apor barrier applied tt�e same
, day and any exposed ends shaZI be temporarily protected with a moisture barrier
and sealed ta the pipe.
'' 2. Insulating materials shall, at aIl iimes, be protected iram moisture.
3. Materia� shall be warehnused on or near the job site and drawn from this
protected area as used.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Fiberglass Insulation:
� 1. Produet and Manufacturer: Provic�e one af the following:
a. Fiberglass 25ASJ/SSL, as manufactured by Owens Corning Fiberglass
Corporati on.
� b. CertainTeed snap-an ASJ-SSLI, as manufactured by CertainTeed
Products Cozporation.
' c. Or equal.
2, Type: Heavy density sectiona� pipe insu]atioa� with vapor barrier and
self-sealing lap.
3. Density: 41bs per c�ubic foot.
� 4. R-Value: Minimurn 4A Hr.ft�.°FIBTU.
�. Fittings: Molded iiberglass.
6. 7ointing Materials: Manufacturer's recommended adhesives and tape.
.. 7. Valve Insulatian: Miter cut nesting size covering segments of sarne thickness
as pipeline, for insu�ation of valves.
� B. Weatherproof Insulation Jacket:
1. Manufacturer: Provide Weaiherproof Insulation Jackets of one of the
follawing:
� - a. CertainTeed Products Corporatian.
b. Childers P���ducts Company, Loek-On and Strap-On.
c. Or equal.
- 2. Type: Srnooth embossed aluminum meta] jacket.
3. Thickness: O.Q16-inches.
4. Moistui-e Ba��-ier: Polycraft.
3181006 152b4-3
City of Port Worth
West Side IV P3•oject -- Pump Station
IN�ULATION 4F P]PINC7
AND EQUIPMENT
S. I�'astening: Pre-for�ned "Z°-]ock s�arn with 2-inch butt strap with sealant.
6. Bands: 1/2-inch aluminum bands wich wing seals.
7. Frttings:
a. Type: Pi•e-faUricated aluminum fittings.
b. Thickness: �.016-inches.
C, Mechanical Equipment Insulation:
1. Product and Manufactu��er: Provide one of the fallowing:
a. Snap Wrap, as manufactui-ed by� CertainTeed Products Corporation.
b. Pape Wz�ap, as manufactu�-ed by Owens-Corning FibeygIass Corporation.
c. Or equal.
2. Type: Semi-rigid fiberglass board.
3. Minimum Thickness: 4-inches.
4. Insulati�n Jacket: Al? service jacket.
5. Density: 3 lbs. per cubic foot.
6. Fasteners: 3/�-inch by 0.015-inch galvanized steel bands.
7. Wrapping: One-inch wir� mesh.
S. Finish: Two 1/2-inch thick coats of insulating cement with open weave glass
cloth.
D. Flexible-Elastomeric Thermal Insulaiion (for ref��igerant piping);
1. P��oduct and Manufacturer: Pro�ide one of �he fallowing:
a. Type "Insu�-tube", as manufactured by Halstead Industries.
b. Or equal.
2. Type: Expanded close cell structure elastomer�c thermal insulation.
3. Therma] Conductivity: 0.25 Btu ineh/hr sq ft F.
4. Density: 5 pounds per cubic feet.
E. Insulating Cernent:
1. Product and Manufactu��er: Provide one of the fallawing:
a. Ther�nolcotel, as manufactured by Ryder Sales.
b. Or equal.
2. Type: Asbest�s fi-ee, hydraulic �etting, refracto�-� type insulating cement, non
coi�'asive to ferrous meta�s.
3. Refezence:
a. ASTM C 449.
b. Federal Specification SS-C-164 Type III GRF.
F. Lagging Adhesive:
1. Product and Manufacturer: Provide one of the fo]Iowing:
a. Sealfas 3a-3G, as manufactus-ed by H.B. Fulle�- Company, Foster Products
Division.
b. Or equal.
3� a z oa6 15264-4
�
City of Fort Worth
West Side IV Pi•oject — Pump Station
2. Type: Asbesros fi•ee, fire retardant coating.
3. References:
a. MIT..-A-3361B, Class 1, Grade A.
b. NFPA 90A.
PART 3 - EXECUTION
3.1 INSPECTJON
INSULATION OF PIPING
AND EQUIPMENT
A. Insure that surfaces oi pipes, tanks, heaters, heat exchangers, valves, and fittings are
clean and dry before applying �nsulation.
3.2 PREPARAT]ON
A. Insui•e that piping and equipment has been inspected and released for agplication of
insulation.
3.3 INSTALLATTON
A. Pipe insulation shall be continuous ihrough vvalls and floor openings except w�ere
walls or ilao�-s are required to be firestopped or xequired to have a fire resisting
rating.
B. Where hangers are in direct contact with low temperature piping the hanger and
�� supporting rod shall be wrapped with foil-faced bl�nket insulation and vapar sealed.
; Hanger rod insulation anci vapor barrier shall extend up to the rod a minimurn
distance equal to the diameter of'the pipe.
C. Install insulation so as to make surfaces smonth, even, substantially flush with
adjacent insulatian and installed in a manner to maintain the integrity af the vapar
barrier.
�7
Follow manufactua�er's application instr�ctions for a11 materials used.
� I E. Provide insulation protection s�ields for insulated piping supparted by pipe hangers.
F. Install and coat insulation in accardance with the manufacturer's reeommendations.
G. Weatherproofing for Outdaox Pipe Insulation:
1. Piping: Apply field applied jacket with moist�tre barrier around pipe and slip
edge rnto preformed Z lock position to shed water. Butt next jacket section
�eaving �pp�-oximately 318-inch gap. Place preformed 2-inch butt strap with
sealant over the seam and secure with 1/2-inch a7uminum band and wing seal.
31810D6
15264-5
City of Fort Worth
West Side IV Project — Pump Station
nvsu�.ATroN oF P�nvG
AND EQUIPMENT
2. Fittings: Apply prefabricated metal fittings identical in composition to pipe
jacketing.
3. Inst�ll fittings so that integi•ity of moistu�•e barrier is maintained.
H. After applying initial equipment insulation, wt•ap equipment and insulation with wire
mesh and apply two se�arate coats of insulating cement. Apply one coat of
insul�dng finish cement. When d�-y, apply one coat of fire retardant lagging
adhesi�e. �mbed a]ayer of apen weave glass cloth avex�lapping all seams by two
inches, az�d finish with a s�cond coat of fire retardant lagging �dhesive.
3.4 FIELD QUALITY CONTROL
A. Insure that insulation is di•y when installed, and before and dui-�ng application of any
finish.
3.S SCHEDULES
A. See Schedule below for rrunimum insulation thickness:
Pine Size
1. Hot Water
Up to 1"
1-1l4" to 2"
2-1/2" and Above
2. Chilled Water,
Cold Water, and
Drai ns
3. Refrigerant
Piping
Upto2"
2-112" and Abo�e
U�] t0 1 rr
1-114" and Above
+ + END O�' SECTION + +
Minimum
Insulatinn
Thickness
���
1-112"
2"
1"
1-1/2"
�n
1-1/2"
3 �s� ao6 I 5264-6
� City of Fort Worth PLUMBING — GENERA.L PROVISIDNS
West Side N Project — Pump Station
- � SECTION � 5400
� I PLUMB]NG GENERAL PROVISIONS
' � .Q1 SCOPE �F WORK
,� ,
A This Seetion of tl�e Specification covers the general requirements of the Plumbing Work
to be performed under the sub-seetions listed below, and shall not void any of the
� requirements specified under the GeneraX Canditions or Genezal Requirements o#'the
, Specif cation.
� Thermai Insulation
� Plt�mbing Piping Systems
� Plumbing Fixhtres and Trim
� Plurnbing Equipment
B Furnish labor, matezials, equipment, services, and incidentals required to install and test a
complete plumbing system as shown on the Drawings. More specifically the work shall
include, but shall not be limited to the following:
1. Installation of sanitary, floor, and equipment drainage systems.
2. Ir�stallatian of potable water, emergency water and protected water systems.
3. Plumbiang fixfures and pluinbing eq�ipment.
4. Floor drains and cleanouts.
5. Pressure reducing valve, reduced pressure backflow preventer and double check �alve
assemblies.
6. Protected water and drain outlets left for conneetions required by miscellaneous
mechanical and process equipment.
7. All parts necessary fio make a corr�plete Plumbing System ready for eontinuaus
� • operation.
C The work oithis Section shall also include the znstallation of valve tags as specified in.
i Section 10400 and furnishec3 by the Contractor. All valves provided undear this Sectian
� shall be tagged.
D Provide all temporary plumbing connections as necessary to maintain service utilities at
3181 D06 � 5�} ��-1
City of Fort Worth PLUMBING — GENERAL PR�VISIONS
West Side N Project— Pump Siation
aIl times in all existing areas affected by the new canstruction.
E The Contractor shall comply with all appiicable Federal, State and Local Laws, codes,
permits, roles, regulatians and ordinances on the purchase, constructian an�.
irnplementation of the systems and camponents described in fhese specifications and
associated Drawings.
1.02 RELATED WORK
A The following work related to, but not coverec� under the pluinbing work will be done
under other �ections of these Specificaiions.
1. P�ping systems in the building other than the pluinbing work specified in this Section
are in other sections of Di�ision 15.
2. Yard piping beginning 5 feet outside the buiIding is included in elsewhere of Division
15.
3. Source far potable and protected water services shall terminate as �pecified herein.
4. Painting is included in Division 4.
5. Cutting and patching is inc2uded under Divisions 3 and 4.
6. Ductwork is included elsewheze in Di�vision 15.
7. Electrical work is included under Division 16.
$. Exca�vating and back�lling is included under Division 2.
9. Cancrete is included under Division 3.
10. Carpentry work is included in Division 6.
11. Valve tags are furnished under Division 10 and installed under this Secti�n.
Z .a3 SUBMITTALS
A Furnish to the Engineer, as provided in Section 01300, shop drawings and �echzaical
literaiure cowering details of plumbing-piping systems beiz�g furnished uncter this Section
prior to fabrication, assernbly az- shipment.
B Operation and Maintenance Data
3i s F oa� ]. 5400-2
� City of Fort Worth PLUMBING -- GENERAL PROVISIONS
West Side N Project — Pump Station
�� 1. Operafing and ma�ntenance manuals shall be furnished to the Engineer as provided in
Section 01730. The manuals shall be prepared specifically far this installatzon and
shall include all req�aired cuts, drawings, equipmeni lists, descriptions, etc that are
� requixed to insir�ct operation and maintenance personnel unfamiliar with such
equipment.
1.04 REFERENCE STANDARDS
A American Soeiety far Testing and Materials (ASTM}
B American National5tandards Tnstitute {ANSI)
C American Water Works Association �AWWA)
D Internatianal Code Council (ICC}
� 1. Tnternational Plunnbing Code {IPC)
2, International Energy Conservation Co�e {IECC)
E National Fire Protection Associaiion (NFPAj
F National. Electrical Manufacturers Association {NEMA)
� I G Plumbing and Drainage �nstitute Standards (PD�
H Cast Iran Sail Pipe Institute {CISPI)
�
T Underwriters Laboratary (UL)
J kactory Mutual (FM)
K Where reference is made to one of the above standards, the revision in effect at the time
of bid capening shall apply.
] .05 QUALITY ASSiTRANCE
A The Contractar for #his Section shall be fully responsible for the propez' execution and
performance of the work described herein. It shall be their zesponsibility to inspect all
instalIatian conditions and bring to ihe attention o£the Engineer any conditions that may
affect their work adversely. They shall ze�a�rt to the Engineer, prior to connmencing any
portion of this r�vork, any conditions unsuitable for the anstallation of t}aeir portiQn of the
vvork.
3181006
15�4a0-3
City of Fort Warth PLUMBING — GENERAL PROVISIONS
West �ide N Project — Pump Station
B Mention herein or indication on the Drawings of equipment, materials, operation or
methods shall require ihat each item mentioned or indicated be �rovic�ed to make a
complete sys#em of plumbing ready for continuous operation.
C The location of all equipment, fixtures and piping shall be considered as approxzmate
only and the right is reserved by the Engineer to change at any tinne, befoz-e the work is
installed, the position af such equipment and piping ta meet structural conditions and to
pzovide proper headroam clearance or for other sufficient causes and such changes shall
be made without additianal expense to the Owner.
D Attention is calted to the necessity for elimination of transmission of vibxation from
rnechanical equipzxfent to building structures. Al1 equipment, therefore, shall be carefully
selected and installed to meet this condition and isalators and water hammer arrestors
shall be �rovided where required.
E Instruct such persons as designated by the Owner in the care and use of aIl plurnbing
equipment and piping systems installed.
F Camply with aIl the laws, ordinances, cades, rules and regulatians of the local, State or
other authori#ies having jurisctiction over any of the work specified herein.
G O�tain all requiz�ed pe��nits, pay all legal fees for the sarne and in general take complete
charge and responsibility far all legal requirements pertaining tn this Section of the work.
H Requ�rerr�enfs set forth in this S�ction and indicated on the Drar�vings shall be follawed
when in excess of the required or minimum regulations.
If any work is performed and subsequent changes ar� necessary to conform to ihe
regulations, such change shall be made as part of this work at no additional cost ta the
Owner.
� AI1 work shown on the Drawings is intended to be approximateIy correct to sca�e, but
�gureci dimensions and detailed Drawin�s shall be follawed in every casee The Drawings
shall be taken in a sense as diagrammatic. Size of pipes and general method of r�nning
them are shawn, but it is not intended to show every offset and fitting nor evezy structural
difficulty that may be ez�countered. To carry out the true intent and purpose of the
Drawings all necessary parts to make comp�ete working systems ready %r use shall be
furnish�d without extra charge.
K Refer to the Structural and Architectural Drawings that indicate the type of construction
in which the work �hall be installed. Locations shovvn on the Plumbing Drawings shall
be checked against the general anc� deiailed drawings of the construction proper. AIl
rneasurernents must be taken at the building.
3181Q06 15400-4
City of Fort Worth
West Side N Projec# — Pump Station
1.06 �ERVICE AND UTILITY CONNECTIONS
A Sanitary
PLUMBING — GENERAL PR�VISIONS
1. The sanitary waste and drainage systems will tezminate at tlze suynp pits or at points 5-
ft-0-in outside the building as shown on the Drawings.
B Water Ser�ice
1. The source of water for potable use shall come froin line tappec� to the main dischar��
header as shown on tbe Drawings.
2. The backflow preventer unit shall he furnished and instal�ed complete with aIl
components as shown on the Drawings. The water connections shall be made to these
units as shawn and from these points furnish and install all water to the building,
equipment, fixtures and a�paxatus, as shpwn on the Drawings.
1.07 DELNERY. ST�RAGE AND HANDLING
A Materials, fixtures and equipment shall be properly protected at all times and all pipe
openings shall be temporazily closes so as to prevent obstruction and damage. Items
damaged during construction shall be replaced at no additional cost to the Owner.
B Refer to requirements of Section 0161.0.
1.Q8 ELECTRICAL EOU]PMENT
A Certain items of electricai equipment that are furnished under this Section of �lae
Specifications shalt meet the requirements specified zn Division 16.
1. Discormect switches, rnotor starters and cornbination motor starters {starters with
diseonnecting means and short circUit protection) shall be as specified in Division 1b.
B Un�ess otherwise specified herein or shawn on the Drawings, electrical enclosures fox
equipment furnished under this Section of the Specifications sha11 have the follawing
ratings:
1. NEMA 1 for indoor lncations.
2. NEMA 12 for "DAMP" locatians.
3. NEMA 4X far outdoor andlor corrosive Iocations, roon�s below grade (including
basements and buried vaults) and "WET" lacations.
i 3181405 15400-5
�I
Ciiy of Fort Worth PLUMBING — GENERAL PROVISIONS
West Side N Pxoject — Pump Station
4. NEMA 7(and listed for the area classificatinns shown) for "C1ass I Divisian 1 Group
D" and "C1ass i Di�ision 2 Group D" locatzoras.
C AIl elecirical motors in NEMA frame sizes shall conform to the requirements in Section
1615U.
1.09 DEFTNITIONS
A. Particular teixninalogy used under this Section is defined as follows:
1. Traffic Level and Personnel Level - Az'eas, including process areas, equipment rooms,
boiler rooms, and othear areas where insulation may b� damaged by normal activity
and ]ocal pearsonnel traff c. Area extends to eight feet above floor, vvalkways,
platforms and stairs.
2. Exposed Piping and Duchvork - Piping and ductwork visible from the floar level and
includes piping and ductwork zn equipment rooms, boiler rooms, ete.
3. Thez�xaal Conductivity - The rate of heat flow throu�h unit area of a homageneous
substance under the influence of unit temperature gradient in the direcfiion
perpendicular to the area. Units-BTU per {haur) (sq. ft) (degrees F temp. differe�nce)
{per inch thicknes�}.
4. Heated Spaces - Areas whez-e heat is suppli�d to maintain a minimum temperature
during the heating season.
5. Indoor Piping - Piping witkain a buiiding that is not expos�d to �he weather.
6. Outdoor Piping - piping that is not w�thin a building and which is exposed to the
weather.
PART 2: PRODLTCTS
THERMAL INSULATION
2.01 GENEIZAL
A The materials supplied shall conform to all governing codes, stanc�ards, and
specifications. If any departures �'ram the speeification are deemed necessary, departuz'es
shall not be made without prio:r written approval af Engineer.
B Materials and in�egrated insulation assem.blies fiiz�ished sha11 have flame spread ratings
of not over 25 (fire resistive), snnoke developed rating of not over 50, and fuel
3181006 15400-6
City af Fort Worth PLiJMBING -�- GENERAL PROVISI4NS
�Vest Side IV Projecf - Pump Station
contributed rating of �not over 50, as e�tablislaed by tests conducted in accordance with
-� Interior Federai �tandax-d Nu�nber 0013bB, entitled'Interior Federal Standard
Flame-Spread Propertaes far Materials' and the National Fire Code of the NFPA. The
�� treatment of,}ackets or fac'rngs to impart flame and smoke safefy must be permanent.
(The use of water-soluble treatmen� is p�ol�ibited.) Exception allowed for closed cell
foam insulation and PVC fitting covers.
' C The toxici�y of the soIvents usec� shall not exceed a maximum allowable concentration of
, 200 p�rz� oz- the latest value published by tlze American Conference o£ Governmental
. - Industrial Hygienists and OSHA.
D Adhesives, coatings and vapor barrier materials sha11 be campatible with th� insulation
as recommended by the insulation manufacturer. Submit a certified statement attesting
� to the approval of the materials by the insulation manufacturer. Adhesives and coatings
- shall be manUfactureci by Foster Div., H.B. Fuller Ca. or Childers Praducts Co. or equal.
H.P. Fu1�er and Childers Products Nutnbers are Iisted below by adhesive/coating types.
1. Lagging adhesive: 3�-40, CP50.
2. Vapor barrier coating: 30-35, CP3fl.
3. Vaparseal adhesi�e: 85-75, CP$2.
4. Duct adhesive: $5-20, CP82.
5. SeaIing compound ac�I�esive: 30-45, CP70.
6. Weathezproo£mastic: 35-01, CP10-1.
2.Q2 INSULATION FOR COLD PIPTNG {TYPE I-3}
A Cald piping systems with vapor barrier include but axe nai limited to:
1. Potable Water Piping
B Insulation Material- Clased cell elastomeric pipe insulation rated to minus 20 degrees
F. The insulation shall have a minimurn density of 3 pounds per cubic foot and a
minimum "K" factor of 0.27 at 75 degrees F mean temperature, The insulation sha11
have a maximum water permeability of 0.08 perms. Insulatian shall be Armacell
A�rrr�.aflex/AP or equal.
PLUMBING PIPING SYSTEMS
3�siaos 15400-7
City of Fort Worth PLLTMBING -- GENERAi. PROVISTONS
West Side NProject—Pump Station
2.U3 MATERIALS
A Cast �:ron Pipe and Fittings, Bell and Spigat (Drainage}
1. Furnish and install all pipe and fittings far sanitary, soil, waste, uent and process
equipment drainage piping, unless noted otherwise, inside building(s) and to a
tertninal point outside the buildin�{s), where shown on the Dzawings for all
sanitary and starm drains. �
2. T'he pipe and fittings shall be SV (Se�vice} hub and spigot cast iron soil pipe and
fittings confor�ning to ASTM A74 and ANSI A112.5.1 tarred inside and out at the
foundry.
3. Make up joints for piping buried in earth or encased in concrete slabs with lead and
oakum; make with one pour and after cooling cauik tight wzth �ead flush with face
of hub. Caulking lead shalZ conform to U.S. Department of Commerce CS-94 and
Federal Specification QQ-L-� 56.
4. Make up all join�s in piping above the lowest floor slab with lead and oakum as
specified above or optionally wath approved resilient gasketed joints confomvng to
ASTM C5C4. If aptianal gaskets are used, provide additional supports and hangers
as required to pxovide piping system rigidity equal to that of Ieaded joints. Provide
appraved lubricant to a11 gasketed hub and spi�ot ends af pipe before jointing.
B Cast 7ron Pipe and Fittings No-Hub (Drainage)
1. Where installed in the building above ground only, hubless cast iz'on sail pipe
sanitary systems with cast iron no-hub pipe and fittings conforming to (CI�PI
301-72) may be substituted for bell. and spigot.
2. Join the pipe and fit#ings by rigid cast izon couplings as rnanufactured by M.G.
Coupling Company; C1amp-All Corporation ar equal.
C Cast Tson Fipe and Fittin�s {Quality Statement)
All sanitary drainage pipe and i ttings shal� be of domestic manufaciure and
installation shall canform to the recommendations of the Cast Iron Soil P'rpe
Insti.tute.
D Copper Supply and Service Pipe and Fittings {Water)
Water suppl� and service pipe shall be Type "L" hard tubing with cast ar wrought
brass fittings.
3I81006 134��-$
� City of Fort Worth FLUMBING — GENERAL PROVISIONS
West Side N Project — Pump Station
` 3. W�aere buried in earth, piping and fittings shall be Type "K" heavy and hard tubing.
4. R�fer to piping, materiais, components and systems included in elsewhere in
� � Division 15.
E Copper Drainage Pipe and Fit#ings
1. Copper drainage pipe and fittings shalj be Type "L" heavy and hard copper tubing
with cast brass �-e�cessed drainage pattern sweat fittings anc� shall be used for
pressure wastes, and equipment drip piping to and ovez adjacent floor drains. This
piping may be used for waste and vent paping s�rving plumbing fixtures and
equipment 2-in in size and smaller.
F Plastic Pipe and Fittings
1, Plastic pipe shalj be rigid unplasticized, polyvinyl chloride (PVC) pipe as
manufachu-ed by Eslon Thermoplasties or equal. Pipe shall be 5chedule 80 and af
sizes as sbawn on the Dravwings. A11 �ttings shall be Schedule $0 for ihreaded
j oints.
2. Refer to pipzng, rnaterials, components and systems included in Secdon 15067.
G Insulating Fittings
1. Provide an all connections between dissimilar metal water service lines.
2. Fittings sha11 be of type to provide control of electrolysis.
3. Refer to piping materials, components and systems inclu�ed in Section 15067.
2.0�# VALVES
A General
1. It is the intention of the plumbing drawings and these Specifications to require
control valves at the bottom of ail potable and protected hot and cold water service
risers and as shown on the Drawings.
2. Install drawoff valves on fhe �aouse side of main contral valves, at the bottom of all
risers, at aIl low points and where shown on th.e Darawings. Drawoffs shall consist
of a gate va1v� �tted with hexagon hose en.d nipples.
3, Group and locate control vaives in all Iocations so tl�ey nnay be easily operaied,
through access panels, doars, or adjacent to equipment.
3181006 1 ���Q-�
City of Fort Worth
West Sic�e N Pro}ect — Pump Station
�LUMBING — GENER.A.L P�t.OVISIONS
4, Valves, in general, shall be of the same manufacture throughaut unless nated
otherwise. All val�es, except as noted otherwise, shall be made faz' 125 pound
steam warking pzessure and shall have round iron �vheel handZes.
B Watex Valves
2.
3.
AlI water valves 2-in and smaller sha11 be full port ball type similar to Hammond
8311; Watts B-6081 or equal.
AIl water valves 2-1/2-in and 3-in un�ess otherwise noted, shall be brass body gates
and shall be Nibco Tnc. 5-113; 5tockham B-112 or Hammond 1B-647.
All check valves 3-in and smaller shall be Harnmond 15-940; Stockham B-321 or
Nibca Tnc. 5-413-B.
4. Hose end valves (HE� shall be a ball valve with hose end adapter. Units on
potable water systems shall be equipped with a hose connection vacuum breaker
similar to Watts No. 8A or equal,
C Backwater Valves
1. Units shall be flappex type backwater valves with cast iron body and automatic
type valve s�at that hangs closed during periods of non-operation.
2. Units designated Type "A" shall be equal to Zurn Industries Inc. Z-109S-G and
Type "B" shall be Z-1091-G. Units as manufacfizred by Josarn Mfg. Co. or r.R.
Smith with the normally closed feature wall be cansidered.
D Pressure Reducing Valves
2.
3.
4.
5.
3181006
Securely anchar pressure reducing valves and components to wa11 or floor at a
height as directed by Engineer.
ShaI1 be Watts Muesco Regulator Co. Series 115 for 1-1/4-in and larger and Model
223-S for un�ts smaller than 1-i/4-in or equal with strainer and of size shown on
the Dra�vings. Shall be diaphragm type, pzessure reducin�g globe valves.
Pro�ide and install a valve full size bypass around each PRV.
Provide and install an all brass strainer ahead of each PRV with pressure gage� on
high and iow side.
Smaller PRV shall have pressure setting 1 � psi less than main valve.
15400-10
City a�'Fort Worth
Wesi Side IV Project — Pump Station
2.OS
►-f�1Z^.
PLUMBING — GENERAL PROVISIONS
REDUCED PRESSZJRE BACKFL�W PREVENTER (RPBPI
A Reduced pressure double check valve type l�ackflow pzeventers shall be installed where
shown on the Drawings and of the size �ndicated..
B RPBP assenab�y shall consist of two independently operating check valves witk� inlet and
outlet shut offvalves, reliefvalve and test coeks. 3-in, and larger assemblies 5ha11 be
epoxy coated cast iron witla UL/FM approved OS&�Y gate valves for shutof£ 2-in. and
sn�aller assemblies shall be bxonze with full flow ball valves for shutoff. The RPBP
shall be approved by authorities having jurisdiction.
C RPBP shall be supported on hot dip galvan�zed support braekets equal to Grinnel Fig.
�6�. Weight of the RPBP shall be supported entirely be these supports with none of the
RPBP weight carried by the connected piping. Height above floor and distance from
adjacent wails shall conform to requized z'egulations.
D Provic�e a complete set of spare parts including springs for each RPBP and store adjacent
to the RPBP in a wooden crate Zabeled with a list of contents.
E Acceptable nnanufacturers and �odel nuznbers �or 3-in, and larger assemblies shall lae
Febco 825, Hez-sey 6CM and Watts 409 Series or equa�. 2-in. and srnaller assemblies
shall be �'EBCO 825Y, Hersey FRPII, Watts 909 Senes or equal.
� � :fl►�.�
A For the purpose of explanatxon and description oniy, the follawing drain catalog numbers
are taken from the catalogs of Zurn Industries, Txac. uraless otherwise noted. Those drains
,� as manufaciuzed by J.R. Smiih Mfg, Ca. or Jasam Mfg. Co. and determined by the
Engineer ta be equal in every respect to those specified will be accepta�le for
� installation. Drains shall be of sizes, shown an the Drawings.
B Floor Drains (FD)
Refer to Architeciural floor finish schedule that indicates the floor fmish and each
room ar area where flaor drains are to be installed. Tn areas where camposition
seamless flooring is required, floar drains, open end drains and flush cleanouts
shall be fabricated with an integral special widtl� flange (at least 4-in wide} ta
properly receive the composition seamless floaring material.
2. F1oor drains shall �ie fitted with a deep seal cast iron "P" type trap ta suit drain
o�atlei.
3. Floor dra�ns shall have cast iron dz'ainage �lange, seepage control, clamping collar
and inside caulk outlet unless noted otherwise to be Standard b-an Pipe Size
(I.P.S.} outlet.
4. Schedule ofFZoor Drains
3I81005 1 ���0'11
City of Fort Worth
West Side N Project — Pump Station
Tvpe Cat. No.
"A" Z-415
"B°' Z-415
2.07 CLEANOUTS
PLUMBING — GENERAL PROV7SION�
Remarks
Type B strainer with nickel bronze fi-in diameter top
Type C strainer with nickel bronze S�in diameter top
A For the purpose of explanation and description only, the following cleanout catalog
numbers are taken froin the catalogs of Zurn Industries, Inc. unless otherwise noted.
Thase drains manufactured by 7.R. Smith Mfg. Co. or rosam Mfg. Co. as and
deiermined by the Engineez' to be equal in every respect to those specified vvill be
acceptable faz installation. All cleanouts shall be af size sho�vn fln the i]rawings.
B In cast iron be11 and spigat pipe, cleanouts shall consist of a cast iron ferrule and extra
heavy brass tapered screw cleanout plug with square or h�xaganal nuts.
C In cast iron no-hub pipe and #ittings, cleanouts shall consist of a staizaless steel coupling
with tapped ferr�le and solid brass screw cIeanout plug.
D In tihreaded pi�e, (gal�anized steel with recessed drainage pattez�n. fittings) cleanouts shall
consist of I.P.S. bxass plugs screwed into drainage fittings.
E In capper tubing they shall consist o�' copper to I.P.S. adapters with I.P.S. bzass plugs
screwed into fexnale threaded portion of the adapter.
F Flush Floor Cleanouts (FCO)
1.
F�
Flush flaar cleanouts for composition seamless floox �nish shall be Zurn ZB-1�400-
T or equal.
Provide C.I. quarter bend at each flush floor cieanout where required.
G Exterior Cleanouts - Exteriar cleanouts shown as FCO sba11 consist af cast iron floor
cleanout with serrated cutoff sections and brass screwed raised head plug, Zum Z-1449,
�ith heavy cast iron access box and gaskete� cover, Zurn Z-1474, or equal. �et flush
with eoncrete slab.
H Cleanaut Ferrule - Horizontal, above �z-ade sanitary �ewer and rain water Zeaders
requiring cleanouts at the end of, or at the change of directian, as shown on Dz'awings,
shall use a cleanou# fe�xule with brass plug. Zurn Z-1440-BP oz' equa�.
�isioo6 154QQ-12
City af Fart Warth
West Side N Pro}ect — Pump Station
► 1:
SLEEVES AND CASTINGS
PLUMBING — GENERAL PRQVTS�ONS
A Sleeves
�►�Ij`�
I.
2.
3.
4.
Sleeve a11 piping throu�h walls, beams and partit�ons. All s1eeW�s shall finish flush
with the finish line.
Sleeve all piping passing throu,�h floor slabs. AlI sleeves shall extend 2-in above
tiae finish floor slab.
°�I
�.�a
3181006
All sleeves shall be one-piece galvanized Schedule 40 steel pipe as specified above
and in Section 1.5121 and shall be set before slahs are poured and piping installed.
Refer to "Typical Detail Drawings" for addi#ional information.
B Castings - Provide waterproof castings on each plumbing pipe enterin� or Ieaving
building through foundation walIs, wet wells, tanks or pits. Seal space between each
pipe and its waterproof casting as shown on the Drawings. Each }�ipe shall be concentric
with sleeve. Castings shall be of size and lez�gth tn surt pipe and wall ihickness.
HANGERS, SUPPORTS AND ANCHORS
A Unless noted atherwise ir� th�s Sectian, materials and installation conforming to the
requiremer�ts of Section 15140 sha11 be furnished under this Section.
B Hangers supporting the vertical stacks of soil, waste, drain, vent and rainwater leaders
shall be heavy friction clamps at each floor and at maximum t�n foot intervals. Supply
and service vertical risers shall be supported by friction clamps on the riser that shall rest
on the sle�ve at each floor level and rnaximum at ten foo# in#ervals.
C Hangers supporting horizontal pi�ing at ceilings shall be spaced 5-ft apart for soil, waste,
drain, rainwater Ieaders and vent pipes; S-ft apart for supply and service pipe 1-112-in
diameter and larger; anc3 6-ft apart for pipe smaller than 1-1/2-in diarneter.
D Honizontal piping buried in earth under Iowest floar slabs or buried within tk�e slab shall
be supportec� with the hanger types shown on the Drawings.
INSULATION
A A�1 water piping of every description specifieci herein inclUding drinking fountain waste
and pressure waste piping shall be coinpletely insulafed throughout r�vith 1-in thick
Heavy Density Pipe Iz�sulation.
B All fttings, flanges, roof drain bodies and valves shall be covered with permanently
15400-13
City of Fort Worth
West Side IV Project — Pump Stafion
PLUMBING — GENERAL PROVI5ZON5
non-combustible, one-piece, factory premnlded, �nsulated �tting covers.
C Provide at each hanger Iocatioza a z-igid insulation insert with a galvanized rr�etal covering
protector shield, equal to �teins as manufactured by Pipe Shields Tnc. or equal. Protector
shields shall be of length as r�commended by the manufacturer and shall be the same
thickness and jacket material as th� adjoining insulation.
D Materials and installation confor�ning to the requirements described above and in t�e
relerrant paragraphs of PART 3 shall be furnished undez this Section with the following
in particular:
1. Insuxataan and Tnstallation for Cold Piping with Vapor Barrier (Type I-3)
E Supplies, cirain an.d trap an handicapped lavatories shall be insulated with fully moldec�,
white, close�l cell vinyl insulation kit, Truebro Model 12�VV-1Q5 or equal.
2.11
PIPE MAkKING AND COLOR CODING
A Pipe marking is included in Division 9, but it shall be part of the work of this Section to
assist as required by the Engineer to identify the pipe contents, direction of flow and all
pertinent data arequ�ed for proper marking of pipe.
PLUMBING FIXTURES AND TRIM
2.12
MATERIALS
A. Exposed fixture tzim shall b� brass chrome plated unless otherwise noted.
B. Water Closet supplies fi-ann wall shall be chrom� plated at aIl locations.
C. AlI fixture traps shall be brass chrome platec3 except far Water Closet and as atherwise
noted.
D. AlI supply and waste nipples shall be fitted witb one-piece set screw cast brass
escutcheons finished in the same manraer as pipes they serve.
2.13
PLUMBING FIXTURES AND TR1M
A. For the purpose of explanation and description only, plumbing fixtures and trim plate
numbers are fro� the catalags af Kohler Co. and Elkay Manufacturing Co. unless
otherwise noted,
B. Fixtures shali �e as manufactured by tl�e Kohler Co.; American Standard Tnc.; Eljer
Plumbingware; Elkay Manufacturing Co,; 7ust Manufacturing Co. or equal.
3i s7 006 1540U- � 4
City of Fort Worth
West Side N Praject -- Pump Station
2.15
E. Height of rim of all fixtures from �nish floor shall be as shawn on the Architectural
details. Chair caz-z�ier standards shall be of sufficient Xength to meet these requiremez�ts
� and handicapped fixture requirements.
2.14 WATER CLOSET (WC� - HANDICAPPED
PLUNIBING — GENERAL PROVISIONS
C. Obtain written approval frona the Cansulting Engineer before purchasing all equipment
and fixtures.
D. Ref�x to Architectural and Structural details of partiti�ns and flaar �'inish before placing
order for brackets and suppaxts far fixtures.
A. Water cIoset shall be vitreous china wall hung elon�ated bowl, 19" above #"inished floor
for handicapped use and in compliance with ADA standards, 1.5 gallan siphon jet
flushing with 1-1/2-in tap spud, Koh�er K-4330 Kingstan Lite or equal. Color White.
B. Flush valve shail be Sloan Royal l ll ar equal, 1.6 gal�on low flow flush valve, 1�in
scxewdriver angle stop, adjustable tailpieee, and vacuum breaker. Va1ve assembly shall
be ADA compliant.
C. Seat shall be white s�lid plastic, extended back, open front and less cover with check
hinge as manufactured by Church; BEmis or equal.
D. Combined carrier anci drainage fitting of type suitable to meet building condi#ions as
rnanufactnred by Josain Mfg. Co.; Zurn Tndustries, Tnc.; 7.R. Smith Co. or equal.
LAVATORY (LAVI
` A. Kohler K-2054-4 Soho, or equal, 20-in by 1$-in vitreous china, wall mount lavatory with
� 4-in faucet centers.
B. Symmons-Scot 5-20-FR chrome plated 0.5 gpm lavaiory faucet, Kohler K-13$$S offset
dzain and strainer, K-?605-� angle supplies wiih stops or equal.
C. KohZer T�-8995 or equal, 1-1/4-in chrame plated cast brass one-piece P trap with chrome
plated cleanout plug.
D. Faucet, supply and drain assembly shall be A.D.A. comp�iant.
2.16 ELECTRIC WATER COOLER (EWC)
31810Q6
A. Electric water cooIer shall be wa11 mounted type e�ectric refiig�rated water cooler witl�
stainless steel cabinet as manufactured by HaIsey-Taylor HAC8F-VR-Q or equal. The
15400-15
City of Fort Worth
West �ide N Project — Pump Sta#ion
PLUMBING -- GENERAL PROVISIONB
cooler shall deliver 8.8 gph of 50 degre� F drinking water based on an �0 degree F inlet
water and 90 degree F annbient. Unit shall be furnished with hermetically sealed
compressor and R-13�A refzigerant. The condenser shall be air-caoled. The cooler shall
comply with ADA requirexz�ents.
B. Provide a 1-1f2-in by 1-114-in ehrome plated brass p-trap and 1/2-in ball �al�e.
C. Furnish �vith water filter.
D. Unit shall operate an 120 volt, single phase, 60 hertz electrical service and be rated at
325 watts and 3.7 anr�ps.
PLUMBI]VG EQUIPMENT
2.17 EQUlPMENT
A Attention is particularly called to the fact that wz-itten appzoval af alI specified equipment
proposed for purchase sha11 �e received from the Engizaeer before purchase af axay
equiprnent or components oi fhe equipment.
2,18
WATER HAMMER ARRESTERS
A Shock absorbers shall be supplied on the poiable water piping. The shock absorbers
shall be Model 1485-1 as manufactured by rosam Manufacturing Company; or similar
by J.R. Smith Co. or Zum Industries.
B Arresters shall be sized in accordance with PDT Standard WH 201 for hot �nd caZd water
systems. Arresters shall also canform to ASSE 1010.
C Placement shall be in accordance with PDI WH 201 with a minimum of one shock
absarber at each quick acting valve, Iever operated �alve, self closing valve and self
closing valve/faucet; or a�ninimum oi one for each battery af these fixtures. The water
hammer arresters shall be accessible for maintenance.
2.19
WALL H�'DRANTS fNON-FREEZE�
A. Wa1I hydrants sha11 be of the size shown on the T]rawings, of the non-freeze type with
integ�-al backflovv preventer and of a length to suit building wa�l thickness oonstruction.
B. Box face anc� hinged cover shall be nickel bronze complete with operating key lock.
C. Unit sk�all be a Zurn Industries, Tnc., Mode1 Z-13�0; Josam Mfg, Co., Series No. 71 S00
or a J.R. �mith Co., Mode15509.
�1�i� C�7.`� �. 1:�: `�
A. Hose bibbs shall be o� th� size shown on the D:rawings.
3i s� 006 15400-16
City af Fort Worth PLi7MBING — GENERAL PROVISIONS
11Vest Side N Proj ect — Pump Station
B. Hase bibbs shall have anti siphon vacuum breaker, 314" cnpper tube connection and
manual handle.
C. Unit shaIl be a Woodfard Madel 24 or an approved equal.
PAKT 3: EXECUTION
3.01 INSTALLATTON
A AIl the items specified under PART 2 shall be installed accozding to the applicable
rnanufacturer's recommez�datians, the details shown on the Draw�ngs and as specifed
herein.
B AlI vvork sha11 be installed in accordance with the manufacturer's printed instructions and
shall be ri�id, pluxnb and true to line, with alI parts in perfect working order. Maintain
protective covers an a11 units until final cleanup time and at that #ime remove covers and
clean and polish all surFaces.
3.02 STENCILING AND COLOR CODING
A Pipe marking is described elsewhere in the specifications, but it shall be part of the work
of this Section to assist as required by Engineez in identifying pipe cantents, direction Qf
flow and all else required for proper marking aipipe.
3.03 COQRDINATION SKETCHES
� A It shall be the respansibility of the Contractar to have in his employ a conrypetent
cooz-dinator of inechanical systerns and as such to provide a11 coordination of drawings or
� sketches as may be required or deerned necessary by the Engineer to obtain the required
ceiling heigl�ts and eliminate conflicts with all piping, ducts and electrical installation.
THERMA.L INSULA170N
3.04 GENERAL
A Do not apply insulation prior to testing and acceptance af piping, ductwork andlor
equipment. Clean d�st, dirt, grease, and maisture from surfaces of pipe and ducts bEfore
applying insulation ar insuIation adhesives. Nameplates and equipment certifcation and
data tags affi�ed ta any piece of apparatus shall not be covered. Where twa �ayers of
insulation are used, stagger a11 joints both vvays. Secure each Zayer independently.
Continue insutation and jacketing through walls, partitions, floors and pipe sleeves.
B Insulation, adhesives, coatings and vapor barrier materials shall be applied in accordance
3181006 15400-17
City af Fort Worth PLUMBTNG — GENER.AL PROVISIONS
West Sxde N Proj ect — Pump Statian
with manufacturers recozx�mendations. Do not apply these materials when ambient
temperature is above or below thE maximum and minimum arnbient temperature
respectively, specified as lirnits by the manufacturer.
C All penetrations through a vapor bar�ier for hangers, ii�struments, etc, shall be sealed to
provide a complete vapor barrier. The use af sta}�les or ather fasteners that penetrate the
vapor barrier is not permitted.
3.05 INSTALLATION O�' PIl'ING INSi1LATION
A Omit the specified insulation at pipe supparts and substitute rigid insulation such as
cellular glass, calcium silicate, ar expanded siXica with a proteciive metal shield of a
thickness and Zength as specified in MSS bulietin SP-69 Table 4. Secure tYae shield with
at Zeast three 1/2-in aiuminum bands. Where piping is supparted by roller hang�rs
insulation saddles shall be installed.
B Vaporseal adhesive shall b� used to seal seams and to bu�t sections on al� cold piping if
self sealing Iaps are not provided. The use of stap7es or an� other fastening method that
would penetrate the vapor ba�-rier will not be permitted on coid piping systezns. Staples
may be used on hot piping systerns where there is no potential �az' condensation.
C VVheze supports, anchors or guides are in direct contact with colc� piping, insulate the item
in contact a distance of faur times the insulation thickness. CIamps and non-welded
support devices ,shall b� contained within the insulation.
D On vertical risers exceeding 15 feet in height, provide intermediate support far the
insulation. F�r carbon steel pipe, this support shall consist ot' angle clips or other suitable
devices welded to the �ipe at about 15 feet on centers and concealed by the pipe cavering.
On non-carbon steel piping, clamps or other non-�velded devices sha11 he used.
E Unless otberwise specified irasu]ate all va�v�s, control �alves, fittings, pipe specialties and
all other components that couZd be const-ru�d as being part o£ the piping system. Irisulate
valve bonnets to a point just beiow the sfuf�ing box.
F Bridge flanges, unions, and pipe line strainers with block or sectional insulation wired in
place. Wire shall be black steel, annealed. Stop the pipe insulation a suff ci�nt tlistance
to allaw removal of flange bolts without disturbing the pipe insulation and extend tlxe
block, at leasi 2-in over the adj acent pipe insulation. Fi11 voids with blanket ins�lation.
3.06 INSULATION FOR COLD PIPING WITH VAPOR BARi�tER (TYPE T-3�
A Installation
1. Apply insulation in thickness indicated. Laps and joints shall be sealed using self-
3181006 15400-18
i
City of Fort Worth
West Side N Proj ect — Pump Station
PLUMBTNG — GENERAL PROVISIONS
� i sealing Iaps or vapor barrier tape. Lap in horizontal piping shall be at the top. Seal
-� ends of insulation sections at flanges, valves and fittings on 15-ft eenters in straight
pip� with vapor barrier coating that extends from vapor barrier jacket to khe pipir�g.
' 1 All penetration of the vapox ban-ier shall be seaIed va�or tight, ineluding staples if
�
, + used.
2. Where field applied aluminum jacket is specified, the jacket shal� be attached with
aluminum draw bands lacated within 3-in of each joint and 24-in on centers
maximum. Jackets on outdoor piping shall have joints arranged to she� water.
,�
3. Fiitings shall be moided fiberglass ar mitered sections of pipe insuIation to provade
the same insulation value as required for straight piping. PVC fitting covers, where
specified, shall be se�leci with vapor seal adhesive. Circumferentiai edges shall be
warapped with vapor barrier tape. Wk�ere preformed aluminum fittings co�ers are
specified a vapor barriez coating reinforced with glass cloth s�aall be applied directly
to the insulation before installing the fitting cover. The vapor barrier shall be
instaZled in accordance with the coating naanufacturer's instructions. Aluminum
fitting covers shall be attached wit� aluminum draw bands with joints located to shed
water.
B Insulation thickness shall be as specified in the respective piping system Section.
PLUMBING PIl'ING SYSTEMS
3.07 INSTALLATION
A Install all piping, valves, hangers and appurtenances as specified herein and in
referenced Specification S�ctians.
B Water Systems
1. Install all water systems complete fhzoughout the building(s).
2. Brazed joints. A11 joint surfaces shall be cleaned, with an approved flux where
required, and shaIl be brazed with a filler material conforming to American
Welding Society (AWS) A5.$. Filler material shall be "lead free" rxieazaing it shall
not con#ain more than Q.2% lead.
C Valves
2.
318100G
T�rastall control valves to a111ocatians grouped and lflcated to be easily opexated,
through access panels, doars, or adjacent to eyuipment.
Install final Protected Water corinectzons to Process eqvipment. Each connection
15�Ofl-19
City o�`Fort Worth
West Side �V Project — Pump Station
3.
PLUMBING — GENERAL PROVISIONS
shall be preceded by a ba11 �ral�ve directly adjacent to the unit.
Install valves in a horizontal to upright position. Val�es shall not be installed in
down pflsition from the horizontal.
D Pipe Hangers and Supports - Refer to Seciian 15140.
E Insulation
Do not apply insulation until pipes and tanks have be�n tested and accepted by all
parties making inspecti�n. Insulated covering shall be guaranteed for a period of
one year.
a.
�
Insulate cold water runouts to fixtures in partitioned pipe spaces,
Insulate drops to wasl� hose stations and hose outlets to a point six feet above
the floor.
Short expased supply pipe at or immediately near regular pluxx�bing �xtures
shall not be covered but shall be finished as trim for regular plumbing �xfi.zxes
specified in Part 2 of this Section.
�
�
d. AIl insulation shall be 1-in thick.
Insu�atian shall be continuous through sleeves.
Replace insulation on existing water piping which is damaged during cons�ruction
with new insulation at no additional cost to the Owner.
F Tnstall cleanauts as directed by applicable code, at end of each branch soil, waste and
rainwater line where rain�afer, waste and snillines change direction, at the battom of
every ri�er either as a cleanout tee above floor or end cleanout in the horizontal belaw
the flonr.
G�nstall water hammer arresters on all potable hot, cold and protect�d water lines at top of
aIl risers and immediately adjacent to all quick-closing mechanical and electrical
operating valves.
3.08
FIELD TESTING
A Refer to Sectian 15000 for additional requirexnents.
B Provide air and water necessary for testing the piping systems as sp�cified under this
Section of the work. Pravide all connections far testing under this Section. Remave a1I
si8ioo6 154�0-20
City o�Fort Worth PLUMBING — GENERAL FR�VISIONS
West Side N Project — Pump Station
d�bris r�sulting froin testing. Use the rwaier in an efficient and economical maraner.
C Provide apparatus and other supplies or materials which n�ay be necessazy for testing the
systerns and operating the apparatus during the period while tests of any kind axe being
made, or for carrying out the. work of the Contract.
� D The various piping systems shall be subjected to water, smoke, or air tests as noted and
shall hald tight at pressures stated without extra pumping or water addition for the time
intervals stated.
� E Additional tests, methods or materials that may be required by the Iacal ordi�ances and
not specifically specified herein, sha]1 be made as directed by the Engineer ar the Iocal
� Inspection Autharity.
F Provide for all repeated tests as necessary to make systems tight as z'equired.
G Test sail, waste, drain and vent piping as follows:
1. Test rough drainage of soil, waste, drain and vent Xeader hy plugging piping where
it terminates in the building or where it leaves the building by filling each system
completely with vvater to the outlets on the rooi after all outleis in section have
been plug�ed or capped, for at least one hour duratio�..
2. If it becames necessary during the construction o£the bui�ding to test a part of a
section for any reason or to cover permanently any pipe before piping above the
part or section has been completed, apply a water test to such part or section of the
piping by riaaintaining a ten foot head of water on the highest section of the piping
and the test shall k�o�d tight for one hour.
H Test water piping to a water pressure af 150 psi to the lowest 1eve1 and maintain this
�ressure without additional pumping far two hours.
3.09 CLEANING AND DISINFEGTION
A The pipe system shall be flushed with clean, potable �waier until dirty water does not
appear at tbe points of outlet.
B The system or part thereof shall bE filled with a water/chlorine solution containing at
least SO parts per million (50 mg/I) of chlorine, and the system or part thereaf shall be
valved off and allowed to stand for 24 hou�•s; or the system or part thereof sha11 be
val�ved off and allowed to stand for 2�4 hours; or the system or part thereof shall be filled
with a water/chl�rine solution containing at lest 200 parts pez' million (200 mgll) o#'
chlorine and allawed to stand for 3 hours.
siaioo6 15�00-21
City of Fort Worth
West Side IV Project -- Pump Statian
PLUMBING — GENEIRAL PROVISIONS
C Following the required standing time, the system shall be flushed with clean pota}ale
water until the cliIorine is purged from the system.
D The procedure shall be repeated where shown by a bacteriologieal examination that
contamination remains present in the systern.
PLLTMBING FIXTURES AND TRIM
3.10 INSTALLATION
A. Install all the iterns speci�ed under PART 2 according to the applicable manufacturer's
instructions and fhe details as shown on the Drawings.
B. Install a11 fixtures and trirn in accordance with the manufacturer's printed instructions
and install ari�;id, plumb and true to iine, with a11 parts in perfect working order.
C. Installation of the plumbing �xtures and accessories shall zneet the applicable
requirexnents of tlae PhysicalIy Handicapped Code and shall be located as shown and
detailed an the Architectural Dz-awings.
3.11 CLEANING
A. ProperZy protect a11 plumbing fixtures and trim at a11 tirnes and ternporarily close all
openings to prevent abstruction and darnage.
B. Maintain protective co�ers pn aI1 units until final clean-up tirne and, at that time, remo�e
ca�ers, clean and polish all fixture and trim surfaces.
C. At the completion of the wark, clean, polish and make ready �o� use, all fixtures,
equzpznent, apparatus and exposed trim included in this Section.
PLUMBIl�IG EQUIPMENT
3.12 INSTALLATION
A Install a�l the itenns specified under PART 2 according to the applicable manufacturer's
instructzons and the details shown on ihe Drawings.
B Install protected water wash hose stations and hose outlets a�proximately 4-ft-0-in above
the finished floor.
C Install water hamm�r arresters on all potable and protected hot and cold water lines, at
to� of all risers and immediate�y adjacent to all qUick closing mechanical anc� eiectrical
opera�ing valves.
D Install vacuum valves, pressure relief and te��nperature relief valves on the potabie and
prfltected bot watez tanks az�d heaters. Pipe relxe£vaXves to drain over floar drains.
�
s i s� 006 154�0-22
I i
City of Fart Worth PLUMBING — GENERAL PROVISIONS
West Side N Pzoject — Puznp Stafion
_. E Install flow switch as described above for emergency shower and e�e wash units in the
hoxizontal pipeline; it shall be on top of the pipe with the vane vert�cal. It shall be
]ocat�d at a specifi�d distance from any fitting that cha:nges the direction of flow, as
recozanmended by the manufacturer.
3.13 CLEANING
A Praperly pro#ect aIl matezials and equipment at a11 times to preven# abstruction and
damage. Maintain protective covers on all units until final clean-up tirne.
B At the completion of the work, a11 equipment and ex�osed trim for same included in this
Secfiion sha31 be thoroughly cleaned and, where required, polzshed ready for use.
++ END OF SECTION ++
�
I
I
,,
I
3181006 � 54Q0-23
City of Fort Warth HVAC — GENERAL PROVISIONS
West Side N Project — Pump Stat�an
SECTIDN 15500
HVAC - GENERAL PROVISIONS
PART 1 GENERAL
1.0� SCOPE OF WORK
A. This S�ction cavers th� general requirements of the HVAC work to be performed under
this section and that of section "15890 Ductwark & Accessories" and shall not void any
of the requirements specifaed under the GEneral Conditions ar General Requirements.
B, The requirements specified herein s�all be modified only if speci�ied otherwis� for
particular application in other Divxsions.
C. Work ta be included under this Section shall include all �abor, maferial, equipment, tools
and services necessaiy to furnish, deliver, unload, instaIl, test and place in satisfactory
operation the equipxnent, services and systems as called for in ihis Section including any
incidental work noi shown, or not specified but which can reasonably be inferred as
belonging to ih� variaus systems and necessary in good practice to provide a complete
and satisfactory operating system.
D. Without linniting the scape of work as shown on the Drawings and required in this
Section the following specific rr�ention of items af included work is z�r�ade.
I .02 RELATED WORK
A. Structural steel and miscellaneous metal except for supplementary ste�l required for
hangers, equipment supports, ancl�ozs and guides which shall be furnished with
equipment is incl.uded in Division 5.
B. Concrete vwork except for fi.�rnishing af required anchor bolts, sl�eeves and templates that
shall be furnished with equiprnent is included in Division 3.
C. Painting except for facta�y finished equipment, shop painting and id�ntificatian labeling
is included in Division 9.
D. Cutting and patching, except for items specified herein, is included in Division 1.
E. Flashing an� counterflashing, except for items specified hezein is included in Division 7.
F. Electrical field wixing except far field wiring far autiomatic temperature controls as
specif ed aa�d as shown on the HVAC Drawings, is included in Diviszon �6.
sisiaa6 15500-1
Ciry of �'ort Worth HVAC -- GENER.AL PROVISI�NS
West Side N Project — Pump Station
1.03 SUBMITTALS
A. Submit to the Consulting Engineer, in accordance with Section �1300, all shop dra�vings
specified in the Products paragraphs. Subi�aittals shall include the following:
Catalog data for all motors to include ap�r�ting efficiency.
2. Catalog data on vibratioz� isalatar, including operating efficienc� and layout
diagram that locat� the isolates on the equipment by model number.
3. Catalog data on bearings and confirmatian of bearing life fvr the sezvice specified.
4. Information an caatings as specified in the coating sectian.
5. Louvers - dimensions, Iocation, matEriaIs, construction and installation details,
accessories, and appurtenances. Submit saxnples of rz�anufacturer's standard finishes
and colors for each item specified herein. Manufacturer sball submit certified
AMCA S00 test data aza 4-ft by 4-ft louver sections as part of the shop drawings.
Tests results shall indicate cornpliarice with product specifications, including free
area and pressure drop versus velocity, plus water infiltration data.
b. Fans - submittal shall incluae fan data sheets with a description of the proposad fan,
fan size, type, arrangement, materials of consfiructian, vveight, motor horsepower,
type, power supply and frame size. For belt drive equipment, provide drive data
indicating sheave sizes, belt size, number and length. Each submittal shali in�luc�e
pertinent equipment diinensional �lata, fan perfoz-mance {operating data) information
and a performance cur�e shawi�g the fan operating point and range. The minimum
,szze o�the actual fan curve shall be no less than 6-in by 8-in. The use of faxed
copies of curves is not acceptable. List o£ aecessaries to be £u�ished sha11 be
incIuded on each subrz�ittal. Significant dimensional differ�nces between the
specified equipment versus the proposed equipment shall be noted on the equipment
submitted.
7, Heating Equipment -- submittal shal� inelude data sheets for each piece of
equipment listing the applicable informatinn. The information shall include heating
output, capacity, enez-gy/fuel input, air flow, entering and lea�ing air temperatures,
heat transfer fluid flow, entering and leaving fluid conditions, electric power
characteristie�, inotor daia, dimensional data and installa#ion instructions for itezns
that are field assembled.
B. All af the above submzttals shall be included with the submiita� far the equipment ihey
are associated with.
3���oQ� �ssoa-z
City of Fort Worth HVAC — GENERAL PROVISIONS
West Side IV Project — Pump Statian
1.04 REFERENCE STANDARDS
A. The latest published issue of Standaz-ds or Recommendations of the following listed
Societies, Associations or �nstitutes in effect 3 manths prior to the dafe of this Cantract
are part of this Section. These shall be considered as minimum requzrements. Specific
requirements of this Sec#ion and/or Drawings shall have precedence. In case af canflict
between published requirernents, the Consulting Engineer shall determine which is to be
foliowed.
B. Abbzeviation and the title af Federal, State and industry standarc�s, technical sacieties,
associations and institutes and other organizations useci are as follows:
1. Aluminum Associatiorz (.AA)
a. �A C22A41 - G22 Cherr�ically Etched Medium Matte finish; A41 Anodic
coatsng, Architectural, Class I(0.'1 mi1 min) clear
b. AA C22A42 - C22 Chemically Etched Medium Matte fnish; A42 Anodic
coating, Architectural, Class I(0.7 mil min} integral color
c. 6�63-TS - TS Artificial Aging After an Elevated-T�mperature Fabrication
Process
d. G063-T52 - T2 Heat-Treated; T5 Stress-Relieved by Compressing
2. American Society for Testing and Materials (ASTM)
a. ASTM E90 - Standard Test Method for Labazafary Measur�ment of Airborne
Sound Transmission Loss of Buzlding Partitions
b. ASTM E413 - Classification for Rating Sound Jnsulation
'� 3. 5heet Metal and Air Conditioning Con#ractor"s Nafional Association {SMACNA)
a. ArchitectUral Sheet Metal Manual
�l. Air Movement and Control Association (AMCA}
a. Standard 500 - Testing Water Penetration Through a Louver
E. Arnerican A�'chi�ectural Manufacturer's Association (AAMA)
a. AAMA 605.2 - Voluntary 5pecification for High Perfornr�ance Organic
Caatings on Architectural Extrusions azzd Panels
3isioo6 1550q-3
City of Fort Worth HVAC — GENERAL PROVISIONS
West Side N ProjEct —Pump Station
b. AAMA 607.1 - Volunteer Guide Specification azad Inspectir�n Methods for
Clear Anodie Finishes for Architectural Aluzr�iz�um
c. AAMA 60$.1 - VaIunteer Guide Specification and Inspection Methods for
Electrolytically Deposited Color Anodic Finishes for Architectural Aluminum
1. AABC - Associated Air Batance Council
2. ACGIH - American Conference of Governmental Industrial Hygienzsts
3. ADC - Air Diffusion Council
4. ABMA - American Bearing Manufacturers Assaciation
5. AMCA - Air Movement and Contra� Association
6. ANSI - American Nat�onal Standards Institute
7. ARI - Air-Conditioning and Refrigeration vastitute
8. ASTIRAE - American Sflciety of Heating, Refrigerating and Air-Conc�itioning
Engineers
9. ASME - American Society o�'Mechanical Engineers
10. ASTM - American Society for Testang and Materials
11. CTI - Cooling Tawer Institute
12. FM - Factory Mu�a1 Engineering and Research Corp.
13. IBR - Tnstitute af Boiler and Radiator Manufacturers
14. IEEE - Institute of Electrical ai�d Electz-onics Engineers
15. NBS - National Bureau af Standards
16. NEBB - National Environmental Balanci�g Buxeau
17. NEC - National Electrical Code
18. NEMA - National Electrical Manu�acturers Association
I9. NFPA � National Fiz-e Protection Association
31810�6 1550�-4
City af Fort �Varth HVAC — GENERAL PROVISIONS
West Side N Praject — Pump Station
20. OSHA - Occupational Safety and Healt� Administration
21. SMACNA - Sheet Metal and Air Canditioning Contractors National Association
22. UL - Underwriters Laboratories
1.05 DEFIN�'I'�ONS
A, Particular terminoIogy used under tl�is Divisian is de�ned as foYlows:
1. Air Conditioning - Enviro�ental control of temperature, humidity, cleanliness and
air circutatian, incluc�ing the cooling of an enclosed space.
2. Air �onditioner or Air Co�ditioning Unit - One ar more field-erected or
factory-made assemblies, r�vhich includes the refrigeration compressor-condenser
assembly, for the handling and cc�ntrol of au terzaperaiuze, humidity, and cleanliness
used for cooling.
3. Fan-Unit - Any unit or assembly containing a fan, mator and drive.
4. Temperature Controller - Any device which is used ta modulate the automatic
temperature control systezn by a change in femperafure at the location of the
controller.
] .06 ENGINEERTNG SERVICES
A. When engineering services are specified to be provided by the Contractor, the
Contractor shall retaan a licensed professional engineer ta p�rform the se�rvices. The
engineer shall be licensed at the time the work is done and in the State in which the
project is lacated. If the 5tate issues discipline specific Iicenses, the engineer shall be
licensed in the appIicable disci�line. In acidition, the engineer shall be expexienced in
the type of work being provided.
B. All work is to be done accarding ta the applicable re�uulations ifor professional engineers,
to incXvde signing, sealing and dating documents.
1.U7 ELECTRIC MOTORS
A. Electric motors in NEMA frame sizes shall con�orm to the requirements in Section
11QOQ, unless otherwise specif ed herein.
S. The motar manufaeturer shalZ confu�m ihat motors usect to powex equipn:�ent are
provided with bearings that will pro�ide a bearing life equal to the driven equipment or
better. Confirmafion slaall be included with shop drawing submittal.
31810U6
15500-5
City of Fort Worth
West Side IV Project — Pump Station
HVAC — GENERAL PROVISIONS
C. Motors will be selected to be non-averloading over the entire operating range of the
�quipment. A safety factor of 25% will be addec� to all motors up to and including 50
horsepawer. A safety facior of 15°/o will be added to all motors over 50 harsepower.
Motars indicated in the schedules are to be considered a minimum. This sizing is not #o
limit compliance with the above requarez-zaents.
1.0$ SCHEDULES
A. Fans shall be belt or direc� dri�e, of the type, materials of canstruction, capacity and
aa-z�angement as described herein and on the schedules. Particular attention must be paid
to the reznarks and notes in these schedules. This Section is incompl�te �ithout the
schedul�s,
PART 2 PRODUCTS
2.U1 ELECTRICAL EOUIPMENT
A. Certain items of electrical equipment which are furnished under this Section shail meet
the requixerz�en.ts specified in Division lfi:
1. Disconnect switches, motor starters and combination motor stariers (starters witY�
disconnecting mean.s and short cizcurt protection) sha11 be as speczfied an Section
16440.
2.
�
Raceways, boxes axad fittings shall be as specified in Diviszan �6.
Wires and cables shall be as specified in Division 16.
B. Electrical enclosures and panels, ta include automatic temperature control panels and
companents shall be suitable for the envirox�ent and electxical classification for the
space they are located in. The type of enclosure for the �arious spaces shalX be as
specified in Division 16. Refer to the electrical drawings for the space classi�cations.
C. Where location desigz�ations are not shown on the HVAC Drawings refer to the
Electrical Drawings
2A2 EOUIPMENT VIBRAT70N ISOLATORS AND MOUNTINGS
A. G�neral
Unless otherwise specified in this Division a11 machinery or �ibrating mechanical
equipment shall be isolated frorla the buildiz�g structure by vzbration i�olators wi�h a
minimum deflection as speci�ed. Operating equipment that can transmit
3181006 15500-6
City of Fort Worth HVAC -- GENERAL PROVISIONS
West Side N Project - Purxip �tation
� objeciionab�e vibration and noise must be installed with special types of vibration
- isolatars such as fl�xible connectors to ductwork, piping and wiring. In more
critical areas and under particular conditions, additional vibration isolatoxs shall be
' instaIled as specified in otherre7ated Sections in this Dzvision, ar i� speci�ic
� equipment schedules.
2. A11 equipment shall be provided with attachment points for floor ar suspended
mounting that will sa#�ely transmit all loads including seismic to the supports.
3. The vibration iso�ator manufact�.irer shall be responsible for the proper selection of
� vibration isolatar� suitable for the particular application. Selection of the vibration
, isolator shall include �he following factors:
a. Equiprnent Weight
I b. Equi�ment operating frequencies
� c. Type af building support structure
� d. Seismic forces as required by the applicable building codes to include shear,
i tension and compression due to the code specified loads
i
A11 isalation devices for a single piece o� equipment shall be selected iax a uniform
sfafic deflectiozz accarding to distribution of weight in the eqUipment.
C. All pieces of equipment that have a variation in weight during opezation ox
maintenance such as, but not limited to, cooling to�ers and hoppers, shall have
built-in vertical limit restraints to limit motion to a maximum of 1/4-in.
10. After installation of equipment, isolators shall be ad}usted for proper loading and
distribution of weight.
B. Types - The following types of vibration isolators may be used.
1. Isolafion for Suspension
� a. Isolation hangers for suspension of equipment and piping shall have a si�gle
element of elastomer for 1/4-in defleciion, a douhle or a single molded elernent
{ of 1/2-in deflectian, a single spring element with an elastomer grommet for up
to 3/4-in deflection and a combination of an elastomer and spring elements in
� series for 1-in deflection and up contained within a structural rigid one piece
steel hanger box. Springs sh�I1 have a rninimuxn ratio of autside diameter to
aperating spring hei�ht of Q.8 and an additional trav�l io solid equal to 50
percent of the specified deflection.
3is�oo� 15504-7
City of Fort Worth HVAC — GENERAL �ROVISIONS
West Side N Project—Pump Station
b. The neoprene eZeinent shall have a bushing to prevent hanger rad contact with
the housing bax. The lower rod shall be free to swing in a 30 degree arc wi#hout
touching the spz�ng or the housing.
2. Rai1s and Bases - Rails and bases shall be of the following types based on tbe
equip�nent and deflEction required.
a. Rul�ber in shear type sha11 be steel xails x�z�r�zng the full length of the supported
equipment and extending under any overhang to caunferaci cantile�er effects.
The rails shall incorporate single or double deflection elastomer-in-shear
f�stened in place and a continuous steel flaor bearing plate running the full
]ength of each rail. The rails s1�all be dziiled and tapped to accept the supported
equiprnent and shall serve as a template.
b. SteeI spring type shall be s#eel rails running the fulllength of the supported
equipment and extending under any overhang to counteract cantilever effects.
The rails shaIl consist of structural men�bers supported by individual free
standing springs. The rails shall be drilled to acce�t the supported equipment
and shall serve as a template.
c. Fans and their driving ma�ors shall be �nounted on structural steel chazinel
members forming a rigid base. A comman member, pazalleZ to the V-beli drive,
shall run the full length of the fan and motar and shalI be of sufficien# rigidity to
resist the bending stress of belt pu11. The structural steel base shall incorporate
single or double deflection elastomer-in-shear elerz�ents or free standing springs
located for proper weight distribUtion. The base shall be drilled and tapped to
accept the fan and matar and shaIl serve as a template. Integral motar slide rails
shall be provided and welded in place.
d. Unless specifically noted in nther sections of the specification or on speci�'ic
equipment schedules, aIl equipment will be provided with vibration isolation as
defined by the follawing table:
�
3] 81006 i 55��-$
V
�
City of Fort Worth
West Side 1V Project — Pump Station
?`v�e �t
�;c�uipmen�
HVAC — GENERAL PROVISIQNS
Vibration Minimurn 1Vfinim»m
Tvnlatirin T�eflectjt7� ]��tl�rtinn
i��ti � far St:�h �`c,; �a� ta
L!t? �Ta{�P e'.{�-i� I�L'1t?1`
j1�rhPS `�1RTi 111C�1P�
A7C1�1 �L
Cabinet Fans
22-in dra. and Rubber
less
Spring
Over 22-in dia.
Less than 2-in
S.P.
Spring
4. Isolatian for Piping
Minim»m I
I)�±I�.ctian 1
+,'nr '_7U-i� t€i
3�-fX f'l��r
��}�ii�l Zili:�10S
0.25 -- --
-- d.75 0.75
0.75 ]..75 1.75
1!��nirnum
�Pt� Prti nrt
�£}i ��}�� �{3
��.►-t� �"laar
�ra)1 �r.11�5
��x�,
1.75
a. Flexible piping for systerns with operating temperatures a�er 200 degrees F
shall be flexible annular corrugated stainless steel hose. Tl�e hose shall be
pravided with an external stain�ess steel braid fia minirnize elo�gation under
pressure. Hoses 2-1/2-in and srz�allex shall be threaded and hoses 3-in and larger
shall be flanged. The manufacturer sha11 confirm the s�itability of the flex�ble
piping for the tennperature and pressure of the systems.
b. Flexible piping for systems with operating temperatures 200 degrees F and less
shall be spherical EPDM connections. Connections shall have znultiple plies of
corded �abric zeinfarcing. Connecfion shall be rated far 1S0 psi at 22Q �egrees
F. For equipment with connections from 2-1/2 to 12-in, 94 degree bend
connections can be used. Straight connections shall be double sphere and bend
coru�ections shall be single sphere. Yrovzde contrQl cables to prevent excessive
elangation on straight connection where required. 1"he manufacturer shall
confirm the suitability of the connections far the temperature, pressure, and pipe
contents for the syste�ns.
C. Rigid�y Maunted Equipment
l. When equipment c�oesn't require vi�ration isolation, it sI�all be firnnly attached ta the
building structure. Salts and support structure shall include allowances for seismic
loads as zequired by the applicable building codes to include shear and moment
l.aads.
2.03 BEARINGS
31$3006
15500-9
City of Fort Worth HVAC — GENER_AI.a PROVISIONS
West Side IV Project — Pump Station
A. Grease lubricated bearings (exc�pt where ciriven by motors smal�er than 112 Hp) shall be
equipped with Zerk lubrica�ion �ittings and with pro�ision for automatic relief of
lubricant pressure away frnm fan wheel ar pump seal. The Iatter rnay be accomplished
by either built-in relief devices or automatic ba11-and-spring z'elief �ttings at the bottom
of tk�e beariz�g housing.
B. Pressure relieves shall be located outside of the units and shall be visible from
maintenance Iocatio�s. Lubricatian fittin�s shall be located to be easily accessible from
maintenance or operating levels. Where necessary, extension iubes shall be provided to
bring the service fitting to an accessible location and the relief visible fraz�rz the same
Zocation.
C. Bearings for a11 equiprnent in the schedule below shall have heavy-duty grease
lubricated ball or roller bearings. Bearings sha11 have ample thrust provision to prevent
end play during the normal life of the bearing, Unless specifically noted otherwise, all
fans and pumps shall ha�e bearangs fox both the equipment ar�c3 rn.otors wzth the
following ABMA L-IO life.
1. Fans over 3000 c�'m — 40,OOQ haurs.
D. The equipment manufacturer sha11 proviae co�fnmation of the required life based on the
actual d�rive cora�ponents.
2.04 FLAME AND SMOKE RATINGS
A. All materials, including adhesives, surface coatings, sealers, assernblies of several
materials, insulation, j acketing, finish, etc, shall have flame spread ratings not over 25
(fire resistive) and smake deve]opment ratings not avez 50 and fuel contributed rating
not over 50, as established by tests conducted in accordance with the Federal Standard
00136B, National Bureau of �tandards Radiant Energy Fire Test and the National Fire
Code af the NFPA.
B. These requirements sha11 apply io a11 c�rcumstances whether the materials are f eld
applied or have been applied by a manufacturer in his/l�er shop, or elsewhere, prior to
delivery to the project far installation.
2.05 V-BELT DRNE
A. V-belt dr'rves shall consist of the driver and driven shea�es and one or multiple matched
V-belts. Dri�es furnished to transmit Iess than 3/4 H� may be a single groove, single
belt fype. Drives to transrziii 3/4 Hp or nnoxe shall consist of at Ieast two belts. BeZts
smaller than "A" cross-section shall not be used.
s�a�oo6 i5500-10
City of Fort Worth
West Side N Projeci —Pump Station
HVAC — GENERAL PROVTSIDNS
• B. Each sheave shall be grooved to match tl�e belt selection, bored an� keyed to fit the
-- receiving shaft, and grooves shall be in parallel planes exactly pezpendiculax to the bore
for the fu11360 degrees. Sheaves sha11 have key� and setscrews. Sheave material may
' be cast iron.
C. The drive sha11 be sized 1.5 time.s the motor nameplate rafing and also shall have ample
strength to start ihe driven equiprnent by iull valtage across-the-line motor starting.
D. Wb�ere variable speeci drive is specified, the drive sheave shall be of the �ariable pitch
type that will pravide a 5 percent speed variation of the driven equipment at the nominal
! rated speed. However, the higher speed side shall not cause the dziven equipment ta
, draw more than fuIl namepla#e rating horsepawer from the driveX.
2.d6 NOISE CRITERIA
� A. The selection of pump�, fans, air handling equipment, air conditioners, heating
ventiYating and air conditioning maehinery and mechanical equipment and the
installation of the sysiem components such as duct work and pipir�g shall be such as not
� to exceed to maximum permissible naise for nan-equipment spaces as defined in Table
2, Design Guidelines for HVAC 5ystem Noi�e in Unoccupied Spaces contained in the
1995 ed�tion of the ASHRAE Application Handbook. Under no conditions shal� the
� noise created by equipment exceed the levels of permissible naise exposures of
occupational areas as established by the OSHA and athez- Feder�l, State and local safety
and health standards, codes and ardiz�ances.
B. The following sound criieria shall �e met for all of the folZowing listed equipment. Data
shall be the sound power level (reference 10^12 watts per actave band) and to include
the dBA at 5 feet.
Equipment
Identification
EF-1 & -2
63 125 250 S00
83 88 87 81
lOQO 20Q0 �400 8000 dBA
77 '74 69 63
The equipment supplier shall provide actual data for the equipment submitted. Tf the
space does not meet the required crztexia, and the noise level of the equipment is found
to be the cause, the equipment supplier sha11 be res�onsib�e f�r the modificafions
required fio correct the condition.
3181006 15500-11
City of Fort Warrh HVAC — GENERAL PROVISIONS
West 5ide N Project — P�unp Station
2.07 DRAINABLE FIXED BLADE l`AND C�MBINATION} LOUVERS
A. Structural supports shall be desig,ned ta carry a minimum wind load of 30 psf, plus
assaciated negative pressures.
B. Heads, si11s, jambs and rnullions are to be Qne piece structura� members constructed of
6063-T52 alloy extruded aluminum, 0.081-in thick with integral caulking slot and
retaining beads. MulZions slia�l be sliding interlock tyJ�e with integral internal drair�.
Drainable fixed blades shall be minimum O.Q81-in thick witka front Iip gutter designed to
catch and direct water to jamb and rr�ullion drains.
C. The 6-in deep louvers shall pass 1,000 ft/min minimum free area velocity at a pressure
drop of less than Q.24-in water gauge. Water penetratian shali be a�o more th.an 0.01-oz
a�waterl'ft2 of free area at 1,000 f�/min rninimum for 6-in louvers during standard
AMCA 500 test. Submitte� data shall also show the 4-ft by 4-ft unit to ha�e a
minimum of 8.0-ft2 of free area.
D. AlI fasteners shall be atainless steel or alurninurn series 5040 or 6004.
E. Vertical "I" aluminum mullians, fnished the same as the louver, shall be used at the
joints between louvers so that there are no exposed fasteners.
F. Fixed bYade drainable lauvers shall be 6-in deep Model fi097 by Construction
Specialties, Ine.; K6776 by the Airolite Company; ELF 6375 DX by Ruskin; or equal.
G. Backdraft dampers shall be supplied behinci lauvers where indicated an the drawings.
Backdraft damper sha11 be BD2A1 by Ruskin; equal by Airolite; equal by Cons�ruction
Specialties; ar equal.
H. Combination louvers shall be f-in deep with electrie rnotor actuator as shown on the
drawings model ELC 6375 DAF by Ruskin; or equal.
I. All louvers conr�ected to ductwork shall be iurnished with 1/2-in aluminum rnesh,
D.080-in (0.71-mm) diameter wire intercrimp bird sczeen secured within a z'ew�reable
extruded a�uminum frame. All louvez•s not eonnected to duch�vork shall be furnished
with 18 by 14 aluminum mesh insect scxeen 0.0123-in {4.312-mm} diameter wire within
a rewireable extruded aluminum frame. Screw fasten to inside face of louver frame.
Structural supports shalt be designed to carry a v�ind load a� 30 psf Finzsk� �lae same as
the lauver.
7. SiI1 extensiflns sha1l be provided as extruded 12 gau�e (0,081-in} aluminum finished the
same as the louver where it is used.
I�. Louvers sha11 be factory finished with the exteriar paint system, finish shall rneet or
exceed AAMA 605.2. Color shall �e as specified by Owner.
3181Dd6 155�]0-12
City of Fort Worth
West Side IV Project — Pump Station
2.08 CENTRIFUGAL SOUARE INLINE FANS
HVAC — GENERAL PROVISIONS
; A. Fans shall be factory assembled, complete with fan wheel, fan housing oz' cabinet,
� bearings, drives, drive guard, motor, motor base, unit base and vibratian isolatars,
dampers and bird screens unless otherwise specified. All fans shall be provided with
' lugs, brackets or field supplied devices to allow the fan to be firmly bolted to th�
s�ructure or fastened to specified vibration isolatars. The lugs, brackets or �eld supplied
devices shall be sized to withstand t�e expected seismic �oads £or the area and type of
applacatian. Location of the attachments shall be based on ihe eq�ipment being hung or
base mounted as shown on the Drawings and the schedules.
C
I
AIl fans shall be s#atically and dynamically balanced prior to shipment frorn factory.
D. Where belt drives are used, motors shall be �rovided with adjustable slide bases.
Adjustable sheaves and slide bases shall be selected so that the midpoint of the
adjustable range matches the fan schedule data. Drives selected shall have a safety
factor of 1.5 times motor horsepower.
E. AIl fans shall be AMCA certif ed �'ar air performance and sound ratings tested in
accordance with AMCA 3d0.
F. Motor shall be selected to be non overloading for the entire fan cuzve z-ange and for the
xeasonable expected tem�erature and humidity. Schedule mator sizes arE minirnum. If
a larger motor is required for �l�e fan proposed, the larger motor sha11 be provided at no
additional cast.
G. Fans shall be assembled with OSHA shaft and rrjotor guards. Pra�ide access for
�easang bearings, tachometer readings af fan and motor s�eed withaut removing the
cover. Cover shall be properly ventilated to prevent motor overheating.
H. Ductwork cannections to units that require cor�rosion resistant coatings shall be made
with flanges. F�anges shall be factory drilled before coating. Resilient washers snitable
for the environment shall be used to protect the coating from the bolts in the flange. The
nse of self tapping screws or ot�er fastening methods that wilZ damage the coating are
nat acceptable.
I, The noise level Qf the equipmeni operating in the field shall nat exceed SS DBA overall
sound pressure level {referenced to 20 micro pascals) at a distance of 3-ft from
equipmeni surfaces. Pxovide octave band sound data if another noise level is specified
in the schec�ule or i�sound data suhmission is specified in the schedules.
When bearings are not aceessible, extended supply and relief fitiings shall be supplied.
Both supply and relief fittings shall terminate in th� same Iocation.
�rs�oos 15500-I3
City of Fort Worth HVAC — GENERAL PROVISIONS
West Side �V Praject — Pump Station
K. Provide inlet and o�tlet screens far �ans that are not directly duct connected.
L. Centrifugal square iraline fans shall duct mounted and belt driven. The fan housing sball
be miniinum 1 S gauge steel with irategral duct collars. The fan shall be o#'bolted
constructian with balted access daars. The housing shall accommodate universal
mounting feet far �vertical or horizontal installatian. The fan wheel shall be centrifugal
bacicward inclined. The fan bearings sha11 kave a minimum L50 rating of 200,004 hours.
Manufacturers shall be TLG Tndustries, Inc.; Loren Cook Co.; Penn Ventilators or equal.
2.09 UNIT HEATERS
A. Unit heaters sha11 be substantially constructed, self-contained factory-assembled unit
consisfzng af heating eleznent, fan, xnotar, housing, outlet diffuser or �anes. They shall
be the suspended or wall-mounted type arranged for horizontal ox vertical air flow, as
shown on the Drawings and schedules. Casings sha11 be painted with a primer and
finished r�vith baked-on enaz�el af the fac#ozy. AIl parts shall be heavily braced and
stiffened to pre�ent vibration and hold alY working parts rigidly in line. Casing sides
shall be readily removable for access to interior parts. Casings of suspended-type units
shall be designed for direct attac�axxaent of the �aangers. Adjustable, horizontal and
vertical vanes, nozzles or diffusers, arranged to give uniform air distribution without
objectionable drafts, shall be provided for each heater. Manufacturers shall be Modine;
Reznor; Marl�el, or equal.
B. Fans shall be factory assembled, cornplete with fan wheel, fan housing or cabinet,
bearings, drives, motor and motor base unless atherwise specified. AlI fans shall be
statically and dynamically balanced befoze shipment. Where belt drives are used,
motors shall be pravidec� with adjustable slide bases, adjustable sheaves and pu11ey5. A11
fans shall be AMCA rated for sound and air performance. Centrifugal fans shall be
provided with the follovc�ing accesso�ries: scz-ol1 case flush-maunted access door, inlet
andlor outlet screen for fans that are not direct duct conxiected. Fan shafts shall b� solid
steel, instaIled with. shaft seals. Prapeller fans shail be provided with inlet and discharge
screens for fans that are not direct duct cor�nected. Fans shall be steel construction with
cast aluminum whee�s, fabricatect steel, aluminum or as specified on the scheduYes.
Plastic fan wheeZs are nat accepfable.
C. Heating Sections
Sheath eIectric beating elements shall conszst of 80-20 nickel-chromium coil within
a tubular steel sheath fi�led with compacted rnagnesiurn oxide pov�der. The tubular
elements shall have steel edgewound �ns copper-brazed to the tubular sheath. The
ez�tire assembly shall be coated with a high-te�nperature aZumin�m paint. Ends o�
elements sha11 be closed with a ceramic washer and a threaded terminaZ. Tubular
heaters shall consist of U-b�nt elements.
�aeinob 155Q0-14
City of Fort Worth
West S�de N Project — Pump Station
PART 3 EXECUTION
3.01 CLEANING AND DISINFECTT4N
HVAC — GENERAL PROVISIONS
A. All ductwo�k and equipment sl�all be left in a tharoughly cleaned condition. C�eaning
shall be performed as specified in other Seetions of this Division.
3.02 TESTS AND BALANCTNG
A. General - Balance and test all systems. Test the work as required by the Engineer during
tk�e progress of the work to demonstrate the strength durability and fitness o�the
instaIlation. Furnish all instruments, ladders, lubricants, test equipment and persontiel
required for the tests; including manufacturer's representati�es for testing and start-up o�
all suppXied equipment. Balancing and testing shall be performed as specified in other
Sections. Before testing and balancing, al� systems shall be clean�d and disinfected as
specified. Four copies a�'records of alI tests, rr�easurements, settings of throttling
devices and nameplate data shall be presented ta the Engineer.
B. Final Tests - Tests of all systems shall be can-ied out as required by the Engineer prior to
final acceptance of the systems for the purpase of demonstrating satisfactory functional
and operating efficiEncy as well as adjustz�nent. During this period, the setting of all
automatic controls shall be checked and sufficient measurenr�ents taken to ensure that
conditions are correct and that capaciti�s are adequate to meet the specified
requirements. Provicie campetent personnel to conduct all tests. Systems will not be
considered complete until all tests have been cancluded to the saiisfaction of the
Consulting Engineer and all other parties having jurisc�iction. In ev'ent a� leakage or
defecis, tests must be repeated untal all fauIts are corrected. All tesis shall be performed
in the presence of the Cansulting Engineer. The general operating tests s1�a11 be
performed urider as near design conditions as possible.
C. Testing and baiancing o� all heating, ventilating and air conditioning air and water
sysiems shall be performed by an AABC or NEBS certified agency which is
independent of alI suppliers and installers on the particular jab. All testing, adjusting
and balancing sllall be done under the supervision of a quaZified heating, ventilating, and
air conditioning Engineer employed by the air balance and testing agency. Reporting
forms for testing and balancing shall be as recommended by the AABC ar the NEBB.
3.Q3 START-UP AND TEMPORARY OPERATTON
A. Properly maintain and service aIl equipment and systems until the �articular equipment
or the system has been acce�ted by the Ownex'.
B. This maintenance shall xnclude campZiance with the manufacturers operating and
maintenance instructions as well as periodic checking and cleaning of the strainers and
filters and the lvbrication of moving parts and all required adjustments.
3iaioo6 1550�-15
City of Fort Worth HVAC — GENERAL PROVISIONS
West Side IV Prnject — Pump Station
C. Records of all maintenance and lubrication work per�ormed an Owner or Contractor
furriished equipment shall be maintained at tl�e canstruction or insta�latiazz site and be
avaiIable at aIl times for a review by the Owner or Consulting Engineer. At the request
of the Owner or Consulfing Engineer copies of these records shall be submitted to the
Owner for informatian and/or review.
3.04 PAINTING AND COATINGS
A. Unless otherwise specified, a11 machinery and factary finished equipmen.t such as
pumps, fans, air handling units, air conditioning units, and other items of manuiacture
shall be hot dipped galvanized or will have a factory applied finish, color as standard
with the rnanufacturer. Components fabricated from stainless steel do not require a
coating fmish unless otherwise speci�ed. All tanks, supporting steel, hangers, rods and
all ntl�er uncnated or nnn galvanized steel other than standard piping and fittings shall
have a shop coat consisting of a suitable primer az�d finish coat. If not factary appZiec�,
the prime coat shall be as specified iz� Division 9. All items not factory or shop primed
prior to installatian shall be suitably cleaned of rust and mill scale by wire brushing,
sandin�, or other means and prime painted, immediately after installation.
B. The Contractor shall be responsible for the repair of a11 defects, blemishes, holidays and
the Iik� apparent in manufactures coafiings and shall ensure that the rnaterials used for
such repair s��all match and be compatible with the manufa�turer's standard color,
coatings and practices. Surface� to be repaired or recoated are to b� prepared as
recommended by the paint pr coating suppIier. Care shall be taken not to paint over
narne pZates.
C. Furnis� touch up paint for the various types of equipment furnished and deliver
unopened paint to the Owner at completion af the project. The amounf a�touch-up
paint supplied shall be sufficient ta cover 1 S percent of the applicable painted surfaces
or one pini, whichever is greater.
D. Where specif ed, oz- called for on the followi�g schedule, special corrosion
resistantlprotective coatings shall be provided. Whenever a proiective coatzng is
specified, the equipment shall be coated both inside and out. Whenev�r necessary to
provide full coverage of the equiprnent, the equipment sha�l be completely disassembled
ta allow proper preparation and coating application. Any component that would block
the coating process shall be removed. Equipment pravided with gaskets �r liners sh�all
be coated before the application of the gasketing or liner. The equipment Vendor shall
test rotating equipment after coating to confirm dynamic balanc�. If work needs to be
done to ca�-rect the equipment balance, the integrity of the coating must be corrected
�ft�r such work.
E. Ductwork connections to units that require corrosion resistant coatings sha11 be made
v,�ith flanges. Flanges shall be factory drilled before coating. Resilient washer� suital�le
31&lOD6 15500-16
City of Fort VVorth HVAC — GENERAL PROVISIONS
West Side IV Pzoject — Pump Stat�on
far the environment shall be useci ta protect the coating from the bolts in the flange. The
use of self tapping screws or other fastening inethods that will damage the coaiing are
not acceptable.]
�
�
3.05 BALANCE OF ROTA'TII�IG E�UIPMENT
A. All machi�es shalI be balanced bath statically anc� dynamically by the manufacturer
within the Iimits of bet cominercial practices. The terzn rzaachine, as used above, is to be
considered as any piece of equipment that contains ratating camponents. A11 rnachines
furnish�d shall have opera#ing speed not exceeding SD percent of the �rst eritical speed.
FANSCHEDULE
This schedule is inco�nplete without the preceding written portion of Sec#ion� 1 SS00.
UNI�' NO: EF-1 & -2
LOCATION: High Service 1'ump Station
ARFA SERVED: Pump Room
SERVICE: Exhaust
FAN TYPE: Centrifugal Sguare Inline
FLOW - ACFM AT 70°k': 8500
EXT�RNAL STATIC PRESSURE - IN.: 0.75
�AN SPEED - RPM: 823
DISCHARGE: Horiz.
DRIVE: Belt
MOTOR - HP: 3
V OLTS/PHASE/HERTZ: 460/3/60
MOTOR ENCLOSURE: TEFC
SPARK RESISTANT: N�t Required
VIBRAT%ON ISOT.ATION: Mfr, Standard
AIR MOVED TEMP. RANG� -°�F': 4Q-110
AMBTENT T�MP. RANGE - °F: 1$-98
ALTITUDE - FT.: 60f}
f 3181006 X55�Q-1�%
�
City af Fort Worth
West Side N Praject — Pump Station
DRAWINGS BASED ON MFR.
AND MODEL NO.:
HVA� — GENER.AL PROVISIONS
Loren Cook 27QSQN-B
RL.MAR_KS: Provide inlet �;vire guard.
Pravide 2-stage thennastat - the 2-stage thennostat shalf have a tennperature setpaint range a�-40
°F to 220 °F. The thennostat shall be pravided with an inte�ral temperature sensar and two
relays, one for each fan. Each stage shall he independently program3nable. The unit shall have an
adjustable interstage differential with a ininimurr� zange of D°� to 10 °F. The controtter shall have
a LCD for 1oca1 indication. The thennastat shall control the fans as £ollows: ugan zising space
temperature the cpntroller shall turn on EF-1 at $5 °F and turn on EF-2 at 95 °F. Upon decreasing
space temperature the coz�troller shall tum off EF-2 at 90 °F and turn o�`EF-1 at 80 °F. The
thermostat shall be HoneywelI T775A or equal.
3I81006 155fl0-18
City of Fort Worth HVAC — GENERAL PROVTSIONS
West Side IV Project — Pump Station
ELECTRIC UN1T HEATER SCHEDULE
i �
�
I
,
i
�
.�
`T'his schedule is incomplete wifhout the preceding written partion oi Seetion 15500.
UNIT NO.: UH-1, -2, -3 & -4
LOCATiON: High Service Pump Station
AREA SERVED: Pu�p Room
CAPACITY -KW: 1D
FAN TYl'E:
M�TOR - HP:
DISCHARGE:
AiR FLOW - CFM:
FAN MOTOR ENCLOSURE:
V OLTS/FHASE/HERT�:
HT. ABOVE FLOOIt - FT.:
APPROVED MANi7FACTURER AND MODEL NO:
It�MARKS AND ACCESSORIES:
31810Q6
Prop.
116
Horiz.
660
ODP
480/3/60
8
Reznor AEUH-10
1'rovide Swi�el Bzacket for Wall Mounting.
Provide SingIe Power Enhy.
Provide LTnit mounted thermostat.
15S�b-19
City of Fort Worth HVAC — GENERAL PROVISIONS
West Side IV Pro}ect — Pump Station
ELECTRIC UNIT HEATER SCHEDULE
This scheduIe is inco�nplete withaut the preceding written portian af Sectzon 1555a.
iTNIT NO.: UH-5
LOCATION: Hi�h Service Pump Station
AREA SERVED: Restroom
CAPACITY - KW:
FAN TYPE:
MOTQR - HP:
DISCIL4RGE:
AIRFLOW - CFM:
FAN MOTOR ENCLOSURE:
VOLTS/PHASE/HERTZ:
HT. ABOVE FLOOR - FT.:
APPROVED MANU�ACTUREIt AND MODEL NO:
REMARKS AND ACCESSORIES:
5
Prop.
1/2Q
Horiz.
520
ODP
480/3/b0
$
Reznnr AEUH-5
Provide Swive] Bracket for Wall Moun#ing.
Provide 5ing,le Power Entty.
Provide Unit mounted thermostat,
++ END OF SECTI011T ++
3�sioo6 1550D-20
City af Fort Worth
West Side IV Project -- Pump Stafion
SECTION I5890
DUCTWORK & ACCESSORIES
DUCTWORK & ACCESSORIES
PART 1: GENERAL
1.01
SCOPE �F WORK
A Furnish, fabricate and install all ductwork to include fittings, accessories, dampers, duct
liner, hangers, diffusers, registers and grilles including any incidental work or
camponents required to provide complete air supply, retUrn and exhaust ductwork
systems as shown on tlae Drawings and described in this �ection.
1.02
B In general, ductwork shall consist of any passageway rnade of sheet metal or other
inaterial substantaally air-tight, used for the conveying of air, �as or nnatezials. Included
are fittings, transitiQns, bracing, fasteners, sealers, supports and accessories such as
access panels, access doors, turxiing vanes and manual air �alancing dampers. All
ductwork sha11 be of size and material as specified herein and as shown on fhe
Drawings. AIl duct sizes indicated on the Drawings are clear, inside dimensions. �
Where ductwork is lined with fiberglass, c�uct sizes shown on the Drawings are clear,
ins�de dirnensions to the duct liner;naterial.
C Any change zn duct si�es, offsets, transitions and fittings required to accommodate job
conditions sna11 be subrnitted to the Engineer far appro�al.
D See Section 15500 for General Pravisians applicable to tlais Secfion.
RELATED WORK
�� A Structural stee] and iniscellaneous metal is incIuded in Division S except for
. supp�ementary steel required far HVAC hangers, equipment supports, anchors and
� guides which shall be filrnished under this Section.
B Concrete work is included in Division 3 except for required HVAC anchar bolts,
slee�es and templates that shail be fiarnished under this Section.
C Painting is included in Division 9 except far factory finished HVAC equipment, HVAC
shop painting and HVAC identificatian labeling.
�
E
aisioa6
Cutfing and patching is included in Division 1 exce�t far items specified herein.
Trenching, excavatian and backfill is included in Division 2 except foz' items sp�cifr�d
herein.
15890-1
City ofFort Worth DUCTWORK & ACCESSORTES
Vi�es# Side N ProjEct — Pum� Station
F FZashing and couilter flashing is included in Divisian 7 except for items specified
herein.
G Exterior louvcrs and louver blankoff panels are included in sectian 15500.
1.03 SUBMITTALS
A Submit to th� En�ineer, as pravided in Section 01300, the following drawings and data.
1. Detailed equipment and ductvaork drawin�s at a minimum sca�e of 1/�-in =
1-ft-0-in. Site layout drawings �nd roofplans inay b� submitted at scales smaller
than 11�-in = 1-ft-0-in, s�abject to Engineer's priar approval. Drawings sha11 locate
ductwork accessories including manual, automatzc and �'ire darnpers. Ratin�s of
fire dampers shall be shown. Drawings shall alsa show and dim�nsion
znainteraance clear spaces for motors, drives, coiIs, filters and access doors ax
panels. Indicate ductwork pressure cIass used %r fabricatian.
2. Standard shop and field installation details for transitians, elbows, takeoffs,
discharge nozzles, turning vanes, access panels and doors, volume control and
splitter dampers, hangers anci �olume extractors. When SMACNA references are
us�d, the specific n:aethods for the project shall be clearly d�fined. Where
SMACNA has mnze than one option, the option to be used shall be indicated.
3. Ductworl� rr�aterials, joining methods, reinfarcing and material gauges. Where
options are allowed by SMACNA, the proposed optian shall be cle�rly defined.
Indicate proposed inaterials and methods faz duciwork and equipment hangers.
4. Submittal data for Ductwork Accessories described herein shalZ be pr�vided,
including all dampez-s, diffusers, registers, grilles, weati�er hoods, roof curbs,
volume extractars and smoke detectors.
1A4 REFERENCESTANDARDS
A These standards shall be consider�d as ininimum requirements. This is a general li�t and
nat all standards listed are necessarily referenced elsewhere �n this Sectian. Specific
requirements af this Specif catian and/nr Drawings sha11 have precedence. The
�ngineer shall resolve canflicts between published requirements.
B Tstles and abbreviatians of Federal, State and industry standaxds, technical societies,
associatians and institutes and other organizations tl�at may be used are as follows:
3 z s� 006 15 890-2
� City of Fort Worth DUCTWORK & ACCE�SORTES
West Side N Project — P�amp Staiion
i. America�� Caiaference of Governmental Industrial Hygienists (ACGIH}
f 2. Air Movement and Control Association (AMCA)
�
3. Arraexican National Stanciards Inststute {ANS�
�� 4. Air-CQnditianing and Refrigeration Ir�statute (ARI)
i S. Air Diffusion Council (ADC)
,
a. ADC 1062-R4 - Certification, Rating and Testing Manual.
I 6. American Society of Heating, Refrigerating and Air-Conditioning Engineers, Inc.
• 1 (ASHRAE)
a. ASHRA.E 68 - Laboratozy Method of Testing In-Duct Sound Power
Measurement Procedure far Fans.
�.
7. American Society of Mechanical Engineers (ASME}
$. American Soci�ty for Testing and Materials (ASTM)
� a. ASTM A525 - Standard Specification for General Requirements for S�eel
� Sheet, Zinc-Coated (Galvanized) by ihe Hot-Dip Process.
b. ASTM A527 - S�andard Specification for Steel Sheet, Zine-Coated
� (GaIvanized) by the Hot-Dip Process, Lock-Forming Quality.
c. ASTM D17$4 - Standard SpecificatiQn for Rigid Poly (Vinyl Chloride)
(PVC) Compaunds and ClZlorinated Pnly (Vinyl Chloride) (CPVC)
Compounds.
d. ASTM E84 - Standard Test Method for Surface Burning Characteristics of
Building Materials.
9. Factory Mutual {FM)
� 10. National Bureau of Standards {NBS)
1 l.. National Fire Protection Associatian �NFPA)
a. NFPA 90A - Standard for the In.stallation of Air Conditioning and
Ventilating Systerris.
31810p6
� 5890-3
f
�
City of Fart Warth DUCTWORK & ACCESSORTES
West Side N Px-oject — Pump Statio�
b. NFPA 102 - Standard foz� Assen�bly Seating, Tents and Membrane Structures.
c. NFPA 252 - Standard Metl�ods of Fiz-e Teats of Door Asscmblies.
d. NFPA 255 - Standard Method of Test of Surface B�rning Charactex�istics o�
Building Materials.
12� Occupational Safety and Healtli Adrninistration (OSHA)
13. Sheet Metal and Air Conditioning Contractors Natianal Associatian, Inc.
{SMACNA)
14. Underwriters' Laboratories, Inc. (UL)
a. UL 214 - UL Standard for Safety Tests for Fla�ne-Propagation of Fabrics and
Fi1ms.
b. UL 555 - UL Standax-d for Safety Fire Dampers.
c. UL 723 - UL Standard for Safety Test for Surface Buming Characteristics of
BuiZding Materials.
d. Whez-e reference is made to one of the above standai-ds, the revision in effect
at tl�e time of bid apening shall apply.
PART 2: PRODUCTS
2.01 VIBRATION ISOLATION FOR DUCTWORK
A Flexible fabric �orniectors fo�r vibx-ation isolati�r� sha11 be airtight, watertigl�t, fire
retardant, 6-in wide anc� UL 214 approved, Fabric shall be 30 ounces per square yard
glass fabz-ic with neoprene caating, complying witl� NFPA 90A and type shall be
"Ventglas" by Ventfabrics, �nc. ar equal. �oz- corrosive en�vironment with stainless
steel, aluminum or PVC ductwoi•k, fahric sliall be 14 o�nces per square yaz-d glass
fabric wiih Teflon coating, complying with NFPA 142 and type "Ventel" by Vent-
fabrics, Inc or equal. Metal parts of the flexible connections and fastenings, shall be of
the same material ar equal co�-osion resistance as the material for the duct system.
2.02 FLAME AND SM�KE RATING�
A A1X i�aterials, including adhesives, su��face coatings, sealers, assen�blies of several
lnater•ials, insulation, jacketing, finish, etc, sllall have flame spread ratings nat over 25
3181006 I 5 S 90-4
City of Fort Worth
West Side N Project-- Pum� Siatian
2.03
2.04
D�[1CTWORK & ACCESSORIES
{fii•e z-es�stive) and smoke de�elopment ratings z�at ouer 50 and fuel contributed rating
not over 50, as established by fests coi�duefed in accoydance with the Fec�ezal Standard
04136B, National Bureau of Standards Radiant Ene�•gy �'ire Test and the National Fire
Code of the NFPA.
B These requirements apply to aIl circumstances whether the rnaterials are fieId applied or
applied by a manufacturer in l�is/lier shop, or elsewhere, prior to deli�ery to the project,
SOUND CONTROL
A The selection af ductwork and accessories shall be such as not to create �oise that will
exceed the levels af permissible noise exposures for occupational areas as established
by the �SHA and other Fecieral, 5#ate and local safety and health standards, cades and
ordinances.
B Acoustical Lining - InternaI sound attenuatian and insulation shall be 1-in thick bonded
fiberglass mat coated with black p�gmented fire resistive coating on the air stream side.
Liner shall comply with NFPA 90A requizements. F�ame spread and srnoke
development ratings shall he 25 and 54 respectively. Material shall be Owens Carning;
Aeroflex or equal.
HANGERS, SUPPORTS AND ANCHORS
A Furnish supports, hangers and ot�ler devices neeessary tQ support firmly and
. substantially ihe equipment and ductwoz•k descxibed in this Speci�cation. Refer to
Division 5 for addational requirements,
�3 Rectangular, Round and Flat-Oval Ductwork - Spacing and size of hangers shall be as
called for in the SMACNA stanc�ards.
C AIl hangers shall be af sarne material as d�ctwark that they serve, e.g., galvanized,
aluminum, black steel, etc.
�
L
2.05
Pezfarated band iron ar �ire for supporting duc�s shall not be permitted.
Where Gclamp type hangers are used, furnish with a retainer strap.
DUCTWORK MATERTAL
A Ductwork s�1a�1 be constructed of the materials specified using the gages or thickness,
reinforcing and canstruction znetllads in accQrdance witl� SMACNA requirements.
a�sioo6 15890-5
City of �'art Worth DUCTWORK & ACCESSORIES
West Side N Froject — Pump Station
Galvanized steel ductwork slia�I be const�-ucted of hot-dip galvanized sheet steeJ.,
per ASTM A525 and A527.
2.06 DUCTWORK CONSTRUCTION
A A�1 ductwork shall be substantialIy built with joints and seams smooth on the inside and
given a neat appearance on the outside, Inside surfaees and joints shall be smooth and
free from packets, bui-rs and projections. All joints shall be substantially air tight with
laps n�ade in the direction of air flow and na flanges projecting into tlie air stream.
B Pressure Classes
1. Pressure classes for detenninatian af sheet �netal gauge and reinforcing shaIl be as
defined by the latest issue of #he SMACNA Industrial Duct �onstruction
Standards.
2. For ductwork with a static pressure 2-in w.g. or less desiga� pressur� shall be equal
to the maximum pressure indicated foz t1�e fans or air handling units on the
Sc�edules and the pressuxe class shaIl be the same for the entire length, including
branches, of the specific duct system,
C Rectangular Ductwork (Sheet Metal}
1. Ductwark skaaJi be constructed as shown on the Drawings in accordance with the
specified SMACNA Constructian Standard, latest edition.
2. Cross-�reaking shall canform to SMACNA Standard. Cross-breaking sha11 be
applied to the sheet inetal between the standing seams or reinforcing angles. Th�
center of the cross-break shall be of #he required height to assure rigidity far each
panel.
3. Alternate Constructian - ractory fabricated joint systems may be offered as an
alternate farm af eonstrucfion. The syste�r� offered shall rneet aIl requirernents oi
SMACNA. Alternate joint systems shall be "Duc#mate System" as manufactured
by Ductmate Industx�ies, Ine., installed in accordance with the manufacturer's
recominendatians. The system silall be sealed for zero leakage and angle
attachment to the main duct section shail be by tack welding. The use of sczews is
nat allowed.
2.07 VOLUME, SHUT OFF, AND MOTOR OPERATEA DAMPERS,
3181006 15890-6
City of Fart Worth DLICTWORK & ACCESSORTES
West Side N Project — Pump Station
A Rectangular dampers shall be �z�ultiple oppos�d b�ade type with channel frarne, exterior
, linkage and position indicator and locking device. Blades shall not exceed 6-in in
width.
B Dampers shall be constructed of tl�e same material as the ductwork,
C Shut aff dampers sha11 have replaceable seals. Leakage rates s��all not exceed 7 cfm per
• sq ft at 4-in w.g. for rectangular dampers azad 0.15 cfm per ixac� af perimeter at 4-in w.g.
f�r round or oval dampers.
D Dampers shall be supplied wiih locking quadranis. Quadrants in gal�anized steel and
black steel ductwork shall be galvanized steel. AlI ofher duct systems shall have
stainless steel lacking quadrants.
E Daz�apers for autoznatic two position operatian shall be furnished with electric actuators
rated at 120V, 60 Hz, 1 Phase operation. Electric actuatars shall be Automax Tne. CE-7
Series with NEMA 4 housing, or eq�al. The actuator shall be designed for quarter turn
operation of darnper. THe AC motnr sha11 be pennanent-split capacitar with a s#andard
brake. Cams shall be quiek set with micro ad3ust feature for easy setting. The actuator
shall have an electric cutoff switch that prevents the actuator from operafing while the
averride is en�aged. Output gearing sl�all be permanezaf.ly lubricaied, precision cut, and
heat treated for long trouble Free life. The actuator shall be intern�ittent duty type with 6
seconds cycle. Each actuator shall include 2 SPDT switcl�es foz remote control systems
to activate the da�x�per to eithex close or open positions and hand wheel shall be
included. A 25 watt heafer and 70 deg. F thennostat slaall be included and provided with
the actuator.
F A11 dampers shall be selected %r a raiing that equals or exceeds the specified system
pressure and velocity. Manufacturer shall be Ruskin or equal.
2.0$ ACCESS DOORS
A Access doors shal� be minimum 2�4-in by 24-in in ducts 26-in and larger. Where ihe
duct size is less than 2f-in, tl3e lar�est door that can be accoznmodated shall be used.
Access doors shall be of the sarne material as the duct, pan type construction for metal
ciuctwork, with smooth edges and fitted seals, const�ructed and installed for air-tsght fit
with ease of opcning and closing. Daors shall be substantially butt hinged, with heavy
sash locks and substantial door pulls. Door ape�in�s and doox frames shall be
reinforced wiih bar stock or angle. Where ductwork is installed vvith duct liner or
exterior duct insulation, the access door sl�all be of the insulated type. Aecess doors
shall be factory fabricated. Where ductwork is constzveted of aiurr�inum or stainl�ss
s#eel, access door and hardware sha11 be of sinnilar material.
3 r s� 006 15 890-7
City of Fort Worth
West Side IV Froject — Pump Station
DUCTWORK & ACCESSORlES
B Hand hole access panel shall be 12-in by I2-in, constructed of the same material as the
ductwork, with peripi}ernl gaskets and sash �acks. Provide l�inges or chain for
attachrnent to duct.
2.09 FASTENERS
A Sheet metal screws, drive cleats, cincli bands and other fasteners shall be fabricated
from materials with an equal ar greater coirosion. z-esistance than the duch�vork in which
they are installed.
2. 3 0 DUCT SILENCERS
A Duct silencers shall be prefabricated manufactured units, field fabricated silencers are
not acceptable. The outer casing shall he constructed froz� 22 �auge galvanized steel.
AlI seains shall be vvater tight and in accordance r�vith� SMACNA construct�on
standards. Interior partitions shall he 24 gavg� �alvanizcd steel with perforatians that
do not remove more than 50% of the material area. The acoustically absorptive filler
material shall be inade fi-orn an inorganic fiberglass and be sufficiently cornpressed to
prevent settling and to eliminate voids between it and the metal supports. The filler
fnaterial shall have a m�imum flazne spread rating of 25 and a maximum s�noke
developed rating of 50 in accordance with NFPA standard 255.
B The duct silencers sl�all meet the following ininimum dyriamic insertion lass (in dB)
performance requirements:
Octave Band / Freq (hz)
�163 21125 31250 4/50Q S/I000 6/20�0 7/4000 8f80Q0
6 11 22 36 �3 43 35 21
The performance ratings shall be certi�ed by an independent testing agency and in
accordance with ASTM E4?7.
C The silencez- shall be b0" long, Silentair as manufactured by S��nco Inc. or apprnved
equal.
PART 3: EXECUTI4N
3.01 INSTALLATION OF DUCTWORK,
A Fabricaie and erect all ductwork �vhere shawn on f.he Drawings, as speci�ed herein, and
in accordance with SI�IACNA requirements. Rigidly support and secur� ductwork.
atsioo6 15890-5
City af Fort Worth DUCTWORK & ACCES50RIES
West Side N Project — Pump Station
B Wl�erever ducts are divided, maintain t1�e cross-sectional area. All such changes must
be approved and instalIed as directed by the Engineer or as approved on shap or
erectian drawings.
C During installation, teiraporarily close th� open ends of ducts to pi•event debris and dirt
from entering. Install work in accordance w�th the overall approvee� pragress schedule
and in cooperation with all other trades so tl�ere will be na delay to other trades.
` D Tnstall louvEr blank off panels provided by the louver manufacturer as specified under
� Section 15500. Provade lou�er nlanufacturer the lou�er blank o�f panel dimension
.� xequirements. Secure blank off panels to the building structure using aluminum angles
and ru5fproaf fasteners. Caulk perimeter complete�y to elirninate water penetration.
E Cross-break sheet metal in accordance with SMACNA duct construction stanc�ard.
Apply cross-breaking to the sheet meta� between the standing seams or reinfarcing
an�Zes. Tk�e center of the cross-break shall be of the required height to assure each
panel section being ragid.
F Cross-break streamlined duct,s on top anly and adequately brace internally.
G Beading as specified is� SMACNA will be acceptable in lieu of cross-breaking.
H The Drawin�s af the air ducts and air risers show the ger�eral Zocation for installation of
� I the ducts and risers. Should additional offsets or changes in direction be made, these
changes must be considered in the orzginal bid and sllall be installed at no additional
I cost to the Owner.
I Al1 necessary allowances and provisions shall be made in the instailation of the ducts
for the stnacfural condit�ons of the building. Ducts shal] be transformed or divided a�
� may be required. Wherever i�ais is necessary, maintain the cross- sectianal area. A11 of
_ these chang�s, however, must be appra�ed and ducts installed as directed by the
Engineer or as approved on shop ar erection drawings.
The taper of all transformations shall be not mare than 15 degrees.
K Secure casing to curbs according to SMACNA Duct Construction Standards.
L Provide baffle p�ates as required to prevent stratification and to provide proper
aperation of controls.
M Wher� ducts are constructe� of materials other than galvanizEd steel the reinf�orcing
members shaII be of the same znaterial as the duetvvork.
3181a06 � �g��'g
City of Fart Wort� DUCTWORK & ACCES�ORl`ES
West Side N Project — Puinp Station
N Ducts carr}�ing moist air that pass through areas t��at cauld cause condensation sliall be
pitched i� facilitate condensate remo�al. Low points of such duc�s shall be provided
with drains.
3.02 HANGERS
A Rectangular, Round and Flat-O�a1 Ductvvork - Spaeing and size of hangers shall b� as
recommended in the SMACNA standards.
B Install han�;ers plunib and securely suspended from supplementary st�el or inserts �n
concrete slabs. Sufficiex�tly thread lower ends of hanger rads to allow adeguate �ertical
adj�stment. Do not use building siding or rn�tal decking to hang ductwork.
C Ducts shall not be supported from fu�rring, hung ceilings or frorn another duct o�' pipe.
D Gclamp type han�ers shall be supplied with a retainer strap.
E Ductwork shall r�ot come in contact with any of the ceiling construction ox any ather
equipment in the ceiling cavity.
3.03 SEALING OF DUCTWORK
A General - Unless otherwise indicated, seal all c�uctwork joints and seams using Hardcast
Iron Grip No. 60 i sealant in aceord�ance with the instructioz�s of tl�e �ealant
rnanufacturer and these Specificatic�ns. All transverse seams, joints and fitting
connections, both shop and field assembled, sl�all be sealed in accordance with tlais
Specification. Lon�itudinal seams s�iall be sealed on all duct systems wi#h a deszgn
operating pressure greater than 2-in w.g.
B Application of SeaJant - Thoraugh7y clean all seains, joints, etc. of dirt, oi�, grease, or
other coatings �vhich mi�ht interfere with the adhesion of the Irorz Grip No. b01 duct
sealant before the sealant is applied.
C Uncured sealant shall be forced into the slotted side of the seain or jaint before shop or
field asseinbly and the jaint or seam completed wllile the sealant is still uncured.
Excess sealant shall be remav�d frorz� both the inside and autside of the duct befare it
sets.
D Duet Tape - The use of dtact fape alone for sealing ductwark is prohzhited. Duct tap�
may be used priinarily for the purpose of retaining the uncured duet sealant in seams
and joints until it has cured. L�uct tape s�all not be appIied to the inside of any c�uct nor
sltiall it be appl�ed to standin� typ� joints at any tizne. All duct tape used shall be
compatible with �-fln Grip No. 6Q1 sealant.
3iaioo6 �Sgq{}_�p
City of Fort Worth DUCTWORK & ACCESS�RIES
VVest Side N Project — Pump Statian
E Sealant s�aall be erther in Iiquid for�n or a��nastic with a maxiinum flame spread of 25
and a maximum rate of fi�el cont�-ibuted and s��ake developed of 50 vwhen teste�d in
'� accardance with ASTM E84, NFPA 255 anci UL 723.
F Instaljed duct systeins sl�all be testeci in accordance wviih the SMACNA HVAC Air
Duct Leaka�e Test Manual. Leakage rates shall not exceed those predicted for
ASHRAE Leakage Class 6 at the s�stem design pressuze. For flexible ducts and ducts
with design pressures less than 2-in w.g., ASHRAE Leakage Class 12 shall be used.
Duct systems that fail to pass the test standarc�s shall be repaired and tested a�ain until
standards are attained.
G The following duetwork sysfems do not require sealing of joints and seams. Gaskets at
flanged joi�ts are still required.
Ventilation supply air systems down stream o#'the supply fan or air handling unit
and located in the area being served by the system.
3.04 DUCTWORK FITTINGS AND ACCESSORY ITEMS
A Duct Elbaws - Changes in direction anc� offsets shall be rnade in a gradual manner to
facilitate streamline flow of air. All elbows sha11 have a centerline radius o£not iess
than 1-112 times the width of the duct in the plane of the elbow. For rectangular
ductwork where full radius e�bows cannot be installed, provide abrupt elbows equipped
with shop-install�d turning vanes unless not�d otherwise an the Drawings.
B Flexible Fab�•ic Conneetors - Install flexible conneetors for vibration isalation at all duct
cannections to fans, fan units oz blowers, air hanciling units and air conditioning units.
Make connections subsfantially airtight at al1 seams and joints.
C Dampers
1. lnsfall manual volume control dampers wherever it may t�e necessary th�e regulate
air volume for system air balancing and where shown on the Dravvings.
2. Install splitter dampers, where shawn an the Drawings, to regulate air valurti� far
system air balancing.
3. Install motorized and pneumatic aetuated dazxapers when supplied by other trades.
D Volume Extractors
3isaoo6 15$90-1 �
City of Fort Worth DUCTW�RK & ACCE�SORIES
West Side IV Project — Pump Station
1. Factary-fabricated �+olume extractors shall be anstalled at all main duct takeoffs to
supply air diffus�rs.
E Access Doors
1. Hinged access doors shall be installed �uvher� listed belaw, wherever shown an the
Draw�ings and wherever access may be required for service, maintenance and
adjustment.
2. Prnvide access doors at the following lacations (minimum requirements}:
a. Coils in ducts - both entering and Iea�ing side.
b. Motorized ar pneumatac actuated dampers - Iinkage side.
e. Duct mounted temperature conh�allers.
d. Freeze-stats.
e. Smoke deteetors.
f. P�enums.
g. Fire dampers.
h, Srnoke darnpers.
I. Electric duct he�ters.
j. Filter baz�ks.
k. Manual dampers and splitters.
1. Inlet side of centrifugal fans.
m. Volume extractors.
n. As necessary ar required.
o. Inlet and outlet d�acis to fans and air handlers.
3181006 15 S 90-12
City of Fort Worth
V�1est Side N Project — Pump Stati�n
DUCTWORK & A�CESSOI�IE�
Where access daors are required in ductwork located above ceifings, coordinate
the locaiion of the access doors to clea� the ceilin� support system and to be
acce�sible through the ceiling g�-id.
2.
12-in by 12-in hand lzole access panels may be substituted for access doors when
indicated on the Drawings.
3
3.d5 FILI_ING 1N SPACE AROUND DUCTWORK
A To pre�ent sound passing through the area between the duct and the framed or eut
� opening in the floors, walls or partitzans, pack rr�ineral waol to c�mpletely fill the space
tYae full depth af t�e opening. Whenever a fire-rated wall or f�ooz is penetrated and a
fire damper is not required, fill the space around the duct with a locally approved
; fireproof rop�.
B At penetratio�a, apply escutcheon plates on both faces af the wall to close the gap
� between the structure and thE sides of t�e insulated or bare duct. Escutcheon plates
shall k�e the same material as the duct for metal ducts and stainless steel far PVC ducts.
3 .46
3.07
�•
.
DUCTWORK GENERATED NOISE
A All ductwork sha11 be �'ree from pulsatian, ehatter, vibration ar objectionable noise.
After system is in aperatio�, shoult3 these defects appear, correct by xemoving,
replacing or reinforcing the work. No c3iscreet tones will be allowed.
PLENUMS
A Seal fresh air inlet and exhaust air plenunns watertight at louvers or otherwise subject to
rvater entrainment at all bottom joints and seams and up all vertical seams for a
minimum of 12-in. Remove excess sealant before it sets hard. Where possible, pitch
fresh air inlet and exhaust air plenums down tawards the louver. Where it is not
possibje �o pitch the plenum, pravide a 1-in capped drain carmection at the low point of
the plenum.
TEST POR'�`S
A Where shawn on the Dzawings and where required far testing and balancing, provide
instrument insertion ports, Size and Ioca#ion ofports shall be coordinated with the
Contractar perfonming air balancing. Seal ports with plastic s�ap lock plugs. When the
ductwark will he insulateci, extend tl�e po�rt to the face of the insulation and seal the
vapor banrier to the port. When the ductvvork is lined, e�tend the port into the duc# #o
the innex surface of t�ae duct liner.
siaioo� 15890�i3
City of Fort Worth
West Side N Project — Pump Station
3.09
PLENUM BARRIER�
DUCTWORK & ACCESSORIES
A When air is sup�Iied inta plenuin ceilings, barriers will be provided under an.other
Di�ision. Before ceilings are installed, this Contractor shall examine the ban-iers for
tighrness and notify the Engir�eer of any openings. Ceilings shall not be installed until
Contractor has certified in writing that ba�xiers are air tight. Openings az'ound ducts
penetratin� pienum barriers wiil be sealed using duct sealer and galvanized escutcheon
plates on both �ides of the barrier.
3.10
ADJUSTMENT
A Start-Up and Temporary �peratipn
3.11
1. Praperly maintain and service all equipment and systems until the particular
equipment or the s�stem has been accepted by the �wner.
PATNTING
A Paint the outside face a� a111ouver blank off panels and the interiors af unlined plenums
and ductwork where eonnected to Iouvers. Prime anci paint with two coats of flat black
exterior paint. Painting shall be perfarmed under this Section and shall be as specified
in Division 9.
3.12
CLEANING �F DUCTWORK
A Maintain all ductwork, fans, coils, air filters, o�atlets and other parts of the ductuvork
systems in a ctean condition duxing �nstallation.
B Clean complete ductwork systems prior ta tesfing and air ba2ancing. Secure cheese
cZoth over all openings of the ductwnrk systern far entrapmeni of dirt during the
c�eaning operation.
++ END �F SECTION ++
3rgioo6 15890-14
�
City of Fort Worth GENERAL PR�VISIONS
West Side IV Project — Elevated Tank
SECTION 1605Q
GENER.AL PROVISIONS
PART 1 - GENERAL
1.1 DESCRIPTION
� A. Scope: CONTRACTOR shall pro�ide all labor, materials, equipment and incidentals
,�
as shown, specif ed, and required to coinplete the Eleetrical Work.
- B. Coordination:
1. Review installation procedures under other Sections and coordinat� the
, installation of ite�ns that shall be instalZed with the formwark, walls, partitions,
� ceiiings and panels.
2. C�NTR.ACTOR s}�all be zesponsible for the ins#allation of all conduits, inserts
and other iteins to be einbedded in the cancrete, or built int� walls, partitions,
ceilings or panels constructed by other contractors. CONTRACTOR shall
provide other contractors �vith detailed plans or sl�etches affihe lacatian of said
' I conduits and other built-in items as may be required. CONTRACTOR shall
keep himself fu11y informed of the construction wlaere conduits and ather
built-in iteins are to be installed. CONTRACTOR shall install said conduits
and other built-in items in such a manner and within such time periods as will
not unnecessarily delay the Work n�the other contractors.
� - C. General:
1. Interprefatzon o�Drawings:
a. Diinensions shown on the Drawings that are related to equipment are
based an one rnanufacturer's equipment. Coordinate the dimensions ofthe
. equipment furnished with the space alla�ated for that equipment.
�. The Drawings show the principal eleinents of the electrica� installation.
They are not intended as detailed working drawings for t}ae electrical
, Work but as a complement ta the Specifications to clarify the principal
features o�the electrical systems.
c. It is the intent of this Section tl�at all equipment and de�ices, furnished
; and in�talled under this and other Sections, be properly connec�ed and
interconnected with o#her equipment so as ta render the installations
complete for successfiil operation, regardless of whether a11 the connec-
tions and interconnections are specificallq mentioned in the Specifieal�ons
� or shown on the Drawings.
D. Related �ections:
1. Diviszon 1, Genez-aI Requirements.
2. Division 11, Equiprnent.
3. Division 13, Special Construction (Instrumentation).
4, Divisian 15, Mechanical.
3is�onb 16050 - 1
c�ty of �or� worth GENERAL PROVISIONS
West Side IV Proj�ct — E�evated Tank
E. Tem�ot�ary Powe,r: Temporary light and pawer for construction purposes shall be
p��ovided in accordanc� with Division 1.
F. Manu�aeturers and suppliers af equipmeni specificd herein, and subconh'actors
fiu�nishing and installin� equipinent, materials and appurtenaraces unaerthis Di�ision
shall be requir�d to review and satisfy aIl r�levant requirements of the Contract
Drawings. The CONTRACTOR, rnanu�acturer, supplier, fahrica�or and/or
subcontractors fiai-nishing andlor installing equipment, ser�vices and specialties
associated with this Di�ision shall fully coo�-dinate their efforts �o avoid potential
claims that are based on failure to review relevant Contract Document�, including �he
Contract Drawings.
G. The C�NTRACTOR shall retain ultixnate responsibility under this Contract for
equipment coordination, instal�ation, operation and guaranfiee, and the CONTRAC-
TOR shall fuinish and install all labar, equipinent inateiials, appur�enances, specialty
items and servi�es not providcd by suppliers andlor subconttactors but required for
complete and operable facilities,
H. Utilities:
1. CONTRACT4R shall fiarnish and install an electrical service pole, comple�e
with weatherhead, servic� conductors, rneter base, main circuit breaker, all as
indicated on the Drawings. The CONTR�CTOR shall install the weatherhead,
with sufficient length of serviee conductors �or a dz�p loop, at the height required
by the electric utility conapany. Field coordination shall b� the responsibility of
the CONTRACTOR. CONTRACTOR shall make all arrangements for these
seivices and pay a11 fees to establish electrical service at this �acility. Upon
proj ect acceptance, the CONTRACTOR shall �n arage for the service to be placed
in the OWNER'S name.
2. 1.2 QUALITY ASSUR.ANCE
A. Requireinents of Regulataty Agencies:
1. �ex��nits: �btain all penl�its required �o car�une�ce work and, upon completian
of the Work, abtain and deliver ta ENGINEER a Certifcate of Inspection and
Approval frorn the State Boa�•d of Fire Undez�writers ar other authority ha�ing
jurisdiction.
2. Codes: Material and equipinent shall be installed in accardanee with the
current standards and recommenda�ions of the Nafional Electrical Cade, the
National Electrical Safety Cade and with 1oca1 code� which apply. Where
discrepancies arise beiween codes, the most resi�ictive regulation shall apply.
3. TeSts by Independent Regulatory Agencies: Electrical material and equipmen�
shall be new and shall bear the 1abe1 of the Une�erwritexs' Laboratories, Inc,, or
other nationally-recognized, independent testing laboratary, wherever standards
have been established and label service xegularly applies.
4. LTti�ities:
3181006 1{�5� - �
City ofFort Workh GENERAL PROVISIONS
West Side IV Project — Elevated Tank
a. Electric utility carnpany: Work in connection with the electrical s�rvic�
and utility metering shall be done in strict canformance with their
requirements.
, B. Refer�nce Standards: Electi7cal material and equipment shall conform in aI1 respects
to the latest approved standards af the following:
� 1. National Electrical Manufacturers Association.
2. The American National Stax�dards Institute.
- f 3. The Institute of Electrical and Electronic Engineers.
� � 4. Insulated Power Cable Engineers Assaciation.
5. National Fire Protection Association {NFPA} with emphasis on Part 70, the
, National Elec�•ical Code (NEC).
•- 6. National E7ect�•ical Safefy Cade (NESC).
C. Asseinbled Products: The n�ajor cc�mponents of any asseinbly such as nr�otor control
centers, reduced voltage starters, variable frequency drives, switehgeax, switchboards
and panelboards shall be manufactured by the asseinbly manufacturer.
1.3 SUBMITTALS
A. General:
1. Confornn to requirements of Division 1.
2. A separate subinittal sha11 be made for each specifieation section for Division
� lb. Each submitta� shall be complete in nature to permit review by the
. ENGINEER.
B. Shop drawin�s shall include the following infarmation to the extent a�plicable ta the
"- particular item. Also refer to each specificatzan section for additional requirements.
1. Manufacturer's na�rx�e and product designation or catalog number.
2. Electrical ratings.
3. Confonnance ta applicable standards or specifications ofAMT, ANSI, ASTM,
ICEA, IEEE, ISA, NEC, NEMA, NFPA, �SHA, UL, or other organizations.
4. Dirnensioned plan, section, and elevations showing means for mounting,
canduit cormection, and grounding.
, 5. Materials and finish specification, including paints.
6. List of components including manufacturer's names and catalog numbers.
7. Internal wiring diagrams indicating all connectian to eornpanents and
number°ed terminals for external connections, in aceardance with NFPA 79
standards. Reproc�uction of schematics as shawn on the Cantract Drawings is
not acceptable and will be rejected.
S. All equipment and rnaterial af a similar nature and use shall be of one
manufacturer:
1.4 PROJECT CLOSEOUT
A. �perafixon and Maintenance Data:
1. Conform to requirements of Seetian �173fl, Operation and Maintenance Data.
B. Record Drawings:
3i�io�6 16Q50 - 3
City o�Foz� VL�orth GENERAL PROVISTONS
West Side N Project — Elevated Tank
Provide record drawings in accoydance with the requirements of Section 01720,
Record Documents.
].5 PRODUCT DELIVERY. STORAGE AND HANDLING
A. De�ivery af Materials: CONTRACTOR shall instruct the manufacturers and vendors
as to the maxi�r�uin shipping sizes of equip�nent that can be accommodated at the
site.
B. Storage of Materials, Canforin to the requireznents of Section 01611, Storage of
Materials and Equipment.
C. Handling nf Mafiez�ia�s: Confonn to the requirements of Section 01610, Transporta-
tion and Handling of Materials and Equipinent.
] .b J�B CONDITION�
A. Existing Conditions:
1. CONTRACTOR shall examine the site and existing facilitzes in order to
eompare thein with the Drawings and Specificatians with T'eSpECt '�0 the
conditians of the premises, location of and co�nectinn to existing facilities and
any obstructions which may be encourrtexed,
2. CONTRACTOR shall perfonn his work with due rsgard to safety and in a
manner tha� will not inteifere with the existing eqnipinent ar in any way cause
interrE�ption of any of the functions of the existing systejns.
3. Woxk shall be carried out with a tnini�nuam ainount of disrup�ion to the
opera#ion of the existing p�ant and with prior approval of ENGIlVEER.
C4NTRACTOR shalZ submit, for approval by ENGINEER, a detailed writt�n
procedure for work which affects operation of the existing systems, a detailed
procedure for inodifyin� any existing electrical equipment, and an�ici�aied tirne
required to comp�ete the work and the required shutdown time, i�' any.
1.7 CONTROL CABINETS AND PANELS
A. All control cabinets and panels located in wet or in corrosive environments sha11 be
NEMA 4X, 304 stainless steel, unless otherwise specified or noted on the Contract
Drawin�s. Nominal/miz�imum dimensions are indicated on the Drawings, ho�+ever it
shall be the responsibility of the CONTRACTOR to aetermine the proper size.
B. AlI oU�door panels shall be provided wiih stainless steel sunshade �tructures.
1,8 ELECTRICAL EOUIPMENT
A. All e2ectrical equipment sha11 be capable of operating �uccessfully at �ull-z'ated loaa,
without failure, with ar� ambient air temperatuz-e of 0 Deg F to 131 Deg F and an
elevatian af 1000 £eet (MSL).
3181006 16050 - 4
City of Fort Worth GENERAL PROVISIONS
West 5ide IV Project — Eleva�ed Tank
B. All electrical devices and equipmen# shall have ratings based on 75 Deg C
tenninations.
� .9 AREA CLAS�IFICATTONS
I A. Wet Locations: Materials, equipment, incidentals, and wark in areas identified as wet
locations shall meet NEC and NEMA requir�ments for wet locations. Enclosures
shall meet NEI�'iA 4X requu•en�ents unless otherwise indicated, Conduits shaIl be
tenninated at enclosures with watertight, threaded hubs. The following areas shall be
� i considered wet locations:
1. AlI areas on this project.
B. Carrasive Locations: There are no corrosive locations at tbis facility.
1.10 SCHEMATIC llIAGRAM� AND BLOCK DIAGRAMS
A. Schematic diagrams and Block diagrams are provided for the CQNTRACTOR'S
guidance in fulfilling the operational intent o�the Contract Documents. They do not
necessarily show all required connections. Wiring such as wiring for push-to-test
pilot lights or supply power to timing relays may not be shown for clarity.
B. It shall be the CONTRACTOR'S responsibility to meet all safety and electrical
codes, and to pra�ide aXl equipinent, appurtenances and specialty ztems required ta
meet the requirements of the Cantract Documents.
C. Review of wiring diagrams subinitted by the CONTR.ACTOR shall not relieve the
CONTRACTOR of the contractual responsibility to provide complete and
successfi�lly aperating systems.
1.11 SYSTEM STARTUP
A. Systein Startup: Confonnto the requirements of Section �1 b55, Starting and Placing
Equipmcnt in Operation; Section 016b0, Fie1d Tests of Equipment; and Section
01731, Tnstruction of Operafiions and Maintenance Personnel.
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION (NOT USED)
+ + END OF SECTION + +
s�sioo6 16050 - 5
City of Fort Worth
��J�st Side N Project — Elevated Tank
SECTION 16111
R]GID CONDUIT
PART ] - GENERAL
l.1 DESCRIPTION
RIG�D C�NDUIT
A. Scope:
]. CONTRACTOR shall pro��ide alI ]al�or, materials, eguiprnent and incidentals as
sha«m, specified and required to fu�7lish and install x-igid conduit and fit#in�s to
fortn comp]e#e, coordinated and grounded raceway systems.
2. The ty�es of condui# required include the following:
a. Rigid steel conduit for exposed in dry and wet ]ocations.
b. PVC coatr-.d rigid steel for co��duit entering or exiting cancrete.
' B. Coordinat�on:
l. Conduit runs shown are diagramanatic.
�. � 2. Coax�dinate cnnduit ii�stallation v��ith �iping, ductwork, lighting fixtures and
other systems and equipment and locate so as ta avoid interferences.
C. Related Sections:
1. Section D1045, Cu#tin� and Patching.
2. Section l GO50, General Pxovisions.
3. Section l6i 12, Flexible Conduit.
4. Section l 6l 14, Expansian Fittings.
l .2 OUAL7TY ASSURANCE
A. Reference Standards: Comply v�>ith a�plicable pro�=isians and recoinmendations of
the fo]]ov�ring, excc�t where otherwise shown or specifed:
1. NEC Ay-ticle 346, Rigid Metal Cond�rit.
3. UL Siandard No. b, Rigid Metal Electricai Conduit.
4. UL Standard No. 514, Elec#rical OutIet Boxes and Fittings.
5. A1�r5I C80.I, Specification fQr Zinc Coated Rigid �teel Conduit.
1.3 SUSMITTALS
A. Shop Drawrngs: Submit for approval the fallowing:
L Manufacturer's catalog cuts and technical information for the condurt, fittings
and supports praposed for use.
PART 2 - PRODUCTS
2.1 MATERIALS
s�sioo6 16111-1
City of Fo�-t Worth
VVest �ide IV Pi-oject — Ele��ated Tank
RIGID CONDUIT
A. Ri�id Steel Conduit, L-]bows a�id Cou�lings:
l. ?19�atr�-ial: Ri�id, 11r��r�}� �n all, mild steel, hot di� �ali�a�lized, sn3ooth interior,
ta�ered ihreads and rarefi�lly rea»�ed cnds; 3f�-inch NPS minimuin size.
2. M�r»f�ctiirer; Pro��ide ri�;id 5teel conduit and fittin�s af ane of the following:
a. A�1icd Tube and Conduit Cnr�oration.
b, Re�ubIic Ste�l Carporatian.
�. Triangle P1UC Incarporated.
d. Or equal.
B. PVC C�a1�d Ri�id Steel Co»duit, L-]bot��s and Coup�ings:
1. A�aterial: Ri�id, heavy ���a]I, mild steel, 17ot dip gal`'anized, si��ooth i��tez�ior,
ta��e�-ed tllreads, ca�-efully �-ea�1��d ends, 3/�-inch NPS �niniinutr� size with a
cxterior factory coatin� af �0-miI thick pol�J��inyl ehlariae and an inte�-ior
coatin� of 2-mi] thick urethane.
2. Color: Color of co�ting sha]] be tlie same on all conduit and fitfings.
3. Ma»ufacttarer: Pi•o��idel'VC coated rigid stee� conduit a�7d fittings ofoneofthe
fo]]owing:
a. Robroy Industries.
b. Ocal B7ue.
b. Or equal.
C, Metallic Conduit 1'ittin�s and Outlet Bodies:
1. ]19aterial and Consti-uction: Cast �ray iron alloy, cast �3�allcable ironbodies and
co�rex-s. Outdoox- uz�its shaIl be gasketed and ���ate��ti�ht. Gaskets shall be oian
c�j]�l"OVeCI t�'aJC E��57�'i1C(� fOI' t}l� �IUI�?OSE. Impror�ised �askets are not acceptable.
AlI units shall b� tlireaded t}l�e urith five full threads. Material shall confor�n to
A�SI C80.4 and s]�all be listed by UL. Fittings and bodies in or on PVC
eoated cnnduit ru�1s sl�all have an exterior factory-a��lied coating of 40 �nil
thick polyviny] chloride, an i�3terior coatin� of2-i��il t}�ick urethane, a�Id V-seal
gasketing,
2. Ma�lufactu�-er: Pravide �neta]Iic co�lduit fittings a�1d outlet bodies afane ofthe
folIowing;
a. Robroy Industries.
b. Oca] Blue.
c. O-Z/Gedney Company.
d. Crouse-Hinds Company.
e, Or equal.
33810U6 ���11-2
City of �ori Worth RIG]D CONDUIT
1�I�est Side IV Project — El��•ated Tank
D. Canduit ��ubs:
. , ] . Material: Tl7��aded canduit hub, ��ib�-�t�o�� �roof, ���eather �roof v��ith captive
O-ri��g s�a�, rinc mcla] ���ith insulated ihroat. I�ubs used on PVC coated
condu�t s��ste�7�s sllall l�ave a factory applied PVC coatrng.
2. Use: Pro�ri�e fnr a11 conc�uit t�rn�inations to i�oxes, cabinets a3�d nther
i'� enclosures ]ocated in areas designated as set ]ocatians.
3. Manufaciure��: Pro�-ide ��7ateria] manufactured by M�fe�•s Eleetrical Prod�cts
. , Company, or equal.
E. Conduit Tags:
]. A�aferial: ] 9�au�e, l-1/2-incl� dian�eter t-ound brass wiih back-filled ]egend,
St��le #250-BL as ma�lufactured by Seton ]�Tameplate Corpos•ation, or egual.
� PART 3 - EXECUTION
3.1 IN STALLATI ON
A. Install in confornlance «-iih National Elgctrrcal Code require;x�ents.
B. Supports:
1. Rigidly s�ppart ronduits ���ith clamps, hangexs ar Unistrut channe]s.
2. S�.ipport single conduits by ineans ofone-hole �ipe claxnps in combination with
one-screw b�ck pla#es, to raise conduits fi-om the support surface. �uppart
multiple �-uns of conduits on trapeze type hangers with steel horizontal
members and threaded han�er rods, Kindorf or equal. Rods shall be not less
than 3/8-inch diameter, and shall be cadmium coated.
C. Fastenin�s: Fasten racev��ay sys#e�ns ri�idly and neatly to supporting struetures by
the following me#hods:
1. To Woad: Wood screws.
2. To Ha11ow Masonry Units: Toggle bolts.
3. To Brick Masonry: Price expa�nsion �olts, or equal.
4. To Concrete: P1�i11ips; Hi1ti Carporation; or equal, �nchors,
5. To Steel: Welded thr�aded studs, beam cla7nps or bolts with lockwashers or
locknuts.
D. Exposed Conduit:
1. Install ,parallel ar pe�pendicular to structural meir�bers or walls.
2. Wherever possible, ran in graups. P�-or�ide �alvanized conduit racks of suitable
wiclth, length and hei�ht and arran�ed to suit field conditions. Provide support
at every 10 �eet minimum,
3. Install on structural me�iabers in protected locations.
4. Locate clear o�interferenccs.
5. Maintain b-inches from hot fluid lines and 1/4-inch from walls.
6. Install vertica] runs plumb. Unsecured drop ]ength shall not exceed 12 feet.
�israo6 IbI1I-3
City of Fort Worth
��est Side IV Praj�ct — Ele��ated Tank
RIGSD CONDUIT
E. Conduit E�Z�bedded in Cpncrete:
l, Separaiian: Three tir��es outer clia�netez- of ]argei• conduit center to center.
2. nRini�r�um S1ab Th�ckness:
a. ��1�ith �10 c�-issc�-ossi�ig of cc��iduit, iY1]'ee f1713�5 OUiEi (�18171�iEi O�CpriC�l.l]t.
b. «�ith c�•isscrossin� of co�lduits, fo�r times outer diarneter of ]ar�er
conduit.
3. Run conduit an center df slab.
4. A]] conduits e�ite�•in� or exiiing concrete sl�aJ� be 1'VC coated I2 inches on each
side of air/concrete inter#'ace.
F. Indi��idi�a] Underground Conc3uits:
l. ]nstall ii�di��idual uT�der�round conduits a minimU77� of 24-inches belaw �rade
unless atherv�•ise indicated or as i-equired to ar�nid existing obstructions.
2. Perfori�� al] exca��ation, beddin�, backfilling and sw�face restoration including
pavemc��t a-eplace�rlent where requiZ-ed.
3. Make conduit connections watertight.
4. Protect conduits by concrete encaseir�ent.
G. Empty Conduits:
l. Insta]] nylon �ull ���ire in each e�n��t� canduit and cap conduits not tenl�inating
in bo�ces ���ith pern�anent fittings designed for the purpose.
2. Ideniify each empty conduit «�iih a durable ta� sho���ing the conduit nun�ber
indicated on the Drawings.
H. Fie]d Bends: �To inde7�tations. Dia7r�eter af canduit shal� not vary more than 15
percent at any bend.
I. Joints:
1. A��ply conductive compound to all jaints befare asseialbly.
2. Il�ake up joints ti�ht and ground thoroughly.
3. �Tse sta�ldard tapered pipe ih�-eads for conduit and fittings.
4. Cut conduit end� squar•e and ream to prevez�t damage to wire and cable.
S. Use fu]] threaded couplings. Split co��lings are not pen�aitted.
6. Use strap ���re»ches a�zd vises to install conduit. Replace conduit with wrench
znarks.
7. 1�1p�aly zine-ri ch paint to exposed th�-eads and other areas af galvanized conduit
systcm whcre the base metal i� exposed.
J. Temiinations:
1. Install threaded hubs on conduits entering boxes or cabin�ts.
K. Moisture Protection:
1. Plu� or cap conduit ends at tiia�e of insfallation to prevent entrance ofrnoisture
or forei�n materials.
2. Make undez-graund and eai�bedded conduit connections watertight.
3. Thruv��aIl Sea1s: Install far conduits passing through new �xteribr subsurface
v��alls or base slabs of buildings and far conduits passing through existing
3�aiao6 1b111-4
City of Fort Worih
West Side IV Project — Ele��at�d Tank
RIGID CONDUIT
� exi�riar ���alls. For indiv�c�ual exposed co��duits passing through interior ���al�s,
install no�l-met�l�ic sleeves to proteci the conduit a�ainst action of alkaline
substances which ���ay be �i-esent.
� 4. Drainage: Pay �az-ticuYaz� attention to d�•ainage far conduit runs. Wherever
possih�e, iz�stsll co��duit runs so as to drain to �ne r-nd and away fz-�m buildings.
� � Avoid pock�ts or dcpressions in conduit runs. VI'hei-e conduits enier• bui]dings
b�low �rade, sea] inside of conduit to forj�n a ����it�r-ti���t seal around cal�les to
, prevent tlle cnt�y of ���ater inia b�ilding. Seala�it shal� be Silicone and shall
' i forin an e�aston�eric con�pression seal. Sealai�t shall be Fire Ba�•rier 2401
' Silicone RTV Foam or equal.
L. Carrosion Proteciion:
1. Te�7ninate cor�duit stub-ups in couplings, slig]atly above the finished conerete.
2. Dissimilar Metals:
a. Take er�er� action to �i-ezrent the occur�-ence of electrolytic action between
dissi�nilar ��etals.
b. Do not use ea1�pEr pz-oducts in conneciion with a1uminurn work, and do
not use aluminu�n in locations subject fo d�•ainage of copper compounds
on the bare aluminum.
c. Back painf aluminuan in c�ntact v��ith masonry or concrete with two coats
of aluminurn-pi�mented bituniinaus paint.
M. Care drill for individual condUits passing thraugh exisiing concrete walls or slabs.
Obtain authorization fa-o�� ENGINEER prior to core drilling. Seal spaces axound
conduit in accordance ��ith Division 1 requireinents.
3.2 TESTING
A. Test conduits by pulling throu�h each conduit a cylind�-ical mandrel not less then two
�ipe inside diameiers ]ang, ha�ring an outside diameter equal to 90 percent af the
inside diameter af the canduit.
B. Maintain a record, by nui�zber, of all conduits testing clear.
3.3 IDENTIFICATION
A. Tag all conduits at the ends and in all intennediatebo�es, chambers, handhales and
other enc�asures. Fasten tags to conduits with No. l4 AWG insulated copper wire.
Where ihis method is not practical, fasten to the adjacent masonry by means of
expansion bolts.
B. Revise conduit i�entification numbers on record drawings, if nec�ssary.
+ + END OF SECTION + +
3181DOfi 16i I 1-5
City of Fori Worth FLEXIBLE CONDUIT
West Side N Project — Pump Station
SECTION 16112
FLEXIBLE CONDUIT
PART 1 - GENE}tAL
]..1 DESCRIPTIQN
`' A. Scope: CONTRACTOR shaIl provide all labor, materials, equipxiaent and incidentals
' � as shown, speczfied and required to furnish and install flexible metallic conduit and
�ttings.
1.2 OUALITY ASSiJRANCE
I A. Reference Standards: Comply with applicable provisions and recomrnendatians o�E
the foIlowing, except where otherwise �hown or speciiied.
,. 1. NEC Article 351, Liquid-Tight Flexible Metal Conduit.
2. UL Standard No. 3G0, Liquid-Tight Flexik�Ie Steel Conduit.
1.3 SUSMITTALS
A. Shop Drawings: Submit for approval the follawing;
1. Manufacturer's catalog cuts and technical information for flexib]e conduit and
' fittings pro�osed for use.
, PART 2 - PRODUCTS
2.1 MATERIALS
A. Flexible Conduit {Nan-hazardous Areas):
1. Material: Flexible ga�vanized steel core with smooth, abrasion resistant,
liquid-tight, palyviz�yl c���o�ride cover. Continuous copper ground built in for
sizes 3/4-inch through 1-1/4 ineh. Material shall be UL listed.
2. Praduct and Manufacturer: Provic�e one af the following:
a. SEaltite UA by Anaconda Metal Hose Division, Anaconda American
Brass Company.
b. Liquatite Type L.A. by E�ectric-Flex Cornpany.
c. Or equa�.
�
3�a�ao� 16112-1
City of Fort Worth FLEXIBLE C�NDLTIT
West Side IV Project — Pump Station
B. Flexible Conduit (Hazardous Areas}:
1. Material: Flexible brass iivier core with bronze outer hraid and protective vinyl
plastic coating. St�el end fittings. Suitable for use in CIass 1, Group D,
Divisian 1 hazardous area. Minimum of 12-inches in lengih.
2. Product and Manufacturer: Provide ane of the fallovving:
a. Type �CG.TH or ECLK by Crause Hinds Company.
b. Type EXG1H oz EXLK by Appleton Electric Company,
c. �x equal.
C. Flexible Conduii Fittings:
1, Matez'ial aa�d Const�`uctioi�: Malleable iron with ead�niuin �i�ish, Fittings shall
adapt tlle coi7duit to sta�idard thr�aded conn�ctions, shall have an inside
diameter nat Iess than that o�ihe correspai�ding standaz�d conduit size and shail
be UL listed.
2. Manufacturer: Pro�ide nexible co�iduit fittings of one of the faIlowing:
a. Crouse-Hinds Co�npan.y,
b. Appleton Electric Company.
c. Or equal.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Insta�l at n�otors and equipment which are suhject to vibrataon or requzre mo�ement
f�r maintenance purposes. Provide necessary reducer wl�ere equipment furnished
cannot accepi 3/4-inch size flexible conduit. Lin�it flexible conduit Iength to three
feet maximum.
B. vistall in confoi7liance witl� National Electrical Code requirements.
+ + END OF SECTION + +
s� s i o06 16112-2
City ofFort Worth EXPANSION FITTINGS
West Side N Projeci — Pump Station
SECTION 16114
EXPANSION �'TTTINGS
PART 1 - GENERAL
1.1 DESCRIPT�ON
`� A. Scope: GONTR.ACTOR sl1all provide all ]abor, materials, equipment and incidentals
�- as sha�vn, specified a�d required to fiirnish and install conduit expansion arzd
deflection fittings.
1.2 QiJALITY ASSj.JRANCE
� A. Comply with applicable provisions and recommendations of the following, except
� where othezwise shown Qr sp�cified:
. 1. NEC Article 3{�0, Wiring Methods.
2. UL S#andard S I4, Electrical Outlet Boxes and Fittangs.
3. UL Standaxd 467, Electrical Grounding and Bonding Equipmen�.
1.3 SUBMITTALS
A. Shop Drawings: Subinit for appraval the following:
1. Ma��ufacturer's technical informatian for expansion and deflection fittings
proposed for use.
2. Listing of ]ocations where fitkings are to be used. '
PART 2 - PRODUCTS
2.1 MATERIALS
A. Cast gray iron alloy or bronze end couplings, malleable iron or hot dipped galvanized
body, stainless steel clamps and tinned capger braid bonding jUmper. Fittings shall
be watertigl�t, corrosion-zesistant UL listed and compatible with the conduit sysfiem.
B, Pr�duct and Manufacturer: Provide one of the following:
1. Type DX for expansian/deflection or AX for expansion only by O-Z Gedney
Cornpany.
2. Type XD for expansion/deflection or Xr for expans�on only by Crouse Hinds
Company.
3. Or equal.
3�siaa6 1611�4-1
City of Fort Worth EXPANSION FTTTINGS
V4rest Side N Pxoject—Pump Station
PART 3 - EXECUTION
3.1 TNSTALLATION
A. T�stall fittings in co�lfai-���a�lce wiih il�e National Electrical Code where necessary to
compensate for thermal expansion and contraction.
B. UistaZl expansio�aldeflectioz� fittings where conduits cross structural expansia�i joints.
C. Where �•equired in non-rnetallic canduit and duct systEms, prov�de necessary
couplings to make transitaon to ihe tiv-eacied metallic fitting.
+ + END OF SECTION + +
3 l S] 006 16114-2
City of Fort Worth LJNDERGR�UND DUCT BANi�S
� West Side N Project — Pump Station
SECTION 1 G 116
UNDERGROi]ND DUCT BANKS
PART 1 - GENERAL
1.1 DESCRIl'TION
A. Scope: CONTRACT�R s17a11 pravide al1 labar, Y��aierials, eq�iipment and incidentals
as shown, specified and required to furnish a�3d install underground duct ba��lcs. A
duct bank consists of two (2) �z more conduits.
B. Coardination: Duct bank routing on fhe Drawings is diagrarnmatic. Coardinate
� installation with piping and other undergrouz�d systems and structures a��d locaie
clear of interferences. E�isting duct �anks will be encountered. Ductbanks provided
, under this contract sl�all �e ii�stalled ur�der existing duct banks to avoid interference.
C. The CONTRACTOR shall provide the duci banks (coylduit only with pull-string) for
ihe serving electric utility's prinlary power feeder circuits, as substantially indicated
on the Drawings. The CONTRACTOR shall coordinate with ihe electric utility
cornpany for all requirements, tie-ins, and s13a11 coordinate the exact routing,
including all road crossings.
D. The CONTRACTOR shall provide fhe ducibank (conduit only with pull-string) for
the telephone compauy's cable as substaniially indicated on the Drawings. The
CONTRACT�R s17a11 cooz�dinate with the telephone company fc�r al1 re�,uirements,
tie-ins, and shall coordinate the exact routing.
E. Existing concrete and aspl�aIt roadways which require cutting shall be repaired to
match existing.
F. Related Sections:
1. Section 02220, Excavation and Backfill.
2. Section 03300, Cast-In-Place Concrete.
3. �ection 16111, Rig�d Conduit.
4. Section 16117, ManhoIes and Handholes.
I .2 QUALITY ASSURA.NCE
A. Reference Standards: Comply wifh appiicabte pravisions and recammendations of
the National Electrical Cade and National Eleetrical Sa%ty Code.
3�s�oo6 16116-1
City ofFart Worih i_JNDERGROLTND DUCT BANKS
West Sic3e N Proj ect — Pilrnp Station
1.3 SUBMITTALS
A. Shop Di•awings: Submit for approval the following:
1. Layouts shorn+ing ihe pro�osed routing af duct banks and the locadons of
manholes and handholes.
2. Profiles af duct banks shovving crossings with pipi�lg and other undergraund
systems.
3. Typical cross sectzo�s,
4. Installatian procedures.
5. Manufacturer's iilfor�i�atian on saddles, separators, and spacer5 proposed for
use.
B. Record D;�awings: Inclt�de tlle actual locatiaz� of manholes/handholes and the actual
�-ouiing of underground duct z•uns an zecord drawings.
PART 2 - PRODUCTS
2.1 MATERIALS
A, Back�ll: Select bacl�fill in accordance t=viih Section 02220, Exca�atioz� and Backfill.
B. Reinfarcenlent; In acGardance wiih this section.
C. Concrete: In accordance wiih Section 03300, Cast-In-Place Concret�.
D, Coi�duit: Schedule 4Q PVC conduit in accordance with Section 16111, Rigid
Conduit. Use PVC coated GRS type elbaws/sweeps in accordance with Section
16111, Rigid Conduit.
PART 3 - EXECUTI�N
3.1 INSTALLATTON
A. Provide excavation aud backfiZling required for ductbank installation.
B. Make duct bank instal2ations and penetratioias thrau�h foundation walls watertight.
C. Tap of ductbanks s��a11 be a n�inimurn of 24-inches below grade, unless ath�rwise
approved by the ENGINEER.
3 i s �oa6 16116-2
City of Fort Worth LTNDERGROiJND DUCT BANKS
West Side N Project — Pump Statian
D. Assemble duct banks using ��on-magnetic saddles, spacers az�d separators. Position
separaiors to provide 3-inch n�inirl�um concr-ete separation between the outer surfaces
of tlle ducts, Use support systenls as manufactured by CarIon, Underground Devices,
or eq�ial.
E. Provade a 3-inch minimun� concrete eovering on botl� sides, top and bottom of
cancrete envelopes araund conduits. Add red dye to concrete used f�r envelopes or
trowel a coloring nn ihe concrete for easy identification during subsequent
excavatian.
F, Fin�aly fix ducts in p)ace ciuring pouring oFconcrete. Carefully spade and vibrate the
coylcrete to ensure fillii�g of all spaces between ducts.
G. Make bends with sweeps of not less tha�i 48-inch radius ar 5-degree angle couplings
for conduits sized 4 inches and larger.
H. Make a transition from non-me#aIlic to rigid steel conduit where duct banks enter
st�-uctur�s or turn u}�ward for co��tinuation above grade. ContinUe ducts inside
buildings with ngid steel condurt.
I. Reinforce duct banks as fallows:
1. Unless otherwise notec� on the Drawings, rei�lforce with No. 4longitudinal steel
ba1-s placed at each eorner and along each face at a maximum pazallel spacing of
18-inches on centers a�ld No. 4 tie-bars tx-ansversel� placed at 18-inch maximum
Iongitudinal intervals.
2. 11rlaintain a maximum clearamce of 1-inch frorra bars to the edge of the eoncrete
encasement.
3. Reix�forcement s11a11 be used wheze duct banks are under roadways.
Where ducts e��ter str�xctures such as manholes, handholes, pu�lbaxes, transfonner
and switchgear compariraents, or buildings, tern7inate the ducts in suitabXe end bells,
insulated bushings or couplings a�a steel conduits.
i�
K. Do not backfill with mater�al con#ai�ung ]arge rock, paving materials, cinders, large
or shar�ly angu�ar substances, corxosive material oz oiher materials which can
danaage or conti-ibuie to conosion c�f ducts or cables or prevent adequate compaction
of fill.
L. Slope duct runs for drainage toward �nanhales and away from buildings with a slope
af approximate�y 3-inehes per 1 DO feet.
3isioo6
16116-3
City nf Fort Vi�orth j_INDERGRQLTND DUCT BANKS
West Side N Project — Pump Station
M. I�asta�l a bare stranded copper duct bar7lc ground in each duct bank envelope. Make
ground electrically continuous throughout the entire duct bank system and connect
to switchgear and nloto�' cot�tral cearter {MCC) ground buses and to steel conduit
extensian5 of the undcrground duct system.
N. After completian of the duct bar3k a��d prior to pulling cable, pulI a mai�drel, �iot �ess
thazi 12-inches long and wiih a cross section appzoxi�l�ate]y l/4-inch less than the
inside crQss sectian of the duct, throt�gh each duct. Then pull a rag swab or sponge
through to rnake certain that no particles of ea�th, sand or gravel have been Jeft in the
duct.
O. InstalY a wartling ribbon approximafely 12-inches be3ow finished grade over all
undergrou�id duct ba�lks. The identifying ribbon sha]l be a PVC semi-meiallic tape,
3-inches wide, yellaw color, permaneY�tly imprinted with "CAUTION BURIED
ELECTRIC L1NE BELOW" in black letters.
P. Plug azad seal watertight aIl empty spare ducts entering buildings and structures. Seal
watertight all ducts in use ezitering buildings and structures.
Q. Tnstall duct banks in coiZformance with National Electrical Code, and National
Electrical Safety Code.
-�- + END OF SECTION + +
3 ] 8100fi 16116-4
City of Fort Warth MANHOLES AND HANDHOLES
West Side N Project — Pump Station
SECTIOiV 16117
MANHOLES AND HANDHOLES
PART 1 - GENERAL
1.1 DESCRIFTTON
A. Scope: C�NTRACTOR shall provide all labor, maierials, equipn�ent a�1d incidentals
as shown, specified and required ia funiish and instaII manholes ai�d handholes.
B. Coordination: Coordinate manhole and haiadhole ins#allation with piping, sheet
piling �d other und�rground systems and structures a�ld locate clear of interferences.
C. Related Sections:
1. Section 02220, Exca�ation and Backfill.
2. Seetion 03300, Cast-In-Place Concrete.
3. Section 1 bX 1f, Underground Duct Banks.
1.2 OUALITY ASSURANCE
A. Reference Standards: Cojnply with applicable provisians and recommen.datinns of
the follawing exc�pt where otl�erwise shown or specified:
1. National Electrical Code.
2. National Elect�ical Safety Code.
3. ASTM A 48, Gray Iron Castings.
4. ANSZ A143, Safety Requirements for Fixed Ladders.
5. OSHA.
1.3 SUBMITTALS
A. Shop Drawings: Submit for approval the following:
�. Manufacturer's technical information for manholes, handholes and accessories
praposed for use.
2. Drawings showing interior ai�d exterior dimeiasions and details of openings,
jointing, inserts and reinforcing.
3. Sump pui��ps proposed �or use in manholes.
PART 2 - PRODUCTS
2.1 MATERiALS
A. Material and Canstruction:
3istao6 15117-I
City of Fart Worth MANHOLES AND HANDHOLES
West Side N Project — Pump Station
1. Precast or cast-in-place type of reinforced concretE.
2. Mini�nun3 interior dimensions as indicated on the Drawings.
3. Duct entrances sized and ]ocated to suit duct banks.
B. Accessories:
1. Frames ai�d Covers:
a. Maierial: Covers azld fra���es sJial] be cast aluminunl a]]oy, class H-20
highway rated.
b. Covers: Round 30" diameter, wateriigltit, sealed type marked with manhoie
or handhole as designated on t]Ze Drawings in raised two inch letters.
c. F�-ame sha�l be grouted on the manhaZe ar haa�dhole.
d. Manufacturer: Pro�ide frames and covers of one ofthe folIowing:
1) Neenah Foundry Company.
2) Flockhart Foundry Company.
3) Campbell Foundry Gompany.
4) Or equal.
2. Pulling Irons:
a. Material: Galvanized steel.
b. Cast in ihe wall opposite to tl�e ce�lterline of each incoining duct bank and
12-inclles below ce�iterline of bottom line of ducts.
c. Product a�1d ManufactUrer: Pra�vide one of the folIawing:
1} Cat. No. DU2T3 by McGr�w Edison Cornpany.
2) Cat. No. S 119 by A.B. Chance Company,
3) Or equal,
3. Cable Racks:
a. Material: Galvanized steel.
b. Cal�le racks sha11 adequate�y support c�bles witl� space a�lowed for future
cables.
c. Eaeh rack shall be a�ertical assembly of 24-inch cable z-ac�es extending
from witl�in 6-�nches af the n�anhole roof slab to within b-inches of the
manhole floor.
d. Product and Manufacturer: Provide one o£the fol�owing:
�) Cat. Na J-5125 by Joslyn Manufacturing and SUpply Company.
2) Gat. No. 2125 by Hubbard and Company.
3) Or equal.
�4. Cab1e Hooks:
a. Materia�: Galvanized steel.
b, Length: '1-1/2-inch miniz�n.um.
c. Product and Manufacturer: Provide one of the %]lowing:
1) Cat. No. J-5132 by Jos1}m Manufaciuring and Supply Cornpany.
2) Cat. No. 2132 by Hubbard and Company.
3) Or eguaZ.
5. Insulators:
a. Material: Parcelain.
3181006 16117-2
City of Fori Worth
West Side N Praject — Pump Station
�
7
MANHOLES AND HANDHOLES
b. Product a�ld Manufacturer: Provide one of ihe foilowing:
1) Cat. No. J-S l22 by Jasl�ni Manufacturing and Supply Company.
2} Cat. No. 212Q by Hubbard and Company.
3) Or equal.
Maz�l�ole Access; Provide one (1 } re�novable aluminum drop-in Iadder for
acc�ss into manholes.
Sump Pumps: All Ma��l�oles shall be fiin�ished ��viih an autoznatic operating
sunip purrap. Sump �u�xap shall operate on 120VAC anc� sha11 receive power
froin a CONTRACTOR pro�ided 120VAC duplex receptacle (with
weatherproof cover) i�zstalled in eacli Manhole. Sun�g pump shall be sized for
SQ gallons-per-minute (minimun�} discl�arge rate, Sump puinp discharge piping
sliall be schedule 80 PVC pipe suitable for this use and shali be routed to
discharge into ihe drain piping system. Coordinate routing with Engineer on
site prior to installation.
PART 3 - EXECUT�ON
3.1 INSTALLAT�ON
A. Install manl�oles and handholes where shorvn on Drawings. Verify final Iocations
• � in field. CONTRACTOR si�aIl be r�sponsible far all excavation and backfilling
; requxr�d for installation.
, �,
B. Complete installation o�'manholes and hayidholes so that structures are watertight.
C. Cable Racks:
1. Attach with 3-inch hy 3/8-inch diameter "tamp-in" studs rnounted in 1-inch
hol�s drilled ixato walls of nl�iholes in the absence of inserts.
2. Provide cable hooks to support each cab�e an each rack along the cable run
within the manholes.
3. Tndividually suppart each cable at each hook on porcelain insulators.
4. In fhe manhole securely tie each cable in place at each insulator block to
prevent excessive movement of insulatars, cables, oz fireproof tape. Tie cables
with z�on-metallic 31�-inch strapping tape as manufactured by 3M or tie down
wath nylon straps.
D. Grnunding: Tnstall a 3/4-inch by 10-foot copper-clad gound rod. Bond all e�rposed
metal accessories and th.e conerete reinforcing rods with No. 4 AWG rx�inimum bare
copper wit'e and cannect to the �,xound rod and to the ductbank ground cable.
E. Sump: Provide a 12-incla x 12-inch x 6-inch sum� in flaor fox locating the surnp
pump.
3181006
16117-3
City ofFnrt Worth MANHOL�S AND HANDHOLES
West Side N Project — Pump Station
�'. Provide grading rings fpr manholes and handholes wkaen required to adjust cover to
proper grad�.
G. Provide a minimum of 24" separation pf insti�umexat cables froxzz power cables inside
of manholes and handho]es.
+ + END OF SECTION + +
3181006 1 � 1 1 %-4
City oiFort Worth
West Side N Project — Pump Stati�n
SECTION 16121
600 VOLT CABLE
PART 1 - GENER.AL
l.1 DESCRIPTION
6�Q VOLT CABLE
A. Scape:
1. CONTRACTOR shall provid� all labor, materials, equipment and incidenta�s
as shovwn, specified and required to fun7ish and install �OQ-volt cable.
2. The types of cabie required include ihe following:
a. Insulated cable for installation in raceways.
b. Insulated cable for insiallation in cable trays.
B. Related Sections:
1. Section 16124, Instrumeiltation Cable.
2. Section 16390, Grounding Systems.
3. Section 16480, Motar Control Centers.
l.2 QLTALITY ASST_TR.ANCE
A. Requirements of Regulatory Agencies:
�- 1. Codes: Cable shall be installed in accordance with the standards and
recommendations of #he National Electrical Code and with local codes �vhich
app�y. VJhere di�crepancies arise between codes, fhe most restrictive regulation
shall apply.
2. Tests by Indepenc3ent REgula#ory A�;encies: Cable shall bear the ]abel of the
Undervvriters' Laboratories, Inc.
B. Reference Standards: Comply with applicable provisions and recommendations of
the following, excep# where otherwise shown or specified:
1. ASTM B 3, 5oft or Annealed Copper Wire.
2. ASTM B S, Concentric-La}�-Stranded Copper Conductors, Hard, Medium-hard
or Soft.
3. IPCEA 5-66-524, NEMA WC7-1971, Crvss-linked-tk�erznosetting-
polyethylene-insulated Wire and Cable for the Transmission and Distributian
of Electrical Energy.
4. National Electrical Code.
5. UL Standard No. 44, Wires and Cables, Rubber-Insulated.
.�
3181006 161�1-1
City af Fort Worth
West Side N Proj ect — Pump Station
1.3 SUBMITTALS
600 VOLT CABLE
A. Sl�op Drawings: �ub�nit for approval the fol]owing:
1. Maiiufacturer's literature, specifications, and engineering data for G00 volt
insula#ed cable.
B. Test R�cards: Submit for review copies of written records of field insulation
resistance test results.
PART 2 - PRODUCTS
2. � MATERTAL�S
A. Insulated Cable In Raceways:
1. Material: Single or multi-conductor copp�r caUle conforming to ASTM B 3
and B 8 with flame-retardant, n7oisture and heat resistant thermaplast�c
insulation rated 90 Deg C in dz-y locations and 75 Deg C in wet locations and
listed by UI, as type THHN/THWN.
2. Application: Use type T�II3N/THWN for al1 sizes unless otherwise indicated.
3. Wire Sizes: Not smaller than No. 12 AWG for power aiid Iighting and No. 1�l
AWG for 120 volt contral circuits.
4. Stranding: AIl 600 volt cable shall be stranc�ed, except for No. 12 AWG and
Na. 10 AWG cab�es used for lighting and receptacles which may b� solid.
5. Manufacturer: Provide cable o�'one o�the folZowing:
a. The Okonite Company.
b. Or equal.
B. Cable %r Installatzon in Trays:
1. Material: Factory assembled cable, single ar n�ulti-conductor as required by the
CONTRACT DRAWIl�GS, type TI-II3NITHWN bearing the LTL label, type TC
and specifically approved for installation in cable trays.
2. Manufacturer: Provide tray cable of one of the fol�owing:
a. The Okonite Company.
b. Or equal.
C. Cable Connectors, Solderless Type:
1. For wire sizes up to ##6 AWG, use compression type.
2. Product and Manufacturer: Provide one of the following:
a. T 8� B Sta-Kon.
b. Burndy Hylug.
c. Or equal.
3. Far sizes #� AWG and above, use cither conlpression type or bolted type with
silver-plated eontact faces.
sisiao6 15121-2
Ciiy of Fori Warth 600 VOLT CA.BLE
West 5ide ]V Project — PUn�p Station
4. For sizes #250 kcmil aiid larger, use cannectar� with at least 2 cable clainping
e]ements ar compression indents ar�d provision far at leas# 2 bolts for}oining
to apparatus terminal.
5. Properly size connectors io fit fastening device and wire size.
I D. Cable and Conductor Markers:
1. Each conductor shall be tagged wiih its associated power source designation.
�� e.g., LA-17 (Panel board Circuit nulnber), MCC-17 P/c (MCC bucicet #).
. 2. Product and Manufacturer: Provide the following:
a. Qn�ni-Grip by W.H. Brady Co�npa�ry.
' i b. Or equal.
E. Wire and Cable Tagging Tables:
1. CONTRACTOR shall deve�op and maintain during the eonstruction periad
"WIRE TAG TABLES" for all Control and Tiistru�ner�tation Conductars as they
are installed. Tables shall be formatted to show conduit/cable/wzre nvmber,
origin and termination, with the conduit nunlber and each with its conductor
listed .A 1" wide "Remarks" column shall be pro`�ided for special notes relating
to the cable or group of conductors. Sheets shall be 8-112" x 11" for insertion
in 3-ring binders.
2. CONTRACTOR shall su�mit an actual saniple encased in a plastic envelope
for approval wiihin 12a days of Notice to Proceed.
3. At camp]etian af construction, the CONTRI�CTOR sha11 provide four (4)
coal�plete sets of typed wire tables in 3-ring binders. Each sheet shall be
protected with a plastic envelope. binders sl�all be identified as Vo1. T, Vol. II,
etc. The tables shall be in numerical order.
PART 3 - EXECUTION
3.1 INST.ALLATTON
A. Insiall al] cables conlplete with proper tern�inations at both ends. Check and correct
fflr proper phase sequence and prapez nnotor rotation.
B. Pulling:
1. Use insula#ing types of pulling conlpounds containing no mineral oil.
2. Pulling tension shall be wiilain the Iimits recommended by the wire and cable
rnanufacturer.
3. Use a dynamameter where mechanical means az-e used.
4. Gut offsection subject to mechanical znean,s.
C. Bending Radius: Limit to 6 times cabl� overall diarneter.
D. Slack: Provide maximurn siack at all terminal points.
3181D06 16121-3
City of Fort Warth
West Side TV Project -- Pump Station
600 VOLT CABLE
E. Splices:
1. Install cable continuous, without splic�, frorn termination to termination.
2. Where indicaied on the Drawin�s, splice in junction box using termina� boards,
zn.cluding splices in manhoIes and/or handholes.
3. Sp2aces in. canduits are not allowed.
F. Identification:
Each cable and conductor $]ialI be identified in each pullbox, manhole and each
tern�inatian point wiih circuit ide�7tification markers. The markers shall self-
laminating vinyl on white bacl�ground and s��a�l be printed using a Brady "XC
Plus" printer or equal.
G. Phase Ide�lti�cation/Colar Coding:
I. A11 three phase circuits shall be identificd at ma��laoles/handholes, switchgear,
motflr cantrol centers, coiitrol panels and panelboards.
2. Thre� phase 48Q/277-volt systems shall have the fallowing color-coding:
Phase A-Brown
Phase B-Orange
Phase GYellow
Neutral- White or grey
�. Three phase 208/120-volt systems shall have the following colar-coding:
Phase A-Black
Phase B-Red
Phase C-Blue
Neutral- White
4. Grounding wire shall be green.
3.2 TESTING
A. Test each e]ectrica] circuit a�er permanent cables are in place to dennonstrate that the
circuit and connected equipxnent perform satisfactarily and that they are free from
iznproper grounds and short circuits.
B. TndividuaZly test 600 volt cab7es far insUlatio� resistance bch�v�en phases and from
each phase to ground. Test after cabl�s are installed aild before they are put in
se:rvice with a Megger whose rating is suitable far the tested circuit. Tests shall meet
witli the applicable specz�cations of Il'eEA 5-66-524 and NEMA WC7-1971.
C. The insuIation resistance for any given conductar shall not be less than th� value
recomznended by the IPCEA or a rninimum of 1 megohm for 600 volt and iess
SeNICea if not IPCEA lzsted. Axry cable not meet�zig the recom.mended value ar
which fails when tested under full Ioad canditions shall be replaced with a new cable
for the fu111ength.
3f81006 i6121-4
City af Fort Worth
West Side N Project — Pump Statian
�
' A. Install in acc4rdance with the Natzonal Electrical Cade.
I
+ + ��] QF SECTYON + +
i�
I
60D VOLT CABLE
3181006 16121-5
City of Fort Worth TNSTRUMENTATION CABLE
West Sade N Projec# — Pump Station
SECTION 16124
INSTRUMENTATIQN CABLE
PART 1 - GENERAL
I.1 DESCRIPTION
A. Scope:
1. C�NTRACTOR shall provide ali labor, materials, equipment and incic�entals
as shown, specified and required to fumish, install, and terminate
instrumentation systexz� cables.
2. The types of cable include the follawing:
a. Shielded instrument cable.
B. Related Work:
1. Division 1.
1.2 SUBMITTALS
A. Shop Di-awings: Subn�it far approval the Foliowing:
1. Manufacturer's t�chnical iilformatiori for instrumentation cables proposed for
use.
PART 2 - PRODLTCTS
2.1 MATER7ALS
A. Single Shielded Pair and Triad Instz-u�nent Cab�e:
l. Bare, soft annealed copper, 7 strand, PVC insulated conductors, #16 AWG
minimum, twisted with aluminum-polyester shield, stranded tinned 20 AWG
capper drain wire and PVC oUter jacket. Rated for 600 v�lts. iJL listed far
cable tray use, sunlight resistant. The abbreviations "TSP" for twisted shielded
pair and "STT" for shielded twisted triad are used on the drawings.
2. Manufacturer; Prnvide shielded cable of one of the following:
a. Okonite Company, Okoseal-N Type P-OS.
b. Or equal.
B. Mul#i-paired and M��ti-triad Shielded Instrument Cable:
I. Bare, soft annealed copper, 7 stra�id, PVC insulated conductors, #16 AWG
minimum, twisted in pairs/triad� with aluminum-mylar shield ovex each
pair/triad, silicone rubber �berglass �re barrier tape, tinxzed copper drain wire,
3181006 16124-1
City of Fort Worth INSTRLJMENTATION CABLE
West Side N Project — Pump Station
aluminum myJar overall shield, PVC outer jac3cet. Rated far 6�0 volts. UL
Iisted for cahle tray use, sUnJight resistant
2. Manufactw•er: Provir�e s1�iElded cablE of one of the following:
a. Okonite Campany, Okoseal-N Type SP-OS.
b. Or equal.
C. Single UnsliieIded Pair Instrument Cable
1. Bare, soft anneafed copper, 7 strand, PVC insulated conductors, #16 AWG
�ninimum, fwisted. �Uter jacket ta be PVC. Rated for 6Q0 vol�s minimum. The
abbreviation "UTP" far unshielded twisted pair is used on the Drawings.
2. Man�facturer: Pravide unsllielded cal�Ie of one of the following:
a. Qkonite C�mpany.
b. Or equal.
PART 3 - ExECUT10N
3.1 INSTALLATIQN
A. Install in conduit separate fro�a powex cables unless otherwise noted.
B. Ground shield of s�uelded cables at one end qnly and as recp�nmended by instrunnent
manufacfurer,
C. Tenr�inate stranded conductors with pre-insulated crimp type spade or ring torque
terminals properly sized to fit fastening device and w ire size.
D. Install and tern�inate vendor fumished cable in accordance with vendor �quipmes�t
requireznents.
E. Install in conformance with the National Electrical Code.
3.2 TE�TING
A. Test a1160� volt wiring in conformance with the requirements of Seciion 16121, 600
Volt Cab1e.
B. Test shielded instrumentation cable shie2ds with an ohmmeter for continuity along
ihe full lei�gth of the cable and far shield continuity ta ground.
C. Connect shielded instrumentation cables to a calibrated 4-20 milliamp DC signal
transinitter and receiver. Test at �4, i2, and 20 rnilliarnp transmitter settings.
-� + END OF SECTION + -�
� � $ � ao6 1612�1-2
City of Fort Worth
., West Side N Project — Pump Station
SECTI�N 16130
OUTLET BOXES
PART 1 - GENERAL
i .1 DESCRIPTION
ouTLET BoxEs
A. Scope: CONTRACTOR shall provide alI labor, materials, �quipmer�t and incidentals
as shawn, speci�ed and required to fuz-nish a�d install outlet boxes for mounting
wiring devices and lighting fixtures.
B. Related work:
1. Division 1.
2. Section 16131, Pull and Junction Boxes.
3. Section 16133, Receptacles.
4. Section 1b141, Snap 5witches.
5. Section 16501, LigY�ting �ixtures.
1.2 OUALTTY ASSL]RANCE
A. Reference Standards: Comply with applicable provisions and xecommendations of
the fnilowing, except where otherwise shown or specified:
l. N�C Article 37Q, �utlet, Switch and Junction Boxes and Fittings.
2. LTL Standard No. 514, EIectrica] Outlet Boxes and Fittings.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Device Boxes:
1. Material: Cast gray iron a11ay, or cast malleable iron, with zinc electroplate
fuush in dry locatiozas, PVC coatedin conrosive locations.
2. Device Caver Plates:
a. Bnished stainless steel Type 302 alloy for dry areas. Cover p�ates for
receptacles powered fram an uninterruptable power supply-(iJPS) source
sha11 be mechanicall� stamped/engraved as foIlows: UPS POWER
b. Gasketed spring door type �or switches located in wet locations.
Weatherproof while in use type covers for receptac�es, as �e#ailed on the
Drawings.
3181006 I 6130-1
City of Fort Worth
West Side N Praject — Pump Station
OUTLET BOXES
c. Stainless steel screws and hardware.
3. Ma�lufacturer: Provide device boxes of ane of the following:
a. Crouse-Hinds Con�pany.
b. App�eton Eiectric Company.
c. Or equal.
PART 3 - EXECUTTON
3.1 1NSTALLATIQN
A. Fasten boxes ri�idly and neatly ta supporting structures.
B. Far ti�iits �nowi#ed on �nasanry or cancreia ��alls, provide siiitable 2-inch spacers to
pre�ent naouz�ti��g back of box directly againsi wa1L
C. Leave no open cnnduit holes iz� boxes. C1ose unused opez�in�s with capped bushings.
D. Labe1 each circuit in boxes and identify with tag.
E. Install in confonnance with National Electrical Code.
+ + END OF SECTION + +
3181006 1613a-2
City of Fort Warth PULL AND JUNCTION BaXES
West Side IV Project — Pump Station
I y
. S�CTION 16131
PULL AND NNCTION BOXES
PART 1 - GENERAL
J .1 DESCRTPTION
A. Scope: GONTRACTOR sl�al] provide all labor, materials, equiprnent and incidentals
as shown, specified ax�d required to iun�ish and install pull and junctian boxes.
1.2 QUALITY ASSiJRANCE
A. Reference Stand�ds: Con�ply with applicable provisions and recommendations of
the followi�ig, except where otherwise shown or specified:
� 1. NEC Article 37Q, Outlet, Switch and Junetion Boxes, ai�d Fittings.
._ 2. UL Standard Na. SQ, Electrical Cabinets and Boxes.
3. UL Standard No. 886, E�ectrical Ouflet Boxes and Fittings for Use in
Hazardaus Locations.
1.3 SUBMITTALS
A. Shop Drawings: Submit for approval the following:
1. Manufacturer's techz�ical infaimation for pulI and junetion boxes propased for
use.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Pull and Junction Baxes:
1. Material and Constri,iction:
a. Cast gray iron a11oy r�ith hot-dip galvanized finish ar cas� mal]eab�e iron
bodies ar�d covers.
b. Neaprer�e gaskets. Gaskets shall be of an approved type designed for the
purposE. Improvised gaskets are not acceptable.
c. Stainless steel cover screws.
d. External mounting lugs.
e. Drilled and tapped conduit holes.
sisioob 16131-1
City of Fori Warth PULL AND JUNCTION BOXES
West Side N Project — Pun�p Station
f. Boxes where conduits ealter a buildilag below grade shall have 1/4-inch
drain hole.
2. Ma��ufacfurer: Pr•a�ide pu11 and juxactio�� boxes of ane of the following;
a. Appleton Electric Coanpany.
b. �-ZlGedney C4mpany,
c. Or equal.
3. Large boxes nat �en�raZly avai]able in cast construction may be fabricated of
capper-free alunaiz�iam alloy or stainless steel code gage sheet metal.
4. Boxes for insEallation in areas classi�ed as hazardous locations shall be
explosion proof and sliall comply with UL 886.
5. For flush-mou�aied pullboxes in slabs or paveir�ent, provide vehicular traffic-
bearing covers where indicated on the Drawings.
PART 3 - EXEC�LITIOI�
3.1 INSTALLATION
A. Mount boxes so that sufficient access and woz-king space is provided.
B. Securely fasten boxes to walls, other structural surfaces or slabs on or in which they
are mounted. Provide indepeiadent galvanized sfeel supports where no walls or other
structuralsurface exists.
C. J�nstal] pu]l baxes in runs containing more tha�� ihree 9D degree bends, runs exceeding
200 feet, where indicat�d on tlle Drawings and where required to conform with t�e
National Eiectrical Code.
D. Where sizes are not indicated, size junction and pull boxes in accordance with the
requireinei�ts of the National Electz-�ical Code.
E. Provide terminal bZocks in. junction boxes where cable terminations or splices are
required.
+ + END OF SECTION + +
3181006 � 61 � � -�.
i
City of Fart Worth
West Side N Project — Pump Statian
` SECTION 16133
RECEPTACLES
PART 1 - GENERAL
l.l DESCRIPTION
RECEPTACLES
A. Scope: CONTRACTOR shall provide all labor, materials, equipment and incidentaIs
a� shown, specified and xequixed to funzish and install receptacles.
B. �te7ated Sections:
1. Section 1613�1, Outlei Boxes.
1.2 QUALITY AS�L.JRANCE
,. A. Keference Standards: Conaply with applicable provisions and recomrnendations of
the following except where otherwise shown or specified:
1. Na�tional Electrical Code.
2, NationaI Electrical I1�sanufacturer's Association.
3. Underwriter's Laboratory.
4. An�ericans with Disabilities Act.
1.3 SiTBMITTALS
A. Shop Drawings: 5�bmit for approval the folloviring:
1. Manufacturer's technical iiaformation far receptacles proposed fc�r use.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Receptac]es far Non-Hazardous-Locations:
1. Duplex grounding receptacle, two pole, three wire, 125 volt AC, 20 ampere. AlI
outdoor {a�d where indicated} receptacles shall be ground-fault interrupting
type.
a. Produci and Manufacturer: Provid� ane of the failowing:
1) Cat. #53CM62, by Harvey Hubbell Incorporated.
2) Cat. #5362-CR, by Arrow-Hart Tncorporated.
3) Or equal.
3181006 16133-1
City of Fort Worth
West Side N Project — Pump Station
RECEPTACLES
2. Single �row�ding receptacle, cor�•osion resistant, tv+�o pole, three wire, 125 voXt
AC, 20 ampere.
a. Product and Ma��ufacturer; Provide one of'the following:
1) Cat. #53CM61, by Harvey Hubbell Iricorp�zated.
2) Cat. #5361-CR, by Arrow-Hart Incorporated.
3} Or equal.
B, See detail on Drawi���s for Aweather praof while in use t}�e co�er plate. Furnish
iliis type where indieated on the Drawings.
C. Power and Special Receptacles: Provide receptacles with number aipoles, volt�ge
a�ld current rating as shawn on ihe Dra�vings. Cooa�dinate with equipment plugs.
Provide matching plug for each receptacle.
D. Welding Outl�ts:
1, Welding outlets sf�all fumislled a�ld installed where indieated on the
CONTRACT DRAWING� aitid shal] rated 600 �olts, 60amps.
2. Product and Manufacturer:
a. "Arkiite", ,catalog nun�ber AREA6424 by Crouse-Hinds Div. Cooper
Industries, Inc.
b. �r equal.
PART 3 - EXECUTIQN
3 .1 1NSTALLATIOI�I�
A. Install wiring devices in out]et oz- device boxes in accordance with Section 16130,
Outlet Boxes, in non-hazardous locations.
B. Insta�I receptacles with ground pole in the do�n position.
C. Mount recepfacles in accordance with the Arnericans with Disabilities Aet, unless
atherwise noted.
D. Tnstall in conformance with National Electrical Code.
+ + END OF SECTION + +
318 300b 1 G 133-2
City of Fort Worth
Wset ,5ide N Project —1'ump Station
�ECTION 161�1
SNAP SWITCHES
PART 1 - GENER.AL
' I.1 DESCRIPT30N
I
SNAP SWITCHES
A. Scope: CONTRACTOR sllall provide aIl ]abor, �3�aterials, equipment and incidentals
I as shown, specified and required tv furnish and install si�ap switches for ]ightir�g
� contro�, at each field instrument w�hich requires 12dVAC, and other systems as
shovvn on the Drawings. •
B. Related Sections:
1, �eciion 16130, Outlet Boxes.
1.2 OUALITY ASSi_TR.�NCE
A. Reference Standards: Comply wiih applicable pravisions and recammendations of
tlle failowing, except where otherwise sho�vn or specified.
1. National E�ectrical Code.
2. UL Standard #20, General Use Snap Switches.
1.3 SUBMITTALS
��
A. Shop Dra�vvings: Suhmit for approval the following:
1. Manufacturer's technical inforn�ation for switches propased far use.
PART 2 - PRODUCT�
2.1 MATERIALS
A. Switches for Non-Hazardous Locations:
1. Single paZe AC toggle switch, quiet type, 1201277 volt AC, 3Q ampere, Ivory,
specification grade.
a. Product and Manu�acturer: Pro�ide one Qf the followang:
1} Cat. #1221-I, �y Harvey Hubbell Incorporated.
2} Cat. #1991-I, by Arrow-Hart Incarporated,
3} Or egual.
3181D06
1.6141-1
City of Fori Warth
Wset Side N Project — Pump Station
SN.AP SWITCHES
2. Sin�le pol�, 3-way AC toggle swi#ch, quiet type, 120/277 volt AC, 30 ampere,
Ivory, specification grade.
a. Product and Manufacturer: Provide one of the following:
1} Cat. #�1223-T, by Harvey Hubbell Incorporated.
2) Cat. #1993-I, by Az-row-Hart Incorporated.
3) Or equal.
3. Two pole AC toggle switch, quiei type, 120/277 valt A�, 30 ampere, Tvory,
speci�cation grade.
a. Product and Ma��ufacturer: Provide one of the following:
1} Cat. # 1222-I, by Harvey Hubbe2l Incorporated.
2) Cat. #1992-1, by Arrow-Hart Incorporated.
3) Or equal.
B. Switch Covers:
1. 5ee specification I 6134, Outlet Boxes.
C. Key Operated �n-Off Switches:
1. Key operated swiiches shall be complete with Iegend plate, NEMA �4 encIosure
and 2 keys.
PART 3 - EXECUTTON
3.1 Il�TSTALLATTON
A. Install wiring devices in outlet or de�ice boxes iz� acca�-dance with Section 16130,
4utlet Boxes, in non-hazardous locations.
B. Mount wall switches in conformanc� wi�i the Americans with Disabilities Act unless
otherwise nated.
C. Install switches in conformance with National Electrical Code.
+ + END OF SECTION + +
3181046 1.614I-2
City af Fort Worth DRY TYPE TR.ANSFORMERS
, West Side N Project — Pump Station
�
' SECTION 16321
; DRY TYPE TR.ANSFORMERS
PART 1 - GENERAL
1.1 DESCRIPTION
A. Scope: CONTRI�CTOR shall provide all labor, n�aterials, equipment and incidentals
as shown, specified and required to furnish and install dry type transformers.
l.2 OUALITY ASSLTR_ANCE
A. Refei�ence �tandards: Comply with applicablE provisions and recpznmendations of
the following, except whez-e otherwise shown or specified:
1. ANS� C$9.1, Specia�ty Transfortners.
2. ANSI C89.2, Dry-Type Tra�lsformers fox General Applications.
3. UL �tandard #506, Specialty Transformers.
�k. National Electrical Code.
1.3 SUBMITTALS
A. Shop Drawings: Subnnrt far appz-oval the folIowing:
1. Manufacturer's technical information for transfornzers proposed far use.
2. Listing of the transformers to be furnished with their rating,s and proposed
locations identified.
PART 2 - PRODUCTS
2.1 MATERTALS
A. General:
1. Type: General purpose, dry type.
2. Rating: KVA, primary voltage and connection, secondary �oltage and
connection, fr�quency and nunaber of phases sha11 be as indicated on the
Dra�ings.
3. Taps: Full capacity, two 2-I/2 percent primary taps above nornlal and two
2-1/2 percent primary taps below norixxal.
4. Sound Level: ANSI C89.1 stand�rd.
5. Enclosure: iJL listed for either indoor or outdoar use.
6. Instillation: Class 185, 115 C rise.
3isioa6 1G321-1
City o�Fort Worch DRY TYl'E TRANSFORMERS
West Side N Project — Pump Station
7. Windings: Copper �
S, Identification; Na�neplate ide�ltifying the tr•ai7sformer �iumber and �oltages.
B, Transfor���ers instal�ed iilside of n�otor co�itrol eeilters shall be of the same
manufacfurer as the naotor cantrol center.
C. Tl�e sa�ne manufacturer of tra��sfornler shall be used �or alI transformers provided in
this Contract.
D. Manufacturer: Provide transformers of one of the following:
1. Cufler-Halnmer/Westinghouse.
2. General Electric.
3, Or equal.
PART 3 - EXECUTION
3 . � INS1'ALLATION
A. Tnstall tra�Isforn�ers on walls or floars. Provide su�'ficient access and working space
far reaay azld safe operation and annaintenance.
B. Mount transformers so that vibrations are not ta-ansmitted ta #he stnYctural parts of the
buiJdang ar to other equiprnent.
C. Adjust tap settin�s to provide proper voltage at panelboards.
D. Ground transformer and instatl in confarmance with the National Electrical Coae.
+ + END OF SECTION + +
3 l S] 006 16321-2
City of Fort Worth GROUNDING SYSTEMS
West Side N Project — Pump Station
SECTION 16390
GRO[1NDlNG SYSTEMS
PARTI-GENERAL
1.1 D��CRII'TION
A. Scope: CONTRACTOR shalI provide a�l labor, materials, ec�uipment and inci�entals
` as shown, specified and required to fur��ish and install complete groUnding for the
� electrical systems. A green grounding conductor sha11 be instalIed in all conduits
{�xcept for canduits containing only analog or other special signal wiring}. A
graunding system, as substantially indicated on the Drawings, consisting of
�� grounding rings, ground rods, underfooter grounds, metalIic �vater pipe grounds,
. bui�ding steel colurnn connections, E#c shall be furnished and instal�ed and shall be
� e�ectrically connect�d.
1.2 OUALITY ASSURANCE
A. Re%rence Standards: CoYr�ply vvith applicable provisions and recammendations of
the follawing, except wl�ere oiherwise shown or specified:
1. N�C Article Z50, Grounding.
2. UL Standard #467, Electrical Grounding and Bonding Equipznent.
1.3 �UBMITTALS
A. Shop Drawings: Submit for approval the following:
1. Manufaeturer's technical information for graunding rnaterials proposed for use.
2. Listing of grounding connectar types identifying where they a�re to be used.
3. Layouts of each str�ctur� ground grid.
4. Test point constructian details.
5. Results of ground resistance kests at each test point.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Bare Graund Cable:
1. Materia�: Annealed, bare, sfranded copper, Na. �/Q AWG rninimum size or as
otherwise indicated on the DRAWINGS.
31810D6 16390-1
City of Fort Worth GROi.JNDING SYSTEMS
West Side N Project —�'ump Station
2. Manufacturer: Provide grnund cable of one of the following:
a. Cablec Corparation.
b. Genez-al Cable Corporation.
c. Rome Cable Company.
d. Or equal.
B. Ground Rods:
1. Matei-ial: Coppei•cIad rigid steel rods, 3/4-inch dian�eter, 10 fEet 1ong.
2. Manufacturer: Provide ground z-ods of by ane of the following:
a. Capperweld, Bimetallics Division,
b. ITT Blackburn Conlpany.
c. Or equal.
C. Groundin� Connectors;
1. Material: Presstire connectors sha11 be eapper alloy castin�s, designed
specifically for the it�ms to b� connected, and assembie�l with Durium or
silicone bronze bolts, nuts and vvashers. Welded connections shall be by
exofhennic process utilizing xnolds, cartridges and hardware designed
specif cally for the connection to be made.
2. Product and Max�ufacturer; Provide grounding connectors of one of the
following:
, a, Pz-essure Coiu�ectors:
1) Q.Z./Gedney, Division o�'General Signal Cozporation.
2) Burndy Corporation.
3) Or equal.
b. We�ded Canneciions:
1) Cadweld by Erica Products, Incorporated.
2) Therm-O-Weld by Burndy Coiporation.
3} Or equal.
PART 3 - EXECUTTON
3.1 STRUCTURE GROUI�TD SYSTEM
A. Provide �}4/0 bare copper ground gz-ids with ground rods around aIi buildings,
minimurn 2 feet-6 inches below grade, and car�ect the grids to each other �ia th�
underground ductbank gr�undin� conductor.
B. Install gound z-ods where shown on the DRA.WIIVGS. Ins#all additionaI ground rods
if necessary to attain a resistance to grnund of less than 5 ahms for each graund grid.
318100fi 1 fi390-2
City of Fort Worth GROiJNDING SYSTEMS
West Side N Praject—Pump Station
C. Fo�r structures with steel columns, install #2 groiu�d cable from grid to each column
around the perimeter of ihe stn�cture, Connect cable to steel tising exothermic welds.
D. Coa�nect grids to a cantinuous underground water pipe system when practical.
E. Provide�accessible test poii�ts fnr zneasuring the gro�md resistance of eaeh grid.
F. Weld al� bu�-�ed camlections, except for test points.
3.2 EQUIPNIENT GROL]NDTNG
A. Ground all electrical equipment, motQrs, co��trol pane�s, handrails and process
equipment, etc in compliance with the Natianal Electrical Code.
B. Ground fe��ces with #4 bare copper conductors using clamps specifically intended for
thas use at not Iess than ten foot intervals.
C. Equipment grounding conductors shall be bare stranded copper cable of adequate size
installed in metal conduit where necessary for mechanical prot�ction.
D. Cormect ground conductors to conduit with capper clamps, straps or with grounding
bushings.
E. Connect to piping t�y welding or brazing. LTse copper bonding jumpers on all gasketed
joinfs.
F. Connect to equipment by means of �ug co�npresse� on cable end. Bolt lug to
equipnient frame using holes or terminals provided on equipment specifically for
groundin�. Do not use hold down bolts. Where groUnding provisions are not
included, d�-il� suitable hoIes in locations designated by ENGTNEER.
G. Connect to motors by boIting directly to motor frames, not to sole plates or supporting
structures.
H. Connect to service water piping by means of copper clamps. Use copper bonding
jumpers on aIl gasketed joints,
I. Scrape bolted surfaces clean and coat with a conduc#ive oxide- resistant campound.
31 S 1006 � ��g�-�
City of Fort Wortb GROUNDING SYSTEMS
West Side IV Project -- Pui��p Station
3.3 TESTTNG
A. Test ihe completed grouYld systems for co�itinuity a��d for resistance to ground using
an electrical graund resistance tester. Docume�it tl7e results and submit to the
ENGINEER. -
++ END OF SECTION ++
a�aioo6 X6390-4
City of Fort Worth POWER SYSTEM STUDY
West Side N Project --Pump Station
SECTIQN 16411
POWER SYSTEM STUDY
PART 1 - GENERAL
1.1 DESCRIPTIaN
A. General: This section specifies that the CONTRACTOR prepare a short circuit and
coordination study far the eIectrical power system. The electrical pow�r system shall
be deemed to incl�ade the utility cornpany's padmount transformers, and the 480V
power distribution system at the Pump Station. The short circuit and coordination
� study reports shall provide an evaluation of fhe electrical power systems and the
model nunabers and settings of the pratective devices for setting by the
CONTRACTOR.
. B. Scope:
1. Pro�ide a complete short circuit stuc�y, equipme�t interrupting or withstand
evaluation, and a protectsve device coardinatian study far the pawez distrib�-
� tion systern. Normal system operating method, alternate operation, and
operations wl�ich could result in maximum fault conditions shall be thoroughly
addressed in the study, The stUdy sl�all assume alI motors operating at rated
� voltage with the exception that motars identified as "standby" shall not be
included. Electrical eqLiipment bu� impedance shall be assurned zero. Short
circuit mornentary dut�es and interrupting duties slzall be calculated on the basis
of ma�imum available fault current at the switchboard b�sses and xnot�r caniral
centers.
2. A prokective device coaxdination study shaIl be performed t� determine
appropriate relay settings. The study shaIl include all distxibution switchbaards,
motar control centers, and panelboard main circuit breakers. Panelboard branch
circuit devices need nat be considered. The phase overcurrent and ground-faul�
protection shall be included as well as settings far all other adjustable protective
devices.
3. An equipinent evaluation study shall be performed to determine the adequacy
of circuit breakers, eonfrollers, surge arresters, busways, switches, and fuses by
tabulating and coxraparing the short cizcuit� ratings of these devices with the
available fault currents.
4. Any problem areas or inadequacies in the equipment shall be promptly brought
to the ENGINEER'S attention.
�
3�s�aa6 16411-1
City of Fort Worth PQWER SYSTEM STUDY
West Side N Project — Pump Station
1.2 REFERENCES
A. Tliis Section contains references to the follawi��g documents. They are a part of thss
Section as speci�ed and modified. In case af co�iflict between the requirernents of
this Section a�id thase oiihe listed documezlts, the requirements of this Section shall
prevail.
Reference
Title
TEEE 141-$6 Reconlmcnded Practice for Electric Power
Distribution for vidustrial Plants
IEEE 242-$6 Recornmei�ded Practice far Protection and
Coordination of Industrial and Commercial
Power Systems
1.3 SCHEDULE
A. The approved reports shall be completed �nd a copy sent to the electricaI distribution
equipment manufacturex 45 days before the equipment is shipped to the Work site.
The report shall be provided to the ENGINEER 90 days befare the equipment is
shipped to the Wark site.
P1�RT 2 - PRQDUCTS
2.1 REPORTS
A. The product sha11 be a certi�'ied report sununarizing the short eircuit and coordination
study and conclusions or recammei7dations which may affect the integrity of the
electric power dzstz�bution system. As a minimum, tkae report shall include the
�'ollowing:
1, The equipment manufacturer's information used to prepare th� study.
2. Assumptions zx�ade during the study.
3. Short circuit calcu�ations listing short circuit levels at each bus.
4. Coordination study tirne-current cur�es ineIudin� the instrument transformer
ratias, model numbers of the protective relays, and the relay settings associated
�uith Each break�r.
5. Comparison af short circuit duties af each bus to the inten-upting capacity of the
equipment protecting that bus.
6. Al] data which was used as input to the report. This data shall include cable
impedances, source impedances, equipment ratings, etc.
3Es�oa� 16411-2
City of Fort Worth POWER SYSTEM STUDY
West Side 1V Project — Pump Sfation
PART 3 - E�ECUTION
3.1 GENERAL
A. Provide a short circuit and coardination study an the electrical power distributaon
system,�as specified. The st�idy shall t�e perfornled in accordance wit� IEEE
Staradards ]41 and 2�2 ai�d shall utilize the ANST method af short circuit analysis in
accardance witla ANSI C37.010. The study shall be performed tiising actual
equipment data far al1 equipment. The cooi-dination st�idy shaIl use the data from the
rnanufacturer of protective devices.
3.2 QUALIFICATIONS
� A. The short circuit and caordi�lation report shall be performed by the by an electrical
�� testing service who is regularly engaged in power system studies. Ttae studies shall
be signed by a Professional Engineer with proficiency in electrical engineerin�. The
Professional Enguieer shall be licensed to practice engineering in the State of Texas.
3.3 SHORT CIRCUIT STUDIES
A. The CQNTRACTOR shall be responsible ta obtain and veriiy a11 data needed to
perform the studies. •
B. As a rr�inimum, each short circuit study shall include #he following:
1. Orie-Line Diagram:
a. Location and fiinction of each proteetive device in the systern, such as
relays, direct-acting trips, fuses, etc.
b. Type designation, cunrent rating, range or adjustment, manufacturer's style
and catalog numbEr for all protective devices.
c. Pawer, voltage rati�gs, impedance, primazy and secondary connections of
aIl transformers.
d. Type, manufacturer, and ratio of all instrumeilt transfarmers energizing
each relay.
e. Nameplate ratings of all motors and generators with their subtransient
reactances. Transient reactances o� s}+�lchronous rnotars and generatoz�s
and �ynchrono��s reactances of all generators.
f Sources of short circuit currents such as ukility ties, �Enerators,
synchronous motors, and induction motors.
g. All significant circuit e�ements such as transfarmers, cables, breakers,
fuses, reactars, ete.
h. Ernergeilcy as well as normal switching conditions.
i. The time-current setting of existing adjustable xelays and direct-acting
#ri�s, if applicable.
siaioo6 16411-3
City of Fort Worth PQWER SYSTEM STUDY
West Side N Project — Pun�p Station
2. Itnpedance Diagrarn:
a. Available MVA or impedance from the utility campany.
b. Local generated capacity impedance.
c. Bus inlpedance.
d. Transformer and/or reactdr impedances.
e. Cable impedances.
f. Equipment impedances.
g. System vpltages.
h. Grounding sche�ne (resistance grounding, solid grounding, or no
grounding).
3. Calculations:
a. Determine th� paths and situations where short circuit c�rrents are the
greaiest. Assume bolted faults and calculate the 3-phase and line-ta-
groimd shart circuits of each case.
b. Calcu�ate ihe maximum and minimurn fauIt currents.
3.4 COORDINATION STUDY
A. As a minimum, the coardination stud}� for the power distribution system shali inc�ude
the �ollowing on 5-cycle, lag-�og graph paper:
1. Time-current currres for each protective relay or fuse showing graphacally that
the �ettings will provide protection and selectivity within indUstry standards.
Each curve shall be idei�tified, and the tap and iime dial settings shaTl be
specified.
2. Time-current curves %r each device shall be posit�oned to provide for
maximum selectivity to minimize system distu�bances during fault clearing.
Where selectivity cannflt be achieved, the ENGINEER sha1l be notified as to
the cause.
3. Tirr�e-current cuxves ana points for cable and equipment darz�age.
4. Circuit int�rrupting device aperating and interrupting times.
5. Indicate maxixnum fault values on #he g�raph.
6. Sketch of bus and breaker arrangement.
+ + END OF SECTIQN + +
3181006 164 � 1-4
City of Fort Worth DISCONNECTED SW�TCHES
West Side IV Project — Purnp Station
' SECTIQN 16440
DISCONNECT SWTTCHES
PART 1 - GENERAL
1.1 DESCRTPT]ON
A. Scope: CONTRACTOR sl�all pravide all labor, matei-ia1s, equipment anci inc'rdentals
as shown, specified and required to furnish and install disconnect switches.
B. Related Sections:
� 1. Section 1614I, Snap Switches, for disconnect switches on 120 VAC and 277
VAC, single phase circuits.
] .2 QUALITY ASSiJRANCE
A. Reference Standa�rds: Comp�y vt�ith applicahIe provisions and recommendations of
the following, except where otherwise shovvn ar specified:
1. National Electrical Code.
2, iJL #9$, Enclosed Switches.
3. NEMA KS-1, Enclosed Swatches.
1.3 SUBMITTALS
A. "�hop Drawangs: Submit for appraval the fallowing:
1. Manufacturer's technical information for disconnect switck�es proposed for use.
�
PART 2 - PR�DUCTS
2.1 MATERIALS
A. Single Throw, Circuit Disconnect Switches:
1. Type: Fused or unfused, horsepower rated, heavy-duty, single- thraw,
quick-make, quick-hreak mechanism, visible blades in the OFF position and
safety �andle.
Z. Rating: 600 volts, with number of poles and anipere rating as required for
motor or equipment circuits being disconnected. Switches shail bear a UL
Iabel.
3181U06 ����Q�1
City ofFort Warth DISCONNECTED SWITCHES
West Side N Proje�t — Pump Station
3. Where fused swztches are required, fumisl� and install fuses as reeornmended
by the manufacturer of the equipment being served.
B. Double Throw Safety Switches:
1. Type: Unfused, double throw with centex OFF position, quick- make,
quick-break mechanism, visible blades in ihe OFF pasition and safety handle.
2. Rating; 600 �olts, with nunlber of poles and ampere rating as required by the
Drawings for ihe circuits being discannected.
3. Tl�is type of switch may be referred to as a"nnanual transfer switch" on the
Drawings.
C. Enclosure:
1. NEMA l2 for dry, indoor non-corrosive areas.
2. NEMA 4X stainless ste�l far wet ar corrosive lacations.
3. Nam�plaie ide��tifying eyuipment for which swifches serve as the disconnecting
mear�.
D. Manufacturer: Provide disconnect switches o�one of the following:
1. CutZer-Hammer/Eaton.
2. Gei�eral Electric Carnpan,y.
3. Or equal.
PART 3 - EXECUTTON
3.1 INSTALLAT�ON
A. Mount equipment so that suf�cient access aiid working space is provided for ready
and sa�e operation and maintenance.
B. Securely fasten equipment to walZs, kaandrails or other structural supports on which
they are mauxated. Provide independent galvanized steel supports where no wall or
other s#ructural surface exists. �
C. Fumish one set of spare fuses for each fused disconnect switch to be installed.
D. Install in conformance with National Elect�-ical Cade.
+ + END OF �ECTION + +
3 � s � oa6 16440-2
City of Fort Worth LIGHTING AND DISTRIBUTI4N
, West Side N Project - Pump Statioz� PANELBOARDS
SECTIGN 1 G�470
. LIGHTING AND DISTRIBUTION PANELBOARDS
PART 1 - GENERAL
1.1 DESCRIPTIDN
A. Scope: CONTRACTOR shall provide all labor, materials, equipment and incidentals
as shown, specified and required to furnish and install li�hting �d distril�ution
panelboards.
1.2 OUALITY ASSLJR.ANCE
A. Reference Standards: Comply with applicable �rovis�ons and recommendations of
the following, except where othervwise shown or specified:
1. NEC Article 384, Switchboards and Panelbo�ds.
2. LTL Standard #50, Elect�rical Cabinets and Boxes.
3. UL Standard #67, Electric Panelbaards.
4. NEMA PB1, Panelboards.
. - l.3 STJBMITTALS
A. Sho�a Drawings: Submi# for approval the %l�owzng:
l. Manufacturer's technical infarmation for panelboards a�.d circuit breakers
proposed for use.
2. Listing of the panelboards to be furnished with their proposed locatian and
number of branch circuit brealters identif ed.
PART 2 - PRODUCTS
2,1 MATERIALS
A. Panelboards:
1. Rating: Voltage rating, cunrent zating, nurnber of phases, number ofwires and
�Zun�ber of poles sball be as indicated on the Drawings.
2. Circuii Breakers: Molded case, bolt-in thenx�al magnetic type with number of
poles and trip ratif�gs as shorvn on the Dz-awings.
3 t 81006 16470-1
City of Fort Worth
West Side N Project - Pump �tation
LIGHT�NG ANll DISTRTBUTION
PANELB0�IRDS
3. Main and bY•anch circuit breakers shalI be fii]]y �•ated with interrupting capacities
as foIlows:
a. G5,000 anlps for 480/277 volt circuit breakers.
b. 22,000 an�ps for 2�40/120 volt circuit breakers.
4. Bus Bars: 98 percent conductivity copper, tin plated. All 4 wire panelbaards
sha�1 have a solid neutral bar. AlI panels shall have ground bus.
5. Main: All pa�ielboards shall have a main cixcuit breaker tanless Drawings
specifically call for main lugs on1y.
6. Branch circuit breakers connected for sequence phasing.
7. Construction: Code grada steel, NEMA 12, ample gutter space, flush door,
flush snaplatc�� and lock for dry locations, NEMA 4X sfainless steel for wet or
corrasive locaiions, unless indicated oth�rwise on the Drawings.
S. Trim: Suxface or flush as required.
9. Directory: Typed card, with glass cover in frame on back of door giving the
circuit numbers and the area oz- equipment served.
10. IdentificatiQn: Nameplate identifying the panel number and voltage.
11. Panelboar•ds i�ls#alIed inside of nlotor co�ltrol centers shall be of the same
ma�lufacturer as the rnator contro� center.
12. Pa-ovide a wireway {NEMA 12 oz NEMA 4X as applicat�le} under each
panelboard to accomrnodate the incaming conduits from the �eld. Pravide
oversized conduit "nipples" from the wireway to the panelboard for routing of
the cables into the panElboard.
13. All 480V circuit breakers shall be provided with a padlock attachrnent to lock the
breaker iiz the "open" position. Panelboard door shall be closable with padlock
in place.
14. Manufacturer: Provide panelboards of one of the follawing:
a. Cutler-Harnmer/Westinghouse.
b. General Electric.
c. Or equal.
B. Mini-Por�ver Centers:
1. General: Mini-power center shall consist of an encapsulated dry-type
txansformer, �rimary and secondary main circuit brealcers, and secondary
panelboard all in one enclosure.
2. Transforrnex- Rating: KVA, primary voltage, secondary voltage, frequency and
number of phases shall be as shown on the Drawings.
3. Branch Circuits: Mold�d ca�e czrcuit breakers, plug-in thermal magnetie type
with nuznber of poles and trip ratings as shown on the Drawings.
4. Enclflsure: Weatherproof, NEMA 3R.
5. Product and Manufaciurer: Provide mini-power centers af one of the following:
3181 p06 164?0-2
City of Fort Worth
West Side IV Praject - Pump Station
a. Cutler-HammerlWestinghouse.
b. General Electr�c.
c. Or equal.
PART 3 - EXECUTION
3.1 INSTALLATION
LTGHTING AND DISTRIBUT.[ON
PANELBOARDS
A. Mou��ting: Install panelboards at locations shown on Drawings. 5et cabinets so that
tap circuit breaker is nat over 6 feet from the floor. ,
B. Direciory: Coznplete typewritten directory indicating items controlled by each cixcuit
hreaker.
++ END OF SECTION ++
a � s ioo6 16470-3
City of Fort Worth M�TOR CONTROL CENTERS
West Side N Project — Pump Station
SECTION 1 G480
MOTOR CONTROL CENTERS
PART 1 - �ENERAL
].1 DESCRIPTION
A. Scope: CONTRACTOR sliall pro�ide a�] labor, n�aierials, e�uiprnent and incidentals
as shawn, specified and required to furnish aild insiall motor cantrol centers as
indicated in the Contract Docuxn,ents.
B. Coordination: Obtain motor naineplate data an equipment being furnished for
praperly sizing circuit breakers, stazters and overloads. CONTRACTOR sha11
deternline and set all rnotor protection device paraaxaeters relative to the equipment
being furnished.
C. Related Sections:
1. Section 01730, Opera#ion and Maintenance Data.
2. Section 01731, Instruction of Operations and Maintenance Personnel.
3. Section d330D, Cast-In-PJace Concrete, for conerete pad.
4. Section 11400, General Equipment Provisions.
5. Section 1d481, Control Stations.
6. ,Section 16�91, Conlbination Motor Starters.
1.2 OUALITY ASSUR.ANCE
A. Reference Standards: Comply with applicable provisions and recommendatians of
the fol7owing, except whexe athe�-wise shown or specified:
1. UL Standard #845, Electrjc Motor Controi Centers.
2. NEMA ICS2-322, AG General Purpose Motor Control Centers.
3. National Electrical Code.
1.3 SUBMITTALS
A. �Shop Drawin�s: Submit fox approval the following:
1. Manufacturer's teehnical inf'orrnation fax �motor co��tz-oi centers proposed for
use.
2. Outline and sunnmazy sheets with schec3ules of equipment in each unit.
3. One-Iine diagrams and elevations.
4. Unit control wiring diagrams showing numbered terminal p�ints and
interconnections to other units.
3 �sioa� 16480-1
City of Fort Worth 1VIOTOR CONTROL CENTERS
West Side N Pxa,�ect -- Pump Station
B. Operation and Maintenance Manuals: Submit Operation a1�d Main#ei�ance manuals
in canforma�zce wiili the requirements of Section 0173�.
PART 2 - PRODUCTS
2.1 MATEWALS
A. General: Motar control center lineups shall be p�-ovided as shown on the Drawings.
Mator control centers i��cluding structures, appurtenances and a11 ma3or cvmponents
(starters, contactars, circuit brEakers, operator devices, etc.} therein shall be the
product af one manufacturer.
1. Service: Voltage rating, nuznber of wires, and bus ampaeities shall be as shown
on the Drawings. MCC shall operate from a 3 phase, 4 wire, 6Q Hertz systern.
2. Wiz�ng: NEMA Class II, Type B.
3. Enclosure: NEMA 12.
4. Main and branch circuit breakez-s shall have a symmetrieal interrupting rating
of 65,000 an�ps (fu11y rated, series rating type not accepta�le).
5_ Circuit breakers with frame ratings 600 amps and lower shall be of the
electronic type with adjustable parameters and ground fault protection
(CutlerlHaiiuner Westinghouse type Series C with Digitrip RMS310 or equal).
Breakers shall be iQQ% rated.
6. Circuit breakers with fran�e ratings above S00 amps and ahove shall be of the
electronic type with adjustable paran�e#ers anc� grou�d fault protection
{Cutler/Hamn�ex Westinghouse type Series C with Digitrip RMS61a or equal).
Breakexs shall be 140% rate�.
7. Where i�dicatet� on the Drawings,ll�ICCs shaIl be suitable far service entrance
duty and shall be so labeled.
8. Where indicated on ihe Drawings, MCCs s1iall be furnished with a transient
voltage surge suppressor, in accordance with this section.
9. Where indicafed on the Drawings, MCCs shall be fuz-nished with a
microprocessor based digita7 powEr meter, in accordance with this sectian.
B. Constructivn:
1. Toially enclosed stn�cture, dead front, consisting of nominal 2�1-inch deep,
20-inch w�de, 90-inch high vertical sections bolted tagether to form a unit
assembly.
2. Removable lif�ing angles for each shipping section.
3. Tr�vo removable floor si11s for mounting.
�4. Hor�zontal wireways top and bot#orn, isolated from horizantal bus and readily
accessibie.
5. Isolated vertical wireways with cable supports, accessible through hin.ged daors,
for each controller section.
3181006 16480-2
City of F�rt Worth MQTOR CONTROL CENTERS
West Sid� N Project — Pump Station
6. All metal non-conducting pa�-ts eIectrically continuaus.
C. Bus Systern and Conductors:
1. Rating: Bus bracing of 65,000 ainps sy���metrical and bus curre�it capacities as
indicated on the Drawings.
2. All bus bars shal� be tin plated copper rated to UL heat rise standards.
3. Bus bar coi�nections easily accessible with simple taols,
4. IV�ai�i Horizo�ltal Bus: Contint�ous edge inounted, and isolated from wireways
and warking areas.
5. Vertieal Bus: Continuous, and isolated by a glass polyester barrier.
6. Grounding Bus: FuIJ Zength mounted across #he bottom, drilled with lugs of
apprapraate capacity as required.
7. Neutral Bus: Where required by the Drawings, insulated, fully rated,
continuous ihrough cantr�l center for 4 wire services, drilled with lugs of
appropriate capacity as required.
8. All control conductors shall be type SIS, No. 14 AWG minzmum.
D. Unit Compartments:
1. Individual front door for each unit compartment with engraved nameplate
identifying equiprnent. Namep2ates to be 1-inch by 3-inches minimum, secured
to unit doar with two screws.
2. Starter and feeder-unit doors interlocked mechanically with the unit disconnect
device to grevent unintentional opening of the doar while energized and
unintentional application of power while daor is open, with provisions �or
relEasing the inter�ock for intentianal aceess and app�ication of power.
3. Padlocking arrangeznent permitting locking the disconnect device in the OFF
pasition, with at least three padlocks, with the door ciosed or open.
4. NEMA 1 mininn�am motor starter size. Starter units completely drawout type
an Sizes 1 and 2 and drawout type after disconneeting power leads anly in Szzes
3 and 4.
5. Motor starters sha11 include a magnetic contactor, NEMA rated with encapsu-
�ated magnet coils. Wound coils noi acceptable.
6. Reversing Starters: NOT USED.
7. Overload Relays: Solid sta#e electronic, adjustable type, manually reset from
outside the enclosure by �neans of an insulated button with normally open
auxiliary contact far remote aZarm purposes. Set overload pratection for the full
�oad am�eres and service factar ofthe actual motors furnished.
$. Individual control power transformers for all starters, capacity as required for
alI contro� circuit devices, 100 VA �ninimum, Class A insulation, two primazy
fuses, 120 volt seconaary, ane secondary fus� and the other secondary leg
grounded,
9. Separate Control: Where control power t� sfaz-ter is provided by a separate
power source, a control power fuse shal] i�e provided in the unit and th� main
3 i e�oo� 16�8 Q-3
City ofFort Worth
West Side N Project — Pump Station
10.
11.
12.
13.
14.
1 S.
�i�
MOTOR CONTROL CENTER�
discoru�ect shall be equipped with a nornlally open eontact io isolate the control
cireuii from ihe source when the controller disconnect is open.
Mo�or horsepowers shown are preliminary. Circuit breaker trips and starter
overload range/settings to be cnardinated wiih the actual equipment instalIed.
The CONTRACTOR shall be re5pon�ible for the de#ermination anci the setting
of these parameters.
Auxiliary contacts, relays, tr�l�ers as required for specified co�ltrol fi�nctians and
those shown on t�e Drawings.
All starier devices, includin� spare contacts wired to numbered terminal blocks.
Control relays sha]l be have 12� VAC coils with 1�A, 250 VAC rated contacts,
with a minimum af two for�n C contacts and of the plug-in/base type, as
manufactured by Idec, RH Series. Pilot lighfs and apez-ator controls shall be as
specified in Section 16481, Control Stations,
Motor Stariex Circuit Breakers: Adjustable magnetic trip anly motor circuit
protectors, 65,Od0 amps syrnmetrical interrupting capacity.
Pro�ide the following diagranls and tables on the inside of the door for each
campartment:
a. Elementary wiring diagram.
b. Tat�le o�' overload settings with the correct setting high�ighted.
c. Table of the mator circuit protector settings with the correct setting
highlighted.
Sections indicated on t��e CQNTRACT DRAWINGS as "SPACE" shall be
corr�plete with bussing and al� necessary hardware for the future installation of
a plug-in unit.
E. NOT U�ED.
F. Meiering:
1. Where zndicated on the DravNings, main incoming feeders of rnotar control
centers shall be furnished with a Mulfilin PQM Power Quality Meter (no
substitutions or alternates). Cunrent transfarmers with shorting blocks and fuse
blocks with fuses for potential sensing shall be furnished and instalYed.
Metering unit shall be furnishea with a Iicensed copy a£pragrarnrning soflware
ifrequired to adj�st anyparameter. Software shall aperate on a windows-based
personal computer system.
G. Spare Parts: None required.
H. Transieni Voltage Surge Suppressor (TVSS). Where indicated on the Drawings,
MCCs shal� be furnished with a TVSS ma��ufactured specifica�ly for use in a rnotor
contral center. The TVSS shall provide protection in all modes, with voltage ratings
as indicated on the Drawings. TVSS shall be equipped with an integral fused
disco�nect switch. TVSS shall be UL 198, 24$-1, 1283 and 1449 (secand edition)
3 i s i oas 16480-4
City ofFart Worth MOTOR CONTROL CENTERS
We�t Side N Project — Pump Station
listed. TVSS shall be Clipper Systezn by Ci�tler-Hammer, or by manufacturer of
approved MCC.
I. Product and Manufacturer: Pro�ide inotar control centers of one of the following:
1. Freedom 2I04 seri�s by Cutler Hammer/Westinghouse.
2. GeneraI Electric.
3. Or equal.
PART 3 - EXECUT70N
3.1 INSTALLATI�N
A. Furnish and install 4 inch tlzick concrete pads under motor contz-ol centers, unless
located in a pre-engineered enclosuxe. Install sUpport channels in cancrete accordzng
to manufact�arer's recammendations.
B. For instalZations against masonzy wal�s, provide an insulation board, 1/4-inch
minimum thickness, between n�otor contrvl center ana wall for corrasion protection.
Trim board neatly wiihin outline of unit.
C. Provide no openings in top ar side of units not required for canduit.
D. Cable circuits tagether within enclosures and identify with durable tag secured to
cabling twine.
E. Set motor circuit protectars at lowest setting possible which pern�ts motor starting
without nuisance tripping.
F. Field test all mator control center camponents.
G. Verify that wiring diagrams on inside of door o#' each compartment reflects the
"as-built" circuitry a�1d that �ie correct o�erload heater size and motor circuit protector
setting is noted.
H. Install in conf'ormar�ce with tk�e Naiional Electrical Code.
I. The CONTRACTOR shall perfar�n fieId adjustments of the protective devices as
requirea to place the equipment in final operating condition, T�e settings shall be in
accordance �vith the approved Power Systems Study oiSection 1641I.
J. Ne�cessary field settings of devices and adjustments and minor modifications to
equipn�ent to accorz�plish co�zformance u�ith an approved short circuit and protective
318 I006 16480-5
City of Fort Worth MOTOR �ONTR4L CENTERS
West �ide N Project — Pump Statian
device caordinatior� stt�dy shall be carried out by the CONTRACTOR at no additional
cost to the OVLINER.
3.2 MANUFACTURER SERV�CES
A. A faetary trained represe��tative shall be pz-ovidcd far installation supervisian, startup
and test services. The serviceman sha�I make tllree visits to the site. The first �visit
shall be for assistance in the installation of equipment. The second visit shall be for
checking the cornpleted anstaIlation and startup of the system. The third visit shall be
as described under Section 0173�, Instruction a�the Operativns and Maintenance
Personnel.
B. A11 costs, including traveI, lodging, meals and inci�entals, shall be considered as
included in the CONTRACTOR'S lump sUm bid price.
+ + END OF SECTION + +
i�
,
�
31810Q6
lsasa6
City o�'Fart Worth CONTROL STATIONS
West Side N Pro�ect — Pump Station
���I���f�Zf:31
CONTROL STATIONS
PART 1 - GENERAL
1.1 DESCRIPTION
A. Scope: CONTRACTOR sha11 provide al7labor, materials, equipment and incidentals
as sk�awn, specified and requiz-ed to furnish and instali pusllbuttons, selector
switches, pilot lights, and enclosed control stations.
B. Related Wozk:
1. Division 1.
2. Di�ision 11.
3. Division 15.
4. Section 1G480, Motor Control Centers.
5. Section 16491, Combination Motor �tarters.
6. Section 1 G927, Variable Frequency Drives.
1.2 QUALITY ASSYJRANCE
A. Reference Standards: Comply wath applicable provisions ai�d recommendations of
the fallowing excep# where otherwise shov�rn or sgecified.
i. NEMA �tandard ICS2-216, Pushbuttons, Selector Switches, Indicating Lights
and Pushbut#on Stations.
2. National Electrical Code.
1.3 SUBMITTALS
A. Shop Drawings: Subrnit far approval the following:
1. Manufacturer's technical informatipn for contzol stat�ons praposed for use.
PART 2 - PRODUCTS
Z.1 MATERIALS
A. Control Stations:
1. Type: Industrial, heavy duty, 30.Srnrn raUnd, oiltight canstruction with clearly
maiked legend plates. NEMA 4X, non-corrasive #ype sh�Il be required for all
loeations, including motor control centers, variable frequency drives, �olid state
reduced vflltage starters, and switchgear.
��sioas 16481-1
City of Fort Worth CONTROL STATIONS
•• West Sid� N Project — Pump Statian
2. L�cl�out Stop: Maintained contact type with provisions for loeking in the
"STOP" position.
� 3. Pushbuttons: Momentary or a��aintained types, NEMA A600 contact rating.
�. Selectar Switches: Rotary type with round or o�al handles and positioning
device to secure�y hold switeh in selected positioi� �or maintained typ� and for
� spring return from �eft, r�ght, or both left and right to maintained pasitian,
NEMA A6fl0 contact rating.
5. Indicating Lights: Push-to-test, with LED cluster type lamp. Lens and lamp
eolors: red for ruruling, blue far ready (cvntrol power on) and amber for failure,
or as indicated an ihe Drawings. Schematics on Drawings rnay nat show push
I fp t�5t t}p�, but this kype is rec}uired in all instances.
G. Potentic�zneter:
a. Wirewound, precisinn, one turn (36D deg).
� b. Resistance tolerance: + 5%.
c. Resistance: Range as required by applicatian.
d. Dielectric Strength: 1000 VAC for 60 seconds
e. Working Voltage: 500V max.
f. Power Rating: 2V�7 at 70EC.
g. Stainless steel sl�aft with skirted round knab.
7. Enclosures: NEMA 12 for dry ]ocations, NEMA 4X stainless steel for wet ar�d
corrosive locat�ons.
S. iVameplates identifying equiprnent contralled if not readily apparent.
9. Products and Manufacturers: Provide cai�frol statians of one of the following:
a. Cutler-Hammer/Westinghouse.
b. Allen Bradley Coznpany.
c. Or equal.
PART3-EXECUTIQN
3, I 1NSTALLATIOri
A. Mount equipment so that sufficient access and working space is provided for ready
and safe operation and maintenance.
B. Securely fasten equipment to wa11s or other surfaces on which they are mounted.
Provade independent �alvanized steel supports where no wall or other surface exists.
C. Insiall in conformance with National Electrical Code.
+ + END QF SECTIOIV + +
3181606 16481-2
�� r��r r
i ii� I- -� - - - ' -'� i � - � ' � ii_ T .
- � - -- - --L _ r l - - - � - �
CERTIF�CATE OF INSURANCE
TO: CITY OF FORT W ORTH, TEXAS DAT�: � 1 J 14 / 2 n 02
NAME QF PRQJECT: PW77�06077016021Q West .5i de IV Pump 5tati on
� PRO]EC'T NUMBER(S}: . ,
THIS IS TO CERTTiFYFY THAT TNC Carvi r.pS Tnr. 6334 Manle Aae #550, Dal las , Tx 752�5
- {Narxfe and Address of Insured)��
is at tkie date vf this certi�cate, insured by this Comp�ny rvith respect to the business operations hereinafter
described, #'or the type of i�nsurance and in accordance.with the provisions of the standard policies used by this
� Company, and further hereinaf#er described. Exceptians to standard policy noted on the re�erse side hereaf. .
� TYPE OF INSUR.ANCE �
- ^ � Policy No. Effectivs _ Expires Lirniis of LiabiIity ^_
Worker's Compensation $gp111277�L 1/25./�2 � 1�/25/03 _ �$500/500/500 �� _
Comprehe�nsive General � �ozlity Injury:
LiabilityInsurance 06�CL77958 1/14/02 1/14/03 ��, Occurre�ace: $1 ,(1f](l.(l00/
� �(1'ub�ic Liabiiity} Prope�rty Damage 2, 000 , 0�0
Ea. Occurrencs� $ CSL
Blastin.g ' � ^
, • Collapse of Buildings�
or structures adjacent
' to excavations �
Daznage to Underground
Utilities
Builder's Risk .
�
�
� ��
J �
Ea. Occurrence � $ � _
-� -
Ea.Occurrence $
, _ , . _ . — . . � Bodily injury: .
Comprehensive 04TX19�915 1/14�02 ].(I4jQ3 Ea. Person $ 1,0[}0.000
Automobile Ea. Occurrence: . $ GSL � �
Liability Property Damage . .
- Ea.Occurrence $
� �� _^ - - - - _.. _— Bodily Injury: �
Contract�alLiabiIity INCLUDER N� THE ABOV� Ea. Occurre�ce: $
. . _,
�- _ --- � - - - - — --_ _ -- — . `�r►.y�ic��s.,au�e��
� _- = - �_- _ T' ��"�'�' _ __i....- �y -
� Other guilders Rsik,BNDI888� ��p/25/^2002^ 1OJ25J20a3 PrQject as reppr`ted �
Lflcation covexed: � 11 i nhS -
Descxiption of Operations covered: a 1],i � b'S � �
The above policies eithex in tl�e bo�y thereof or by appropriate endorsemeni provide that tb;ey may not ba charged
� or canceled by the insurer in less than five (5)�days after the insured has rece3ved written notice vf such change/or
cancellation. �
� Whexe applicable local Iaws or regula#�ans require xnore than five (S) days actual notice of change ar canceilatio�
� � to be assuxed, the abo�e policies contain sach speeial ��quiremants, eith�r in the body thereof or by appropriate
endorsement thereto� attached. ' � � • • - � • � • � � -
A enc NA�RrS� F UfVDERW00D II1 INC �'�� ��
. � Y �t.'. � `.. ti . '' y'�� f ^a'� .: ��' __._..__... ._.�
Foz# �orth Address By Dor�al d G Murray e"'�''.-��
Address 32�4 Main St. Dal l as 7x 75235
Title Presi dent
/`i�s���rmt ��� 1 I�I�fnl�� ��
� PRODl10ER
�,
HARR2,4 1G'. UNDB'RWQaD TTT' ZNC.
�� 311.4 MFITN 3TRk:L�'
P. Q. BOX 710033
� n.ar.r.n. , Tx �s�7�-nn�4
—INSUAEA T,�,�� SfiRVZCSS INC
� 6334 Ad.�1PLFs AVF, STS 550
�, DALLAS, TX 75235
Z
�I��ILI�� I���d��1►1M�� aATEIMMfO01YYYY}
� 7C�771�11QT
THIS CEFiTlF1CATE l5 ISSIfED AS -A MATTER OF INFORMATIOiV
ONLY AT11D CQIVFERS NO RIGHTS U�0111 THE CERT{F{CATE
HOLDER. THI5 CERTIFICAT� DOES NQT A1411ENp, EKTEND Oii
ALTER TME COVERAGE AFFORDED 8Y 7HE POLICIES BELQW.
INSURERS AFFOR�ING COVfRAGE
INSURER At Cj
INSUREfi B: r�,�+}�X 7NtSiTRANCE CO
INSURER C: TRXAS WQRAPsRS COMPF.`167fiAT2�14T TNS
1N5URER l7:
NAIC #
` + 'f*h7f"`�Q/] I INSl1RER @: ,
COV�RAGE5
� I THE POLICI�S OF INSURANCE LISTE� BELOW HAVE eEEN {SSUED TO 7HE INSURE� NAMED ABOVE �dii 7ME POLICY PERIO❑ WDICATE�. NOTW1iWSTANDING
ANY REQUlREMENT, TERM OR CONbITION OF ANY CDNTRACT OR OTWER ❑OCUMENT WITN RESP�C7 TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
• f MAY PERTAIN, THE INSl1RANCE AFFORaED BY THE POLICIES DESCRIBE� HEREW IS SUBJ�Ci 70 AI.L THE TERMS, EXCLUS1bNS AND CON�ITIONS OF SUCH `
� POLlCIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAlMS.
T�,IRSR AQ�'L. POLECY HUMSER dA� Y EFFEC�YE PpATEi MP1p��VN LI{V11TS
,LTq INSRO TYPF O�$,�ESSLGF �LQ.Q .
, A GENERAL LJABILITY 06GLOQ00779$$ QI�.Z�i�2QQZ OI/14/20D3 �ACH DCCURRENCE s �rnnaoao
I �AMAGE TO RENTEU
� �C4MMERCIALGEi�SRALtIA61LITY PREMISESIEaaccurence4 $ 5QQQ�
CLAIMS MAOE � OCCUR I ME� 6XP {Any ona pereonl � 500 Q
� r PERS4NAL&AQVINJURY 9 3QQQQ00
OENERAL AGGREGATE S ZQQ�QQa
,� GEN'L AGGfiEGATE LIMIT APPLIES PBR: I FRD�UCTS- CQMPIOPAGG 8 �Q(JOODII
, � POLICY n JECT � LOC
� A AUTOMOBilEW4BILITY 04TSQ00019955
� A£VYAUTD
, AI.L OWNED AUTOS
SCHEDUIED AIJTOS
' r �, HIRE� AUTOS
I� NON-OWHEDAUT05
,i —
ap
� �
!
I
GARAGE l.lA8lLli'Y
� ANYAUTO
EXCESSlUHI6RFILA LIA6ILITY �(��64.16
� OCCUR � CLAIMSMApE
oeoucris�E
g RET�NTION Srj .
� C Wd1iKER5COMPEN5ATIUNANt]
EMPLOY�RS' LIABILITY
• ANY PROPRIETOFIIPARTNERIEXECUTIVE
OFFICER7MEMBER EXCLUOED7
tf yes, descrihe under
� � SPECIAi PRQVISION5 helow
i OTHER
SBP11003212774
OI�.Zg�ZOQ2 D��7�i�2003 �OM91NE051NGLELiMIT �
�Ea ancident)
BOAILYINJURY �
[Per person)
BOOILY INJURY $
dPeraccidentl
PROPERTV DAMAGE $
_ fPetaccidenti
AUTO QNLY- EA ACC{OENT S
OTHERTWAN EAACC $
AU7aDN4Y: AGG S
01/x4/2002 0�/1�/20a3 �ACH OCCURRENCE s
IAGGREGA7E 5
� s
s
s
WC5TATU- OTM-
D��ZJr'�,ZOO� OI�iS�2aO.� RVIEMITS X ER
E.L, EACH ACCI�EhJT $
I E,L, �I5EASE - EA �M�'LOYEE 9
E.4, DISEASE- POLICY LIMIT S
� OESCRIPTION UF aPERATI0N5! LOCATI01115 ! V�HICLE5 � IXCLIJSIQi4lS AODEb BY EN�OR5EMENT I SPECIAL PROYISION5
t ,
ioan000
11L2R1t� �
?OQQOQ2
500DQQ_
sonnoa
�nnnnn
, itF.': f�T6ST SZDE' IV PUMP STRTI4N P'T WORTH WAT�.Fi nEPT P120,TSCT NO PW77-060770I6021 D, Cl2'Y' DF FT iI�ORTH
, AND x'HS ENG2NEER �T.ALCOLM P.7RNIE ARTi AIIDITIONAL IN�SURLD.
�
, � CERTIFICATE HOLDER
CTTI' DF i�T WORTH
� x000 THRQCRMORTON'STRE�T
F� woxT�r, Tx 75s az
ACORD 25120d110$f
CANCELLATIQM
SHOULP ANY OF THE ASOVE QESCRIBEO PE}LIClE5 BE CAHCFILE� BEFORE T1iE EXP[RATION
�ATE TH@REOF, THE IS5UING ENSURER 4NILL ENOEAVOR TO MA1L ��_ �qY5 WRITTEN
NOTICE TO THE CE7iTfFfCATE H�EOER NAMED TD THE LEFT, BUT FAILURE TO 00 SO SNALI.
IMpQSE ND OBLIGATION OR LIA8ILITY OF ANY K[N6 UPOihE THE INSURER, ITS AGEN'FS OH
REPRESENTATIYES.
AUTHORIZE� REPRE5ENTAli � �
, ,�,� � �� ,.xl ., ��� r,r,i�
� ACORI� CORPORATION 't988
PERFORMANCE B�ND Na. 789298
THE STATE OF 'i�XAS §
COUNTY OF TARRANT §
KNOW ALL MEN BY THESE PRESENTS: That we {1) ��N� ����c�s; Tne,�
_ , a (21 G�nt�a�,i.nn. of iexa.b
hereinafter called Principal, and (3) E��a-� 1�ndemru.ty Canpa�t,i.ar�-
a corporation organized and existing under the Zaws of the State and fully authorized to
txa�sact business in the State of T�xas, as Surety, are held and firmly bound unta the City
'' of Fart Worth, a municipal corporation organized and existing under the laws of th� State
; . .
of Texas, hereinafter called Owner, in t�e penal sum of:
Or�e M-i,CC�,an �even��iundh.ed �.�g�i,ty N,�n.� thac�u��..d 17a.C.�cuz.�
($ 7, 789_, OQO j Dallars in ]awful money of the United States, to be paid in Fart Worth, :-
Tanant County, Texas, for the payment of whxch s�im well and tnily be made, we hereby
bind ours�;lves, our heirs, executars, administrators, and successors, jo3ntly and severally,
�irmly by these presents. ' �
THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal
�ntered into a certain contract wit.h the City of Fort Worth, the Qwner, dated the
c��'���da� �of ��� , A.D. �OQ�,, a�apy of which is hereto. attached and
made a part hereof, for the constructaon of:
West Side �V Pumn Station
Fort Worth Water Det�artment Praiect No.: PV�"�'�-060'170160�10
a copy of which contract is hereby attached, referred to, and made a part �exeof as fu11y
and to the same extent as if copied at ]ength herein, such pro}ecc and constxuction heing � �
hereinafter refezxed to as the "work".
NOW THEREFORE, if the Pr�ncipal shall well, tru�y, and fai#hfully perform the
work in accordance with the plans, specifica�ons, and contract documents during the
original term thereof, and any externsions thereo# which may be granted by the Owner,
with or without not�ce ta the Surety, and he shall satisiy all claims and deman�s incnrred
under the cantract, and shal] fully indemnify and sa�e harmless the Owner fxom all costs
and damages which it may suffer by reason of failure to do so, and shall reimburse and
repay.the owner all outlay�and expense which the Owner may ancwr in making goad any
default, then this obli�atian sha11 be �oid; otherwise to remain in full force and effect. �
PROVIDED FURTHFR, tha� if any legal action be fiZed upon tl�is bond, venue .
shall lie in Tarrant County, State of Texas.
F-1
� AND PROVIDED FLTRTHER, that the said Surety, for value received, hexeby
stipulates and agrees that no charge, extension of time, alteration or addition to the terms .
'� of the contract or to. the wark to be pezformed thereunder, or the specifications
� accompanying the sarne shall in any wise affect its obligation on this bond, and it does
hereby waive notice of any such change, extension of time, alteration or addition to the .
I terms of the contract or to th� work or to the specifications, . ' -
IN WITNESS'WHEREOF, this instrument is executed in six coun�erparts each
'' � one of which shall be deemed an original, this the �� "id�day of ��� ��`` , A.D., .
� ��
ATTEST:
,�
. �—J JLL`. �
(Frinc ple) Secretary
. � (S E ��; L) .
, ' .r �
� -- i,�Vitness as to Princi .h{,�.�.� aa,ti,gne
6334 Map.Ce Av��. �a,[.Ca�, TX 7523,
- Address - .
;�
ATTEST:
{Surety) Secretary .Chh.c,� �M. f�.i,P,�
(SE�L)
�. �� i�.� �e�
Witness as t Surety �at PyFia
3� 1�4 Ma,i,rc S�t.ee,t Da.p.tas ; TX y 5 2 2 b
� (Address) �
PRTNCIPAL (4) .
BY: � � .!/ ..
� i .
Ka�r.� f�.i>c� chey, .Phe�,c;derr.t
�t�3�4 Map.�e Ave.. � DaC.Cad, � TX 7�23�
(Address)� - �
a
Cap,%.�a.P Tnctem�.i,iy Canpaha�',i.ov� � � .
Surety .. � �
By: ,' _ . , . _
(Attorney-in-fact) (5} ,7urr,e� p; ,�i�p�.-
. 3114 Ma.i,v� ST.�Address) ��� , T� 7� 2 2 6�..
NOTE: Date of Bond must not be prior to _ .
date of Contract. � �
(1) Correct Name of Contractor � � - .
(2) A Corporation, a Pattnership or an -.. .
Tndividual, as the �case may be � -� -
(3) Conrect nama of Surety � - �
(�) Zf Contractor is Partnership, all Partners �
should execute Bond .
(S} A True copy of Power of Attorney shall
be attached to Bond by Attorney-in-fact
F-2
MAINTENANCE BOND N a�' 7 892'Q &
T'HE STATE OF TEXAS �
COUNTY OF TARRANT �
KN�W ALL MEN BY THESE PRESENTS: That we (1� TNG Seit.v.�cea , Tr�c.
as Principal, acting herein by and through (2) ��� �� ch.eu -
its duly authorized Pneb�.derr,t and �
(3) Car�.i>ia.� Tndemv�.i.tu Cohpo�ca�,i,an. � .
a corporativn organized and existing under khe lavws of the 5tate of �1� cor��.�. , as
surety, do hereby acknQwled�e themselves �to be held and bovnd to pay unto the City of
Fort Wnrth, a Municipal Corparation, chartered by �irtue of Constitution and laws of the
State of Texas, at Fort Worth, in Tararant Caunty, Texas, the sum of:
.On� M.i,�f'.ian � Seven �funcUced �i.qh�u N.�ne 7'haubarrpollazs ($ 7; 784. 00a � 1, lawful
money of ti�e United States, far the payment of which sum well and tru�y be made unto
said City of Fort� Worth and its successors, said Contractor and surety do hereby bind
themselves, their heirs, executors, administratars, and assi$ns and successors, �aintly and
se�erally.�
This obligation is conditioned, however; that,
WHEREAS, the Principal has entered into a certain contract with the City of Fort
� Worth, the Owner, dated 1r4 •��� -- a� for the performance af the following
' � described public work and the canstruction of the following describ�d public
� - improvements:
West Side IV Pump Station -� .
a�l of the saine being referred to herein and in said contract as the Work �and being
designated as PzojectNa.(s) PW7T-060770i60210;� . �
and �said contract, including all of the specifications, conditians and written instruriler�ts
referred to therein as cantract documents being hereby ir�corporated herein by reference
for all purposes and made a part hereof, the same as if set out verbat�m herein; and,
WHEREAS, in said Contract, Contractor binds itself to use such mat�rials and to.
so construct the work that it will remain in good repai:r and condition for and during the
period TWo G2 � yeatc.aafter the date of the final acceptance of the work by the City; and,
W�REAS, said Contraetor binds itself to rnaintain said work in good repair and
condition for said terrn of rWo �� � yQ� � ; and,
WHEREAS, sad Contrractor binds itse�f to repair or reeonstruct the work in whole
ar in part at any time within said period, if in the opinion af the Director of the Water
Department of the City of Fort Worth, it is necessary; and,
WHEREAS, said Contractor binds itself, upan receiving notice o� the need
thereof to repair or recanstruct said wark as herein provided.
NOW THEREFORE, if said Contractor shall keep its said agreement to mai�tain,
repair or reconstruct said work in accordanee with a11 the terms and conditions of said
F-5
��
� contzact, these presents sha�l be null and void, and t�ave no force or effeet. Otherwise, this
Bond shal] remaan in full force and effect, and said City shall have and recover from the
said Contraetor and its surety damages in the premises as prescribed by said cantract. �
This obligation shall be continuing one and successi�e recoveries may be had hereon for
successive breaches until the full amount hereof is exhausted. �
WI�EREAS, all parties covenant and agree that if any legal action be filed upan
this bond, venue shall lie in Ta�rant County, Texas; and, �
IN WITNESS WHEREOF, tlus instrume:nt is exe uted in ��9� eounterparts,
each onE of which shalj be deemed an origynal, �ated �� , 07� , 200-2 ,
ATTEST: �
�1�1_�
� V�
(�'rinciple) Secretary
�SEAL� .
. , f1 �'^,
�'/
Wit�es� as to {rins�pal 1G�i.he �ai.ghe
b�3Q Map�.�e Ave. �a,GCa.a, TX .7�23,
� Address
ATTEST:
�� , _ - �
G1vr,i�s M. . fi.i,C:� .
�(�ufetq) Secretary
�S L-+ �x L} .
� PRTNCIPAL (4)
BY: � � �
� Kcvc.C. �f.'vr� ehey, ��.eb�.der�
b��4 Map.�e Ave. ��a.Gea,�, TX 73235
(Address} � �
Sure�y � �
�► -�- -
� By: _� � :� �� - �. � " � .
�ame4 P. �r,r.C�o�.
� (Attomey-in-fact} (5)
._- 3 714 Mcti.n. S�icee,t Vci.t.La.b , TX y r 2 2 6.:
. �� .P� �
�- Witness a Surety Pat Pc�ha
311 ¢ M�,c..n S�.ee.t p�Ca.� ,�TX 7� 2 Z 6
, (Address} .
{Address)
NQTE: Date of Bond musi not be prior. to .
date of Contract.
(1) Correct Name of Contractor
(2) A Corporation, a Partnership or an .
Indi�idu�, as the case may be
�(3) Correct name of Surety .
(�#) If Co�tractar is Parknership; all .
Partners should exect�te Band
{5) A True copy of Power of Attvrney
shall be attached to Bond by
Attorney-in-faet �
�
. F-5
�
Y��l� X��' �'x
.►
f
��
.;
_.
PART G - CONTRACT
�
�
THE STATE OF TEXAS �
COUNTY OF TARRANT �
THIS C�NTRACT, made and entered into
�� � by and between the City of Fort Worth, a home-rule
�� municipal corporation located in Tarrant County. Te�as, acting through its City Manager
thereunto duly authorized so to do, Party of the First Part, hereinafter termed "OWNER"
�� and T�U �r ���u� ,J ; �� � _
of the City of �•�.��
and State of _ a-�.-�
"CONTRACTOR"
, County of _l��_a.e��,�.�
Party of the Second Pazt. Hereinafter termed
WITNESSETH: That for and in cansideration of the payments and
agreements hereinafter mentioned, to be made and �erfarmed by the Party of the First
Part (Owner), said Party of the Second Part (Contraetoz) hereby agrees with the said Party
of the First Part (Owner) to commence and complete certain impro�ements described as
follows:
West Side N PurrzA Station
Ft Warth Water Department Proiect No.: PW77-Q60770160210
and all extra woz'k cannected therewith, under the terms as stated in the Contract
Docuzraents, and at his (their) own proper cost and expense to furnish alI mate�ials,
suppli�s, machinery, equipment, tools, superintendence, laboz', bonds, insurance, and
other aceessories and services necessary to complete the said construction, in accordance
with ajI the require�ents of the Contract Documents, which include all maps, plats,
blueprints and other drawings and printed or other written explanatQry matter thereof, and
the specifications thereof, as pz'epared by the Engineers emplayed by the Owner, each of
which has been identified by the endorsement of the Contractor and the Engineers
therenn, together with the Contractor's Written Proposal and other parts oi the Cantract
Docume�ts hereto attached, including the Fart Worth Water Departrnent General
Cantxact Documents and General Specifications, all of which are made a part hereof and
coIlecti�eIy evidenee and constitute tt�e entire contract.
_ _ ._. -�f�
, ��'�'�'��+ �U111f`i'�u, li�
I ��I„�" Nr ' ii ,. �l�
!I. ' �SII
� � !
G_1 +� ��,i , . � � � �
� 4 • ' -
�I
—f
.l
The Gontractor hereby agre�s to cornmence wa�'k within ten (10) days after the �
date written notice to do so shall have been given to him, and to substantially complete
same within the time stated in the Proposal.
The Owner agrees to pay the Contractor in current funds for �he perforrnance of
the cflntract in accordance with the Proposal submit�ed therefor, subject to additians and
deductions, as provided in the Contract Documents and a.11 approved modifxcations
iherefor, and �o make payment an account thereof as pravided ther�in.
IN WITNESS WI�REOF, the Parties to these presents ha�e executed this
Contract in quadruplicate the year and the day first above written.
� f' ATTEST:
�
.� �� ~
� � � - —
�
."�' �� �
fGloria P son, City Secretary
,
{SEAL)
WITNESSES:
�6 , r
r
T
,�
1'��" Ch��r Cr :Ja�c`Cf� �1
Citv of Fort Worth, Texas (Owner)
Party of �he First Part
By. � ��i 'c� Y
' Marc A�Ott
� Assistant City Manager
j) 4 �...
. � ��
����� ���-- �L��i�Or i z���0]'1
. �- -
��Y.�
�/l.) �s~ , �'LC
By _
�g,��. .�]- '2a c-h �-`1
Approved for the Fort Worth City Water Department:
Dale A. Fisseler, Water irector
Apprav as to Form and Legality:
Assista City Attorn�y
G-�
! ��f��r `��r' ����LV� �
��b'. � �
; ���� . � ���
'� �� - _�
.:, _
,,
�AYMENT BOND Na. �y8929�
� 7�NOV� ALL BY THESES PRESENTS:
COUNTY OP'TARRANT § Con an�.i on .
- That we, (1) TMG Se�r.v.��cea, Tnc,. ; a {2} '- Y� of.
acz,f`�.czb County, Texor�5 hereinafter called Principal and (3)
Ca.p,i,��k Indemi�,%�y Can�a�.a.�%on � - _, a corporation organized and
existitag under the ]aws of the State �x � and fully autharized to transact business in the State, of
Texas, as Surety, are held and f z�mly bound unto the City of Fart Warth, a municipal corporation
organized and e�sting under the laws of the State of Texas; hereinafter called Owner, and unto all
THE STATE OF TEXAS. §
persons, �izms, and corporations who may furnisY� materiafls �or, or perform labor upon, khe buiiding ar
improvements hereinafter refenred to in the penal sum of f��te ��ian. �S�ve.�. �uxcc[he.d -�.i.ci�y N.ivte T�.au-
.�and . Do�lars ($ � .���9. ad � ) in lawful money of the .United � . '
States to be paid in Fort Worth, Tarrant County, Texas, for the �ayment of which sum well and truly he
mader we bind ourseives, owc �eizs, executors, admiriistrators and successors jointly and severa�ly,
firmly by these presents.
THE CONDIT'Z�N OF THIS 4BLIGATION is such that whereas, the Pri,ncipal enterec� into a
certain contract w3t� the City of Fart Worth, the Owner, dated the ��''� day a� Q�'� �� ,. �
20 . 0 2�, a copy of.which is heret4 attached and mad� a part hereof, for the consideratian of:
West Side N Pumn Station
designated as Pro�ect Number PW77 - 06077016�210, a capy of .which contzact is hereta attached; ,�
referred tn, and made a part hereof as fully and to the same extent as if copied at length h'erein, such �
prnject and construction being. hereinafter refened to as the "work". -
P�IOW THE�LEFORE; the condition af ttais ob�igation� is such that, if the Principal shall
prompt�y make- payment to all cIaimants as de�ned in Chapter 2253, Texas Government Code;
su�plying labor and materials in the prosecutian of the work pra�ic�ed for in said Contract, then this
obligation shall be null and vo�d, othervaise it shall remai� ir� full force and effect.
THIS BOND IS MADE AND ENTERED into solely fvr the protection of aIl claimants �
supplying Iakior and material in the prosecution oi the work provaded for in said Contract, as clairnants
�re defined in said Chapter 2253, and all such claimants shall have a direct right of action under the
band as provided in Chapter 2253,.�'exas Government Code.
PR�VIDE FURT�iER, that if any Iegal action be iiled upon this bond, venue s�aal lie in
--�
�
�
,�
L
�
I ;I
I �
f. , �
I
Tazrant County, Tex�s, State of Texas, and that the said �urety, for value ;received, hereby stipulates
and agrees that no change exter�sion of time, alteration or addition to the terms of the contrract or to the
work be perforrned thereunder or the specification accompanying the same shall in any wise affect�its
obIigatian on this bond, and it does hereby waive notice of an� such change, extension of time,
aIteratian or addition to the terms of the contract or to the woxk or the speci�catioi�s.
PROVIDED FURTHER, that no final settlement betwee�n the Owner and the Contractar shall
abridge the right of any bene�ciary hereunder w�aose claim shall be unsatisfied. .
IN WITNESS WHEREOF, th�s instrument is executed in six counteYparts,, eacl� one of which
shall be deemed an ariginal, this �'."�day of��v�c_, 20 �4� .. � .
. � TN� . Se�cv�.ee� ,. :�nc. -
Principal • . .
ATTEST: � BY: � � � � -
. � .
—�
��
(Principa � Se r�tary
���A,I..) � ' .
�� .
(Witness as to �rincipal� h,�: e �c�.%ghe
&334 Ma�a.�e Ave. � �a,�a�a , TX- �7523�5
(Addzess) � . .
ATTE�T:
,l
�--� • -
{Surety) Secretary �Ch�u:,� M. .�H�Y.0
(SEALj
�. ��.� � �._
Witness as to Sur pa.� ��,�a
i 31 � 4�fia.i.Yi S�, D'a.�..ea,a , TX y 5� 2 d
� � Address
Kax� t��Uiacher�, P�.ea�.dewt
{Printed Nam�l'Title) �
d 334 adap.�e Ave. , Sc�:i�e �30 : .
Address � � � .
�7�.cu5, TX �5�35- . ; . - .
CitylState/Zip . -� .� �
C�,�.i,�a�. I ndemr�i�y Cnh�aha�.an
(5urety) . . � � . �
;. - .
. � �' � _ � -�. : � . . .
BY: - .;'� .. .� . . -�. - � . � .
� � �rtf,�rney-an-Fact (5) Jame,a P. �u,P tq v� . .
317 �f N1a,i.rt s�2.e� �
Address . . �
� 11a.�C.a.3 , TJC 13 2 2 6 - � -
City/State/Zip .
Note: Date of bond must not be before the date of award pf convact
(1) Conect namc of Contractor
(2) A cvrporaiion, pa�tnership, or indivxdual as 1he casc may be �
(3) Correct name of Snrety ,
(4) If ContracWr is a parknership, tl�e Cont[act must be executed 6y' �
the managing or general par�er o# the partn�rship
,
�.
.�
ii
I�
c�
d�
cll
�
1
.
1�1��N����'� ���PO���[7�
461� UNIVER5ITY AVENUE, SUITE i4fl0, MADISON, U�1ISCONSiN 53705-0900
pL�ASE ADD P�ONE {6Q8) 2�3 1O aOXFAX {608) 2�31� p�g I 537D5-0900
�ovv�� o� ��roR��v
�p: 637498
�IF10W ��� �11��] �]lf �%��$ ��S�i���r Tk'�1t 4tt� C1AP`ii'..�.L l�D���+4�1TY ���I�+��A�fON. �
{„�rt�tiy:t;;,r1�� t�' tl���.� ;:1��'-' nf 1��lis�{,iti��r�, 1r;i�;iRq i35 �rrir;[:i[�t�l n�fiG�?�: iR�� tr�e �iky of i+�1:��r5n�7, WsS�or��Fn� d��s n't��e, �Ons�ituE�
;�i;� ei��io��71_
--...,� _.r--z-.-a��,�s�s �. r•u�,'ror�, s�a�v�� �, nnur�.��.�r. �a�r� �, j���s���.��H o� �i-��� �, �i�,t., ....__�._.�_...,--
itst���saar�d i��r�s A�t���s��iY��..rk:�kin {s�ai:��i'o�,1r�c�s�c��4.elil l�tidl 4�ill�f�v������k n� b���Hi�r��ndc� aka�+_i ���ankY.•�r.�l of
d���, �ny �nd ��� bar�d , .�
Stxre�ty�hi�3 �LLx�+;t,l�cd u�d�Y #his �u�hat�i�_r Pr,;�l� �xc�c: �r� ,.���+c,��-7E If�L :��_irrr �sf ...----....
.,���.r�.�..�a.. �- ��� �i� ������ � .�r�.� ' `--- --' ��a.. . --._ . �-.. r �.�. --- -'
._�._. 1.,ni� I�':�',4M:r o`, Att�r��+ is gra�t� �n� ;s st�4;G����i �:� '�,:,�I�:ca i��+ tti.,�c:�„'}�!� unc;=;a anci ks}� ��� autl�foriiy c�� i�� �ail� .��^g
F��solutio�i �do �,��:-d by t#�t� E�oa�! a1 i]Ife�tor� of �AP'3�OL IP1D�I�i'�}�`Y CO�F�P�i�ATl�f►I at � rrte�tinc� dul� c,:�l�� �nd
13�ld on #Y�e t5t� c���r of May �DO�� .
��it�Uk,��f]_ lh.3i f11u ���tl�a,�ai1Q Ex�etrrve vace-I'�a:�id�rii� 11u: Secia;�r1' ur Tro��Yt-r. ac:linq �nq-�irJ��.F'sh� e�T n11��, kr: � liic;V ��areby p� g�a��=c�
��hl�s
ub4 �� Y Isti�tr�ra aS4�ra�l��oof,�an� or �n�c,Y' s� �R vt:o�tpt n je�at kM��� +�ir'-+�ro;� ies a rd�i�r,rq: Ysg1`�'�i,-�c'lis�eb t���;apo�+yaes a t�nvo �i� �+aw€:e�ar�d �u���
L5U�49�L fYf;AIkO +e�c;�`in��inl���:a~l� o�s;rrtJr.�+ d� �4� �u nsy�lCr'.Ybfl'Gf �1�it��+l�y a r I �C,i1P �b{afeng 5Si4:h�!v�If11I� klf�ililtUf� OS�IYJ[: I YIII+i7��i6S53I�{b'�-'�Y� I�rx!
i�i �
l,I�rrJin�r� �:pon In:� {:�mp�ny. �r.d �Y �u��' C�aw�= r.❑ oxacule�s �r,q r.e�til'-�d Clyf ia[�ip�IQ s�{M�`�ilhi�2a �d I��in�rlv 9Df+� nIt9H 1}2 ucLld I�iid hi�.ldlri�� sFj}4n 1�q .�ni�++Y
�:, 1k7� r�tluo Wlth Ye�5�rd4� I6 67y �}d11d nf.�ii{;erir3kif5r� Rr 8i�[ wr�l�[�,� C'tliij 3tary U I I hp =�ar4�rn 1Ti�x�1 tn whScri �1 la alt�+:hEd. J�+y+ suc.l � aPPalrr�rn�1 maY �e r�.mke�,
{:}r {nv�S, L�I 5°++IfF�Y°:l �.714i11s, by. ary a1 �;:�1 rfftic��, �k anY k�me,'
1�3 Y�13TF#�S� L�li�;EFi�O�. the �Ak1�IT�J� Ih1�DE#111�lTY �Df���1iATI�N 1�as ��used th�s� pre�enks to he �Egri�zd by
i�s �'�i�e�r und�si�i�€a{i �-�d ;ts co�r#�or.�:;� s��l t4 be �ereti�r a�t;x�cG duly �kr�s��d �y iiS Tx���uo-�r�, tt��s �5th �l�i�/ �i May, �Q��
�A�1T�L IN��h7T11�'Y �4RP�]Rp�TI�F#
AItiP.�; �
i � _
� ���
� �n�amas �( hnH�,�c��;, 7sPas�u+tr
� ���1�� �� ��,�����4�
" � ��un��r�r o� ����
�
;,�un���u�. � �
,�5ti,,,�m�. }. ,;�t¢ � �
�s� r'- � - '�� ' ���
��' �Y �
` ���� � TF�i =_ I}8u�1� � �$11��. �Fe�3Fi
x: � .�� .�. :' .
�r�rcn7�
�"�4'rr,r��illu�
� p�i tf�e 1�tl�f ci�y of #v�ay. A,[�•k��0��`�e��r� 1l�e��o #y`oi ���-D�vLt3ie ot �Wk���t s rr;� tl��t I���is ���� �ecr�[�ry� f
, {�kv�;�;�. d�c� d�}��ss �n� s;�y- 3t�3t �
' GAF'i"fOL IND�tJ�!�I1`Y�C�� 4P �3�AT���N.�#�#�eQ��al aii���J� o s�,i�E n{I-*rur�� t�s �� h cor�or� e saa1� th�t �t � s� � afif�ce�
{� kna�.�s the s�3k �� tl�� p
kry o;'�r o{ th[� S���d afi �irac#ors a! s�+�t� c�o��pc�rati�� ai�cl tl�i2i Y�� siqi3�d his n�rn+� ifiti�r�k� by like or,e!'.
yymiuurr�y _ ��.
' ���'. ?R W �r �l� � '
4 ���T� �� w���o��t� � '�-�- �`�`� �,�..�'
���. � tt
i € i .�,�r�� `+ -
�',(jL�� �7Y i)�� I�I�I,'.J� � � �� '�'�' Jalre F. CnciCeS
�NC1RE1'x
; I k. �_� ! C,��:�ry I�u$li; � G�� �u,� L`:I
':.'k;inqr. �,}�',�p.p �jt �'iA::TF11�i:'l�4T1 �ilji�l"f.'6 �''+��-'�-���
�'"7�J,'Jlilli f�l��
, . c:,�RY�r-r��r� �
� '�, ti1�,� �ir�f����3i��7��.4.s. J�.,�S, �;�i�ct�:�.i rc7 �r�,= r��'�c�:= skated be'�+�r, now ti�e �nci,i�r�ber�t fn �AP���L ih1f�EPJ1 �I+TY
� C:()�;���_�F�A�Ipt�. �� W�s���3sin �ar�:t,rati���, ���tf�Lnze� ln r€��ke il�i��ce� i�iic�t�, C�� �-C�R��Y �EATII�1� kwfa, �hr� for��7 g
�� �tta�it�d P�w�r of Afitn�'nc,y r=-:'�i�'"'_T In Eull E��'c� and i3�� r�o# ta�en re�:;.,n�-�a'. :xr;r:l '�_,r�l's�rn,tsr.� �kr�t the F��snl�iR�rrn ci s#���:
I F�oar�i �f D�r�ctors, sat t�r �� �� ���:� f'�w$r at �4tta�n�y �s now ��, E�rc�. �� �,'' —_, 2��1
. � �'�r�acf ��rd s�a�c�ci �kris . _�� _ R�y of _ — _ —
y, �r,,uuuru�t.,;..,
f w����.. f
.�rl� 'F`}y
1 � ar/ �- '�x� � � �
?if l ��`x
"-'�IppRPr71iRT� F�
� 1 S64L � �Cii�'1U'S � �mir'�'� 1�Frvf9 � �l3{'S'fl'�3
. _ . 4. ' � .
: �
x- €�
I` , . �'�'x�lar�o�li�'��:�
, I `I-j.. }C�+'+��° ��� -:lil�� I 0'7��+ II 1Y�c: jltr;:''�f -_�I .�. „�� �-• _ I Pl� �'::; ' �ar�rit� �Il t� E IlF}�}@: is��51 tF�!l� C�JfF1P1 Fb�gSfb H� �4i� ��1LY:hyOj.}�L'-^�� tGfDOl1 CO�i43 Of
nll��_r re`�our.��o„� :s�u riot k�!�dl�wy o�i il3ti� cor��l�'ny ir�Cl�.irle� �:4,�u;��}�:o,� �.�e� DD+v°ar of a?�mbY r���J ��ire.:teQ 10 kl�p P.��xf A'!�ts�2r a�1 #I��e Humn
1 ���I�S �f !!i{l t,��]d{�1 Ir��RlRlly GC�Ek'7rdtk6n. .
�
�
RA�
•�
A
--�
&
�
Q
�
���
Q
0
a
�
T
�
��
1/. ��:_� �'� J , �. J F� I �1
� —
���� � J �f'
�D��!!
�l�Cl9
Qp
•---� , � —
' -:6 �
� ��.�g� ��e�ra r�����
�t �
,, �
� ' i
i
I
_ %
�
�� ������ /
T dc�/ �
�P ,/
------,.� �
�
- - - - i
`� � ���� �.�
-Logo �d'��
� �
.•�
/ � ,F
�f ; �+ �
� r'���.��'O �i��Ip
/ -
� �; — —� 'X � °� � /2 m
. :- f : �
, �By�►�or!
�o�� VV��t�:�.,
_ '\`I�
�' y `� .
' ��� ��i if g��P� Q's�S���
�
. � /, �
�ep�r�rine����� .
��
�n�
`��
�
ti�
�
q ��
c
�
�Q
�'
� o / - � �� �—
�.. t�g� C���en �I1�h / � -
�l���e L������ � C�LIV�R�4L �1�T�'S:
�-`' —�: � ��g� �lu� -
�6���Tt�C ����Pf�� (�s���� ��' ��dd��
L��m Q����an -
������ ! ���� Tstesne� m�g��n S��'�� �,+� 8�/�2�
O� "�e�����da �Ar �/221 �� ��eea�
�fgure �0 L����r�re� S�z��6 �� Fg�
' �-��-��
��11 ��� �/� m4 � D� � � �.
� � . � .. . � . .
�here �1.H.�5 �re 1n street
� install two ar more courses of�
�t��i�� ar concrete graae rings
ween casting and tap o�f brtck
..�e, or conerete sla6.
llse Cast E rar� P i pe ta
��irst Joint �e�ind-
�imit of �xcavation
� Z��
�'i
M. o Cas u
1ron�Tee
InsCa�l M.H. Step=
Same as i n Stan�rc
M.H. -
1 k�"
�� �
�ie. �,�
r -�*�7
I4,� •e. _ y•;• Rr
� M�
�
Conc. Collar �i
�}� �
1.�' ��I
; 1� I
��imit of �
' �xcavation�
� r�a I
a�
titii�
Ylin �ui �t��
-Use standard
McKiniey, �
Na. A��t AM. or
Equal M.�I. Frame
�d Cover
Set in Mortar
Push-on �lug
. . �� � �
�. �;._ _ .
�_ � � -�� .
� lnstail Nuts
� �
, _, � Away from M.H.
� � � Wal l on M..l.
� � !� � a0�� �. F i tt i ng COR-7Eh
a � /� /� Bolt�
� �°
� � ~If Requi�ed �ravide Con�reQe
°' � �. Stub Extensior� Ai ��� � See
m .o � �����of Pb�e in F1•Fio � Star�dard 4' �iao
�
,� � � � hl. hi. Defia i�
� � � � F i c�ure l03 -
� � �Slope l�r/� � �
� - �
� ^ '� VertPcal .'�0 3/�
. _,
�`,a � � r�o � �,� o� � � P�
� a�Y . _ � . t- �', . _/ �li
' • •. +' • • _'.A� • ' �. . � , " _ .Q . . + — ' � � ' . ' , � .
'� . . , � , d . . .a . , � .Pm • , . . .�� ,
Grouted Invert� �Se �000{# Concrete
1 �+' di�e for sewer
pipe uQ to 21"
- — dia. 5� dia. for
sewe� pipe Z1" tc
- rv��cA� s�c�lar� � � 3g�� dia.
I (11 lj
I II1l�
f �?�r�sst Bloc�C to
I��xtend 6" In Rli
Directions fro�n
� �Outside Diam��e�
of Pipe
���E�1DF��� �0�� ���� ����
� ����5� �������
�0���� ���
Where M.H."s are built
in streets to be pavedy
F1.li. r im ta be set to
propased paving grade 7
�
�
. ;
�
I
�� � 1-1� Materiat .
�.-. � �� 14 � Canstre�ct ion
I���"%� _ .
a. . . ��� � i � ■�� ..�. ■� i � �� w �
C`ity o�Fo�t T�o��h, T'e.�cas
M�yor ar�d Cou�ci[ Gommun�c��iar�
pAT� R�FERENC� NUMBER LQG NAME PAGE
� oi22ia� **��� 931 � I 60WE5T � � of 2
suB��cT EXECUTE A CONTRACT WiTH T��� SE�V1�F.�S, l.[�l�. FOR THE CONSTR�CTION OF
THE WEST SIDE IV PUMP STATION
RECOMMEN�ATION:
It is recommended thai the City Council authorize the City Manager to execuie a contract with TNG
Services, Inc., in the amo�nt af $1,789,QOO.Od, for the construction of the West Side iV Pump 5tatior�.
DISCUSSION:
On h�ay �, 2001 (M&C G� 8578), the City Council authorized an er�gin�ering services cor�tract with
Malcolm Pirnie, Inc. far the preparatian of plans and specifications for the West Side {V Pump 5tation,
Transmissian Main and Elevated Storage Tank. The West Side IV Pump 5tatian will replace the
existing CF�ape1 Creek Pump Statinn, expar�ding the West 5ide 11l water service area and the water
service delivery capability in far wes# Fort Wortf�. The new pump stati�n is designed for fut�tre
expansian ta support de�efapment ar�d the required storage in ihe West Side IV pressure plane. The
transmission main and storage ta�k wifl he constructed und�r separate construction contracts.
BlD ADVERTISEMENT - This project was ad�ertised for bid on .iu1y 18 and 2�, 2002. On Aug.ust 22,
2602 the faElowi�g bids were recei��d:
Bidder
TNG Services. Inc.
Red River Constructian Company,
Contral Specialists, Inc.
Can-Fer Construction Company
Holloman Canstruct9on
Cajun Constructors, Inc.
Uni�ersai Builders, �nc.
Amaunt Bid
$1,789,D�0.00
Inc. $1,8Q8,3��.00
$1,863,350.00
$1,889,QQQ.00
$1;935,072.69
$2,019,849.40
Incomplete Bid�
In addition to the confract amo�nt, $53,67Q.�0 is included for passible change orders a�d confiingencies
and $5,0OO.OQ for support staff and review.
MIWBE - TNG Services, Ir�c, is in compfiance with the City's MIWBE Or�inance by committing to 22%
MIVII�E participation. The City's goal an this project is 22°fo.
This �ro�ect is located in COUNCIL DISTRICT 7.
City of'1�'ort �o�xh, �exas
l�i�yar �r�d �ou�ci[ Con�trr�ur��ca�t�on
DA7E RE�'ERENCE f�l1MBER LOG NAME PAGE
� oi�2�a2 �*�o� 93�y � saw�sT I 2 of 2
SUBJECT EXECUTE A CONTRACT W TH TNG SERVICES, INC. FOI� THE CONSTRUCTION OF
THE W�ST SIDE IV PUMP STATION
FISCaL INFORMATIONICERT[FICATION:
The Fi�ance Director eertifies that fund� are available in the current capital budget, as appropriated, of
the Commercial Paper-Water Fund.
MO:�
5ubmitied for City Manager's
Office by:
Marc Ott
Originstting Department Heud:
Dale Fisseler
Additianal InformAtion Contact:
bale Fisseler
� F[3�TD I ACCOUNT I CElVT�R j AMOUNT CITY SECRETARY
� (ta} -
� �
8476 I l
�
8207 I (from)
I F'W77
�
8207 I
APPROVED 16/22/02
541200 060770180�40 $1,789,0OO.OD