Loading...
HomeMy WebLinkAboutContract 62512-V1CONFORMED OCTOBER 2024 CSC No. 62512-V 1 FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF VCRWF PRIMARY CLARIFIER IMPROVEMENTS City Project No. 103295 Mattie Parker David Cooke Mayor City Manager Chris Harder, P.E. Water Director Shannon Dunne Assistant Water Director Plant Operations Tony Sholola, P.E. Assistant Water Director Capital Projects Delivery Farida Goderya, PhD, P.E. Senior Project ManagerSP.. 'y Volume 1 of 3 * AMY R. ROBINSON Prepared for 90271 The City of Fort Worth�/ST�.e�a Water Department ISSUED FOR BID JUNE 2024 �Q'CE OF•rF.�► CDM Smith. , SAGAR H. KHOLE ...: .............. ........... 801 Cherry Street, Unit 33 Suite 1820 t'a 106105 •: i7 Fort Worth, Texas 76102 +kt%.;TBPE Firm No. F-3043 ��\ 6NALENG" Q20/2024 OFFICIAL RECORD CITY SECRETARY In Association With: FT. WORTH, TX .00,21FREESE <NICHOLS THIS PAGE INTENTIONALLY LEFT BLANK. 00 00 00 TABLE OF CONTENTS Page 1 of 8 SECTION 00 00 01 TABLE OF CONTENTS Volume 1 of 3 Division 00 - General Conditions 00 00 01 Table of Contents 00 00 02 Specification Seal Sheet 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Pre -qualifications 00 45 12 Prequalification Statement 0045 13 Prequalification Application 45 26 Contractor Compliance with Workers' Compensation Law Q00 �00 45 40 minority BusMess Fm.,.,.,,p&e c , .' Business Equity Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions 00 74 00 TWDB Supplemental Conditions Division 01 - Geioeral Requirements 01 1100 Summary of Work 01 2500 Substitution Procedures 01 26 00 Contract Modification Procedures 01 29 33 Measurement and Payment 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 01 32 13 Schedule of Values 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 32 35 Aerial Photographic Documentation 01 33 00 Submittals 0135 13.24 Special Procedures for MOPO and Sequence of Construction 01 35 13 Special Project Procedures 01 40 00 Quality Requirements 01 42 00 References 01 45 23 Testing and Inspection Services CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 00 00 TABLE OF CONTENTS Page 2 of 8 01 45 27 Equipment Testing and Startup 01 50 00 Temporary Facilities and Controls 01 57 13 Storm Water Pollution Prevention Plan 0158 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23.16.01 Attachment A Survey Staking Standards 01 71 23 Construction Staking and Survey 01 73 00 Execution 01 74 23 Cleaning 01 76 00 Asset Management 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents 0188 19 Tightness Testing Performance Requirements Division 02 - Existing Conditions 0241 15 Paving Removal 0241 16 Structure Demolition 0241 19 Selective Demolition Division 03 - Concrete 03 01 30 Repair and Rehabilitation of Cast -in -Place Concrete 03 1100 Concrete Forming 03 1500 Concrete Accessories 03 20 00 Concrete Reinforcing 03 30 00 Cast -in -Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 60 00 Grouting 03 74 00 Modifications to Existing Concrete Division 04 — Masonry 04 20 00 Unit Masonry 04 72 00 Cast Stone Masonry Division 05 — Metals 05 05 33 Anchor Systems 05 1200 Structural Steel Framing 05 21 00 Steel Joist Framing 05 31 23 Steel Roof Decking 05 50 00 Miscellaneous Metal Fabrications 05 52 15 Aluminum Handrails and Railings 0553 16 Aluminum Grating Division 06 — Wood, Plastics, and Composites 06 10 00 Rough Carpentry 06 82 53 Fiberglass Reinforced Plastic Miscellaneous Fabrications CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 00 00 TABLE OF CONTENTS Page 3 of 8 Division 07 — Thermal and Moisture Protection 07 1326 Self -Adhering Sheet Waterproofing 07 1900 Water Repellents 07 21 00 Thermal Insulation 07 26 00 Vapor Retarders 07 54 23 Thermoplastic-Polyolefin (TPO) Roofing 07 62 00 Sheet Metal Flashing and Trim 07 71 00 Roof Specialties 07 72 00 Roof Accessories 07 92 00 Joint Sealants Division 8 - Openings 08 11 13 Hollow Metal Doors and Frames 08 33 23 Overhead Coiling Doors 0851 13 Aluminum Windows 0871 00 Door Hardware 08 80 00 Glazing Division 9 - Finishes 09 91 23 Interior Painting 09 96 76.23 Wastewater Treatment Coatings Division 10 - Specialties 10 14 19 Dimensional Letter Signage 10 14 23 Panel Signage 10 44 16 Fire Extinguishers Division 22 - Plumbing 2205 13 Common Motor Requirements for Plumbing Equipment 2205 17 Sleeves and Sleeve Seals for Plumbing Piping 2205 19 Meters and Gages for Plumbing Piping 22 05 23.12 Ball Valves for Plumbing Piping 22 05 29 Hangers and Supports for Plumbing Piping and Equipment 22 05 33 Heat Tracing for Plumbing Piping 22 05 53 Identification for Plumbing Piping and Equipment 2207 19 Plumbing Piping Insulation 2211 16 Domestic Water Piping 22 11 19 Domestic Water Piping Specialties 22 13 16 Sanitary Waste and Vent Piping 22 14 29 Sump Pumps 22 21 23 Facility Natural -Gas Piping CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 00 00 TABLE OF CONTENTS Page 4 of 8 Volume 2 of 3 Division 23 — Heating, Ventilation and Air Conditioning 2305 13 Common Motor Requirements for HVAC Equipment 2305 16 Expansion Fittings and Loops for HVAC Piping 23 05 29 Hangers and Supports for HVAC Piping and Equipment 23 05 53 Identification for HVAC piping and Equipment 23 05 93 Testing, Adjusting, and Balancing for HVAC 2307 13 Duct Insulation 2307 19 HVAC Piping Insulation 23 09 23.12 Control Dampers 23 09 23.14 Flow Instruments 23 09 23.27 Temperature Instruments 2321 13 Hydronic Piping 2331 13 Metal Ducts 2331 16 Nonmetal Ducts 23 33 00 Air Duct Accessories 2334 16 Centrifugal HVAC Fans 23 34 23 HVAC Power Ventilators 23 37 13.23 Registers and Grilles 23 74 23.16 Packaged, Indirect -Fired, Outdoor, Heating — Only Makeup Air Vents Division 26 - Electrical 2605 13 Medium -Voltage Cables 2605 19 Low -Voltage Electrical Power Conductors and Cables 26 05 23 Control -Voltage Electrical Power Cables 26 05 26 Grounding and Bonding for Electrical Systems 26 05 29 Hangers and Supports for Electrical Systems 26 05 33.13 Conduits for Electrical System 26 05 33.16 Boxes and Covers for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems 26 05 44 Sleeves and Sleeve Seals for Electrical Raceways and Cabling 26 05 53 Identification for Electrical Systems 26 05 73 Power System Studies 26 12 19 Pad -Mounted, Liquid -Filled, Medium -Voltage Transformers 26 13 29 Medium -Voltage, Pad -Mounted Switchgear 262200 Low -Voltage Transformers 26 24 16 Panelboards 262419 Motor Control Centers 26 25 05 480V Control Panels 26 27 26 Wiring Devices 2628 13 Fuses 2628 16 Enclosed Switches and Circuit Breakers 26 29 23.26 Eddy Current Drive Controllers 26 36 00 Transfer Switches 2651 19 LED Interior Lighting 2652 13 Emergency and Exit Lighting 2656 13 Lighting Poles and Standards 2656 19 LED Exterior Lighting CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 00 00 TABLE OF CONTENTS Page 5 of 8 Division 31 - Earthwork 3105 15 Soils Aggregate for Earthwork 31 09 00 Geotechnical Instrumentation and Monitoring 31 20 00 Earthwork 3123 16 Unclassified Excavation 312319 Dewatering 31 25 00 Erosion and Sediment Control 31 50 00 Excavation Support and Protection Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 32 1123 Flexible Base Courses 32 1129 Lime Treated Base Courses 32 12 16 Asphalt Paving 32 1273 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants 32 16 13 Curb Gut and Valley Gut 32 92 14 Non -Native Seeding Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection — Sanitary Sewer 3303 10 Bypass Pumping of Existing Sewer Systems 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Pipes 3305 13.10 Frame, Cover and Grade Rings — Composite 3305 13 Frame, Cover and Grade Rings 3305 16 Concrete Water Vaults 3305 17 Concrete Collars 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 05 93 25 Concrete Gravity and Lowe Pressure Pipe 33 1105 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 1200 Buried Plug Valves 33 1220 Resilient Seated Gate Valve 33 1225 Connection to Existing Water Mains 33 1240 Fire Hydrants 3331 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 3331 15 HDPE Pipe for Sanitary Sewer 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 3339 10 Cast -in -Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 60 Liners for Sanitary Sewer Structures 33 46 02 Trench Drains CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 00 00 TABLE OF CONTENTS Page 6 of 8 3349 10 Cast -in -Place Storm Drain Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 51 00 Natural Gas Distribution Division 40 — Process Interconnections 40 05 06 Couplings, Adapters, and Specials for Process Piping 40 05 07 Hangers and Supports for Process Piping 4005 19 Ductile Iron Process Pipe 40 05 31 Thermoplastic Process Pipe 40 05 51 Common Requirements for Process Valves 40 05 53 Identification for Process Piping 40 05 57 Actuators for Process Valves and Gates 40 05 59.17 Composite Stop Logs 40 05 59.23 Stainless steel Slide Gates 04 05 61.43 Knife Valves 40 05 62 Plug Valves 40 05 63 Ball Valves 40 05 65.16 Globe Valves 40 05 65.33 Rubber Flapper Check Valves 40 05 67.36 Pressure Regulating Valves 40 05 71.13 Duckbill Check Valve 40 05 78.21 Air Release Valves for Wastewater Service 40 05 82 Solenoid Valves for Process Service 40 05 93.23 Low -Voltage Motor Requirements for Process Equipment 4041 13.13 Process Piping Electrical Resistance Heat Tracing 4042 13 Process Piping Insulation 40 61 00 Process Control and Enterprise Management Systems General Provisions 40 61 21.20 Process Control System Testing (Contractor Performs Programming) 40 61 26 Process Control System Training 4061 96 Process Control Descriptions 4067 17 Industrial Enclosures 40 67 33 Panel Wiring 40 68 63 Configuration of HMI Software 40 70 00 Instrumentation for Process Systems 40 70 OOA Instrumentation List 4071 13 Magnetic Flow Meters 40 71 66 Transit Time Flow Meters 40 71 79 Flow Switches 40 72 23 Radar Level Meters 40 72 76 Level Switches 4073 13 Pressure and Differential Pressure Gauges 40 73 36 Pressure and Differential Pressure Switches 40 73 63 Diaphragm Seals 4078 13 Indicators and Meters 40 78 56 Isolators, Intrinsically Safe Barriers, and Surge Suppressors CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 00 00 TABLE OF CONTENTS Page 7 of 8 Division 41— Material, Processing and Handling 1 41 22 13.13 1 Bridge Cranes Division 43 — Process Gas, Liquid Handling, Purification and Storage Equipment 43 21 50 Seal Booster Water Pump Station 43 23 35 Recessed Impeller Pumps 43 23 57 Progressing Cavity Pump 43 41 63.00 Wire and Strand Wrapped Prestressed Concrete Tank Division 46 — Water and Wastewater Equipment 46 05 53 Identification for Water and Wastewater Equipment 46 24 23 Inline Grinders 46 41 21.31 Jet Mixing Equipment - Wastewater 4643 13.11 Fiberglass Reinforced Plastic (FRP) Weirs, Baffles and Flumes 46 43 21 Circular Clarifier Equipment 46 61 20.13 FRP Launder Covers - Bucklin CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 00 00 TABLE OF CONTENTS Page 8 of 8 Volume 3 of 3 Appendices I GG6.06D A,r;n,,rity and Women n...u, d BusinessE,it .. i-i ,. G,.,..,,U, nee Minority Business Enterprise GC-6.07a COFW 2013 Prevailing Wage Rates (Heavy and Highway Construction Projects) GC-6.07b COFW 2013 Prevailing Water Rages (Commercial Construction Projects) TWDB Davis Bacon Prevailing Wage Rates — Heavy Construction TWDB Davis Bacon Prevailing Wage Rates — Building Construction TWDB DB-0154 Monthly Davis -Bacon Wage Rate Certificate of Compliance TWDB DB-0156 Guidance — Davis Bacon Wage Rate Requirements for SRF Projects TWDB ED-101 Site Certificate TWDB ED-103 Contractor's Act of Assurance (Construction Contract) TWDB ED-104 Contractor's Act of Assurance Resolution TWDB WRD-255 Bidder's Certifications - EEO TWDB 0459 Form Vendor Compliance with Reciprocity on Non -Resident Bidder TWDB 0551 Guidance - Supplemental Contract Conditions for CWSRF Non -Equivalency TWDB 0100 Guidance — Clean Water State Revolving Fund Loan Program (CWSRF) TWDB 1106 Guidance - AIS Guidance for Clean Water and Drinking Water SRF Projects TWDB I I06-A Form - Monthly American Iron and Steel Certificate TWDB I I06-B Form — AIS De Minimis Log GR-01 60 00 CFW Water Standard Product List SC-4.02.1 Subsurface and Physical Conditions —Geotechnical Data Report SC-4.02.2 Subsurface and Physical Conditions — Subsurface Utility Engineering 1 8 G 4; 0412 SC-4.06.1 Lead Inspection Report SC-4.06.2 Asbestos Inspection Report END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 VILLAGE CREEK WATER RECLAMATION FACILITY PRIMARY CLARIFIER IMPROVEMENTS CITY PROJECT NO. 103295 Specification Seals June 2024 OF y *, AMY R. ROBINSON go Amy Robinson, PE CDM Smith Inc. TBPE Firm Registration No. F-3043 0/2024 Jeffrey Van Pelt, PE CDM Smith Inc. TBPE Firm Registration No. F-3043 Specification Sections Division 01, Division 02, 03 34 13, 3110 00, 3123 16, 31 25 00, Division 32, Division 33 except 33 05 10 Specification Sections 3105 15, 3109 00, 3120 00, 3123 19, 3150 00, 33 05 10 Page 1 of 6 VILLAGE CREEK WATER RECLAMATION FACILITY PRIMARY CLARIFIER IMPROVEMENTS CITY PROJECT NO. 103295 Specification Seals June 2024 Specification Sections Divisions 04, 06, 07, 08, 09, 10 Charlotte Throop, PE CDM Smith Inc. TBPE Firm Registration No. F-3043 F� AMANDA M. SMAYDA.i v y Specification Sections 13026 _ Divisions 03 and 05, 43 4163 O Amanda Smayda, PE JQ Infrastructure, LLC TBPE Firm Registration No. F-7986 Page 2 of 6 VILLAGE CREEK WATER RECLAMATION FACILITY PRIMARY CLARIFIER IMPROVEMENTS CITY PROJECT NO. 103295 Specification Seals June 2024 = 4tE OF•? F�jx �► 1 i *? :* i SAGAR H. KHOLE .............. ........ ■...... ►, 106105 r .......• Sagar Khole, PE CDM Smith Inc. TBPE Firm Registration No. F-3043 !qE 0F 1F�1 ............... r..rir► • CHAD M. SIMMONS ■ �........ r.►•■•.•►••.� •• ■ j'P 9116310 1 �p , 6/20/2024 Chad Simmons, PE Freese & Nichols, Inc. TBPE Firm Registration No. F-2144 Specification Sections 40 05 06, 40 05 07, 40 05 19, 40 05 31, 40 05 51, 40 05 53, 40 05 57, 40 05 59.17, 40 05 59.23, 40 05 61.43, 40 05 62, 40 05 63, 40 05 65.16, 40 05 65.33, 40 05 67.36, 40 05 71.13, 40 05 78.21, 40 05 82, 40 41 13.13, 40 42 13, 43 23 57, 46 05 53, 46 24 23, 46 41 21.31, 46 43 13.11, 46 43 21, 46 43 24, 46 6120.13 Specification Sections 4122 13.13, 43 2150, 43 23 35 Page 3 of 6 VILLAGE CREEK WATER RECLAMATION FACILITY PRIMARY CLARIFIER IMPROVEMENTS CITY PROJECT NO. 103295 Specification Seals June 2024 oFir�w % (ilBwiOfa� r1A1�1Y�41 Gibson Mammen, PE CDM Smith Inc. TBPE Firm Registration No. F-3043 lit f................... ......... I J Y50N VARGHESE••• 134792 {R,frS Joyson i arg ese,iPE CDM Smith Inc. TBPE Firm Registration No. F-3043 Specification Sections Divisions 22 and 23 Specification Sections Division 26, 40 05 93.23 Page 4 of 6 VILLAGE CREEK WATER RECLAMATION FACILITY PRIMARY CLARIFIER IMPROVEMENTS CITY PROJECT NO. 103295 Specification Seals June 2024 DgiWIV sig neu ay Kemmn Khan Inlo Kamran Kh k43@,c kh _ ika 3[dl�dm5milh Ctlm � is 17 A8A N1 KAMRAN ALI KHAN • � ...:......115801•• ' i FS.CENSO"* � *0 S�•Aw ONAL EN4" 6/20/2024 Kamran Khan, PE CDM Smith Inc. TBPE Firm Registration No. F-3043 Specification Sections 40 6100, 40 61 21.20, 40 6126, 40 67 17, 40 67 33 40 68 63, 40 70 00, 40 70 OOA, 40 71 13, 40 7166 40 7179, 40 72 23, 40 72 76, 40 73 13, 40 73 36 40 73 63, 40 78 56 Page 5 of 6 VILLAGE CREEK WATER RECLAMATION FACILITY PRIMARY CLARIFIER IMPROVEMENTS CITY PROJECT NO. 103295 Specification Seals June 2024 THIS PAGE INTENTIONALLY LEFT BLANK Page 6 of 6 City of Fort Worth, Texas Mayor and Council Communication DATE: 10/15/24 M&C FILE NUMBER: M&C 24-0855 LOG NAME: 60VCWRF PRIMARY CLARIFIERS CONSTRUCTION -EAGLE SUBJECT (CD 5) Authorize Execution of a Contract with Eagle Contracting, LLC in the Amount of $98,319,734.00 for Village Creek Water Reclamation Facility Primary Clarifiers Improvements, Provide for Project Costs for a Project Total in the Amount of $100,131,763.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt Appropriation Ordinances to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with Eagle Contracting, LLC in the amount of $98,319,734.00 for the Village Creek Water Reclamation Facility Primary Clarifiers Improvements; 2. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds from future debt for the Village Creek Primary Clarifiers Replacements Phase 1 project; 3. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Water and Sewer Commercial Paper Fund by increasing estimated receipts and appropriations in Village Creek Primary Clarifier Replacements Phase 1 project (City Project No. 103295) in the amount of $30,676,608.36 and decreasing estimated receipts and appropriations in the W&S Commercial Paper project (City Project No. UCMLPR) by the same amount; 4. Adopt attached appropriation ordinance adjusting estimated receipts and appropriations in the WS Capital Project 2020 Fund by increasing estimated receipts and appropriations in the Village Creek Clarifier Replacements Phase 1 project (City Project No. 103295) in the amount of $1,839,596.94 and decreasing estimated receipts and appropriations in the Unspecified All -Funds project (City Project No. UNSPEC) by the same amount; and 5. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sewer Impact Fee Fund in the amount of $11,068,124.00, from available impact fees within Water/WasteWater Wholesale Impact Fees and Water/WasteWater Retail Impact Fees projects (City Project Nos. B20004 and B20005) for the purpose of funding the Village Creek Primary Clarifier Replacements Phase 1 project (City Project No. 103295), to effect a portion of Water's contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: The Village Creek Water Reclamation Facility (VCWRF), a 166 million gallons per day (MGD) plant, comprised of primary, secondary and tertiary treatment, chlorine disinfection and de -chlorination. The VCWRF produces anaerobically digested biosolids, which is processed at the Biosolids Dewatering and Processing Facility. The VCWRF currently has 18 primary clarifiers, consisting of 12 small 80-ft diameter clarifiers and 6 large 160-ft diameter clarifiers, located in the southeast corner of the plant. This project provides for the replacement of the 12 small primary clarifiers, which were constructed in 1956, 1963, and 1971 and have outlived their useful lives. Construction of the project was advertised for bids on June 27, 2024 and July 04, 2024 in the Fort Worth Star -Telegram. On August 22, 2024 the following bids were received: Alternative ive No. Alternative Bidder Contract Time o Eagle Contracting $98,319,734.00 No Bid 1187 Calendar LLC Days Thalle Construction $105,100,000.00 No Bid Co., Inc. In addition to the contract cost, $1,123,791.00 is required for project management and inspection and $688,238.00 is provided for project contingency. On August 27, 2024, Mayor and Council Communication (M&C) 24-0710, the city council approved the appropriation for the Water and Sewer System Revenue Bonds Series 2024B. The amount of $56,547,433.70 will be available to fund this contract. This project will have no impact on the Water Department operating budget when complete. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. Under federal law, debt must be issued within approximately three years in order for these expenses to be reimbursable. Adoption of the attached resolution does not obligate the City to sell bonds, but preserves the ability of the City to reimburse from tax-exempt bond proceeds. It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan throughout the Fiscal Year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The action in the M&C will appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvement Program. Funding for VCWRF Primary Clarifier Replacements Phase 1 project is depicted below: 60VCWRF PRIMARY CLARIFIERS CONSTRUCTION -EAGLE Capital Fund FY2025 CIP Budget Change Revised Name Project Name Appropriations Authority (Increase/Decrease) FY2025 Budget 56023 — W&S 103295 — VC Commercial Primary $0.00 This M&C $30,676,608.36 $30,676,608.36 Paper Fund Clarifies REPLPH1 56018 — WS 103295 — VC Capital Project Primary $0.00 This M&C $1,839,596.94 $1,839,596.94 2020 Fund Clarifies REPLPH1 57003 — Sewer 103295 — VC Impact Fee Primary $0.00 This M&C $11,068,124.00 $11,068,124.00 Fund Clarifies REPLPH1 Funding is budgeted in the Commercial Paper project within the W&S Commercial Paper Fund, Funding is available in the Unspecified All -Funds project within the WS Capital Project 2020 Fund and in the Water/WasteWater Wholesale Impact Fees and Water/WasteWater Retail Impact Fees projects within the Sewer Impact Fee Fund for the purpose of funding the Village Creek Primary Clarifiers Replacement Phase 1 project. Funding for the Village Creek Primary Clarifiers Replacement Phase 1 project is depicted below: Fund Existing Additional Project Total* Appropriations Appropriations Fund 56020 - Water & Sewer $1,623,300.00 $0.00 $1,623,300.00 Revenue Bonds Series 2022 Fund 56022 - W&S Rev Bonds $4,035,605.00 $0.00 $4,035,605.00 Series 2024 Fund 56024 — W&S Rev Bonds $57,000,000.00 $0.00 $57,000,000.00 Series 2024B Fund 56023 — W&S Commercial $0.00 $30,676,608.36 $30,676,608.36 Paper Fund 56018 — WS Capital Project $0.00 $1,839,596.94 $1,839,596.94 2020 Fund 57003 — $0.00 $11,068,124.00 $11,068,124.00 Sewer Impact Fee (Project Total $62,658,905.00 $43,584,329.30I$106,243,234.30 *Numbers rounded for presentation. Business Equity: The Business Equity Division placed a 10.48 percent business equity goal on this solicitation/contract. Eagle Contracting LLC, will be exceeding the goal at 14.80 percent, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. The project is located in COUNCIL DISTRICT 5, VCWRF serves ALL COUNCIL DISTRICTS. The Director of Finance certifies that funds are currently available in the Commercial Paper project within the W&S Commercial Paper Fund, in the Unspecified — All Funds project within the WS Capital Project 2020 Fund, and in the W/WW Wholesale Impact Fees and W/W Retail Impact Fees projects within the Sewer Impact Fee Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the W&S Commercial Paper Fund, the WS Capital Project 2020 Fund, and the Sewer Impact Fee Fund for the VC Primary Clarifier REPL PH1 project to support the above recommendations and execution of the construction contract. Prior to any expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. Submitted for Citv Manaaer's Office bv: Fernando Costa 6122 Oriainatina Business Unit Head: Chris Harder 5020 Additional Information Contact: Farida Goderya 8214 60VCWRF PRIMARY CLARIFIERS CONSTRUCTION -EAGLE FID Table 56023 0700430 103295 2025 $ 30,676,608.36 56018 0600430 4905415 UNSPEC 2025 $ (1,839,596.94) 56018 0700430 4905415 103295 2025 $ 1,839,596.94 56018 0600430 UNSPEC 2025 $ (1,839,596.94) 56018 0700430 103295 2025 $ 1,839,596.94 57003 0700430 4413023 103295 2025 $ 2,213,624.00 57003 0700430 4413024 103295 2025 $ 8,854,500.00 57003 0700430 103295 2025 $ 11,068,124.00 56018 0700430 4905415 103295 003080 9999 $ (1,839,596.94) 57003 0700430 4413023 B20004 B02000 9999 $ 2,213,624.00 57003 0700430 4413024 B20005 B02000 9999 $ 8,854,500.00 57003 0700430 4413023 103295 003080 9999 $ (2,213,624.00) 57003 0700430 4413024 103295 003080 9999 $ (8,854,500.00) 56018 0700430 5740010 103295 003080 9999 $1,839,596.94 Contract - Fort Worth 57003 0700430 5740010 103295 003080 9999 $11,068,124.00 Contract - Fort Worth 56023 0700430 5740010 103295 003080 9999 $28,864,579.36 Contract - Fort Worth $98,319,734.00 56023 0700430 5740010 103295 003080 9999 $688,238.00 Contingency 56023 0700430 5110101 103295 003080 9999 $396,032.00 Water Staff Cost 56023 0700430 5550102 103295 003080 9999 $5,000.00 Public Outreach (Sally) 56023 0700430 5330500 103295 003084 9999 $108,909.00 Soil Lab Consultant 56023 0700430 5310350 103295 003084 9999 $19,802.00 Soil Lab TPW Staff 56023 0700430 5110101 103295 003085 9999 $594,048.00 Water Inspection Staff $30,676,608.36 69 FORT WORTH.., ADDENDUM TO INVITATION TO BID NO. 103295 VILLAGE CREEK WATER RECLAMATION FACILITY PRIMARY CLARIFIER IMPROVEMENTS PROJECT WATER DEPARTMENT ADDENDUM NO. 1 INVITATION TO BID (ITB): Bonfire # 24-0211; CPN 103295 BID OPENING DATE: August 8, 2024 REVISED BID OPENING DATE: August 22. 2024 0005 15 ADDENDUM NO. 1 Page 1 of 16 DATE ISSUED: JULY 23, 2024 Bidders are hereby informed of the following amendments to the contract documents for the project. Bids for the project must be received by 2:00 PM CST on the Bid Opening Date. Bidders must acknowledge receipt of this Addendum below, and on Bid Form. This addendum forms a part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. I. INFORMATION A. The project bid date is changed to Thursday. August 22.2024. Bids must be received by 2:00 PM CST. All other contractual requirements stay the same. B. Prequalification requirements apply to this project, Prime Contractor must be on the Fort Worth Water Department's pre -qualification list for WTP/WWTP work. The requirements are detailed in Specification Sections 00 4100 and 00 45 12. Only the Prime Contractor needs to be pre -qualified per FWWD standard PQ requirements for facilities (WTP/WWTP). C. 00 42 43 SCHEDULE OF SUPPLIERS must be submitted within 48-hours after Bids are received. Send to Farida Goderya(Farida.Goderva(a)fortworthtexas.2ov) and Amy Robinson (robinsonar(a-)cdmsmith.com). D. The updated Bid Proposal Workbook has been uploaded to the Bonfire Bidding Folder and made available for Bidder's use in developing Bid Proposal. Bidder's shall use at own risk and verify formulas and rounding functions in the spreadsheet prior to assure Bid Value is correct. The City and Engineer are not responsible for errors in the Bid Proposal Form Spreadsheet. E. Pre -Bid Meeting Agenda, PowerPoint Presentation, Sign -In Sheet, and current Plan Holder List (7.22.2024) are included in the addendum for information purposes. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 July 2024 0005 15 ADDENDUM NO. 1 Page 2 of 16 II. SPECIFICATIONS A. Delete the following Specifications entirely and replace with the attached documents. 1. 00 42 43 — PROPOSAL FORM {Specifications Volume 1 of 31 2. 00 45 40 — MINORITY BUSINESS ENTERPRISE GOAL {Specifications Volume 1 of 31 3. 40 6196 — PROCESS CONTROL DESCRIPTIONS {Specifications Volume 2 of 31 B. 00 00 01 — TABLE OF CONTENTS 1. Volume 1 of 3, Division 00 - General Conditions, Page 1 of 8. a. Delete the Title of Specification 00 45 40 and replace with the following title. "Business Equity Goal" 2. Volume 3 of 3 — Appendices, Page 8 of 8. a. Delete the title of GC-6.06D and replace with the following title. "Minority Business Enterprise Compliance" b. Delete SC-4.02.3 — Subsurface and Physical Conditions — VCWRF Project Reference Drawings SPECIFICATIONS VOLUME 1 OF 3 C. 00 11 13 — INVITATION TO BIDDERS 1. First Paragraph "RECEIPT OF BIDS", Page 1 of 4 a. Delete "August 8t'', 2024" and replace with "August 22" d, 2024" D. 00 42 43A — SCHEDULE OF SUPPLIERS Supplier Table Row 17 "Plug Valves" a. Delete base bid supplier 17.d and replace with "d. Crispin". E. 00 45 12 — PREQUALIFICATION STATEMENT 1. First Paragraph, Page 1 of 2. a. Add the following sentence immediately after the first sentence. "Note: Only Prime Contractor needs to be pre -qualified." SPECIFICATIONS VOLUME 2 OF 3 F. 26 24 19 — MOTOR CONTROL CENTERS 1. Paragraph 2A.A Page 6 of 17 a. Delete the following at the end of the sentence. "unless otherwise indicated to comply with environmental conditions at installed location." 2. Paragraph 2.6.13 Page 8 of 17 a. Add the following after Paragraph 2.6.B. "1. Minimum surge current ratings: 100 kA per mode, 200 kA per phase" 3. Paragraph 2.9.D.4 Page 11 of 17 a. Delete paragraph 2.9.D.4 in its entirety. G. 32 92 14 — NON-NATIVE SEEDING 1. Paragraph 3.13, Page 7 of 8. a. Add Paragraph 3.13.1) immediately after Paragraph 3.13.C, as follows: "D. Install erosion control blankets onto all exposed slopes to be loamed and seeded that are steeper than 4(Horizontal) to I(Vertical) as shown on the Drawings. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 July 2024 0005 15 ADDENDUM NO. 1 Page 3 of 16 Erosion control blankets shall also be installed in all seeded drainage swales and ditches, and as directed by the Engineer in accordance with manufacturer's instructions." H. 33 05 93.25 — CONCRETE GRAVITY AND LOW-PRESSURE PIPE 1. Paragraph 1.5, Page 1 of 12. a. Delete 1.5.A.1 and 1.5.A.2 entirely and replace with the following. "1. Submit shop drawings detailing the design of the concrete piping system, including: a. Product cut sheets, including pressure ratings and class of pipe, bolts, nuts, gaskets, and appurtenances. b. Lay drawings of all pipe, organized by continuous pipe segments. C. Manufacturer's recommended installation instructions, including snap ring product data. d. For flanges or mechanical joints, submit anti -seize product technical data sheet." 2. Paragraph 1.5, Page 2 of 12. a. Add the following Paragraph 1.5.E immediately after Paragraph 1.5.D. "E. Temporary and Permanent Bulkheads: 1. Shop Drawings: Indicate layout and details of reinforcement, joint, method of manufacture and installation of pipe, gasket, specials and fittings, the name of the bulkhead manufacturer, and a schedule of materials and installation for the entire job. a) It will be the responsibility of the Contractor to design the temporary and permanent bulkheads as indicated on the Drawings. b) Submit shop drawings detailing the design of the temporary and permanent plug systems, including: 1. Product cut sheets, including material types, pressure rating, leakage rate, and service life. 2. Installation and demolition instructions, including length of exposed pipe required for plug, and length of pipe to be removed. 3. Manufacturer's recommendation for existing pipe restraint and support, temporary and permanent bracing, and temporary and permanent backfill. 4. If field welding is required, provide list of equipment and certifications of workers to perform operation (if required). 5. For flanges or mechanical joints, submit anti -seize product technical data sheet." 3. Paragraph 2.3, Page 8 of 12. a. Add the following Paragraph 2.3.C.5 immediately after Paragraph 2.3.C.4. "5. Provide Type 316 Stainless Steel bolts, nuts, and washers for corrosive environment. Provide anti -seize compound for stainless steel bolts and nuts of molybdenum disulfide base such as Molykote-G or equal." 4. Paragraph 3.2, Page 10 of 12. a. Add the following Paragraph 3.2.E immediately after Paragraph 3.2.D. "E. Apply anti -seize compounds to all stainless -steel hardware and anchorage." 1. 33 1105 —BOLTS, NUTS, AND GASKETS 1. Paragraph 1.6, Page 3 of 8. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 July 2024 0005 15 ADDENDUM NO. 1 Page 4 of 16 a. Add the following Paragraph 1.6.A.3 immediately after Paragraphl.6.A.2. "3. Anti -seize technical data." 2. Paragraph 2.2, Page 4 of 8. a. Delete/Strikethrough entire Paragraph 2.2.C.1. b. Remove any strikethrough from entire Paragraph 2.2.C. 3. Paragraph 2.2, Page 4 of 8. a. Remove strikethrough of entire Paragraph 2.2.13 to restore content. b. Delete the words "AISI 304 Stainless Steel" and replace with "AISI 316 Stainless Steel." throughout the entire paragraph. c. Add the following Paragraphs immediately after Paragraph 2.2.D.1.d.1. "e. Nuts and washers for flanged joints shall be for corrosive service and buried conditions. £ Provide Bolts, nuts, and washers suitable for corrosive environment. Anti -seize compound for stainless steel bolts and nuts of molybdenum disulfide base such as Molykote-G or equal." 4. Paragraph 2.2.H, Page 5 of 8. a. Delete Paragraphs 2.2.H.l.a-b entirely and replace with the following: "a. Flange gaskets shall be ring type gaskets for pipe larger than 12 inches in diameter, and full -face gaskets for pipe sizes 12 inches diameter and smaller. b. For general service, rubber gaskets shall be 1/8 inch thick, Buna-N/ NBR or EPDM suitable for sewage service, and meet the requirements of AWWA C207. Rated for minimum 200 degrees F temperature and 150 psi pressure." b. Add the following Paragraphs immediately after paragraph 2.2.H.1.h as follows: "i. Gasket dimensions shall conform to the requirements of ASME B 16.21, unless specified otherwise. j. Gaskets shall be as thin as the finish and accuracy of the flange surface will permit. k. Gasket material shall be specifically recommended for the service by the gasket manufacturer and as approved by the Engineer." 5. Paragraph 3.4, Page 6 of 8. a. Add the following Paragraph 3.4.17 immediately after Paragraph 3 A.E. "F. Apply anti -seize compounds to all stainless -steel hardware and anchorage." J. 33 11 12 — PVC PRESSURE PIPE 1. Paragraph 1.6, Page 3 of 8. a. Add the following Paragraph 1.6.A.4 immediately after Paragraph 1.6.A.3. "4. Anti -seize technical data." 2. Paragraph 2.2, Page 6 of 8. a. Add the following Paragraph 2.2.1) immediately after Paragraph 2.2.C. "D. Flanged Joints 1. Where flanged joints are shown on the Drawings, they shall be supplied with 1/8-in thick full-faced EPDM or Viton gaskets exhibiting excellent compatibility with the process fluid. 2. Flange bolt spacing, number and dimensions shall conform to the requirements of ANSI B 16.5. 3. PVC flanges shall be suitable for solvent cementing to the pipe and shall be suitable for a minimum pressure of 150 psi. 4. Bolts, nuts and washers for flanged joints shall be for corrosive service conditions and shall be ASTM F593 and F594, Type 316 stainless steel. Anti -seize compound for stainless steel bolts and nuts shall be of a molybdenum disulfide base such as Molykote-G or equal." 3. Paragraph 3.4, Page 7 of 8. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 July 2024 0005 15 ADDENDUM NO. 1 Page 5 of 16 a. Add the following Paragraph 3.4.E immediately after Paragraph 3A.D. "E. Apply anti -seize compounds to all stainless -steel hardware and anchorage." K. 33 12 00 — BURIED PLUG VALVES 1. Paragraph 1.6, Page 2 of 8. a. Delete Paragraph 1.6.A and replace with the following: "A. Perform work according to the City of Fort Worth Depart of Public Works standards." 2. Paragraph 1.7, Page 2 of 8. a. In Paragraph 1.7.A.3, delete the references "AWWA C509 or AWWA C515" and replace with "AWWA C517. b. Delete Paragraph 1.7.A.4 entirely and renumber the following paragraphs A.5. and A.6. as "AA." and "A.5.". 3. Paragraph 2. 1, Page 3 of 8. a. Add the following after "Manufacturers:" under Paragraph 2.1.A. "Dezurik, Valmatic, Pratt, Crispin, M&H, Or approved equal" b. In Paragraph 2.1.A.3.b, Page 4 of 8: Delete the references "AWWA C509 or AWWA C515" and replace with "AWWA C517. c. In Paragraph 2.1.B.La, delete the references "AWWA C509 or AWWA C515" and replace with "AWWA C517". d. Paragraph 2.1.0., Page 5 of 8: Delete Paragraph 2.1.0 entirely replace with the following: "0. Require gearing for plug valves 6-inch and larger to limit rim -pull to 40 pounds force." 4. Paragraph 2.2, Page 5 of 8. a. Paragraph 2.2.A, Delete the first sentence entirely and replace with the following: "All buried plug valves shall be provided with extension shafts, operating nuts, and valve boxes as follows:" b. Paragraph 2.2.13.1, Delete "Kennedy Valve Company, a division of McWane, Inc." and replace with "Crispin Valve". c. Paragraph 2.2.13.8, Page 6 of 8, Add the following sentence at the end of Paragraph 2.2.B.8: "Resilient seals shall be suitable for abrasive fluids.". d. Paragraph 2.2.13, Add the following paragraph 2.2.13.12 immediately after paragraph 2.2.B.11. "12. Coatings and linings: Plug valves shall be coated internally and externally with Fusion Bonded Epoxy coating". L. 33 3113 — FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS 1. Paragraph 1.6, Page 3 of 9. a. Add the following Paragraph 1.6.A.7 immediately after Paragraph 1.6.A.6. "7. Anti -seize technical data." 2. Paragraph 2.2, Page 6 of 9. a. Delete/strikethrough 2.2.C.7.c.1 and 2.2.C7.c.2, and add the following Paragraphs. "d. Gaskets for Sewage Service 1) Material: EPDM, Buna-N b. Buna-N/ NBR or EPDM suitable for sewage service and meet the requirements of AWWA C207. c. Gasket material shall be specifically recommended for the service by the gasket manufacturer and as approved by the Engineer.". 2) Gaskets shall be as thin as the finish and accuracy of the flange surface CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 July 2024 0005 15 ADDENDUM NO. 1 Page 6 of 16 will permit. For general service, flange rubber gaskets shall be 1/8 inch thick. 3) Supply ftom approved gasket manufacturer in accordance with ASTM F477. 4) Materials must exhibit excellent compatibility with wastewater and corrosive process fluid. 5) Supplier must submit compatibility charts exhibiting excellent compatibility over the range of design pressures (150 psi minimum) and temperatures (200 degrees F minimum). 6) Flange gaskets shall be ring type gaskets for pipe larger than 12 inches diameter, and full -face gaskets for pipe sizes 12 inches diameter and smaller. 7) Gasket dimensions shall conform to the requirements of ASME B 16.21, unless specified otherwise." 3. Paragraph 2.2, Page 7 of 9. a. Add the following Paragraph 2.2.C.9.b.5 immediately after Paragraph 2.2.C.9.b.4. "5) Provide anti -seize compound for stainless steel bolts and nuts of molybdenum disulfide base such as Molykote-G or equal." 4. Paragraph 2.2, Page 7 of 9. a. Add new Paragraph before existing 2.2.C.11, shift, and renumber the proceeding Paragraphs. "11. Flanges a. Flanged fittings and joints shall be compression molded per AWWA M45 and shall be capable of withstanding all operating conditions when installed. b. Provide stainless steel spacers or reinforcement rings or backer flanges as required. Use flat stainless -steel washers. c. Flange drilling dimensions shall match AWWA C207 Class D (150 psi) and ANSI B16.1 (125 psi). d. Flanges shall be suitable for pressure application. e. Flanged pipe spools shall have a uniform wall thickness as needed for special applications including flow meter spools. f. Provide anti -seize compound for stainless steel bolts and nuts of molybdenum disulfide base such as Molykote-G or equal." 5. Paragraph 3.4, Page 8 of 9. a. Add the following Paragraph 3.4.F immediately after Paragraph 3 A.E. "F. Apply anti -seize compounds to all stainless -steel hardware and anchorage." M. 33 31 15 — BURIED HIGH DENSITY POLYETHYLENE (HDPE) PIPE 1. Paragraph 1.6, Page 2 of 9. a. Add the following Paragraph 1.6.A.8 immediately after Paragraph 1.6.A.7. "8. Anti -seize technical data." 2. Paragraph 2.2, Page 6 of 9. a. Add Paragraph directly after 2.2.B.1.b.6.b. "c) Provide Type 316 Stainless Steel bolts, nuts and washers suitable for corrosive environment. Provide anti -seize compound for stainless steel bolts and nuts of molybdenum disulfide base such as Molykote-G or equal." d) Flanged joints shall be made with bolts or bolt studs with a nut on each end. Stud bolts shall be used for all bolting sizes 1-3/4 inches and larger. e) Bolts, stud bolts, and nuts shall be Type 316 Stainless Steel meeting the requirements of ASTM A193/194 Grade B8/B8M. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 July 2024 0005 15 ADDENDUM NO. 1 Page 7 of 16 f) Bolts and stud bolts shall conform to the dimensional requirements of ASME B 18.2.1 with rolled threads conforming to ASME B 1. 1, Coarse Series, Class 2 fit. g) Bolts and stud bolts and nuts shall be of American Standard heavy unfinished hexagonal type. h) Bolts shall be provided with a 1/4-inch projection beyond the nut when the joint with gasket is assembled." Paragraph 3.4, Page 8 of 9. a. Add Paragraph 3.41 immediately after Paragraph 3.4.E. "F. Apply anti -seize compounds to all stainless -steel hardware and anchorage." N. 40 05 06 — COUPLINGS, ADAPTERS, AND SPECIALS FOR PROCESS PIPE 1. Paragraph 1.7, Page 2 of 17. a. Add the following Paragraph 1.7.A.5 immediately after Paragraph 1.7.A.4. "5. Submit anti -seize product technical data sheet." 2. Paragraph 2. 1, Page 5 of 17. a. Add the following Paragraph 2.11 immediately after Paragraph 2. LE. "F. Anti -seize compound for stainless steel bolts and nuts shall be of a molybdenum disulfide base such as Molykote-G or equal." 3. Paragraph 2.3, Page 5 of 17 a. Delete the first sentence of Paragraph 2.3.13 and replace with the following: "All construction in the Primary Clarifier area:" b. Delete Paragraph 2.3.13.1 entirely and replace with the following: "1. Material: Schedule 40 Stainless Steel conforming to ASTM A312." 4. Paragraph 2.5, Page 7 of 17. a. Delete Paragraph 2.5.A.3.d.1) entirely and replace with the following: "1) In entire Primary Clarifier area including process facilities, boxes and vaults." 5. Paragraph 2.7.13, Page 9 of 17. a. Delete Paragraph 2.7.B.1-4 and replace with the following: "1. Flanged hardware: a. Made with bolts or bolt studs with a nut on each end. b. Stud bolts shall be used for all bolting sizes 1-3/4 inches and larger. C. Bolts, stud bolts, and nuts shall be Type 316 Stainless Steel meeting the requirements of ASTM A193/194 Grade B8/B8M. d. Bolts and stud bolts shall conform to the dimensional requirements of ASME B 18.2.1 with rolled threads conforming to ASME B 1. 1, Coarse Series, Class 2 fit. Bolts and stud bolts and nuts shall be of American Standard heavy unfinished hexagonal type. e. Bolts shall be provided with a 1/4-inch projection beyond the nut when the joint with gasket is assembled. 2. Flange gaskets shall be ring type gaskets for pipe larger than 12 inches in diameter, and full -face gaskets for pipe sizes 12 inches diameter and smaller. a. Gasket dimensions shall conform to the requirements of ASME B16.21, unless specified otherwise. b. Gaskets shall be as thin as the finish and accuracy of the flange surface will permit. C. For general service, rubber gaskets shall be 1/8 inch thick, Buna- N/ NBR or EPDM suitable for sewage service, and meet the CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 July 2024 0005 15 ADDENDUM NO. 1 Page 8 of 16 requirements of AWWA C207. Rated for 150 psi and 200 degrees F. d. Gasket material shall be specifically recommended for the service by the gasket manufacturer and as approved by the Engineer." 6. Paragraph 2.8, Page 9 of 17. a. Delete Paragraph 2.8.A.2.b entirely and replace with the following: "b. Tie -rods: High strength Type 316 stainless steel" b. Delete Paragraph 2.8.A.2.d entirely and replace with the following: "d. Bolts and nuts shall be Type 316 stainless steel" 7. Paragraph 2.9, Page 10 of 17. a. Delete Paragraph 2.9.B.5 entirely and replace with the following: "5. Bolts and nuts shall be Type 316 stainless steel." 8. Paragraph 2.12, Page 11 of 17. a. Delete Paragraph 2.12.A.2.d entirely and replace with the following: "d. Bolts and nuts shall be Type 316 stainless steel." 9. Paragraph 2.13, Page 12 of 17. a. Delete Paragraph 2.13.A.3.d entirely and replace with the following: "d. Gaskets shall be NBR compounded water and sewer service to ASTM D2000". 10. Paragraph 2.13, Page 12 of 17. a. Delete Paragraph 2.13.B.2.f entirely and replace with the following: "f. Bolts shall be Type 316 stainless steel with fluoropolymer coated nuts to prevent galling." 11. Paragraph 3.3, Page 17 of 17. a. Add the following Paragraph 3.3.0 immediately after Paragraph 3.3.B. "C. Apply anti -seize compounds to all stainless -steel hardware and anchorage." O. 40 05 07 - HANGERS AND SUPPORTS FOR PROCESS PIPING 1. Paragraph 1.6, Page 2 of 16. a. Add the following Paragraph 1.6.1) immediately after Paragraph 1.6.C. "D. Submit anti -seize product technical data sheet." 2. Paragraph 2.6, Page 7 of 16. a. Add the following Paragraph 2.6.E.1. immediately after Paragraph 2.6.E. "1. Anti -seize compound for stainless steel bolts and nuts shall be of a molybdenum disulfide base such as Molykote-G or equal." 3. Paragraph 3.2, Page 15 of 16. a. Add the following Paragraph 3.2.H immediately after Paragraph 3.2.G. "H. Apply anti -seize compounds to all stainless -steel hardware and anchorage." P. 40 05 19 DUCTILE IRON PROCESS PIPE 1. Paragraph 1.5, Page 2 of 13. a. Add the following Paragraph 1.5.0 immediately following 1.5.B. "C. Submit anti -seize product technical data sheet." 2. Paragraph 2. 1, Page 4 of 12 a. Delete Paragraph 2.1.B.5 entirely and replace with the following: "a. Flanged joints shall be made with bolts or bolt studs with a nut on each end. Stud bolts shall be used for all bolting sizes 1-3/4 inches and larger. b. Bolts, stud bolts, and nuts shall be Type 316 Stainless Steel meeting the requirements of ASTM A193/194 Grade B8/B8M. c. Bolts and stud bolts shall conform to the dimensional requirements of ASME B 18.2.1 with rolled threads conforming to ASME B 1. 1, Coarse Series, Class 2 fit. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 July 2024 0005 15 ADDENDUM NO. 1 Page 9 of 16 Bolts and stud bolts and nuts shall be of American Standard heavy unfinished hexagonal type. d. Bolts shall be provided with a 1/4-inch projection beyond the nut when the joint with gasket is assembled. e. Anti -seize compound for stainless steel bolts and nuts shall be of a molybdenum disulfide base such as Molykote-G or equal." Paragraph 2.2, Page 5 of 12. a. Delete Paragraph 2.2.A entirely and insert the following: "A. Flange gaskets l.shall be ring type gaskets for pipe larger than 12 inches in diameter, and full -face gaskets for pipe sizes 12 inches diameter and smaller. 2. Gasket dimensions shall conform to the requirements of ASME B 16.21, unless specified otherwise. 3.Gaskets shall be as thin as the finish and accuracy of the flange surface will permit. For DI Pipe, rubber gaskets shall be 1/8 inch thick, EPDM or Buna-N/ NBR suitable for sewage service, and meet the requirements of AWWA C111. 4. Gasket material shall be suitable for a minimum pressure rating of 150 psig and temperature rating of 200 degrees F. Gasket material shall be specifically recommended for the service by the gasket manufacturer and as approved by the Engineer." 4. Paragraph 3.3, Page 7 of 12. a. Add the following Paragraph 3.3.C.6 immediately after Paragraph 3.3.C.5. "6. Apply anti -seize compounds to all stainless -steel hardware and anchorage." Q. 40 05 31 - THERMOPLASTIC PROCESS PIPE 1. Paragraph 1.5, Page 2 of 10. a. Add the following Paragraph 1.5.0 immediately following 1.5.13. "C. Submit anti -seize product technical data sheet." 2. Paragraph 2.5, Page 5 of 10. a. Add the following Paragraph 2.5.A. Lc and d immediately after Paragraph 2.5.A. Lb. "c. Provide Bolts, nuts and washers suitable for corrosive environment. Provide anti - seize compound for stainless steel bolts and nuts of molybdenum disulfide base such as Molykote-G or equal. d. Flange bolt spacing, number and dimensions shall conform to the requirements of ANSI 16.5. PVC flanges shall be suitable for solvent cementing to the pipe." 3. Paragraph 2.2, Page 5 of 10. a. Add the following new Paragraphs immediately after Paragraph 2.2.13.5. "6. Threaded joints shall be as specified under the applicable ASTM standard for the pipe and fittings being used. Thread sealer shall be thread tape which shall be standard industrial quality Teflon, Type 1. 7. Fittings, specials, unions and flanges shall be of the same schedule number and manufactured of the same materials as the pipe. Provide flanged joints and adapters for connections to all in- line valves and equipment including those with unions. Whenever unions are called out on the Drawings, flanged connections may be substituted, provided that dimensional controls do not preclude use of flanges." 4. Paragraph 3.3, Page 8 of 10. a. Add the following Paragraph 3.3.L immediately after Paragraph 3.3.K. "L. Apply anti -seize compounds to all stainless -steel hardware and anchorage." CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 July 2024 0005 15 ADDENDUM NO. 1 Page 10 of 16 R. 40 05 53 — IDENTIFICATION FOR PROCESS PIPING 1. Paragraph 1.7, Page 2 of 8. a. Add the following Paragraph 1.7.0 immediately after Paragraph 1.7.13. "C. Comply with recommended water treatment plant color coding from the Texas Commission on Environmental Quality (TCEQ) unless otherwise requested by the Owner." 2. Paragraph 2.2, Page 4 of 8. a. Delete Paragraph 2.2.B.2.d entirely and insert the following: "d. Stamp or etch tags with the valve tag numbers from the MID Drawings, valve size, type, and manufacturing standard/specification info in a system required by Owner." 3. Paragraph 2.3, Page 6 of 8. a. Add Paragraph 2.3.13.3 immediately after Paragraph 2.3.13.2 "3. Flow direction arrows." 4. Paragraph 2.4, Page 7 of 8. a. Add Paragraph 2.4.A.2.f immediately after Paragraph 2.4.A.2.e "f. Flow direction arrows." b. Add Paragraph 2.4.B.2.d immediately after Paragraph 2.4.B.2.c. "d. Flow direction arrows." S. 40 05 57 — ACTUATORS FOR PROCESS VALVES AND GATES 1. Paragraph 1.5.13, Page 2 of 14 a. Add the following Paragraph 1.5.13.3 immediately after Paragraph 1.5.13.2. "3. Certified sizing calculations for the actuator including design, dynamic, and rated output torques, clearly listing valve pressure class, maximum operating design pressure or head, safety factors, rim pull and handwheel diameter (for manual actuators), turns to open, and cavitation calculations (for modulating duty). Dynamic torque calculations shall include the normal and worst case torques for the type of service — open/close and modulating. For slide gates include calculations for ultimate thrust loads and moments transferred to structure." 2. Paragraph 2.4.C, Page 8 of 14 a. Delete Paragraph 2.4.C.4.d entirely and replace with the following: "d. Duty Cycle: 50 percent at 50 degrees C for open/close duty, and 50 percent for modulating duty. 3. Paragraph 2.4.1), Page 9 of 14 a. Delete Paragraph 2.4.D.6 entirely and replace with the following: "6. Duty rated as required for open/close or modulating service." b. Delete "40 degrees F" in Paragraph 2.4.D.12.c and replace with "50 Degrees C". 4. Paragraph 2.4.1), Page 12 of 14: a. Add the following sentence at the end of Paragraph 2.4.D.24.a.: "Provide remote control stations for motorized valves at Scum Pump Station No. 1 and 2". b. Delete "SA/SAR" in Paragraph 2.4.D.25.c and replace with "SIPOS". T. 40 05 59.23 — STAINLESS STEEL SLIDE GATES 1. Paragraph 1.6, Page 2 of 10. a. Insert the following Paragraph 1.6.0 immediately after Paragraph 1.6.B. and renumber the subsequent Paragraph as "D." "C. Submit actuator sizing calculations for each valve size, and application (open/close and modulating). Include with a free body diagram additional CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 July 2024 0005 15 ADDENDUM NO. 1 Page 11 of 16 calculations for ultimate thrust loads and moments transferred to structure" 2. Paragraph 1.7, Page 2 of 10. a. Delete paragraph 1.7.13 entirely and replace with the following: "B. Qualifications of the Manufacturer's P.E." 3. Paragraph 3.7, Page 10 of 10. a. In the Slide Gate Schedule Paragraph 3.7.A delete "SG-3001-01, 66 x 66" and "SG- 3001-02, 66 x 66" and replace with corrected size "SG-3001-01, 72 x 78" and "SG- 3001-02, 72 x 78". b. For SG-3000-01, -02, -03, and -04, delete the "No" under "THIMBLE REQUIRED" and replace with "Yes" for all of the gates listed. U. 40 05 62 - PLUG VALVES 1. Paragraph 2. LA, Page 2 of 5. a. Delete paragraph 2.1.A.4 entirely and replace with the following: "4. Crispin Valve" 2. Paragraph 2. 1, Page 4 of 5. a. Add the following Paragraph 2.1.F immediately after Paragraph 2.1.E. "F. Valve coatings and Linings: "1. Fusion Bonded Epoxy coated interior and exterior." 3. Paragraph 3.1.B., Page 5 of 5. a. Add the following sentence at the end of Paragraph 3.1.13: "Plug seat shall face upstream for pump discharge valves.". V. 40 05 65.33 - RUBBER FLAPPER CHECK VALVES 1. Paragraph 2.1.A., Page 3 of 6. a. Delete Paragraph 2.1.A.1, A.2., and A.3. entirely and replace with the following: "1. Val-Matic Surgebuster 2. Crispin RF ASR 3. DeZurik APCO CRF 100SA" 2. Paragraph 2.1.D., Page 4 of 6. a. Delete Paragraph 2.1.D.1 entirely and replace with the following: "1. Limit Switches: lever type, NEMA 4X enclosure, SPDT, or approved equal." W. 40 05 71.23 - DUCKBILL CHECK VALVE 1. Paragraph 2.1.A., Page 2 of 4. a. Delete paragraph 2.1.A.2 and A.3 and replace with the following: "2. Proco a. Slip on Duckbill Series 730 or 731 b. Flanged Duckbill Series 710 or 711." Renumber 2. LAA as A.3. X. 40 6100 - PROCESS CONTROL AND ENTERPRISE MANAGEMENT SYSTEMS GENERAL PROVISIONS 1. Paragraph 1.2.F, Page 2 of 14. a. Delete Paragraph 1.2.17 entirely and insert the following: "F. The PCSS to coordinate with Electrical, General Contractor, and Owner for all new and modified hardwired I/O signal wiring from RTU-001 and RTU-009 to be terminated at SCADA Ovation DCS marshalling cabinets located within Owner Administration Building utilized for control, monitoring, and status. Perform field investigation to determine condition and status of control signal CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 July 2024 0005 15 ADDENDUM NO. 1 Page 12 of 16 wiring from Owner marshalling cabinets to DCU-1 unit. Per field investigation, should control signal wiring not exist from marshaling cabinets to DCU-1 unit, provide control signal wiring to account for new and modified hardwired 1/0 as shown in the drawings and specifications. It is acceptable to repurpose abandoned and existing control signal wiring terminated from marshalling cabinets to DCU-1 unit. Repurposed control signal wiring to receive clear and new tags. New or modified hardwired 1/0 signal wiring to be rung out at the marshalling cabinets prior to termination." CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 July 2024 0005 15 ADDENDUM NO. 1 Page 13 of 16 III. DRAWINGS a. Delete the following drawings entirely and replace with the reissued drawings which have been included as part of the attached re -issued July 2024 Drawings Set and reflected in the Index Sheets. VOLUME 1 of 2 1. G-1 -INDEX OF DRAWINGS I AND LOCATION MAP 2. G-2 - INDEX OF DRAWINGS -II 3. G- 13 - HYDRUALIC PROFILE I CWes[=sokdDI&IN''l4IN91'01 1N9211 5. G- 15 - HYDRUALIC PROFILE III 6. G-19 -GENERAL AREA CLASSIFICATION PLAN II 7. DC-P-1 - PAVEMENT DEMOLITION PLAN 8. DC-Y-1 -PRIMARY AREA PIPING DEMOLITION OVERALL PLAN 9. DC-Y-3 - PRIMARY AREA PIPING DEMOLITION PLAN II 10. DM-B-1 - PRIMARY CLARIFIER AREA MECHANICAL DEMOLITION KEY PLAN 11. DE-1 - PRIMARY AREA ELECTRICAL DEMOLITION SITE PLAN 12. C-S-2 - CONSTRUCTION STAGE 1 - RELOCATE EXISTING UTILITIES TO MAINTAIN PLANT OPERATIONS 13. C-Y-3 - PRIMARY AREA YARD PIPING PLAN II 14. C-Y-7 - YARD PIPING INFLUENT PROFILES II 15. C-Y-8 - YARD PIPING EFFLUENT PROFILES III 16. C-Y-9 - YARD PIPING EFFLIENT PROFILES IV 17. C-Y-11 - YARD PIPING STORM DRAIN PROFILES I 18. C-Y-13 - YARD PIPING SCUM LINE PROFILE 19. C-Y-14 - YARD PIPING SLUDGE LINE PROFILES 20. C-Y-15 - YARD PIPING SW LINE PROFILE 21. C-Y-16 - PRIMARY SLUDGE OVERALL YARD PIPING PLAN 22. C-Y-17 - PRIMARY SLUDGE YARD PIPING P&P I 23. C-Y-18 - PRIMARY SLUDGE YARD PIPING P&P II 24. C-Y-19 - PRIMARY SLUDGE YARD PIPING P&P III 25. C-Y-20 - PRIMARY SLUDGE YARD PIPING P&P IV 26. C-Y-21 - PRIMARY SLUDGE YARD PIPING P&P V VOLUME 2 of 2 27. S-A-1 - PC 1-4 DISTRIBUTION BOX FOUNDATION & UPPER PLANS 28. S-A-4 - PC 1-4 INFLUENT FLOW METER VAULT FOUNDATION PLAN 29. S-A-6 - PC 1-4 INFLUENT FLOW METER VAULT OVERALL SECTIONS 30. S-A-8 - WEST DIVERSION BOX G FOUNDATION AND UPPER PLANS 31. S-A-9 - WEST DIVERSION BOX G OVERALL SECTIONS 32. S-B-1 - PRIMARY CLARIFIER NO. 2 FOUNDATION PLAN 33. S-B-3 - PRIMARY CLARIFIER NO. 2 OVERALL SECTION 34. S-B-4 - PRIMARY CLARIFIER NO. 3 FOUNDATION PLAN 35. S-B-6 - PRIMARY CLARIFIER NO. 3 OVERALL SECTION 36. S-B-7 - PRIMARY CLARIFIER NO. 4 FOUNDATION PLAN 37. S-B-9 - PRIMARY CLARIFIER NO. 4 OVERALL SECTION 38. S-B-10 - PRIMARY CLARFIERS NO. 2 - 4 SECTIONS & DETAILS I 39. S-B-11 - PRIMARY CLARIFIERS NO. 2 - 4 SECTIONS & DETAILS II 40. S-13-12 - PRIMARY CLARIFIERS NO. 2 - 4 SECTIONS AND DETAILS III CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 July 2024 0005 15 ADDENDUM NO. 1 Page 14 of 16 41. S-C-2 - PRIMARY SCUM PUMP STATION NO. 1 UPPER PLAN 42. S-C-5 - PRIMARY SCUM PUMP STATION NO. 2 FOUNDATION PLAN 43. S-C-6 - PRIMARY SCUM PUMP STATION NO. 2 UPPER PLAN 44. S-D-2 - PRIMARY SLUDGE PUMP STATION NO. 1 INTERMEDIATE PLAN 45. S-D-10 - PRIMARY SLUDGE PUMP STATION NO. 1 SECTIONS AND DETAILS III 46. S-D-11 - PRIMARY SLUDGE PUMP STATION NO. 1 SECTIONS AND DETAILS IV 47. S-E-1 - PRIMARY EFFLUENT PUMP STATION 1A INSPECTION AND REPAIR 48. S-E-2 - PRIMARY EFFLUENT PUMP STATION 1B INSPECTION AND REPAIR 49. S-J-1 - ODOR CONTROL DUCTS AND FACILITIES SECTIONS AND DETAILS I 50. S-J-2 - ODOR CONTROL DUCTS AND FACILITIES SECTIONS AND DETAILS II 51. S-K-6 - PRIMARY EFFLUENT JUNCTION BOX I OVERALL SECTIONS 52. S-K-8 - PRIMARY EFFLUENT STORM BOX J 53. S-Z-7 - TYPICAL STRUCTURAL DETAILS VII 54. S-Z-8 - TYPICAL STRUCTURAL DETAILS VIII 55. S-Z-13 - TYPICAL STRUCTURAL DETAILS XIII 56. S-Z-18 - TYPICAL STRUCTURAL DETAILS XVIII 57. M-A-1 - PRIMARY CLARIFIER 1-4 AREA KEY PLAN 58. M-A-2 - PRIMARY CLARIFIER 1-4 DISTRIBUTION BOX LOWER AND UPPER PLANS 59. M-A-3 - PRIMARY CLARIFIER 1-4 DISTRIBUTION BOX SECTION 60. M-A-4 - PRIMARY CLARIFIER 1-4 DISTRIBUTION BOX ISOMETRIC 61. M-A-5 - PRIMARY CLARIFIER 1-4 INFLUENT FLOW METER VAULT PLAN, SECTIONS, AND ISOMETRIC VIEW 62. M-A-7 - WEST DIVERSION BOX G SECTIONS AND ISOMETRIC VIEW 63. M-B-1 - PRIMARY CLARIFIER NO.2 UPPER AND LOWER PLAN 64. M-B-2 - PRIMARY CLARIFIER NO. 2 SECTIONS 65. M-B-3 - PRIMARY CLARIFIER NO.2 SECTIONS AND ENLARGED WALKWAY PLAN 66. M-B-4 - PRIMARY CLARIFIER NO. 2 FEEDWELL AND ENERGY DISSIPATING PLAN, SECTIONS AND DETAILS 67. M-B-5 - PRIMARY CLARIFIER NO. 3 PLANS AND SECTION 68. M-B-6 - PRIMARY CLARIFIER NO. 4 PLANS AND SECTION 69. M-B-7 - PRIMARY CLARIFIER ISOMETRIC VIEW 70. M-B-9 - PRIMARY CLARIFIER NO. 2, 3, 4 ODOR CONTROL LAUNDER COVER ENLARGED PLAN AND SECTIONS 71. M-B-10 - PRIMARY CLARIFIER NO. 2, 3, 4 FRP WEIR, BAFFLE AND TROUGH SECTIONS 72. M-B-13 - PRIMARY CLARIFIER NO. 15 AND 18 ODOR CONTROL LAUNDER COVER ENLARGED PLAN AND SECTIONS 73. M-B-14 - PRIMARY CLARIFIER NO. 15 AND 18 ODOR CONTROL LAUNDER COVER ENLARGED PLAN, SECTIONS AND DETAILS 74. M-C-1 - PRIMARY CLARIFIER SCUM PUMP STATION NO. 1 PLAN 75. M-C-2 - PRIMARY CLARIFIER SCUM PUMP STATION NO. 1 SECTION AND DETAIL 76. M-C-4 - PRIMARY CLARIFIER SCUM PUMP STATION NO. 1 ISOMETRIC VIEW 77. M-D-5 - PRIMARY SLUDGE PUMP STATION NO. 1 SECTION II 78. H-J-1 - PRIMARY CLARIFIERS OVERALL ODOR CONTROL PLAN 79. H-J-2 - PRIMARY CLARIFIERS ODOR CONTROL PARTIAL PLAN I 80. H-J-3 - PRIMARY CLARIFIERS ODOR CONTROL PARTIAL PLAN II 81. H-J-4 - PRIMARY CLARIFIERS ODOR CONTROL PARTIAL PLAN III 82. H-J-6 - PRIMARY CLARIFIERS ODOR CONTROL PARTIAL PLAN V 83. H-J-8 - PRIMARY CLARIFIERS ODOR CONTROL SECTIONS I CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 July 2024 0005 15 ADDENDUM NO. 1 Page 15 of 16 84. H-J-9 — PRIMARY CLARIFIERS ODOR CONTROL ISOMETRIC 85. H-Z-1— HVAC DETAILS I 86. H-Z-2 — HVAC DETAILS II 87. E-2 — ELECTRICAL LEGEND II 88. E-4 — PRIMARY AREA ELECTRICAL SITE PLAN 89. E-5 — PRIMARY AREA ELECTRICAL ENLARGED SITE PLAN I 90. E-6 — PRIMARY AREA ELECTRICAL ENLARGED SITE PLAN II 91. E-6A — PRIMARY AREA ELECTRICAL SITE ISOMETRIC 92. E-7 — ELECTRICAL MODIFICATIONS OVERALL ONE -LINE DIAGRAM 93. E-8 — MOPO CONTRUCTION SEQUENCE ELECTRICAL ONE -LINE DIAGRAM 94. E-10 —RISER DIAGRAM I 95. E-I I —RISER DIAGRAM II 96. E-15 — ELECTRICAL CONDUIT AND DUCTBANK SECTIONS AND SCHEDULES II 97. E-A-3 — PC 1-4 DISTRIBUTION BOX POWER AND LIGHTING PLAN 98. E-D-1 — PRIMARY SLUDGE PUMP STATION PAD -MOUNTED SWITCHGEARS SS3 AND SS4 ONE -LINE DIAGRAM 99. E-D-5 — PRIMARY SLUDGE PUMP STATION NO.1 PAD -MOUNTED SWITCHGEAR AND TRANSFORMER ENLARGED PLAN. 100. I-B-1 — PRIMARY CLARIFIER NO. 3 AND PRIMARY CLARIFIER SCUM PUMP STATION NO. 1 101. I-B-2 — PRIMARY CLARIFIER NO. 2 & 4 AND PRIMARY CLARIFIER SCUM PUMP STATION NO. 2 B. Add the following drawings which have been included as part of the attached re -issued July 2024 Drawings Set and reflected in the Index Sheets: 1. C-Y-3A — PRIMARY AREA YARD PIPING ENLARGED PLAN 2. C-Y-15A —YARD PIPING SW LINE PROFILES 3. E-13A —ELECTRICAL SCHEMATIC III 4. E-13B —ELECTRICAL SCHEMATIC IV 5. E-13C —ELECTRICAL SCHEMATIC V IV. SPECIFICATION VOLUME 3 of 3 APPENDICES (REFERENCE DOCUMENTS) A. 00 00 00 Table of Contents, Page 8 of 8 a. All documents designated with a prefix "SC-" are reference documents. B. Delete the following appendix entirely and replace with the attached version: a. GC — 6.06.D. Minority Business Enterprise Compliance C. Delete the following appendix entirely: a. SC — 4.02.3 Subsurface and Physical Conditions — VCWRF Project Reference Drawings Note — a more complete set of as -built reference drawings will be available upon request to the Bidding Contractors. V. BIDDER OUESTIONS AND CLARIFICATIONS 1. What is the owner's estimate for this project? Engineer's Response: The estimate for the project is $70-80 million. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 July 2024 0005 15 ADDENDUM NO. 1 Page 16 of 16 2. Can you provide pre -bid meeting notes and agenda? Engineer's Response: The pre -bid meeting agenda and presentation are attached with this Addendum No. 1. 3. Do subcontractors need to be prequalified? Engineer's Response: Only Prime Contractor needs to be pre -qualified per FWWD standard PQ requirements for facilities (WTP/WWTP). 4. Due to the current active market, we request a two week extension to this bid. Engineer's Response: Bid due date revised by Addendum No. 1. Reviewed and Approved By: 7/23/2024 Farida Goderya, PhD, P.E. Senior Project Manager Water Department Ofi ; r 4t fiI SAGAR H. KHOLE 106105 {TBPE FIRM NO. F-3043) ................................................................................. By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above referenced Invitation to Bid. ACCEPTANCE: The undersigned does hereby agree to the additional, stipulations, and terms outlined in Addendum No. 1 to the plans and specifications for the VCWRF Primary Clarifier Improvements Project, City of Fort Worth Project No. 103295. SCHEDULED BID DATE: August 22, 2024 DATE ADDENDUM ISSUED: Julv 23, 2024 RECEIPT ACKNOWLEDGED BY: TITLE: SIGNATURE: NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 July 2024 FORT WORTH.., ADDENDUM TO INVITATION TO BID NO. 103295 VILLAGE CREEK WATER RECLAMATION FACILITY PRIMARY CLARIFIER IMPROVEMENTS PROJECT WATER DEPARTMENT ADDENDUM NO. 2 INVITATION TO BID (ITB): Bonfire # 24-0211; CPN 103295 BID OPENING DATE: August 22, 2024 REVISED BID OPENING DATE: NA 0005 15 ADDENDUM NO. 2 Page 1 of 12 DATE ISSUED: AUGUST 9, 2024 Bidders are hereby informed of the following amendments to the contract documents for the project. Bids for the project must be received by 2:00 PM CST on the Bid Opening Date. Bidders must acknowledge receipt of this Addendum below, and on Bid Form. This addendum forms a part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. I. INFORMATION A. The current Plan Holder List (8.8.2024) is included in this addendum. II. SPECIFICATIONS A. Delete the following Specifications entirely from the specifications: 1. 33 11 12 — POLYVINYL CHLORIDE (PVC) PRESSURE PIPE B. 00 00 01 — TABLE OF CONTENTS 1. Volume 2 of 3, Page 5 of 8 a. Delete "Section 33 11 12 — Polyvinyl Chloride (PVC) Pressure Pipe" from Division 33 - Utilities SPECIFICATIONS VOLUME 1 OF 3 C. 01 71 23.16.01 —ATTACHMENT A SURVEY STAKING STANDARDS Add Section "0 17123.16.01 —Attachment A_Survey Staking Standards" attached to this Addendum No. 2; Insert immediately after Section "01 71 23 — Construction Staking and Survey" in Volume 1 of 3. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 August 2024 0005 15 ADDENDUM NO. 2 Page 2 of 12 SPECIFICATIONS VOLUME 2 OF 3 D. 33 12 20 — RESILIENT SEATED (WEDGE) GATE VALVE 1. Paragraph 2.2.C.4, Page 6 of 10. a. Paragraph 2.2.C.4.b: Delete "AISI 304" and replace with "AISI 316." 2. Paragraph 2.2.C, Page 7 of 10. a. Add the following Paragraph 2.2.C.10 immediately following Paragraph 2.2.C.9: "10. Extension Stems, Shafts, and Couplings: Type 304 stainless steel." E. 33 3113 —FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS 1. Paragraph 1.6.13, Page 4 of 9. a. Add the following Paragraph 1.6.B.13 immediately Paragraph 1.6.B.12. 11. Submit all trench details: At a minimum include all key dimensions including trench width and bedding and backfill layer depths, and materials including bedding and fill." 2. Paragraph 2.2.C, Page 6 of 9. a. Delete Paragraph 2.2.C.6 and replace with the following. "6. Exposed FRP Protection: a. For all the exposed FRP piping on the project including the Primary Clarifier 1-4 Influent Flow Meter Vault, provide FRP piping with UV resistant additive in addition to a UV resistant finish coating system per Drawings." 3. Paragraph 2.2.C, Page 7 of 9. a. Add the following paragraphs immediately following 2.2.C.8.c: "d. For transition connections between FRP and ductile iron, use restrained transition coupling assembly consisting of a restrained flanged coupling adapter (RFCA) - ROMAC FC400RG, Smith Blair 911 Flange -Lock, or equal with deflection capability on plain end ductile iron pipe, connecting to a FRP flanged adapter pipe spool. Gaskets shall be Buna-n or EPDM. RFCA coating shall be fusion bonded epoxy. The RFCA will mate with an FRP flange x flange spool. All bolts, nuts and hardware shall be stainless steel. e. For restrained flexible connections between plain -end FRP pipes at yard piping connections to structures and where noted on the Drawings, use restrained sleeve couplings Smith Blair 411, Romac 400 or equal. Sleeve shall be minimum 12-inch long with 2-degree deflection capability for pipes up to 72-inch diameter, and minimum 16-inch long with 1 degree deflection capability for pipes 78-inch and larger diameters. Gaskets shall be Buna-n or EPDM. Coating shall be fusion bonded epoxy. All bolts, nuts and hardware shall be stainless steel. Restraint Svstem: Provide Class 125/150 FRP buildup flanges, stainless steel Smith Blair 907 or Romac 490 harness lugs, stainless steel tie rods and hardware. The FRP buildup flanges shall be designed to handle thrust forces at the test pressure or 50 psi whichever is greater without deformation. Provide minimum 4 tie -rod restraint system for pipe sizes up to 48-inch diameter and 6 tie -rod restraint system for pipe sizes 72-inch and larger; Tie -rod, harness, and restraint system shall be sized by the FRP pipe Manufacturer's engineer meeting these minimum requirements." 4. Paragraph 2.2.C, Page 7 of 9. a. Delete paragraph 2.2.C.10.a, and replace with the following. "a. FWC couplings may be allowed only on a case basis at the discretion of the Engineer." CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 August 2024 0005 15 ADDENDUM NO. 2 Page 3 of 12 5. Paragraph 2.2.C, Page 7 of 9. a. Paragraph 2.2.C.1 La. added via Addendum No. 1: Delete the phrase "compression molded per AWWA M45" and replace with "contact molded, in accordance with AWWA M45,". F. 33 39 20 — PRECAST CONCRETE MANHOLES 1. Paragraph 2.2.B.6, Page 5 of 8. a. Add the following Note 1) immediately under 2.2.B.6.a.: "l) Provide all AISI 316 stainless steel hardware, including nuts, bolts, bands, and clamps." G. 40 05 59.17 — COMPOSITE STOP LOGS 1. Paragraph 2.3.A.1., Page 5 of 10. a. Second sentence, delete the words "or fiberglass". 2. Paragraph 3.6, Page 10 of 10. Schedule of Composite Stop Logs: a. Table title - Delete "40 05 60-A" and replace with "40 05 59.17-A". b. In the last two rows of the Table, Box I Stop Logs, Delete the text "15 Logs+ Guide Frame" and replace with: "Guide Frame only". MEM11 1M%1VM9ffi8l#LTK11 J*1 1. Paragraph 2.1.B.9 Ports, Page 3 of 5. a. Delete Paragraph 2.1.B.9.a. and replace with the following: "a. Configuration: Rectangular or Round." 2. Paragraph 2.1.13.1 Body, Page 4 of 5. a. Delete Paragraph 2.1.D.I.b. entirely and replace with the following: "b. Interior Lining and Exterior Coating: 12 mils Fusion Bonded Epoxy, as recommended by valve manufacturer for severe service condition." I. 43 23 57 — PROGRESSING CAVITY PUMPS 1. Paragraph 2.3.E.2. a.7), Page 10 of 20 a. Delete "/RTDs" in the first sentence. 46 43 21 — CIRCULAR CLARIFIER EQUIPMENT 1. Paragraph 2.2.I.7.f, Page 7 of 18 a. Delete Paragraph 2.2.I.7.£2) entirely and replace with the following: "2) Material: Forged Alloy Steel" 2. Paragraph 2.2.1.8.c, Page 7 of 18 a. Add the following sentence at the end of the first sentence in Paragraph 2.2.1.8.c.: "The turntable shall bolt directly to the drive cage without any tapering or cage adapters." 3. Paragraph 2.2.J. Le, Page 8 of 18 a. Delete Paragraph 2.2.J.1.e.2)a) entirely and replace with the following: "a) Minimum requirements for spacing and quantity of spray bar and nozzles for the clarifier and scum beach are shown on the Drawings. Clarifier Manufacturer's engineer shall detail the layout of the spray bar assembly including associated support and accessories for their clarifier and bridge design layout. All proposed layouts, and material product data shall be coordinated for submittal under this specification." CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 August 2024 0005 15 ADDENDUM NO. 2 Page 4 of 12 4. Paragraph 2.2.J.l.g, Page 9 of 18 a. Delete Paragraph 2.2.J.1.g.2) entirely and replace with the following: "2) Backing Plate: 316 Stainless Steel." 5. Paragraph 2.2.K.4, Page 9 of 18 a. Delete Paragraph 2.2.K.4.a. entirely and replace with the following: "a. Coated Steel with coatings as specified herein, designed by a registered PE in the State of Texas." 6. Paragraph 2.2.0.2. LCP, Page 11 of 18 a. Add the following paragraphs immediately after 2.2.0.2.j: "k. The elapsed time meter (ETM) shall be resettable and provided for each clarifier LCP to totalize clarifier run time. 1. The e-stop shall be mounted to the panel -front for emergency immediate stop of the clarifier drive. When e-stop is activated, power supply to the drive shall not be restored until the RESET button is engaged." 7. Paragraph 2.2.0.3.c. Assembly Enclosure, Page 12 of 18 a. First sentence - delete the text "304", and replace with "316". III. DRAWINGS VOLUME 1 OF 2 A. SHEET C-P-1 —PRIMARY AREA PAVING AND GRADING OVERALL PLAN 1. Ground cover surrounding North side of Primary Scum Pump Station No. 1 a. Delete the southwest corner of the West staircase landing pad so it will not overlap with the Primary Clarifier No. 3 staircase. b. Correct the double lines outlining the North staircase and landing pad by deleting the West line. c. Change gravel cover North of Scum Pump Station No. 1 and East of the staircase landing pad to be reinforced concrete cover hatching, extended along the entire wall of the Scum Pump Station. 2. Ground cover surrounding North side of Primary Scum Pump Station No. 2 a. Delete the northeast corner of the East staircase landing pad so it will not overlap with the Primary Clarifier No. 2 staircase. b. Change the gravel cover North of Scum Pump Station No. 2 to reinforced concrete cover. B. SHEET C-P-4 — PRIMARY AREA PAVING AND GRADING PLAN III 1. Concrete intersection, R.D. Chumley St. STA. 4+02 a. Remove the callout "EXPANSION JOINT" 2. Concrete intersection, R.D. Chumley St. STA. 4+12 a. Add a callout "EXPANSION JOINT" to the full vertical joint. 3. Concrete intersection, R.D. Chumley St. STA. 3+04 a. Add a callout `EXPANSION JOINT" to the full vertical joint. 4. Concrete intersection, C.B. Ray Ave. STA. 0+36 a. Add a callout "EXPANSION JOINT" to the full horizontal joint. 5. Concrete intersection, C.B. Ray Ave. STA. 0+64 a. Add a callout "EXPANSION JOINT" to the full horizontal joint. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 August 2024 0005 15 ADDENDUM NO. 2 Page 5 of 12 C. SHEET C-Y-2 — PRIMARY AREA YARD PIPING PLAN I 1. 36-Inch Plug Valve, STA 1+15.80 a. Add the following callout bubble: "SEE DETAIL B/C-Z-4, TYP." 2. 36-Inch Transition Coupling at STA 1+46.66, AND STA 1+10.97 a. Add the following to the callout: "SEE NOTE 2D' 3. Notes by Symbol "Q ": a. Add the following Note Q2 : "2. PROVIDE RESTRAINED FCA ON DI PLAIN END OF TRANSITION COUPLING MATING WITH A FRP FLANGE ADAPTER SPOOL. REFER TO SPECIFICATION SECTION 33 31 13." D. For the following Drawing SHEETS: C-Y-6 — YARD PIPING INFLUENT PROFILES I C-Y-7 — YARD PIPING INFLUENT PROFILES II C-Y-8 — YARD PIPING EFFLUENT PROFILES III C-Y-9 — YARD PIPING EFFLUENT PROFILES IV 1. Under "NOTES:", Add the following Note 3. immediately following Note 2.: "3. WHERE PIPES HAVE SHALLOW COVER AS DETERMINED VIA PIPE MANUFACTURER'S BUOYANCY UPLIFT CALCULATIONS, PROVIDE TIE -DOWN ANCHOR AND STRAPPING SYSTEM DESIGNED BY THE PIPE MANUFACTURER'S ENGINEER TO PROVIDE MINIMUM UPLIFT RESISTANCE. ALSO, AT CONTRACTOR'S PREFERENCE UPLIFT ANCHOR DESIGN MAY BE USED IN LIEU OF FLOWABLE FILL (CLSM) PIPE BEDDING IN AREAS OUTSIDE OF THE LEVEE FOOTPRINT." E. SHEET C-Y-10 —YARD PIPING EFFLUENT PROFILES V 1. Under "NOTES:", Add the following Note 4 immediately following Note 3: "4. WHERE PIPES HAVE SHALLOW COVER AS DETERMINED VIA PIPE MANUFACTURER'S BUOYANCY UPLIFT CALCULATIONS, PROVIDE TIE -DOWN ANCHOR AND STRAPPING SYSTEM DESIGNED BY THE PIPE MANUFACTURER'S ENGINEER TO PROVIDE MINIMUM UPLIFT RESISTANCE. ALSO, AT CONTRACTOR'S PREFERENCE UPLIFT ANCHOR DESIGN MAY BE USED IN LIEU OF FLOWABLE FILL (CLSM) PIPE BEDDING IN AREAS OUTSIDE OF THE LEVEE FOOTPRINT." F. SHEET C-Z-1 —CIVIL STANDARD DETAILS —UNDERGROUND UTILITIES 1. Detail D/- a. Add the following text below the horizontal 12" trench dimensions between the pipe spring line and edge of trench: "`A', SEE NOTE I I" b. Add the following Note 11 immediately after Note 10: "11. FOR FLEXIBLE PIPE USE THE FOLLOWING MINIMUM `A' VALUES DEPENDING ON PIPE SIZE: <48-IN DIAMETER PIPE: 12-IN 48-72 IN DIAMETER PIPE: 18-IN 78-96 IN DIAMETER: 24-IN" 2. Detail G/- a. Add the following text below the horizontal 12" trench dimensions between the pipe CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 August 2024 0005 15 ADDENDUM NO. 2 Page 6 of 12 spring line and edge of trench: "`A', SEE NOTE 11" b. Add the following Note 11 immediately after Note 10: "11. FOR FLEXIBLE PIPE, USE THE FOLLOWING MINIMUM `A' VALUES DEPENDING ON PIPE SIZE: <48-IN DIAMETER PIPE: 12-IN 48-72 IN DIAMETER PIPE: 18-IN 78-96 IN DIAMETER: 24-IN" G. SHEET C-Z-3 — CIVIL STANDARD DETAILS — MANHOLES AND COVERS 1. Detail A/- - STANDARD SANITARY SEWER MANHOLE a. Delete "CRUSHED ROCK" and replace with the following: "SCREENED GRAVEL OR STRUCTURAL FILL WRAPPED WITH FILTER FABRIC" b. Delete "8-INCH (MIN)" callouts to bedding material below manholes, and replace with the following: "2-FT (MIN.)" c. Delete words "ACCEPTABLE BACKFILL" and replace with the following: "STRUCTURAL FILL" 2. Detail B/- - DROP MANHOLE a. Add the following callout to the bedding material around the manhole: "STRUCTURAL FILL AROUND MANHOLE (TYP.) PER SECTION 33 05 10" b. Add the following callout to the bedding material below the manhole: "2-FT (MIN) BEDDING MATERIAL (SEE NOTE 5)." c. Add the following Note 5 immediately following Note 4: "5. BEDDING MATERIAL AROUND FLEXIBLE CONNECTIONS FOR FRP PIPES AND MANHOLES SHALL BE STRUCTURAL FILL OR SCREENED GRAVEL WRAPPED WITH FILTER FABRIC AS SPECIFIED IN SECTION 33 05 10." 3. Detail E/- a. Add the following title to this detail: "TEE -BASE MANHOLE" b. Profile view, add the following callout to the fill around the manhole: "STRUCTURAL FILL AROUND MANHOLE PER SECTION 33 05 10." c. Profile View - Add the following callout to the bedding material: "BEDDING MATERIAL (SEE NOTE 5)" d. Section View - Add the following callout to the fill around the manhole: "STRUCTURAL FILL AROUND MANHOLE PER SECTION 33 05 10." e. Section View - Add the following callout to the bedding material: "BEDDING MATERIAL (SEE NOTE 5)" f. Add the following Note 5, immediately following Note 4: "5. BEDDING MATERIAL AROUND FLEXIBLE CONNECTIONS FOR FRP PIPES SHALL BE STRUCTURAL FILL OR SCREENED GRAVEL WRAPPED WITH FILTER FABRIC AS SPECIFIED IN SECTION 33 05 10." H. SHEET C-Z-4 — CIVIL STANDARD DETAILS — VALVES AND VALVE CASING 1. Detail B/- — HORIZONTAL PLUG VALVE a. Delete reference to "SPEC 02640 MECH JOINT" in plug valve callout and replace with: "SPEC 33 12 00 FLG JOINT, SEE NOTE 1". b. Add the following Note 1: CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 August 2024 0005 15 ADDENDUM NO. 2 Page 7 of 12 "NOTES: 1. VALVE TO PIPE CONNECTIONS: TO ENABLE VALVE DISASSEMBLY CONTRACTOR SHALL PROVIDE RESTRAINED FLEXIBLE COUPLING AND SLEEVE TYPE FLANGE COUPLING ADAPTER ON PLAIN END FOR DI PIPE CONNECTIONS. PROVIDE FLG X PE SPOOL WITH RESTRAINED KEY LOCK MECHANICAL JOINT FOR FRP PIPE CONNECTIONS." VOLUME 2 OF 2 I. SHEET S-2 — STRUCTURAL NOTES II f=01►a9WN'Tox41612t 091Ya0MM.Ina11I:\:3aa For "Class D" concrete 28 day strength, Delete "350 PSI", and replace with 112,000 PSI". J. SHEET S-B-2 — PRIMARY CLARIFIER NO. 2 UPPER PLAN 1. Revise PLAN NOTE 4.: Delete the reference to Specification Section "03 15 16" and replace with "03 15 00". K. SHEET S-B-5 — PRIMARY CLARIFIER NO. 3 UPPER PLAN 1. Revise PLAN NOTE 4.: Delete the reference to Specification Section "03 15 16" and replace with 1103 15 00". L. SHEET S-B-8 — PRIMARY CLARIFIER NO.4 UPPER PLAN 1. Revise PLAN NOTE 4.: Delete the reference to Specification Section "03 15 16" and replace with "03 15 00" M. SHEET S-D-16 — PRIMARY SLUDGE PUMP STATION NO. 1 SWITCHGEAR AND TRANSFORMER PAD SECTIONS AND DETAILS I 1. SECTION 1/S-D-14: Delete the subgrade preparation callout note "PREPARED SUBGRADE — SEE "PAD PREPARATION" NOTES ON SHT S-1" and replace with: "PREPARED SUBGRADE - T MIN, 8' MAX STRUCTURAL FILL. CLSM FILL AS REQUIRED BELOW STRUCTURAL FILL IF EXCAVATION EXCEEDS 8' BELOW BOTTOM OF FOUNDATION. SEE "PAD PREPARATION" NOTES ON SHT S-1 FOR ADDITIONAL INFORMATION." 2. SECTION 1/S-D-15: Delete the subgrade preparation callout note "PREPARED SUBGRADE — SEE "PAD PREPARATION" NOTES ON SHT S-1" and replace with: "PREPARED SUBGRADE - T MIN, 8' MAX STRUCTURAL FILL. CLSM FILL AS REQUIRED BELOW STRUCTURAL FILL IF EXCAVATION EXCEEDS 8' BELOW BOTTOM OF FOUNDATION. SEE "PAD PREPARATION" NOTES ON SHT S-1 FOR ADDITIONAL INFORMATION." N. For the following Drawing SHEETS: M-A-2 — PRIMARY CLARIFIER 1-4 DISTRIBUTION BOX LOWER AND UPPER PLANS M-A-3 — PRIMARY CLARIFIER 1-4 DISTRIBUTION BOX SECTION M-A-4 — PRIMARY CLARIFIER 1-4 DISTRIBUTION BOX ISOMETRIC M-A-5 — PRIMARY CLARIFIER 1-4 INFLUENT FLOW METER VAULT PLAN, SECTIONS AND ISOMETRIC VIEW M-A-6 — WEST DIVERSION BOX G LOWER AND UPPER PLAN CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 August 2024 0005 15 ADDENDUM NO. 2 Page 8 of 12 M-A-7 — WEST DIVERSION BOX G SECTIONS AND ISOMETRIC VIEW M-B-1 — PRIMARY CLARIFIER NO.2 UPPER AND LOWER PLAN M-B-2 — PRIMARY CLARIFIER NO. 2 SECTIONS M-B-5 — PRIMARY CLARIFIER NO. 3 PLANS AND SECTION M-B-6 — PRIMARY CLARIFIER NO.4 PLANS AND SECTIONS M-B-7 — PRIMARY CLARIFIER ISOMETRIC VIEW 1. Delete Note No. 1 in its entirety, and replace with the following: "1. INSTALL MINIMUM OF TWO RESTRAINED FLEXIBLE SLEEVE COUPLINGS TO JOIN PLAIN END FRP PIPES AT EACH TRANSITION FROM STRUCTURE TO YARD PIPING DESIGNED TO PROVIDE ANGULAR DEFLECTION TO COUNTERACT DIFFERENTIAL SETTLEMENT PER GEOTECH REPORT. REFER TO THE FRP PIPE SPECIFICATION 33 31 13." O. SHEET M-A-5 — PRIMARY CLARIFIER 1-4 INFLUENT FLOW METER VAULT PLAN, SECTION, AND ISOMETRIC VIEW 1. Under NOTES: a. Delete Note 5 added by Addendum No. 1 and replace with the following: "5. COORDINATE WITH FRP PIPE MANUFACTURER AND PROVIDE UV RESISTANT COATING ON PIPING AND FLANGES IN THE VAULT. COATING SYSTEM SHALL AT A MINIMUM CONSIST OF FOLLOWING, OR APPROVED EQUAL — 1 COAT OF INDURON PERMASAFE 100 CERAMIC EPDXY AT 25-35 MILS DFT, AND 1 TOP COAT OF INDURATHANE 6600 AT 2-3 MILS DFT." P. SHEET M-C-1 —PRIMARY CLARIFIER SCUM PUMP STATION NO.1 PLAN IMUM ►I a. Add "HATCH DRAIN" at the end of the callout "1 1/2" DR -PVC" for the drain emerging from the hatch over the Scum Wetwell No. 1. b. The local control panel area concrete pad shall be minimum 13'-6" LONG (E-W) x 4' -0" WIDE (N-S). Add detail reference bubble "Detail A/S-Z-2". Q. SHEET M-C-5 — PRIMARY CLARIFIER SCUM PUMP STATION NO.2 PLAN 1. PLAN a. Add "HATCH DRAIN" at the end of the callout "1 1/2" DR -PVC" for the drain emerging from the hatch over the Scum Wetwell No. 2. b. The local control panel area concrete pad shall be minimum 13'-6" LONG (E-W) x 4' -0" WIDE (N-S). Add detail reference bubble "Detail A/S-Z-2". R. SHEET M-C-6 — PRIMARY CLARIFIER SCUM PUMP STATION NO.2 SECTION AND DETAIL 1. SECTION 1: a. The wetwell access hatch drain is shown to terminate 6" below grade. Revise to terminate the 1 1/2" DR -PVC HATCH DRAIN at 6" above grade. S. SHEET M-K-1 —PLANT SEWER FLOW METER STATION NO.1 MODIFICATION PLAN 1. PLAN a. Revise the dimension callout of "2'-10"" between the 36" DIxFRP transition coupling and the 36" x 30" x 36" tee to read "2'-6" FIELD ADJUST". Also, replace the word "MOTE" in callout with "NOTE". CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 August 2024 0005 15 ADDENDUM NO. 2 Page 9 of 12 b. Revise the dimension callout of "2'-6"" between the 36" DIxFRP transition coupling and the 30" x 36" x 36" special DI tee to "2'4' FIELD ADJUST". c. Add the following sentence at the end of Note 7: "THE TRANSITION COUPLING SHALL CONSIST OF A RESTRAINED FLANGED COUPLING ADAPTER ON THE DI PIPE PLAIN END AND A FLANGE X FLANGE FRP SPOOL PIECE ON THE FRP SIDE." IV. SPECIFICATION VOLUME 3 OF 3 APPENDICES (REFERENCE DOCUMENTS) A. TWDB 0551 Guidance — Supplemental Contract Conditions for CWSRF Non -Equivalency, Pages 89-131 of 572 of Volume 3 of 3. 1. Delete this Section version "Rev 03/18" in entirety, and replace with the 66 Page Section version "Rev 6/24" included with this Addendum No. 2. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 August 2024 0005 15 ADDENDUM NO. 2 Page 10 of 12 V. BIDDER OUESTIONS AND CLARIFICATIONS 1. Please provide light pole base detail. Engineer's Response: Refer to Detail K/E-Z-2. 2. Please provide maximum expansion joint spacing required for concrete pavement. Engineer's Response: Refer to C-P-Sheets for paving layouts and C-Z-7 to C-Z-9 details for paving curb and gutter expansion joint spacing. Per the specification below, the maximum expansion joint spacing is 200'; however, it is also required at transition to other driveways, valley gutters, curb & gutters, intersection returns and other rigid structures. Refer to 32 16 13 — Concrete Curb and Gutter and Valley Gutter, Paragraph 3.4.C.7.a. and c. 3. Refer to Note #04 on sheet S-13-8 — Please provide specification section 03 15 16, if applicable. Engineer's Response: Note should refer to spec 03 15 00 instead of 03 15 16. This revision is reflected in this Addendum No. 2. 4. Concrete strength of unreinforced mud mat or leans concrete is class D as per specifications 03 30 00 whereas class D is 350 PSI per sheet S-2. Please confirm if concrete strength of 4" thick mud slab should be 350 PSI or 2000 PSI? Engineer's Response: Mud slab shall have strength of 2,000 psi as specified in Section 03 30 00. The revision to the Table on Sheet S-2 is reflected in this Addendum No. 2. 5. Spec section 017123.16.01 is missing. Engineer's Response: Section 01 71 23.16.01 "Attachment A Survey Staking Standards" has been added via this Addendum No. 2. 6. After reviewing the plans and specifications, we have several questions in regards to the FRP Pipe Specification: 1) Specification requires joints above 78" to be glassed in the field. This appears to be a gravity line with less than 20 psi static head pressure and preliminary calculations show no restrained joint required. A standard FWC Coupling is rated to 250 psi and would provide a engineered cost solution. Engineer's Response: All FRP joints on the project are required to be leakage proof and with restrained joints designed for thrust equivalent to the pipe pressure rating. In addition to Specification Section 33 31 13, refer to Sheet C-2, Note No. 1 under General Construction Notes - Site Piping, "L Unless otherwise shown on the drawings, all piping and fittings shall have restrained mechanical joints as specified." Per one of the specified manufacturers, FRP RMJ locking joints can only be manufactured up to 78" diameter. Due to size limitations restrained joints larger than 78" may be FRP butt wrapped internally and externally as specified. Where angular deflection capability of joints is desired at transition to structures, valve connections, material transitions or similar situations, the Drawings require the use of restrained or harnessed flexible metal sleeve style coupling systems. 2) Specification also requires all buried joints to be restrained joints, but allows for FWC CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 August 2024 0005 15 ADDENDUM NO. 2 Page 11 of 12 Coupling to transition to DIP, and allows SS Closures to transition to concrete, and connects with boots to manholes. The Key Lock MRJ is available up to 54" max, and a FWC Coupling would be acceptable in these locations as well. Engineer's Response: See above response regarding restrained joints. Re. FRPxDIP transition: Changed per this Addendum No. 2 — See Sheet C-Y-2 and Section 33 31 13 changes. It is understood that FWC couplings will not provide restrained joint type and are hence eliminated from the FRPxDIP transition coupling specification. Per revisions made via this Addendum No. 2, the transition is to be made with RFCA on DIP x FRP flanged spool. FWC couplings may be allowed only on a case basis at the discretion of the Engineer. Re. SS Closure to transition to concrete: There are 96-inch concrete to FRP connections which require a designed alternate to the FWC coupling per Drawing details. Re. Connections to Structures: Refer to Drawings for specific details for connections to various structures. 3) Specification calls for UV protection for pipe exposed in the primary clarifiers. Would a UV Induron coating be acceptable in lieu of the proposed UV additive? Engineer's Response: Induron Permasafe 100 ceramic epoxy with Indurathane 6600 top coat is acceptable for this application. Section 33 31 13, Para 2.2.C.6 is revised, and Drawing Note No. 5/Sheet M-A-5 is updated to state this as the primary acceptable approach per this Addendum No. 2. 4) The detail for FRP build up on OD to match RCP in order to utilize SS Closure Coupling... Would matching inverts, block and forming for concrete collar without SS Closure coupling, and finally grouting to smooth transition around ID be acceptable? Engineer's Response: No, the closure coupling and buildup design will be maintained as required per the FRP x RCP transition closure coupling Detail D/Sheet C-Z-11. 5) The Trench Width Detail indicates OD + 24", we recommend 1.5XOD (Which is slightly larger to allow proper compaction). Engineer's Response: Refer to revisions to Details D and G on Sheet C-Z-1 included in this Addendum No. 2. 6) PV Valves are not detailed in the plans (PCI Stat 1+52). We are assuming to be flanged spools? Engineer's Response: Connections to plug valves shall be flanged with restrained mechanical sleeve type couplings and flange adapters to enable disassembly. See revisions to Detail B/Sheet C-Z-4 included in this Addendum No. 2. 7) At PC 1-4 Distribution Box there are 60 Degree Elbows with only 2' of cover. This may be a good area to consider Axial Concrete to provide thrust restraint. Engineer's Response: Axial concrete, and particularly thrust blocks are not allowed for thrust restraint. The drawings show 4' of cover in the referenced area. Thrust restraint shall be provided with restrained couplings or joints as specified. Anchor system shall be provided where piping is shallow in order to resist buoyancy. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 August 2024 0005 15 ADDENDUM NO. 2 Page 12 of 12 8) Spec requires that all flanges are to be compression molded. Per AWWA M 4 FRP Design Manual, this is only for 16" and smaller. Engineer's Response: FRP Flange specification has been revised via this Addendum No. 2. 9) May need a detail for areas of pipe that have shallow cover to resist floatation... CSC or anchor details. Engineer's Response: Refer to the trench details on Sheet C-Z-1. These details are referenced above the yard piping profiles where applicable. Tie -down anchor strapping system to be provided to resist buoyancy as required. Notes have been added to this effect to the profile sheets via this Addendum No. 2. OF `tk r Reviewed and Approved By: 8/9/2024 Farida Goderya, PhD, P.E. ""...... " Senior Project Manager H. MC�101_E 1 GA ....*..*.*.... '� a, Water Department �+ 1105ti_ {TBPE FIRM NO. F-3043) ................................................................................. By the signature affixed below, Addendum No. 2 is hereby incorporated into and made part of the above referenced Invitation to Bid. ACCEPTANCE: The undersigned does hereby agree to the additional, stipulations, and terms outlined in Addendum No. 2 to the plans and specifications for the VCWRF Primary Clarifier Improvements Project, City of Fort Worth Project No. 103295. SCHEDULED BID DATE: August 22, 2024 DATE ADDENDUM ISSUED: August 9, 2024 RECEIPT ACKNOWLEDGED BY: TITLE: COMPANY NAME: SIGNATURE: NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 August 2024 SORT WORTH ADDENDUM TO INVITATION TO BID NO. 103295 VILLAGE CREEK WATER RECLAMATION FACILITY PRIMARY CLARIFIER IMPROVEMENTS PROJECT WATER DEPARTMENT ADDENDUM NO. 3 INVITATION TO BID (ITB): Bonfire # 24-0211; CPN 103295 BID OPENING DATE: August 22, 2024 REVISED BID OPENING DATE: NA 0005 15 ADDENDUM NO. 3 Page 1 of 12 DATE ISSUED: AUGUST 19, 2024 Bidders are hereby informed of the following amendments to the contract documents for the project. Bids for the project must be received by 2:00 PM CST on the Bid Opening Date. Bidders must acknowledge receipt of this Addendum below, and on Bid Form. This addendum forms a part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. I. INFORMATION A. The current Plan Holder List (8.19.2024) is included in this addendum. II. SPECIFICATIONS SPECIFICATIONS VOLUME 1 OF 3 A. 00 42 43A — SCHEDULE OF SUPPLIERS 1. Supplier Table Row 17 "Plug Valves" a. Add base bid supplier "f. Kennedy Valve Company" immediately after 17.e, AND revise existing item 17.f to read "g. Or Approved Equal" SPECIFICATIONS VOLUME 2 OF 3 B. 23 05 93 — TESTING, ADJUSTING AND BALANCING FOR HVAC 1. Part 4 - Appendix, Page 14 of 15 a. Add the following to Part 4 -Appendix immediately following Paragraph C.: "D. Original Motor Nameplate Data for Typical SB 62-65 Fan." 2. Appendix D, Page 15, of 15 a. Add the following attachment immediately after Appendix C. See exhibit attached to CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 August 2024 0005 15 ADDENDUM NO. 3 Page 2 of 12 Addendum No. 3: "Appendix D. Original Nameplate Data for Typical SB 62-65 Fans." C. 23 2113 — HYDRONIC PIPING 1. Paragraph 2.4, Page 2 of 6 a. Add the following paragraph immediately after Paragraph 2.3.: "2.4 CLEANOUTS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: 1. Charlotte Pipe. 2. Endura; a brand of IPEX. 3. IPS Corporation. 4. NDS Inc. 5. Plastic Oddities. 6. Sioux Chief Manufacturing Company, Inc. 7. Zurn Industries, LLC. B. Size: Same as connected branch. C. Body: PVC. D. Closure Plug: PVC." 2. Paragraph 3.6, Page 5 of 6 a. Add the following paragraph immediately after Paragraph 3.5.13.7.: 663.6 CLEANOUT INSTALLATION A. INSTALLATION 1. Install cleanouts in aboveground piping according to the following unless otherwise indicated: 2. Size same as drainage piping up to NPS 4. Use NPS 4 for larger drainage piping unless larger cleanout is indicated. 3. Locate at minimum intervals of 50 feet for piping NPS 4 and smaller and 100 feet for larger piping. 4. Locate at base of each vertical soil and waste stack. Additional instructions may be required for special applications. Show locations of specialties in plans, details, and schematics on Drawings. B. CONNECTIONS 1. Comply with requirements in other portions of this Section. Drawings indicate general arrangement of piping, fittings and specialties. 2. Install piping adjacent to equipment to allow service and maintenance. C. PROTECTION 1. Protect drains during remainder of construction period to avoid clogging with dirt or debris and to prevent damage from traffic or construction work. 2. Place plugs in ends of uncompleted piping at end of each day or when work stops." D. 23 3116 — NON METAL DUCTS 1. Paragraph 2.3, Page 6 of 8 a. Delete Paragraph 2.3.A, and replace with the following: "A. Fabricators/Manufacturers: Subject to compliance with requirements, provide CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 August 2024 0005 15 ADDENDUM NO. 3 Page 3 of 12 products by one of the following: 1. Maverick Applied Science, Inc. 2. RPS Composites 3. Piping Technology & Products, Inc. 4. Power Composites, LLC." 2. Paragraph 2.3, Page 6 of 8 a. Add the following paragraphs immediately following 2.3.F.: "G. Horizontal Duct Anchor/ Fixed Support: 1. Application: restricting movement of duct at support location. 2. 360-degree band with integral baseplate that is suitable for welding to the structural steel support. 3. Include elastomeric liner between the band and the duct. H. Slide Plates for Horizontal Duct Sliding Supports: 1. Application: Slide plates for providing support and allowing movement in mechanical systems between pipe supports and structural steel members. 2. Materials: a. Stainless Steel Backing Plate: 1) Material: ASTM A240, Grade 304 stainless steel. 2) Thickness: As per support details. 3) Surface Finish: Smooth, free from defects or imperfections. b. PTFE, 25% Glass Filled Composite: 1) Material: Composed of virgin PTFE resin tested per ASTM D4894 or D4895 and reinforcing agents including milled glass fibers per ASTM D4745. 2) Thickness: As per support details. 3) Bonding: The PTFE, 25% glass filled composite shall be securely bonded to the stainless -steel backing plate using a tested epoxy in a controlled time, temperature, and pressure process. 4) Uniformity: The composite layer shall have uniform thickness and coverage over the entire surface of the backing plate. 3. Physical and Mechanical Properties: a. Coefficient of Friction: 1) The slide plates shall exhibit a low coefficient of friction, providing smooth and controlled sliding motion between the mating surfaces. 2) Coefficient of Friction vs. Load: The average coefficient of friction shall be less than 0.1 under a compressive load of 2000 psi. b. Tensile Strength: 2000 psi. c. Temperature Range: The slide plates shall be capable of operating within a temperature range of -65°F to 250°F (-54°C to 121°C) without compromising performance or structural integrity. d. Manufacture slide plates to the specified dimensions as indicated in the Drawings as well as any required mounting holes or features." E. 26 29 23.26 — EDDY CURRENT CONTROLLER 1. Paragraph 2.2.G.1 Page 4 of 6 a. Delete entire paragraph and Replace with the following: 66 1. Provide NEMA 4XSS control panel sized no larger than 20"W x 10"D a. Pilot devices as shown on the P&ID. b. UL listed panel C. 120VAC, 1 phase, 60Hz input power CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 August 2024 0005 15 ADDENDUM NO. 3 Page 4 of 12 d. 0-90 VDC coil voltage. e. Input disconnect switch" F. 33 1105 — BOLTS, NUTS, AND GASKETS 1. Paragraph 2.2, Page 4 of 8 a. Delete Paragraphs 2.2.0 and 2.2.D. including associated revisions in Addendum No. 1 in entirety and replace with the following: "C. T-Bolts and Nuts a. ZZ�xk stfength, eeffesion r-esistai4, low ear-bea weathering steel in aeeerda"o wi h AAL A iANS1 ri i 4 4k2l.11.I I and A ST 4 A242 b. Xylan Gea4iag in aeeer-danee with this Seetion. 2. Stainless Steel T-bolt with Xylan Coated Stainless Steel Nut a. Stainless Steel T-bolt and Nut in accordance with AISI 304-316. b. Coat nut with Xylan in accordance with this Section. D. Flange Bolts and Nuts 1. Stainless Steel Bolt and Xylan Coated Nut Comply with ASME B 16.1 Class 125 a. Assembly bolts: square headed ear -bon steel AISI 316 machine bolts with hexagon nuts per ANSI B 18.2. Threads conform to ANSI B 1.1. Bolt length: 1/8" to 5/8" protrusion from nut after torquing. b. Meet requirements of AWWA C207 c. Bolts: ASTM A193, Grade B8, Class 1 (AISI 3"316 Stainless steel, carbide solution treated) d. Nuts and Washers: ASTM A194, Grade 8 Nuts with AISI 304-316 Stainless steel Washers. 1) Coat nut with Xylan in accordance with this Section. e. Bolts, nuts, and washers for flan2ed_joints shall be for corrosive service and buried conditions. £ Anti -seize compound for stainless steel bolts and nuts of molybdenum disulfide base such as Molvkote-G maybe used in lieu of Xvlan to provide protection and prevent RallinR." G. 33 12 00 — BURIED PLUG VALVES 1. Paragraph 2.1.A, Revised via Addendum No. 1, Page 3 of 8 a. Delete listed Manufacturers in 2.1.A entirely and replace with the following: "I. Dezurik, Pratt, Kennedy Valve, Valmatic, Crispin, M&H, Or approved equal." 2. Paragraph 2.2.B.1: a. Add "Kennedy Valve Company, a division of McWane, Inc." to the list of acceptable manufacturers. H. 40 05 51 — COMMON REQUIREMENTS FOR PROCESS VALVES 1. Attachment A— Sample Valve Schedule, Page 10 of 10 a. Add the following attachment at the end of this specification section: "ATTACHMENT A — SAMPLE VALVE SCHEDULE (See Paragraph 1.5)." Exhibit is attached to this Addendum No. 3. I. 40 05 57 — ACTUATORS FOR PROCESS VALVES AND GATES 1. Paragraph 2.4.C, Page 8 of 14 a. Delete the word "Actuators" and replace with "1 Phase, 60 hz supply rated actuators". 2. Paragraph 2.4.13, Page 9 of 14 CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 August 2024 0005 15 ADDENDUM NO. 3 Page 5 of 12 a. Delete "460 Volt" and replace with 11480 Volt" 3. Paragraph 2.4.D.1, Page 9 of 14 a. Delete words "2 phase" and replace with "3 phase" 40 05 59.23 — STAINLESS STEEL SLIDE GATES 1. Paragraph 2.2.C, Page 5 of 10 a. Add the following sentence at the end of the first sentence. "The gate slide shall seal on all sides of the opening - top, bottom, and vertical." 2. Paragraph 2.2.C. Le, Page 5 of 10 a. Add the following sentence at the end of this paragraph. "Slide closing on a flush invert seat/seal secured within the bottom member of the gate frame will be acceptable. Sealing system shall retain specified performance even after 25,000 operating cycles." 3. Paragraph 2.2.13, Page 5 of 10 a. Add the following sentence at the end of the first sentence. " The gate frame shall seal on all sides of the opening - top, bottom, and vertical." 4. Paragraph 2.2.D.3, Page 6 of 10 a. Add the following sentence at the end of the first sentence. " UMHWPE slide seals with compression cords will be acceptable. Sealing shall retain specified performance even after 25,000 operating cycles." 5. Paragraph 2.2.J.10, Page 7 of 10 a. Delete the second sentence and replace with the following. "Stainless -steel matching gate material grade, or high nickel content cast iron, bronze brushed, mounted in a high nickel content cast iron bracket." K. 40 05 61.43 — KNIFE GATE VALVES 1. Paragraph 1.5, Page 1 of 5 a. Add the following Paragraph 1.5.1) immediately following Paragraph 1.5.C: "D. Provide certified valve actuator sizing calculations and required torque ratings to enable sizing the portable drill actuator to be supplied with the valve." L. 40 05 62 — PLUG VALVES 1. Paragraph 2. LA, revised by Addendum No. 1, Page 2 of 5 a. Add the following Paragraph 2.1.A.6 immediately after 2.1.A.5 and renumber subsequent paragraph: "6. Kennedy Valve" M. 43 23 35 — RECESSED IMPELLER PUMPS 1. Paragraph 2.3.D.1.h.3), Page 8 of 15 a. Delete the second sentence and replace with, "In the event of a high -temperature condition, the pump shall be stopped to protect the pump motor." 2. Paragraph 2.3.D.1.h.5), Page 8 of 15 a. Delete and replace with, "When the pump is commanded to stop, the seal water system solenoid valve shall be closed for a preset amount of time (operator adjustable) after the pump has stopped." 3. Paragraph 2.5.A, Page 10 of 15 a. Delete paragraph in its entirety. 4. Paragraph 2.6, Page 10 of 15 a. Renumber to paragraph 2.5. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 August 2024 0005 15 ADDENDUM NO. 3 Page 6 of 12 N. 46 43 21 — CIRCULAR CLARIFIER EQUIPMENT 1. Paragraph 2.2.I.7.£2), Page 7 of 18 a. Delete the Paragraph entirely and replace with the following: "2) Material: Forged Alloy Steel or Ductile Iron." 2. Paragraph 2.2.I.7.i.2), Page 7 of 18 a. Delete the Paragraph entirely and replace with the following: "2) Material: Steel or Cast Iron with corrosion resistant coating system as specified herein." 3. Paragraph 2.2.I.10. Lubrication, Page 8 of 18 a. Delete the Paragraph entirely and replace with the following: "10. Lubrication: Grease fittings or Oil lubricated. Where not readily accessible, provide extension to accessible location." 4. Paragraph 2.2.N. Coating Materials, Page 10 of 18 a. Add the following Paragraph 2.2.N.2., immediately after Paragraph 2.2.N.1.: 662. Primary Clarifier Ductile Iron or Cast Iron drive housing and covers: Epoxy coated similar to the three -coat system specified in Paragraph 2.2.N.1., except using Tnemec Series 431 Perma-Shield or G435 Perna -Glaze applied in three coats for a total thickness of 40 mils dry mils, at 14 to 15 dry mils per coat." III. DRAWINGS VOLUME 1 OF 2 A. SHEET C-P-3 — PRIMARY AREA PAVING AND GRADING PLAN II 1. Notes a. Add the following NOTE 3: "3. ALL STAIR LANDINGS SHOWN ON THIS SHEET SHALL BE CONSTRUCTED AS 7-INCH-THICK REINFORCED CONCRETE PAVEMENT IN ACCORDANCE WITH THE PAVING DETAILS." B. SHEET C-P-4 — PRIMARY AREA PAVING AND GRADING PLAN III 1. Notes a. Add the following NOTE 3: "3. ALL STAIR LANDINGS SHOWN ON THIS SHEET SHALL BE CONSTRUCTED AS 7-INCH-THICK REINFORCED CONCRETE PAVEMENT IN ACCORDANCE WITH THE PAVING DETAILS." :.a'/:�7�1:�7\�11►[�:\►1�Z�f'7:\�]10ffir/:��i\/ 1. Notes a. Add the following NOTE 2: "2. ALL STAIR LANDINGS SHOWN ON THIS SHEET SHALL BE CONSTRUCTED AS 7-INCH-THICK REINFORCED CONCRETE PAVEMENT IN ACCORDANCE WITH THE PAVING DETAILS." D. SHEET C-Y-2 — PRIMARY AREA YARD PIPING PLAN I 1. Change the callouts "30" RS-DI" to "30" PD-DI" 2. Change the callouts "36" RS-DI" to "36" PD-DI" 3. Change the callouts "36" PCI-FRP" to "36" PD-FRP" CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 August 2024 0005 15 ADDENDUM NO. 3 Page 7 of 12 E. SHEET C-Y-3 — PRIMARY AREA YARD PIPING PLAN II 1. Change the callouts "36" PCI-FRP" to "36" PD-FRP SN 72" F. SHEET C-Y-3A — PRIMARY AREA YARD PIPING ENLARGED PLAN 1. Change the callouts "36" PCI-FRP SN 72" to "36" PD-FRP SN 72" G. SHEET C-Y-7 — YARD PIPING INFLUENT PROFILES II 1. PROFILE A a. Change the callout "36" PCI-FRP" to "30" PD-FRP" 2. PROFILE B a. Change the callouts "30" RS-DP' to "30" PD-DI" b. Change the callouts "36" PCI-FRP" to "36" PD-FRP" H. SHEET C-Y-9 — YARD PIPING EFFLUENT PROFILES IV 1. PROFILE C a. Change the callout/s "36" RS-DI" to "36" PD-DI" b. Add a callout "36" PD-FRP" to the 36" piping east of STA 1+11 Transition Coupling. VOLUME 2 OF 2 I. SHEET M-K-1 —PLANT SEWER FLOW METER STATION NO.1 MODIFICATION PLAN a. Add the following at the end of Note 8: "THE PORTABLE DRILL OPERATOR SHALL BE AN 18V UNIT PORTABLE CORDLESS ELECTRIC VALVE EXERCISER, HYDRANT BUDDY HB1 BY HYDRO VERGE, 45 RPM WITH VARIABLE SPEED, 400 FT-LBS TORQUE, WITH KEY AND SOCKET ADAPTERS TO ADAPT TO 2" AWWA NUT, MINIMUM 2-YEAR WARRANTY; OR EQUAL BY MODEC, MODEL MC89S-035." J. SHEET H-3 — PRIMARY CLARIFIERS ODOR CONTROL AIRFLOW DIAGRAM Keynote 1 a. Where keynote 1 points to the 4 fans within the "EXISTING ODOR CONTROL SYSTEM" dashed box, the following labels shall be added for each fan going from left to right on sheet. "a. SCRUBBER BLOWER SB-62 b. SCRUBBER BLOWER SB-63 c. SCRUBBER BLOWER SB-64 d. SCRUBBER BLOWER SB-65" 2. Under "KEYNOTES:", Revise Notes 1 and 2 as shown below: "1. PROVIDE (2) NEW SHEAVES AND PULLEYS AT EACH FAN AS INDICATED AND REBALANCE ALL FOUR FANS TO OPERATE AT THE NEW AIRFLOW (23,000 CFM PER FAN) AND STATIC PRESSURE (4.5 IN. W.C. PER FAN) FOR THE SYSTEM. FAN IS EXPECTED TO OPERATE IN A (2) DUTY (2) STANDBY CONFIGURATION. EXISTING FAN DOCUMENTATION IS IN SPECIFICATION SECTION 230593. FOR FAN SB-63 AND SB-64: REPLACE INLET MOTORIZED DAMPER ACTUATOR TO MATCH EXISTING THAT OPENS AND CLOSES WHEN FAN TURNS ON AND OFF. RECONNECT POWER AND CONTROL WIRING TO OPEN AND CLOSE DAMPER. 2. BALANCE ALL EXISTING AND NEW VOLUME DAMPERS SHOWN ON THIS SHEET TO AIRFLOWS INDICATED." CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 August 2024 0005 15 ADDENDUM NO. 3 Page 8 of 12 K. SHEET E-11 — RISER DIAGRAM II 1. PMP-3300-02 RISER SECTION a. Move ECP-3300-02 outside of MCC-PS113 and add 2#14, 1#14G, 3/4"C between MCC- PS1B and ECP-3300-02. 2. PMP-3300-03 RISER SECTION a. Move ECP-3300-03 outside of MCC-PS1A and add 2#14, 1#14G, 3/4"C between MCC- PS1A and ECP-3300-03. 3. PMP-3300-04 RISER SECTION a. Move ECP-3300-04 outside of MCC-PS1B and add 2#14, 1#14G, 3/4"C between MCC- PS1B and ECP-3300-04. 4. PMP-3300-05 RISER SECTION a. Move ECP-3300-05 outside of MCC-PS1A and add 2#14, 1#14G, 3/4"C between MCC- PS1A and ECP-3300-05. 5. PMP-3300-06 RISER SECTION a. Move ECP-3300-06 outside of MCC-PS113 and add 2#14, 1#14G, 3/4"C between MCC- PS1B and ECP-3300-06. L. SHEET E-12 —ELECTRICAL SCHEMATIC I 1. PRIMARY SLUGE PUMPS SCHEMATIC a. Add device located in field symbol from the Schematic Legend on the Eddy Current Controller. b. Remove incoming fuse on the Eddy Current Controller and add text in its place stating "EXTERNAL 120VAC POWER". M. SHEET E-D-8 — PRIMARY SLUDGE PUMP STATION NO.1 UPPER LEVEL POWER AND GROUNDING PLAN. 1. Add six "20"W x 10"D" panels on the east wall north of MCC -PS IA. Show the panel furthest north as future panel. 2. Label each panel as ECP-3300-01 thru 06 starting from the MCC-PS1A going north. Note: The panel ECP-03300-01 furthest north is a future panel. N. SHEET I-A-1 —WEST DIVERSION BOX G, PC 1-4 INFLUENT FLOW METER VAULT, AND PC 1-4 DISTRIBUTION BOX 1. 36" PD-DI a. Change pipe callout right of the DI/FRP transition to "36" PD-FRP." IV. BIDDER OUESTIONS AND CLARIFICATIONS Can Ft Worth provide any room inside the plant or outside the plant close by for stockpiling of excavated material from the secondary clarifier excavation? We will be using to back fill with once the primary clarifiers are constructed. Engineer's Response: Temporary Stockpiling of Excavated Soil: The City owns the sludge drying beds northeast of VCWRF, approximately 2 miles from the project site — See Exhibit A. City would be willing to work with the Contractor for `temporary' stockpiling of excavated good usable soils to be reused at the construction site. Approximately 4 Acre drying bed cell available. Coordinate with City on specific cell location. Note- for excess excavated soils Contractor will be responsible to find suitable off -site location/s for spoils disposal as part of their bid, use of City's property is not permitted for disposal. Submit plan for temporary excavated soil stockpiling, and excess soils disposal to the Owner/Engineer for review prior to disposal activities. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 August 2024 0005 15 ADDENDUM NO. 3 Page 9 of 12 2. RFI: Please provide clear differentiation between concrete and sidewalks on civil drawings. Currently only sidewalks on C-P-3 shown, Engineer's Response: Although similar, the hatch patterns indicating concrete pavement and sidewalks on C-P-Sheets are different. The concrete pavement is limited to the intersection of C.B. Ray Ave. and R.D. Chumley streets and for stair landings as noted on the Drawings. 3. RFI: On contract drawings S-C-2 & S-C-4 respectively shows two stairs on the side of the top of foundation, can you provide a detail and dimension of this stairs. Engineer's Response: On these Sheets S-C-2 and 4, see typical "TYP" concrete stair and Detail 4/S-C-9 callouts. Concrete stairs shall have a minimum 3'-0" clear walking width. 4. Section 40 05 59.23 Please allow the exclusion of Lifting wires: this is not recommended for many reasons: a. The stem is connected to the electric actuator by the drive bushing. This means the slide cannot go up or down without completely disconnecting and removing the electric actuator. b. Electric actuators give control over forces applied to the gates, and all components are designed to withstand the maximum stall force of actuators to meet AWWA C561 (note that the thrust required with our system for these gate sizes are close to 10 000 lbs). Once the actuator is removed and the door is operated with an external operating apparatus, the plant personnel will have no way to control thrust applied to the gate, which can result in damage and work hazards). c. Electric actuators already have a handwheel for manual operation, with a manual declutch and auto-reclutch system for emergency operation. Engineer's Response: The emergency lifting bolt connections and accessories are required to be integrated into the slide gates by the Manufacturer as specified. The emergency cable lifting system detailed on Sheet S-Z-12 is required on this project and may be provided by the Contractor as noted on M-A-Sheets and specified in the slide gate specification. Section 40 05 59.23 Please have lubricants to be supplied by contractor. Engineer's Response: The manufacturer should include the recommended lubricant data as part of the O&M/ submittals. The lubricant may be supplied by the General Contractor. 6. Section 40 05 59.23 Will stem guides with the same grade of stainless steel than the gates be acceptable? Engineer's Response: Stainless steel stem guides are acceptable as recommended and designed by the gate manufacturer. This material is added to the spec as an acceptable alternative to the specified material via this Addendum No. 3. 7. Section 40 05 59.23 Please approve a sealing system is made of UHMWPE slide seals with compression cords and bottom seal attached to the bottom frame. Engineer's Response: This type of sealing system will be acceptable. Sealing is required on all sides - top, bottom and vertical. 8. Temporary Power Source: Is there a power source near the excavation that can be used by the contractor for temp power service for any dewatering and construction? Engineer's Response: No. Refer to Specification Section 01 50 00. The City has limited power available. The Contractor shall provide their own power for dewatering and construction activities. 9. Earth Retention System: Will we be able to leave the earth retention system around the new clarifiers in place or will it have to be removed? Engineer's Response: Note 7 on drawing S-8 requires the removal of the shoring system but references spec Section 3150 00 -Excavation Support and Protection. Paragraph 3.10 provides guidance for shoring removal and abandonment requirements. If shoring is partially removed, it CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 August 2024 0005 15 ADDENDUM NO. 3 Page 10 of 12 needs to be surveyed and cut-off below grade, provided it does not conflict with the remaining proposed improvements including site work, underground utilities, and yard piping improvements. 10. Landing Pad Depth: Refer to sheet C-P-2 to C-P-5 — Please provide depth of landing pad at concrete stair. Engineer's Response: Depth of landing pad at concrete stair will match the depth of the concrete pavement intersection on C-P-4, which is 7" thick reinforced concrete. 11. Stop Logs Question: Would the engineer / end user approve use of stainless -steel stop logs of same grade as gates for this project instead of Composite? Engineer's Response: At this point Composite Stop logs are preferred as specified. Also, stop log frames shall not have integral seals per design intent. All side and bottom seals to be part of the stop log. Stainless Steel Stop logs may be submitted as a substitution request for consideration. 12. Galvanized Lifting Beam: Does the Galvanized Lifting Beam is only 1 in general per section (2 to 4 and 15&18) or one per clarifier? Engineer's Response: We presume the lifting beam query is related to the Section 40 05 59.23 Composite Stop Logs. The specification requires a lifting beam/s designed to lower or lift out composite stop logs of all sizes supplied on the project. 13. Natural Gas PSI Confirmation: On drawing P-D-3, notes for the natural gas indicate service pressure is 50 PSI. is this correct? Engineer's Response: The gas line pressure is believed to be about 50 psi coming from the main line from the north side of the plant. 14. Structural Steel/ Misc. Metals: Referencing architectural plans inside the pump station, the details for the stairs state reference structural. In reviewing structural documents, they reference architectural. Please provide structural design for stair stringer and step structure. Engineer's Response: Metal stairs are to be a "Design By Others" per notes on sheet S-3, so the final design and detailing of the metal stairs is by the Contractor's/ stair fabricator's P.E.. However, additional details and guideline information can be found in the typical details, Detail B/S-Z-20, and in the misc. metals spec Section 05 50 00 2.2.D. 15. Odor Control Ductwork: I don't see an odor control ductwork spec. Can you please tell me where I can find it or can you provide one? Engineer's Response: See Specification Section 23 31 16 — NONMETAL DUCTS, located in the Bid Documents. 16. Note 8 on M-K-1 refers to a portable drill motor actuator for the 30" knife gate at the plant sewer flow meter station #1. Spec 40 05 61.43 does not specify a portable drill motor actuator. Please provide a spec for the portable actuator. Engineer's Response: Portable drill/valve exerciser specifications added to Note 8 on M-K-1 via this Addendum No.3. 17. Dwg M-K-1 shows the 30" & 36" PD lines at the plant sewer flow meter station #1. C-Y-1 & C-Y-7 refers to these lines as RS. Is it PD or RS ? Engineer's Response: These pipes shall all be PD i.e. plant drain or process drain return. 18. Annular Seals: Plans show annular seals for pressure gauges, pressure switches etc. For example on M-C-1 & I-B-1 on the 8" PSC line, there is PI/PSL 3150-01. There's no call out for the annular seal on the M drawings which is in line with the flanged pipe. Spec 40 73 36 refers to the annular seal but CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 August 2024 0005 15 ADDENDUM NO. 3 Page 11 of 12 there's no spec for that product. We're assuming it's similar to the Ashcroft wafer isolation ring on this link https://www.ashcroft.com/products/pressure/diaphragm-seals/isolators/80-wafer-isolation- ring/ , or a similar product by Red Valve. Please confirm. Please provide a spec. Engineer's Response: Specification Section 40 73 63 Diaphragm Seals and Instrumentation Standard Details I, sheet I-Z-1, details C and F. Basis of design for the annular seals is around the Ashcroft 80 Wafer Isolation ring. 19. Spec 33 1105 & Addendum 1 revisions to the spec, volume 2, note I: a. There's addendum notes about removing strikethroughs and restoring content in the spec. It's not possible to remove strikethroughs and restore content in the PDF file that we have. It's probably best for the Engineer to revise the entire spec section to avoid confusion. Please confirm. b. Paragraph 2.2.D.1.f is added with anti-sieze compound. There's probably no need for anti seize. The spec already has Xylan coated nuts. Please confirm. c. Paragraph 2.2.H is revised with gaskets rated 200 deg F. Much higher temperature than expected. Sewage does not reach that temperature. Please confirm. d. Original spec paragraph 2.2.H describes NSF 61 which applies to potable water; not sewage, sludge, scum, etc. Please confirm. Engineer's Response: a. Modifications to the City's specification sections in Division 33 are represented using underlined text and strikethroughs per the City's process. Accordingly, modifications to specific paragraphs are made via Addendum I utilizing the strikethrough/ remove- strikethrough-to-restore convention. We will address specific queries on the addendum items as received. b. Both Xylan and Molykote G are not needed together. Provide either Molykote G or Xylan as specified. c. We typically consider DIPRA gasket material tables/guidelines which lists the minimum temperature rating for the gasket materials. Standard gasket offerings from reputable specified DI pipe manufacturers exceed the DIPRA guidelines. The specified temperature ratings assume additional factors of safety to ensure longevity. In our experience there have not been issues with availability of gaskets meeting or exceeding the specified temperature ratings. d. NSF 61 standard compliance is required as specified. However, the products for wastewater service do not have to be "NSF Certified". In our experience there have not been issues with availability of gaskets meeting NSF 61 requirements. 20. Primary Clarifiers No. 2, 3 & 4 Motor Operators on Drawing Sheets I-B-1 and I-B-2: These drawings show the control panel for the valves in question have open, closed, & fault indicators, and maybe open & closed limit switches. That might imply that the motor operators are open -close, not modulating. Please confirm. Engineer's Response: Per contract drawings I-B-1 and I-B-2, the intent of the valve motor operators is to be open -close, without modulating capability. A local -off -remote switch is to be available local to the actuator for control in addition to the control functionality shown at the control panel. Refer to Specification Section 40 05 57 Actuators for Process Valves and Gates and 40 6196 Process Control Descriptions for actuator type and requirements, and control functionality respectively. 21. Paragraph 2A.A.1 on page 7 mentions a valve schedule. Is there a valve schedule? We did not see a valve schedule in the specs. Engineer's Response: Ignore references to valve schedule. Refer to Process, Electrical, P&ID Sheets and respective valve Spec Sections for requirements. Spec Section 40 05 51 references a valve schedule to be submitted by the Contractor under the submittal requirements. The submittal requirements are clarified added via this Addendum No. 3. 22. Paragraph C.3 on page 8 describes open/close & modulating. Are the actuators open/close or CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 August 2024 0005 15 ADDENDUM NO. 3 Page 12 of 12 modulating? Which one, please? Engineer's Response: Refer to Automation discipline contract P&ID drawings and Specification Section 40 6196 Process Control Descriptions for 1/0 and control functionality for all actuators for process valves and gates respectively. Refer to Electrical discipline contract drawings for power, cable, conduit & wiring to the respective process valves and gates. Refer to Specification Section 40 05 57 Actuators for Process Valves and Gates for actuator/gate types and requirements. 23. Spec 40 05 57.2.4.A.3 on pages 7 & 8 describes 480 V power for valves larger than 3". Paragraph C on page 8 describes 120 V. Paragraph D on page 9 describes 460 V. What is the voltage and is it 3 phase, 60hz ? Engineer's Response: Per Section 40 05 57 ACTUATORS FOR PROCESS VALVES AND GATES, Paragraph 2.4.A.3- Actuators for Valves 3 inches and Smaller: 120 Volt, 1 Phase, 60 Hertz power supply and Paragraph 2.4.A.3.a - Actuators for Valves Larger than 3 inches and for slide gates and weir gates: 480 Volt, 3 Phase, 60 Hz power supply. 24. A written request was received to make revisions to the City's general conditions. Engineer's Response: This request has been reviewed, but no changes to the City's general conditions have been made. Reviewed and Approved By: 8/19/2024 Farida Goderya, PhD, P.E. Senior Project Manager Water Department OF x 4% 105105 {TBPE FIRM NO. F-3043} ................................................................................. By the signature affixed below, Addendum No. 3 is hereby incorporated into and made part of the above referenced Invitation to Bid. ACCEPTANCE: The undersigned does hereby agree to the additional, stipulations, and terms outlined in Addendum No. 3 to the plans and specifications for the VCWRF Primary Clarifier Improvements Project, City of Fort Worth Proiect No. 103295. SCHEDULED BID DATE: August 22, 2024 DATE ADDENDUM ISSUED: August 19, 2024 RECEIPT ACKNOWLEDGED BY: TITLE: COMPANY NAME: SIGNATURE: NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 August 2024 0011 13 INVITATION TO BIDDERS Page 1 of 4 �1 D[yl I [1)0[QlfffR3 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of VILLAGE CREEK WATER RECLAMATION FACILITY (VCWRF) PRIMARY CLARIFIER IMPROVEMENTS PROJECT CITY PROJECT NO. 103295 ("Project") will be received by the City of Fort Worth via the Procurement Portal httvs:Hfortworthtexas.bonfirehub.com/portal/?tab=ovenOpportunities, 1 under the respective Project until 2:00 P.M. CDT, Thursday, August 22nd, 2024. Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the City Council Chambers. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en- us CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103295 0011 13 INVITATION TO BIDDERS Page 2 of 4 Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Demolition of existing infrastructure Shoringibracing and construction dewatering activities Construction of new infrastructure including but not limited to the following: o West Diversion Box G o Primary Clarifier Influent (PCI) Flow Meter Vault o PCI Distribution Box o 190-ft diameter primary clarifiers with launder covers o Scum Pump Stations No. 1 & 2 o Primary Sludge Pump Station No. 1 o New Junction Box I o Modifications to Plant Sewer #1 Meter Structure o Modifications to Box J o Above ground odor control ductwork o Relocation of existing utilities such as water, sewer, storm water, natural gas o Various process piping sizes ranging from 3-inch to 96-inch diameter o Concrete and asphalt pavement and site grading improvements o Electrical and instrumentation improvements o Construction layout and survey PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for qualification and pre -qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal httDs://fortworthtexas.bonfirehub.com/aortal/?tab=ot)enODDortunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOl)portunities, under the respective Project. PREBID CONFERENCE — In person A non -mandatory prebid conference and site visit will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time: DATE: July 11, 2024 TIME: 9:00 AM, CDT CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103295 0011 13 INVITATION TO BIDDERS Page 3 of 4 LOCATION: VCWRF, 4500 Wilma Lane, Arlington, Texas 76012 If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. FUNDING This Contract is contingent upon release of funds from the Texas Water Development Board (TWDB). Any contract or contracts awarded under this INVITATION TO BIDDERS are expected to be funded in part by financial assistance from the TWDB. Neither the U.S. Environmental Protection Agency (EPA) or the State of Texas, nor any of its departments, agencies, or employees, are or will be a party to this INVITATION TO BIDDERS, or any resulting contract. Any contract(s) awarded under this INVITATION TO BIDDERS is/are subject to the American Iron and Steel (AIS) requirements of Section 608 of the Federal Water Pollution Control Act. Equal Opportunity in Employment — All qualified Applicants will receive consideration for employment without regard to race, color, religion, sex (including pregnancy), sexual orientation, gender identity, national origin, age (40 or older), disability, or genetic information. Bidders on this work will be required to comply with the Department of Labor regulations at 41 CFR Part 60-4, relating to Construction Contractors-- Affirmative Action Requirements, which include the President's Executive Order No. 11246, as amended by Executive Order No. 11375 and Executive Order No. 13672, in the award and administration of contracts awarded under TWDB financial assistance agreements. Failure by the Contractor to carry out these requirements is a material breach, which may result in the termination of the awarded financial assistance. Davis -Bacon prevailing wage requirements apply to the construction, alteration or repair of treatment works carried out, in whole or in part, with assistance made available by the Clean Water State Revolving Fund (CWSRF). The Davis -Bacon prevailing wage requirements apply to Contractors and Subcontractors performing on federally funded or assisted contracts in excess of $2,000 for the construction, alteration or repair (including painting) of a treatment works project under the CWSRF. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103295 0011 13 INVITATION TO BIDDERS Page 4 of 4 For prime contracts in excess of $100,000, Contractors and Subcontractors must also, under the provisions of the Contract Work Hours and Safety Standards Act, as amended, pay laborers and mechanics, including guards and watchmen, at least one and one-half times their regular rate of pay for all hours worked over 40 in a workweek. The Fair Labor Standards Act may also apply to Davis -Bacon covered contracts. Any contracts or subcontracts in excess of $2,000 must include the provisions of the Davis -Bacon Wage Rate Requirements found in Specification Section TWDB Guidance No. DB-0156 (00 74 00 DB-0156). Davis -Bacon prevailing wage rates are applicable and bid packages must include the current Davis -Bacon general wage determination for the area where construction will occur. This Contract will require Davis -Bacon wage rates be paid for all construction work. The applicable wage rates are included in the specifications as are the required Davis -Bacon certification forms. If there is a conflict between Owner prevailing wage rates and Davis Bacon wage rates, the higher shall prevail. For additional information on Davis -Bacon Wage Rate Requirements and its applicability to this contract, please consult TWDB Guidance No. DB-0156 (00 74 00 DB-0156). ADVERTISEMENT DATES June 27, 2024 July 4, 2024 END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103295 0021 13 INSTRUCTIONS TO BIDDERS SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms Page 1 of 11 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making electronic Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre -qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103295 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 11 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 3.5. Special qualifications are not required for this project. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103295 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 11 4.1.5. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Should perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.7. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima -facie evidence that the Bidder has made the investigations, examinations and tests herein required. 4.1.8. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.1.9.Indicate their intent to bid by selecting "yes" in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103295 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 11 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103295 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 11 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City electrically through the Vendor Discussions section under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=open0pportunities on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications shall be posted under the respective Project via the Procurement Portal https:Hfortworthtexas.bonfirehub. com/l)ortal/?tab=oi)en0pportunities 6.4. A non -mandatory prebid conference an site visit may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103295 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 11 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M1WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non -responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: h"s:Hcodelibrarv.amleaal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103295 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 11 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal htt Ds:Hfortworthtexas.bonfirehub. com/l)ortal/?tab=oi)enOpnortunities . 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103295 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 11 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 3 5 % of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. The City reserves the right to evaluate and award based on any base bid options. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103295 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 11 17.9. The Contractor shall provide a minimum of two (2) year warranty for the entire project. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. 19. Texas Water Development Board (TWDB) Requirements 19.1. CONTINGENT AWARD OF CONTRACT - This contract is contingent upon release of funds from the Texas Water Development Board TWDB). Any contract(s) awarded under this Invitation for Bids is/are expected to be funded in part by a loan or loan with principal forgiveness from the TWDB and a grant from the United States Environmental Protection Agency, U.S. EPA. Neither the State of Texas, the U.S. EPA, nor any of its departments, agencies, or employees are or will be a party to this Invitation for Bids or any resulting contract. 19.2. DAVIS-BACON WAGE RATE REQUIREMENTS (a) Davis -Bacon prevailing wage requirements apply to the construction, alteration or repair of treatment works carried out, in whole or in part, with assistance made available by the Clean Water State Revolving Fund (CWSRF). (b) The Davis -Bacon prevailing wage requirements apply to Contractors and Subcontractors performing on federally funded or assisted contracts in excess of $2,000 for the construction, alteration or repair (including painting) of a treatment works project under the CWSRF. (c) For prime contracts in excess of $100,000, Contractors and Subcontractors must also, under the provisions of the Contract Work Hours and Safety Standards Act, as amended, pay laborers and mechanics, including guards and watchmen, at least one and one-half times their regular rate of pay for all hours worked over 40 in a workweek. The Fair Labor Standards Act may also apply to Davis -Bacon covered contracts. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103295 0021 13 INSTRUCTIONS TO BIDDERS Page 10 of 11 (d) Any contracts in excess of $2,000 must include the provisions of the Davis -Bacon Wage Rate Requirements. If the Owner (sub -recipient) is a governmental entity such as a city or district, it must insert in full the contract clauses found in TWDB Guidance DB-0156, Appendix 1: Section 3, Section 4 if the contract exceeds $100,000, and Section 5. If the Owner (sub -recipient) is a non -governmental entity such as a water supply corporation or a private company, it must insert in full the contract clauses found in TWDB Guidance DB-0156, Appendix A: Section 3, Section 4 if the contract exceeds $100,000, and Section 5. The Owner (sub -recipient) must ensure all prime contracts require the same full text in any subcontracts. See TWDB Guidance DB-0156 for the text of the contract language that must be included. Additional information on Davis -Bacon Wage Rate Requirements and its applicability to this contract can be found in TWDB Guidance DB-0156. 19.3. AMERICAN IRON AND STEEL Any contract(s) awarded under this Invitation for Bids is/are subject to the American Iron and Steel (AIS) requirements of 33 U.S.0 §1388 for Clean Water State Revolving Fund projects. The Contractor must complete the statement of understanding regarding this requirement, found in Specification Section 00 74 00 Supplemental Contract Conditions, Item No. 9. 19.4. EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION All qualified applicants will receive consideration for employment without regard to race, color, religion, sex (including pregnancy), sexual orientation, gender identity, national origin, age (40 or older), disability, or genetic information. Bidders on this work will be required to comply with the Department of Labor regulations at 41 CFR Part 60-4, relating to Construction Contractors --Affirmative Action Requirements, which include the President's Executive Order No. 11246, as amended by Executive Order No. 11375 and Executive Order No. 13672, in the award and administration of contracts awarded under TWDB financial assistance agreements. Failure by the Contractor to carry out these requirements is a material breach, which may result in the termination of the awarded financial assistance. 19.5. BID GUARANTEE Each Bidder shall furnish a bid guarantee equivalent to five percent of the bid price (Water Code § 17.183). If a bid bond is provided, the Contractor shall utilize a surety company which is authorized to do business in Texas in accordance with Surety Bonds and Related Instruments, Chapter 3503 of the Insurance Code. 19.6. AWARD OF CONTRACT TO NONRESIDENT BIDDER A governmental entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lowest bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. A nonresident bidder is a Contractor whose corporate offices or principal place of business is outside of the state of Texas (Source: Texas Government Code, Chapter 2252, Subchapter A, Nonresident Bidders, § 2252.002). CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103295 0021 13 INSTRUCTIONS TO BIDDERS Page 11 of 11 The bidder will complete form TWDB -0459, Vender Compliance with Reciprocity on Nonresident Bidders, which must be submitted with the bid. 19.7. FORMS TO BE SUBMITTED WITH BID: - WRD-255, Bidder's Certifications regarding Equal Employment Opportunity and Non -Segregated Facilities. - TWDB-0459, Vendor Compliance with Reciprocity on Non -Resident Bidder. END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 103295 THIS PAGE INTENTIONALLY LEFT BLANK. 00 35 13 CONFLICT OF INTEREST STATEMENT Page 1 of 2 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. tf a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below Form CIQ (Conflict of Interest Questionnaire) (state.tx.us) httDs://www.ethics. stateAx.usldetalformslconfii ict/CIS. odf EX CIQ Form does not apply ❑ CIQ Form is on file with City Secretary ❑ CIO Form is being provided to the City Secretary 71 CIS Form does not apply C CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Eagle Contracting LLC By Roy Ewen (Printed Name) C 1 (Signature) Title: President Date: August 22, 2024 CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 103295 00 35 13 CONFLICT OF INTEREST STATEMENT Page 2 of 2 END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0041 00 BID FORM Page 1 of 4 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: VCWRF Primary Clarifier Improvements City Project No.: 103295 Units/Sections: N/A 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1 In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2 Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notifcation of award. 2.3 Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, 2.4 Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5 Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6 Bidder has not engaged in corrupt, fradulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fradulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City, (b) to establish Bid prices at artificial non-competitive c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0041 00 BID FORM Page 2 of 4 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water/Wastewater Treatment Facilities 4. Time of Completion 4.1 The Work will be substantially complete within 1,095 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2 The Work will be complete for Final Acceptance within 1,187 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.3 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones) within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non -Resident Bidder, Section 00 43 47 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instruction to Bidders and Section 19 of the Instruction to Bidders for TWDB forms to be submitted with Bids. 6. Total Bid Amount 6.1 Bidder will complete the Work in accordance with the Contract Doucments for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid Opening. 6.2 It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective 6.3 Bidders shall select either Bid Item 7A or 7B or both. City reserves the right to evaluate and award based on any of the base bid options. Total Base Bid with 7A $98,319,734.00 Total Base Bid with 7B No Bid CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 7. Bid Submlttal This bid is submitted on August 22nd 2024 (Date) Respectfully submit By-. { ignature) Rov Ewen (Printed Name) Title: President Company: Eagle Contracting LLC Address: PO Box 1600 Keller, TX. 76244 State of Incorporation: Texas Email: r.ewen@eaglecontracting.com Phone: 817-401-9012 by the entity named below. END OF SECTION Receipt is acknowledge of the following Addenda: lAddendum No. 1: lAddendum No, 2: Addendum No. 3: lAddendum No, 4: 1 00 41 00 BID FORM Page 3 of 4 Initial Seal: CITY of FORT WORTH VC W RF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CIly Project No, 103295 0041 00 BID FORM Page 4 of 4 This page intentionally left blank. CITY OF FORT W TH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 EAGLE 00 42 43 BID PROPOSAL Page 1 of 2 UNIT PRICE BID Project Item Information SECTION 00 42 43 PROPOSALFORM A Bidlist Item Description No. 1 Construction of Primary Clarifier Improvements Project 2 Demolish existing infrastructure 3 Earthwork 4 Construction dewatering and surface water control 5 Temporary and permanent excavation and trench support and protection systems 6 Geotechnical instrumentation and monitoring system 7A* Primary Clarifier Nos. 2-4 cast in place construction 7B* Primary Clarifier Nos. 2-4 prestressed concrete AWWA D110 Type III Tank construction g Primary Clarifiers 2-4 equipment cost only 9 Primary Clarifiers 2-4 launder cover equipment cost only 10 Primary Sludge Pump Station No. 1 11 Primary Scum Pump Station No. 1 and 2 12 Yard Piping 13 Trench Safety System in accordance with OSHA 14 Odor control nonmetal ducts, supports, and appurtenances 15 Electrical and Instrumentation improvements 16 Rehabilitation of Primary Clarifiers 15 and 18 17 Concrete Spall and Mortar Repairs (At Existing Structures when identified) 18 Concrete Crack Repair (At Existing Structures when identified) 19 PEPS 1A Wet Well Concrete Protective Coatings 20 PEPS 1 B Wet Well Concrete Protective Coatings 21 Construction Allowance Unit of Measure LS LS LS LS LS LS LS LS EA EA LS LS LS LS LS LS LS CF LF SF SF LS Bidder's Application Bidder's Proposal Bid Quantity 1 1 1 1 1 1 1 3 3 1 630 Unit Price $7,921,634.00 $5,346,000.00 $6,519,000.00 $2,100, 000.00 $10,676,000 $741,000.00 $15,968,000 No Bid $1, 350, 000.00 $2,565,000.00 $2,723,000.00 $1,750,000.00 $13,196,600 $10,000.00 $891,000.00 $12,789,000 $5,185, 000.00 $450.00 Bid Value $7,921,634.00 $5,346,000.00 $6,519,000.00 $2,100, 000.00 $10,676,000.00 $741, 000.00 $15,968,000.00 No Bid $4,050,000.00 $7,695,000.00 $2,723,000.00 $1,750,000.00 $13,196, 600.00 $10, 000.00 $891, 000.00 $12,789,000.00 $5,185, 000.00 $283,500.00 500 $50.00 $25,000.00 4,900 $25.00 $122,500.00 5,100 $25.00 $127,500.00 1 $200,000.00 $200,000.00 Total Base Bid with 7A $98,319,734.00 Total Base Bid with 7B No Bid * Bidders shall select either 7A or 7B or both. City reserves the right to evaluate and award based on any of the base bid options. END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 42 43 BID PROPOSAL Page 2 of 2 This page intentionally left blank. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 42 43 A SCHEDULE OF SUPPLIERS The Contract Documents are based upon the equipment or products available from the Basc Bid Suppliers denoted as "a.", "b.", etc. No space or form has been made to the Contract Bid Documents to write in produrWequipment from altemate suppliers. Bidders proposing equivalent quality products or equipment shall conform to the requirements described in Specifications. The bidder must indicate in its Bid which Base Bid Supplier the Bidder intends to use for each item of equipment listed on this form by circling one of the listed Base Bid Suppliers. Should a Bidder fail to circle a Base Bid Supplier in a category, it shall famish the equipment of Base Bid Supplier "a.". Should a Bidder circle rwo or more Base Bid Suppliers, it shall furnish the equipment of the lesser -lettered Base Bid Supplier. If, following award of contract, a proposed alternate supplier is determined "not equivalent" by the Engineer, the Bidder shall provide the equipment of the selected Base Bid Supplier. Item Equipment Item or Material Specification Section No. Base Sid Supplier 1 Pad -Mounted, Liquid Filled, Medium -Voltage Transformers 26 12 19 a. ABB, Power Grids Division b, Copper Industries, Inc. ( Prolec GE 'ff'Or Approved Equal 2 Medium -Voltage, Pad -Mounted Switchgear 26 1329 n6 &C Electric Company b. Cooper c, G&W d. Or Approved Equal 3 Low -Voltage Transformer 26 22 00 a. Eaton bTCE by ABB c. Siemens d. Square D e. Or Approved Equal 4 Motor Control Centers 2624 19 a, Eaton b. Square D c, Allen-Bradley OPE by ABE e. Or Approved Equal 5 Ductile Iron Pipe 33 € l 10 a, Griffin Pipe Products, Co. & 40 05 19 ]American Ductile Iron Pipe Co. c. U.S. Pipe and Foundry Co. d. McWaae Cast Iron Pipe Co- e, Or Approved Equal 6 Ductile Iron Fittings 33 It 11 fa)Star Pipe Products, Inc. & 40 05 19 b. Griffin Pipe Products, Co. c. McWane Cast Iran Pipe Co. A Sigma Co. e. Accucast f Ford Meter Box Co, g. One Bolt, Inc, 0 EBB Imo, Inc i. S&B Technical Products j. SIP Industries k. Or Approved Equal 7 PVC Pressure Pipe 33 €1 12 i IR Vinyltech PVC Pipe Pipe life Jet Stream Diamond Plastics Corporation d, J-M Manufacturing Co. Inc. e. Royal Building Products f. Or Approved Equal S Resilient Seated (Wedge) Gate Valve 33 1220 Americal Flow Control b. American AVK Company c, Kennedy d. M&ff e. Mueller Co. f. Clow Valve Co. g, Stockhanl Valves & Fittings h. U.S. Pipe Foundry Co. i. East Jordan Iron Works 1. Or Approved Equal 9 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 3331 13 OHobas b. Flowtite c. Or Approved Equal 10 HDPE Pipe for Sanitary Sewer 33 31 15 j a`Xhillips Driscopipe, Inc. Plexco Inc. C. Polly Pipe, Inc. d. CRS Hydro ConduttTipeline Systems e, Or Approved Equal CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 103295 00 42 43 A SCHEDULE OF SUPPLIERS The Contract Documents are based upon the equipment or products available from the Base Bid Suppliers denoted as "a.", "b.", etc. No space or Form has been made in the Contract Bid Documents to write in products/equipment frori alternate suppliers. Bidders proposing equivalent quality products or equipment shall conform to the requirements described in Specifications. The Bidder must indicate in its Sid which Base Bid Supplier the Bidder intends to use for each item of equipment listed on this form by circling one of the listed Base Bid Suppliers. Should a Bidder fail to circle a Base Sid Supplier in a category, it shall furnish the equipment of Base Bid Supplier "a.". Should a Bidder circle two or more Base Bid Suppliers, it shall fumish the equipment of the lesser -lettered Base Bid Supplier. If, following award oFcontract, a proposed altemate supplier is determined "not equivalent" by the Engineer, the Bidder shall provide the equipment of the selected Base Bid Supplier. Item ')Equipment Item or Material Specification Section No. Base Bid Supplier I 1 PVC Gravity Sanitary Sewer Pipe 33 3[ 20 a. Certain -Teed Products Corp 0Napco Manufacturing Corp c. 7-M Manufacturing Co., Inc. (IM Eagle) f9Diamand Plastics Corporation e. Lamson Vylan Pipc E Royal Building Products Vinyltech PVC Pipe hh Pipelife Jet Stream t. Or Approved Equal 12 Epoxy Liners for Sanitary Sewer Structures 33 3960 a. Chesterton b. Raven c. Warren Environmental & Or Approved Equal 13 Actuators For Process Valves 40 05 57 a. Beck 0Rotork c AUMA d. Or Approved Equal 14 Actuators for Stainless Steele Slide Gates 4005 57 a. Beck b. Rotork 51UMA r Approved Equal 15 Stainless Steel Slidc Gates 40 05 59.23 a. Whipps, Inc. Xk W Gate ( c. ontaineJAquanox d. Or Approved Equal 16 Knife Gate Valves 4005 61.43 a. ITT Fabri-Valve , Hilton t c eZurik Approved Equal 17 Plug Valves 4005 62 AOr 4>11- r>7r V &H alve A ;?'77 Pratt Cnspin al-Matic Valve & Manufacturing Corp. f. Kennedy Valve Company g. Or A opr� 19 Rubber Flapper Check Valves 40 05 65,33 a. Crispin DeZurik c Val-Matic Valve & Manufacturing Corp. d. Or Approved Equal 19 Pressure -Regulating Valves 4005 67.36 {'Watts Zum c. Or Approved Equal 20 Air Release Valves for Wastewater Service 40 05 79.21 �RF Valves, Inc �' ff AX-1- USA, Inc. Val -Marie Valve & Manufacturing Corp. Z)DezurWAPCO e. Crispin f. Or Approved Equal 21 Process Conttioi and Enterprise Management Systems General Provisions 40 61 00 a_ Prime Controls b. RLC Controls Inc. c, z] wrovcd equal 23 Booster Water Pump System 43 21 50 Ctfra.nd iSeal profEqual 24'Recess impeller Pumps 43 23 35 a. Wev Group, Wemco b. Grun as Morris c. ESSCO Ilprogressing d. Or Approved Equal ZS Cavity Pumps 43 23 57 a oyno` CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 42 43 A SCHEDULE OF SUPPLIERS The Contract Documents are based upon the equipment or products available from the Base Sid Suppliers denoted as "a,", "b.", etc. No space or form has been made in the Contract Bid Documents to write in products/equipment from altemate suppliers. Bidders proposing equivalent quality products or equipment shall conform to the requirements described in Specifications. The Bidder must indicate in its Bid which Base Bid Supplier the Bidder intends to use For each item of equipment listed an this Form by circling one of the listed Base Sid Suppliers. Should a Bidder fail to circle a Base Bid Supplier in a category, it shall famish the equipment oFBase: Sid Supplier "a.". Should a Bidder circle two or mare Base Bid Suppliers, it shall furnish the equipment of the lesser -lettered Base Bid Supplier. If, following award ofcontract, a proposed alternate supplier is determined "not equivalent" by the Engineer, the Bidder shall provide the equipment of the selected Base Bid Supplier. Item Equipment Item ar N2terial Specification Section No. Base Bid Supplier b.Seepex c. Or Approved equal 26 Packaged Booster Pumping Station 43 26 23 a. USEMCO c�j,44LAX2rovexd b. Engineered Fluid incorporated (EFI) Equal 27 Iniine Grinders 46 24 23 (,,a. ]WC Environmental b. Franklin Aller c. Vogelsang Ravenna d. Or Approved Equal 28 Jet Mixing Equipment 4641.21.3I Evaqua c. Or Approved equal 29 Circular Clarifier Equipment 46 43 21 a. Ovivo b. 'es 'c c. Walker Process r Approve _ Equal 30 Launder Covers 46 43 24 a. ProtectoGte Composites, Inc. b. NEFCO. Inc. c. Fiberglass Fabricators, Inc. d. Or Approved Equal CDM Smith VCVIRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 THIS PAGE INTENTIONALLY LEFT BLANK. W RD-25 5 01/17 BIDDER'S CERTIFICATIONS Project Name: Village Creek WRF Primary Clarifier Improvements Project Number: CPN 103295 Contract For: City of Fort worth The following certifications must be completed by the bidder for each contract. A. EQUAL EMPLOYMENT OPPORTUNITY: X I have developed and have on file at each establishment affirmative action programs pursuant to 41 CFR Part 60-1.7. I have: (x) participated in previous contract(s) or subcontract(s) subject to the equal opportunity clause under Executive Orders 11246 and 11375. I have filed all notices, contract specifications, and compliance reports due under the requirements contained in 41 CFR Part 60-4. () not participated in previous contracts(s) subject to the equal opportunity clause under Executive Orders 11246 and 11375 and 41 CFR Chapter 60. B. NONSEGREGATED FACILITIES X I certify that I do not and will not maintain any facilities provided for my employees in a segregated manner, or permit my employees to perform their services at any location under my control where segregated facilities are maintained; and that I will obtain a similar certification prior to the award of any federally assisted subcontract exceeding $10,000 which is not exempt from the equal opportunity clause as required by 41 CFR Part 60-1.8. I will obtain a similar certification from any proposed subcontractor(s), when appropriate. I understand that a false statement on this certification may be grounds for rejection of this bid proposal or termination of the contract award. Roy Ewen President Typed Name and Title of Bidder's Authorized Representative Signature of it4der's Authorized Representative Date Eagle Contracting LLC PO Box 1600, Keller TX. 76244 Name and Address of Bidder SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, Eagle Contracting, LLC known as 004313 BID BOND Page 1 of 2 "Bidder" herein and Travelers Casualty and Surety Company of America a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are meld and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as: VCWRF Primary Clarifier Improvements NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fans to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 22nd day of August 2021.1 ti I r s + 1 r r , fr PRINCIPAL: �` �1�,_. ••• C • Eagle Contrac"n LLC <c.Y. Sig Lure A'f"T -La Lvvltness Jim Mu a, General unsel as to Principal Name and Title CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRICTION SPECIFICATION DOCUMENTS Cky Protect No. 103295 Witnes trrety — -- David T. Miclette Attach Power of Attorney {Surety} for Attorney -in -Fact 0043 13 BID BOND Page 2 or 2 Address: 5700 Park Vista Circle Fort Worth, TX 76244 SURETY: Travelers Casualty and Surety Company.of � l ,I �►~�t� Q Lr4 BY: i A Signature = AZ o t Nikole Jeannette, Attorney -In -Fact' , Name and Title Address: One rower square Hartford, CT 06183 Telephone Number: (860) 277-0111 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 103295 Travelers Casualty and Surety Company of America AM Travelers Casualty and Surety Company TR► VELERS J St. Paul Fire and Marine insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Nikole Jeannette of HOUSTON , Texas , their true and lawful Attorneys) -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed. this 21st day of April, 2021. q_weri�r y* sr A,, t} G w KA yRTMOMM Wr$L poesy State of Connecticut City of Hartford ss. By. •Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF. I hereunto set my hand and official seal My Commission expires the 30th day of June, 2026 yOR T No k� NOTARY Faetirr. Anna P. Nowik, Notary Public 0O'�y This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman. the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assislant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed In his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating [hereto appointing Pesident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall he valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing Is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated thjF' dayVPAv!t �iM4 • t r �'�•. ' { ' ' Fv fs Kevin E. Hughes, Assittant Secretary Verify the auMenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refe► o e, above -named Attorneys) -in -Fact and the details of the bond to which this Power of Attorney is attached. A TRAVELERS..! IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty and Surety Company of Ainerica , for information or to make a complaint at: Travelers Bond Attn.- Claims 1500 Market Street, W. Tower, Suite 2900 Philadelphia, PA 19102 1-800-328-2189 You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.D. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition ofthe attached document and is given to comply with Section 2253-02I, Government Code, and Section 53.202, Property Code, effective September 1, 2001. 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 2 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are no required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas BIDDER: By: Roy Ewen (Printed Name) 4 (Signature) Title: President ❑ate:8-22-2024 CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 2 of 2 END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0045 11 -1 BIDDERS PREQUALIFICATIONS Page 1 of 4 SECTION 00 4511 BIDDERS PREQUALIFICATIONS 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or have applied for prequalification by the City for the work types requiring prequalification prior to submitting bids. To be considered for award of contract the Bidder must submit Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with the requirements below. The information must be submitted seven (7) days prior to the date of the opening of bids. Subcontractors must follow the same timelines as contractors for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31 st day of March in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, and Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxDertnit/ and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 4 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm's opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets — current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of "None" or "N/A" should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility for Award of Contract a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0045 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 4 d. If a contractor has a valid prequalification letter, the contractor will be eligible to perform the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0045 11 -4 BIDDERS PREQUALIFICATIONS Page 4 of 4 This page intentionally left blank. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 45 12 PREQUALIFICATION STATEMENT Page 1 of 2 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Note: Only Prime Contractor needs to be pre -qualified. Major Work Type Water/Wastewater Treatment Facilities Contractor/Subcontractor Company Name Prequalification Expiration Date The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS By: (Printed Name) (Signature) Title: Date: VCWRF Primary Clarifier Improvements Project City Project No. 103295 0045 12 PREQUALIFICATION STATEMENT Page 2 of 2 END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements Project STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 004513-1 BIDDER PREQUALIFICATION APPLICATION Page 1 of 8 SECTION 00 4513 PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box Street Address (required) 1 Telephone Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company City State Zip Code City State Zip Code 1 Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) Email/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: Work Category — Water Dept - Water/sewer Work Category — TPW Paving Work Category — TPW Ped/Rdwy Lighting iohn.kasavich(a,FortWorthTexas.Rov TPW Preaualification(&,,fortworthtexas.aov clint.hoover(a,fortworthtexas.eov Fort Worth Water Department Engineering City of Fort Worth Transportation and Public City of Fort Worth TPW Transportation and Fiscal Services Division 200 Texas St. Works Dept. 3741 SW Loop 820, Fort Worth, Management Attn: Clint Hoover, P.E. 5001 Fort Worth, TX 76102 Texas 76133 Attn: Alicia Garcia James Ave. Fort Worth, TX 76115 *Financial Statements must be mailed. Mark the envelope: "Bidder Prequalification Application" CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0045 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) ❑ Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR ❑ Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES _ Water Department Augur Boring - 24-inch diameter casing and less _ Augur Boring - Greater than 24-inch diameter casing and greater _ Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater _ Tunneling — 66" and greater, 350 LF or Less _ Cathodic Protection _ Water Distribution, Development, 8-inch diameter and smaller _ Water Distribution, Urban and Renewal, 8-inch diameter and smaller _ Water Distribution, Development, 12-inch diameter and smaller _ Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller _ Water Transmission, Urban/Renewal, 24-inches and smaller _ Water Transmission, Development, 42-inches and smaller _ Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes _ Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller _ Sewer Bypass Pumping, 18-inches — 36-inches _ Sewer Bypass Pumping 42-inches and larger _ CCTV, 8-inches and smaller _ CCTV, 12-inches and smaller _ CCTV, 18-inches and smaller CCTV, 24-inches and smaller CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0045 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED _ CCTV, 42-inches and smaller _ CCTV, 48-inches and smaller _ Sewer CIPP, 12-inches and smaller _ Sewer CIPP, 24-inches and smaller _ Sewer CIPP, 42-inches and smaller _ Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller _ Sewer Collection System, Urban/Renewal, 8-inches and smaller _ Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller _ Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller _ Sewer Interceptors, Development, 42-inches and smaller _ Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller _ Sewer Interceptors, Urban/Renewal, 48-inches and smaller _ Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller _ Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller _ Sewer Cleaning, 42-inches and smaller _ Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller _ Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less _ Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works _! Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) _ Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only concrete paving. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0045 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting. DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in had: (a) As a General Contractor: construction work has your organization (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION CONTRACT OF DATE CITY -COUNTY - AMOUNT WORK COMPLETED STATE *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0045 13 - 5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. I NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CORPORATION BLOCK PARTNERSHIP BLOCK CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS VCWRF Primary Clarifier Improvements City Project No. 103295 If a corporation: Date of Incorporation Charter/File No. President Vice Presidents Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) 0045 13 - 6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Limited Partners (if applicable) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0045 13 - 7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm, and which is related to the type of work for which the firm is seeking qualification. In the description include the manufacturer, model, and general common description of each. ITEM QUANTITY 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - ITEM DESCRIPTION TOTAL BALANCESHEET VALUE CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0045 13 - 8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF 1016 llf IL11 61-1 The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pagel of 2 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 103295. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: C—'axle- C-- &mac c� , LL C Company S-7 p0 C"r-cA' Address �Dr'��br1-v `?X -7(a-7-L.4 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Zr . v--- J S" (Please Print) Signature: I Title: (Please Print) KELLIE BETH EGGLESTON :Notary Public, State of Texas Comm. Expires 06-27-2026 Notary ID 129854317 BEFORE ME the undersigned authority, on this day personally appeared known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of E d_ Qzc-kvn- '3m LLLfor the purposes and consideration therein a essed and in the pacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20cq - Not ry Pub 1c in and e State of Texas END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 45 26 - 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 2 of 2 This page intentionally left blank. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 45 40 - 1 Business Equity Goal Page 1 of 2 SECTION 00 45 40 Business Equity Goal APPLICATION OF POLICY If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises (M/WBEs). POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity Firms when applicable, in the procurement of all goods and services. All requirements and regulations stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 2020 (codified at: httDs://codelibrarv.amle2al.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593) apply to this bid. BUSINESS EQUITY PROJECT GOAL The City's Business Equity goal on this project is 10.48% of the total bid value of the contract (Base bid applies to Parks and Community Services). METHODS TO COMPLY WITH THE GOAL On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the ordinance through one of the following methods: 1. Commercially useful services performed by a Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination of Business Equity prime services and Business Equity subcontracting participation, 4. Business Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. Prime contractor Waiver documentation. SUBMITTAL OF REOUIRED DOCUMENTATION Applicable documents (listed below) must be submitted electronically with the other required bidding documents at the time of the bid under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub.com/portal/?tab=openOj2portunities OR received no later than 2:00 p.m., on the third City business day after the bid opening date, exclusive of the bid opening date with the respective Project via the Procurement Portal by responding to the message sent within Bonfire to all the bidders. It is highly encouraged that bidders submit required documentation at the time of bid submission. The Offeror must submit one or more of the following documents: 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 2. Letter of Intent, for all M/WBE Subcontractors; 3. Good Faith Effort Form and Utilization Form, including supporting documentation, if participation is less than stated goal, or no Business Equity participation is accomplished; 4. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform all subcontracting/supplier opportunities; or 5. Joint Venture/Mentor-Prot6g6 Form, if goal is met or exceeded with a Joint Venture or Mentor- Prot6g6 participation. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 Revised June 7, 2024 00 45 40 - 2 Business Equity Goal Page 2 of 2 These forms can be accessed at: Business Equity Utilization Form and Letter of Intent httns://aDDS.fortworthtexas.2ov/Pro_ iectResources/ResourcesP/60 - MWBE/Business Ea_uity Utilization Form DVIN 2022 220324.Ddf Letter of Intent httDs://aDDS.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBE/Letter of Intent_DVIN 2021.Ddf Business Equity Good Faith Effort Form httDs://aDDS.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBE/Good Faith Effort Form DVIN2022.Ddf Business Equity Prime Contractor Waiver Form htti)s://aDDS.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor Waiver-220313.Ddf Business Equity Joint Venture Form httl)s://aDDs.fortworthtexas.iaov/Pro_iectResources/ResourcesP/60 - MWBE/MWBE Joint Venture 220225.Ddf FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON -RESPONSIVE AND THE BID REJECTED. FAILURE TO SUBMIT THE REOUIRED BUSINESS EOUITY DOCUMENTATION OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON- RESPONSIVE. THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. For Questions, Please Contact the Business Equity Division of the Access and Opportunity Services Department at (817) 392-2674. END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 Revised June 7, 2024 00 52 43 - 1 AGREEMENT Page 1 of 8 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on October 15, 2024 is made by and between the City of Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Eagle Contracting. LLC , authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: VCWRF Primary Clarifier Improvements City Proiect No. 103295 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Ninety Eight Million,Three Hundred Nineteen Thousand Dollars ($ 98,319,734.00 ). Contract price may be adj usted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance The Work will be substantially complete within 1.095 days after the date when the Contract Time commences to run as provided in Paraizranh 2.03 of the General Conditions. The Work shall be complete for Final Acceptance within 1,187 days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City One Thousand Dollars ($1,000.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues Final Letter of Acceptance. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 Revised December 8, 2023 00 52 43 - 2 AGREEMENT Page 2 of 8 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance Certification Form (ACORD or equivalent) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Commitment Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specificallv intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused. in whole or in part. by anv act. omission or negligence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 Revised December 8, 2023/Adopted April 2024 Issued for Bid 00 52 43 - 4 AGREEMENT Page 4 of 8 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all 1-9 forms CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 Revised December 8, 2023/Adopted April 2024 Issued for Bid 00 52 43 - 5 AGREEMENT Page 5 of 8 and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. ite representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. ake the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 Revised December 8, 2023/Adopted April 2024 Issued for Bid 005243-7 AGREEMENT Page 7 of 8 American Iron and Steel Provision American Iron & Steel The following statement must be completed by the Contractor and made a part of the agreement between the Owner and the Contractor: The Contractor acknowledges to and for the benefit of the Owner ("Purchaser') and the Texas Water Development Board (TWDB) that it understands the goods and services under this Agreement are being funded with monies made available by the Clean Water State Revolving Fund and/or Drinking Water State Revolving Fund that have statutory requirements commonly known as "American Iron and Steel " that requires all of the iron and steel products used in the project to be produced in the United States ('American Iron and Steel Requirement') including iron and steel products provided by the Contactor pursuant to this Agreement. The Contractor hereby represents and warrants to and for the benefit of the Owner and the TWDB that (a) the Contractor has reviewed and understands the American Iron and Steel Requirement, (b) all of the iron and steel products used in the project will be and/or have been produced in the United States in a manner that complies with the American Iron and Steel Requirement, unless a waiver of the requirement is approved, and (c) the Contractor will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the American Iron and Steel Requirement, as may be requested by the Owner or the TWDB. Notwithstanding any other provision of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Owner to enforce this Agreement and recover as damages against the Contractor any loss, expense, or cost (including without limitation attorney's fees) incurred by the Owner resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part, from the TWDB or any damages owed to the TWDB by the Owner). While the Contractor has no direct contractual privity with the TWDB, as a lender to the Owner for the funding of its project, the Owner and the Contractor agree that the TWDB is a third party beneficiary and neither this paragraph (nor any other provision of this Agreement necessary to give this paragraph force or effect) shall be amended or waived without the prior written consent of the TWDB. Contractor Eaele Contracting. LLC Signature Printed Nanie Jim MVska. General Counsel Date 111/20/24 CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 Revised December 8, 2023 005243-8 AGREEMENT Page 8 of 8 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Patties ("Effective Date") Contractor: Eagle Contracting, LLC City of Fort Worth y' (Signature) Wilhauis Johnson Assistant City Manager Dec 18, 2024 'In Muska Date (Printed Name) pFo FOgrk°oado Attest: so =dp Tits, eneral Counsel °°°° 6Ex456ae 4, Address: 5700 Park Vista Circle Jannette Goodall, City Secretaiy Fort Worth, Texas 76244 (Seal) M&C: 24-0855 City/State/Zip: Date: October 15. 2024 11/20/2024 Form 1295: 2024-1213464 Date Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and adimnistration of this contract, including ensuring all performance and reporting requirements. Fanda Goderya, PhD, P.E_ Project Manager Approved as to Form and Legality: Do gl,,S1...l—is, mza 102D 6T, Douelas W. Black Sr. Assistant City Attorney APPROVAL RECON 2vfENDED: �l`l�ft`Od%2G� FfGi�O%` Christopher Harder, P.E., Director, Water Department OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 Revised December 8, 2023 06113-1 PERFORMANCE BOND Page 1 of 2 Bond No.108143844 SECTION 00 6113 PERFORMANCE BOND THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT That we, Eaqle Contractinq, LLC "Principal" herein and Travelers Casualtv and Suretv Comoanv of America , known as , a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal Ninety Eight Million, Three Hundred Nineteen Thousand sum Of, Seven Hundred Thirty Four and O0/100 Dollars ($ 98,319,734.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the � day of 00-N IOR- , 2021 which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as VCWRF Primary Clarifier Improvements, City Project No. 103295 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0061 13 - 2 PERFORMANCE BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the _i'� day of NjLjjjEjk6&(- 20?� `��Il�ttrr�r, (wsk/- rpo to Secretary ,,•.; * _A �T Ji3t1p7pi _af)'S retar ' ,,.,� .•yam "fit Aliall2ggle 4torin Witness as tl Witne as to Surety David T. Miclette PRINCIPAL: Eagle Contractinq, LLC 1 BY: j Signature Nicholas Flannery, President Name and Title Address: 5700 Park Vista Circle Fort Woilh TX 7694A SURETY: Travelers Casualty and Suretyerica BY: _ _ Signature n vg Nikole Jeannette, Attorney Irl:Fdct x 4a� Name and Title r���J Address: One Tower Sauare Hartford. CT 06183 Telephone Number: 860)277-0111 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF PORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS VCWRF Primary Clarifier Improvements City Project No. 103295 0061 14 - 1 PAYMENTBOND Pagel of 2 Bond No.108143844 SECTION 00 6114 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Eagle Contracting, LLC , known as "Principal" herein, and Travelers Casualty and Surety Comoanv of America , a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, Ninety Eight Million, Three Hundred Nineteen Thousand in the penal sum of Seven Hundred Thirty Four and 00/100 Dollars ($ 98.319.734.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the 15nay of DciOi3er , 20,�, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as VCWRF Primary Clarifier Improvements, City Project No. 103295. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0061 14 -2 PAYMENT BOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the FAZ)+ti day of hdi)-Jt 20-2—q. ATTEST: \\1�,.Illlllr �G L .;� �,. '' •JyrtrA orp ate Secretary (Pc1 ci�.al cret ry r ; �)L. 07 Kb fs J WIf'nt ' o Prin ipal ATTEST: - -- -- (Sur fy) Sv)"xry David T. Miclette, Witness n—If /� Wit s as to Su ty Stacy Owens PRINCIPAL: Eaale Contractina. LLC BY: Signature Nicholas Flannery, President Name and Title Address: 5700 Park Vista Circle Fort Worth, TX 76244 SURETY: �µl A,ti r Travelers Casualty and Surety Company q( Krjot jca .. 4 ^l �` BY: ��) !� O Signature y V F VIA `/1 Nikole Jeannette, Attorney -In -Fact, S1"J Cy�11 ' Name and TitlehNt�ri„",,,, Address: One Tower Square Hartford, CT 06183 Telephone Number: (860) 277-0111 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0061 19 - 1 MAINTENANCE BOND Page 1 of 4 Bond No. 108143844 SECTION 00 6119 MAINTENANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we Eaqle Contractinq, LLC , known as "Principal" herein and Travelers Casualtv and Suretv Companv of America , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or snore), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, Ninety Eight Million, Three Hundred Nineteen Thousand in the sum of Seven Hundred Thirtv Four and 00/100 Dollars ($ 98,319,734.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the I S4day of-0 CAXZs\-De r 20 Z', Which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as VCWRF Primary Clarifier Improvements, City Project No. 103295; and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0061 19-2 MAINTENANCE BOND Page 2 of 4 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0061 19 -3 MAINTENANCE BOND Page 3 of 4 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of ,20 2�[ `\, , , ATTEST: �`\ 1 +� Q Jim.M or rate Secretary ' P idei ecreta y rn _mllic C iao on �'G to m i �lot��i�r,��`�� ATTEST: (Suret 8&#6@€t'I*—UL1VI6 c e e, Witness Witness as to StQety Stacy Owens PRINCIPAL: Eaale Contracting. LLC BY: , S gnature Nicholas Flannery President Name and Title Address: 5700 Park Vista Circle Fort Worth, TX 76244 Doi SURETY: `a �' <, Travelers Casualty and Surety Cornpanv of,�meric!� vZ BY: Signature �,r� � ti Nikole Jeannette, Attorney -In -Fact �.,; �� bb�1�•'�• Name and Title , Address: One Tower Square Hartford, CT 06183 Telephone Number: (860) 277-0111 *Note: If signed by an officer of the Surety Company, there must be on rile a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS VCWRF Primary Clarifier Improvements City Project No. 103295 0061 19-4 MAINTENANCE BOND Page 4 of 4 This page intentionally left blank. CITY OF FORT WORTH VCWRF Primary Clarifier Lnprovements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 AM, TRAVELERSJ Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Nikole Jeannette of HOUSTON , Texas , their true and lawful Attorney(s)-in- Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. �4 9 R cmwaHAAifOFID, ONK. R S CONN.'Ya�� •ti....�p'� o�bf tR S State of Connecticut City of Hartford ss. By: obert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 ,��j,P 7Jpk'vy NOTARY + a• X-I&V • rue:io Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this day of ...... r�o 9uhi t" \ '.. * V N N,1grfORD, � a NARTFORD, < � COISV1lArL � /~� '• t] � CONN.,y, y (N \ O r r Kevin E. H ' PAssi tariYSecretary To verify the authenticity of this Power of Attorney, please call us at 1-8U0-�2 =38.8 ,r Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this potn>4�pfAttor is attached. DATE (MM/DDIYYYY) ACOR" CERTIFICATE OF LIABILITY INSURANCE 1111,1 I 12/10/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Sara Montoya Bowen, Miclette & Britt Insurance Agency, LLC I PHONE plc, No): 713-880-7166 2800 North Loop West, Suite 1100 (A/C. No. Ext): 713'880-71 OO Houston TX 77092 I ADDRESS: smontoya@bmbinc.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Hartford Underwriters Ins Co 30104 INSURED EAGLECONTR2 INSURERB: Trumbull Insurance Company 27120 Eagle Contracting LLC 11000 Equity Drive I INSURER C : XL Specialty Insurance Co. 37885 Houston TX 77041 I INSURER D : Allied World Assurance (US) Inc. 19489 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 107866444 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER (MM/DDIWYYI (MM/DDIYYYY) A X COMMERCIAL GENERAL LIABILITY Y Y 61UEAAY6WBF 12/31/2023 12/31/2024 EACHOCCURRENCE $1 000000 CLAIMS -MADE � OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ❑X PRO LOC JECT OTHER: B AUTOMOBILE LIABILITY X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY C X UMBRELLALIAB X OCCUR Y Y 61UEADL1933 Y Y US000450921_23A EXCESS LIAB CLAIMS -MADE DIED I X I RETENTION $ n nnn A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANYPROPRI ETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ❑ N/A (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below D Professional Liability Contractors Pollution Liability Y 61WEAARlGST 0311-6546 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 300,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 12/31/2023 12/31/2024 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTYDAMAGE $ (Per accident) 12/31/2023 12/31/2024 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 12/31/2023 12/31/2024 PER X I STATUTE EERH E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 12/31/2023 12/31/2024 Each Act, Error or Om 3,000,000 Each Poll Condition 3,000,000 Aggregate 6,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The following policy provisions and/or endorsements form part of the policies of insurance represented by this certificate of insurance. The terms contained in the policies and/or endorsements supersede the representations made herein. Electronic copies of the policy provisions and/or endorsements listed below are available by emailing the Contact Person Shown Above. General Liability: Blanket additional insured Ongoing Operations per form # HS 24 80 07 13 Blanket additional insured Completed Operations per form # HS 24 80 07 13 Blanket waiver of subrogation per form # CG 24 04 12 19 See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Fort Worth 100 Fort Worth Trail AUTHORIZED REPRESENTATIVE Fort Worth TX 76102 f� ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: EAGLECONTR2 LOC #: ACCOR o ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Bowen, Miclette & Britt Insurance Agency, LLC Eagle Contracting LLC 11000 Equity Drive POLICY NUMBER I Houston TX 77041 CARRIER ADDITIONAL REMARKS NAIC CODE I EFFECTIVE DATE: THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Blanket primary/non-contributory per form # CG 20 01 12 19 Automobile: Blanket additional insured per form # HA 99 16 12 21 Blanket waiver of subrogation per form # HA 99 16 12 21 Blanket primary/non-contributory per form # HA 99 16 12 21 Worker's Compensation: Blanket waiver of subrogation per form #WC 42 03 04 B Umbrella: Blanket additional insured per form #XCU 050 0811 Blanket waiver of subrogation per form #XCU 050 0811 Blanket primary/non-contributory per form #XCU 050 0811 RE: Village Creek WRF Primary Clarifier Improvements project Additional Insured shall include City of Fort Worth, CDM Smith Inc., including their respective officers, directors, agents and employees as per written contract ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Policy Number: 61 UEAAY6WBF Effective Date: 12/31 /2023 - 12/31/2024 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - OPTION I This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Designated Project(s) Or Location(s) Or Orpnization(st Of Covered Operations: ALL, EXCEPT ADDITIONAL INSUREDS THAT ARE INSURED UNDER A SEPARATE ADDITIONAL INSURED ENDORSEMENT ON THIS POLICY Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. With respect to those person(s) or organization(s) (3) In connection with "your work" for the shown in the Schedule above when you have additional insured at the project(s) or agreed in a written contract or written agreement location(s) designated in the Schedule to provide insurance such as is afforded under this and included within the "products - policy to them, Subparagraph f., Any Other completed operations hazard", but only if: Party, under the Additional Insureds When (a) The written contract or written Required By Written Contract, Written agreement requires you to provide Agreement Or Permit Paragraph of Section II — such coverage to such additional Who Is An Insured is replaced with the following: insured at the project(s) or location(s) f. Any Other Party designated in the Schedule; and Any other person or organization who is not (b) This Coverage Part provides an insured under Paragraphs a. through e. coverage for "bodily injury" or above, but only with respect to liability for "property damage" included within the "bodily injury", "property damage" or "personal "products -completed operations and advertising injury" caused, in whole or in hazard". part, by your acts or omissions or the acts or The insurance afforded to the additional omissions of those acting on your behalf: insured shown in the Schedule applies: (1) In the performance of your ongoing (1) Only if the "bodily injury" or "property operations for such additional insured at damage" occurs, or the "personal and the project(s) or location(s) designated in advertising injury" offense is committed: the Schedule; (a) During the policy period; and (2) In connection with your premises owned (b) Subsequent to the execution of such by or rented to you and shown in the written contract or written agreement; Schedule; or and Form HS 24 80 0713 Page 1 of 2 OO 2013, The Hartford (Includes copyrighted material of Insurance Services Office, Inc., with its permission.) Policy Number: 61 UEAAY6WBF Effective Date: 12/31/2023- 12/31/2024 (c) Prior to the expiration of the period of time that the written contract or written agreement requires such insurance be provided to the additional insured. (2) Only to the extent permitted by law; and (3) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. With respect to the insurance afforded to the person(s) or organization(s) that are additional insureds under this endorsement, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders, designs or specifications; or (2) Supervisory, inspection, architectural or engineering activities. The limits of insurance that apply to the additional insured shown in the Schedule are described in the Limits Of Insurance section. How this insurance applies when other insurance is available to the additional insured is described in the Other Insurance Condition in Section IV — Commercial General Liability Conditions, except as otherwise amended below. B. With respect to insurance provided to the person(s) or organization(s) that are additional insureds under this endorsement, the When You Add Others As An Additional Insured To This Insurance subparagraph, under the Other Insurance Condition of Section IV — Commercial General Liability Conditions is replaced with the following: When You Add Others As An Additional Insured To This Insurance (a) Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract or written agreement that this insurance be primary. If other insurance is also primary, we will share with all that other insurance by the method described in Paragraph (c) below. This insurance does not apply to other insurance to which the additional insured in the Schedule has been added as an additional insured. (b) Primary And Non -Contributory To Other Insurance When Required By Contract This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (i) The additional insured in the Schedule is a Named Insured under such other insurance; and (ii) You have agreed in a written contract or written agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured in the Schedule. (c) Method Of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. All other terms and conditions in the policy remain unchanged. Page 2 of 2 Form HS 24 80 0713 Policy Number: 61 UEAAY6WBF COMMERCIAL GENERAL LIABILITY Effective Date: 12/31/2023 - 12/31/2024 CG 24 04 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION i LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): Any person or organization with whom you have a contract that requires such a waiver Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV - Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 Policy Number: 61 UEAAY6WBF Effective Date: 12/31/2023- 12/31/2024 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 Policy Number: 61UEADL1933 Effective Date: 12/31/2023 - 12/31/2024 COMMERCIAL AUTOMOBILE HA99161221 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM To the extent that the provisions of this endorsement provide broader benefits to the "insured" than other provisions of the Coverage Form, the provisions of this endorsement apply. 1. BROAD FORM INSURED Paragraph .1. - WHO IS AN INSURED - of Section II - Liability Coverage is amended to add the following: d. Subsidiaries and Newly Acquired or Formed Organizations The Named Insured shown in the Declarations is amended to include: (1) Any legal business entity other than a partnership or joint venture, formed as a subsidiary in which you have an ownership interest of more than 50% on the effective date of the Coverage Form. However, the Named Insured does not include any subsidiary that is an "insured" under any other automobile policy or would be an "insured" under such a policy but for its termination or the exhaustion of its Limit of insurance. (2) Any organization that is acquired or formed by you and over which you maintain majority ownership. However, the Named Insured does not include any newly formed or acquired organization: (a) That is a partnership or joint venture, (b) That is an "insured" under any other policy, (c) That has exhausted its Limit of Insurance under any other policy, or (d) 180 days or more after its acquisition or formation by you, unless you have given us notice of the acquisition or formation. Coverage does not apply to "bodily injury" or "property damage" that results from an "accident" that occurred before you formed or acquired the organization. Form HA 99 16 12 21 e. Employees as Insureds (1). Any "employee" of yours while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. f. Lessors as Insureds (1). The lessor of a covered "auto" while the "auto" is leased to you under a written agreement if: (a) The agreement requires you to provide direct primary insurance for the lessor and (b) The "auto" is leased without a driver. Such a leased "auto" will be considered a covered "auto" you own and not a covered "auto" you hire. g. Additional Insured if Required by Contract (1) When you have agreed, in a written contract or written agreement, that a person or organization be added as an additional insured on your business auto policy, such person or organization is an "insured", but only to the extent such person or organization is liable for "bodily injury" or "property damage" caused by the conduct of an "insured" under paragraphs a. or b. of Who Is An Insured with regard to the ownership, maintenance or use of a covered "auto." The insurance afforded to any such additional insured applies only if the "bodily injury" or "property damage" occurs: (a) During the policy period, and (b) Subsequent to the execution of such written contract, and 92021, The Hartford (Includes copyrighted material of Insurance Services Office, Inc. with its permission.) Page 1 of 5 Policy Number: 61UEADL1933 Effective Date: 12/31/2023- 12/31/2024 (c) Prior to the expiration of the period of time that the written contract requires such insurance be provided to the additional insured. (2) How Limits Apply If you have agreed in a written contract or written agreement that another person or organization be added as an additional insured on your policy, the most we will pay on behalf of such additional insured is the lesser of: (a) The limits of insurance specified in the written contract or written agreement; or (b) The Limits of Insurance shown in the Declarations. Such amount shall be a part of and not in addition to Limits of Insurance shown in the Declarations and described in this Section. (3) Additional Insureds Other Insurance If we cover a claim or "suit" under this Coverage Part that may also be covered by other insurance available to an additional insured, such additional insured must submit such claim or "suit" to the other insurer for defense and indemnity. However, this provision does not apply to the extent that you have agreed in a written contract or written agreement that this insurance is primary and non- contributory with the additional insured's own insurance. (4) Duties in The Event Of Accident, Claim, Suit or Loss If you have agreed in a written contract or written agreement that another person or organization be added as an additional insured on your policy, the additional insured shall be required to comply with the provisions in LOSS CONDITIONS 2. - DUTIES IN THE EVENT OF ACCIDENT, CLAIM , SUIT OR LOSS — OF SECTION IV — BUSINESS AUTO CONDITIONS, in the same manner as the Named Insured. 2. Primary and Non -Contributory if Required by Contract Only with respect to insurance provided to an additional insured in A.1.g. - Additional Insured If Required by Contract, the following provisions apply: (1) Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract or written agreement that this insurance be primary. If other insurance is also primary, we will share with all that other insurance by the method described in Other Insurance 5.d. (2} Primary And Non -Contributory To Other Insurance When Required By Contract If you have agreed in a written contract or written agreement that this insurance is primary and non-contributory with the additional insured's own insurance, this insurance is primary and we will not seek contribution from that other insurance. Paragraphs (1) and (2) do not apply to other insurance to which the additional insured has been added as an additional insured. When this insurance is excess, we will have no duty to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (2) The total of all deductible and self - insured amounts under all that other insurance. We will share the remaining loss, if any, by the method described in SECTION IV - Business Auto Conditions, B. General Conditions, Other Insurance 5.d. 3. AUTOS RENTED BY EMPLOYEES Any "auto" hired or rented by your "employee" on your behalf and at your direction will be considered an "auto" you hire. The SECTION IV- Business Auto Conditions, B. General Conditions, 5. OTHER INSURANCE Condition is amended by adding the following: e. If an "employee's" personal insurance also applies on an excess basis to a covered "auto" hired or rented by your "employee" on your behalf and at your direction, this insurance will be primary to the "employee's" personal insurance. Page 2 of 5 Form HA 99 16 12 21 Policy Number: 61UEADL1933 Effective Date: 12/31/2023- 12/31/2024 4. AMENDED FELLOW EMPLOYEE EXCLUSION EXCLUSION 5. - FELLOW EMPLOYEE - of SECTION II - LIABILITY COVERAGE does not apply if you have workers' compensation insurance in -force covering all of your "employees". Coverage is excess over any other collectible insurance. 5. HIRED AUTO PHYSICAL DAMAGE COVERAGE If hired "autos" are covered "autos" for Liability Coverage and if Comprehensive, Specified Causes of Loss, or Collision coverages are provided under this Coverage Form for any "auto" you own, then the Physical Damage Coverages provided are extended to "autos" you hire or borrow, subject to the following limit. The most we will pay for "loss" to any hired "auto" is: (1) $100,000; (2) The actual cash value of the damaged or stolen property at the time of the "loss"; or (3) The cost of repairing or replacing the damaged or stolen property, whichever is smallest, minus a deductible. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. No deductible applies to "loss" caused by fire or lightning. Hired Auto Physical Damage coverage is excess over any other collectible insurance. Subject to the above limit, deductible and excess provisions, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. We will also cover loss of use of the hired "auto" if it results from an "accident", you are legally liable and the lessor incurs an actual financial loss, subject to a maximum of $1000 per "accident". This extension of coverage does not apply to any "auto" you hire or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. 6. PHYSICAL DAMAGE - ADDITIONAL TEMPORARY TRANSPORTATION EXPENSE COVERAGE Paragraph A.4.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is amended to provide a limit of $50 per day and a maximum limit of $1,000. 7. LOANILEASE GAP COVERAGE Under SECTION Ill - PHYSICAL DAMAGE COVERAGE, in the event of a total "loss" to a covered "auto", we will pay your additional legal obligation for any difference between the actual cash value of the "auto" at the time of the "loss" and the "outstanding balance" of the loan/lease. "Outstanding balance" means the amount you owe on the loan/lease at the time of "loss" less any amounts representing taxes; overdue payments; penalties, interest or charges resulting from overdue payments; additional mileage charges; excess wear and tear charges; lease termination fees; security deposits not returned by the lessor; costs for extended warranties, credit life Insurance, health, accident or disability insurance purchased with the loan or lease; and carry-over balances from previous loans or leases. 8. AIRBAG COVERAGE Under Paragraph B. EXCLUSIONS - of SECTION III - PHYSICAL DAMAGE COVERAGE, the following is added: The exclusion relating to mechanical breakdown does not apply to the accidental discharge of an airbag. 9. ELECTRONIC EQUIPMENT - BROADENED COVERAGE a. The exceptions to Paragraphs BA - EXCt_USIONS - of SECTION III - PHYSICAL DAMAGE COVERAGE are replaced by the following: Exclusions 4.c. and 4.d. do not apply to equipment designed to be operated solely by use of the power from the "auto's" electrical system that, at the time of "loss", is: (1) Permanently installed in or upon the covered "auto"; (2) Removable from a housing unit which is permanently installed in or upon the covered "auto"; (3) An integral part of the same unit housing any electronic equipment described in Paragraphs (1) and (2) above; or (4) Necessary for the normal operation of the covered "auto" or the monitoring of the covered "auto's" operating system. b. Section III, Physical Damage Coverage, Limit of Insurance, Paragraph C.2, is amended to add the following: $1,500 is the most we will pay for "loss" in any one "accident" to all electronic equipment (other than equipment designed solely for the reproduction of sound, and accessories used with such equipment) that reproduces, receives or transmits audio, visual or data signals which, at the time of "loss", is: Form HA 99 16 12 21 Page 3 of 5 Policy Number: 61UEADL1933 Effective Date: 12/31/2023- 12/31/2024 (1) Permanently installed in or upon the covered "auto" in a housing, opening or other location that is not normally used by the "auto" manufacturer for the installation of such equipment; (2) Removable from a permanently installed housing unit as described in Paragraph 2.a. above or is an integral part of that equipment; or (3) An integral part of such equipment. c. For each covered "auto", should loss be limited to electronic equipment only, our obligation to pay for, repair, return or replace damaged or stolen electronic equipment will be reduced by the applicable deductible shown in the Declarations, or $250, whichever deductible is less. 10.EXTRA EXPENSE - BROADENED COVERAGE Under Paragraph A. - COVERAGE - of SECTION III - PHYSICAL DAMAGE COVERAGE, we will pay for the expense of returning a stolen covered "auto" to you. 11. GLASS REPAIR -WAIVER OF DEDUCTIBLE Under Paragraph D. - DEDUCTIBLE - of SECTION III - PHYSICAL DAMAGE COVERAGE, the following is added: No deductible applies to glass damage if the glass is repaired rather than replaced. 12. TWO OR MORE DEDUCTIBLES Under Paragraph D. - DEDUCTIBLE - of SECTION III - PHYSICAL DAMAGE COVERAGE, the following is added: If another Hartford Financial Services Group, Inc. company policy or coverage form that is not an automobile policy or coverage form applies to the same "accident", the following applies: (1) If the deductible under this Business Auto Coverage Form is the smaller (or smallest) deductible, it will be waived; (2) If the deductible under this Business Auto Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. 13. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS The requirement in LOSS CONDITIONS 2.a. - DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS - of SECTION IV - BUSINESS AUTO CONDITIONS that you must notify us of an "accident" applies only when the "accident" is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) A member, if you are a limited liability company; or (4) An executive officer or insurance manager, if you are a corporation. 14. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. 15. HIRED AUTO - COVERAGE TERRITORY SECTION IV, BUSINESS AUTO CONDITIONS, PARAGRAPH B. GENERAL CONDITIONS, 7. - POLICY PERIOD, COVERAGE TERRITORY - is added to include the following: (6) For short-term hired "autos", the coverage territory with respect to Liability Coverage is anywhere in the world provided that if the "insured's" responsibility to pay damages for "bodily injury" or "property damage" is determined in a "suit," the "suit" is brought in the United States of America, the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to. 16. WAIVER OF SUBROGATION Paragraph 5. TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - of SECTION IV - BUSINESS AUTO CONDITIONS A. Loss Conditions is amended by adding the following: We waive any right of recovery we may have against any person or organization with whom you have a written contract that requires such waiver because of payments we make for damages under this Coverage Form. 17. RESULTANT MENTAL ANGUISH COVERAGE The definition of "bodily injury" in SECTION V- DEFINITIONS, C. is replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by any person, including mental anguish or death resulting from any of these. 18. EXTENDED CANCELLATION CONDITION Paragraph 2. of the COMMON POLICY CONDITIONS - CANCELLATION - applies except as follows: If we cancel for any reason other than nonpayment of premium, we will mail or deliver to the first Named Insured written notice of cancellation at least 60 days before the effective date of cancellation. Page 4 of 5 Form HA 99 16 12 21 Policy Number: 61UEADL1933 Effective Date: 12/31/2023 - 12/31/2024 19. HYBRID, ELECTRIC, OR NATURAL GAS VEHICLE PAYMENT COVERAGE In the event of a total loss to a "non -hybrid" auto for which Comprehensive, Specified Causes of Loss, or Collision coverages are provided under this Coverage Form, then such Physical Damage Coverages are amended as follows: a. if the auto is replaced with a "hybrid" auto or an auto powered solely by electricity or natural gas, we will pay an additional 10%, to a maximum of $2,500, of the "non -hybrid" auto's actual cash value or replacement cost, whichever is less, b. The auto must be replaced and a copy of a bill of sale or new lease agreement received by us within 60 calendar days of the date of "loss," c. Regardless of the number of autos deemed a total loss, the most we will pay under this Hybrid, Electric, or Natural Gas Vehicle Payment Coverage provision for any one "loss" is $10,000. For the purposes of the coverage provision, a. A "non -hybrid" auto is defined as an auto that uses only an internal combustion engine to move the auto but does not include autos powered solely by electricity or natural gas. A "hybrid" auto is defined as an auto with an internal combustion engine and one or more electric motors; and that uses the internal combustion engine and one or more electric motors to move the auto, or the internal combustion engine to charge one or more electric motors, which move the auto. 20. VEHICLE WRAP COVERAGE In the event of a total loss to an "auto" for which Comprehensive, Specified Causes of Loss, or Collision coverages are provided under this Coverage Form, then such Physical Damage Coverages are amended to add the following: In addition to the actual cash value of the "auto", we will pay up to $1,000 for vinyl vehicle wraps which are displayed on the covered "auto" at the time of total loss. Regardless of the number of autos deemed a total loss, the most we will pay under this Vehicle Wrap Coverage provision for any one "loss" is $5,000. For purposes of this coverage provision, signs or other graphics painted or magnetically affixed to the vehicle are not considered vehicle wraps. Form HA 99 16 12 21 Page 5 of 5 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT Policy Number: 61WEAARIGST Endorsement Number: Effective Date: 12131/2023 Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address: EAGLE CONTRACTING LP 11750 KATY FWY STE 500 HOUSTON TX 77079 This endorsement applies only to the insurance provided respect to bodily injury arising out of the operations by the policy because Texas is shown in Item 3.A. of the described in the Schedule where you are required by a Information Page. written contract to obtain this waiver from us. We have the right to recover our payments from anyone This endorsement shall not operate directly or indirectly liable for an injury covered by this policy. We will not to benefit anyone not named in the Schedule. enforce our right against the person or organization The premium for this endorsement is shown in the named in the Schedule, but this waiver applies only with Schedule. Schedule 1. () Special Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas Operations 3. Premium: The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Form WC 42 03 04 B Printed in U.S.A. Process Date: 12/23/22 Policy Expiration Date: 12/31/23 Policy Number: US00045092LI23A Effective Date: 12/31/2023- 12/31/2024 COMMERCIAL EXCESS FOLLOW FORM AND UMBRELLA LIABILITY POLICY VARIOUS PROVISIONS IN THIS POLICY RESTRICT COVERAGE. READ THE ENTIRE POLICY CAREFULLY TO DETERMINE YOUR RIGHTS, DUTIES AND WHAT IS AND WHAT IS NOT COVERED. THIS POLICY IS INCOMPLETE UNLESS THE DECLARATIONS AND ALL APPLICABLE FORMS AND ENDORSEMENTS ARE ATTACHED. THROUGHOUT THIS POLICY THE WORDS "YOU" AND "YOUR" REFER TO THE NAMED INSURED SHOWN IN DECLARATIONS ITEM 1 AND ANY OTHER PERSON OR ORGANIZATION QUALIFYING AS A NAMED INSURED UNDER THIS POLICY. THE WORDS "WE", "US", AND "OUR" REFER TO THE COMPANY PROVIDING THIS INSURANCE. WORDS AND PHRASES THAT APPEAR IN BOLD HAVE SPECIAL MEANING AND ARE DEFINED IN SECTION VI - DEFINITIONS. INSURING AGREEMENTS In consideration of the payment of premium, and subject to the terms, definitions, conditions and limitations of this policy, including any endorsements or amendments thereto, we agree with the named insured as follows: (A) Insuring Agreement A - Excess Follow Form Liability (1) We will pay on behalf of the insured, subject to Section IV. Limits of Insurance, those amounts the insured becomes legally obligated to pay as damages in excess of the scheduled underlying insurance as a result of a claim covered by the scheduled underlying insurance, but only if the scheduled underlying insurance has been exhausted by the actual payment of loss to which this policy applies. (2) Coverage under this Insuring Agreement A shall follow the terms, definitions, conditions and limitations of the scheduled underlying insurance, subject to the policy period, Limits of Insurance, premium, and any contrary provisions contained in this policy. However, this Insuring Agreement A will not apply to any disaster response expense as described in Insuring Agreement C, even if such insurance is covered by the scheduled underlying insurance or would have been but for the exhaustion of the scheduled underlying insurance. (3) If we are prevented by law or statute from making payment on the insured's behalf under Insuring Agreement A, we will indemnify the insured for those sums otherwise payable hereunder. (B) Insuring Agreement B - Umbrella Liability Over Self -insured Retention (1) We will pay on behalf of the insured, subject to Section IV. Limits of Insurance, those amounts not covered by the scheduled underlying insurance that the insured becomes legally obligated to pay as damages in excess of the self -insured retention because of bodily injury, property damage (including liability assumed by the insured under an insured contract) or personal and advertising injury taking place anywhere in the world and caused by an occurrence during the policy period. (2) The coverage provided by Insuring Agreement B will not apply to damages that would have been covered by the scheduled underlying insurance but for its exhaustion by the payment of loss. (3) The coverage provided by Insuring Agreement B will not apply to any damages covered by Insuring Agreement A, or arising out of subjects of insurance or exposures to loss for which this policy requires the scheduled underlying insurance to be maintained. XCU 050 0811 O 2011 X.L. America, Inc. All Rights Reserved. Page 2 of 26 May not be copied without permission. Includes copyrighted material of Insurance Services Offices, Inc., with its permission. Policy Number: US00045092LI23A Effective Date: 1213112023- 12/31/2024 (3) If we and the insured disagree on whether a disaster event has occurred, the insured's right of reimbursement under Insuring Agreement C shall be arbitrated pursuant to the rules of the American Arbitration Association for the state shown in Declarations Item 1. (4) Payment by us of disaster response expenses will not determine or be evidence of our rights or obligations under Insuring Agreement A or B. (5) Payment by us of disaster response expenses will not oblige us to assume any duty to control the investigation, settlement or defense of any claim or suit that might arise from a covered disaster event. WHO IS AN INSURED (A) The following are insureds under Insuring Agreement A: (1) The named insured. (2) Any person or organization qualifying as an insured under the scheduled underlying insurance, but for no broader coverage than would be afforded to such person or organization by the scheduled underlying insurance. A The following are insureds under Insuring Agreements B and C: (1) The named insured. (2) Any person or organization, other than an employee or volunteer worker, while such person or organization is acting as your real estate manager. (3) Your legal representative if you die, but only with respect to his or her duties as such. (4) Your employees, but only for acts within the scope of their employment by you, or while performing duties related to the conduct of your business. (5) Your volunteer workers, but only while performing duties related to the conduct of your business. (6) If you are designated in the Declarations as an individual, then your spouse, but only with respect to the conduct of a business of which you are the sole owner. (7) If you are designated in the Declarations as a partnership or joint venture, your partners and their spouses, but only with respect to the conduct of your business. (8) If you are designated in the Declarations as a limited liability company, your members, but only with respect to the conduct of your business, and your managers, but only with respect to their duties as such. (9) If you are designated in the Declarations as an organization other than a partnership, joint venture or limited liability company, your executive officers and directors, but only with respect to their duties as such. Your stockholders are also insureds, but only with respect to their liability as stockholders. (10) If you are designated in the Declarations as a trust, your trustees, but only with respect to their duties as such. (11) Any organization in which you maintain an interest of more than fifty percent (50%) as of the effective date of this policy. XCU 050 0811 O 2011 X.L. America, Inc. All Rights Reserved. Page 4 of 26 May not be copied without permission. Includes copyrighted material of Insurance Services Offices, Inc., with its permission. Policy Number: US00045092LI23A Effective Date: 12/31/2023- 12/31/2024 (d) Assist us in the enforcement of any right against any person or organization that may be liable to the insured because of injury or damage to which this insurance may also apply. (e) Written notice should be mailed to the following address: XL Group PO Box 614002 Orlando, FL 32861-4002 Email: naiDroocasclaimnewnotices@xlaroui).com (3) No insured will, except at their own cost, voluntarily make a payment, assume any obligation or incur any expense, other than for first aid, without our expressed consent. (J) Headings The descriptions in the headings and sub -headings of this policy are solely for convenience, and form no part of the terms and conditions of coverage. (K) Inspection We or our duly authorized agent have the right, but not the duty, to: (1) Make inspections and surveys of the insured's premises and operations at any time. (2) Recommend changes. (3) Conduct loss control and prevention activity. Such inspections, surveys, reports, or recommendations are for our benefit and relate to insurability of the risk and the premium to be charged for this policy, and do not constitute a representation or warranty that the insured's premises, operations or conditions are safe or healthy, or comply with applicable laws, regulations or codes. (L) Maintenance of Underlying Insurance During the policy period you agree: (1) To keep scheduled underlying insurance in full force and effect (2) That the terms, definitions, conditions and exclusions of scheduled underlying insurance will not materially change. (3) That the policy limits for the scheduled underlying insurance shall not decrease, except for any reduction or exhaustion of aggregate limits by payment of loss. (4) That the coverage of any renewals or replacements of scheduled underlying insurance will be no less broad than, and carry limits of insurance equal to or greater than, the policy being renewed or replaced. If you fail to comply with these requirements, we will be liable only to the same extent that we would have been if you fully complied with these requirements. (M) Otherinsurance XCU 050 0811 @ 2011 X.L. America, Inc. All Rights Reserved. Page 24 of 26 May not be copied without permission. Includes copyrighted material of Insurance Services Offices, Inc., with its permission. Policy Number: US00045092LI23A Effective Date: 12/31/2023 - 12/31/2024 If other insurance applies to damages covered by this policy, this policy will apply excess of such other insurance. However, this provision will not apply: (1) If the other insurance is written to be excess of this policy (2) With respect to Insuring Agreement A only, if you have agreed in a written contract with another person or organization that this policy shall be primary and non-contributory with such other person or entity's coverage, but only with respect to damages arising out of insured operations or work on your behalf performed under such written contract. When this Paragraph (2) applies, the coverage available to the other person or organization will be the lesser of the policy's Limits of Insurance or the minimum limits required by such written contract. In that case, other insurance of that person or organization will apply as excess and not contribute prior to the insurance afforded by this policy. (3) Nothing in this Condition (M) shall make this policy subject to the terms, conditions and limitations of such other insurance. (N) Premium (1) The first named insured shall be responsible for payment of all premiums when due. (2) The premium for this policy shall be computed on the basis set forth in Declarations Item 6. At the beginning of the policy period, the first named insured must pay us the Premium shown in Declarations Item 6. (3) When this policy expires or is cancelled, we will compute the earned premium for the time this policy was in force. If this policy is subject to audit adjustment, the actual exposure base will be used to compute the earned premium. If the earned premium is greater than the original premium paid, you will promptly pay us the difference. If the earned premium is less than the original premium paid, we will return the difference to you. But in any event, we shall retain the Minimum Premium as shown in Declarations Item 6 for each twelve (12) months of the policy period. (0) Separation of Insureds Except with respect to the Limits of Insurance of this policy and rights or duties specifically assigned to you, this insurance applies as if each insured were the only insured, and separately to each insured against whom claim is made or suit is brought. (P) Transfer of Rights of Recovery (1) If any insured has the right to recover all or part of any payment we have made under this policy, those rights are transferred to us. You must do nothing after loss to impair these rights and must help us enforce them. If, prior to the time of an occurrence, you and the insurer of scheduled underlying insurance waive any right of recovery against a specific person or organization for injury or damage as required under an insured contract, we also will waive any rights it may have against such person or organization. (2) Any recoveries shall be applied as follows: (a) Any person or organization, including you, that has paid an amount in excess of the applicable Limits of Insurance of this policy will be reimbursed first. XCU 050 0811 O 2011 X.L. America, Inc. All Rights Reserved. Page 25 of 26 May not be copied without permission. Includes copyrighted material of Insurance Services Offices, Inc., with its permission. TRAVELERS! IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty and Surety Comuanv_ of America , for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street, W. Tower, Suite 2900 Philadelphia, PA 19102 1-800-328-2189 You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 Definitions and Terminology.......................................................................................................... I 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2 — Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time; Notice to Proceed................................................................ 7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................ 8 2.05 Preconstruction Conference.......................................................................................................... 8 2.06 Public Meeting.............................................................................................................................. 8 2.07 Initial Acceptance of Schedules.................................................................................................... 8 Article 3 — Contract Documents: Intent, Amending, Reuse............................................................................ 8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies....................................................................................... 9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................ I I Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions .............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points......................................................................................................................... 14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5 — Bonds and Insurance......................................................... 5.01 Licensed Sureties and Insurers ....................................... 5.02 Performance, Payment, and Maintenance Bonds............ 5.03 Certificates of Insurance ................................................. 5.04 Contractor's Insurance .................................................... 5.05 Acceptance of Bonds and Insurance; Option to Replace Article 6 — Contractor's Responsibilities ........................................ 6.01 Supervision and Superintendence ............................... CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS ............................................................16 ...........................................................16 ...........................................................16 ...........................................................16 ...........................................................18 ...........................................................19 ..................................................19 ..................................................19 VCWRF Primary Clarifier Improvements City Project No. 103295 6.02 Labor; Working Hours................................................................................................................ 20 6.03 Services, Materials, and Equipment........................................................................................... 20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and "Or-Equals"....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties........................................................................................................... 26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations................................................................................................................. 27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas....................................................................................................... 28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection.................................................................................................................. 29 6.15 Safety Representative.................................................................................................................. 30 6.16 Hazard Communication Programs............................................................................................. 30 6.17 Emergencies and/or Rectification............................................................................................... 30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work................................................................................................................... 32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification......................................................................................................................... 33 6.22 Delegation of Professional Design Services.............................................................................. 34 6.23 Right to Audit.............................................................................................................................. 34 6.24 Nondiscrimination.......................................................................................................................35 Article 7 - Other Work at the Site................................................................................................................... 35 7.01 Related Work at Site................................................................................................................... 35 7.02 Coordination................................................................................................................................36 Article 8 - City's Responsibilities................................................................................................................... 36 8.01 Communications to Contractor................................................................................................... 36 8.02 Furnish Data................................................................................................................................ 36 8.03 Pay When Due............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals.............................................................................................. 36 8.07 Limitations on City's Responsibilities....................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program............................................................................................... 37 Article 9 - City's Observation Status During Construction........................................................................... 37 9.01 City's Project Manager............................................................................................................ 37 9.02 Visits to Site................................................................................................................................ 37 9.03 Authorized Variations in Work.................................................................................................. 38 9.04 Rejecting Defective Work.......................................................................................................... 38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 Article 10 - Changes in the Work; Claims; Extra Work ... 10.01 Authorized Changes in the Work .................. 10.02 Unauthorized Changes in the Work .............. 10.03 Execution of Change Orders .......................... 10.04 Extra Work ..................................................... 10.05 Notification to Surety ..................................... 10.06 Contract Claims Process ................................ ......................................................................... 38 ......................................................................... 38 ......................................................................... 39 ......................................................................... 39 ......................................................................... 39 ......................................................................... 39 ......................................................................... 40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ...................... 41 11.01 Cost of the Work......................................................................................................................... 41 11.02 Allowances.................................................................................................................................. 43 11.03 Unit Price Work.......................................................................................................................... 44 11.04 Plans Quantity Measurement...................................................................................................... 45 Article 12 - Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................ 46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects........................................................................................................................ 48 13.02 Access to Work........................................................................................................................... 48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................ 50 13.07 Correction Period........................................................................................................................ 50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 City May Correct Defective Work............................................................................................. 51 Article 14 - Payments to Contractor and Completion.................................................................................... 52 14.01 Schedule of Values...................................................................................................................... 52 14.02 Progress Payments...................................................................................................................... 52 14.03 Contractor's Warranty of Title................................................................................................... 54 14.04 Partial Utilization........................................................................................................................ 55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment.............................................................................................................................. 56 14.08 Final Completion Delayed and Partial Retainage Release........................................................ 56 14.09 Waiver of Claims........................................................................................................................ 57 Article 15 - Suspension of Work and Termination .............. 15.01 City May Suspend Work ................................... 15.02 City May Terminate for Cause ......................... 15.03 City May Terminate for Convenience .............. ................................................................ 57 ................................................................ 57 ................................................................ 58 ............................................................... 60 CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS VCWRF Primary Clarifier Improvements City Project No. 103295 Article 16 — Dispute Resolution...................................................................................................................... 61 16.01 Methods and Procedures.............................................................................................................61 Article17 — Miscellaneous.............................................................................................................................. 62 17.01 Giving Notice.............................................................................................................................. 62 17.02 Computation of Times................................................................................................................ 62 17.03 Cumulative Remedies................................................................................................................. 62 17.04 Survival of Obligations............................................................................................................... 63 17.05 Headings......................................................................................................................................63 This page intentionally left blank. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 1 of 64 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terns A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 2 of 64 12. Change Order —A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract —The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents —Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price —The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor —The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 3 of 64 24. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 4 of 64 37. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 38. General Requirements —Sections of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 42. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award —The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs —Polychlorinated biphenyls. 48. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 49. Plans — See definition of Drawings. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 5 of 64 50. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 51. Project —The Work to be performed under the Contract Documents. 52. Project Manager —The authorized representative of the City who will be assigned to the Site. 53. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 57. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 60. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 61. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 6 of 64 62. Submittals —All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Substantial Completion — The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69 Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 7 of 64 B. Intent of Certain Terms or Adjectives: 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 8 of 64 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 9 of 64 narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of thesection. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 10 of 64 Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 11 of 64 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving parry. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring parry makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 12 of 64 legal title and legal description of the lands upon which the Work is to be performed. C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 13 of 64 therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if- 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.• 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 14 of 64 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 15 of 64 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 16 of 64 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 17 of 64 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 18 of 64 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverages and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 19 of 64 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 20 of 64 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 21 of 64 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named i£ a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 22 of 64 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 23 of 64 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 24 of 64 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 25 of 64 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 26 of 64 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a parry in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 27 of 64 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 28 of 64 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 29 of 64 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 30 of 64 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 31 of 64 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 32 of 64 6.19 6.20 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 33 of 64 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS iNDEMNiFiCATiON PROVISION iS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 34 of 64 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 35 of 64 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title V1, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a parry to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 36 of 64 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 37 of 64 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 38 of 64 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 39 of 64 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 40 of 64 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 41 of 64 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included.- The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 42 of 64 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 43 of 64 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0 LA. I or specifically covered by Paragraph 11.0I .A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 44 of 64 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if. 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 45 of 64 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The parry to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 46 of 64 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0l.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0l.A.4 and 11.0l.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 47 of 64 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0I.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 48 of 64 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 49 of 64 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 50 of 64 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 51 of 64 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 52 of 64 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as described in subsection C. unless otherwise stipulated in the Contract Documents. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 53 of 64 B. Review ofApplications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor; or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective or completed Work has been damaged by the Contractor or subcontractors requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 54 of 64 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement will be assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 55 of 64 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any part of the Work which has specifically been identified in the Contract Documents, or which City determines constitutes a separately functioning and usable part of the Work that can be used for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is Substantially Complete in accordance with the Contract Documents: 1. Within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective ("Punch List Items"). Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification to the City of Substantial Completion and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 56 of 64 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 57 of 64 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 58 of 64 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 59 of 64 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 60 of 64 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 61 of 64 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 62 of 64 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other parry to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other parry of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving parry. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 72 00 - 1 GENERAL CONDITIONS Page 63 of 64 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 73 00 - 1 SUPPLEMENTARY CONDITIONS SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions Page 1 of 7 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-1.01. "Defined Terms" Add Definition: A. E-Builder — Citv's on-line. electronic document manaeement and collaboration system. B. Consultant — CDM Smith Inc.. 801 Cherry Street, Unit 33, Suite 1820, Fort Worth, Texas 76102 C. Substantial Completion — The date at which the Work (or a specified Dart thereof) has progressed to the Doint where. in the opinion of the City. the Work (or a specified Dart thereof) is sufficiently complete, in accordance with the Aereement and all Contract Documents. so that the Work (or a specified Dart thereof) can be utilized for the Durposes for which it is intended. Final Operation & Maintenance Manuals have been aDDroved. Equipment Testing and Startup has been completed, and Operation & Maintenance Staff trainine has been completed, and field Derformance testine has been completed and aDDroved. The terms "substantiallv complete" and "substantially completed" as aDDlied to all or Dart of the Work refer to Substantial Completion thereof. SC-3.03B.2, "Resolving Discrepancies." Plans govern over Specifications and Specifications shall govern over standard details. SC-4.01 A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of June 2024: None CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 73 00 - 2 SUPPLEMENTARY CONDITIONS Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL NUMBER 1N011 Page 2 of 7 TARGET DATE OF POSSESSION The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated. The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of June 2024 EXPECTED OWNER None .................................................................................._ UTILITY AND LOCATION TARGET DATE OF ADJUSTMENT The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. All relocations for this Project shall be done by the Contractor. Known utility relocations are identified with the Contract Documents. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: See Appendix 4.02.1 for Geotechnical Data Report, dated May 31, 2024. prepared by CDM Smith Inc., a consultant of the City, providing additional information on subsurface conditions. See Appendix 4.02.2 for Subsurface Utility Engineering summary of test hole information and coordinates. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: See Appendix 4.02.3 for VCWRF Primary Clarifier Improvements Project Historical Drawings SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: See Appendix 4.06.1 for Lead Inspection Report See Appendix 4.06.2 for Asbestos Inspection Report CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 7 SC-4.06G., "Hazardous Environmental Conditions at Site" On the first sentence of the paragraph, add the following words after the word "City": "and its Consultant". SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: CDM Smith Inc. (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of. $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 73 00 - 4 SUPPLEMENTARY CONDITIONS Page 4 of 7 SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks: None The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.041) of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract $Confirm Limits with Railroad $Confirm Limits with Railroad X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at - grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 7 The insurance specified above must be carried until all Work to be performed on the railroad right -of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.05D., "Special Guarantee" On the second sentence of the paragraph, add the following words after the word "City"; "and it's Consultant." SC-6.07., "Duty to pay Prevailing Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: GC-6.07 - 2013 Prevailing Wage Rates (Heavy and Highway Construction Projects) GC-6.07 - 2013 Prevailing Wage Rates (Commercial Construction Projects) TWDB David Bacon Prevailing Wage Rates — Heavy Construction TWDB Davis Bacon Prevailing Wage Rates — Building Construction If there is a conflict between City prevailing wage rates and Davis Bacon wage rates, the higher value shall prevail. SC-6.08B., "Patent Fees and Royalties" One the first sentence of the paragraph, add the following words after the word "City"; "and it's Consultant". SC-6.09., "Permits and Utilities." SC-6.09A., "Contractor obtained permits and licenses." The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1. The City has applied for the building permits for this project. The Contractor shall coordinate with the Pre -Development Department prior to construction of the project. 2. Contractor shall submit to Engineer a Storm Water Pollution Prevention Plan to obtain Grading Permit as part of the Building Permit (as required). SC-6.09B. "City obtained permits and licenses." The following are known permits and/or licenses required by the Contract to be acquired by the City: None SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of June 2024: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 7 OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-6.12A.4., "Limitation on Use of Site and Other Areas" On the first sentence of the paragraph, add the following words after the word "City"; "and its Consultant". SC-6.21A., "Indemnification" On the first sentence of the paragraph, add the following words after the word "employees"; "and its Consultant". SC-6.21B., "Indemnification" On the first sentence of the paragraph, add the following words after the word "employees"; "and its Consultant". SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority VCWRF Digester Cleaning City SC-8.01, "Communications to Contractor" Contractor shall coordinate laydown space, project site access, and schedule with other construction contracts listed in SC-7.02 above. SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Farida Goderya, PhD, P.E., or his/her successor pursuant to written notification from the Director of Water Department. SC-9.01., "City's Project Representative" The following firm is a Consultant to the City responsible for the construction management of this Project: CDM Smith Inc. 801 Cherry Street, Unit #33, Suite 1820 Fort Worth, Texas 76102 SC-13.03C., "Tests and Inspections" None SC-14.10. "Substantial Completion" CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 007300-7 SUPPLEMENTARY CONDITIONS Page 7 of 7 Add the following Section as follows: 14.10 Substantial Completion A. The Pro iect shall be considered substantially complete after final Operation & Maintenance Manuals have been approved, EauiDment Testing and Startup has been completed, Operation & Maintenance Staff training_ has been com_leted, and field _performance testing_ has been completed and aDDroved. B. When Contractor considers the entire Work sufficiently complete. in accordance with the Contract Documents and this Agreement, such that the City ma imlement or use the Work for its intended Durpose. Contractor shall notify_ the City in writing that the entire Work is substantially complete and reauest that the City issue a letter of Substantial Completion. Contractor shall at the same time submit to the City an initial draft Dunch list to be com_leted or corrected before final acceptance. C. PromDtly after Contractor's notification, City and Contractor shall make an inspection of the Work to determine the status of completion. If City does not consider the Work substantially_ complete, City will notifv Contractor in writing giving the reasons therefore. D. If City considers the Work substantially complete. City will deliver to Contractor a letter of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the Letter of Substantial Com_letion a list of items to be com_leted or corrected before Final Acceptance. E. At the time of receipt of the letter of Substantial Completion. City and Contractor will confer regarding Citv's use or occuDancv of the Work following Substantial Com_letion. All surety and insurance shall remain in effect until Final Payment. F. After Substantial Completion, the Contractor shall DromDtly begin work on the Dunch list of items to be completed or corrected prior to Final Acceptance. In appropriate cases, Contractor may submit monthly ADDlications for Payment for completed _Dunch list items, following_ the progress Davment Drocedures set forth herein. SC-16.01C.1, "Methods and Procedures" None END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 THIS PAGE INTENTIONALLY LEFT BLANK. 00 74 00 TWDB SUPPLEMENTAL CONDITIONS ARTICLE 1: SUPERSESSION 1.01 The Owner and the Contractor agree that these Texas Water Development Board (TWDB) Supplemental Conditions apply to that work eligible for Texas Water Development Board assistance to be performed under this contract and these clauses supersede any conflicting provisions of this contract. ARTICLE 2: PRIVITY OF CONTRACT 2.01 Funding for this project is expected to be provided in part by the Texas Water Development Board. Neither the State of Texas, nor any of its departments, agencies or employees is, or will be, a party to this contract or any lower tier contract. This contract is subject to applicable provisions 31 TAC Chapters 358, 363, and 375 in effect on the date of the assistance award for this project. ARTICLE 3: DEFINITIONS 3.01 The term "Owner" means the local entity contracting for the construction services. 3.02 The term "TWDB" means the Executive Administrator of the Texas Water Development Board, or other person who may be at the time acting in the capacity or authorized to perform the functions of such Executive Administrator, or the authorized representative thereof. 3.03 The term "Engineer" means the engineer the Owner has authorized to work on the project. ARTICLE 4: LAWS TO BE OBSERVED 4.01 In the execution of the Contract, the Contractor must comply with all applicable Local, State and Federal laws, including but not limited to laws concerned with labor, safety, minimum wages, and the environment. The Contractor shall make himself familiar with and at all times shall observe and comply with all Federal, State, and Local laws, ordinances and regulations which in any manner affect the conduct of the work, and shall indemnify and save harmless the Owner, Texas Water Development Board, and their representatives against any claim arising from violation of any such law, ordinance or regulation by the Contractor, their Subcontractor or their employees. ARTICLE 5: REVIEW BY OWNER AND TWDB 5.01 The Owner, authorized representatives and agents of the Owner, and TWDB shall, at all times have access to and be permitted to observe and review all work, materials, equipment, payrolls, personnel records, employment conditions, material invoices, and other relevant data and records pertaining to this Contract, provided, however that all instructions and approval with respect to the work will be given to the Contractor only by the Owner through authorized representatives or agents. 5.02 Any such inspection or review by the TWDB shall not subject the State of Texas, or its representatives, to any action for damages. TWDB Supplemental Conditions 00 74 00 - 1 VCWRF Primary Clarifier Improvements ARTICLE 6: PERFORMANCE AND PAYMENT BONDS 6.01 Each Contractor awarded a construction contract must furnish performance and payment bonds: A. The performance bond shall include without limitation guarantees that work done under the contract will be completed and performed according to approved plans and specifications and in accordance with sound construction principles and practices; B. The performance and payment bonds shall be in a penal sum of not less than 100 percent of the contract price and remain in effect for one year beyond the date of approval by the Engineer of the political subdivision; and C. The Contractor shall utilize a surety company which is authorized to do business in Texas in accordance with Surety Bonds and Related Instruments, Chapter 3503 of the Insurance Code. ARTICLE 7: PAYMENT SCHEDULE AND COST BREAKDOWN 7.01 The Contractor shall submit for approval immediately after execution of the Agreement, a carefully prepared Progress Schedule, showing the proposed dates of starting and completing each of the various sections of the work, the anticipated monthly payments to become due to the Contractor, and the accumulated percent of progress each month. 7.02 The following paragraph applies only to contracts awarded on a lump sum contract price: A. COST BREAKDOWN - The Contractor shall submit to the Owner a detailed breakdown of the estimated cost of all work to be accomplished under the contract, arranged and itemized as to meet the approval of the Owner or funding agencies. This breakdown shall be submitted promptly after execution of the agreement and before any payment is made to the Contractor for the work performed under the contract. After approval by the Owner the unit prices established in the breakdown shall be used in estimating the amount of partial payments to be made to the Contractor. ARTICLE 8: WORKMAN'S COMPENSATION INSURANCE COVERAGE (AS APPLICABLE, CONSISTENT WITH TEXAS LABOR CODE § 406.096) 8.01 The Contractor shall certify in writing that the Contractor provides workers' compensation insurance coverage for each employee of the Contractor employed on the public project. 8.02 Each Subcontractor on the public project shall provide such a certificate relating to coverage of the Subcontractor's employees to the general Contractor, who shall provide the Subcontractor's certificate to the governmental entity. 8.03 A Contractor who has a contract that requires workers' compensation insurance coverage may provide the coverage through a group plan or other method satisfactory to the governing body of the governmental entity. 8.04 The employment of a maintenance employee by an employer who is not engaging in building or construction as the employer's primary business does not constitute engaging in building or construction. TWDB Supplemental Conditions 00 74 00 - 2 VCWRF Primary Clarifier Improvements A. "Building or construction" includes: erecting or preparing to erect a structure, including a building, bridge, roadway, public utility facility, or related appurtenance; remodeling, extending, repairing, or demolishing a structure; or otherwise improving real property or an appurtenance to real property through similar activities. B. "Governmental entity" means this state or a political subdivision of this state. The term includes a municipality. ARTICLE 9: AMERICAN IRON AND STEEL 9.01 The following statement must be completed by the Contractor and made a part of the agreement between the Owner and the Contractor: The Contractor acknowledges to and for the benefit of the Owner ("Purchaser") and the Texas Water Development Board (TWDB) that it understands the goods and services under this Agreement are being funded with monies made available by the Clean Water State Revolving Fund and/or Drinking Water State Revolving Fund that have statutory requirements commonly known as "American Iron and Steel" that requires all of the iron and steel products used in the project to be produced in the United States ("American Iron and Steel Requirement") including iron and steel products provided by the Contactor pursuant to this Agreement. The Contractor hereby represents and warrants to and for the benefit of the Owner and the TWDB that (a) the Contractor has reviewed and understands the American Iron and Steel Requirement, (b) all of the iron and steel products used in the project will be and/or have been produced in the United States in a manner that complies with the American Iron and Steel Requirement, unless a waiver of the requirement is approved, and (c) the Contractor will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the American Iron and Steel Requirement, as may be requested by the Owner or the TWDB. Notwithstanding any other provision of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Owner to enforce this Agreement and recover as damages against the Contractor any loss, expense, or cost (including without limitation attorney's fees) incurred by the Owner resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part, from the TWDB or any damages owed to the TWDB by the Owner). While the Contractor has no direct contractual privity with the TWDB, as a lender to the Owner for the funding of its project, the Owner and the Contractor agree that the TWDB is a third -party beneficiary and neither this paragraph (nor any other provision of this Agreement necessary to give this paragraph force or effect) shall be amended or waived without the prior written consent of the TWDB. Additional information on the American Iron and Steel (AIS) and its applicability to this contract can be found in the TWDB-1106 guidance. It is recommended the Owner receive and maintain files documenting the Contractor's use of AIS. Monthly compliance with AIS will be verified by the Owner through the submittal of the TWDB form TWDB-1106-A. ARTICLE 10: DAVIS-BACON WAGE REQUIREMENTS 10.01 Compliance Procedures In order to be held in compliance and satisfy this federal requirement, the following must be fulfilled: TWDB Supplemental Conditions 00 74 00 - 3 VCWRF Primary Clarifier Improvements A. Wage Determinations — U.S. Department of Labor (DOL) wage determination must be included in the bidding and contract documents. DOL wage determinations may be obtained online at htti3://www.dol.gov/. Once it is determined that Davis -Bacon wage rates will apply to a construction contract, the Owner must state in the solicitation that Davis -Bacon prevailing wage rates are applicable and bid packages must include the current Davis -Bacon general wage determination for the area where construction will occur. B. While the solicitation remains open, the Owner must monitor www.dol.gov on a weekly basis to ensure that the wage determination contained in the solicitation remains current. The Owner must amend the solicitation if the DOL issues a modification more than 10 days prior to the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage determination less than 10 days prior to the closing date, the Owner may request a finding from the TWDB that there is not a reasonable time to notify interested Contractors of the modification of the wage determination. C. Insert wage rate requirements in full for all contracts and subcontracts in excess of $2,000 - If the Owner is a governmental entity such as a city or district, it must insert in full the contract clauses shown below as Option 1: Section 3, Section 4 if the contract exceeds $100,000, and Section 5. If the Owner is a non -governmental entity such as a water supply corporation or a private company, it must insert in full the contract clauses shown below as Option 2: Section 3, Section 4 if the contract exceeds $100,000, and Section 5. The Owner must ensure all prime contracts require the same full text in any subcontracts. D. Monthly Certification —The Owner must complete and submit monthly a Davis Bacon Wage Rate Certificate of Compliance once construction has begun. (Use Monthly Davis Bacon Wage Rate Certificate of Compliance Submittal by Owner (Sub -recipient) DB-0154). Contractor Payroll Requirements - The Contractor is required to pay the prevailing wage rates on a weekly basis to laborers and mechanics in accordance with the requirements of 29 CFR 5.5, which are incorporated into the actual construction contract. Contractors/ Subcontractors must furnish weekly a statement with respect to the wages paid to each employee during the preceding week. They may use the Department of Labor (DOL) Payroll Form WH-347 and weekly Statement of Compliance on the reverse, or their own payroll form with all of the same data elements as the DOL Payroll Form WH-347, and the TWDB's form, Statement of Compliance Certification by Contractor for SRF, DB-0155. The DOL Payroll Form WH-347 can be found under the forms section of this document or at the following link: httr)://www.dol.Rov/whd/programs/dbra/wh347.htm. F. Interviews -The Owner must periodically interview a sufficient number of employees entitled to the Davis -Bacon prevailing wages to verify that Contractors or Subcontractors are paying the appropriate wage rates. All interviews must be conducted in confidence. The Owner must use Standard Form 1445 (SF 1445) found in the forms section of TWDB guidance document TWDB-0156 or equivalent documentation to memorialize the interviews. The Owner must establish and follow an interview schedule based on its assessment of the risks of noncompliance with DavisBacon posed by Contractors or Subcontractors and the duration of the contract or subcontract. The Owner must conduct more frequent interviews if the initial interviews or other information indicated that there is a risk that the Contractor or Subcontractor is not complying with Davis -Bacon. The Owner must immediately conduct interviews in response to an alleged violation of the prevailing wage requirements. TWDB Supplemental Conditions 00 74 00 - 4 VCWRF Primary Clarifier Improvements G. Payroll Records - Certified payroll records are required to be retained by the Owner and Contractor for three years after completion of the construction project. The Owner must periodically conduct spot checks of a representative sample of weekly payroll data to verify that Contractors or Subcontractors are paying the appropriate wage rates. H. Wage Rate Poster —The Contractor must post the required Poster (WH-1321) and applicable wage rates at the construction site. The wage rate poster may be found at under the forms section of TWDB Guidance DB-0156 or at httr)://www.dol.gov/whd/programs/dbra/whl321.htm. Report Violations —The Owner must immediately report violations of the DavisBacon prevailing wage requirements to the EPA Davis -Bacon Coordinator listed in the assistance agreement and to the appropriate DOL WHD Office listed at http://www.dol.gov/dol/contact/index.htm. 10.02 Subcontracts The Contractor will insert in full the required wage rate requirement in any subcontract in excess of $2,000 as specified in (a)(ii) of this section. 10.03 Applicability of the Davis -Bacon (DB) prevailing wage requirements. DB prevailing wage requirements apply to the construction, alteration, and repair of treatment works carried out in whole or in part with assistance made available by the Clean Water State Revolving Fund and to any construction project carried out in whole or in part by assistance made available by the Drinking Water State Revolving Fund. If an Owner encounters a unique situation at a site that presents uncertainties regarding DB applicability, the Owner must discuss the situation with the TWDB before authorizing work on that site. 10.04 Obtaining Wage Determinations. A. Owners shall obtain the wage determination for the locality in which a covered activity subject to DB will take place prior to issuing requests for bids, proposals, quotes or other methods for soliciting contracts (solicitation) for activities subject to DB. These wage determinations shall be incorporated into solicitations and any subsequent contracts. Prime contracts must contain a provision requiring that Subcontractors follow the wage determination incorporated into the prime contract. While the solicitation remains open, the Owner shall monitor www.wdol.gov weekly to ensure that the wage determination contained in the solicitation remains current. The recipients shall amend the solicitation if DOL issues a modification more than 10 days prior to the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage determination less than 10 days prior to the closing date, the Owners may request a finding from the TWDB that there is not a reasonable time to notify interested Contractors of the modification of the wage determination. The TWDB will provide a report of its findings to the Owner. If the Owner does not award the contract within 90 days of the closure of the solicitation, any modifications or supersedes DOL makes to the wage determination contained in the solicitation shall be effective unless the TWDB, at the request of the Owner, obtains an extension of the 90 day period from DOL pursuant to 29 CFR 1.6(c)(3)(iv). The Owner shall monitor www.wdol.gov on a weekly basis if it does not TWDB Supplemental Conditions 00 74 00 - 5 VCWRF Primary Clarifier Improvements award the contract within 90 days of closure of the solicitation to ensure that wage determinations contained in the solicitation remain current. B. If the Owner carries out activity subject to DB by issuing a task order, work assignment or similar instrument to an existing Contractor (ordering instrument) rather than by publishing a solicitation, the Owner shall insert the appropriate DOL wage determination from www.wdol.gov into the ordering instrument. C. Owners shall review all subcontracts subject to DB entered into by prime Contractors to verify that the prime Contractor has required its Subcontractors to include the applicable wage determinations. D. As provided in 29 CFR 1.6(f), DOL may issue a revised wage determination applicable to an Owner's contract after the award of a contract or the issuance of an ordering instrument if DOL determines that the Owner has failed to incorporate a wage determination or has used a wage determination that clearly does not apply to the contractor ordering instrument. If this occurs, the Owner shall either terminate the contract or ordering instrument and issue a revised solicitation or ordering instrument or incorporate DOL's wage determination retroactive to the beginning of the contract or ordering instrument by change order. The Owner's Contractor must be compensated for any increases in wages resulting from the use of DOL's revised wage determination. 10.05 Contract and Subcontract provisions. A. The Owner(s) shall insert in full in any contract in excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including painting and decorating, of a treatment work under the CWSRF or a construction project under the DWSRF financed in whole or in part from Federal funds or in accordance with guarantees of a Federal agency or financed from funds obtained by pledge of any contract of a Federal to make a loan, grant or annual contribution (except where a different meaning is expressly indicated), and which is subject to the labor standards provisions of any of the acts listed in 29 CFR 5.1, the Water Resources Reform and Development Act of 2014 for a CWSRF-funded project or the Consolidated Appropriations Act, 2016 (or subsequent federal law) for a DWSRF-funded project, the following clauses: 1. Minimum wages All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph A.1.d of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be TWDB Supplemental Conditions 00 74 00 - 6 VCWRF Primary Clarifier Improvements constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph A.1.b of this section) and the Davis - Bacon poster (WH-1321) shall be posted at all times by the Contractor and its Subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. Owners may obtain wage determinations from the U.S. Department of Labor's web site, www.dol.gov. b. Determination of Wage Rates 1). Owners may obtain wage determinations from the U.S. Department of Labor's web site, www.dol.gov. 2). The Owner(s), on behalf of EPA, shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The TWDB shall approve a request for an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met a). The work to be performed by the classification requested is not performed by a classification in the wage determination; and b). The classification is utilized in the area by the construction industry; and c). The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. 3). If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the Owner(s) agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), documentation of the action taken and the request, including the local wage determination shall be sent by the Owner (s) to the TWDB. The TWDB will transmit the request, to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210 and to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will approve, modify, or will notify the TWDB within the 30-day period that additional time is necessary. 4). In the event the Contractor, the laborers or mechanics to be employed in the classification or their representatives, and the Owner(s) do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the TWDB shall refer the request and the local wage determination, including the views of all interested parties and the TWDB Supplemental Conditions 00 74 00 - 7 VCWRF Primary Clarifier Improvements recommendation of the TWDB, to the Administrator for determination. The request shall be sent to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt of the request and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. 5). The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs A.1.b.3) or A.1.b.4) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. Withholding. The Owner(s) shall, upon written request of the EPA Award Official or an authorized representative of the Department of Labor, withhold or cause to be withheld from the Contractor under this contract or any other Federal contract with the same prime Contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any Subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the EPA may, after written notice to the Contractor, sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records. a. Payrolls and basic records relating thereto shall be maintained by the Contractor during the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing TWDB Supplemental Conditions 00 74 00 - 8 VCWRF Primary Clarifier Improvements benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b. Payroll Documentation 1). The Contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the Owner, that is, the entity that receives the funds from the TWDB. Such documentation shall be available on request of the TWDB or EPA. As to each payroll copy received, the Owner shall provide written confirmation in a form satisfactory to the TWDB indicating whether the project is in compliance with the requirements of 29 CFR 5.5(a)(1) based on the most recent payroll copies for the specified week. The payrolls shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on the weekly payrolls. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/whd/forms/wh347instr.htm or its successor site. The prime Contractor is responsible for the submission of copies of payrolls by all Subcontractors. Contractors and Subcontractors shall maintain the full social security number and current address of each covered worker and shall provide them upon request to the Owner(s) for transmission to the TWDB or EPA if requested by EPA, the TWDB, the Contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime Contractor to require a Subcontractor to provide addresses and social security numbers to the prime Contractor for its own records, without weekly submission to the Owner(s). 2). Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or Subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: a). That the payroll for the payroll period contains the information required to be provided under § 5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under § 5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; b). That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid TWDB Supplemental Conditions 00 74 00 - 9 VCWRF Primary Clarifier Improvements the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; c). That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. 3). The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph A.3.b. 2) of this section. 4). The falsification of any of the above certifications may subject the Contractor or Subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The Contractor or Subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the TWDB, EPA or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the Contractor or Subcontractor fails to submit the required records or to make them available, the EPA or TWDB may, after written notice to the Contractor, sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a Contractor is performing construction on a project in a locality TWDB Supplemental Conditions 00 74 00 - 10 VCWRF Primary Clarifier Improvements other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or Subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable redetermined rate for the work performed until an acceptable program is approved. b. Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll as a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended and 29 CFR part 30. 5. Compliance with Copeland Act requirements. The Contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. TWDB Supplemental Conditions 00 74 00 - 11 VCWRF Primary Clarifier Improvements 6. Subcontracts. The Contractor or Subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the EPA determines may by appropriate, and also a clause requiring the Subcontractors to include these clauses in any lower tier subcontracts. Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a Contractor and a Subcontractor as provided in 29 CFR 5.12. Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its Subcontractors) and Owner(s), TWDB, EPA, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility a. By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. 10.06 Contract Provision for Contracts in Excess of $100,000. A. Contract Work Hours and Safety Standards Act. The Owner shall insert the following clauses set forth in paragraphs A.1 through A.4 of this section in full in any contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Item 3, above or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. Overtime requirements. No Contractor or Subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one- half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph A.1 of this section the Contractor and any Subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such Contractor and Subcontractor shall be liable to the United States (in the case of TWDB Supplemental Conditions 00 74 00 - 12 VCWRF Primary Clarifier Improvements work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph A.1 of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph A.1 of this section. Withholding for unpaid wages and liquidated damages. The Owner, upon written request of the EPA Award Official or an authorized representative of the Department of Labor, shall withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or Subcontractor under any such contract or any other Federal contract with the same prime Contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or Subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph A.2 of this section. 4. Subcontracts. The Contractor or Subcontractor shall insert in any subcontracts the clauses set forth in paragraph A.1 through A.4 of this section and also a clause requiring the Subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any Subcontractor or lower tier Subcontractor with the clauses set forth in paragraphs A.1 through A.4 of this section. B. In addition to the clauses contained in A.3, above, in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in 29 CFR 5.1, the Owner shall insert a clause requiring that the Contractor or Subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Owner shall insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the Contractor or Subcontractor for inspection, copying, or transcription by authorized representatives of the EPA, TWDB, and the Department of Labor, and the Contractor or Subcontractor will permit such representatives to interview employees during working hours on the job. 10.07 Compliance Verification A. The Owner shall periodically interview a sufficient number of employees entitled to DB prevailing wages (covered employees) to verify that Contractors or Subcontractors are paying the appropriate wage rates. As provided in 29 CFR 5.6(a)(6), all interviews must be conducted in confidence. The Owner must use Standard Form 1445 (SF 1445) found in the forms section of TWDB guidance document TWDB-0156 or equivalent documentation to memorialize the interviews. Copies of the SF 1445 are also available from EPA on request. B. The Owner shall establish and follow an interview schedule based on its assessment of the risks of noncompliance with DB posed by Contractors or Subcontractors and the duration of the contract or subcontract. Owners must conduct more frequent interviews if the initial interviews or other information indicated that there is a risk that the Contractor or TWDB Supplemental Conditions 00 74 00 - 13 VCWRF Primary Clarifier Improvements Subcontractor is not complying with DB. Owners shall immediately conduct interviews in response to an alleged violation of the prevailing wage requirements. All interviews shall be conducted "in confidence." C. The Owner shall periodically conduct spot checks of a representative sample of weekly payroll data to verify that Contractors or Subcontractors are paying the appropriate wage rates. The Owner shall establish and follow a spot check schedule based on its assessment of the risks of noncompliance with DB posed by Contractors or Subcontractors and the duration of the contract or subcontract. At a minimum, if practicable, the Owner should spot check payroll data within two weeks of each Contractor or Subcontractor's submission of its initial payroll data and two weeks prior to the completion date the contract or subcontract. Owners must conduct more frequent spot checks if the initial spot check or other information indicates that there is a risk that the Contractor or Subcontractor is not complying with DB. In addition, during the examinations the Owner shall verify evidence of fringe benefit plans and payments there under by Contractors and Subcontractors who claim credit for fringe benefit contributions. D. The Owner shall periodically review Contractors and Subcontractor's use of apprentices and trainees to verify registration and certification with respect to apprenticeship and training programs approved by either the U.S Department of Labor or a state, as appropriate, and that Contractors and Subcontractors are not using disproportionate numbers of, laborers, trainees and apprentices. These reviews shall be conducted in accordance with the schedules for spot checks and interviews described in Item 5(b) and (c) above. E. Owners must immediately report potential violations of the DB prevailing wage requirements to the EPA Region 6 DB Coordinator, TWDB, and to the appropriate DOL Wage and Hour District Office listed at httiD://www.dol.F-ov/whd/america2.htm. ARTICLE 11: PAYMENTS 11.01 Progress Payments: A. The Contractor shall prepare their requisition for progress payment as of the last day of the payment month and submit it, with the required number of copies, to the Engineer for review. Except as provided in paragraph C of this subsection, the amount of the payment due to the Contractor shall be determined by adding to the total value of work completed to date, the value of materials properly stored on the site and deducting (1) five percent (5%) minimum of the total amount, as a retainage and (2) the amount of all previous payments. The total value of work completed to date shall be based on the actual or estimated quantities of work completed and on the unit prices contained in the agreement (or cost breakdown approved pursuant Article 7.13 relating to lump sum bids) and adjusted by approved change orders. The value of materials properly stored on the site shall be based upon the estimated quantities of such materials and the invoices prices. Copies of all invoices shall be available for inspection by the Engineer. B. The Contractor shall be responsible for the care and protection of all materials and work upon which payments have been made until final acceptance of such work and materials by the Owner. Such payments shall not constitute a waiver of the right of the Owner to require the fulfillment of all terms of the contract and the delivery of all improvements embraced in the contract complete and satisfactory to the Owner in all details. TWDB Supplemental Conditions 00 74 00 - 14 VCWRF Primary Clarifier Improvements C. This clause applies to contracts when the Owner is a District or Authority. The retainage shall be ten (10%) percent minimum of the amount otherwise due until at least fifty (50%) of the work has been completed. After the project is fifty (50%) percent completed, and if the District or Authority's Board finds that satisfactory progress is being made, then the District may authorize any of the remaining progress payments to be made in full. The District is not obligated to pay interest earned on the first 50% of work completed (Texas Water Code Sec. 49.276(d)). D. The five (5%) percent retainage of the progress payments due to the Contractor may not be reduced until the building of the project is substantially complete and a reduction in the retainage has been authorized by the TWDB. 11.02 Withholding Payments. A. The Owner may withhold from any payment otherwise due to the Contractor so much as may be necessary to protect the Owner and if so elects may also withhold any amounts due from the Contractor to any Subcontractors or material dealers for work performed or material furnished by them. The foregoing provisions shall be construed solely for the benefit of the Owner and will not require the Owner to determine or adjust any claims or disputes between the Contractor and his Subcontractors or material dealers, or to withhold any monies for their protection unless the Owner elects to do so. B. The failure or refusal of the Owner to withhold any monies from the Contractor shall in no way impair the obligations of any surety or sureties under any bond or bonds furnished under this contract. C. Payments Subject to Submission of Certificates. 1. Each payment to the Contractor by the Owner shall be made subject to submission by the Contractor of all written certifications required of him and his Subcontractors by general and special conditions pertaining to this contract. D. Final Payment. 1. Upon satisfactory completion of the work performed under this contract, as a condition before final payment under this contract or as a termination settlement under this contract the Contractor shall execute and deliver to the Owner a release of all claims against the Owner arising under, or by virtue of, this contract, except claims which are specifically exempted by the Contractor to be set forth therein. Unless otherwise provided in this contract, by State law or otherwise expressly agreed to by the parties to this contract, final payment under this contract or settlement upon termination of this contract shall not constitute a waiver of the Owner's claims against the Contractor or his sureties under this contract or applicable performance and payment bonds. After final inspection and acceptance by the Owner of all work under the contract, the Contractor shall prepare their requisition for final payment which shall be based upon the carefully measured or computed quantity of each item of work at the applicable unit prices stipulated in the Agreement or cost breakdown (if lump sum), as adjusted by approved change orders. The total amount of the final payment due the Contractor under this contract shall be the amount computed as described above less all previous payments. The retainage and its interest earnings, if any, shall not be paid to the Contractor until the TWDB has authorized a reduction in, or release of, retainage on the contract work. TWDB Supplemental Conditions 00 74 00 - 15 VCWRF Primary Clarifier Improvements 4. Withholding of any amount due to the Owner, under general and/or special conditions regarding "Liquidated Damages," shall be deducted from the final payment due the Contractor. ARTICLE 12: EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION 12.01 During the performance of this contract, the Contractor agrees as follows: A. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex (including pregnancy), sexual orientation, gender identity, national origin, age (40 or older), disability, or genetic information. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. B. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. C. The Contractor will, in all solicitations or advancements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. D. The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information. E. The Contractor will send to each labor union or representative of workers with which the Contractor has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Contractor will comply with all provisions of Executive Order No. 11246 of Sept. 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. G. The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. TWDB Supplemental Conditions 00 74 00 - 16 VCWRF Primary Clarifier Improvements H. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of Sept. 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. The Contractor will include the provisions of paragraphs A through H in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each Subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the Contractor becomes involved in, or is threatened with, litigation with a Subcontractor or vendor as a result of such direction, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. J. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the notice which contains the applicable goals set for minority and female participation and which is set forth in the solicitations from which this contract resulted. ARTICLE 13: ARCHEOLOGICAL DISCOVERIES AND CULTURAL RESOURCES 13.01 No activity which may affect properties listed or properties eligible for listing in the National Register of Historic Places or eligible for designation as a State Archeological Landmark is authorized until the Owner has complied with the provisions of the National Historic Preservation Act and the Antiquities Code of Texas. The Owner has previously coordinated with the appropriate agencies and impacts to known cultural or archeological deposits have been avoided or mitigated. However, the Contractor may encounter unanticipated cultural or archeological deposits during construction. 13.02 If archeological sites or historic structures which may qualify for designation as a State Archeological Landmark according to the criteria in 13 TAC Chapter 26, or that may be eligible for listing on the National Register of Historic Places in accordance with 36 CFR Part 800, are discovered after construction operations are begun, the Contractor shall immediately cease operations in that particular area and notify the Owner, the TWDB, and the Texas Historical Commission, 1511 N. Colorado St., P.O. Box 12276, Capitol Station, Austin, Texas 78711-2276. The Contractor shall take reasonable steps to protect and preserve the discoveries until they have been inspected by the Owner's representative and the TWDB. The Owner will promptly coordinate with the State Historic Preservation Officer and any other appropriate agencies to obtain any necessary approvals or permits to enable the work to continue. The Contractor shall not resume work in the discovery until authorized to do so by the Owner. ARTICLE 14: ENDANGERED SPECIES 14.01 No activity is authorized that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act TWDB Supplemental Conditions 00 74 00 - 17 VCWRF Primary Clarifier Improvements (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. 14.02 If a threatened or endangered species is encountered during construction, the Contractor shall immediately cease work in the area of the encounter and notify the Owner, who will immediately implement actions in accordance with the ESA and applicable State statutes. These actions shall include reporting the encounter to the TWDB, the U. S. Fish and Wildlife Service, and the Texas Parks and Wildlife Department, obtaining any necessary approvals or permits to enable the work to continue, or implement other mitigation actions. The Contractor shall not resume construction in the area of the encounter until authorized to do so by the Owner. ARTICLE 15: HAZARDOUS MATERIALS 15.01 Materials utilized in the project shall be free of any hazardous materials, except as may be specifically provided for in the specifications. 15.02 If the Contractor encounters existing material on sites owned or controlled by the Owner or in material sources that are suspected by visual observation or smell to contain hazardous materials, the Contractor shall immediately notify the Engineer and the Owner. 15.03 The Owner will be responsible for the testing and removal or disposal of hazardous materials on sites owned or controlled by the Owner. The Owner may suspend the work, wholly or in part during the testing, removal or disposal of hazardous materials on sites owned or controlled by the Owner. ARTICLE 16: CHANGES 16.01 The Owner may at anytime, without notice to any surety, by written order designated or indicated to be a change order, make changes in the work within the general scope of the contract, including but not limited to changes: A. In the specifications (including drawings and designs); B. In the time, method or manner of performance of the work; C. To decrease or increase the quantity of work to be performed or materials, equipment or supplies to be furnished; 16.02 The total price of a contract may not be increased by a change order unless provision has been made for the payment of the added cost by the appropriation of current funds or bond funds for that purpose, by the authorization of the issuance of certificates, or by a combination of those procedures. 16.03 A contract with an original contract price of $1 million or more may not be increased by more than 25 percent. If a change order for a contract with an original contract price of less than $1 million increases the contract amount to $1 million or more, subsequent change orders may not increase the revised contract amount by more than 25 percent. 16.04 A governing body may grant authority to an official or employee responsible for purchasing or for administering a contract to approve a change order that involves an increase or decrease of $50,000 or less. TWDB Supplemental Conditions 00 74 00 - 18 VCWRF Primary Clarifier Improvements 16.05 Changes that involve an increase in price will be supported by documentation of the cost components. For projects funded through the EDAP program, or with grant proceeds, TWDB staff may request this information to be provided in a format equivalent to the Cost and Pricing Information form (No. WRD-277). 16.06 Any change orders involving a change in the project requiring a relocation of project components, sizing, or process may require additional environmental approval. A map and description of the proposed changes should be sent to the TWDB Environmental Reviewer for coordination and approval as soon as possible to avoid any delay. ARTICLE 17: OPERATION AND MAINTENANCE MANUALS AND TRAINING 17.01 The Contractor shall obtain installation, operation, and maintenance manuals from manufacturers and suppliers for equipment furnished under the contract. The Contractor shall submit three copies of each complete manual to the Engineer within 90 days after approval of shop drawings, product data, and samples, and not later than the date of shipment of each item of equipment to the project site or storage location. 17.02 The Owner shall require the Engineer to promptly review each manual submitted, noting necessary corrections and revisions. If the Engineer rejects the manual, the Contractor shall correct and resubmit the manual until it is acceptable to the Engineer as being in conformance with the design concept of the project and for compliance with information given in the Contract Documents. Owner may assess the Contractor a charge for reviews of the same items in excess of three (3) times. Such procedure shall not be considered cause for delay. 17.03 Acceptance of manuals by Engineer does not relieve the Contractor of any requirements of terms of Contract. 17.04 The Contractor shall provide the services of trained, qualified technicians to check final equipment installation, to assist as required in placing same in operation, and to instruct operating personnel in the proper manner of performing routine operation and maintenance of the equipment. 17.05 Operations and maintenance manuals specified hereinafter are in addition to any operation, maintenance, or installation instructions required by the Contractor to install, test, and start-up the equipment. Each manual is to be bound in a folder and labeled to identify the contents and project to which it applies. The manual shall contain the following applicable items: A. A listing of the manufacturer's identification, including order number, model, serial number, and location of parts and service centers. B. A list of recommended stock of parts, including part number and quantity. C. Complete replacement parts list. D. Performance data and rating tables. E. Specific instructions for installation, operation, adjustment, and maintenance. F. Exploded view drawings for major equipment items. G. Lubrication requirements. H. Complete equipment wiring diagrams and control schematics with terminal identification. TWDB Supplemental Conditions 00 74 00 - 19 VCWRF Primary Clarifier Improvements ARTICLE 18: AS -BUILT DIMENSIONS AND DRAWINGS 18.01 Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. 18.02 Upon completion of each facility, the Contractor shall furnish the Owner with one set of direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed. As a minimum, the final drawings shall include the following: A. Horizontal and vertical locations of work. B. Changes in equipment and dimensions due to substitutions. C. "Nameplate" data on all installed equipment. D. Deletions, additions, and changes to scope of work. E. Any other changes made. ARTICLE 19: CLOSE-OUT PROCEDURES 19.01 To close-out the contract and release final retainage, the following steps must be completed: A. TWDB Staff must conduct a construction contract final inspection (CCFI); B. The following submittals must be received, reviewed, and accepted by the TWDB: 1. The final change order, adjustment of quantities, or a statement that all change orders have previously been submitted and there will be no more change orders; 2. The final pay request from the Contractor; 3. An affidavit by the Contractor that all bills have been paid; 4. Certification by the consulting Engineer that the work has been completed and was constructed in accordance with the approved plans and specifications and sound engineering principals and construction practices; 5. Acceptance of the project by the Owner in the form of a written resolution or other formal action; 6. Notification of the beginning date of the warranty period for the contract; and 7. Confirmation that the Owner has received the as -built drawings from the Contractor. C. TWDB will issue a Certificate of Approval allowing the release of retainage. ARTICLE 20: ADDITIONAL FORMS AND INFORMATION 20.01 The following forms and guidance documents, mentioned throughout this Guidance, are available on the TWDB site at: httr)://www.twdb.texas.Rov/financial/instructions/index.asr) Forms: Contractor's Act of Assurance (ED-103) Contractor's Resolution on Authorized Representative (ED-104) Vendor Compliance with Reciprocity on Non -Resident Bidders (TWDB-0459) TWDB Supplemental Conditions 00 74 00 - 20 VCWRF Primary Clarifier Improvements Bidder's Certifications — EEO (WRD-255) Monthly American Iron and Steel Certificate (TWDB-1106-A) American Iron and Steel (AIS) De Minimis Log (TWDB-1106-B) Monthly Davis Bacon Wage Rate Certificate of Compliance Submittal by Owner (Sub -Recipient) (DBE-0154) Guidance Documents: CWSRF Guidance Manual (TWDB-0100) Guidance on Davis -Bacon Wage Rate Requirements for State Revolving Fund Projects (DB-0156) Requirements for American Iron and Steel (AIS) Guidance (TWDB-1106) 1a►UZeI&1:1419 WLI TWDB Supplemental Conditions 00 74 00 - 21 VCWRF Primary Clarifier Improvements THIS PAGE INTENTIONALLY LEFT BLANK TWDB Supplemental Conditions 00 74 00 - 22 VCWRF Primary Clarifier Improvements WRD-255 01/P BIDDER'S CERTIFICATIONS Project Name: Village Creek WRF Primary Clarifier Improvements Project Number: CPN 103295 Contract For: City of Fort worth The following certifications must be completed by the bidder for each contract. A. EQUAL EMPLOYMENT OPPORTUNITY: XI have developed and have on fife at each establishment affirmative action programs pursuant to 41 CFR Part 60-1.7. I have: (x) participated in previous contract(s) or subcontract(s) subject to the equal opportunity clause under Executive Orders 11246 and 11375. I have filed all notices, contract specifications, and compliance reports due under the requirements contained in 41 CFR Part 60-4. () not participated in previous contracts(s) subject to the equal opportunity clause under Executive Orders 11246 and 11375 and 41 CFR Chapter 60. B. NONSEGREGATED FACILITIES X I certify that I do not and will not maintain any facilities provided for my employees in a segregated manner, or permit my employees to perform their services at any location under my control where segregated facilities are maintained, and that I will obtain a similar certification prior to the award of any federally assisted subcontract exceeding $10,000 which is not exempt from the equal opportunity clause as required by 41 CFR Part 60-1.$. I will obtain a similar certification from any proposed subcontractor(s), when appropriate. I understand that a false statement on this certification may be grounds for rejection of this bid proposal or termination of the contract award. Roy Ewen President Typed Name and Title of Bidder's Authorized Representative fofler �Signature 's Authorized Representative Date Eagle Contracting LLC PO Box 1600, Keller TX. 76244 Name and Address of Bidder TWDB-0459 ttev Ol/17 VENDOR COMPLIANCE WITH RECIPROCITY ON NON- RESIDENT BIDDERS Texas Government Code Section 2252,002 provides that in order for nonresident bidders to be awarded a governmental contract, the bidder must bid projects for construction, improvements, supplies, or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid the nonresident bidder in order to obtain a comparable contract in the nonresident bidder's state. A nonresident bidder is a person, including a contractor, whose principal place of business or corporate office is outside of the state of Texas. This requirement does not apply to a contract involving Federal funds. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of a nonresident bidder to do so will automatically disqualify that bidder. Resident bidders must check the blank in Section B. A. Dion -resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Nan -resident vendors in (give state), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate office is in the state of Texas: Eavle Contracting LLC Company Keller TX 76244 City State Zip Roy Ewen By (print name) Signature President Title (print) THIS FORM MUST BE RETURNED WITH THE BID SECTION 01 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY 011100-1 SUMMARY OF WORK Page 1 of 6 A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 3. Added 1.4.A.2 throueh I A.A.6 4. Modified I A.B.1 5. Added 1 A.B.2 6. Added 1.4.0 7. Added I A.D.2 through 1.4.D.4 8. Deleted 1.4.D.6.c 9. Added 1.4.E 10. Added 1.4.G and H 11. Added 1.5 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. 2. The work of this Contract is located at the City of Fort Worth's Village Creek Water Reclamation Facility (VCWRF), 4500 Wilma Lane, Arlington, Texas 76012. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 011100-2 SUMMARY OF WORK Page 2 of 6 3. This Section describes the proiect in general and provides an overview of the extent of the work to be performed. Detailed reauirements and extent of work is stated in the applicable Specification Sections and shown on the Drawings. The Contractor shall, except as otherwise specifically stated herein in any applicable Darts of these Contract Documents, provide and Day for all labor, materials, equipment, tools, construction eauipment, and other facilities and services necessary for proper execution, start-up and testing, and completion of work. 4. Any Dart or item of the work which is reasonably implied or normally required to make each installation satisfactorily and completely operable locally shall be performed by the Contractor and the expense thereof shall be included in the applicable unit prices or lump sum prices bid for the various items of work. It is the intent of these Specifications to provide the Owner with complete operable systems, subsystems, and other items of work. All miscellaneous appurtenances and other items or work that are incidental to meeting the intent of these Specifications shall be considered as having been included even though these appurtenances and items may not be specifically called for in the Specifications. 5. The Work shall include all site civil, structural, process mechanical, odor control, building mechanical, Dlumbine, electrical, instrumentation and SCADA Ovation inteeration, and all other work reauired for a complete and operable Droiect. 6. The Work includes, but is not necessarily limited to, the following: a. Demolition of existing infrastructure b. Construction of new infrastructure including but not limited to the following: 1) West Diversion Box 2) Primary Clarifier Influent (PCI) Flow Meter Vault 3) PCI Distribution Box 4) 190-ft diameter primary clarifiers with launder covers 5) Scum pump stations 6) Primary Sludge Pump Station No. 1 7) Relocated Junction Box I 8) Modifications to Plant Sewer #1 Meter Structure 9) Above ground odor control ductwork 10) Relocation of existing utilities such as water, sewer, storm water, natural gas 11) Various process piping sizes ranging from 3-inch to 96-inch diameter 12) Concrete and asphalt pavement and site grading improvements 13) Electrical and instrumentation improvements 14) Construction layout and survey 15) Site clearing, dewatering, and shoring, sheeting and bracing C. B. Subsidiary Work 1. Unit Price Bid - Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. 2. Lump Sum Price — Anv and all Work specifically governed by documentary requirements for the proiect, such as conditions imposed by the Drawings or Contract Documents are included in the total lump sum price bid. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 011100-3 SUMMARY OF WORK Page 3 of 6 C. Examination of the Site 1. Visit the site, to compare drawings and specifications with anv work in Mace, and observe all site conditions, including other work, if anv. is being performed. Failure to visit the site shall not relieve the Contractor from the necessitv of furnishing materials or performing work required to complete work in accordance with the Contract Documents. D. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Limits on Use of Site: Limit use of Project site to areas within Contract limits indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. a. Limits on Use of Site: Confine construction operations to area of construction. Provide clearance and full access for plant personnel to access plant facilities. b. Driveways, Walkways, and Entrances: KeeD driveways, loading areas, and entrances services premises clear and available to Owner, Owner's emDlovees, and emergencv vehicles at all times. Do not use these areas for parking_ or for storage of materials. 1) Schedule deliveries to minimize use of driveway_ s and entrances by construction operations. 2) Schedule deliveries to minimize space and time rea_uirements for storage of materials and equipment on -site. 3. Condition of Existing Building: Maintain portions of existing building affected by construction operations in weathertight condition throughout construction period. Repair damage caused by construction operations. 4. Condition of Existing Grounds: Maintain portions of existing grounds, landscaping, and hardscaDing affected by construction operations throughout construction Period. Repair damage caused by construction operation. 5. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 6. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. e. if the stfeet ; s e e eup i oa b m\lmad tvack3, th--w3:� a ell ba , ed ,in s,e Division n ., well as the railroad ....mit. E. Coordination with Occupants 1. Full Owner OccuDancv: Owner will occupy Project site and existing adjacent buildings) during entire construction period. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's day-to-day operations. Maintain existing exits unless otherwise indicated. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 011100-4 SUMMARY OF WORK Page 4 of 6 a. Maintain access to existing walkways, corridors, and other adiacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from Owner. b. Notify Owner not less than 72 hours in advance of activities that will affect Owner's operations. F. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. G. Partial Owner Occupancv 1. The Citv reserves the right to take possession and use anv completed or partiallv completed portion of the Work regardless of the time of completion of the Work, providing it does not interfere with the Contractor's work. Such possession or use of the Work shall not be construed as final acceptance of the project or anv portion thereof. H. Work Under Owner's Separate Contracts CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 011100-5 SUMMARY OF WORK Page 5 of 6 1. Work with Separate Contractors: Cooperate fully with Owner's separate contractors, so work on those contracts may be carried out smoothlv, without interfering with or delaving Work under this Contract or other contracts. Coordinate the Work of this Contract with work Derformed under Owner's separate contracts. 2. Concurrent Work: Owner will award and will assign to a Contractor separate contract(s) for the following construction operations at Project site. Those operations will be conducted simultaneously with Work under this Contract. a. VCWRF Phase III Electrical Improvements b. VCWRF Digester Cleaning c. VCWRF Digester Improvements 1.5 SPECIFICATION AND DRAWING CONVENTIONS A. SDecification Content: The Specifications use certain conventions for the stvle of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Imperative mood and streamlined language are generally used in the Specifications. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or Dhrase. 2. Text Color: Text used in the Specifications, including units of measure, manufacturer and product names, and other text may appear in multiple colors or underlined as part of a hvperlink; no emphasis is implied by text with these characteristics. 3. HvDertext: Text used in the SDecifications may contain hvnerlinks. Hvperlinks may allow for access to linked information that is not residing in the SDecifications. Unless otherwise indicated, linked information is not _part of the Contract Documents. 4. SDecification requirements are to be Derformed by Contractor unless sDecifically stated otherwise. B. Division 00 Contracting Reauirements: General provisions of the Contract, including General and SuDDlementary Conditions, aDDly to all Sections of the SDecifications. C. Division 01 General Requirements: Requirements of Sections in Division 01 aDDly to the Work of all Sections in the SDecifications. D. Drawing Coordination: Requirements for materials and Droducts identified on Drawing_ s are described in detail in the SDecifications. One or more of the following are used on Drawings to identify materials and Droducts: 1. Terminologv: Materials and Droducts are identified by the tvpical generic terms used in the individual SDecifications Sections. 2. Abbreviations: Materials and Droducts are identified by abbreviations scheduled on Drawings and Dublished as Dart of the U.S. National CAD Standard. 3. Kevnoting: Materials and Droducts are identified by reference kevnotes referencing SDecification Section numbers found in this Project Manual. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 011100-6 SUMMARY OF WORK Page 6 of 6 1.6 SUBMITTALS [NOT USED] 1.7 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.8 CLOSEOUT SUBMITTALS [NOT USED] 1.9 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.10 QUALITY ASSURANCE [NOT USED] 1.11 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.12 FIELD [SITE] CONDITIONS [NOT USED] 1.13 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY 012500-1 SUBSTITUTION PROCEDURES Page 1 of 5 A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is assumed as an equal, or is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number. 2. All substitutions and "or equal" products shall follow all procedures specified herein. B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.IA. 1 2. Modified 1.1A.2 3. Modified 1.2A.1 4. Added 1.2A.2 5. Added 1.513.4 6. Modified 1.5B.5.a 7. Added 1.5C.5.a C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 5 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed. 3) Data relating to changes in cost. b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original specified. and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Shop drawings: Include fabrication and installation drawings and details along with lavouts reflecting changes to all affected trades with proposal. 5) Product experience a) Location of past projects utilizing product —minimum 10 installation of similar size to proposed equipment. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 012500-3 SUBSTITUTION PROCEDURES Page 3 of 5 b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product. c) Available field data and reports associated with proposed product. 6) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City. 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. In the City's opinion substitute proposal submittal is not thorough or complete with all the supporting product data, shop drawings, schematics (as applicable). specified product comparison, specification and design intent compliance certification, lavout modifications and other information as deemed necessary by the Engineer. b. Submittal is not through the Contractor with his stamp of approval. c. Request is not made in accordance with this Specification Section d. In the City's opinion, acceptance will require substantial revision of the original design. e. In the City's opinion, substitution will not perform adequately the function consistent with the design intent. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended. 2. Will provide same guarantee for substitute item as for product specified. 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects. 4. Waives all claims for additional costs related to substitution which subsequently arise. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 012500-5 SUBSTITUTION PROCEDURES Page 5 of 5 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS Recommended Recommended Not recommended _Received late By Date Remarks Date Rejected VCWRF Primary Clarifier Improvements City Project No. 103295 THIS PAGE INTENTIONALLY LEFT BLANK. 01 26 00 CONTRACT MODIFICATION PROCEDURES Page 1 of 4 SECTION 01 26 00 - CONTRACT MODIFICATION PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for handling and processing Contract modifications. B. Related Requirements: 1. Section 012500 "Substitution Procedures" for administrative procedures for handling requests for substitutions made after the Contract award. 2. Section 013100 "Project Management and Coordination" for requirements for forms for contract modifications provided as part of web -based Project management software. 1.3 MINOR CHANGES IN THE WORK A. Engineer will issue Field Orders authorizing minor changes in the Work, not involving adjustment to the Contract Price or the Contract Time, on form acceptable to Owner. 1.4 PROPOSAL REQUESTS A. Owner -Initiated Proposal Requests: Engineer will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Price or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. Requests For Proposal (RFP) issued by Engineer are not instructions either to stop work in progress or to execute the proposed change. 2. Within 20 days, when not otherwise specified, after receipt of RFP, submit a quotation estimating adjustments to the Contract Price and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. C. Include costs of labor and supervision directly attributable to the change. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 26 00 CONTRACT MODIFICATION PROCEDURES Page 2 of 4 d. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. e. Quotation Form: Use forms acceptable to Engineer. B. Contractor -Initiated Proposals: If latent or changed conditions require modifications to the Contract, Contractor may initiate a claim by submitting a request for a change to Engineer. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Price and the Contract Time. 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. Include costs of labor and supervision directly attributable to the change. 5. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 6. Comply with requirements in Section 01 25 00 Substitution Procedures if the proposed change requires substitution of one product or system for product or system specified. 7. Proposal Request Form: Use form acceptable to Engineer. 1.5 CHANGE ORDER PROCEDURES A. On Owner's approval of a Change Order Request, Engineer will issue a Change Order for signatures of Owner and Contractor on EJCDC Form C-941 or other form acceptable to Owner. 1.6 WORK CHANGE DIRECTIVE A. Work Change Directive: Engineer may issue a Work Change Directive on EJCDC Document C-940 or other form acceptable to Owner. Work Change Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. Work Change Directive contains a complete description of change in the Work. It also designates method to be followed to determine change in the Contract Price or the Contract Time. B. Documentation: Maintain detailed records on a time and material basis of work required by the Work Change Directive. 1. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 26 00 CONTRACT MODIFICATION PROCEDURES Page 3 of 4 PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 0126 00 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 012600 CONTRACT MODIFICATION PROCEDURES Page 4 of 4 This page intentionally left blank. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 29 33 MEASUREMENT AND PAYMENT Page 1 of 6 SECTION 0129 33 - MEASUREMENT AND PAYMENT PART 1 - GENERAL RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes the measurement and payment of the various elements of the Work, including: 1. Lump sum prices. 2. Unit prices. B. The Total Amount Bid in the Proposal Form shall cover all Work required by the Contract Documents. The lump sum and unit prices bid shall include all costs in connection with the proper and successful completion of the Work, including but not limited to: furnishing all materials, equipment, supplies, and appurtenances; providing all construction equipment and tools; and performing all necessary labor and supervision to fully complete the Work. All Work not specifically set forth as to the pay item or items in the Proposal shall be considered subsidiary obligations of Contractor and all costs in connection therewith shall be included in the prices bid. C. The Proposal Form is a part of these Contract Documents and lists each item of work for which payment will be made. No payment will be made for items other than those listed in the Proposal. D. Required items of work and incidentals necessary for the satisfactory completion of the Project which are not specifically listed in the Proposal, and which are not specified in this Section to be measured or to be included in one of the items listed in the Proposal shall be considered as incidental to the work required under this contract, and all costs thereof, including Contractor's overhead costs and profit, shall be considered as included in the prices bid for the various Bid Items. The Contractor shall prepare his bid accordingly. E. Work includes furnishing all plant, labor, equipment, tools and materials, and performing all operations required to complete the work satisfactorily, in place, as specified and as indicated on the Drawings. 1.3 RELATED REQUIREMENTS 1. Payments to Contractor: a. Refer to General Conditions, Supplementary Conditions, and Agreement. 2. Changes in Contract Price: a. Refer to General Conditions, Supplementary Conditions, and Section 0126 00, "Contract Modification Procedures". 3. Schedule of Values: a. Refer to General Conditions, Supplementary Conditions, and Section 01 32 13, "Schedule of Values". CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 29 33 MEASUREMENT AND PAYMENT Page 2 of 6 1.4 MEASUREMENT AND PAYMENT A. Measurement of an item of work will be by the unit indicated in the Proposal. B. Measurement will include all necessary and incidental related work not specified to be included in any other item of work listed in the Proposal Form. C. Unless otherwise stated in individual sections of the specifications or in the Proposal no separate payment will be made for any item of work, materials, parts, equipment, supplies, or related items required to perform and complete the requirements of any section. The costs for all such items required shall be included in the Contract price bid for item of which it is a part. D. Payment will be made at the Contract price per unit indicated in the Proposal with total price of the Contract being equal to the Total Bid, as specified and as modified, by extending unit prices multiplied by quantities, as appropriate to reflect actual work included in the Project. Such price and payment shall constitute full compensation to the Contractor for furnishing all plant, labor, equipment, tools, and materials, and for performing all operations required to furnish to the Owner the entire Project, complete in place, as specified and as indicated on the Drawings. E. Measurement for payment does not signify acceptance of Work. F. Quantities shown in the Proposal are approximate quantities only. Payment will be made only for measured quantities installed and accepted by Owner. G. Measurements, such as linear feet, will be to the nearest whole unit. H. Some individual technical specification sections may contain measurement and/or payment provisions that may or may not be consistent with this Section 01 29 33 and the Proposal. In all cases, Section 0129 33 and the Proposal will take precedence over the technical specifications regarding measurement and payment. I. Where estimated quantities are shown for lump sum payment items, such quantities are provided for the Contractor's information only. The Engineer is not responsible for the accuracy of such information and the Contractor shall perform his own calculations to verify such quantities. No adjustment will be made in the price due to real or alleged errors in the estimated quantities. If the Owner elects to delete any lump sum item, the dollar amount to be deleted from the Contract shall be the total amount shown in the Proposal/ Schedule of Values, whichever is higher for that item, including overhead and profit. 1.5 BASE BID ITEMS A. Primary Clarifier Improvements Project (Bid Item 1): 1. Bid items described in this paragraph shall be for construction and operational completion of the Primary Clarifier Improvements Project including all work, labor, materials, equipment and incidentals required to complete the Work in its entirety as shown on the Drawings and/or as specified, including but not limited to site work, permits, development and implementation of a storm water pollution prevention plan CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 012933 MEASUREMENT AND PAYMENT Page 3 of 6 (SWP3), mobilization/demobilization, bonds, general conditions, overhead and profit, cleanup, as well as items not included in the Bid Items below. 2. Measurement and payment for this Bid Item shall be at the Lump Sum bid price in the Proposal Form. B. Demolition of Existing Infrastructure. (Bid Item 2): 1. Bid item described in this paragraph shall be for demolition of existing structures, process equipment and piping, utilities, pavement, electrical and communication conduit, wiring and equipment and all other demolition work as shown on the Drawings and/or as specified. Removal of lead -based materials shall be included in this Bid Item. 2. Measurement and payment for this Bid Item shall be at the Lump Sum bid price in the Proposal Form. C. Earthwork (Bid Item 3): 1. Bid Item described in this paragraph shall be for earthwork including clearing and stripping, procurement of on -site and imported fill material, excavating, placing, and compacting fill and backfill, structural excavating and backfilling, transportation and storage of excess earthwork materials; disposal of unsuitable, waste, and surplus materials; restoration of excavation and trench surfaces; and subsidiary work necessary to complete the grading of developed areas to conform with required lines, grades, and slopes as shown on the Drawings and specified in Section 3120 00. 2. Measurement and payment for this Bid Item shall be the Lump Sum bid price in the Proposal Form. D. Construction Dewatering and Surface Water Control (Bid Item 4): 1. Bid Item described in the paragraph shall be for construction dewatering and surface water control including design, equipment, materials, installation, operation, protection, monitoring, and removal of dewatering and drainage system as shown on the Drawings and specified in Section 3123 19. Delegated design shall be included in this Bid Item. 2. Measurement and payment for this Bid Item shall be the Lump Sum bid price in the Proposal Form. E. Temporary and Permanent Excavation Support and Protection Systems (Bid Item 5): 1. Bid Item described in this paragraph shall be for temporary and permanent excavation support and protection system as shown on the Drawings and specified in Section 31 50 00, excluding Bid Item 13. Delegated design, monitoring, and maintenance of the excavation support and protection system shall be included in this Bid Item. 2. Measurement and payment for this Bid Item shall be the Lump Sum bid price in the Proposal Form. F. Geotechnical Instrumentation and Monitoring. (Bid Item 6): 1. Bid item described in this paragraph shall be for geotechnical instrumentation and monitoring for the project including performing preconstruction surveys and installing and monitoring geotechnical instrumentation and survey markers to measure performance of excavation support, groundwater levels, vertical and horizontal deformation of ground surface and existing utilities and structures adjacent to the Work, and ground vibration levels at adjacent facilities as shown on the Drawings and specified in Section 3109 00. 2. Measurement and payment for this Bid Item shall be at the Lump Sum bid price in the Proposal Form. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 29 33 MEASUREMENT AND PAYMENT Page 4 of 6 G. Primary Clarifier Nos. 2-4 Cast -In -Place or Prestressed AWWA D110 Type III Tank Construction (Bid Items 7A and 713): 1. Bid item described in this paragraph is based on labor, materials, and equipment, to construct primary clarifier nos. 2-4 with either cast -in -place construction as shown on the Drawings and in accordance with Division 03 of the Specifications or with prestressed concrete AWWA D110 Type III tank construction as shown on the Drawings and in accordance with Specification Section 43 4163. 2. Bidders shall select either Bid Item 7A or 7B or both. City reserves the right to evaluate and award based on any of the base bid options. 3. Measurement and payment for this bid item shall be at the lump sum price in the Proposal Form. H. Primary Clarifier Nos. 2-4 Equipment Cost Only (Bid Item 8): 1. Bid item described in this paragraph is equipment price only for circular clarifier equipment as shown on the Drawings and specified in 46 43 21. All installation cost shall be included in Bid Item No. 1. 2. Measurement and payment for this bid item shall be at the unit price bid in the Proposal Form. I. Primary Clarifier Nos. 2-4 Launder Cover Equipment Cost Only (Bid Item 9): 1. Bid item described in this paragraph is equipment price only for clarifier launder covers as shown on the Drawings and specified in 46 61 20.13. All installation cost is included in Bid Item No. 1. 2. Measurement and payment for this bid item shall be at the unit price bid in the Proposal Form. J. Primary Sludge Pump Station No. 1 (Bid Item 10): 1. Bid item described in this paragraph is based on the work, labor, materials, equipment, and incidentals required to construct Primary Sludge Pump Station No. 1 in its entirety in accordance with the Contract Documents. 2. Measurement and payment for this bid item shall be at the lump sum price in the Proposal Form. K. Primary Scum Pump Stations No. 1 and 2 (Bid Item 11): 1. Bid item described in this paragraph is based on the work, labor, materials, equipment and incidentals required to construct Primary Scum Pump Stations No. 1 and 2 in their entirety in accordance with the Contract Documents. 2. Measurement and payment for this bid item shall be at the lump sum price in the Proposal Form. L. Yard Piping (Bid Item 12): 1. Bid item described in this paragraph includes all work, labor, tools, materials, equipment and incidentals required to furnish and install yard piping work including but not limited to: trench excavation, bedding, backfill and compaction for various yard piping, bypass pumping as required for undisrupted operation, pipe encasement, pipe lining and coating, trench dewatering, sludge piping including fittings, restrained joints, connections, cleanouts, valves and motorized actuators, precast vaults of various sizes for valves, scum piping including fittings, restrained joints, connections, cleanouts, valves and motorized actuators, precast vaults of various sizes for valves, service water and potable water piping including fittings, restrained joints, connections, cleanouts, valves, precast valve CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 29 33 MEASUREMENT AND PAYMENT Page 5 of 6 vaults, large diameter clarifier influent and effluent piping to/from structures including fittings, restrained joints, connections, valves and motorized actuators, natural gas piping including, fittings, restrained joints, connections, valves, precast valve vaults, plant and sewer drain piping including fittings, restrained joints, connections, cleanouts, valves and motorized actuators, manholes, precast valve vaults, storm drain piping including fittings, restrained joints, connections, storm inlets, manholes, and all other associated yard piping work, as shown on the drawings and described in the specifications, and as needed for a complete and functioning system. 2. Measurement and payment for this bid items shall be at the lump sum price in the Proposal Form. M. Trench Safety System. (Bid Item 13): 1. Bid item described in this paragraph shall be based on labor, materials, and equipment, and performing all operations to plan, design, construct, install, maintain, monitor, modify as necessary, and remove upon completion, a Trench Safety System for trenches more than five feet deep as shown on the Drawings and as specified in Section 33 05 10. All other work specified under other sections of the Specifications necessary to complete the Work (e.g. excavation, dewatering, pipe installation, formwork, concrete placement, backfill, etc.) shall be included in their respective Bid Item. 2. Measurement and payment for this bid item shall be at the lump sum price in the Proposal Form. Trench safety systems for pipe trenches shall be paid for by the lump sump price of pipe trench greater than five feet deep, irrespective of the number of pipes in the trench. Excavation and excavation safety for structural excavations is included in their respective bid items. N. Odor Control Nonmetal Ducts, Supports an Appurtenances (Bid Item 14): 1. Bid Item described in this paragraph shall be based on all work, labor, tools, materials, and equipment required for the construction of the odor control nonmental ducts, structural supports and appurtenances required to complete the Work in its entirety as shown on the Drawings and as specified. Including all associated nonmetal ductwork and supports, dampers, condensate drain improvements. 2. Measurement and payment for this Bid Item shall be at the Lump Sum bid price in the Proposal Form. O. Electrical and Instrumentation Improvements. (Bid Item 15): 1. Bid item described in this paragraph is for labor, materials, and equipment required for electrical and instrumentation work including, but not limited to, equipment, conduit, wire, transformers, MCCs, switchgears, panels, starters, enclosures, meters, switches, gauges, instrumentation, etc. for the Primary Clarifier Improvements and to integrate all improvements described in the Contract Documents into the existing electrical and instrumentation system. 2. Measurement and payment for this Bid Item shall be at the Lump Sum bid price in the Proposal Form. P. Rehabilitation of Primary Clarifiers 15 and 18 (Bid Item 16): 1. Bid item described in this paragraph is for work, labor, tools, materials, equipment and incidentals required to rehabilitate existing clarifiers 15 and 18 including but not limited to removing existing launder covers, weirs, baffles, and concrete launder protective coatings and installing new launder covers, weirs, baffles, and concrete protective coatings in accordance with the Contract Documents. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 29 33 MEASUREMENT AND PAYMENT Page 6 of 6 2. Measurement and payment for this Bid Item shall be at the Lump Sum bid price in the Proposal Form. Q. Concrete Spall and Mortar Repairs (Bid Item 17): 1. Bid item described in this paragraph is for work, labor, tools, materials, equipment and incidentals required to install concrete spall and mortar repairs for Junction Box J, Plant Sewer Meter Station #1, and Primary Effluent Pump Stations I and 1B (PEPS IA and PEPS 1B) wet wells, including but not limited to surface preparation, saw cutting, and mortar application in accordance with the Contract Documents. Work associated with structure access, dewatering, and all other required work to make wet well ready for preparation shall be included in Bid Item 1. 2. Measurement and payment for this Bid Item shall be per actual cubic foot completed at the unit price in the Proposal Form. R. Crack Repair (Bid Item 18): 1. Bid item described in this paragraph is for work, labor, tools, materials, equipment, and incidentals required to repair concrete cracks for Junction Box J, Plant Sewer Meter Station #1, and Primary Effluent Pump Stations I and I (PEPS IA and PEP SIB) wet wells, including but not limited to surface preparation, grouting and grout application in accordance with the Contract Documents. 2. Measurement and payment for this Bid Item shall be per actual linear foot completed at the unit price in the Proposal Form. S. PEPS lA Wet Well Concrete Protective Coatings (Bid Item 19): 1. Bid item described in this paragraph is for work, labor, tools, materials, equipment, and incidentals required for concrete protective coatings at PEPS lA wet well as shown on the Drawings and as specified. 2. Measurement and payment for this Bid Item shall be per actual square foot completed at the unit price in the Proposal Form. T. PEPS 1B Wet Well Concrete Protective Coatings (Bid Item 20): 1. Bid item described in this paragraph is for work, labor, tools, materials, equipment, and incidentals required for concrete protective coatings at PEPS lA wet well as shown on the Drawings and as specified. 2. Measurement and payment for this Bid Item shall be per actual square foot completed at the unit price in the Proposal Form. U. Construction Allowance (Bid Item 21): 1. Bid Item described in this paragraph is an Owner's allowance for additional work, not shown on the drawings or specified, only to be used as approved and directed by the Owner/Engineer. 2. Payment for this Bid Item shall be based on Change Order cost calculated in accordance with the General Conditions and Section 0126 00 Contract Modification Procedures. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOTE USED) CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 SECTION 01 31 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013119-1 PRECONSTRUCTION MEETING Page 1 of 4 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures. B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2A.1 2. Added 1.2A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 4 c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 4 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] L9 QUALITY ASSURANCE [NOT USED] L10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 31 19 - 4 PRECONSTRUCTION MEETING Page 4 of 4 This page intentionally left blank. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 SECTION 013120 PROJECT MEETINGS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 31 20 PROJECT MEETINGS Page 1 of 4 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems. B. Deviations this City of Fort Worth Standard Specification 1. Deleted 1.4.B 2. Added 1.4.0 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. z. After- the exeoution of the AgFeement,but before eeas#uetien is allowed to begin, a#Amd 1 M-Nds Meeting with affeeted residents t a. "Wza t pr-pjeete 1 odulo, including , rstpaetim MMAdate b. Answer- any =oorn cicstia, related questions CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 31 20 PROJECT MEETINGS Page 2 of 4 4---Mtc*,+ng D_Nhaadule a. In goner-a4, the no ghb-,.,.b.A-a wILBeti g will occur within the 2 weeks folio dW-ffJ aa-Xkruc+;0r , r f 'a. Lm rx) cw2 will „stna tion- be » ..,oa + ti,oZl� uxti-1 this Meeting is hold C. Pre -Installation Meeting 1. Conduct a Dreinstallation conference at Project site before each construction activitv when reauired by other sections and when rea_uired for coordination with other construction. a. Review Dro2ress of other construction activities and DreDarations for the particular activity under consideration, including requirements for the following. 1) Contract Documents 2) Options 3) Related RFIs 4) Related Change Orders 5) Purchases 6) Deliveries 7) Submittals 8) Sustainable design requirements 9) Review of mocku_Ds 10) Possible conflicts 11) ComDatibility requirements 12) Time schedules 13) Weather limitations 14) Manufacturer's written instructions 15) Warranty requirements 16) ComDatibility of materials 17) AcceDtability of substrates 18) TemDorary facilities and controls 19) SDace and access limitations 20) Regulations of authorities having jurisdiction 21) Testing and inspecting requirements 22) Installation Drocedures 23) Coordination with other work 24) Required performance results. 25) Protection of adjacent work 26) Protection of construction and Dersonnel b. Present Droiected schedule, including construction start date. c. Answer anv construction related questions. d. Record significant conference discussions, agreements, and disagreements, including required corrective measures and actions. e. Reporting: Distribute minutes of the meeting to each Dartv Dresent and to other parties reouirina information. f. Do not Droceed with installation if the conference cannot be successfullv concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. 2. Meeting Location a. Location of meeting to be determined by the Citv. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 31 20 PROJECT MEETINGS Page 3 of 4 3. Attendees a. Contractor/installer b. Representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow. c. Proiect Representative d. Other Citv representatives 4. Meeting Schedule a. In general, the pre -installation meeting will occur 2 weeks prior to commencing work. b. In no case will construction be allowed to begin until this meeting is held. D. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule. g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions in. Review proposed changes for: 1) Effect on construction schedule and on completion date CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 31 20 PROJECT MEETINGS Page 4 of 4 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request. p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 THROUGH 1.12 [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 SECTION 0132 13 SCHEDULE OF VALUES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013213-1 SCHEDULE OF VALUES Page 1 of 2 1. General requirements for the preparation, submittal, updating, status reporting and management of the Schedule of Values B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements L2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule of Values 1. General a. Prepare a schedule of values in conjunction with the preparation of the progress schedule. 1) Coordinate preparation of schedule of values and progress schedule. b. Correlate line items with other administrative schedules and the forms required for the work, including the progress schedule, payment request form, listing of subcontractors, schedule of allowances, schedule of alternatives, listing of products and principal suppliers and fabricators, and the schedule of submittals. c. Provide breakdown of the Contract Sum in accordance with measurement and payment sections and with sufficient detail to facilitate continued evaluation of payment requests and progress reports. 1) Break down principal subcontract amounts into several line items in accordance with section measurement and payment. d. Round off to the nearest whole dollar, but with the total equal the Contract Sum. 1.5 SUBMITTALS A. Schedule of Values 1. Submit Schedule of Values in native file format and pdf format. 2. Submit Schedule of Values monthly no later than the last day of the month. B. American Iron and Steel Certificates of Compliance 1. Submit monthly certificates with each outlay report requesting funds associated with construction contracts (i.e., covering construction -related invoices). CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 013213-2 SCHEDULE OF VALUES Page 2 of 2 2. Submit final certificate after completion of the construction contract and prior to issuance of a Certificate of Approval by the TWDB, stating the project was completed in compliance with the AIS requirements.. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 1040 ZI] Icy X6111 [$010 CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0132 16 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 SECTION 0132 16 CONSTRUCTION SCHEDULE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements D. Purpose The City of Fort Worth (City) is committed to delivering quality, cost-effective infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a properly structured schedule with accurate updates. This supports effective monitoring of progress and is input to critical decision making by the project manager throughout the life of the project. Data from the updated project schedule is utilized in status reporting to various levels of the City organization and the citizenry. This Document compliments the City's Standard Agreement to guide the construction contractor (Contractor) in preparing and submitting acceptable schedules for use by the City in project delivery. The expectation is the performance of the work follows the accepted schedule and adhere to the contractual timeline. The Contractor will designate a qualified representative (Project Scheduler) responsible for developing and updating the schedule and preparing status reporting as required by the City. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Non-compliance with this specification is grounds for City to withhold payment of the Contractor's invoices until Contractor achieves said compliance. 1.3 REFERENCES A. Project Schedules Each project is represented by City's master project schedule that encompasses the entire scope of activities envisioned by the City to properly deliver the work. When the City contracts with a Contractor to perform construction of the Work, the Contractor CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0132 16 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 will develop and maintain a schedule for their scope of work in alignment with the City's standard schedule requirements as defined herein. The data and information of each such schedule will be leveraged and become integral in the master project schedule as deemed appropriate by the City's Project Control Specialist and approved by the City's Project Manager. 1. Master Project Schedule The master project schedule is a holistic representation of the scheduled activities and milestones for the total project and be Critical Path Method (CPM) based. The City's Project Manager is accountable for oversight of the development and maintaining a master project schedule for each project. When the City contracts for the design and/or construction of the project, the master project schedule will incorporate elements of the Design and Construction schedules as deemed appropriate by the City's Project Control Specialist. The assigned City Project Control Specialist creates and maintains the master project schedule in P6 (City's scheduling software). 2. Construction Schedule The Contractor is responsible for developing and maintaining a schedule for the scope of the Contractor's contractual requirements. The Contractor will issue an initial schedule for review and acceptance by the City's Project Control Specialist and the City's Project Manager as a baseline schedule for Contractor's scope of work. Contractor will issue current, accurate updates of their schedule (Progress Schedule) to the City at the end of each month throughout the life of their work. B. Schedule Tiers The City has a portfolio of projects that vary widely in size, complexity and content requiring different scheduling to effectively deliver each project. The City uses a "tiered" approach to align the proper schedule with the criteria for each project. The City's Project Manager determines the appropriate schedule tier for each project, and includes that designation and the associated requirements in the Contractor's scope of work. The following is a summary of the "tiers". 1. Tier 1: Small Size and Short Duration Project (design not required) The City develops and maintains a Master Project Schedule for the project. No schedule submittal is required from Contractor. City's Project Control Specialist acquires any necessary schedule status data or information through discussions with the respective party on an as -needed basis. 2. Tier 2: Small Size and Short to Medium Duration Project The City develops and maintains a Master Project Schedule for the project. The Contractor identifies "start" and "finish" milestone dates on key elements of their work as agreed with the City's Project Manager at the kickoff of their work effort. The Contractor issues to the City, updates to the "start" and "finish" dates for such milestones at the end of each month throughout the life of their work on the project. 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration The City develops and maintains a Master Project Schedule for the project. The Contractor develops a Baseline Schedule and maintains the schedule of their respective scope of work on the project at a level of detail (generally Level 3) and in alignment with the WBS structure in Section 1.4.1­1 as agreed by the Project CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0132 16 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 Manager. The Contractor issues to the City, updates of their respective schedule (Progress Schedule) at the end of each month throughout the life of their work on the project. C. Schedule Types Project delivery for the City utilizes two types of schedules as noted below. The City develops and maintains a Master Project Schedule as a "baseline" schedule and issue monthly updates to the City Project Manager (end of each month) as a "progress" schedule. The Contractor prepares and submits each schedule type to fulfill their contractual requirements. Baseline Schedule The Contractor develops and submits to the City, an initial schedule for their scope of work in alignment with this specification. Once reviewed and accepted by the City, it becomes the "Baseline" schedule and is the basis against which all progress is measured. The baseline schedule will be updated when there is a change or addition to the scope of work impacting the duration of the work, and only after receipt of a duly authorized change order issued by the City. In the event progress is significantly behind schedule, the City's Project Manager may authorize an update to the baseline schedule to facilitate a more practical evaluation of progress. An example of a Baseline Schedule is provided in Specification 01 32 16.1 Construction Project Schedule Baseline Example. 2. Progress Schedule The Contractor updates their schedule at the end of each month to represent the progress achieved in the work which includes any impact from authorized changes in the work. The updated schedule must accurately reflect the current status of the work at that point in time and is referred to as the "Progress Schedule". The City's Project Manager and Project Control Specialist reviews and accepts each progress schedule. In the event a progress schedule is deemed not acceptable, the unacceptable issues are identified by the City within 5 working days and the Contractor must provide an acceptable progress schedule within 5 working days after receipt of non -acceptance notification. An example of a Progress Schedule is provided in Specification 0132 16.2 Construction Project Schedule Progress Example. D. City Standard Schedule requirements The following is an overview of the methodology for developing and maintaining a schedule for delivery of a project. 1. Schedule Framework - The schedule will be based on the defined scope of work and follow the (Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Compliance with cost loading can be provided with traditional cost loading of line items OR a projected cost per month for the project when the initial schedule is submitted, updated on a quarterly basis is significant change is anticipated. Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and must match the City's project data. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0132 16 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 E. Schedule File Name All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the project followed by baseline (if a baseline schedule) or the year and month (if a progress schedule), as shown below. • Baseline Schedule File Name Format: City Project Number —Project Name —Baseline Example: 101376 North Montgomery Street HMAC_Baseline Progress Schedule File Name Format: City Project Number Project Name _YYYY-MM Example: 101376 North Montgomery Street HMAC_2018_01 • Project Schedule Progress Narrative File Name Format: City Project Number _Project Name_PN_YYYY-MM Example: 101376 North Montgomery Street HMAC_PN_2018_01 F. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. • Arterials • Aviation • Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements (later) • Parks • Storm water • Street Maintenance • Traffic • Water G. Schedule Calendar The City's standard calendar for schedule development purposes is based on a 5-day workweek and accounts for the City's eight standard holidays (New Years, Martin Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, Christmas). The Contractor will establish a schedule calendar as part of the schedule development process and provide to the Project Control Specialist as part of the basis for their schedule. Variations between the City's calendar and the Contractor's calendar must be resolved prior to the City's acceptance of their Baseline project schedule. H. WBS & Milestone Standards for Schedule Development CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0132 16 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 The scope of work to be accomplished by the Contractor is represented in the schedule in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the development of the schedule activities and shall be imbedded and depicted in the schedule. The following is a summary of the standards to be followed in preparing and maintaining a schedule for project delivery. Contractor is required to utilize the City's WBS structure and respective project type template for "Construction" as shown in Section 1.4.H below. Additional activities may be added to Levels 1 - 4 to accommodate the needs of the organization executing the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 "Construction Execution" that delineates the activities associated with the various components of the work. 2. Contractor is required to adhere to the City's Standard Milestones as shown in Section 1.4.I below. Contractor will include additional milestones representing intermediate deliverables as required to accurately reflect their scope of work. I. Schedule Activities Activities are the discrete elements of work that make up the schedule. They will be organized under the umbrella of the WBS. Activity descriptions should adequately describe the activity, and in some cases the extent of the activity. All activities are logically tied with a predecessor and a successor. The only exception to this rule is for "project start" and "project finish" milestones. The activity duration is based on the physical amount of work to be performed for the stated activity, with a maximum duration of 20 working days OR a continuous activity in one location. If the work for any one activity exceeds 20 days, break that activity down incrementally to achieve this duration constraint. Any exception to this requires review and acceptance by the City's Project Control Specialist. Change Orders When a Change Order is issued by the City, the impact is incorporated into the previously accepted baseline schedule as an update, to clearly show impact to the project timeline. The Contractor submits this updated baseline schedule to the City for review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0132 16 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. K. City's Work Breakdown Structure XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX.40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX.70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX.80 Construction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX. 80.8 5 Inspection XXXXXX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure L. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. Activity ID Activity Name Design 3020 Award Design Agreement 3040 Issue Notice to Proceed - Design Engineer 3100 Design Kick-off Meeting 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3150 Peer Review Meeting/Design Review meeting (technical) 3160 Conduct Design Public Meeting #1 (required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3250 Conduct Design Public Meeting #2 (required) CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0132 16 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 3260 Preliminary Design Complete 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3330 Conduct Design Public Meeting #3 (if required) 3360 Final Design Complete ROW & Easements 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construction Bid and Award 8110 Start Advertisement 8150 Conduct Bid Opening 8240 Award Construction Contract Construction Execution 8330 Conduct Construction Public Meeting #4 Pre -Construction 8350 Construction Start 8370 Substantial Completion 8540 Construction Completion 9130 Notice of Completion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Closed 1.4 SUBMITTALS A. Schedule Submittal & Review The City's Project Manager is responsible for reviews and acceptance of the Contractor's schedule. The City's Project Control Specialist is responsible for ensuring alignment of the Contractor's baseline and progress schedules with the Master Project Schedule as support to the City's Project Manager. The City reviews and accepts or rejects the schedule within ten workdays of Contractor's submittal. Schedule Format The Contractor will submit each schedule in two electronic forms, one in native file format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document management system in the location dedicated for this purpose and identified by the Project Manager. In the event the Contractor does not use Primavera P6 or MS Project for scheduling purposes, the schedule information must be submitted in .xls or .xlsx format in compliance with the sample layout (See Specification 0132 16.1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 2. Initial & Baseline Schedule The Contractor will develop their schedule for their scope of work and submit their initial schedule in electronic form (in the file formats noted above), in the City's document management system in the location dedicated for this purpose at least 5 working days prior to Pre Construction Meeting. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0132 16 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 The City's Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City's Master Project Schedule, including format & WBS structure. Following the City's review, feedback is provided to the Contractor for their use in finalizing their initial schedule and issuing (within five workdays) their Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their project schedule (Progress Schedule) by the last day of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete, the Project Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re -submits the corrected Progress Schedule within 5 workdays, following the submittal process noted above. The City's Project Manager and Project Control Specialist review the Contractor's progress schedule for acceptance and to monitor performance and progress. The following list of items are required to ensure proper status information is contained in the Progress Schedule. • Baseline Start date • Baseline Finish Date • % Complete • Float • Activity Logic (dependencies) • Critical Path • Activities added or deleted • Expected Baseline Finish date • Variance to the Baseline Finish Date B. Monthly Construction Status Report The Contractor submits a written status report (referred to as a progress narrative) at the monthly progress meeting (if monthly meetings are held) or at the end of each month to accompany the Progress Schedule submittal, using the standard format provided in Specification 01 32 16.3 Construction Project Schedule Progress Narrative. The content of the Construction Project Schedule Progress Narrative should be concise and complete to include only changes, delays, and anticipated problems. C. Submittal Process • Schedules and Monthly Construction Status Reports are submitted in in the City's document management system in the location dedicated for this purpose. • Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules or construction status reports are required from the Contractor. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0132 16 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.6 CLOSEOUT SUBMITTALS [NOT USED] 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.8 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.10 FIELD [SITE] CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0132 16 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 This page intentionally left blank. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2A.1 2. Added 1.2A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lumn Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 1110 ZI] an X611 I Mei CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 013235-1 AERIAL/PHOTOGRAPHIC DOCUMENTATION Page 1 of 2 SECTION 0132 35 AERIAL/PHOTOGRAPHIC DOCUMENTATION PART1- GENERAL 1.1 SUMMARY A. Section Includes 1. Administrative and procedural requirements for: a. Aerial Photographs b. Project Photographs B. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Project Aerials Photographs 1. Take aerial photographs of the project site prior to construction, monthly during the construction of the project, and after completion of the project. 2. Aerial Photographs Provided by: a. Aerial Photography, Incorporated, or approved equal. 1) Contact: Michael Chase Eaton a) Phone:954-568-0484 b) Email: michael@api4.com 3. Aerial Photographs a. Taken with a quality digital camera (300 ppi or greater) b. Provide three (3) photos for each trip, each at a different angle. 4. Aerial Photograph Copies a. Format 1) Provide digital copies of all photographs. 2) Provide prints of photographs as follows: a) One glossy color 8.5" x 11" prints for each photograph taken. b) Mark each print to indicate: (1) Project name, (2) Date, (3) Location, 3) Photographs shall be clear and sharp with proper exposure. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 32 35 - 2 AERIAL/PHOTOGRAPHIC DOCUMENTATION Page 2 of 2 5. Preconstruction Aerials a. Provide no less than three (3) aerial photographs of the site prior to construction. 6. Progress Aerials a. Starting one month after the date of the preconstruction aerial photographs and continuing as long as the work is in progress, provide: 1) Progress Photos: a) Three (3) monthly aerial photographs taken to accurately record the work that has progressed during that period. b. Prints and Digital photographs are to be submitted with the monthly Partial Pay Request. 1) Provide prints in plastic binder. B. Project Photographs l . Take photographs of the project site/alignment prior to construction, monthly during the construction of the project, and after completion of the project. 2. Photographs shall be taken with a quality digital camera with date back capability, with lenses ranging from wide angle to 135mm. 3. Photographs shall be taken at locations designated by the Engineer. 4. Provide digital copies of all photographs. 5. Preconstruction Photos a. Provide no less than forty-eight (48) photographs of the site and alignment prior to construction. 6. Progress Photos a. Starting one month after the date of the preconstruction photographs and continuing as long as the work is in progress, provide twenty-four (24) monthly photographs taken to accurately record the work that has progressed during that period. b. Digital photographs are to be submitted with the monthly Partial Pay Request. 1.5 -1.12 [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 SECTION 0133 00 SUBMITTALS PART1- GENERAL 1.1 SUMMARY 01 33 00 SUBMITTALS Page 1 of 10 A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work -related submittals: 1. Shop Drawings 2. Types of submittals 3. Product Data (including Standard Product List submittals) 4. Samples 5. Mockups B. Deviations from this City of Fort Worth Standard Specification 1. Added 1.1.A.2 2. Modified 1.2.A.1 3. Added 1.2.A.2 4. Added 1.3 5. Added 1.4.13 6. Added 1.4.C.1.c.4 7. Added 1.4.G.3 8. Added 1.4.0.1 and 1.4.0.2 9. Added 1.4.0.7 through 1.4.0.9 10. Added 1.4.P 11. Added 1.4.0 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 TYPES OF SUBMITTALS A. Action Submittals: Written and 2ranhic information and Dhvsical samDles that reauire Engineer's responsive action. Action submittals are those submittals indicated in individual SDecification Sections as "action submittals." CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 33 00 SUBMITTALS Page 2 of 10 B. Informational Submittals: Written and graphic information and Dhvsical samples that do not reauire Engineer's resDonsive action. Submittals may be reiected for not complving with reauirements. Informational submittals are those submittals indicated in individual Specification Sections as "informational submittals." C. s "informational submittals." D. Mass Submittals: Six or more submittals or items in one day or 20 or more submittals or items in one week. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times 1. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. 2. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities 3. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. 4. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Log/Schedule 1. Prior to submitting the first submittal for the proiect, provide a submittal log/schedule to include 1. Anticipated Submittals 2. Proposed Submittal Numbering 3. Anticipated Submittal Dates. C. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: 1. Use the first 6 digits of the applicable Specification Section Number. 2. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. 3. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 33 00 SUBMITTALS Page 3 of 10 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing 4) Include brief description of submittal. D. Contractor Certification Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: 1. Field measurements 2. Field construction criteria 3. Catalog numbers and similar data 4. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: 1. The Contractor's Company name 2. Signature of submittal reviewer 3. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." E. Submittal Format 1. Fold shop drawings larger than 8 %2 inches x 11 inches to 8 1/2 inches x 1linches. 2. Bind shop drawings and product data sheets together. 3. Order 1. Cover Sheet 1) Description of Packet 2) Contractor Certification 2. List of items / Table of Contents 3. Product Data /Shop Drawings/Samples /Calculations F. Submittal Content 1. The date of submission and the dates of any previous submissions 2. The Project title and number 3. Contractor identification 4. The names of.- 1. Contractor 2. Supplier 3. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions clearly identified as such. 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 33 00 SUBMITTALS Page 4 of 10 11. An 8-inch x 3-inch blank space for Contractor and City stamps G. Shop Drawings As specified in individual Work Sections includes, but is not necessarily limited to: 1. Custom -prepared data such as fabrication and erection/installation (working) drawings. 2. Scheduled information. 3. Setting diagrams 4. Actual shopwork manufacturing instructions 5. Custom templates 6. Special wiring diagrams 7. Coordination drawings 8. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications 9. As applicable to the Work 2. Details 1. Relation of the various parts to the main members and lines of the structure 2. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. Submittals required by funding agencies 1. Prepare and submit all documentation reauired by fundins asencies, such as the Texas Water Development Board (TWDB). This includes, but is not limited to se2re2ated Dav aDDlications and change orders when required to DrODerly allocate funds to different funding sources, and certified Davrolls for Droiects subject to wale reauirements. Provide one coDv of each submittal made in accordance with this Dara2raDh to the Engineer. 2. Provide complete documentation related to comDliance with the American Iron and Steel Provisions. These shall include the Deriodic submittals of documentation reauired for comDliance with this Droaram and the associated certifications as required by the Texas Water Develo_ment Board (TWDB) and the Clean Water SRF Droaram. 3. el Provisions. These shall include the Deriodic submittals of documentation reauired for comDliance with this Droaram and the associated certifications as required by the Texas Water Develo_ment Board (TWDB) and the Clean Water SRF Droaram. 4. Documentation will be required for Drocessin2 of Contractor's Dav aDDlication. H. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: 1. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 33 00 SUBMITTALS Page 5 of 10 6) Product photographs 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams. 9) Production or quality control inspection and test reports and certifications 10) Mill reports. 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties. 12) As applicable to the Work I. Samples As specified in individual Sections, include, but are not necessarily limited to: 1. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets. 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work. J. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. K. Submittal Distribution Electronic Distribution 1. Confirm development of Project directory for electronic submittals to be uploaded to City's BIM360 site, or another external FTP site approved by the City. 2. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. 3. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals 4. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 33 00 SUBMITTALS Page 6 of 10 1. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. 2. Product Data 1) Distributed to the City 2) Copies a) 4 copies 3. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. 1. Provide number of copies as directed by the City but not exceeding the number previously specified. L. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: 1. Permitting any departure from the Contract requirements 2. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials 3. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. 1. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility, therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: 1. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. 2. Code 2 CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 33 00 SUBMITTALS Page 7 of 10 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. 3. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Reuubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. 4. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals 1. Handled in the same manner as first submittals. 1) Corrections other than requested by the City. 2) Marked with revision triangle or other similar method. a) At Contractor's risk if not marked 2. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. 3. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals 1. City reserves the right to not review submittals deemed partial, at the City's discretion. 2. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. 3. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 33 00 SUBMITTALS Page 8 of I0 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. M. Mockups 1. Mockup units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. N. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. O. Request for Information (RFI) 1. Immediately on discovery of the need for additional information, clarification, or intemretation of the Contract Documents, Contractor shall Drepare and submit an RFI in the form sDecified. 1. Engineer will return without response those RFIs submitted to Engineer by other entities controlled by Contractor. 2. Coordinate and submit RFIs in a prompt manner to avoid delays in Contractor's work or work of subcontractors. 2. Content of RFI: Include a detailed, legible descri_Dtion of item needing information or intemretation and the following: 1. Project Name. 2. Owner Name. 3. Owner's Project number. 4. Name of Engineer. 5. Engineer's Project number. 6. Date. 7. Name of Contractor. 8. RFI number, numbered sequentially. 9. RFI subject. 10. Specification Section number and title and related vara2ra_phs, as a_D_Dro_Driate. 11. Drawing number and detail references, as appropriate. 12. Field dimensions and conditions, as appropriate. 13. Contractor's su22ested resolution. If Contractor's su22ested resolution impacts the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. 14. Contractor's signature. 15. Attachments: Include sketches, descriptions, measurements, photos, Product Data, Shop Drawings, coordination drawings, and other information necessary to fullv describe items needing intemretation. 1) Include dimensions, thicknesses, structural grid references, and details of affected materials, assemblies, and attachments on attached sketches. Contractor Request for additional information 1. Clarification or interpretation of the contract documents 2. When the Contractor believes there is a conflict between Contract Documents 3. When the Contractor believes there is a conflict between the Drawings and Specifications CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 33 00 SUBMITTALS Page 9 of 10 1) Identify the conflict and request clarification. 4. Use the Request for Information (RFI) form provided by the City. 5. Numbering of RFI 1. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and increasing sequentially with each additional transmittal. 6. The City will log each request and will review the request. 7. Engineer's Action: Engineer will review each RFI, determine action required, and respond. Allow 7 days for Engineer's response for each RFL RFIs received by Engineer after 1:00 p.m. will be considered as received the following working day. 1. The following Contractor -generated RFIs will be returned without action: 1) Requests for approval of submittals 2) Requests for approval of substitutions 3) Requests for approval of Contractor's means and methods. 4) Requests for coordination information alreadv indicated in the Contract Documents. 5) Request for adiustments in the Contract Time or the Contract Sum. 6) Requests for interpretation of Engineer's actions on submittals. 7) Incomplete RFIs or inaccurately prepared RFIs. 2. Engineer's action may include a request for additional information, in which case Engineer's time for response will be from time of receipt by Engineer of additional information. 3. Engineer's action on RFI that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Chance Proposal according to Section 0126 00 "Contract Modification Procedure". 1) If Contractor believes the RFI response warrants change in the Contract Time or the Contract Sum, notifv Engineer in writing within 5 days of receipt of the RFI response. 8. Prepare, maintain, and submit a tabular lot of RFIs organized by RFI number. Submit los monthly. Include the following: 1. Proiect name. 2. Name and address of Contractor. 3. Name and address of Engineer. 4. RE description. 5. Date the RFI was submitted. 6. Date Engineer's response was received. 7. Identification of related Minor Change in the Work, Construction Change Directive, and Proposal Request, as appropriate. 8. Identification of related Field Order, Work Change Directive, and Proposal Request, as appropriate. 9. On receipt of Engineer's action, update the RFI loe and immediatelv distribute the RFI response to affected parties. Review response and notify Engineer within 7 days if Contractor disagrees with response. P. Delegated DesiLyn Services Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically reauired of Contractor by the Contract Documents, provide products and systems comDlvin2 with specific ,performance and design criteria indicated. 1. If criteria indicated are insufficient to perform services or certification required, submit a written request for additional information to Engineer. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 33 00 SUBMITTALS Page 10 of 10 2. Delesated-Design Services Certification: In addition to Shop Drawings. Product Data, and other required submittals, submit digitally signed PDF file copies of certificate, signed and sealed by the responsible design Drofessional, for each Droduct and system sDecifically assigned to Contractor to be designed or certified by a design Drofessional. 1. Indicate that Droducts and systems comDly with Derformance and design criteria in the Contract Documents. Include list of codes, loads, and other factors used in Derformin2 these services. Q. American Iron and Steel Certificates of ComDliance 1. Identification of materials subject to AIS reauirements. 2. Provision of manufacturer's certification (Final or SteD Certification). 3. Submittal of additionally rea_uested documentation for compliance with the AIS requirements. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0135 13.24 SPECIAL PROCEDURES FOR MAINTENANCE OF PLANT OPERATION AND SQUENCE OF CONSTRUCTION Page 1 of 7 SECTION 01 35 13.24 — SPECIAL PROCEDURES FOR MAINTENANCE OF PLANT OPERATION AND SEQUENCE OF CONSTRUCTION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. General construction phasing requirements 2. Site conditions 3. Construction sequencing requirements and shut -down constraints. B. Each Contractor shall participate in sequencing requirements. Certain areas of responsibility are assigned to a specific contractor. C. Related Requirements: 1. Section 01 1100 "Summary of Work" 2. Section 0132 16 "Construction Progress Schedule" 3. Section 01 50 00 "Temporary Facilities and Controls" for limitations and proce- dures governing temporary use of Owner's facilities. 4. Section 33 03 10 "Temporary Flow Management Systems" D. The intent of construction phasing as specified herein and as shown on the Drawings is to maintain the maximum possible level of transmission and distribution of flow throughout the construction process, and to facilitate coordination of the Work to ensure sufficient treatment capacity is available at all times. All tasks of the phased construction schedule necessary to maintain the highest possible level of transmission and distribution, whether described herein or not, are the responsibility of the Contractor. E. The work specified herein and any other work required by the Engineer which may interrupt the normal operations shall be accomplished at times that will be convenient to the City. The Contractor shall plan to work overtime if needed to complete construction of the project and shall make no claims for extra compensation for overtime work required to conform to these requirements. The Contractor shall notify the Engineer and City in writing at least 21 days prior to construction requiring shutdown of the Plant facilities. Contractor is required to submit City furnished Shut Down Form and get written approval of requested shutdown prior to commencing any work. F. Shutdowns must be scheduled to create minimum interference with normal plant operation. Before attempting construction of critical work or tie-ins, meet with Engineer to develop a satisfactory construction procedure which will result in minimum CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0135 13.24 SPECIAL PROCEDURES FOR MAINTENANCE OF PLANT OPERATION AND SQUENCE OF CONSTRUCTION Page 2 of 7 shutdown time for those units involved. During shutdown periods, employ a full crew on a 24-hour schedule if necessary and employ additional work crews as necessary to complete the work within the required time. G. All scheduled shutdowns must be submitted in writing to the City at least 21 calendar days prior, and no work may begin until approval has been granted by the City and the Engineer. High flow conditions (above 200 mgd) or equipment outages may require the rescheduling of an approved shutdown. Any cost associated with rescheduling will be borne by the Contractor, at no additional cost to the City. Have all tools, equipment, materials, labor, etc. including backup units, on hand prior to performing work requiring shutdown. H. The Contractor shall maintain continuous access to the sites and present operations. All operations of existing facilities shall be performed by Village Creek Water Reclamation Facility (VCWRF) personnel, coordinated through the Engineer by the Contractor. Contractor and its Subcontractors shall ensure adequate ventilation to ensure safe working conditions at all times. K. The Contractor shall be responsible for developing his own schedule to meet the completion requirements and maintain the treatment capacity requirements of the plant. 1n=I104163►13111163WI A. Several areas of construction under this contract must be coordinated with the Plant Operating Personnel and accomplished in a logical order to maintain the process flow through the plant at all times and to allow construction to be completed within the time allowed by the Contract Documents. Coordinate the activities with the other contractors, if any, to allow orderly and timely completion of all the work. B. When access through construction areas must be disrupted, provide alternate acceptable access for plant operators or other contractors. C. Coordinate the activities in the interface or common areas with these other contractors and the plant operators. Submit to the Engineer a description and schedule as to how the common areas will be utilized, recognizing the required coordination with other contractors and the plant operators. D. Various interconnections within the plant will depend on closure of various gates and valves and/or use of stop plates or stop logs to isolate flow. Many of these valves and gates or stop plate and stop logs may not seal properly. Coordinate with the Plant Operations Personnel to request any such closure and provide any corrective measure or temporary facilities necessary to attain the shut off needed to perform the work at no additional cost to the City and without interrupting plant operation. Do not operate gates or valves. Coordinate with City so that plant staff will close or open the necessary valves and gates at the plant. E. Various interconnections within the plant may require temporary partial power shut- down. Make every effort necessary to minimize the shutdown time and coordinate with CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0135 13.24 SPECIAL PROCEDURES FOR MAINTENANCE OF PLANT OPERATION AND SQUENCE OF CONSTRUCTION Page 3 of 7 the Plant Operating Personnel and/or utility authorities prior to attempting any such power shutdown. Furthermore, provide any corrective measure or temporary facilities necessary to perform the work at no additional cost to the Owner and without interrupt- ing the plant operation. F. When the work requires an existing facility to be taken out of operation, temporarily or permanently, notify the Engineer and plant operators 21 days in advance. Coordination meetings involving the Contractor, Owner, and Engineer shall be held one month prior to work beginning on the following areas: 1. Junction Structures G and H 2. Bar Screen Buildings 1 and 2 and Detritors 3. Primary Clarifiers 1-12 4. Scum Pump Stations 1-3 5. Sludge Pump Stations 1-2 6. Primary Effluent Pump Stations IA and 113 7. Primary Effluent Pump Station 2 8. Box I 9. Box J 10. Plant Sewer #1 Meter Station 11. Electrical Services and Tie-ins 12. Plant Network Communication G. The VCWRF is currently operating at approximately 110 to 165 million gallons per day (mgd) average daily flow (ADF). Current average dry weather flow is approximately 129 mgd and peak dry weather flow is approximately 165 mgd. Peak wet weather flow is approximately 369 mgd. H. Dry weather period is defined as an extended time period of dry weather and typically occurs during the months of June through August. The influent flow from the Headworks/Grit Facility splits at Box F2 through two 96- inch lines (west main and east main) and then combines at Box 4B. Flow from Box 4B is split between a 96-inch line and a 72-inch line that then combine at Bar Screen Building 3. Flow from Bar Screen Building 3 is split between Primary Clarifiers 13,14, 16 & 17 and Primary Clarifiers 15 and 18. Primary Effluent Pump Station Nos. lA and 1B (PEPS lA and PEPS 1B) pump effluent from Primary Clarifiers 1-6 to Aeration Basins 9-13. Primary Effluent Pump Station No. 2 (PEPS 2) pumps effluent from Primary Clarifiers 13-18 to Aeration Basins 1-6. K. PEPS IA, PEPS 1B, and PEPS 2 wet wells are hydraulically interconnected with a 96- inch/84-inch/72-inch/48-inch primary effluent (PE) header. PEPS IA and PEPS 1B can be isolated from PEPS 2 at Box I. PEPS lA and PEPS I are hydraulically interconnected with a 72-inch/48" header with no ability to isolate between the two wet wells. K. Under no circumstances will the Contractor be permitted to divert or discharge any untreated or partially treated wastewater from the plant. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0135 13.24 SPECIAL PROCEDURES FOR MAINTENANCE OF PLANT OPERATION AND SQUENCE OF CONSTRUCTION Page 4 of 7 L. Arrange with City/Engineer for equipment and material storage site(s) if other than what is shown on the Drawings, including location of field office(s), site access, personnel plant access and construction parking area(s) prior to commencing work. Contractor shall abide by security measures in place at the plant. M. In the event that underground piping or utilities are encountered which are not shown on the Drawings, such piping or utilities shall not be disturbed without prior approval of the Engineer. N. Do not utilize streets for storage of materials except for pipe laying operation, in which case temporary staging for excavated materials, pipe building, and embedment materials will be allowed during active pipe laying periods. One traffic lane must be kept open in these temporary staging areas. Staging areas shall be so located as to allow plant operations to be maintained. Gutters and drainage areas shall be kept clear of construction materials at all times. O. Street closings and lane closures shall be coordinated with the plant. Other construction contracts will require coordination of street closings. The period of time that streets are closed shall be limited to the minimum time reasonably possible. Vehicular access to all process facilities shall be maintained. 1.4 INFORMATIONAL SUBMITTALS A. The Contractor shall submit to the Engineer for approval a detailed Schedule for Construction prior to initiation of site construction. The Schedule shall comply with aspects of the work described herein. B. The Contractor shall update the schedule as required by Section 0132 16. C. For all work which will require a temporary shutdown of operations or water service disruptions, the Contractor shall submit a proposed work plan which indicates the manpower, tools, equipment, and construction procedure to be used at least 21 days prior to the requested shutdown period. 1.5 SEQUENCING REQUIREMENTS, SHUT -DOWN CONSTRAINTS, AND PROJECT WORK EFFORTS A. Within 10 days after the effective date of the Agreement, submit to the Engineer, along with the Schedule of Values, a Construction Sequence Schedule. This schedule shall provide a listing of major construction items, demolition work, new structures, new equipment, and the sequencing of these items of work so as to impact the operation of the plant and/or existing adjacent facilities to the minimum extent possible. This schedule shall reflect the construction constraints and construction sequence requirements of this section. B. The construction schedule shall be developed and implemented to minimize shutdowns of the facilities. C. The following is a list of constraints to consider in developing the overall plan of construction. This list is not intended to release the Contractor from the responsibility to coordinate the work in any manner which will ensure project completion within the CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0135 13.24 SPECIAL PROCEDURES FOR MAINTENANCE OF PLANT OPERATION AND SQUENCE OF CONSTRUCTION Page 5 of 7 time allowed. The following areas are not necessarily listed in their required sequence of construction. A suggested sequence within each area, where necessary, is included. These items are presented to assist the Contractor and are not all inclusive. D. Refer to Drawings C-S-1 through C-S-4 for construction staging notes and suggested construction sequence. General Sequencing Requirements and Shut -Down Constraints/Limitations a. Primary Clarifiers 13-18 shall remain in service at all times. b. At least one of PEPS IA and 1B shall remain in service at all times. Allowa- ble shutdown of PEPS I and I together shall be no more than three days. c. PEPS 2 shall remain in service at all times. Allowable shutdown of PEPS 2 for tie-ins shall be no more than 4 hours. d. The east 96-inch INF main shall remain in service at all times. Allowable shutdown of east 96-inch INF main for tie-ins shall be no more than one month (30 days). The east main can be isolated at Box F2 and Box 4B. e. Plant Sewer #1 flow shall remain in service at all times. Bypass pump Plant Sewer #1 flow to Primary Clarifier Distribution Box 21 during construction until Plant Sewer #1 flow can be directed to new Primary Clarifier 1-4 Distri- bution Box and treated by new Primary Clarifiers 1-3. f. The 42-inch plant drain flow to PEPS 2 shall remain in service at all times. Bypass pump 42-inch plant drain flow as necessary to isolate and dewater 72/84/96-inch PE header for Box I work. g. Junction Box J shall remain in service at all times. Bypass pump stormwater flow from Junction Box J to Stormwater Pump Station as required to maintain active stormwater flow management. h. All shutdowns shall be during dry weather flow periods as defined in para- graph 1.3.H. i. Contractor is responsible for dewatering pipes and structures for tie-ins. 2. West Diversion Box G a. Complete construction of West Diversion Box G as required by the Contract Documents. b. Construction of West Diversion Box G shall be completed prior to demolition of Box G and H and prior to putting relocated 96-inch INF line in service. c. Once the West Diversion Box G is constructed, close all slide gates and tem- porarily plug the 96-inch PCI line from West Diversion Box G to Primary Clarifier Distribution Box No. 1. d. Put West Diversion Box G and 96-inch INF line is in service. e. Keep all slide gates closed in West Diversion Box G until 96-inch PCI line construction is complete and Primary Clarifiers 1-3 are ready to be put into service. Box G and H Demolition a. Complete demolition of Box G and H as required by the Contract Documents. b. Construct the West Diversion Box G, relocate the east 96-inch INF and con- struct tie-ins to east 96" INF as shown on Drawings prior to demolition of Box G and H. c. Put east 96-inch INF and West Diversion Box G in service prior to demolition of Box G and H. d. All electrical work shall be disconnected and relocated prior to demolition. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0135 13.24 SPECIAL PROCEDURES FOR MAINTENANCE OF PLANT OPERATION AND SQUENCE OF CONSTRUCTION Page 6 of 7 4. Bar Screen Building 1 and 2 Demolition a. Complete demolition of Bar Screen Buildings 1 and 2 and detritors 1-4 as re- quired by the Contract Documents. b. Bar Screen Building 2, flumes 3 & 4, and detritors 3 & 4 are abandoned and can be demolished at any time. c. Construct the West Diversion Box G, relocate the east 96-inch INF, construct tie-ins to east 96" INF as shown on Drawings to put east 96-inch INF and West Diversion Box G in service prior to demolition of Bar Screen Building 1, flumes 1 & 2, and Detritors 1 & 2. d. All electrical work shall be disconnected and relocated prior to demolition. Primary Clarifiers 1-12 Demolition a. Complete demolition of Primary Clarifiers 1-12 and associated scum pump stations, sludge pump stations including all concrete, equipment, piping and valves as required by the Contract Documents. b. Primary Clarifiers 7-12 and associated sludge pump station and scum pump stations are abandoned and can be demolished at any time. c. Construct and put into service new 78-inch PE header and Junction Box I to keep at least one of PEPS lA and PEPS 1B in service at all times. See Drawing C-S-2 for more details on suggested phasing approach. d. 6"/8" scum line servicing primary clarifiers 13-18 shall be remain in service at all time and shall be temporarily relocated prior to demolition. e. All electrical work shall be disconnected and relocated prior to demolition. G'l 6. 78-inch PE Header a. Construct 78-inch PE header as required by the Contract Documents. b. Phase the construction to allow for at least one of PEPS IA and PEPS 1B pump stations to remain in service at all times. c. PEPS IA and 1B can be shut down at same time for tie-ins and/or installation of 72-inch PE header bulkheads for no more than three days. d. Stop plate guides exist at existing Box I to isolate 72-inch PE header from 72/84/96-inch PE header to PEPS2. Provide stop plates as required for isola- tion. e. Maintain stormwater flow during removal/replacement of stormwater pipes as shown on the Drawings. 7. Junction Box I a. Construct Junction Box I as required by the Contract Documents. b. Stop plate guides exist at PEPS 2 to isolate and dewater 72/84/96-inch PE header from Box I to PEPS 2 for tie-ins. Provide stop plates as required for isolation. c. The 42-inch plant drain flow to PEPS 2 shall remain in service at all times. Bypass pump 42-inch plant drain flow as necessary to isolate and dewater 72/84/96-inch PE header. Plant Sewer Flow Meter Station #1 a. Construct Plant Sewer Flow Meter Station #1 modifications as required by the Contract Documents. b. Plant Sewer #1 flow shall remain in service at all times. Plant Sewer #1 flow shall be bypassed to Primary Clarifier Distribution Box 21 during construc- CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0135 13.24 SPECIAL PROCEDURES FOR MAINTENANCE OF PLANT OPERATION AND SQUENCE OF CONSTRUCTION Page 7 of 7 tion until Plant Sewer #1 flow can be directed to new Primary Clarifier 1-4 Distribution Box and can be treated by new Primary Clarifiers 1-3. 9. Junction Box J Modifications a. Construct Junction Box J modifications as required by the Contract Docu- ments. b. Junction Box J exists as storm water and primary effluent junction box. c. Stormwater flow through Box J shall maintained and bypass pumped, if re- quired, to remain in service at all times. 10. Utility Demolition and Relocation a. Existing utilities shall be demolished and relocated prior to construction of the primary clarifier improvements. b. Confirm location of existing utilities prior to Work. c. Existing utilities shall be relocated and remain in service at all times. d. Existing 6"/8" scum line that services primary clarifiers 13-18 shall remain in service at all times and be temporarily relocated outside of the primary clarifi- er construction zone until permanent installation is possible. 11. Electrical a. Sequencing of electrical work must be done to ensure that there are no equipment power outages that will impact plant operations. b. Electrical demolition for Box G shall not be completed while Primary Clarifiers 1-6 are in services. 12. The requirements above are not inclusive of all work and the Contractor shall be responsible for determining the required shutdowns to complete the work of this Contract. A minimum of 10 days shall be provided between each construction sequence activity to allow the respective treatment units to be drained for construction activities. PART 2 -PRODUCTS (NOT USED) PART 3 -EXECUTION (NOT USED) END OF SECTION CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 THIS PAGE INTENTIONALLY LEFT BLANK. SECTION 01 3513 SPECIAL PROJECT PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 0135 13 SPECIAL PROJECT PROCEDURES Page I of 6 1. The procedures for special project circumstances that includes, but is not limited to: b. Work near High Voltage Lines c. Confined Space Entry Program d. Use of Explosives, Drop Weight, Etc. e. Water Department Notification g. EKativiwith United States n�rpf Engine h. Ge &Fd4w4eil-,Aithis RL lm ud p anti c aaa i. Dust Control j. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1. LA.1 2. Deleted 1.2.A.1 3. 4. 5. Deleted 1.2.A.2 6. Modified 1.2.A.3.a 7. Added 1.2.A.3.b 8. Deleted I A.A 9. Modified I A.H. through I A K C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 12 25 — Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 4. Goof di ff tief ••ithix-Rwl-.,,oa:4 ,.o,mit a. Aao 1) Me-a}}sur-emePA4b tl.:i3 T.,-/rs Nvi"a by lunsp awn. b.PayenC 1) Unit The veflE Per-fefmeeand to-\\Yls famished : aeeer-danee ;A14th dhis Ream will be paid for at the lump vans pkobid€or Railroad 2) Tiansu Flans P ieorf fined Laid =t rd—Anee, i'vith this item •Ail! bi irs,�ua e-tcJ. lurnr sum rz�v= CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0135 13 SPECIAL PROJECT PROCEDURES Page 2 of 6 c. The price hid shall ink 1) 44obilizagon 2) IMP20tion 3) S&f� tra ning ^) nAdditioal. 5; L~xumnze G-efti fie tes 6) Other ie"uriciciesav:rooiiccd with general rcoordination with Railroad, ineluding additional e ..1 . ,0 1 to pr-ateet the i4ght (.4'.. ay ap 1) Measur-emen4 for- this will be per- weEking day. b. Payme ?) Und -Briee—The wefk peFfefined a-admater-ia-lsfi --shed in aeeoFdanee „with this item ..,ill ixT is o kim prise bid f Rai l Co 2 11 , " 91-M Driwp. —Thhe i erfoFmed and materials fuFn-ishedzir aee...-.1.........:.;th this 7t... ..,ill h.. i,iph-.1...1 in th., total lump SH e. The p e hid GK.Y.1 inaludei 1) Coordination for seshe"ling flagmen Z�Rlagmen 3�- Other requirements associated with Railroad 3. All other items a. Unit Price - The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. b. Lump Sum Price - The work performed and materials furnished in accordance with this Item will be included in the total lump sum price. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4 ADMINISTRATIVE REQUIREMENTS Ammon •»ithT� J��trso t ,�T r�� , t t; , , 1. When w di in tho right 4' way which ; rde - the ; sdietio f the Texas Dapartn.mit ofT -ans .,.t4 tie (TxDOTI. a. Notify the Tvice Dcpa-ftme t fT,-a-asp or. pk�ar t g any wefl-E- thefan ix avo coda ee „with th o f the p of t h. All . ofk perf finee 1 i the T--xD T- right of way shall be per-feEmed ; B. Work near High Voltage Lines 1. Regulatory Requirements CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0135 13 SPECIAL PROJECT PROCEDURES Page 3 of 6 a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features. a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines. 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines. c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. E. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 01 31 13 F. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0135 13 SPECIAL PROJECT PROCEDURES Page 4 of 6 c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. 3. Coordinate anv event that will rea_uire o_neration of existing ea_uinment with Citv's representative. 4. Coordinate anv event that will require shutdown of existing equipment with Cit_v's representative. C. PuyIG Notifie do Prior- to Bo..;.,.,ing (`easti=ae+;.,n bleek by block and eenstfuetieft. The fiefiee shall be prepared as follows: bleek in the pr-ojeet area. 1) grepareflyer- the rtraster's��tterhe-ad And ineludethee following 0, NLxn I "f dAetual eens4uetion dufa4ionwithin the blee o) Nance of the contractor's fe L\-mn and phone n:u— f) ' houro phone rim.rxim. b r 2) A sample of the -'ro oonvitructi r not;f:e t; r' f yer- is .,tt. ehed wo Drhilxt 2) Jal3mz "s h31„le showing the ,. „stFuetio staft and finish tifne fee: o.,e bleek of the projeet to the inspector-. 4) Deliver 14yer to the rill, nspoEter Tee iew pr-ierto distFibution. No-oonAc.,ction will b�- allowed t b e anyb,l,..,l 461tb,e Ayer- lkt►, zo�1�atifie ti„n of 1. in he &ve'at it becomes nceessary to tczmporrar-ny-shucuavr% via a se r'ivLQ' iv residents stt;,x,i, � para d del iver- eli o et ee flyer- of 4�77��^� . b.,,o o ,d„f e �✓.Nr,ondixg iatefmption to the f;-e t door- of o „h .,ffeete d reside a. Tb,o tifie do y' posted 24 1,, ufsprior-to tl,o t0'-%P 11��• b. Prepare flyer- the Eentraeter's letteFhead and -ine e the following ?) 1`T�� afie " Gity P *--st-Numb- 3) Date of the intefruption of sen4ee 4) Period the intefmpfien will t-akeplace CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0135 13 SPECIAL PROJECT PROCEDURES Page 5 of 6 5) Name of the at.aete,.'s forc�n arA phone number J Narse of the C ty's : eeter- a d ..i, c� nix-nb -f ®R. 14 sample of the temporary water service interruption notification is a#aehOd as Exhibit B. d. alive,- ., copy of on. pomr,, fnr review prior- t being dist,-;b,,,ted a No intemaBtion of water service can eewr until th2 fiver has been delivered to, I. At tiorrs-iff1-meet where construction raefi`v ties occuf in-- ff-e-A's ;.A" hvry USAGE pefmits are r-equif:ed, meet all requirements set foFth in eaeh designated It. I. At 1,,e t; ns i the r eet who o oo�vruati�-xl aeti: s-oovur is-'Nce./v4Wr-e rind rwrnxts are required, t. Thio i M.Iudes, but ; t lifer ted tpr-evisions for-: a. Fl�g en b. laspeeters e. Safiaty training d Ad orx1 inm,.wwe o. In✓ mnaa ae,4: es €. Other- employees fequired to preteet the right -oway and roperty Af- the Rlvli,oau Colspx1`b0 ayioixg out f and/or- ffem the ns, t; the project.Proper utility oloarar�� pcoseduroo ol.\all ba used ; accordance with the pefmit guidelifies-. 2-.-Ob in any supplemental i f;,,.,v,. do needed t , pl, :t>, the ..,:1.,..,d's rewire ments. 3. Railra d Flagmen ✓alai :, e pts t City for- , :fie do 4,,,,,fkin . days that ,.,,:1,.o d 14agwere , e� present o Site. K. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of wastewater. b. If wet saw cutting is performed, capture and properly dispose of slurry. L. Employee Parking 1. Provide parking for employees at locations approved by the City. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0135 13 SPECIAL PROJECT PROCEDURES Page 6 of 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 40 00 QUALITY REQUIREMENTS Page 1 of 11 SECTION 0140 00 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspection services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality -assurance and quality -control requirements for individual work results are specified in their respective Specification Sections. Requirements in individual Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's other quality - assurance and quality -control procedures that facilitate compliance with the Contract Document requirements. 3. Requirements for Contractor to provide quality -assurance and quality -control services required by Engineer, Owner, or authorities having jurisdiction are not limited by provisions of this Section. C. Related Requirements: 1. Section 0145 23 "Testing and Inspection Services" for testing and inspection procedures and coordination. 1.3 DEFINITIONS A. Experienced: When used with an entity or individual, "experienced," unless otherwise further described, means having successfully completed a minimum of [five] <Insert number> previous projects similar in nature, size, and extent to this Project; being familiar with special requirements indicated; and having complied with requirements of authorities having jurisdiction. B. Field Quality -Control Tests and Inspections: Tests and inspections that are performed on -site for installation of the Work and for completed Work. C. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an employee, subcontractor, or sub -subcontractor, to perform a particular construction operation, including installation, erection, application, assembly, and similar operations. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 40 00 QUALITY REQUIREMENTS Page 2 of 11 Use of trade -specific terminology in referring to a Work result does not require that certain construction activities specified apply exclusively to specific trade(s). D. Mockups: Full-size physical assemblies that are constructed either as freestanding temporary built elements or as part of permanent construction. Mockups are constructed to verify selections made under Sample submittals; to demonstrate aesthetic effects and qualities of materials and execution; to review coordination, testing, or operation; to show interface between dissimilar materials; and to demonstrate compliance with specified installation tolerances. Mockups are not Samples. Unless otherwise indicated, approved mockups establish the standard by which the Work will be judged. 1. Laboratory Mockups: Full-size physical assemblies constructed and tested at testing facility to verify performance characteristics. 2. Integrated Exterior Mockups: Mockups of the exterior envelope constructed on -site as freestanding temporary built elements, consisting of multiple products, assemblies, and subassemblies, with cutaways enabling inspection of concealed portions of the Work. a. Include each system, assembly, component, and part of the exterior wall and roof to be constructed for the Project. Colors of components shall be those selected by the Engineer for use in the Project. 3. Room Mockups: Mockups of typical interior spaces complete with wall, floor, and ceiling finishes; doors; windows; millwork; casework; specialties; furnishings and equipment; and lighting. 4. Product Mockups: Mockups that may include multiple products, materials, or systems specified in a single Section. 5. In -Place Mockups: Mockups constructed on -site in their actual final location as part of permanent construction. E. Preconstruction Testing: Tests and inspections performed specifically for Project before products and materials are incorporated into the Work, to verify performance or compliance with specified criteria. Unless otherwise indicated, copies of reports of tests or inspections performed for other than the Project do not meet this definition. F. Product Tests: Tests and inspections that are performed by a nationally recognized testing laboratory (NRTL) according to 29 CFR 1910.7, by a testing agency accredited according to NIST's National Voluntary Laboratory Accreditation Program (NVLAP), or by a testing agency qualified to conduct product testing and acceptable to authorities having jurisdiction, to establish product performance and compliance with specified requirements. G. Source Quality -Control Tests and Inspections: Tests and inspections that are performed at the source (e.g., plant, mill, factory, or shop). H. Testing Agency: An entity engaged to perform specific tests, inspections, or both. The term "testing laboratory" shall have the same meaning as the term "testing agency." I. Quality -Assurance Services: Activities, actions, and procedures performed before and during execution of the Work, to guard against defects and deficiencies and substantiate that proposed construction will comply with requirements. J. Quality -Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work, to evaluate that actual products incorporated into the Work and CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 40 00 QUALITY REQUIREMENTS Page 3 of 11 completed construction comply with requirements. Contractor's quality -control services do not include contract administration activities performed by Engineer[ or Construction Manager]. 1.4 DELEGATED -DESIGN SERVICES A. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to Engineer. B. Delegated -Design Services Statement: Submit a statement signed and sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be designed or certified by a design professional, indicating that the products and systems are in compliance with performance and design criteria indicated. Include list of codes, loads, and other factors used in performing these services. 1.5 CONFLICTING REQUIREMENTS A. Conflicting Standards and Other Requirements: If compliance with two or more standards or requirements is specified and the standards or requirements establish different or conflicting requirements for minimum quantities or quality levels, inform the Engineer regarding the conflict and obtain clarification prior to proceeding with the Work. Refer conflicting requirements that are different, but apparently equal, to Engineer for clarification before proceeding. B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Engineer for a decision before proceeding. 1.6 ACTION SUBMITTALS A. Mockup Shop Drawings: For integrated exterior mockups. 1. Include plans, sections, elevations, and details, indicating materials and size of mockup construction. 2. Indicate manufacturer and model number of individual components. 3. Provide axonometric drawings for conditions difficult to illustrate in two dimensions. 1.7 INFORMATIONAL SUBMITTALS A. Contractor's Quality -Control Plan: For quality -assurance and quality -control activities and responsibilities. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 40 00 QUALITY REQUIREMENTS Page 4 of 11 B. Qualification Data: For Contractor's quality -control personnel and Delegated -Designer. C. Contractor's Statement of Responsibility: When required by authorities having jurisdiction, submit copy of written statement of responsibility submitted to authorities having jurisdiction before starting work on the following systems: 1. Seismic -force -resisting system, designated seismic system, or component listed in the Statement of Special Inspections. 2. Primary wind -force -resisting system or a wind -resisting component listed in the Statement of Special Inspections. D. Testing Agency Qualifications: For testing agencies specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include proof of qualifications in the form of a recent report on the inspection of the testing agency by a recognized authority. E. Schedule of Tests and Inspections: Prepare in tabular form and include the following: 1. Specification Section number and title. 2. Entity responsible for performing tests and inspections. 3. Description of test and inspection. 4. Identification of applicable standards. 5. Identification of test and inspection methods. 6. Number of tests and inspections required. 7. Time schedule or time span for tests and inspections. 8. Requirements for obtaining samples. 9. Unique characteristics of each quality -control service. F. Reports: Prepare and submit certified written reports and documents as specified. G. Permits, Licenses, and Certificates: For Owner's record, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents established for compliance with standards and regulations bearing on performance of the Work. 1.8 CONTRACTOR'S QUALITY -CONTROL PLAN A. Quality -Control Plan, General: Submit quality -control plan within 10 days of Notice to Proceed, and not less than five days prior to preconstruction conference. Submit in format acceptable to Engineer. Identify personnel, procedures, controls, instructions, tests, records, and forms to be used to carry out Contractor's quality -assurance and quality -control responsibilities and to coordinate Owner's quality -assurance and quality -control activities. Coordinate with Contractor's Construction Schedule. B. Quality -Control Personnel Qualifications: Engage qualified personnel trained and experienced in managing and executing quality -assurance and quality -control procedures similar in nature and extent to those required for Project. Project quality -control manager CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 40 00 QUALITY REQUIREMENTS Page 5 of 11 C. Submittal Procedure: Describe procedures for ensuring compliance with requirements through review and management of submittal process. Indicate qualifications of personnel responsible for submittal review. D. Testing and Inspection: In quality -control plan, include a comprehensive schedule of Work requiring testing or inspection, including the following: 1. Contractor -performed tests and inspections, including subcontractor -performed tests and inspections. Include required tests and inspections and Contractor -elected tests and inspections. Distinguish source quality -control tests and inspections from field quality - control tests and inspections. 2. Special inspections required by authorities having jurisdiction and indicated on the Statement of Special Inspections. 3. Owner -performed tests and inspections indicated in the Contract Documents, including tests and inspections indicated to be performed by City. E. Continuous Inspection of Workmanship: Describe process for continuous inspection during construction to identify and correct deficiencies in workmanship in addition to testing and inspection specified. Indicate types of corrective actions to be required to bring the Work into compliance with standards of workmanship established by Contract requirements and approved mockups. F. Monitoring and Documentation: Maintain testing and inspection reports including log of approved and rejected results. Include Work Engineer has indicated as nonconforming or defective. Indicate corrective actions taken to bring nonconforming Work into compliance with requirements. Comply with requirements of authorities having jurisdiction. 1.9 REPORTS AND DOCUMENTS A. Test and Inspection Reports: Prepare and submit certified written reports specified in other Sections. Include the following: l . Date of issue. 2. Project title and number. 3. Name, address, telephone number, and email address of testing agency. 4. Dates and locations of samples and tests or inspections. 5. Names of individuals making tests and inspections. 6. Description of the Work and test and inspection method. 7. Identification of product and Specification Section. 8. Complete test or inspection data. 9. Test and inspection results and an interpretation of test results. 10. Record of temperature and weather conditions at time of sample -taking and testing and inspection. 11. Comments or professional opinion on whether tested or inspected Work complies with the Contract Document requirements. 12. Name and signature of laboratory inspector. 13. Recommendations on retesting and reinspecting. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 40 00 QUALITY REQUIREMENTS Page 6 of 11 B. Manufacturer's Technical Representative's Field Reports: Prepare written information documenting manufacturer's technical representative's tests and inspections specified in other Sections. Include the following: 1. Name, address, telephone number, and email address of technical representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement of whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. C. Factory -Authorized Service Representative's Reports: Prepare written information documenting manufacturer's factory -authorized service representative's tests and inspections specified in other Sections. Include the following: 1. Name, address, telephone number, and email address of factory -authorized service representative making report. 2. Statement that equipment complies with requirements. 3. Results of operational and other tests and a statement of whether observed performance complies with requirements. 4. Statement of whether conditions, products, and installation will affect warranty. 5. Other required items indicated in individual Specification Sections. 1.10 QUALITY ASSURANCE A. Qualifications paragraphs in this article establish the minimum qualification levels required; individual Specification Sections specify additional requirements. B. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. As applicable, procure products from manufacturers able to meet qualification requirements, warranty requirements, and technical or factory -authorized service representative requirements. C. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. D. Installer Qualifications: A firm or individual experienced in installing, erecting, applying, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. E. Design Professional Qualifications: A professional engineer / registered architect who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated. Design / engineering services are defined as those CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 014000 QUALITY REQUIREMENTS Page 7 of 11 performed for installations of the system, assembly, or product that is similar in material, design, and extent to those indicated for this Project. F. Specialists: Certain Specification Sections require that specific construction activities shall be performed by entities who are recognized experts in those operations. Specialists shall satisfy qualification requirements indicated and shall be engaged in the activities indicated. Requirements of authorities having jurisdiction shall supersede requirements for specialists. G. Testing and Inspecting Agency Qualifications: An NRTL, an NVLAP, or an independent agency with the experience and capability to conduct testing and inspection indicated, as documented in accordance with ASTM E329, and with additional qualifications specified in individual Sections; and, where required by authorities having jurisdiction, that is acceptable to authorities. H. Manufacturer's Technical Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to observe and inspect, demonstrate, repair and perform service on installations of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. I. Factory -Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. Preconstruction Testing: Where testing agency is indicated to perform preconstruction testing for compliance with specified requirements for performance and test methods. Contractor responsibilities include the following: 1. Provide test specimens representative of proposed products and construction. 2. Submit specimens in a timely manner with sufficient time for testing and analyzing results to prevent delaying the Work. 3. Provide sizes and configurations of test assemblies, mockups, and laboratory mockups to adequately demonstrate capability of products to comply with performance requirements. 4. Build site -assembled test assemblies and mockups, using installers who will perform same tasks for Project. 5. Build laboratory mockups at testing facility, using personnel, products, and methods of construction indicated for the completed Work. 6. When testing is complete, remove test specimens and test assemblies, and mockups; do not reuse products on Project. 7. Testing Agency Responsibilities: Submit a certified written report of each test, inspection, and similar quality -assurance service to Engineer and City, with copy to Contractor. Interpret tests and inspections and state in each report whether tested and inspected Work complies with or deviates from the Contract Documents. K. Mockups: Before installing portions of the form of construction and finish required materials indicated for the completed Work: 1. Build mockups of size indicated. Work requiring mockups, build mockups for each :) comply with the following requirements, using CDM Smith CONSTRUCTION SPECIFICATION DOCUMENTS VCWRF Primary Clarifier Improvements City Project No. 103295 01 40 00 QUALITY REQUIREMENTS Page 8 of l l 2. Build mockups in location indicated or, if not indicated, as directed by Engineer.. 3. Notify Engineer seven days in advance of dates and times when mockups will be constructed. 4. Employ supervisory personnel who will oversee same tasks during construction. Employ workers who will be employed to perform same tasks during the construction at Project. 5. Demonstrate the proposed range of aesthetic effects and workmanship. 6. Obtain Engineer's approval of mockups before starting corresponding Work, fabrication, or construction. a. Allow seven days for initial review and each re -review of each mockup. 7. Promptly correct unsatisfactory conditions noted by Architect's preliminary review, to the satisfaction of the Architect, before completion of final mockup. 8. Approval of mockups by the Architect does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 9. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work. 10. Demolish and remove mockups when directed unless otherwise indicated. L. Integrated Exterior Mockups: Construct integrated exterior mockup according to approved Shop Drawings. Coordinate installation of exterior envelope materials and products for which mockups are required in individual Specification Sections, along with supporting materials. Comply with requirements in "Mockups" Paragraph. 1. Coordinate construction of the mockup to allow observation of air barrier installation, flashings, air barrier integration with fenestration systems, and other portions of the building air/moisture barrier and drainage assemblies, prior to installation of veneer, cladding elements, and other components that will obscure the Work. M. Room Mockups: Construct room mockups according to approved Shop Drawings , incorporating required materials and assemblies, finished according to requirements. Provide required lighting and additional lighting where required to enable Engineer to evaluate quality of the Work. Comply with requirements in "Mockups" Paragraph. Provide room mockups of the following rooms: a. Sludge Pump Station No. 1 N. Laboratory Mockups: Comply with requirements of preconstruction testing and those specified in individual Specification Sections. 1.11 QUALITY CONTROL A. Owner Responsibilities: Where quality -control services are indicated as Owner's responsibility, Owner will engage a qualified testing agency to perform these services. Owner will furnish Contractor with names, addresses, and telephone numbers of testing agencies engaged and a description of types of testing and inspection they are engaged to perform. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 40 00 QUALITY REQUIREMENTS Page 9 of 11 2. Payment for these services will be made from testing and inspection allowances specified in Section 012100 "Allowances," as authorized by Change Orders. 3. Costs for retesting and reinspecting construction that replaces or is necessitated by Work that failed to comply with the Contract Documents will be charged to Contractor, and the Contract Sum will be adjusted by Change Order. B. Contractor Responsibilities: Tests and inspections not explicitly assigned to Owner are Contractor's responsibility. Perform additional quality -control activities, whether specified or not, to verify and document that the Work complies with requirements. 1. Unless otherwise indicated, provide quality -control services specified and those required by authorities having jurisdiction. Perform quality -control services required of Contractor by authorities having jurisdiction, whether specified or not. 2. Engage a qualified testing agency to perform quality -control services. a. Contractor shall not employ same entity engaged by Owner, unless agreed to in writing by Owner. 3. Notify testing agencies at least 24 hours in advance of time when Work that requires testing or inspection will be performed. 4. Where quality -control services are indicated as Contractor's responsibility, submit a certified written report, in duplicate, of each quality -control service. 5. Testing and inspection requested by Contractor and not required by the Contract Documents are Contractor's responsibility. 6. Submit additional copies of each written report directly to authorities having jurisdiction, when they so direct. C. Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's responsibility, provide quality -control services, including retesting and reinspecting, for construction that replaced Work that failed to comply with the Contract Documents. D. Testing Agency Responsibilities: Cooperate with Engineer, and Contractor in performance of duties. Provide qualified personnel to perform required tests and inspections. 1. Notify Engineer, and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. Determine the locations from which test samples will be taken and in which in -situ tests are conducted. 3. Conduct and interpret tests and inspections and state in each report whether tested and inspected Work complies with or deviates from requirements. 4. Submit a certified written report, in duplicate, of each test, inspection, and similar quality -control service through Contractor. 5. Do not release, revoke, alter, or increase the Contract Document requirements or approve or accept any portion of the Work. 6. Do not perform duties of Contractor. E. Manufacturer's Field Services: Where representative to inspect field -assemble d CDM Smith CONSTRUCTION SPECIFICATION DOCUMENTS VCWRF Primary Clarifier Improvements City Project No. 103295 01 40 00 QUALITY REQUIREMENTS Page 10 of 11 F. Manufacturer's Technical Services: Where indicated, engage a manufacturer's technical representative to observe and inspect the Work. Manufacturer's technical representative's services include participation in preinstallation conferences, examination of substrates and conditions, verification of materials, observation of Installer activities, inspection of completed portions of the Work, and submittal of written reports. G. Contractor's Associated Requirements and Services: Cooperate with agencies and representatives performing required tests, inspections, and similar quality -control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspection. Assist agency in obtaining samples. 4. Facilities for storage and field curing of test samples. 5. Delivery of samples to testing agencies. 6. Preliminary design mix proposed for use for material mixes that require control by testing agency. 7. Security and protection for samples and for testing and inspection equipment at Project site. H. Coordination: Coordinate sequence of activities to accommodate required quality -assurance and quality -control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspection. Schedule times for tests, inspections, obtaining samples, and similar activities. I. Schedule of Tests and Inspections: Prepare a schedule of tests, inspections, and similar quality - control services required by the Contract Documents as a component of Contractor's quality - control plan. Coordinate and submit concurrently with Contractor's Construction Schedule. Update and submit with each Application for Payments. 1. Schedule Contents: Include tests, inspections, and quality -control services, including Contractor- and Owner -retained services, commissioning activities, and other Project - required services paid for by other entities. 2. Distribution: Distribute schedule to Owner, Engineer, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required. 1.12 SPECIAL TESTS AND INSPECTIONS A. Special Tests and Inspections: Owner will engage a qualified special inspector to conduct special tests and inspections required by authorities having jurisdiction as the responsibility of Owner, and as follows: 1. Verifying that manufacturer maintains detailed fabrication and quality -control procedures, and reviewing the completeness and adequacy of those procedures to perform the Work. 2. Notifying Engineer, and Contractor promptly of irregularities and deficiencies observed in the Work during performance of its services. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 40 00 QUALITY REQUIREMENTS Page 11 of 11 3. Submitting a certified written report of each test, inspection, and similar quality -control service to Engineer with copy to Contractor and to authorities having jurisdiction. 4. Submitting a final report of special tests and inspections at Substantial Completion, which includes a list of unresolved deficiencies. 5. Interpreting tests and inspections, and stating in each report whether tested and inspected Work complies with or deviates from the Contract Documents. 6. Retesting and reinspecting corrected Work. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 TEST AND INSPECTION LOG A. Test and Inspection Log: Prepare a record of tests and inspections. Include the following: 1. Date test or inspection was conducted. 2. Description of the Work tested or inspected. 3. Date test or inspection results were transmitted to Engineer. 4. Identification of testing agency or special inspector conducting test or inspection. B. Maintain log at Project site. Post changes and revisions as they occur. Provide access to test and inspection log for Engineer's, reference during normal working hours. Submit log at Project closeout as part of Project Record Documents. 3.2 REPAIR AND PROTECTION A. General: On completion of testing, inspection, sample taking, and similar services, repair damaged construction and restore substrates and finishes. Provide materials and comply with installation requirements specified in other Specification Sections or matching existing substrates and finishes. Restore patched areas and extend restoration into adjoining areas with durable seams that are as invisible as possible. Comply with the Contract Document requirements for cutting and patching in Section 017300 "Execution." B. Protect construction exposed by or for quality -control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality -control services. END OF SECTION 01 40 00 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 THIS PAGE INTENTIONALLY LEFT BLANK. 01 42 00 REFERENCES Page 1 of 8 SECTION 0142 00 - REFERENCES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": When used to convey Engineer's action on Contractor's submittals, applications, and requests, "approved" is limited to Engineer's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": A command or instruction by Engineer. Other terms including "requested," "authorized," "selected," "required," and "permitted" have the same meaning as "directed." D. "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown," "noted," "scheduled," and "specified" have the same meaning as "indicated." E. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations. G. "Install": Unload, temporarily store, unpack, assemble, erect, place, anchor, apply, work to dimension, finish, cure, protect, clean, and similar operations at Project site. H. "Provide": Furnish and install, complete and ready for the intended use. I. "Project Site": Space available for performing construction activities. The extent of Project site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built. 1.3 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 42 00 REFERENCES Page 2 of 8 B. Publication Dates: Comply with standards in effect as of date of the Contract Documents unless otherwise indicated. C. Copies of Standards: Each entity engaged in construction on Project should be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents. Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source. 1.4 ABBREVIATIONS AND ACRONYMS A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities indicated in Gale's "Encyclopedia of Associations: National Organizations of the U.S." or in Columbia Books' "National Trade & Professional Associations of the United States." B. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. The information in this list is subject to change and is believed to be accurate as of the date of the Contract Documents. 1. AABC - Associated Air Balance Council; www.aabc.com. 2. AAMA - American Architectural Manufacturers Association; www.aamanet.orL,. 3. AAPFCO - Association of American Plant Food Control Officials; www.aanfco.ore. 4. AASHTO - American Association of State Highway and Transportation Officials; www. tran sn ortation. ore. 5. AATCC - American Association of Textile Chemists and Colorists; www.aatcc.or2. 6. ABMA - American Bearing Manufacturers Association; www.americanbearin'2s.or2. 7. ABMA - American Boiler Manufacturers Association; www.abma.com. 8. ACI - American Concrete Institute; (Formerly: ACI International); www.concrete.or2 9. ACPA - American Concrete Pipe Association; www.concrete-Dine.orQ. 10. AEIC - Association of Edison Illuminating Companies, Inc. (The); www.aeic.ora. 11. AF&PA - American Forest & Paper Association; www.afandDa.orR. 12. AGA - American Gas Association; www.aea.or2. 13. AHAM - Association of Home Appliance Manufacturers; www.aham.ors. 14. AHRI - Air -Conditioning, Heating, and Refrigeration Institute (The); www.ahrinet.m. 15. Al - Asphalt Institute; www.asnhaltinstitute.org. 16. AIA - American Institute of Architects (The); www.aia.or2. 17. AISC - American Institute of Steel Construction; www.aisc.ora. 18. AISI - American Iron and Steel Institute; www.steel.or2. 19. AITC - American Institute of Timber Construction; www.aitc-21ulam.or2. 20. AMCA - Air Movement and Control Association International, Inc.; www.amca.or2. 21. ANSI - American National Standards Institute; www.ansi.ore. 22. AOSA - Association of Official Seed Analysts, Inc.; www.aosaseed.com. 23. APA - APA - The Engineered Wood Association; www.aDawood.or2. 24. APA - Architectural Precast Association; www.archmecast.ora. 25. API - American Petroleum Institute; www.avi.oriz. 26. ARI - Air -Conditioning & Refrigeration Institute; (See AHRI). 27. ARI - American Refrigeration Institute; (See AHRI). CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 42 00 REFERENCES Page 3 of 8 28. ARMA - Asphalt Roofing Manufacturers Association; www.asphaltroofinQ.ora. 29. ASCE - American Society of Civil Engineers; www.asce.ora. 30. ASCE/SEI - American Society of Civil Engineers/Structural Engineering Institute; (See ASCE). 31. ASHRAE - American Society of Heating, Refrigerating and Air -Conditioning Engineers; www.ashrae.ora. 32. ASME - ASME International; (American Society of Mechanical Engineers); www.asme.om. 33. ASSE - American Society of Safety Engineers (The); www.asse.om'. 34. ASSE - American Society of Sanitary Engineering; www.asse-DIumbin2.or2. 35. ASTM - ASTM International; www.astm.or2. 36. ATIS - Alliance for Telecommunications Industry Solutions; www.atis.or2. 37. AWEA - American Wind Energy Association; www.awea.or2. 38. AWI - Architectural Woodwork Institute; www.awinet.or2. 39. AWMAC - Architectural Woodwork Manufacturers Association of Canada; www.awmac.com. 40. AWPA - American Wood Protection Association; wwwaawmaccom. 41. AWS - American Welding Society; www.aws.or2. 42. AWWA - American Water Works Association; www.awwa.or2. 43. BHMA - Builders Hardware Manufacturers Association; www.buildershardware.com. 44. BIA - Brick Industry Association (The); www.2obrick.com. 45. BICSI - BICSI, Inc.; www.bicsi.ore. 46. BIFMA - BIFMA International; (Business and Institutional Furniture Manufacturer's Association); www.bifina.ors. 47. BISSC - Baking Industry Sanitation Standards Committee; www.bissc.or2. 48. BWF - Badminton World Federation; (Formerly: International Badminton Federation); www.bissc.or2. 49. CDA - Copper Development Association; www.conner.orLy. 50. CE - Conformite Europeenne; httD:Hec.euroDa.eu/growth/single-market/ce-marking/ 51. CEA - Canadian Electricity Association; www.electricitv.ca. 52. CEA - Consumer Electronics Association; www.ce.or2. 53. CFFA - Chemical Fabrics and Film Association, Inc.; www.chemicalfabricsandfilm.com. 54. CFSEI - Cold -Formed Steel Engineers Institute; www.cfsei.or2. 55. CGA - Compressed Gas Association; www.c2anet.com. 56. CIMA - Cellulose Insulation Manufacturers Association; www.cellulose.org. 57. CISCA - Ceilings & Interior Systems Construction Association; www.cisca.or2. 58. CISPI - Cast Iron Soil Pipe Institute; www.cispi.org. 59. CLFMI - Chain Link Fence Manufacturers Institute; www.chainlinkinfo.or2. 60. CPA - Composite Panel Association; www.Dbmdf.com. 61. CRI - Carpet and Rug Institute (The); www.carpet-ru2.or2. 62. CRRC - Cool Roof Rating Council; www.coolroofs.orQ. 63. CRSI - Concrete Reinforcing Steel Institute; www.crsi.or2. 64. CSA - CSA Group; www.csa2rouD.com. 65. CSA - CSA International; www.csa-intemational.or2. 66. CSI - Construction Specifications Institute (The); www.csinet.or2. 67. CSSB - Cedar Shake & Shingle Bureau; www.cedarbureau.or2. 68. CTI - Cooling Technology Institute; (Formerly: Cooling Tower Institute); www.cti.or2. 69. CWC - Composite Wood Council; (See CPA). 70. DASMA - Door and Access Systems Manufacturers Association; www.dasma.com. 71. DHI - Door and Hardware Institute; www.dhi.or2. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 42 00 REFERENCES Page 4 of 8 72. ECA - Electronic Components Association; (See ECIA). 73. ECAMA - Electronic Components Assemblies & Materials Association; (See ECIA). 74. ECIA - Electronic Components Industry Association; www.eciaonline.or2. 75. EIA - Electronic Industries Alliance; (See TIA). 76. EIMA - EIFS Industry Members Association; www.eima.com. 77. EJMA - Expansion Joint Manufacturers Association, Inc.; www.eima.or2. 78. ESD - ESD Association; (Electrostatic Discharge Association); www.esda.ors . 79. ESTA - Entertainment Services and Technology Association; (See PLASA). 80. ETL - Intertek (See Intertek); www.intertek.com. 81. EVO - Efficiency Valuation Organization; www.evo-world.or2. 82. FCI - Fluid Controls Institute; www.fluidcontrolsinstitute.or2. 83. FIBA - Federation Internationale de Basketball; (The International Basketball Federation); www.fiba.com. 84. FIVB - Federation Internationale de Volleyball; (The International Volleyball Federation); www.fivb.ora. 85. FM Approvals - FM Approvals LLC; www.fin2lobal.com. 86. FM Global - FM Global; (Formerly: FMG - FM Global); www.fmalobal.com. 87. FRSA - Florida Roofing, Sheet Metal & Air Conditioning Contractors Association, Inc.; www.floridaroof com. 88. FSA - Fluid Sealing Association; www.fluidsealin2.com. 89. FSC - Forest Stewardship Council U.S.; www.fscus.or2. 90. GA - Gypsum Association; www.2wsum.m. 91. GANA - Glass Association of North America; www.21asswebsite.com. 92. GS - Green Seal; www.areenseal.m. 93. HI - Hydraulic Institute; www.i)umDs.or2. 94. HI/GAMA - Hydronics Institute/Gas Appliance Manufacturers Association; (See AHRI). 95. HMMA - Hollow Metal Manufacturers Association; (See NAAMM). 96. HPVA - Hardwood Plywood & Veneer Association; www.hnva.or2. 97. HPW - H. P. White Laboratory, Inc.; www.hi)white.com. 98. IAPSC - International Association of Professional Security Consultants; www.iansc.or2. 99. IAS - International Accreditation Service; www.iasonline.or2. 100. ICBO - International Conference of Building Officials; (See ICC). 101. ICC - International Code Council; www.iccsafe.or2. 102. ICEA - Insulated Cable Engineers Association, Inc.; www.icea.net. 103. ICPA - International Cast Polymer Alliance; www.icba-hq.orQ. 104. ICRI - International Concrete Repair Institute, Inc.; www.icri.or2. 105. IEC - International Electrotechnical Commission; www.iec.ch. 106. IEEE - Institute of Electrical and Electronics Engineers, Inc. (The); www.ieee.or2. 107. IES - Illuminating Engineering Society; (Formerly: Illuminating Engineering Society of North America); www.ies.or2. 108. IESNA - Illuminating Engineering Society of North America; (See IES). 109. IEST - Institute of Environmental Sciences and Technology; www.iest.or2. 110. IGMA - Insulating Glass Manufacturers Alliance; www.ismaonline.om. 111. IGSHPA - International Ground Source Heat Pump Association; www.i2shDa.okstate.edu. 112. ILI - Indiana Limestone Institute of America, Inc.; www.iliai.com. 113. Intertek - Intertek Group; (Formerly: ETL SEMCO; Intertek Testing Service NA); www.intertek.com. 114. ISA - International Society of Automation (The); (Formerly: Instrumentation, Systems, and Automation Society); www.isa.or2. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 42 00 REFERENCES Page 5 of 8 115. ISAS - Instrumentation, Systems, and Automation Society (The); (See ISA). 116. ISFA - International Surface Fabricators Association; (Formerly: International Solid Surface Fabricators Association); www.isfanow.org. 117. ISO - International Organization for Standardization; www.iso.or2. 118. ISSFA - International Solid Surface Fabricators Association; (See ISFA). 119. ITU - International Telecommunication Union; www.itu.int/home. 120. KCMA - Kitchen Cabinet Manufacturers Association; www.kcma.ors. 121. LMA - Laminating Materials Association; (See CPA). 122. LPI - Lightning Protection Institute; www.li2htnin2.ora. 123. MBMA - Metal Building Manufacturers Association; www.mbma.com. 124. MCA - Metal Construction Association; www.metalconstruction.ors. 125. MFMA - Maple Flooring Manufacturers Association, Inc.; www.manlefloor.m. 126. MFMA - Metal Framing Manufacturers Association, Inc.; www.metalframin2mf2.ore. 127. MHIA - Material Handling Industry of America; www.mhia.or2. 128. MIA - Marble Institute of America; www.marble-institute.com. 129. MMPA - Moulding & Millwork Producers Association; www.wmmna.com. 130. MPI - Master Painters Institute; www.naintinfo.com. 131. MSS - Manufacturers Standardization Society of The Valve and Fittings Industry Inc.; www.mss-hq.or2. 132. NAAMM - National Association of Architectural Metal Manufacturers; www.naamm.or2. 133. NACE - NACE International; (National Association of Corrosion Engineers International); www.nace.or2. 134. NADCA - National Air Duct Cleaners Association; www.nadca.com. 135. NAIMA - North American Insulation Manufacturers Association; www.naima.or2. 136. NBGQA - National Building Granite Quarries Association, Inc.; www.nb2aa.com. 137. NBI - New Buildings Institute; www.newbuildin2s.or2. 138. NCAA - National Collegiate Athletic Association (The); www.ncaa.or2. 139. NCMA - National Concrete Masonry Association; www.ncma.or2. 140. NEBB - National Environmental Balancing Bureau; www.nebb.or2. 141. NECA - National Electrical Contractors Association; www.necanet.m. 142. NeLMA - Northeastern Lumber Manufacturers Association; www.nelma.or2. 143. NEMA - National Electrical Manufacturers Association; www.nema.or2. 144. NETA - InterNational Electrical Testing Association; www.netaworld.or2. 145. NFHS - National Federation of State High School Associations; www.nths.orQ. 146. NFPA - National Fire Protection Association; www.nfna.or2. 147. NFPA - NFPA International; (See NFPA). 148. NFRC - National Fenestration Rating Council; www.nfrc.or2. 149. NHLA - National Hardwood Lumber Association; www.nhla.com. 150. NLGA - National Lumber Grades Authority; www.nl2a.or2. 151. NOFMA - National Oak Flooring Manufacturers Association; (See NWFA). 152. NOMMA - National Ornamental & Miscellaneous Metals Association; www.nomma.or2. 153. NRCA - National Roofing Contractors Association; www.nrca.net. 154. NRMCA - National Ready Mixed Concrete Association; www.nrmca.or2. 155. NSF - NSF International; www.nsf.or2. 156. NSPE - National Society of Professional Engineers; www.nsne.or2. 157. NSSGA - National Stone, Sand & Gravel Association; www.nss2a.or2. 158. NTMA - National Terrazzo & Mosaic Association, Inc. (The); www.ntma.com. 159. NWFA - National Wood Flooring Association; www.nwfa.ore. 160. PCI - Precast/Prestressed Concrete Institute; www.Dci.or2. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 42 00 REFERENCES Page 6 of 8 161. PDI - Plumbing & Drainage Institute; www.vdionline.ora. 162. PLASA - PLASA; (Formerly: ESTA - Entertainment Services and Technology Association): www.nlasa.ora. 163. RCSC - Research Council on Structural Connections; www.boltcouncil.ora. 164. RFCI - Resilient Floor Covering Institute; www.rfci.com. 165. RIS - Redwood Inspection Service; www.redwoodinspection.com. 166. SAE - SAE International; www.sae.ora. 167. SCTE - Society of Cable Telecommunications Engineers; www.scte.ora. 168. SDI - Steel Deck Institute; www.sdi.or2. 169. SDI - Steel Door Institute; www.steeldoor.ora. 170. SEFA - Scientific Equipment and Furniture Association (The); www.sefalabs.com. 171. SEI/ASCE - Structural Engineering Institute/American Society of Civil Engineers; (See ASCE). 172. SIA - Security Industry Association; www.siaonline.ora. 173. SJI - Steel Joist Institute; www.steelioist.ora. 174. SMA - Screen Manufacturers Association; www.smainfo.ora. 175. SMACNA - Sheet Metal and Air Conditioning Contractors' National Association; www. smacna. ora. 176. SMPTE - Society of Motion Picture and Television Engineers; www.smi)te.ora. 177. SPFA - Spray Polyurethane Foam Alliance; www.svravfoam.ora. 178. SPIB - Southern Pine Inspection Bureau; www.svib.ora. 179. SPRI - Single Ply Roofing Industry; www.snri.ora. 180. SRCC - Solar Rating & Certification Corporation; www.solar-ratina.ora. 181. SSINA - Specialty Steel Industry of North America; www.ssina.com. 182. SSPC - SSPC: The Society for Protective Coatings; www.ssi)c.ora. 183. STI - Steel Tank Institute; www.steeltank.com. 184. SWI - Steel Window Institute; www.steelwindows.com. 185. SWPA - Submersible Wastewater Pump Association; www.swna.ora. 186. TCA - Tilt -Up Concrete Association; www.tilt-umm. 187. TCNA - Tile Council of North America, Inc.; www.tileusa.com. 188. TEMA - Tubular Exchanger Manufacturers Association, Inc.; www.tema.ora. 189. TIA - Telecommunications Industry Association (The); (Formerly: TIA/EIA - Telecommunications Industry Association/Electronic Industries Alliance); www.tiaonline.ora. 190. TIA/EIA - Telecommunications Industry Association/Electronic Industries Alliance; (See TIA). 191. TMS - The Masonry Society; www.masonrvsocietv.ora. 192. TPI - Truss Plate Institute; www.tpinst.om. 193. TPI - Turfgrass Producers International; www.turfarasssod.om. 194. TRI - Tile Roofing Institute; www.tileroofina.ora. 195. UL - Underwriters Laboratories Inc.; httD://www.ul.com. 196. UNI - Uni-Bell PVC Pipe Association; www.uni-bell.ora. 197. USAV - USA Volleyball; www.usavollevball.ora. 198. USGBC - U.S. Green Building Council; www.usabc.ora. 199. USITT - United States Institute for Theatre Technology, Inc.; www.usitt.org. 200. WA - Wallcoverings Association; www.wallcoverinas.ora 201. WASTEC - Waste Equipment Technology Association; www.wastec.ora. 202. WCLIB - West Coast Lumber Inspection Bureau; www.wclib.ora. 203. WCMA - Window Covering Manufacturers Association; www.wcmanet.ora. 204. WDMA - Window & Door Manufacturers Association; www.wdma.com. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 42 00 REFERENCES Page 7 of 8 205. WI - Woodwork Institute; www.wicnet.or2. 206. WSRCA - Western States Roofing Contractors Association; www.wsrca.com. 207. WWPA - Western Wood Products Association; www.wwDa.ora. C. Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. This information is believed to be accurate as of the date of the Contract Documents. 1. DIN - Deutsches Institut fur Normung e.V.; www.din.de. 2. IAPMO - International Association of Plumbing and Mechanical Officials; www.ianmo.or2. 3. ICC - International Code Council; www.iccsafe.or2. 4. ICC-ES - ICC Evaluation Service, LLC; www.icc-es.orR. D. Federal Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Information is subject to change and is up to date as of the date of the Contract Documents. 1. COE - Army Corps of Engineers; www.usace.annv.mil. 2. CPSC - Consumer Product Safety Commission; www.cDsc.2ov. 3. DOC - Department of Commerce; National Institute of Standards and Technology; www.nist.2ov. 4. DOD - Department of Defense; www.auicksearch.dla.mil. 5. DOE - Department of Energy; www.ener2v.2ov. 6. EPA - Environmental Protection Agency; www.ena.2ov. 7. FAA - Federal Aviation Administration; www.faa.aov. 8. FG - Federal Government Publications; www.2Do.eov/fdsys. 9. GSA - General Services Administration; www.2sa.2ov. 10. HUD - Department of Housing and Urban Development; www.hud.2ov. 11. LBL - Lawrence Berkeley National Laboratory; Environmental Energy Technologies Division; www.eetd.lbl.2ov. 12. OSHA - Occupational Safety & Health Administration; www.osha.gov. 13. SD - Department of State; www.state.2ov. 14. TRB - Transportation Research Board; National Cooperative Highway Research Program; The National Academies; www.trb.or2. 15. USDA - Department of Agriculture; Agriculture Research Service; U.S. Salinity Laboratory; www.ars.usda.2ov. 16. USDA - Department of Agriculture; Rural Utilities Service; www.usda.izov. 17. USDOJ - Department of Justice; Office of Justice Programs; National Institute of Justice; WWW.oiD.usdoi.eov. 18. USP - U.S. Pharmacopeial Convention; WWW.usD.orf4. 19. USPS - United States Postal Service; WWW.USDS.com. E. Standards and Regulations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the standards and regulations in the following list. This information is subject to change and is believed to be accurate as of the date of the Contract Documents. CFR - Code of Federal Regulations; Available from Government Printing Office; www.2Do.2ov/fdsys. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 42 00 REFERENCES Page 8 of 8 2. DOD - Department of Defense; Military Specifications and Standards; Available from DLA Document Services; www.cluicksearch.dla.mil. 3. DSCC - Defense Supply Center Columbus; (See FS). 4. FED -STD - Federal Standard; (See FS). 5. FS - Federal Specification; Available from DLA Document Services; www.ciuicksearch.dla.mil. a. Available from Defense Standardization Program; www.dsD.dla.mil. b. Available from General Services Administration; www.2sa.2ov. C. Available from National Institute of Building Sciences/Whole Building Design Guide; www.wbd2.or2. 6. MILSPEC - Military Specification and Standards; (See DOD). 7. USAB - United States Access Board; www.access-board.2ov. 8. USATBCB - U.S. Architectural & Transportation Barriers Compliance Board; (See USAB). F. State Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. This information is subject to change and is believed to be accurate as of the date of the Contract Documents. 1. CBHF; State of California; Department of Consumer Affairs; Bureau of Electronic and Appliance Repair, Home Furnishings and Thermal Insulation; www.bearhfti.ca.aov. 2. CCR; California Code of Regulations; Office of Administrative Law; California Title 24 Energy Code; www.calre2s.com. 3. CDHS; California Department of Health Services; (See CDPH). 4. CDPH; California Department of Public Health; Indoor Air Quality Program; www.cal- iaq.org. 5. CPUC; California Public Utilities Commission; www.cDuc.ca.2ov. 6. SCAQMD; South Coast Air Quality Management District; www.aamd.2ov. 7. TFS; Texas A&M Forest Service; Sustainable Forestry and Economic Development; www.txforestservice.tamu.edu. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) FX2I061I =4 Y 022-9111[141111 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 4 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. In accordance with Article 13 of the General Conditions, Contractor is responsible for performing, coordinating, and pavment of all inspections, tests, re -tests, or approvals. b. In accordance with Article 13 of the General Conditions, Citv is responsible for performing and pavment for first set additional independent testing chosen by the Citv to be performed. 1) If the first independent test performed by the Citv fails, the Contractor is responsible for pavment of subsequent testing until a passing test occurs. a) Final acceptance will not be issued by City until all required pavments for testing by Contractor have been paid in full. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. a. In accordance with Article 13 of the General Conditions, Contractor is responsible for performing, coordinating, and pavment of all inspections, tests. re -tests, or approvals. b. In accordance with Article 13 of the General Conditions, Citv is responsible for performing and pavment for first set independent testing chosen by the Citv to be performed. 1) If the first independent test performed by the Citv fails, the Contractor is responsible for pavment of subsequent testing until a passing test occurs. a) Final acceptance will not be issued by City until all required pavments for testing by Contractor have been paid in full. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 4 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City. a) Distribute 1 hard copy to the Contractor. 2) Tests performed by the Contractor. a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered. B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 014523-3 TESTING AND INSPECTION SERVICES Page 3 of 4 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 014523-4 TESTING AND INSPECTION SERVICES Page 4 of 4 This page intentionally left blank. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 45 27 EQUIPMENT TESTING AND STARTUP Page 1 of 8 SECTION 0145 27 EQUIPMENT TESTING AND STARTUP PART1-GENERAL 1.1 SCOPE OF WORK A. Provide a competent field services technician of the manufacturers of all equipment furnished under this Project to supervise installation, adjustment, initial operation and testing, performance testing, final acceptance testing, startup, and operator training of the equipment. Startup requirements in addition to the requirements specified herein are covered in individual equipment specifications. B. Perform specified equipment field performance tests, final acceptance tests and startup services. 1.2 RELATED WORK A. Operation and Maintenance Data is included in Section 0178 23. B. Performance and acceptance testing and startup requirements are included in the respective sections. 1.3 ACTION SUBMITTALS A. Submit name, address and resume of proposed field services technicians at least 30 days in advance of the need for such services. B. Submit to Engineer and Owner for review, in accordance with Section 0133 00, detailed testing procedures for shop tests, field performance tests and final acceptance tests as specified in the various equipment sections. Submittals shall include the following: Test procedures shall be submitted at least 60 days in advance of the proposed test dates and shall include at least the following information: a. Name, classification, model and serial number of equipment to be tested, including reference to specifications section number and title. b. Testing schedule of proposed dates and times for testing. C. Summary of materials, power, lighting, chemical, water, sludge, gas, etc., needs and identification of who will provide them. d. Outline specific assignment of the responsibilities of the Contractor and manufacturers' factory representatives or field service personnel. e. Detailed description of step-by-step testing requirements, with reference to appropriate standardized testing procedures and laboratory analyses by established technical organizations (e.g., ASTM, WPCF Standard Methods, etc.). CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 45 27 EQUIPMENT TESTING AND STARTUP Page 2 of 8 f. Samples of forms to be used to collect and record test data and to present tabulated test results. 2. Copies of test reports upon completion of specified shop, performance and acceptance tests. Test reports shall incorporate the information provided in the test procedures submittals and modified to reflect actual conduct of the tests and the following additional information: a. Copy of all test data sheets and results of lab analyses. b. Summary comparison of specified test and performance requirements vs actual test results. C. Should actual test results fail to meet specified test and performance requirements, describe action to be taken prior to re -testing the equipment. Copies of the manufacturer's field service technician's report summarizing the results of his/her initial inspection, operation, adjustment and pre-tests. The report shall include detailed descriptions and tabulations of the points inspected, tests and adjustments made, quantitative results obtained, suggestions for precautions to be taken to ensure proper maintenance, and the equipment supplier's Certificate of Installation in the format specified herein. 1.4 QUALITY ASSURANCE A. Field service technicians shall be competent and experienced in the proper installation, adjustment, operation, testing and startup of the equipment and systems being installed. B. Manufacturers' sales and marketing personnel will not be accepted as field service technicians. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.1 PRELIMINARY REQUIREMENTS A. After installation of the equipment has been completed and the equipment is presumably ready for operation, before it is operated by others, the manufacturer's field service technician shall inspect, operate, test and adjust the equipment. The inspection shall include at least the following points where applicable: 1. Soundness (without crack or otherwise damaged parts). 2. Completeness in all details, as specified and required. 3. Correctness of setting, alignment and relative arrangement of various parts. 4. Adequacy and correctness of packing, sealing and lubricants. B. The operation, testing and adjustment shall be as required to prove that the equipment has been left in proper condition for satisfactory operation under the conditions specified. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 45 27 EQUIPMENT TESTING AND STARTUP Page 3 of 8 C. Upon completion of this work, the manufacturer's field service technician shall submit a signed report of the results of his/her inspection, operation, adjustments and tests. 3.2 WITNESS REQUIREMENTS A. Shop tests or factory tests may be witnessed by the Owner and/or Owner's representatives, as required by the various equipment specifications. B. Field performance and acceptance tests shall be performed in the presence of the Owner, the Owner's designed personnel and/or Owner's representatives. 3.3 STARTUP AND ACCEPTANCE OF THE TREATMENT PLANT AND RELATED SYSTEMS A. General Requirements 1. Successfully execute the step-by-step procedure of startup, normal operation, shutdown, and performance demonstration specified herein. 2. The startup and performance demonstration shall be successfully executed prior to Substantial Completion and acceptance by the Owner of the facility and its related systems. 3. All performance tests and inspections shall be scheduled at least 10 working days in advance or as otherwise specified with the Owner and the Engineer. All performance tests and inspections shall be conducted during the work week of Monday through Friday, unless otherwise specified. B. Preparation for Startup 1. Upon completion of the facility and all its related systems, all concrete structures shall be flushed with non -potable plant service water and hydraulically checked for leaks, cracks, and defects in accordance with Section 0145 25. 2. All mechanical and electrical equipment shall be checked to ensure that it is in good working order and properly connected. Preliminary run-ins of the various pumps and equipment shall be made. All systems shall be cleaned and purged as required. All sumps, tanks, basins, chambers, pump wells and pipelines which are hydraulically checked shall be drained and returned to their original condition once the water testing is complete. 3. All instruments and controls shall be calibrated through their full range. All other adjustments required for proper operation of all instrumentation and control equipment shall be made. 4. Perform all other tasks needed for preparing and conditioning the facility for proper operation and work with PCS to implement the interface between the PLCs in the field and the DCS. PCS will configure new I/O signals at DCU3 RIO and implement controls and graphics modifications at the DCS to accommodate equipment for the Project. 5. No testing or equipment operation shall take place until it has been verified by the Manufacturer that all specified safety equipment has been installed and is in good working order. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 45 27 EQUIPMENT TESTING AND STARTUP Page 4 of 8 6. No testing or equipment operation shall take place until it has been verified by the Manufacturer that all lubricants, tools, maintenance equipment, spare parts and approved equipment operation and maintenance manuals have been furnished as specified. C. Facilities Startup l . Startup period shall not begin until all new facilities and equipment have been tested as specified and are ready for operation. The Owner shall receive spare parts, safety equipment, tools and maintenance equipment, lubricants, approved operation and maintenance data and the specified operation and maintenance instruction prior to the startup with raw water. All valve tagging shall also be complete prior to this startup. 2. Demonstrate a seven consecutive 24 hour day period of successful operation of the new facilities as a prerequisite of Substantial Completion and Acceptance. 3. In the event of failure to demonstrate satisfactory performance of the facilities on the first or any subsequent attempt, all necessary alterations, adjustments, repairs and replacements shall be made. When the facility is again ready for operation, it shall be brought on line and a new test shall be started. This procedure shall be repeated as often as necessary until the facility has operated continuously to the satisfaction of the Owner and Engineer, for the specified duration. 4. The Owner will furnish all operating personnel (other than vendor's or subcontractor's service personnel) needed to operate equipment during the final test period; however, said personnel will perform their duties under Contractor's direct supervision. Until performance tests are completed and units and systems are accepted by the Owner as substantially complete, the Contractor shall be fully responsible for the operation and maintenance of all new facilities. 5. The Owner will provide all necessary utilities for start-up. However, the Contractor shall provide all necessary personnel of the various construction trades, i.e., electricians, plumbers, etc., and field service personnel of the major equipment suppliers on an 8 hour per day basis at the facilities and on a 24 hour per day basis locally during the startup period. 6. Do not, at any time, allow the facility to be operated in a manner which subjects equipment to conditions that are more severe than the maximum allowable operating conditions for which the equipment was designed. 3.4 STAFF TRAINING A. Provide instruction and demonstration of the care and operation of the equipment to the Owner's personnel. Instruction is to include classroom and hands-on training. B. Provide to the Owner, agendas and applicable handouts two weeks prior to the training. C. Provide training in adequate detail to ensure that the trainees who complete the program will be qualified and capable of operating and maintaining the equipment, products, and systems provided. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 45 27 EQUIPMENT TESTING AND STARTUP Page 5 of 8 D. Staff Training is to include but not limited to: 1. Orientation to provide an overview of the complete system/subsystem configuration and operation. 2. Terminology, nomenclature, and display symbols. 3. Operations theory. 4. Equipment appearance, functions, concepts, and operation. 5. Operating modes, practices and procedures under normal, diminished, and emergency conditions. 6. Start-up and shutdown procedures. 7. Safety Precautions. 8. On-the-job operating experience for monitoring functions, supervisory, or command activities. Include functions and activities associated with diminished operating modes, failure recognition, and responses to complete system/subsystem procedures. 9. Content and use of Operation and Maintenance manuals and related reference materials. E. Provide training for performing on -site routine, preventive, and remedial maintenance of the equipment, product, or system. Maintenance training is to include but not limited to: 1. Orientation to provide an overview of complete system/subsystem concept, configuration, and operations. 2. Operations theory and interfaces. 3. Instructions necessary to ensure a basic theoretical and practical understanding of equipment appearance, layout and functions. 4. Safety precautions. 5. Use of standard and special tools and test equipment. 6. Adjustment, calibration, and use of related test equipment. 7. Detailed preventative maintenance activities. 8. Troubleshooting, diagnostics, and testing. 9. Equipment assembly and disassembly. 10. Repair and parts replacement. 11. Parts ordering practices and storage. 12. Failure and recovery procedures. 13. Cabling and/or interface connectors. 14. Content and use of Operation and Maintenance Manuals and related reference materials. 15. Procedures for warranty repairs. 16. Lubrication. 17. Procedures, practices, documentation, and materials required to commence system maintenance. F. Provide a training plan that indicates the schedule and sequence of the training programs. The training plan is to include for each course: Number of hours for the course. Include time of classroom training and in -field training in agenda. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 45 27 EQUIPMENT TESTING AND STARTUP Page 6 of 8 2. Agenda and narrative description, including the defined objectives for each lesson. 3. Draft copy of training presentation that will be give and Operation and Maintenance Manual. 4. A descriptive listing of suggested reference publications. 5. Audio-visual equipment required for training. Identify equipment needed for training in the agenda. 6. Type and number of tools or test equipment required for each training session. 7. Training Schedule: Group Tuesday Wednesday Group Operations 7:00- 9:00- Mech. 8:00am 12:00am Maint. Operations 8:00- 3:00- Operations 9:00am 4:00pm I/E Maint. 9:00- 4:00- Operations 12:00am 5:00pm 8. Time allotment Operations Training — 15 min classroom, 45b min hands-on in field. 9. Time allotment I/E Maintenance Training — 90 min classroom, 90 min hands-on in field. 10. Time allotment Mechanical Maintenance Training — 90 min classroom, 90 min hands-on in field training. G. Provide and use training aids to complement the instruction and enhance learning. 1. Provide training handbooks for use in both the classroom and the hands-on phases of training for each course. 2. Instructional materials shall include references to the Operation and Maintenance Manuals and identify and explain the use of the manual. 3. Provide a copy of all audio/visual training materials used in the presentations. 4. Video of training including in the field, hands on training. 5. Provide PowerPoint slides about project description to engage staff on project purpose and goals in the beginning of each training session. H. Provide qualified instructors to conduct the training. 1. Instructors must have knowledge of the theory of operation and practical experience with the equipment, product, and system. 2. Instructors must have successfully conducted similar training courses. I. Training may be recorded by the Owner or its consultants for use in future training. Provide legal releases or pay additional fees required to allow training by the manufacturer to be recorded. Schedule for training is to be approved by Owner. Schedule training and start-up operations for no more than one piece of equipment or system at a time. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 45 27 EQUIPMENT TESTING AND STARTUP Page 7 of 8 2. Owner may require re -scheduling of training if operations personnel are not available for training on a scheduled date. 3. Provide a minimum of two weeks' notice if training must be rescheduled. 4. Training is to be limited to 24 hours per week. 5. Time required for training is to be considered in the development of the project schedule. K. Schedule and coordinate training for equipment, products, or systems which depend upon other equipment or systems for proper operation so that trainees can be made familiar with the operation and maintenance of the entire operating system. L. Conduct a training course for the equipment products and systems provided for the Project. Training is to be adequate to meet the training objectives described above. Details for training will be established in the project specifications for that equipment. Cost for training and start-up will be included in the Cost of Work for each equipment package. 3.5 INITIAL MAINTENANCE A. Maintain equipment until the project is acceptable by the Owner. Insure that mechanical equipment is properly greased, oiled, or otherwise cared for as recommended by the Supplier. B. Service equipment per the Supplier's instructions immediately before releasing the equipment to the Owner. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 45 27 EQUIPMENT TESTING AND STARTUP Page 8 of 8 EQUIPMENT SUPPLIER'S CERTIFICATE OF INSTALLATION Owner Citv of Fort Worth Project Villase Creek Water Reclamation Facilitv Primary Clarifier Improvements Contract No. 103295 EQUIPMENT SPECIFICATION SECTION EQUIPMENT DESCRIPTION I of (Print Name) (Print Manufacturer's Name) hereby CERTIFY that , Authorized representative (Print equipment name and model with serial no.) installed for the subject project has (have) been installed in a satisfactory manner, has (have) been tested and adjusted, and is (are) ready for final acceptance testing and operation on: Date Time CERTIFIED BY: (Signature of Manufacturer's Representative) Date: END OF SECTION CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 50 00 TEMPORARY FACILITIES AND CONTROLS Page I of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 3. Added 1.4.B.5 4. Added 1.4.C.7 and 8 5. Added 1.4.G C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 50 00 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired. d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project. 5. Contractor shall not use Citv's sanitary facilities. C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 50 00 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. 7. No field offices or facilities for City personnel or representatives need to be provided for this Project. 8. Contractor's field office is required for this nroiect. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents. E. Dust Control 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times. b. Must respond in a timely manner. F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. G. Security 1. Contractor or subcontractors are responsible for security of its Work on site for the duration of the Droiect. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 50 00 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0157 13- 1 STORM WATER POLLUTION PREVENTION Page 1 of 4 SECTION 01 5713 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.l.a 2. Added 1.2.A.l.b C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance. a. Unit Price - Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. b. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 2. Construction Activities resulting in greater than 1 acre of disturbance. a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 4 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required. b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000. a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required. b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee. a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI. 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 0133 00, except as stated herein. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 4 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review. B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 015713-4 STORM WATER POLLUTION PREVENTION Page 4 of 4 This page intentionally blank. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 SECTION 01 5813 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY 0158 13 TEMPORARY PROJECT SIGNAGE Page 1 of 2 A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 3. Modified 2.2.A.1 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs for Water Deuartment vroiects. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0158 13 TEMPORARY PROJECT SIGNAGE Page 2 of 2 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: https:Happs.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Unit Price - Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price - Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 This page intentionally left blank. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds. 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract. c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time. c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 4iW.1076XV40101► 89t-0Zy0 DINti V A. Measurement and Payment [Consult City Department/Division for direction on if Mobilization pay item to be included or the item should be subsidiary. Include the appropriate Section 1.2 A. 1.] 1. Mobilization and Demobilization [If subsidiary] a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2) 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 d. No payments will be made for standby, idle time, or lost profits associated this Item. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section I.I.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 71 23 CONSTRUCTION STAKING AND SURVEY Page I of 5 SECTION 017123 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey. B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1.b.1 2. Added 1.2.A.1.b.2 3. Modified 1.2.A.2.b.1 4. Added 1.2.A.2.b.2 5. Modified 1.9.A.1-3 6. Modified 1.9.13.2-3 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) Work associated with this Item is included in the total lump sum price. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) Work associated with this Item is included in the total lump sum price. 3. As -Built Survey 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) Work associated with this Item is included in the total lump sum price. 2) Documentation and submittal of as -built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survev - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 71 23 CONSTRUCTION STAKING AND SURVEY Page 2 of 5 2. As -built Survev —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survev "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01— Attachment A —Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor's selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in conformance or non-conformance with requirements of the Contract Documents. a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. B. Field Quality Control Submittals 1. Documentation verifying accuracy of field engineering work. 1.7 CLOSEOUT SUBMITTALS A. As -built Redline Drawing Submittal 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 71 23 CONSTRUCTION STAKING AND SURVEY Page 3 of 5 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General Contractor is responsible for preserving and maintaining stakes. if City sur-veyofs f r eosts to perform staid". If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed, disturbed, or omitted that the contracted Work cannot take place, then the Contractor will be required to re - stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is the Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Contractor shall restore or replace any control data needs to be r-estor-ed Feplaeed due to damage caused during construction operations. 1) City shall perform r-eplaeements and/or- restorations. 3. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor shall 4441-1 Heed— to eqn-sm-Fe, is -m—Ahn-t—Ahned— with the Qty4o-perform construction survey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 250 linear feet (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 71 23 CONSTRUCTION STAKING AND SURVEY Page 4 of 5 (9) Plugs, stubouts, dead-end lines (10) Air Release valves (Manhole rim and vent pipe) (11) Blow off valves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts c. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. d. The Contractor shall 44411 Reed to eqn-sm-Fe, is ffi-fthn-t—gli-ned with the City o perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarks and control points ' *se are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades 3) Lines and grades were used to establish the location of the pipe. 4) Submit to the City copies of field notes, if requested, used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, when requested, to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. 9) If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 71 23 CONSTRUCTION STAKING AND SURVEY Page 5 of 5 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 THIS PAGE INTENTIONALLY LEFT BLANK. FORT WORTH Section 01 71 23.16.01- Attachment A Survey Staking Standards February 2017 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.Ddf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VI I. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND PINK ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS SANITARY SEWER 6NUMA IRRIGATION AND RECLAIMED WATER III. Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water -based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 IV. Survev Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: httr)://fortworthtexas.eov/itsolutions/GIS/ Look for 'Zoning Maps'. Under 'Layers' , expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc -second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced -main water lines, and rough -grade only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anvthing that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi -permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Proiected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_ Conformal_ Conic Fa Ise_Easti ng: 1968500.00000000 False —Northing: 6561666.66666667 Central Meridian:-98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude —Of —Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format txt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a proiect that has surface coordinates which must be translated: File 1: C1234 As -built of Water on Main Street Grid NAD83 TXSP 4202.csv O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street —Project Specific Datum.csv Example Control Stakes O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 W d w m � Q � w w m> � < m � w 1 015 EL.— 100, 00' m w m V Cn m w [ri J O w � J 1-- W O CD U � CP #1 N=5000.00 E=5000.00 o w z ~ � w o m � = o W LL ~ W < X m W W CC D V. Water Staking Standards 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 A. Centerline Staking— Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VI I. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 WE N � W � n N � CD N O ID ry � n rD zT 3 3 -, Z O � ry ono I D rD I.D rD n O < � T N N L rD IL i 77- n IL 00 �. � r-r 7 0 Q m ff < Q rD O n n Iv x -a 0 rD rD NO FLAGGING REQUIRED IN LIEU OF BLUE PAINTED LATH FRONT (SIDE FACING BACK 0 OFFSET DISTANCE (SIDE FACING R.O.W.) POINT # ICI CENTERLINE OF L% WATER LINE r 1 HLIR ELEVATION o � o i STAT ONING 4 4 �Z/fP IDENTIFIES TOP OF PIPE n _ I IDENTIFIES CUT - ~- OR FILL + HUB PAINTED BLUE, FLUSH 'MTH r GRCIUND, WITH TACK OR BLACK DOT HUB PI TEDNALBLUE WITH BLUE WHISKERS OR 60D NAIL WTH BLUE '{WHISKER FRONT FRONT (SIDE FACING] (SIDE FACING } 0 BACK rF' 0 (SIDE FACING R_O_W.} J f) P � CONTINUE STAKING IDENTIFY ANY rlv EVERY 200' r n TEES, METERS + GATE VALVES, — CROSSES, ETC. — Ln T/P + I � In Tf P I w � � �S� ti 1P A. Centerline Staking — Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VI I. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 FRONT 0 (SIDE FACING) V) 2nd OFFSET STAKE _ N FOR ALIGNMENT rD FOR SSMH'S FRONT FRONT V) (SIDE FACING ) (SIDE FACING NO FLAGGING REQUIRED MH j 2nd 4FFT£T STAKE IN LIEU aF GREEN PAINTED LATH = Iak OFFSET STAKE {{ LJ FOR ALIGNMENT N N FOR ALIGNMENT FOR SSMH'S w FOR SSMH'S 0 64 V) re FRONT co rD In D NO 2ND OFFSET STAKE FJL (SIDE FACING) FOR CENTERLINE s MH v = NEEDED n rD MH let OFFSET STAKE �R L1 N T I n 3 f FOR ALIGNMENT Ic II rD o ss�IHs (SIDE FACING ) FJL &6,ME STATIONING AS 1 ON NE 0o ID < FIRST OFFSET STAKE re rD o SANITARY SEWER LINE F� rD o 0 FA < r� FrL n `G T N Hi IDENTIFIES MANHOLE RIM N L n rn � n w Q5 a = IN,to FA aq 6 STATIONING �_ NE LI) FJL n 0 IL IDENTIFIES FLONLINE OF2, <' N NORTH PIPE GRADE to \ RIM Q rD REC4NSE STATIONING ty RIM I IDENTIFIES CUT - BETWEEN SSMH'S WAS Q n N DR FILLS FOR NORTH PIPE F LESS THAN 400'. SPLIT \ 6 O n I THE DIFFERENCE AND SET � 1 STAKE IN THE MIDDLE x 19 IdENTIFIES FLOVfUNE OF _ 1 S SOUTH PIPE GRADE < n IDENTIFIES CUT - �04;TVVy rD r" OR FILL + FCR SOUTH PIPE Vk RIM IDENTIFIES RIM GRADE p HUB D. PAINTED TACK FLUSH NTH " IDENTIFIES CUT - �o GROUND. NTH TACK OR BLACK DOT O OR FILL 4 TO OF MANHOLE J N Z— (OPTIONAL) HUB PAINTER GREEN WITH EILUE NHISKERS OR 80D NAIL WITH BWE WHISKERS — IT! x a� fD V1 fu rF CA m m (/1 r+ m VII. Storm Sewer & Inlet Staking A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet = 16.00' total length III. Recessed 10' Inlet = 20.00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 BACK C30E FAahr- R.ELW.) POINT # i Hue ELEvnnrn Example Storm Inlet Stakes FRONT (SIDE FACING NO FLAGGING REQUIRED IN LIEU OF PINK PAINTED LATH IDENTIFIES M-1101-1 END OF THE WING BEING STAKED INLET STATION [IF NOTED ON PLANS] IDENTIFIES GRADE TO TOP OF CURB IDENTIFIES GRADE TO FLOMJNE DISTANCES FOR INLETS STANDARD 10' - 16' RECESSED W - 20' STANDARD DUJBLE 10' - 2&67 BACK {SUE FA13NG R.QW_) PRINT 0 Q HUB ELE ATUN c FRONT (SIDE FACING M IIDE NTI FIES 1lHICH END OF THE YdNG BEING STAKED RECESSED ELMLE 10= -30_67 HUB %MM TACK T*- — — — — — — — I BACK OF INLET I BACK OF CURB BACK OF CURB 1 �. FLOYLINE FACE OF INLET FACE OF INLET FLDMJNE EDGE OF PAVEMENT EDGE OF PAVEMENT II EDGE OF PAVEMENT EDGE OF PAVEMENT 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 VIII. Curb and Gutter Staking A. Centerline Staking— Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VI I. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking— Curves III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 Example Curb & Gutter Stakes FRONT (SIDE FACING CL) FRONT (SIDE FACING CL) DENTIFIES START POW OF CURVATURE 4 BACK IDENTIFIES OFFSET I3 T4 (SIDE FACING R.4. Yi.) BACK CF CURB CR FIC FOR FACE OF CURB POINT HUB ELEVA110N BACK p� II O + P. IDENTIFIES GRADE IS TIC TD TQP OF DURH P FRONT ASIDE FACING} A P 0 2 BfC NO GRXi E ON RhPlu-L 5 FUNT5 FRONT IDENTIFIES END (SIDE FACING POINT OF T GENT d BC m PT T III I Q III I III I I I III III NO FLAGGING REQUIRED f f I ti IN LIEU OF PINK PAINTED LATH r I TOP OF CURB OF CURB FACE OF CURB I FLOKI NE EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 N W � rD Ql -u O 0 � O IDrD r-F Vf v � n rD zT 3 3 -, rD O Z -u r* v sv D Oq O I� � <rD t) 0 mG T N r v� N / 77- n 7 N 00 �. Ln r v 7 0 ,? m ff <' Q rD fl- % O v x —a 0 rD 10' ❑/S STAKE 1D' ❑/S STAKE W/GRADE AT W/GRADE AT EVEN STATION ELEN STATION 1 W MAX. DISTANCE � 50' MAX. DISTANCE � 50' MAX. DISTANCE � 5V MAX. DISTANCE � 50' MAX. DISTANCE � 50' MAX. DISTANCE <> 0 BACK OF CURB BACK OF CURB IF ARC LENGTH 15 I _ T GREATER THAN 100', I A PCC OFFSET STAKE C] 50' MAX. DISTANCE O SHOULD BE SET r I r10' � O/S f'1"1 fl"1 STAKE / 10' O/S W/GRADE AT PC STARE /GRDT 4STATION 1 f STAKE l W/GRADE f AT PT Qe E; 3G' RADIUS w POINT W/NO GRADE a d x � � 10' O/S M d Y u ¢ STAKE El W/GRACE AT EVEN STATION I BAC1< OF CURB I I Q Q S9' MAX. DISTANCE rml r S E� I E 10' 0/S STAKE rA4TPC\ W/GRADE AT EVEN STATION 30' RADIUS POINT � F IN/NO GRADE c� o 0 72 V Q� m o 'O 16' O/S STAKE q' W/GRADE AT EVEN STATION TYP FRONT (SIDE FACING TL) 0 4 B/ IDENTIFIES OFFSET 15 TO cu CK a OF P a T/C IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard Citv Cut Sheet City Project Date: Number: Project Name: ❑ TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET DESCRIPTION PROP. STAKED _ CUT + FILL -LT/+RT GRADE ELEV. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 22 X. As -built Survey A. Definition and Purpose The purpose of an as -built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As -built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 r 1 i �'Jvx IJ J. } : : "_.: 14- i.I ... Pit ... .............. f ..: .:p ::....._:. . i..... —.. .. . -- :.::. - ---------.. ... .................... .......... ........ ..... :.:::::...e — — ...--- ...... ....... �....._... �- - :. j.. _....�A.- ................ i...- ------------- ........ .. ...--per - -.dvr.d r:......... r x,.:..:. .r - -- . r: .... -1-LIdM O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 20 of 22 DM.GA7 - 0 VL A.CJ.,07CW A W SrA P5= - 121YL Maj) OR) SrA 5IA&ODD ` l� - LELR'D P4] A'EWVE i S.kYA6E EXIST. IN, Pryp^. iEVATEI WE VRYE 6 REDWO AW CWXECT TO EXSr CVATER f X r EE LiE� STAG2-- OWL INSTAL, !-ZSLY® SL.EEVVEE jj/I �vR` 'r S a/Y' FA'S 099 . 3pgJ6P 9ME M . E•2296737JM4 L72X BMpMF Tom' r � h E F VRyE� h FARE IR' ' wr 16 a� nam« hC pp orb JI NLF 8M7YfW LEAD MYE I h 6 6 3 M Ati5944d3OAPB9 - �� !p r B E-22W. R99 iAA P I LQT J J14 LVti• A -0 �Y 1k.hf Ilble r CLT d AMA w+.•PRTAl1� D ° N6Rffa 45?W E ,SWW BLIC S I El�v. 7zuo [[JJ• 2 - 3w w.,.. ft",IWM �1 CA— S A es., =WNW rrer�y ADM EXUT. l21RPER � / n CF.'H -8,raT�\ M .. ram 12 r 44 PROPOSED �l MIME A S"AW SANITARY Sly . SEE SHEV EMT.."r VALVE STA o-3a�7 - iPW - ASTAiL WT A 4 FFE�VERT I�AQ) �7 ar �a,erv�wm Aw1PQ'1'7.�d9/ E•tTSG3liiOrt' rr�.• r SM DR'IQ] - IYwL IUFLdYD M STA 61$758 - 1E' 5rA o•az3e - I2Fw AWTAIL AYSTAU, MYSTAU- h 0Y.4 SOL SLEEVE h!2 �6'YERT. HE7A? i126'YEA/; 6EYO .9 LE or LF"wATLF Pd°£ Ngr53 CMMUT M EXISr. XWAM? Ems" Pd13 E1zz;s3 td.V0 *1zW 1S499 E•36 F[ R _ - - — --- —_ - - - -I O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 sesf3-x a,ncoapraw v n,fr a Irk. PIZ, i V 3N17 SS' d a5 Y15 3Nl7 N�1y1Y Si � sl• A d� � �� of ¢ E 3WV-VX � 11,?-)i�-5�4 23.16.01_Attachment A_Survey Staking Standards.docx Page 22 of 22 O:\Sp BILK 29 TT P S/OS 8q',n+ M r,fb ram f ' E �. �wa.n �LAYTON[RD. W. /G WA FR ye� 1 I I I LOT 3 y �0" bwjgllam 9 I �r, • 6{ffi01.c, , N w w YA0 E,e f�gyyr - i ,• I � �UHE A L-3654 r. K J R'pr Itf]14�E E7/S'f: az ar BSAw. 5a1p4 �� fVw• STA N6IA7 - d SS LIE A • !OT E EC. LM STA&ML--M71- EX;ST STA RL-36Tif RIE"E Ed75T:SSYH CAYSTRGCT 5 LF OF 3SS MrM CYJMST.�dASSYN MCLUCE Ly'ISGC171AR ! Wf 1MSZWT Wf WIIUMXW PRM'=AW CONNELT PRpa•sss [ WI CGNWELT PRW. d S5 SNEA SWJ TO Af6p..55Yk. N£Q�Ii5252 ►R W Z ' v 7 V) b 'Q "a ! LdL ^ 1e'� v I V MY MAP NO. 2018-380, 2018-T MAPSCO PAGE NO.74N, S, T, W __--_ ---_-- - - - - *� 71 2.00 LN, 23.16.01_Attachment A_Survey Staking Standards.docx Page 23 of 23 6 6 b1\0171 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING FASTING ELEV. DESCRIPTION 1 6946257A89 2295079.165 726A9 SSMH RIM 2 6946260-893 2296062,141 725.668 GV RIM 3 6946307A99 2296038,306 726.85 GV RIM Cc, J-Dry , 5 4 6946220.582 2296011.025 723,358 SSMH RIM 5 6946195,23 2296015,116 722.123 GV RIM 6 6946190328 2296022.721 722.325 PH 7 6946136,012 2295992,115 719A48 WM RIM 8 6946002.267 2295919.133 713.331 WM RIM -TX. 0 Cgf,,-f r1 L 9 6945003,056 2295933.418 713.652 CO RIM Z.�F Lt �'*-L 10 6945984.677 2295880.52 711.662 SSMH RIM 11 6945986,473 2295869,892 710.D46 WM RIM 12 6945895,077 2295960.962 707.72 WM RIM �pp� 13 6945896.591 2295852.188 708.205 WM RIM 14 6945934.286 2295841.925 709.467 WM RIM 15 6945936.727 2295830.441 710.084 CO RIM CGG �-i] 1 r• F}; E 5 16 6945835,678 2295799.707 707,774 SSMH RIM { 17 6945817.488 2295827,011 708,392 SSMH RIM 18 6945759.776 2295758,643 711.218 SSMH RIM 0 lA 19 6945768563 2295778A24 710.086 GV RIM 20 6945743.318 2295788.392 710.631 GV RIM 21 6945723,219 2295754,394 712-849 GV RIM 22 6945682,21 2295744.22 716,686 WM RIM 23 6945621.902 2295669,471 723.76 WM RIM r 24 6945643,407 2295736-03 719J37 CO RIM ��p C 4L,l 69ATIC 25 6945571A59 2295655,195 727.514 SSMH RIM 26 6945539.498 2295667.903 729,123 WM RIM 70 27 6945519S34 2295619.49 732.689 WM RIM 28 6945417.979 2295590.27 740,521 WM RIM 29 6945456,557 2295643.145 736.451 CO RIM L I Sl a I 30 6945387.356 2295597.101 740J56 GV RIM 31 6945370.688 22956D6.793 740.976 GV RIM F tf- 5 uil�( or 32 6945383,53 2295610.559 740A08 FH 33 6945321.228 2295551-105 746,34 WM RIM 34 6945319.365 2295539.728 746.777 CO RIM 35 6945242,289 2295570.715 748,454 WM RIM 36 37 6945233,624 6945206-483 2295544.626 2295529-305 749.59 SSMH RIM 751,059 WM RIM P L 38 6945142.015 2295557.566 750,853 WM RIM S ± P 39 6945113A45 2295520.335 751,871 WM RIM J 40 6945049,02 2295527-345 752.257 SSMH RIM ~ �F7 41 6945041.024 2295552.675 751,79 WM RIM q 42 6945038.878 2295552.147 751,88 WM RIM cJ� rY 43 6945006,397 2295518.135 752,615 WM RIM 31 3:f� 44 6944944.782 2295520.635 752-901 WM RIM 45 6944943-432 2295555.479 752,156 WM RIM 46 6944860,416 2295534.397 752,986 SSMH RIM AI,` O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 24 C. Other preferred as -built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 25 V) (D T to rt Q O OD OD 7 N � W r) I (D O 0 O rt / N � [� (D 3 (D o O O v D O ILn Ln N (DD (D cn O yx � T N Ln (D N / ;'i n �• N QU �. Ln rt rt � 7 � O_ (D N Q (D N � O n X _0 0 (D Home I Insert Page Layout Formulas Data Review View Acrobat cut Candri - 11 - }] Al=r,- y3 • 9VT- j°J Wrap Text General Normal Bad Good Neutral Calculation Copy Paste B p ❑ (jj• A - _ ,-[- Merge&Center• *Alignment $ % + .00 Condrt€nnal Forma[ +. _x'l'c�:c!ory... Followed Hy... Hypedink Input InseR Delete ,u Format Painter - Formatting•as Table• - Clipboard r„ Font r„ Number Styles Cells N31 A A B C D E F G H I 1 k L M N 1 Proiect Name and Number- [Street Name} Valve Box Water Main Bends Meter Boxes GPSIGritll Loeridnates,Texas, 6taA1 GPS(Gridj Cooridnates,Texas Fire Hydrants Hytlrant Valve GPSIGritll toaridnates,Texas j Nut Elevation Ste.0 GPSIGritll Caoridmates,Texas Nut Elevation TIP-250' intervales Sta. p IGPS(Grid) Coorianates,Texas ElevationlZl 6ta.p NC 4202 NC 4202 NC 4202 NC 4202 NC 4202 NIY1=6934779.6510' N(Y)=5934784.3970' NIY1=6934790.8950' N(Y)=6934791.0300' 0«2005 712 133 0+25.On 0+51.22 0+3142 718.555 E(%)=2320950.1450' El%1=2320924.5750' E(%)=2320959.7560 El%1=2320951.9640' N(Y)=6935913.4520' NlY1=5934849.4310' N(Y)=6935979.3410' NlYl-tM5979.1580' 11+5369 716A38 6t90.05 12+1971 12+1958 714431 El%1=2320942.4830' El%1=2320922.6840' E(%)=2520949.6250' ElX(=5935979.1580' N(Y)=69359525340' NlY1-934849 8250' NIYi=693M8595080 NlY1=5935849 9940' 11a9267 717.489 9+9C.15 20+99.76 20+90.25 M4241' E(%1=23m966S290 El% 2320950.1410' I EIX1=2320960.4550 El% 2320950.4250' I N(Y1=69359521510' NlY1=5934a54.6750' NIY1=6937492MR NlY1=5937491 8650' 11a92.93 715.094 0+9520 27+32.65 27+32.33 69658 El%�=23208978250' El%1=2320959 %M' F(X1=23209382970 El%1-2320931 5950' NIY1=6935974.74110' N(Y)=5934855.4530 12+75.17 715.001 0-96.07 E(%)=2320942.3170' E(%)=2320922.5780' NIY1=69368112340' N(Y)=59934959.5300' 20+51.69 704.L15 1+99.86 EI%1=2320935.9070' E(%)=2320959.0260' NIY1=6937494.5290' N(Y)= 5934952.1570' . EI%1=2320930.543O E(%)=2320921.8150' 01 73 00 EXECUTION Page 1 of 12 SECTION 0173 00 - EXECUTION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes general administrative and procedural requirements governing execution of the Work, including, but not limited to, the following: 1. Construction layout. 2. Field engineering and surveying. 3. Installation of the Work. 4. Cutting and patching. 5. Coordination of Owner's portion of the Work. 6. Coordination of Owner -installed products. 7. Progress cleaning. 8. Starting and adjusting. 9. Protection of installed construction. B. Related Requirements: 1. Section 01 11 00 "Summary" for coordination of Owner's separate contracts, and limits on use of Project site. 2. Section 0133 00 "Submittal Procedures" for submitting surveys. 3. Section 01 77 19 "Closeout Requirements" for submitting final property survey with Project Record Documents, recording of Owner -accepted deviations from indicated lines and levels, replacing defective work, and final cleaning. 4. Section 02 41 19 "Selective Demolition" for demolition and removal of selected portions of the building. 1.3 DEFINITIONS A. Cutting: Removal of in -place construction necessary to permit installation or performance of subsequent work. B. Patching: Fitting and repair work required to restore construction to original conditions after installation of subsequent work. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 73 00 EXECUTION Page 2 of 12 1.4 PREINSTALLATION MEETINGS A. Cutting and Patching Conference: Conduct conference at Project site. Prior to commencing work requiring cutting and patching, review extent of cutting and patching anticipated and examine procedures for ensuring satisfactory result from cutting and patching work. Inform Engineer of scheduled meeting. Require representatives of each entity directly concerned with cutting and patching to attend, including the following: a. Contractor's superintendent. b. Trade supervisor responsible for cutting operations. C. Trade supervisor(s) responsible for patching of each type of substrate. d. Mechanical, electrical, and utilities subcontractors' supervisors, to the extent each trade is affected by cutting and patching operations. 2. Review areas of potential interference and conflict. Coordinate procedures and resolve potential conflicts before proceeding. B. Layout Conference: Conduct conference at Project site. 1. Prior to establishing layout of new and existing perimeter and structural column grid(s), review building location requirements. Review benchmark, control point, and layout and dimension requirements. Inform Engineer of scheduled meeting. Require representatives of each entity directly concerned with Project layout to attend, including the following: a. Contractor's superintendent. b. Professional surveyor, Contractor's personnel responsible for performing Project surveying and layout. C. Professional surveyor responsible for performing site survey serving as basis for Project design. 2. Review meanings and intent of dimensions, notes, terms, graphic symbols, and other layout information indicated on the Drawings. 3. Review requirements for including layouts on Shop Drawings and other submittals. 4. Review areas of potential interference and conflict. Coordinate procedures and resolve potential conflicts before proceeding. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For land surveyor. B. Certified Surveys: Submit two copies signed by land surveyor. C. Certificates: Submit certificate signed by land surveyor, certifying that location and elevation of improvements comply with requirements. D. Cutting and Patching Plan: Submit plan describing procedures at least 10 days prior to the time cutting and patching will be performed. Include the following information: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 73 00 EXECUTION Page 3 of 12 1. Extent: Describe reason for and extent of each occurrence of cutting and patching. 2. Changes to In -Place Construction: Describe anticipated results. Include changes to structural elements and operating components as well as changes in building appearance and other significant visual elements. 3. Products: List products to be used for patching and firms or entities that will perform patching work. 4. Dates: Indicate when cutting and patching will be performed. 5. Utilities and Mechanical and Electrical Systems: List services and systems that cutting and patching procedures will disturb or affect. List services and systems that will be relocated and those that will be temporarily out of service. Indicate length of time permanent services and systems will be disrupted. a. Include description of provisions for temporary services and systems during interruption of permanent services and systems. E. Landfill Receipts: Submit copy of receipts issued by a landfill facility, licensed to accept hazardous materials, for hazardous waste disposal. 1.6 CLOSEOUT SUBMITTALS A. Final Property Survey: Submit 10 copies showing the Work performed and record survey data. 1.7 QUALITY ASSURANCE A. Land Surveyor Qualifications: A professional land surveyor who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing land -surveying services of the kind indicated. B. Professional Engineer Qualifications: Refer to Section 01 40 00 "Quality Requirements." C. Cutting and Patching: Comply with requirements for and limitations on cutting and patching of construction elements. 1. Structural Elements: When cutting and patching structural elements, or when encountering the need for cutting and patching of elements, whose structural function is not known, notify Engineer of locations and details of cutting and await directions from Engineer before proceeding. Shore, brace, and support structural elements during cutting and patching. Do not cut and patch structural elements in a manner that could change their load -carrying capacity or increase deflection. 2. Operational Elements: Do not cut and patch operating elements and related components in a manner that results in reducing their capacity to perform as intended or that results in increased maintenance or decreased operational life or safety. Operational elements include the following: a. Primary operational systems and equipment. b. Fire separation assemblies. C. Air or smoke barriers. d. Fire -suppression systems. e. Plumbing piping systems. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 73 00 EXECUTION Page 4 of 12 f. Mechanical systems piping and ducts. g. Control systems. h. Communication systems. i. Fire -detection and -alarm systems. j . Conveying systems. k. Electrical wiring systems. 1. Operating systems of special construction. Other Construction Elements: Do not cut and patch other construction elements or components in a manner that could change their load -carrying capacity, that results in reducing their capacity to perform as intended, or that results in increased maintenance or decreased operational life or safety. Other construction elements include but are not limited to the following: a. Water, moisture, or vapor barriers. b. Membranes and flashings. C. Exterior curtain -wall construction. d. Sprayed fire -resistive material. e. Equipment supports. f. Piping, ductwork, vessels, and equipment. g. Noise- and vibration -control elements and systems. 4. Visual Elements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch exposed construction in a manner that would, in Engineer's opinion, reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. D. Manufacturer's Installation Instructions: Obtain and maintain on -site manufacturer's written recommendations and instructions for installation of specified products and equipment. PART 2 - PRODUCTS A. Comply with requirements specified in other Sections. For projects requiring compliance with sustainable design and construction practices and procedures, use products for patching that comply with sustainable design requirements. B. In -Place Materials: Use materials for patching identical to in -place materials. For exposed surfaces, use materials that visually match in -place adjacent surfaces to the fullest extent possible. If identical materials are unavailable or cannot be used, use materials that, when installed, will provide a match acceptable to Engineer for the visual and functional performance of in -place materials. Use materials that are not considered hazardous. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 73 00 EXECUTION Page 5 of 12 C. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. Use cleaning products that comply with Green Seal's GS-37, or if GS-37 is not applicable, use products that comply with the California Code of Regulations maximum allowable VOC levels. 17:1:71IBM W14xfl81111to] 01 3.1 EXAMINATION A. Existing Conditions: The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning sitework, investigate and verify the existence and location of underground utilities, mechanical and electrical systems, and other construction affecting the Work. 1. Before construction, verify the location and invert elevation at points of connection of sanitary sewer, storm sewer, gas service piping, and water -service piping; underground electrical services; and other utilities. 2. Furnish location data for work related to Project that must be performed by public utilities serving Project site. B. Examination and Acceptance of Conditions: Before proceeding with each component of the Work, examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations. 1. Examine roughing -in for mechanical and electrical systems to verify actual locations of connections before equipment and fixture installation. 2. Examine walls, floors, and roofs for suitable conditions where products and systems are to be installed. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. C. Written Report: Where a written report listing conditions detrimental to performance of the Work is required by other Sections, include the following: 1. Description of the Work, including Specification Section number and paragraphs, and Drawing sheet number and detail, where applicable. 2. List of detrimental conditions, including substrates. 3. List of unacceptable installation tolerances. 4. Recommended corrections. D. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 73 00 EXECUTION Page 6 of 12 3.2 PREPARATION A. Existing Utility Information: Furnish information to [local utility] [Owner] that is necessary to adjust, move, or relocate existing utility structures, utility poles, lines, services, or other utility appurtenances located in or affected by construction. Coordinate with authorities having jurisdiction. B. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. C. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings. D. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents, submit a request for information to Engineer in accordance to requirements in Section 013100 "Project Management and Coordination." 3.3 CONSTRUCTION LAYOUT A. Verification: Before proceeding to lay out the Work, verify layout information shown on Drawings, in relation to the property survey and existing benchmarks and existing conditions. If discrepancies are discovered, notify Engineer promptly. B. Engage a land surveyor experienced in laying out the Work, using the following accepted surveying practices. 1. Establish benchmarks and control points to set lines and levels at each story of construction and elsewhere as needed to locate each element of Project. 2. Establish limits on use of Project site. 3. Establish dimensions within tolerances indicated. Do not scale Drawings to obtain required dimensions. 4. Inform installers of lines and levels to which they must comply. 5. Check the location, level and plumb, of every major element as the Work progresses. 6. Notify Engineer when deviations from required lines and levels exceed allowable tolerances. 7. Close site surveys with an error of closure equal to or less than the standard established by authorities having jurisdiction. C. Site Improvements: Locate and lay out site improvements, including pavements, grading, fill and topsoil placement, utility slopes, and rim and invert elevations. D. Building Lines and Levels: Locate and lay out control lines and levels for structures, building foundations, column grids, and floor levels, including those required for mechanical and electrical work. Transfer survey markings and elevations for use with control lines and levels. Level foundations and piers from two or more locations. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 73 00 EXECUTION Page 7 of 12 E. Record Log: Maintain a log of layout control work. Record deviations from required lines and levels. Include beginning and ending dates and times of surveys, weather conditions, name and duty of each survey party member, and types of instruments and tapes used. Make the log available for reference by Engineer. 3.4 FIELD ENGINEERING A. Identification: Owner will identify existing benchmarks, control points, and property corners. B. Reference Points: Locate existing permanent benchmarks, control points, and similar reference points before beginning the Work. Preserve and protect permanent benchmarks and control points during construction operations. 1. Do not change or relocate existing benchmarks or control points without prior written approval of Engineer. Report lost or destroyed permanent benchmarks or control points promptly. Report the need to relocate permanent benchmarks or control points to Engineer before proceeding. 2. Replace lost or destroyed permanent benchmarks and control points promptly. Base replacements on the original survey control points. C. Benchmarks: Establish and maintain a minimum of two permanent benchmarks on Project site, referenced to data established by survey control points. Comply with authorities having jurisdiction for type and size of benchmark. 1. Record benchmark locations, with horizontal and vertical data, on Project Record Documents. 2. Where the actual location or elevation of layout points cannot be marked, provide temporary reference points sufficient to locate the Work. 3. Remove temporary reference points when no longer needed. Restore marked construction to its original condition. D. Certified Survey: On completion of foundation walls, major site improvements, and other work requiring field -engineering services, prepare a certified survey showing dimensions, locations, angles, and elevations of construction and sitework. E. Final Property Survey: Engage a land surveyor to prepare a final property survey showing significant features (real property) for Project. Include on the survey a certification, signed by land surveyor, that principal metes, bounds, lines, and levels of Project are accurately positioned as shown on the survey. 1. Show boundary lines, monuments, streets, site improvements and utilities, existing improvements and significant vegetation, adjoining properties, acreage, grade contours, and the distance and bearing from a site corner to a legal point. 2. Recording: At Substantial Completion, have the final property survey recorded by or with authorities having jurisdiction as the official "property survey." CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 73 00 EXECUTION Page 8 of 12 3.5 INSTALLATION A. Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. 1. Make vertical work plumb and make horizontal work level. 2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. 3. Conceal pipes, ducts, and wiring in finished areas unless otherwise indicated. 4. Maintain minimum headroom clearance of [96 inches] in occupied spaces and [90 inches] in unoccupied spaces, unless otherwise indicated on Drawings. B. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated. C. Install products at the time and under conditions that will ensure satisfactory results as judged by Engineer. Maintain conditions required for product performance until Substantial Completion. D. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy of type expected for Project. E. Sequence the Work and allow adequate clearances to accommodate movement of construction items onsite and placement in permanent locations. F. Tools and Equipment: Select tools or equipment that minimize production of excessive noise levels. G. Templates: Obtain and distribute to the parties involved templates for Work specified to be factory prepared and field installed. Check Shop Drawings of other portions of the Work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. H. Attachment: Provide blocking and attachment plates and anchors and fasteners of adequate size and number to securely anchor each component in place, accurately located and aligned with other portions of the Work. Where size and type of attachments are not indicated, verify size and type required for load conditions with manufacturer. 1. Mounting Heights: Where mounting heights are not indicated, mount components at heights directed by Engineer. 2. Allow for building movement, including thermal expansion and contraction. 3. Coordinate installation of anchorages. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. I. Joints: Make joints of uniform width. Where joint locations in exposed Work are not indicated, arrange joints for the best visual effect, as judged by Engineer. Fit exposed connections together to form hairline joints. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 73 00 EXECUTION Page 9 of 12 Repair or remove and replace damaged, defective, or nonconforming Work. 1. Comply with Section 01 77 19 "Closeout Procedures" for repairing or removing and replacing defective Work. 3.6 CUTTING AND PATCHING A. General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay. Cut in -place construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. B. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during installation or cutting and patching operations, by methods and with materials so as not to void existing warranties. C. Temporary Support: Provide temporary support of Work to be cut. D. Protection: Protect in -place construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. E. Adjacent Occupied Areas: Where interference with use of adjoining areas or interruption of free passage to adjoining areas is unavoidable, coordinate cutting and patching in accordance with requirements in Section 01 1100 "Summary of Work." F. Existing Utility Services and Mechanical/Electrical Systems: Where existing services/systems are required to be removed, relocated, or abandoned, bypass such services/systems before cutting to prevent interruption to occupied areas. G. Cutting: Cut in -place construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply with original Installer's written recommendations. 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots neatly to minimum size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Concrete and Masonry: Cut using a cutting machine, such as an abrasive saw or a diamond -core drill. 4. Excavating and Backfilling: Comply with requirements in applicable Sections where required by cutting and patching operations. 5. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. 6. Proceed with patching after construction operations requiring cutting are complete. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 73 00 EXECUTION Page 10 of 12 H. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other Work. Patch with durable seams that are as invisible as practicable, as judged by Engineer. Provide materials and comply with installation requirements specified in other Sections, where applicable. 1. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate physical integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. a. Clean piping, conduit, and similar features before applying paint or other finishing materials. b. Restore damaged pipe covering to its original condition. Floors and Walls: Where walls or partitions that are removed extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. Remove in -place floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. a. Where patching occurs in a painted surface, prepare substrate and apply primer and intermediate paint coats appropriate for substrate over the patch, and apply final paint coat over entire unbroken surface containing the patch, corner to corner of wall and edge to edge of ceiling. Provide additional coats until patch blends with adjacent surfaces. 4. Ceilings: Patch, repair, or rehang in -place ceilings as necessary to provide an even -plane surface of uniform appearance. 5. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a weathertight condition and ensures thermal and moisture integrity of building enclosure. I. Cleaning: Clean areas and spaces where cutting and patching are performed. Remove paint, mortar, oils, putty, and similar materials from adjacent finished surfaces. 3.7 COORDINATION OF OWNER'S PORTION OF THE WORK A. Site Access: Provide access to Project site for Owner's construction personnel and Owner's separate contractors. B. Coordination: Coordinate construction and operations of the Work with work performed by Owner's construction personnel [and Owner's separate contactors]. 1. Construction Schedule: Inform Owner of Contractor's preferred construction schedule for Owner's portion of the Work. Adjust construction schedule based on a mutually agreeable timetable. Notify Owner if changes to schedule are required due to differences in actual construction progress. 2. Preinstallation Conferences: Include Owner's construction personnel at preinstallation conferences, covering portions of the Work that are to receive Owner's work. Attend CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 73 00 EXECUTION Page 11 of 12 preinstallation conferences conducted by Owner's construction personnel if portions of the Work depend on Owner's construction. 3.8 PROGRESS CLEANING A. Clean Project site and work areas daily, including common areas. Enforce requirements strictly. Dispose of materials lawfully. 1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. 2. Do not hold waste materials more than seven days during normal weather or three days if the temperature is expected to rise above 80 deg F. 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. a. Use containers intended for holding waste materials of type to be stored. 4. Coordinate progress cleaning for joint -use areas where Contractor and other contractors are working concurrently. B. Site: Maintain Project site free of waste materials and debris. 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 spills promptly. 2. Where dust would impair proper execution of the Work, broom -clean or vacuum the entire work area, as appropriate. D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. F. Exposed Surfaces: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. G. Waste Disposal: Do not bury or burn waste materials on -site. Do not wash waste materials down sewers or into waterways. Comply with waste disposal requirements in Section 01 50 00 "Temporary Facilities and Controls." H. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. I. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 73 00 EXECUTION Page 12 of 12 J. Limiting Exposures: Supervise construction operations to ensure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. Mlr:1:710le[ef:3►U7:101LI&I 11019I A. Coordinate startup and adjusting of equipment and operating components with requirements in Section 01 45 17 "Equipment Testing and Start Up." B. Start equipment and operating components to confirm proper operation. Remove malfunctioning units, replace with new units, and retest. C. Adjust equipment for proper operation. Adjust operating components for proper operation without binding. D. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. E. Manufacturer's Field Service: Comply with qualification requirements in Section 01 40 00 "Quality Requirements." 3.10 PROTECTION AND REPAIR OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. B. Repair Work previously completed and subsequently damaged during construction period Repair to like -new condition. C. Protection of Existing Items: Provide protection and ensure that existing items to remain undisturbed by construction are maintained in condition that existed at commencement of the Work. D. Comply with manufacturer's written instructions for temperature and relative humidity. END OF SECTION 01 73 00 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 01 74 23 CLEANING Page I of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere. B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 3. Modified 3.10.D.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 74 23 CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned. 2. New and uncontaminated. 3. For manufactured surfaces. a. Material recommended by manufacturer. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. 6. Handle materials in a controlled manner with as few handlings as possible. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 017423 CLEANING Page 3 of 4 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind. b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep flatwork, paving, and roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 5. Clean signs, lights, signals, etc. 3.11 [NOT USED] END OF SECTION 01 74 23 CLEANING Page 4 of 4 CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 SECTION 01 76 00 ASSET MANAGEMENT PART 1 - GENERAL 1.01 THE REQUIREMENT A. The Contractor shall furnish all labor, materials, tools, equipment and services necessary for all work as indicated in accordance with the provisions of the contract documents to provide asset attribute data and asset tags for the equipment being supplied under this Contract. The Contractor shall cooperate with the Owner or their agents and other project Contractors or their agents and shall allow reasonable provisions for the prosecution of any other work by the Owner, or others, to be done in connection with his work, or in connection with normal use of the facilities. B. Periodic coordinating conferences shall be held as required to coordinate the format, content and completeness of the asset management information. PART 2 - PRODUCTS 2.01 EQUIPMENT TAGS A. Equipment tags shall be constructed of stainless steel and engraved as specified below. Stainless steel equipment tags shall be constructed of minimum 22-gauge 316 stainless steel. Lettering shall be engraved with black infill. The size of each tag shall be determined by the Owner and shall be one of the following sizes: 4" x 6", 2" x 4", 2" diameter, 1-1/2" diameter or 1" x 3". Tags shall have rounded corners and 3/16" hole when attaching with wire or chain. Stainless steel tags shall be mounted by adhesion, anchored into wall/equipment using stainless steel anchors/screws or attached with six -ply wound 304 stainless steel wire meter seals or stainless -steel ball chain. When meter seals are utilized, provide Owner with minimum 10% extra meter seals and one sealing press. Contractor shall coordinate attachment method with Owner 2. For each asset, the tag shall include equipment description, equipment location, and Equipment Record Number (ERN) information as provided in the Equipment List. The initial Equipment List can be downloaded from BIM 360. 3. Contractor shall also provide a physical sample of each size and material of tags that will be used to identify the assets for approval by the Owner. 4. These tags are for the Fort Worth Asset Management System and are in addition to the equipment required other specification sections and shall be coordinated with other tags required. FWWD VCWRF PRIMARY CLARIFIERS ISSUED FOR BID, -JUN 2024 01 76 00 -1 ASSET MANAGEMENT PART 3 - EXECUTION 3.01 GENERAL A. The Contractor shall perform and meet the following requirements for asset management: 1. Prior to substantial completion, the Contractor shall submit any applicable revisions or updates to the initial Equipment List and will work with the Owner to finalize the list. The initial Equipment List is included as Attachment 1 at the end of this section. 2. The Contractor shall fill in data on the final Equipment List and return it to the Owner. A preliminary equipment list for this project is included at the end of the specification. 3. For each asset, the Contractor shall engrave and install one tag. The tag shall include the equipment description, equipment location, and Equipment Record Number (ERN) information as provided in the finalized Equipment List. 4. The Owner's Inspector will confirm that the tags match the finalized Equipment List. Contractor shall correct any deviations and have all tags installed prior to substantial completion. END OF SECTION FWWD VCWRF PRIMARY CLARIFIERS ISSUED FOR BID, -JUN 2024 01 76 00 -2 ASSET MANAGEMENT ERN Operational Name 0201001 Primary Clarifier 1 (FUTURE) 0201002 Primary Clarifier 2 0201003 Primary Clarifier 3 0201004 Primary Clarifier 4 0203003 Primary Sludge Pump Station 1 0203006 Scum Pump Station No. 1 Vault 0203007 Scum Pump Station No. 2 Vault 0203008 Primary Clarifier 1-4 Influent Flow Meter Vault 0204003 West Diversion Box G 0204004 Primary Clarifier 1-4 Influent Distribution Box 0206678 Electrical Manhole MH79A 0206679 Electrical Manhole MH79B 0215012 Primary Sludge Pump 2 0215013 Primary Sludge Pump 3 0215014 Primary Sludge Pump 4 0215015 Primary Sludge Pump 5 0215016 Primary Sludge Pump 6 Primary Sludge Grinder 1 Primary Sludge Grinder 2 Primary Sludge Grinder 3 Primary Sludge Grinder 4 Flowswitch Low 2 Flowswitch Low 3 Flowswitch Low 4 Flowswitch Low 5 Flowswitch Low 6 Plant Water Booster Pump No. 1 Sump Pump PS1 Primary Clarifier 1-4 Influent Flow Meter Vault Sump Pump 0215802 Sump Pump PI Flow Meter 0215803 Plant Sewer Flow Meter Station 1 Vault Sump Pump Plant Sewer Flow Meter Station 1 Hose Station Plant Sewer Flow Meter Station 1 Bypass Valve (30" Plug) Plant Sewer Flow Meter Station 1 Discharge Valve (30" Plug) Physical Location Primary Treatment Area 1, NW Primary Treatment Area 1, NE Primary Treatment Area 1, SW Primary Treatment Area 1, SE Between Primary Clarifiers 3 & 4 NE of Primary Clarifier 3 SW of Primary Clarifier 2 NW of Primary Clarifier 3 S of Primary Influent Junction Box 1 N of Primary Sludge Pump Station 1 NE of Primary Clarifier 4, NE NE of Primary Clarifier 4, SW Primary Sludge Pump Station 1, W Primary Sludge Pump Station 1, SW Primary Sludge Pump Station 1, NE Primary Sludge Pump Station, E Primary Sludge Pump Station, SE Primary Sludge Pump Station,NW Primary Sludge Pump Station, SW Primary Sludge Pump Station, NE Primary Sludge Pump Station, SE Primary Sludge Pump Station 1, PS Pump 2 Seal Water Primary Sludge Pump Station 1, PS Pump 3 Seal Water Primary Sludge Pump Station 1, PS Pump 4 Seal Water Primary Sludge Pump Station 1, PS Pump 5 Seal Water Primary Sludge Pump Station 1, PS Pump 6 Seal Water Primary Sludge Pump Station 1, E Primary Sludge Pump Station 1 Basement, S Primary Clarifier 1-4 Influent Flow Meter Vault Primary Clarifier 1-4 Influent Flow Meter Vault, NE Plant Sewer Flow Meter Station 1 Vault, E Plant Sewer Flow Meter Station 1 Vault, E Plant Sewer Flow Meter Station 1 Vault, E Plant Sewer Flow Meter Station 1 Vault, S 0215804 Sump Pump 1 Scum Pump Station 1 Vault Scum Pump Station 1 Vault, SW Corner Sump Pump 1 Scum Pump Station 1 Vault - Check Valve (1.5") Scum Pump Station 1 Vault, SW Corner Sump Pump 1 Scum Pump Station 1 Vault - Ball Valve (1.5") Scum Pump Station 1 Vault, SW Corner Sump Pump 2 Scum Pump Station 1 Vault Scum Pump Station 1 Vault, SW Corner Sump Pump 2 Scum Pump Station 1 Vault - Check Valve (1.5") Scum Pump Station 1 Vault, SW Corner Sump Pump 2 Scum Pump Station 1 Vault - Ball Valve (1.5") Scum Pump Station 1 Vault, SW Corner Sump Pump 1/2 Scum Pump Station 1 Vault - Check Valve (1.5") Scum Pump Station 1 Vault, SW Corner 0215805 Sump Pump 1 Scum Pump Station 2 Vault Scum Pump Station 2 Vault, NE Corner Sump Pump 1 Scum Pump Station 2 Vault - Check Valve (1.5") Scum Pump Station 2 Vault, NE Corner Sump Pump 1 Scum Pump Station 2 Vault - Ball Valve (1.5") Scum Pump Station 2 Vault, NE Corner Sump Pump 2 Scum Pump Station 2 Vault Scum Pump Station 2 Vault, NE Corner Sump Pump 2 Scum Pump Station 2 Vault - Check Valve (1.5") Scum Pump Station 2 Vault, NE Corner Sump Pump 2 Scum Pump Station 2 Vault - Ball Valve (1.5") Scum Pump Station 2 Vault, NE Corner Sump Pump 1/2 Scum Pump Station 2 Vault - Check Valve (1.5") Scum Pump Station 2 Vault, NE Corner 0215911 Scum Pump 1-1 Scum Pump Station 1 Vault, N 0215912 Scum Pump 1-2 Scum Pump Station 1 Vault, S SP1-1/1-2 Seal Water System - Globe Valve (2") Scum Pump Station 1 Vault, W SP1-1/1-2 Seal Water System - Ball Valve (2") Scum Pump Station 1 Vault, W SP1-1/1-2 Seal Water System - Pressure Regulating Valve (2") Scum Pump Station 1 Vault, W SP1-1/1-2 Seal Water System - Pressure Gauge Scum Pump Station 1 Vault, W SP1-1 Seal Water System - Ball Valve 1 (1/2") Scum Pump Station 1 Vault, W SP1-1 Seal Water System - Ball Valve 2 (1/2") Scum Pump Station 1 Vault, W SP1-1 Seal Water System - Ball Valve 3 (1/2") Scum Pump Station 1 Vault, W SP1-1 Seal Water System - Ball Valve 4 (1/2") Scum Pump Station 1 Vault, W SP1-1 Seal Water System - Ball Valve 5 (1/2") Scum Pump Station 1 Vault, W SP1-1 Seal Water System - Ball Valve 6 (1/2") Scum Pump Station 1 Vault, W SP1-1 Seal Water System - Solenoid Valve (1/2") Scum Pump Station 1 Vault, W SP1-1 Seal Water System - Pressure Gauge (1/2") Scum Pump Station 1 Vault, W SP1-1 Seal Water System - Low Flow Switch (1/2") Scum Pump Station 1 Vault, W SP1-2 Seal Water System - Ball Valve 1 (1/2") Scum Pump Station 1 Vault, W SP1-2 Seal Water System - Ball Valve 2 (1/2") Scum Pump Station 1 Vault, W SP1-2 Seal Water System - Ball Valve 3 (1/2") Scum Pump Station 1 Vault, W SP1-2 Seal Water System - Ball Valve 4 (1/2") Scum Pump Station 1 Vault, W SP1-2 Seal Water System - Ball Valve 5 (1/2") Scum Pump Station 1 Vault, W SP1-2 Seal Water System - Ball Valve 6 (1/2") Scum Pump Station 1 Vault, W SP1-2 Seal Water System - Solenoid Valve (1/2") SP1-2 Seal Water System - Pressure Gauge (1/2") SP1-2 Seal Water System - Low Flow Switch (1/2") 0215921 Scum Pump 2-1 0215922 Scum Pump 2-2 SP2-1/2-2 Seal Water System - Globe Valve (2") SP2-1/2-2 Seal Water System - Ball Valve (2") SP2-1/2-2 Seal Water System - Pressure Regulating Valve (2") SP2-1/2-2 Seal Water System - Pressure Gauge SP2-1 Seal Water System - Ball Valve 1 (1/2") SP2-1 Seal Water System - Ball Valve 2 (1/2") SP2-1 Seal Water System - Ball Valve 3 (1/2") SP2-1 Seal Water System - Ball Valve 4 (1/2") SP2-1 Seal Water System - Ball Valve 5 (1/2") SP2-1 Seal Water System - Ball Valve 6 (1/2") SP2-1 Seal Water System - Solenoid Valve (1/2") SP2-1 Seal Water System - Pressure Gauge (1/2") SP2-1 Seal Water System - Low Flow Switch (1/2") SP2-2 Seal Water System - Ball Valve 1 (1/2") SP2-2 Seal Water System - Ball Valve 2 (1/2") SP2-2 Seal Water System - Ball Valve 3 (1/2") SP2-2 Seal Water System - Ball Valve 4 (1/2") SP2-2 Seal Water System - Ball Valve 5 (1/2") SP2-2 Seal Water System - Ball Valve 6 (1/2") SP2-2 Seal Water System - Solenoid Valve (1/2") SP2-2 Seal Water System - Pressure Gauge (1/2") SP2-2 Seal Water System - Low Flow Switch (1/2") 0281101 Sludge Grinder 11 0281102 Sludge Grinder 12 0281103 Sludge Grinder 13 0281104 Sludge Grinder 14 0281201 Scum Grinder 1 0281202 Scum Grinder 2 0232101 PSI HVAC Unit 0232801 PSI Exhaust Fan 1 Scum Pump Station 1 Vault, W Scum Pump Station 1 Vault, W Scum Pump Station 1 Vault, W Scum Pump Station 2 Vault, N Scum Pump Station 2 Vault, S Scum Pump Station 2 Vault, E Scum Pump Station 2 Vault, E Scum Pump Station 2 Vault, E Scum Pump Station 2 Vault, E Scum Pump Station 2 Vault, E Scum Pump Station 2 Vault, E Scum Pump Station 2 Vault, E Scum Pump Station 2 Vault, E Scum Pump Station 2 Vault, E Scum Pump Station 2 Vault, E Scum Pump Station 2 Vault, E Scum Pump Station 2 Vault, E Scum Pump Station 2 Vault, E Scum Pump Station 2 Vault, E Scum Pump Station 2 Vault, E Scum Pump Station 2 Vault, E Scum Pump Station 2 Vault, E Scum Pump Station 2 Vault, E Scum Pump Station 2 Vault, E Scum Pump Station 2 Vault, E Scum Pump Station 2 Vault, E Scum Pump Station 2 Vault, E Scum Pump Station 1 Vault, W Scum Pump Station 2 Vault, E PSI Bldg. Roof PSI Bldg, N Wall 0232802 PSI Exhaust Fan 2 0232803 PSI Supply Fan 0233901 Overhead Crane 0235001 PC1 Sludge Valve (8" Plug) 0235002 PC2 Sludge Valve (8" Plug) 0235003 PC3 Sludge Valve (8" Plug) 0235004 PC4 Sludge Valve (8" Plug) 0235005 PSI N Interconnect Sludge Suction Valve (8" Plug) 0235006 PSI S Interconnect Sludge SuctionValve (8" Plug) 0235007 PSI Interconnect Sludge Discharge Valve (16" Plug) 0235008 Grinder 1 Influent Valve (8" Plug) 0235009 Grinder 2 Influent Valve (8" Plug) 0235010 Grinder 3 Influent Valve (8" Plug) 0235011 Grinder 4 Influent Valve (8" Plug) 0235012 Grinder 1 Effluent Valve (8" Plug) 0235013 Grinder 2 Effluent Valve (8" Plug) 0235014 Grinder 3 Effluent Valve (8" Plug) 0235015 Grinder 4 Effluent Valve (8" Plug) 0235016 Grinder 1 Bypass Valve (8" Plug) 0235017 Grinder 2 Bypass Valve (8" Plug) 0235018 Grinder 3 Bypass Valve (8" Plug) 0235019 Grinder 4 Bypass Valve (8" Plug) 0235020 PS11 Suction Valve (6" Plug) (FUTURE) 0235021 PS12 Suction Valve (6" Plug) 0235022 PS13 Suction Valve (6" Plug) 0235023 PS14 Suction Valve (6" Plug) 0235024 PS15 Suction Valve (6" Plug) 0235025 PS16 Suction Valve (6" Plug) 0235026 PS11/13 Crossover Valve (8" Plug) 0235027 PS12/14 Crossover Valve (8" Plug) 0235028 PS13/15 Crossover Valve (8" Plug) 0235029 PS14/16 Crossover Valve (8" Plug) 0235030 PSI W Discharge Valve (16" Plug) 0235031 PSI E Discharge Valve (12" Plug) 0235032 PS11 Discharge Valve (6" Plug) (FUTURE) PSI Bldg. Roof, M PSI Bldg. Roof, N PSI Bldg. 0235033 PS12 Discharge Valve (6" Plug) 0235034 PS13 Discharge Valve (6" Plug) 0235035 PS14 Discharge Valve (6" Plug) 0235036 PS15 Discharge Valve (6" Plug) 0235037 PS16 Discharge Valve (6" Plug) 0235038 PS11 Check Valve (6") (FUTURE) 0235039 PS12 Check Valve (6") 0235040 PS13 Check Valve (6") 0235041 PS14 Check Valve (6") 0235042 PS15 Check Valve (6") 0235043 PS16 Check Valve (6") Scum Pump Station 1 Hose Station Scum Pump Station 1 Vault, N Scum Pump Station 1 Nozzle 1 (1.5") Scum Pump Station 1 Vault, N Scum Pump Station 1 Nozzle 2 (1.5") Scum Pump Station 1 Vault, S 0235101 Scum Grinder 1 Influent Valve (8" Plug) Scum Pump Station 1 Vault, W 0235102 Scum Grinder 1 Effluent Valve (8" Plug) Scum Pump Station 1 Vault, W 0235103 Scum Grinder 1 Bypass Valve (6" Plug) Scum Pump Station 1 Vault, W 0235104 SP1-1 Suction Valve (8" Plug) Scum Pump Station 1 Vault, W 0235105 SP1-2 Suction Valve (8" Plug) Scum Pump Station 1 Vault, W 0235106 SP1-1 Discharge Valve (4" Plug) Scum Pump Station 1 Vault, E 0235107 SP1-2 Discharge Valve (4" Plug) Scum Pump Station 1 Vault, E SP1-1 Flush Connection Valve (2" Ball) Scum Pump Station 1 Vault, E SP1-2 Flush Connection Valve (2" Ball) Scum Pump Station 1 Vault, E 0235108 SP1-1 Check Valve (4") Scum Pump Station 1 Vault, E 0235109 SP1-2 Check Valve (4") Scum Pump Station 1 Vault, E SP1-1/1-2 Check Valve (4") Scum Pump Station 1 Vault, E 0235110 SP1-1/1-2 Discharge Valve (4" Motorized) Scum Pump Station 1 Vault, E ISP1-1/1-2 Discharge Valve (4" Plug) Scum Pump Station 1, N 0235111 SP1-1/1-2 Recirculation Valve (4" Motorized) Scum Pump Station 1 Vault, E SP1-1/1-2 Ball Valve (2") Scum Pump Station 1 Vault, E 0235112 SP1-1/1-2 Air Relief Valve (2") Scum Pump Station 1 Vault, E Scum Pump Station 2 Hose Station Scum Pump Station 2 Vault, S Scum Pump Station 2 Nozzle 1 (1.5") Scum Pump Station 2 Vault, N Scum Pump Station 2 Nozzle 2 (1.5") Scum Pump Station 2 Vault, S 0235201 Scum Grinder 2 Influent Valve (8" Plug) Scum Pump Station 2 Vault, E 0235202 Scum Grinder 2 Effluent Valve (8" Plug) Scum Pump Station 2 Vault, E 0235203 Scum Grinder 2 Bypass Valve (6" Plug) Scum Pump Station 2 Vault, E 0235204 SP2-1 Suction Valve (8" Plug) Scum Pump Station 2 Vault, E 0235205 SP2-2 Suction Valve (8" Plug) Scum Pump Station 2 Vault, E 0235206 SP2-1 Discharge Valve (4" Plug) Scum Pump Station 2 Vault, W 0235207 SP2-2 Discharge Valve (4" Plug) Scum Pump Station 2 Vault, W SP2-1 Flush Connection Valve (2" Ball) Scum Pump Station 2 Vault, W SP2-2 Flush Connection Valve (2" Ball) Scum Pump Station 2 Vault, W 0235208 SP2-1 Check Valve (4") Scum Pump Station 2 Vault, W 0235209 SP2-2 Check Valve (4") Scum Pump Station 2 Vault, W SP2-1/2-2 Check Valve (4") Scum Pump Station 2 Vault, W 0235210 SP2-1/2-2 Discharge Valve (4" Motorized) Scum Pump Station 2 Vault, W SP2-1/2-2 Discharge Valve (4" Plug) Scum Pump Station 2, W 0235211 SP2-1/2-2 Recirculation Valve (4" Motorized) Scum Pump Station 2 Vault, W SP2-1/2-2 Ball Valve (2") Scum Pump Station 2 Vault, W 0235212 SP2-1/2-2 Air Relief Valve (2") Scum Pump Station 2 Vault, W 0235301 Plant Sewer Flow Meter Station 1 Isolation Gate Valve (30" Knife) Plant Sewer Flow Meter Station 1 Vault, N 0235302 Plant Sewer Flow Meter Station 1 Drain Plug Valve (4") Plant Sewer Flow Meter Station 1 Vault, S Plant Sewer Flow Meter Station 1 Sump Pump Check Valve (1.5") Plant Sewer Flow Meter Station 1 Vault, E Plant Sewer Flow Meter Station 1 Sump Pump Ball Valve (1.5") Plant Sewer Flow Meter Station 1 Vault, E West Diversion Box G Slide Gate 1 (72" x 78" Motorized, Modulating) West Diversion Box G, N West Diversion Box G Slide Gate 2 (72" x 78" Motorized, Modulating) West Diversion Box G, S 0236101 PC1 Influent Slide Gate (72" Motorized) PC1-4 Diversion Box, NW 0236102 PC2 Influent Slide Gate (72" Motorized) PC1-4 Diversion Box, NE 0236103 PC3 Influent Slide Gate (72" Motorized) PC1-4 Diversion Box, SW 0236104 PC4 Influent Slide Gate (72" Motorized) PC1-4 Diversion Box, SE 0238??? New Service Water Valves 0239??? New Potable Water Valves 0243209 Gearbox Primary Clarifier 1 (Spur or Worm) SW (FUTURE) 0243210 Gearbox Primary Clarifier 1 (Spur or Worm) NE (FUTURE) 0243211 Gearbox Primary Clarifier 2 (Spur or Worm) NW 0243212 Gearbox Primary Clarifier 2 (Spur or Worm) SE 0243213 Gearbox Primary Clarifier 3 (Spur or Worm) NW 0243214 Gearbox Primary Clarifier 3 (Spur or Worm) SE 0243215 Gearbox Primary Clarifier 4 (Spur or Worm) SW 0243216 Gearbox Primary Clarifier 4 (Spur or Worm) NE 0249101 Overhead Door 02498?? New Fire Extinguishers 0250106 Scum Wetwell 1 Level Meter Element Scum Wetwell 1 Low Level Switch Scum Wetwell 1 High Level Switch Scum Wetwell 1 High -high Level Switch 0250107 Scum Wetwell 2 Level Meter Element Scum Wetwell 2 Low Level Switch Scum Wetwell 2 High Level Switch Scum Wetwell 2 High -high Level Switch 0250201 Primary Influent Flow Meter Element 0250204 PS11 Flow Meter Element (FUTURE) 0250205 PS12 Flow Meter Element 0250206 PS13 Flow Meter Element 0250207 PS14 Flow Meter Element 0250208 PS15 Flow Meter Element 0250209 PS16 Flow Meter Element 0250291 Plant Sewer Flow Meter Station 1 Flow Meter Element 0251106 Scum Wetwell 1 Level Meter Transmitter 0251107 Scum Wetwell 2 Level Meter Transmitter 0251201 Primary Influent Flow Meter Transmitter 0251204 PS11 Flow Meter Transmitter (FUTURE) 0251205 PS12 Flow Meter Transmittert 0251206 PS13 Flow Meter Transmitter 0251207 PS14 Flow Meter Transmitter 0251208 PS15 Flow Meter Transmitter 0251209 PS16 Flow Meter Transmitter 0251291 Plant Sewer Flow Meter Station 1 Flow Meter Transmitter Plant Sewer Flow Meter Station 1 Sump High Level Switch 0252101 Primary Influent Flow Meter Vault Sump Level Switch 0252102 Scum Vault 1 Sump High Level Switch 0252103 Scum Vault 2 Sump High Level Switch 0252104 PS1 Bldg. Sump Level Switch SP1-1/1-2 Low Pressure Switch PS1 Bldg., S Scum Pump Station 1 Vault, S Scum Pump Station 1 Vault, N Scum Pump Station 1 Vault, N Scum Pump Station 1 Vault, N Scum Pump Station 2 Vault, N Scum Pump Station 2 Vault, S Scum Pump Station 2 Vault, S Scum Pump Station 2 Vault, S PC 1-4 Influent Flow Meter Vault Plant Sewer Flow Meter Station 1 Vault, S Scum Pump Station 1 Vault, S Scum Pump Station 2 Vault, N Plant Sewer Flow Meter Station 1 Vault, S Plant Sewer Flow Meter Station 1 Vault, E Scum Pump Station 1 Vault, W Scum Pump Station 2 Vault, E Scum Pump Station 1 Vault, W SP1-1/1-2 Pressure Gauage SP1-1/1-2 Needle Valve (2.32") 0252311 SP1-1 High Pressure Switch SP1-1 Pressure Gauage SP1-1 Needle Valve (1.7") 0252312 SP1-2 High Pressure Switch SP1-2 Pressure Gauage SP1-2 Needle Valve (1.7") SP2-1/2-2 Low Pressure Switch SP2-1/2-2 Pressure Gauage SP2-1/2-2 Needle Valve (2.32") 0252321 SP2-1 High Pressure Switch SP2-1 Pressure Gauage SP2-1 Needle Valve (1.7") 0252322 SP2-2 High Pressure Switch SP2-2 Pressure Gauage 0252401 PS11 Temperature Switch (FUTURE) 0252402 PS12 Temperature Switch 0252403 PS13 Temperature Switch 0252404 PS14 Temperature Switch 0252405 PS15 Temperature Switch 0252406 PS16 Temperature Switch Scum Grinder 1 High Temperature Switch SP2-2 Needle Valve (1.7") 0252411 SP1-1 High Temperature Switch SP1-1 Temperature Element 0252412 SP1-2 High Temperature Switch SP1-2 Temperature Element 0252421 SP2-1 High Temperature Switch SP2-1 Temperature Element 0252422 SP2-2 High Temperature Switch SP2-2 Temperature Element 0264001 Control Panel for PC1 (FUTURE) 0264002 Control Panel for PC2 0264003 Control Panel for PC3 Scum Pump Station 1 Vault, W Scum Pump Station 1 Vault, W Scum Pump Station 1 Vault, E Scum Pump Station 1 Vault, E Scum Pump Station 1 Vault, E Scum Pump Station 1 Vault, E Scum Pump Station 1 Vault, E Scum Pump Station 1 Vault, E Scum Pump Station 2 Vault, E Scum Pump Station 2 Vault, E Scum Pump Station 2 Vault, E Scum Pump Station 2 Vault, W Scum Pump Station 2 Vault, W Scum Pump Station 2 Vault, W Scum Pump Station 2 Vault, W Scum Pump Station 2 Vault, W Scum Pump Station 1 Vault, W Scum Pump Station 2 Vault, W Scum Pump Station 1 Vault, N Scum Pump Station 1 Vault, N Scum Pump Station 1 Vault, S Scum Pump Station 1 Vault, S Scum Pump Station 2 Vault, N Scum Pump Station 2 Vault, N Scum Pump Station 2 Vault, S Scum Pump Station 2 Vault, S Center of PC1 Center of PC2 Center of PC3 0264004 Control Panel for PC4 0264001 Control Panel for PC1 Heat Trace (FUTURE) 0264002 Control Panel for PC2 Heat Trace 0264003 Control Panel for PC3 Heat Trace 0264004 Control Panel for PC4 Heat Trace Control Panel for Plant Sewer Flow Meter Station 1 Sump Pump Control Panel for SP1-1/1-2 and Mixing Control Panel for Scum Process Heat Trace 1 Control Panel for Scum Building Mechanical Heat Trace 1 Control Panel for Scum Pump Station 1 Sump Pumps 0264005 Control Panel for Scum Grinder 1 Control Panel for SP2-1/2-2 and Mixing Control Panel for Scum Process Heat Trace 2 Control Panel for Scum Building Mechanical Heat Trace 2 Control Panel for Scum Pump Station 1 Sump Pumps 0264006 Control Panel for Scum Grinder 2 0264007 Control Panel for Sludge Grinder 1 0264008 Control Panel for Sludge Grinder 2 0264009 Control Panel for Sludge Grinder 3 0264010 Control Panel for Sludge Grinder 4 0265001 RTU1, Remote Terminal Unit 0271003 Power Transformer PA3 0271004 Power Transformer PA4 0271201 Lighting Transformer TX-PS1 0272003 Power Selector Switch SS3 (MCC PSI) 0272004 Power Selector Switch SS4 (MCC PSI) Tap Protector TP78A Tap Protector TP78B 0273001 Motor Control Center PSI (MCC PS1A) 0273002 Motor Control Center PSI (MCC PS1B) 0273201 Power Panel PP -PSI Section 1 0273202 Power Panel PP -PSI Section 2 0274201 Lighting Panel LP-PS1 0276501 Manual Transfer Switch MTS-PS1 Sludge Pump No.2 Disconnect Switch Center of PC4 At PC1 bridge entrance At PC2 bridge entrance At PC3 bridge entrance At PC4 bridge entrance Plant Sewer Flow Meter Station 1, N Scum Pump Station 1 Vault, NE Scum Pump Station 1 Vault, NE Scum Pump Station 1 Vault, NE Scum Pump Station 1 Vault, NE Scum Pump Station 1 Vault, NE Scum Pump Station 2 Vault, NW Scum Pump Station 2 Vault, NW Scum Pump Station 2 Vault, NW Scum Pump Station 2 Vault, NW Scum Pump Station 2 Vault, NW SE of Primary Clarifier 2, W NE of Primary Clarifier 4, W Primary Sludge PS 1 SE of Primary Clarifier 2, E NE of Primary Clarifier 4, E West of PEPS 2 West of PEPS 2 Primary Sludge PS 1 Primary Sludge PS 1 Primary Sludge PS 1 Primary Sludge PS 1 Primary Sludge PS 1 Primary Sludge PS 1 Primary Sludge PS 1 Sludge Pump No.3 Disconnect Switch Sludge Pump No.4 Disconnect Switch Sludge Pump No.S Disconnect Switch Sludge Pump No.6 Disconnect Switch Booster Pump No.1 Disconnect Switch Exhaust Fan EF-3050-01 Disconnect Switch Exhaust Fan EF-3050-02 Disconnect Switch Supply Fan SF-3070-01 Disconnect Switch MAU-3060-01 Disconnect Switch Primary Sludge PS 1 Generator Quick Connect Panel 0277011 Scum Vault 1 Discharge Valve Actuator 0277012 Scum Vault 1 Recirculation Valve Actuator 0277021 Scum Vault 2 Discharge Valve Actuator 0277022 Scum Vault 2 Recirculation Valve Actuator 0281011 PS11 Motor 0281012 PS12 Motor 0281013 PS13 Motor 0281014 PS14 Motor 0281015 PS15 Motor 0281016 PS16 Motor 0281101 Sludge Grinder 11 Motor 0281102 Sludge Grinder 12 Motor 0281103 Sludge Grinder 13 Motor 0281104 Sludge Grinder 14 Motor 0281201 Scum Grinder 1 Motor 0281202 Scum Grinder 2 Motor 0281911 SP1-1 Motor 0281912 SP1-2 Motor 0281921 SP2-1 Motor 0281922 SP2-2 Motor 0283001 West Diversion Box G Orifice 1 Gate Actuator 0283002 West Diversion Box G Orifice 2 Gate Actuator 0283101 PC1 Influent Gate Actuator 0283102 PC2 Influent Gate Actuator 0283103 PC3 Influent Gate Actuator Primary Sludge PS 1 Primary Sludge PS 1 Primary Sludge PS 1 Primary Sludge PS 1 Primary Sludge PS 1 Primary Sludge PS 1 Primary Sludge PS 1 Primary Sludge PS 1 Primary Sludge PS 2 SE of Primary Sludge PS 1 Scum Pump Station 1 Vault, E Scum Pump Station 1 Vault, E Scum Pump Station 2 Vault, W Scum Pump Station 2 Vault, W Scum Pump Station 1 Vault, W Scum Pump Station 2 Vault, E Scum Pump Station 1 Vault, N Scum Pump Station 1 Vault, S Scum Pump Station 2 Vault, N Scum Pump Station 2 Vault, S West Diversion Box, N West Diversion Box, 2 from N Primary Clarifier 1-4 Distribution Box, NW Primary Clarifier 1-4 Distribution Box, NE Primary Clarifier 1-4 Distribution Box, SW 0283104 PC4 Influent Gate Actuator Globe Valve (4") Globe Valve (4") Globe Valve (4") Ball Valve (2") Ball Valve (2") Ball Valve (2") Pressure Regulating Valve (3") Pressure Regulating Valve (3") Pressure Regulating Valve (3") Ball Valve (3") Ball Valve (3") Ball Valve (3") Scum Beach Solenoid Valve (3") Scum Beach Solenoid Valve (3") Scum Beach Solenoid Valve (3") Scum Beach Spray Nozzle 1 (3/8") Scum Beach Spray Nozzle 2 (3/8") Scum Beach Spray Nozzle 1 (3/8") Scum Beach Spray Nozzle 2 (3/8") Scum Beach Spray Nozzle 1 (3/8") Scum Beach Spray Nozzle 2 (3/8") Scum Spray Breakup Nozzle 1 (3/8") Scum Spray Breakup Nozzle 2 (3/8") Scum Spray Breakup Nozzle 3 (3/8") Scum Spray Breakup Nozzle 4 (3/8") Scum Spray Breakup Nozzle 5 (3/8") Scum Spray Breakup Nozzle 6 (3/8") Scum Spray Breakup Nozzle 7 (3/8") Scum Spray Breakup Nozzle 8 (3/8") Scum Spray Breakup Nozzle 9 (3/8") Scum Spray Breakup Nozzle 10 (3/8") Scum Spray Breakup Nozzle 11 (3/8") Scum Spray Breakup Nozzle 12 (3/8") Scum Spray Breakup Nozzle 1 (3/8") Primary Clarifier 1-4 Distribution Box, SE Primary Clarifier 2 NPW line Primary Clarifier 3 NPW line Primary Clarifier 4 NPW line Primary Clarifier 2 Hose Connection Primary Clarifier 3 Hose Connection Primary Clarifier 4 Hose Connection Primary Clarifier 2 NPW line Primary Clarifier 3 NPW line Primary Clarifier 4 NPW line Primary Clarifier 2 NPW line Primary Clarifier 3 NPW line Primary Clarifier 4 NPW line Primary Clarifier 2 NPW line Primary Clarifier 3 NPW line Primary Clarifier 4 NPW line Primary Clarifier 2 Scum Beach Primary Clarifier 2 Scum Beach Primary Clarifier 3 Scum Beach Primary Clarifier 3 Scum Beach Primary Clarifier 4 Scum Beach Primary Clarifier 4 Scum Beach Primary Clarifier 2 Walkway Bridge Primary Clarifier 2 Walkway Bridge Primary Clarifier 2 Walkway Bridge Primary Clarifier 2 Walkway Bridge Primary Clarifier 2 Walkway Bridge Primary Clarifier 2 Walkway Bridge Primary Clarifier 2 Walkway Bridge Primary Clarifier 2 Walkway Bridge Primary Clarifier 2 Walkway Bridge Primary Clarifier 2 Walkway Bridge Primary Clarifier 2 Walkway Bridge Primary Clarifier 2 Walkway Bridge Primary Clarifier 3 Walkway Bridge Scum Spray Breakup Nozzle 2 (3/8") Scum Spray Breakup Nozzle 3 (3/8") Scum Spray Breakup Nozzle 4 (3/8") Scum Spray Breakup Nozzle 5 (3/8") Scum Spray Breakup Nozzle 6 (3/8") Scum Spray Breakup Nozzle 7 (3/8") Scum Spray Breakup Nozzle 8 (3/8") Scum Spray Breakup Nozzle 9 (3/8") Scum Spray Breakup Nozzle 10 (3/8") Scum Spray Breakup Nozzle 11 (3/8") Scum Spray Breakup Nozzle 12 (3/8") Scum Spray Breakup Nozzle 1 (3/8") Scum Spray Breakup Nozzle 2 (3/8") Scum Spray Breakup Nozzle 3 (3/8") Scum Spray Breakup Nozzle 4 (3/8") Scum Spray Breakup Nozzle 5 (3/8") Scum Spray Breakup Nozzle 6 (3/8") Scum Spray Breakup Nozzle 7 (3/8") Scum Spray Breakup Nozzle 8 (3/8") Scum Spray Breakup Nozzle 9 (3/8") Scum Spray Breakup Nozzle 10 (3/8") Scum Spray Breakup Nozzle 11 (3/8") Scum Spray Breakup Nozzle 12 (3/8") Primary Clarifier 3 Walkway Bridge Primary Clarifier 3 Walkway Bridge Primary Clarifier 3 Walkway Bridge Primary Clarifier 3 Walkway Bridge Primary Clarifier 3 Walkway Bridge Primary Clarifier 3 Walkway Bridge Primary Clarifier 3 Walkway Bridge Primary Clarifier 3 Walkway Bridge Primary Clarifier 3 Walkway Bridge Primary Clarifier 3 Walkway Bridge Primary Clarifier 3 Walkway Bridge Primary Clarifier 4 Walkway Bridge Primary Clarifier 4 Walkway Bridge Primary Clarifier 4 Walkway Bridge Primary Clarifier 4 Walkway Bridge Primary Clarifier 4 Walkway Bridge Primary Clarifier 4 Walkway Bridge Primary Clarifier 4 Walkway Bridge Primary Clarifier 4 Walkway Bridge Primary Clarifier 4 Walkway Bridge Primary Clarifier 4 Walkway Bridge Primary Clarifier 4 Walkway Bridge Primary Clarifier 4 Walkway Bridge FORT NORTH NVATER 40% Construction Contractor Submission *Equipment Description *Equipment Location *Spec. Section Sample Asset List 40%Construction and Substantial Completion 90% Construction Conractor Submission O&M Spare PM Warranty Replacement *Drawing Sheet N Manuals Parts (Y or Requirements? (Y Installation Date Period Cast (Y or N) N) or N) ($) Owner Respose to Contractor Asset (Y or N) - Need Spec Sheets Location/Sub-location Tag Type (Metal or Maximo Asset filled out for each Code or ERN Plastic) Number Asset THIS PAGE INTENTIONALLY LEFT BLANK SAMPLE SUMMARY FORM ACTUATOR SPECIFICATION SHEET Attribute Description Actuator Serial Number ACTUATOR_MFG Actuator Manufacturer ACTUATOR_MDL Actuator Model ACTUATOR_TYP Actuator Type ACTUATOR —HP Horsepower (HP) ACTUATOR —RPM Revolutions per Minute (RPM) ACTUATOR_VLT Voltage (V) ACTUATOR_PHS Phase LOC NOTE Installed Location Notes Actuator Ma rJL Value escri o mments: AUMA AU Beck k Dezurik Dezurik EIM EIM Hydro Gate Hydro Gate Kentrol Kentrol Keystone Keystone Kinetrol Kinetrol REXA REXA ROTORK ROTORK Actuator Type Value Description Electrical Electrical Actuator Hydraulic Hydraulic Actuator Manual Manual Operation Mechanical Mechanical Actuator Pneumatic Pneumatic Phase Value Description 1 Single 2 2 Phase 3 3 Phase THIS PAGE INTENTIONALLY LEFT BLANK SAMPLE SUMMARY FORM PUMP SPECIFICATION SHEET Attribute Description Pump Serial Number PUMP_MFG Pump Manufacturer PUMP_MDL Pump Model PUMP —TYPE Pump Type PUMP_FUNCT Function PUMP —CONTENT Pump Contents PUMP —CAP Capacity PUMP_TDH Total Dynamic Head PUMP —SPEED Speed SUB —MOTOR —PH Phase SUB —MOTOR —HP Horsepower SUB_MOTOR_V Voltage PUMP_IMPSIZE Impeller Size PUMP_SUC_SZ Suction Size PUMP_DIS_SZ Discharge Size LOC_NOTE Installed Location Notes Pump Type Comments: Value Description Centrifuizal Centrifuizal Diaphragm Diaphragm Disc Flow Disc Flow Drum Drum &�%MPLE Grinder Grinder Hand Hand Hose Hose Jet Jet Peristaltic Peristaltic Progressive Cavity Progressive Cavity Propeller Propeller Rotary Rotary Submersible Submersible Vertical Turbine Vertical Turbine Pump Function Value Description Backwash Backwash Booster Booster Metering Metering Recirculation Recirculation Sample Sample Shallow Well Shallow Well Siphon Siphon Skimmer Skimmer Sump Sump Transfer Transfer Pumps THIS PAGE INTENTIONALLY LEFT BLANK FORTWORTH '**r WATER *Project Name Asset Maintenance Information Rev 1/7/2020 Page 1 of 2 Equipment Maintenance Data Summary *Equip. Description *Date Installed I* Equip. Location *Cost Asset Tag No. *Shop Dwg Trans No. *Equip. Manufacturer Manuf. Address Local Vendor Vendor Address *BREAK-IN MAINTENANCE REQUIREMENT (INITIAL OIL CHANGES, ETC.) I I I I I I I I I PREVENTIVE MAINTENANCE REQUIREMENTS LJ I I I I I _ I I I RECOMMENDED SPARE PARTS I I I I I I I I I I Part No. Part Name Quantity Cost I I I I I I I I I I I Electrical and Mechanical Nameplate Spec Data to be entered on Forms provided by Owner Page No. I I of *Date Started *Estimated Life *Spec Sec. Phone Number Phone Number W ours Part No. Part Name Quantity Cost Lubrication information on the following page ours THIS PAGE INTENTIONALLY LEFT BLANK SECTION 01 7719 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY 0177 19 CLOSEOUT REQUIREMENTS Page 1 of 6 A. Section Includes: 1. The procedure for closing out a contract, including but not limited to the following: a. Substantial Completion Drocedures b. Final Completion Drocedures c. Warranties B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.1.A.1 2. Modified 1.2.A.1 3. Added 1.2.A.2 4. Modified 1.3 5. Added 1.5 — 1.12 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is included in the total lump sum price. 1.3 DEFINITIONS A. List of Incomplete Items: Contractor -prepared list of items to be completed or corrected, prepared for the Engineer's use prior to Engineer's inspection, to determine if Work is substantially complete. 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 ACTION SUBMITTALS A. Contractor's List of Incomplete Items: Initial submittal at Substantial Completion. B. Certified List of Incomplete Items: Final submittal at Final Completion. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0177 19 CLOSEOUT REQUIREMENTS Page 2 of 6 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Certificates of Release: From authorities having jurisdiction. B. Certificate of Insurance: For continuing coverage. 1.8 MAINTENANCE MATERIAL SUBMITTALS A. Schedule of Maintenance Material Items: For maintenance material submittal items required by other Sections. 1.9 SUBSTANTIAL COMPLETION PROCEDURES A. Contractor's List of IncOmDlete Items: Prepare and submit a list of items to be completed and corrected (Contractor's "bunch list"), indicating the value of each item on the list and reasons why the Work is incomplete. B. Submittals Prior to Substantial Completion: Complete the following a minimum of 10 days Drior to reauesting inspection for determining date of Substantial ComD_ letion. List items below that are incomDlete at time of request. 1. Certificates of Release: Obtain and submit releases from authorities having jurisdiction, permitting Owner unrestricted use of the Work and access to services and utilities. Include occuDancv Dermits, operating certificates, and similar releases. 2. Submit closeout submittals specified in other Division 01 Sections, including Project Record Documents, operation and maintenance manuals, damage or settlement surveys. DroDertv surveys, and similar final record information. 3. Submit closeout submittals sDecified in individual Sections, including sDecific warranties, workmanship bonds, maintenance service agreements, final certifications, performance testing reports, and similar documents. 4. Submit maintenance material submittals sDecified in individual Sections, including tools, spare Darts, extra materials, and similar items, and deliver to location designated by Owner. Label with manufacturer's name and model number. a. Schedule of Maintenance Material Items: Prepare and submit schedule of maintenance material submittal items, including name and auantitv of each item and name and number of related S_Decification Section. Obtain Owner's signature for receipt of submittals. 5. Submit testing, adiusting, and balancing records. 6. Submit sustainable design submittals not Dreviously submitted. 7. Submit changeover information related to Owner's occu_Dancv, use, oDeration, and maintenance. C. Procedures Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomDlete at time of reauest. 1. Advise Owner of Dending insurance changeover reauirements. 2. Make final changeover of Dermanent locks and deliver key_ s to Owner. Advise Owner's Dersonnel of changeover in security Drovisions. 3. ComDlete startup and testing of systems and eauiDment. 4. ComDlete Derformance testing of systems and eauiDment. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0177 19 CLOSEOUT REQUIREMENTS Page 3 of 6 5. Perform preventive maintenance on ea_ui_nment used prior to Substantial Completion. 6. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. Submit demonstration and training video recordings specified in Section 0145 27 "Eauinment Testing and Startup." 7. Advise Owner of changeover in utilitv services. 8. Participate with Owner in conductinLy inspection and walkthrou:rh with local emer2encv responders. 9. Terminate and remove temnorary facilities from Project site, along with mockups, construction tools, and similar elements. 10. Complete final cleaning reauirements. 11. Touch up paint and otherwise repair and restore marred exposed finishes to eliminate visual defects. D. Inspection: Submit a written request for inspection to determine Substantial Completion a minimum of 10 days prior to date the Work will be completed and readv for final inspection and tests. On receipt of reauest. Ensineer will either proceed with inspection or notifv Contractor of unfulfilled requirements. Engineer will prepare the Certificate of Substantial Completion after inspection or will notifv Contractor of items, either on Contractor's list or additional items identified by Engineer, that must be completed or corrected before certificate will be issued. 1. Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for Final Completion. 1.10 FINAL COMPLETION PROCEDURES A. Submittals Prior to Final Completion: Before reauestin2 final inspection for determining Final Completion, complete the following: 1. Submit a final Application for Pavment in accordance with 00 72 00 "General Conditions". 2. Certified List of Incomplete Items: Submit certified copy of Engineer's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Engineer. Certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Certificate of Insurance: Submit evidence of final, continuing insurance coverage complvin2 with insurance requirements. 4. Submit Final Completion Moto2ranhic documentation. B. Inspection: Submit a written request for final inspection to determine acceptance a minimum of 10 days prior to date the Work will be completed and ready for final inspection and tests. On receipt of reauest. Engineer will either proceed with inspection or notifv Contractor of unfulfilled reauirements. Engineer will prepare a final Certificate for Pavment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.11 LIST OF INCOMPLETE ITEMS CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0177 19 CLOSEOUT REQUIREMENTS Page 4 of 6 A. Organization of List: Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessarv, areas disturbed by Contractor that are outside the limits of construction. B. area affected by construction operations for incomplete items and items needing correction including, if necessarv. areas disturbed by Contractor that are outside the limits of construction. 1. Organize list of spaces in seauential order, starting with exterior areas first and Droceeding from lowest floor to highest floor, listed by room or space number. 2. Organize items aDDlving to each space by major element, including categories for ceilings, individual walls, floors, equipment, and building systems. 3. Include the following information at the toD of each Dage: a. Project name. b. Date. C. Name of Engineer. d. Name of Contractor. e. Page number. 4. Submit list of incomplete items in the following format: a. MS Excel Electronic File. Engineer will return annotated file. 1.12 SUBMITTAL OF PROJECT WARRANTIES A. Time of Submittal: Submit written warranties on reauest of Engineer for designated Dortions of the Work where warranties are indicated to commence on dates other than date of Substantial Completion, or when delav in submittal of warranties might limit Owner's rights under warrantv. B. Partial Occupancv: Submit properly executed warranties within 15 days of completion of designated portions of the Work that are completed and occupied or used by Owner during construction Deriod by seDarate agreement with Contractor. C. Organize warranty documents into an orderlv sea_uence based on the table of contents of Project Manual. D. Warranty Electronic File: Provide warranties and bonds in PDF format. Assemble complete warrantv and bond submittal package into a single electronic PDF file with bookmarks enabling navigation to each item. Provide bookmarked table of contents at beginning of document. Submit on digital media acceptable to Engineer by uploading to web -based proiect software site. E. Warranties in PaDer Form: 1. Bind warranties and bonds in heavv-dutv, three-ring, vinvl-covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8- 1/2-bv-11-inch DaDer. 2. Provide heavy DaDer dividers with Dlastic-covered tabs for each seDarate warranty. Mark tab to identify the product or installation. Provide a tvped description of the Droduct or installation, including the name of the Droduct and the name, address, and telephone number of Installer. 3. Identifv each binder on the front and spine with the tvDed or Drinted title "WARRANTIES." Project name, and name of Contractor. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0177 19 CLOSEOUT REQUIREMENTS Page 5 of 6 F. Provide additional conies of each warrantv to include in operation and maintenance manuals. PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39. 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23. B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts. b. Adequate oil and grease as required for the first lubrication of the equipment. c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses £ Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment. D. Notice of Project Completion 1. Once the Engineer finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0177 19 CLOSEOUT REQUIREMENTS Page 6 of 6 1. Coordinate with the Engineer to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) £ Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 78 23 OPERATION AND MAINTENANCE DATA Page I of 8 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract. 2. Such products may include, but are not limited to: c. ButteFfly Valves d. Sluice Gates e. Pumps f. Stacked trav Grit separator equipment. g. Grit classifvin2 and washing equipment. h. Flow Meters i. Electrical j. Instrumentation B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1. LA.2 2. Added I. LD 3. Modified 1.2.A.1 4. Added 1.2.A.2 5. Modified 1 A.A.1 6. Added 1.5 7. Modified 1.6.A 8. Modified 1.6.13 9. Added 1.6.13.2 10. Modified 1.6.D.3.c 11. Modified 1.6.D.4.e 12. Added 1.6E C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements D. Definitions 1. Operations and Maintenance Data: All product related information and documents which are required for preparation of the plant operation and maintenance manual. This information shall be supplied by the manufacturer for initial use durins testins and start-up. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 78 23 OPERATION AND MAINTENANCE DATA Page 2 of 8 2. Preventative Maintenance Instructions: All information and instructions reauired by Plant Dersonnel to keep a product or piece of eauipment properly lubricated, adiusted and otherwise maintained so that the item functions economicallv throughout its full design life. 3. Corrective Maintenance: All information and instructions required by Dlant personnel to repair a product or piece of eauipment in the field. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit Dreliminary manuals no later than 30 days following Engineer's review of last shop drawing and/or other submittal specified under Section 0133 00. 2. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. All submittals shall be approved by the City prior to delivery. Attach to each manual a copv of the Operation and Maintenance Manual Review Form. B. Adeauate Operations and Maintenance Data shall be submitted and approved before training, initial testing and start-up. O&M manuals shall be reviewed and cross- examined after training, start -um and commissioning. Anv review comments will be incoraorated in the final version. C. Final Operations and Maintenance Manuals shall be submitted and clearlv identified in both electronic and hard copv documents. 1.6 INFORMATIONAL SUBMITTALS A. Final Manual Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 %2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal. 3) Punch paper for standard three-ring binger. c. Text: Manufacturer's printed data, or neatly typewritten d. Drawings 1) Provide reinforced punched binder tab, bind in with text. 2) Reduce drawings and diagrams to 8 % inches x 11 inches paper size. When reduction is not practical, fold drawings and place each separately in a clear, super heavv weight, top loading Dolvpropvlene sheet protector designed for ring_ binder use. Provide a tv_ _ped identification label on each sheet protector. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 78 23 OPERATION AND MAINTENANCE DATA Page 3 of 8 e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. 3) Indexed tabs are to be constructed of heavv-dutv paper with a reinforced binding edse and punched with 9/32-inch holes to fit the binders. 4) Index is to have clear insertable tabs for a typed insert. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS" in the front cover of the binder and as the first vale in the manual. The first pate is to be placed in a clear Dolvnropvlene sheet protector. 2) List: a) Name and Owner b) City Project Name and Project Number c) Manufacturer/Supplier Project Number d) Year of Project (on cover sheet of Dlans) e) Identity of separate structure as applicable f) Identity of general subject matter covered in the manual. g) Plant designated EauiDment Repair Number (ERN) h) Volume Number i) Table of Contents for that Volume 3) Insert the Table of Contents into the spine of each manual. Binders a. Place manuals in Wilson Jones 385 Line D-Ring Dublock Presentation Binders. b. Binders shall have clear front, back, and spine covers. c. Provide sheet lifters. d. Minimum binder size shall be 2-inch capacity. Maximum binder size shall be 3- inch capacity. £ When multiple binders are used, correlate the data into related consistent groupings. 4. If a-?ilabi_- Provide an electronic form of the O&M Manual. a. Provide individual electronic files for each manual. b. Maximum file size is 10 MB. If manual is treater than maximum allowable file size. Drovide individual files for each major section of manual. Each file shall include a Table of Contents in which the items listed in the Table of Contents have been HvDerlinked to the first Date of the corresDondina sections. In addition, each file shall also have Bookmarks which mirror the Hvperlinks shown in the Table of Contents. Bookmark text shall be the same as the Table of Contents. c. Acceptable file tvDes for written documents are Portable Document File (PDF) or Microsoft Word formats or Microsoft Excel formats. Acceptable file tvDes for drawing files are PDF formats. All files shall be compatible with the latest software version available. d. Filename shall identifv the Dlant site, Dlant area, eauipment manufacturer, and date equipment Dlaced in service. i.e., WWTP-PC1-Manufacturer-200503.Dd£ CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 78 23 OPERATION AND MAINTENANCE DATA Page 4 of 8 e. Each electronic file shall contain a table of contents at the beginning of the file which includes hvvertext links and bookmarks to navigate the file contents per section/chanter. Sectional Table of Contents shall be hv_perlinked to corresponding sections. f. Page orientation shall be that which does not rea_uire the reader to rotate the page before reading. g. Scanned images of written documents are not acceptable. Document must allow character selection. Text within a file shall be transferable to other documents. h. Drawing files shall have the abilitv to turn on/off drawing lavers within the file. i. Submit a Dreliminary version of the electronic format of the manual for review. UDon aDDroval of the Dreliminary submittal, the Contractor shall Drovide three copies of the electronic manual to the Owner. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order for each Droduct or system. a. Contractor, name of responsible principal, address and telephone number. b. A list of each product required to be included, indexed to content of the volume. c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume. 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each Droduct or system using the nomenclature such as Droduct name. eauiDment record number (ERN) and other identifving svmbols as set forth in Contract Documents. e. Assign a number and letter to each section in the manual. 1) Assign a number to each Droduct or system. The number is to corresDond to the Owner's eauiDment numbering system or other system designated by the Engineer. 2) A cross reference is to be Drovided for the Owner's numbering system and designations for the eauiDment indicated in the Contract Documents. 3) The letter assigned shall represent the Dart of the manual, consistent with the manual contents as required by Paragraphs below. 4) Provide index tabs for each section in the manual. 5) The designation on each index tab is to corresDond to the number and letter assigned in the Table of Contents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed. 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information. 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 78 23 OPERATION AND MAINTENANCE DATA Page 5 of 8 b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. 5. Copy of each warranty, bond and service contract issued. a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds. C. Manual for Materials and Finishes 1. Submit 3 copies of complete manual in final form. 2. Submit specific manual information for the specific application and location, avoid submittinia generic or tvi)ical manual information if it is not applicable. 3. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products. 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products. b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product. 3) Recommended schedule for cleaning and maintenance. 4. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products. 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair. D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Submit specific manual information for the specific application and location, avoid submitting Generic or tvpical manual information if it is not applicable. 3. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions. 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions. 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Preventative maintenance schedule 3) Guide to "trouble shooting". CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 78 23 OPERATION AND MAINTENANCE DATA Page 6 of 8 4) Corrective maintenance: a) Disassembly, repair and reassembly b) Alignment, adjusting and checking. d. Servicing and lubrication schedule 1) List of lubricants required. e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts. g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts includim part numbers, manufacturer's current prices, and recommended quantities to be maintained in storage. k. Assembly illustrations showing an exploded view of the complex parts of the product. 1. Directory of a local source of supply for parts with companv name, address, and telephone number m. Other data as required under pertinent Sections of Specifications 4. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions. 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required. 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Preventative maintenance schedule 3) Guide to "trouble shooting". 4) Corrective maintenance: a) Disassembly, repair and reassembly b) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. h. Other data as required under pertinent Sections of Specifications 5. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 6. Manuals for several products or systems may be provided in the same binder. a. Sections for each product or system shall be included in the same binder. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 78 23 OPERATION AND MAINTENANCE DATA Page 7 of 8 b. Sections must be in numerical order from Volume to Volume. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products. 2. Skilled as technical writer to the extent required to communicate essential data. 3. Skilled as draftsman competent to prepare required drawings. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 017823 OPERATION AND MAINTENANCE DATA Page 8 of 8 This page intentionally left blank. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY 01 78 39 PROJECT RECORD DOCUMENTS Page I of 6 A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. SDecifications c. Addenda d. Chan2e Orders and other Modifications to the Contract e. Engineer's Field Orders or written instructions f. ADDroved Shop Drawings. Working Drawings and SamDles g. Field Test ReDorts h. Construction Dhoto2raDhs j. Eani ,, 1. Tcge B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1. LA.1 2. Modified 1.2.A.1 3. Added 1.2.A.2 4. Added 1.5.B 5. Modified 1.10.A 6. Modified 3.4.A C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. B. AccomDanv submittal with transmittal letter in duplicate. containing: 1. Date. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 78 39 PROJECT RECORD DOCUMENTS Page 2 of 6 2. Project title and number. 3. Contractor's name and address. 4. Title and number of each Record Document. 5. Signature of Contractor or his authorized representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Store record documents and samDles in Contractor's field office ap_ art from documents used for construction. 2. File documents and samDles in accordance with CSI/CSC format. 3. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. Do not use record documents for construction purposes. 4. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 5. Make documents and samDles available at all times for inspection by the Engineer. 6. As a Drerequisite for monthly Dro2ress Davments, the Contractor is to exhibit the currentiv updated "record documents" for review by the Ensineer and the Citv. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 78 39 PROJECT RECORD DOCUMENTS Page 3 of 6 PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. Unload a coi)v of iob set monthlv to the dedicated oroiect folder on BIM360. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. 1) All underground Dining with elevations and dimensions. Changes to Dipin2 location. Horizontal and vertical locations of nine fittings, underground utilities and appurtenances, referenced to _permanent surface im_movements. Actual installed DiDe material, class, etc. 2) Field changes of dimension and detail. 3) Chanizes made by Field Order or by Change Order. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 78 39 PROJECT RECORD DOCUMENTS Page 4 of 6 4) Details not on original contract drawings. 5) Equipment relocations and piping. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Specifications and Addenda — legibly mark each Section to record: a. Manufacturer, trade name, catalog number, and Su_vlier of each Product and item of equipment actually installed. b. Changes made by Field Order or by Chanize Order. 6. Shop Drawings (after final review and approval): a. One set of electronic record drawings for each piece of equipment, piping, electrical system and instrumentation system. 7. Conversion of schematic layouts a. In some cases, on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 01 78 39 PROJECT RECORD DOCUMENTS Page 5 of 6 the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 1040 ZI] OM X6111 [$010 CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 017839 PROJECT RECORD DOCUMENTS Page 6 of 6 This page intentionally left blank. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0188 19 TIGHTNESS TESTING PERFORMANCE REQUIREMENTS Page 1 of 7 SECTION 0188 19 - TIGHTNESS TESTING PERFORMANCE REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Tightness testing of cast -in -place reinforced concrete liquid retaining structures. B. Related Requirements: 1. Section 03 15 00 "Concrete Accessories" for joints in concrete structures. 2. Section 03 30 00 " Cast -In -Place Concrete" for concrete related construction. 3. Section 07 13 26 Self -Adhering Sheet Waterproofing for waterproofing requirements. 4. 5. Section 33 04 40 "Cleaning and Acceptance of Water Mains" for disinfection of water containing building components. 6. Section 40 05 59.23 "Stainless Steel Slide Gates" for water -controlling gates. 7. Section 40 05 51 "Common Requirements for Process Valves" for valves and valve actuators. 1.3 PRETESTING MEETINGS A. Pretesting Conference: 1. Discuss: a. Testing methods to be used. b. Measurement of precipitation and evaporation. C. Pre -testing preparations. d. Water filling and disposal operations, including coordination with Owner. e. Cleanup activities. f. Emergency actions, in case they are required. g. Procedures necessary to obtain a specified special warranty. 2. Attendees: a. Owner. b. Resident Engineer. C. Contractor. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0188 19 TIGHTNESS TESTING PERFORMANCE REQUIREMENTS Page 2 of 7 d. Engineer. 1.4 INFORMATIONAL SUBMITTALS A. Submit in accordance with Section 0133 00: 1. Action Plan: Submit a detailed plan and schedule for each structure, which shows method of filling, testing and disposal of water. 2. Repair Procedures: Submit for acceptance the proposed repair methods, materials, and modifications needed, if structure does not meet tightness testing. 3. Test Reports: Submit a completed Tightness Test Report, Figure A, appended at the end of this Section of each test for each structure. 1.5 FIELD CONDITIONS A. Coordinate timing and procedures for obtaining water for testing, structure testing, and water disposal with the Engineer and Owner a minimum of 30 days in advance of actual testing. B. Water Source: 1. Provide potable water for testing independent from Owner's water source. 2. Use plant process water for testing. Obtain water at a time, flow rate, and location approved by Owner. 3. Use water for testing from Owner's plant water system. Obtain water at a time, flow rate, and location approved by Owner. 4. Water may be drawn from service water hydrant. Coordinate with Owner for maximum flow rate. 5. Provide labor, materials, equipment, incidentals, and power required to convey water to the structure. C. Water Disposal: 1. Dispose of test water in an approved manner. Do not dispose by discharging onto the ground surface of public or private land. 2. Coordinate disposal of test water by reintroduction into the Plant process at a time, flow rate, and location with Owner. 3. Water may be disposed of at plant drain system or treatment process. Coordinate with Owner for maximum flow rate.. 4. Provide labor, materials, equipment, incidentals, and power required to convey water from the structure. D. Environmental Conditions: Do not schedule test measurements for a period when the weather forecast indicates a substantial change in weather patterns that would affect testing. Do not schedule test measurements when weather forecast indicates water surface would be frozen before test is completed. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0188 19 TIGHTNESS TESTING PERFORMANCE REQUIREMENTS Page 3 of 7 PART 2 - PRODUCTS (NOT USED) PART 3-EXECUTION 3.1 GENERAL A. Perform tightness testing of cast -in -place reinforced concrete liquid retaining structures conforming to ACI 350.1 and as specified herein. B. Perform tightness tests prior to waterproofing and dampproofing and prior to placing backfill around structures in order to permit observation and detection of leakage points. C. Individually test each cell of multi -cell tanks. D. Multi -cell tanks may be tested as a single unit where indicated. 3.2 PREPARATION A. Remove soil, mud, debris and all other contaminants from structures prior to initiating tightness tests. Flush floor and sumps with water to provide a clean surface that is ready for testing. B. Prior to testing, temporarily seal or bulkhead inlet and outlet pipes not required to be operational for testing procedures. C. Confirm that valves and slide gates and watertight access doors are completely closed. Repair and reset seals that do not completely close or leak. Test valves, and slide gates and watertight access doors for leakage in accordance with requirements of respective Sections as part of the preparation for final tightness testing under this Section. 3.3 EXAMINATION A. Examine structures to be tested for potential leakage paths including cracks, voids, honeycombs, and unsealed joints. Repair such paths to prevent leakage prior to testing. B. Proceed with testing only after unsatisfactory conditions have been corrected. 3.4 TESTING PROCEDURES A. Testing Conditions: 1. Do not begin filling of reinforced concrete structure until concrete elements of the structure have attained specified design strength, but not less than 14 days after placement of all concrete elements. 2. Fill reinforced concrete structure not exceeding a rate of 4 feet per 1 hour. 3. To minimize water absorption by concrete during testing, fill reinforced concrete structure to maximum operating water surface level and maintain water at that level for at CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0188 19 TIGHTNESS TESTING PERFORMANCE REQUIREMENTS Page 4 of 7 least 3 days, prior to beginning tightness tests. Observe the exterior surfaces of the structure in both the early mornings and late afternoons during 3 days prior to tightness testing. Note any water observed on the structure exterior surfaces. 4. Test only a single structure at a time. Concurrent testing of contiguous or adjacent structures will not be allowed. B. Testing Procedures: 1. Test Duration / Test Period: [At least the time required to lower the water surface 3/8 inch (9.5 mm), assuming a loss of water at the maximum allowable rate, but not longer than 5 days] <Enter other test duration / time period>. 2. Measure water surface elevations at 24-hour intervals. The vertical distance to the water surface shall be measured to within 1/16 inchfrom a fixed point on the structure above the water surface. Measure water surface elevations at the same four locations, 90 degrees apart. Record water temperature 18 inches below water surface when taking the first and last sets of measurements. a. Use methods to determine amount of precipitation or evaporation as approved by the Engineer. 3. Compute percentage of water volume loss based on measured change in water surface elevation, area of the horizontal water surface, initial water volume, and correction for precipitation or evaporation where applicable. 4. Restart test when test measurements become unreliable due to unusual precipitation or other external factors. C. Reports: Prepare and submit as referenced in this Section. 3.5 ACCEPTANCE A. Estimates of gate, valve and door leakage will not be allowed as adjustments to the measured structure leakage. B. Following conditions are considered as not meeting the criteria for acceptance, regardless of actual loss of water volume from the structure: 1. Groundwater seeping or flowing into the structure through floors, walls, or wall -floor joints. 2. Structures which exhibit seeping or flowing water from joints, cracks, voids, honeycombs, or from beneath the foundation. 3. Damp spots on concrete surfaces. 4. Moisture can be deposited on a dry handheld against the exterior surface of the structure. C. Tightness of concrete tanks and structures will be considered acceptable when the conditions of conditions included in paragraph above, are not present and when loss of water volume does not exceed 0.05 percent of the starting volume per day. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0188 19 TIGHTNESS TESTING PERFORMANCE REQUIREMENTS Page 5 of 7 3.6 REPAIRS AND RETESTING A. Structures failing the tightness test and not exhibiting visible leakage may be retested after an additional stabilization period of 7 days. Structures failing this second test shall be repaired prior to further testing. B. Retest repaired structures until the structure meets all requirements. 3.7 SCHEDULE A. Test following structures for tightness: 1. Tank types include: a. Primary Clarifiers. b. 2. Wetwell types include: a. Scum Pump Station. b. Primary Effluent Pump Stations. Miscellaneous structures include: a. Junction and Distribution Structures. END OF SECTION 01 88 19 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0188 19 TIGHTNESS TESTING PERFORMANCE REQUIREMENTS Page 6 of 7 FIGURE A 3.8 TIGHTNESS TEST REPORT 3.9 PROJECT SUBMITTED BY 3.10 STRUCTURE* TEST DATES 3.11 Allowable loss of water volume percent in 24 hours 3.12 Measured loss of water volume percent in 24 hours 3.13 TEST READINGS 3.14 Water Temperature at Start degrees FWater Temperature at End r] degrees F 3.16 Operating Water Surface Level Water Surface Elevation Entry Date** Time Location 1 Location 2 Location 3 Location 4 Initials** 0 1 2 3 4 5 Change in level (difference between entry 5 and entry 0) Average change in level (sum of change in level / 4) Correction for precipitation/evaporation Corrected change in level = CL = Measured percent water loss in 24 hrs. _ (CL) x (surface area) x (100) (initial water volume) (number of test days) CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 3.17 Notes 3.18 3.19 3.20 3.21 and Field 0188 19 TIGHTNESS TESTING PERFORMANCE REQUIREMENTS Page 7 of 7 Observations 3.22 * Attach a sketch showing a plan of structure and measurement locations. 3.23 ** Place date and initials at the beginning of each entry. END OF TIGHTNESS TEST REPORT FORM ** CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 THIS PAGE INTENTIONALLY LEFT BLANK. SECTION 02 4115 PAVING REMOVAL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 0241 15 PAVING REMOVAL Page 1 of 6 1. Removing concrete paving and asphalt paving and k7�ak erg 2. Removing concrete curb and gutter 3. Removing concrete valley gutter 4. Milling roadway paving 5. Pulverization of existing pavement 6. Disposal of removed materials. B. Deviations from this City of Fort Worth Standard Specification 1. Non, —.Modified 1. LA. C. D. 2. Modified 1.2. 3. Modified 3.4.F. 4. Deleted Medifie 3.4.G 5. Added 1. 1.D. Modified Deleted 3A.H. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Sootion 32 112,31 GemoMt Troateia Base Courses D. Related Documents 1. Drawings and general provisions of the Contract, including General and SunDlementar_v Conditions and Division 01 Specification Sections, ap_Dly to this Cacti nn 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment for this Section shall be at the LumD Sum bid Drice in the ProDosal Form under the respective Demolition of Existing Infrastructure bid item. BA4acaaawt a. Remove oye G n,.,.ete Pa-yi & a,ur of to '!Ac-of e " Remove Asphalt Pavin easufe by the square r-d bean dw ?ipo of gtAter-s. d.Remove Gonerete C and Gttter: measufe by the linear- f o. P&\mov h. �tr A CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0241 15 i P ,o, en4 U„lye -iz do : me a by the s o ., -,a j. Remove Speed Cushion! moo uro by -each, PAVING REMOVAL Page 2 of 6 �e��l, h�luling ate, the itm,, z1.1 be s do .od stabs di y t the tfeaeh an other eompensation will be allowed. b. Remove Asphalt Paeornpe-nsation for saw euttifi&-� rc-. :�1, hauling d4oaal, to&, equipmepA, l.,be - and ineidentals needed too o „to , ,.,.L FE) „t:l,ty pr-ejeetr, thld rtC ,, zU.1 Sa eensider-edsubsidiary to the tfeaeh .,n other- eompensation will be allevved. Rk m ove Bt:i k P ,ing. full ,.ampomat;zon �3r our» cutting-,femeNWI, aah,�ing, e4wixmSs lmulxig disposal, tools o ent labor- and ; e dtatrIt a"ded to e*eeute work. For utility projeets, this Item. dhall 1-v oonsider-ed s4sidia-Fy te the tFefteh and no other- eempensation will be allow d. Rom : healing, 64aaal, ` , �worl. For ut' ' , this A-0,M ohall be , side-oa stabs a;. y t the tFene>, and o er o. Peano : full oo rr-orza:;,,,.. for- saw „t ing, .o ,. 1 h ,l; ,. disposal, tool o ^t, labor asd noeded to exeeu work. f, Wedge Milling: fall f.-r -1 trilling, Inwaiixg milled material t salvage st,,ekp to dispoaal, toolo, labor, oquipmefA and ; e de t.,ls neeess to exeeute the wofk. g. Stir-faee Milling: full or all nulling, hauling milled ,,..,,ter-i 1 to salvage stoekpile or- disposal, tools, labor-, e"ipm&4 and ineidentais neeessaf�,, to exeeute the wE)fk. all millitL� lx.ulit?e,- millzd nmto ial to sago ziodcpil. , tools, labof, 1-,akT,-eN-m- r-y too „to the , er-k i. Pawme -,ll , s t: fo:,,�l ka ,.�quip,- ".nt, tools and ineidefitals neeessafy to pu4ver-ize, remove and store the pulverized material,, rde t the base, mini:g, oampae ia~1,1xul off sweep, .-ad dispose of the under-eut matefiat mil, kauling� disposal, tools, equi ont, IA ar, and ineidefAals needed to exeeu�e the work. For- t1tility pFoj o ts this 40,.vs� dhall b' , side,-ed subs d:afy t the tfenel, and no the - eompes ill b-- -,Bxr ed k. No payment for- saw eutting of pavement ourl�. -, d gutter-s will bemade ,der- this Beet; n ram, l„do east f suewx4i in a itprisjoo f items listed : laid f ,.m Fequir4ffg oxvv cu tfig: 1. No payment will be made for- 'cdk- outride liiiSt ..d ted on r1c. 7 r ctrn,at,,,.es Yo ed for- CONT A CTO ee� 1.3 REFERENCES A. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0241 15 PAVING REMOVAL Page 3 of 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT [NOT USED] 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 EXAMINATION [NOT USED] 3.2 INSTALLERS [NOT USED] 3.3 PREPARATION A. General: 1. Mark paving removal limits for City approval prior to beginning removal. 2. Identify known utilities below grade - Stake and flag locations. 3.4 PAVEMENT REMOVAL A. General. 1. Exercise caution to minimize damage to underground utilities. 2. Minimize amount of earth removed. 3. Remove paving to neatly sawed joints. 4. Use care to prevent fracturing adjacent, existing pavement. B. Sawing 1. Sawing Equipment. a. Power -driven. b. Manufactured for the purpose of sawing pavement. c. In good operating condition. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0241 15 PAVING REMOVAL Page 4 of 6 d. Shall not spall or fracture the pavement structure adjacent to the removal area. 2. Sawcut perpendicular to the surface to full pavement depth, parallel and perpendicular to existing joint. 3. Sawcut parallel to the original Sawcut in square or rectangular fashion. 4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that joint, edge or lip. 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, neat, straight line for the purpose of removing the damaged area. C. Remove Concrete Paving and Concrete Valley Gutter 1. Sawcut: See 3.4.13. 2. Remove concrete to the nearest expansion joint or vertical saw cut. D. Remove Concrete Curb and Gutter 1. Sawcut: See 3.4.13. 2. Minimum limits of removal: 30 inches in length. E. Remove Asphalt Paving 1. Sawcut: See 3.4.13. 2. Remove pavement without disturbing the base material. 3. When shown on the plans or as directed, stockpile materials designated as salvageable at designated sites. 4. Prepare stockpile area by removing vegetation and trash and by providing for proper drainage. F. Milling 1. General a. Mill surfaces to the depth shown in the plans or as directed. b. Do not damage or disfigure adjacent work or existing surface improvements. c. If milling exposes smooth underlying pavement surfaces, mill the smooth surface to make rough. d. Provide safe temporary transition where vehicles or pedestrians must pass over the milled edges. e. Remove excess material and clean milled surfaces. £ Stockpiling of planed material will not be permitted within the right of way unless approved by the � City. � L � g. if the existing 1.a ;o br.v!i an�i M. t, r-emove .. 5 foot width f o existing br-iek base. See 3.3�riekpaving r-� 2. Milling Equipment a. Power operated milling machine capable of removing, in one pass or two passes, the necessary pavement thickness in a five-foot minimum width. b. Self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. c. Equipped with an integral loading and reclaiming means to immediately remove material cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. d. Equipped with means to control dust created by the cutting action. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0241 15 PAVING REMOVAL Page 5 of 6 e. Equipped with a manual system providing for uniformly varying the depth of cut while the machine is in motion making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. f. Variable Speed in order to leave the specified grid pattern. g. Equipped to minimize air pollution. 3. Wedge Milling and Surface Milling a. Wedge Mill existing asphalt, concrete or br-ic pavement from the lip of gutter at a depth of 2 inches and transitioning to match the existing pavement (0-inch cut) at a minimum width of 5 feet. b. Surface Mill existing asphalt pavement to the depth specified, c. Provide a milled surface that provides a uniform surface free from gouges, ridges, oil film, and other imperfections of workmanship with a uniform textured appearance. d. In all situations where the existing H.M.A.C. surface contacts the curb face, the wedge milling includes the removal of the existing asphalt covering the gutter up to and along the face of curb. e. Perform wedge or surface milling operation in a continuous manner along both sides of the street or as directed. 4. Butt Joint Milling a. Mill butt joints into the existing surface, in association with the wedge milling operation. b. Butt joint will provide a full width transition section and a constant depth at the point where the new overlay is terminated. c. Typical locations for butt joints are at all beginning and ending points of streets where paving material is removed. Prior to the milling of the butt joints, consult with the City for proper location and limits of these joints. d. Butt Milled joints are required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. e. Make each butt joint 20 feet long and milled out across the full width of the street section to a tapered depth of 2 inch. f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a line adjacent to the beginning and ending points or intermediate transverse items. g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. G. Removi Brxxk Raving 1. Remove masonry paving tmits to the limits speeified in the plans E)F as difeeted by the City, 2. Salvage existing bf:i ks f „so, Aan, pal!Qfize, and delivef to the Gity St0ev pile yafd at -3�9 Yuma l feetor- s difeeted. H. Pavement Pulverization Pulverization a= Pulverize the existing pavement to depth of 8 inches. See Section 31C? 11 P. 32 13 13. b. Temporarily remove and store the 8-inch-deep pulverized material, then cut the base 2 inches. c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0241 15 PAVING REMOVAL Page 6 of 6 2. Cement Application a. Use 3.5% Portland cement. b. See Section 32 11 ?_. 32 13 13. 3. Mixing: see Section 32 11 M. 32 13 13. 4. Compaction: see Section ?2 1. 1. ??. 32 13 13. 5. Finishing: see Section ?2 1.1 33. 32 13 13. 6. Curing: see Section ?2 .. 3,31. 32 13 13. 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed stone/gravel: a. Undercut not required. b. Pulverize 10 inches deep. E Remove 2-inch the total pulverized amount. I. Remove speed cushion. 1. Scrape or sawcut speed cushion from existing pavement without damaging existing pavement. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0241 16 STRUCTURE DEMOLITION Page 1 of 10 SECTION 02 4116 - STRUCTURE DEMOLITION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Demolition and removal of buildings and site improvements. 2. Removing below -grade construction. 3. Disconnecting, capping or sealing, and removing site utilities within 10-feet of a structure. 4. Salvaging items for reuse by Owner. B. Related Requirements: 1. Section 01 1100 "Summary" for use of the premises and phasing requirements. 2. Section 01 32 33 "Preconstruction Video" for preconstruction photographs taken before building demolition. 3. Section 02 41 19 "Selective Demolition" for partial demolition of buildings, structures, and site improvements. 1.3 DEFINITIONS A. Remove: Detach items from existing construction and dispose of them off -site unless indicated to be salvaged. B. Remove Hazardous Materials: Isolate and remove hazardous materials from existing construction and properly dispose as required by existing regulations. C. Remove and Salvage: Detach items from existing construction, in a manner to prevent damage, and store. Include fasteners or brackets needed for reattachment elsewhere. 1.4 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment -for this Section shall be at the Lump Sum bid price in the Proposal Form under the respective Demolition of Existing Infrastructure bid item. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0241 16 STRUCTURE DEMOLITION Page 2 of 10 A. Unless otherwise indicated, demolition waste becomes property of Contractor. B. Historic items, relics, antiques, and similar objects including, but not limited to, cornerstones and their contents, commemorative plaques and tablets, and other items of interest or value to Owner that may be uncovered during demolition remain the property of Owner. Carefully salvage in a manner to prevent damage and promptly return to Owner. 1.6 PREINSTALLATION MEETINGS A. Predemolition Conference: Conduct conference at Project site with the City. 1. Inspect and discuss condition of construction to be demolished. 2. Review hazardous material information and finalize removal procedures as required. Refer to the Comprehensive Asbestos Survey and Lead Buildings Materials Survey located in the appendix of Volume 3 of 3 of the project specifications. Additional information has been detailed in the mechanical demolition sheets in the Drawings. 3. Review structural load limitations of existing structures. 4. Review and finalize building demolition schedule and verify availability of demolition personnel, equipment, and facilities needed to make progress and avoid delays. 5. Review and finalize protection requirements. 6. Review procedures for noise control and dust control. 7. Review procedures for protection of adjacent buildings. 8. Review items to be salvaged and returned to Owner. 9. Provide the Owner with a Disposal Letter. 1.7 INFORMATIONAL SUBMITTALS A. Qualification Data: For refrigerant recovery technician. B. Engineering Survey: Submit engineering survey of condition of building including hazardous materials information. C. Proposed Protection Measures: Submit report, including Drawings, that indicates the measures proposed for protecting individuals and property, for environmental protection, for dust control and, for noise control. Indicate proposed locations and construction of barriers. Adjacent Buildings: Detail special measures proposed to protect adjacent buildings to remain, including means of egress from those buildings. D. Schedule of Building Demolition Activities: Indicate the following: 1. Detailed sequence of demolition work, with starting and ending dates for each activity. 2. Temporary interruption of utility services. 3. Shutoff and capping or re-routing of utility services. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0241 16 STRUCTURE DEMOLITION Page 3 of 10 E. Predemolition Photographs or Video: Show existing conditions of adjoining construction and site improvements, including finish surfaces, that might be misconstrued as damage caused by salvage and demolition operations. Submit before the Work begins. F. Statement of Refrigerant Recovery: Signed by refrigerant recovery technician responsible for recovering refrigerant, stating that all refrigerant that was present was recovered and that recovery was performed according to EPA regulations. Include name and address of technician and date refrigerant was recovered. G. Lead Based Materials and Coatings: Submit the proposed methods and operations of removal and disposal of paint with Lead prior to the start of work. 1.8 CLOSEOUT SUBMITTALS A. Inventory: Submit a list of items that have been removed and salvaged. B. Lead Based Materials and Coatings Disposal: Submit completed trip tickets or manifests covering the proper disposal of all lead -based materials and coatings. 1.9 QUALITY ASSURANCE A. Refrigerant Recovery Technician Qualifications: Certified by EPA -approved certification program. 1.10 FIELD CONDITIONS A. Buildings to be demolished will be vacated and their use discontinued before start of the Work. B. Buildings immediately adjacent to demolition area will be occupied. Conduct building demolition so operations of occupied buildings will not be disrupted. 1. Provide not less than 72 hours' notice of activities that will affect operations of adjacent occupied buildings. 2. Maintain access to existing walkways, exits, and other facilities used by occupants of adjacent buildings. a. Do not close or obstruct walkways, exits, or other facilities used by occupants of adjacent buildings without written permission from authorities having jurisdiction. C. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. D. Hazardous Materials: Carefully remove and appropriately dispose of any lead items and materials identified in the referenced reports. 1. Demolition and handling of lead -based materials shall be per OSHA 1926.62. 2. Materials containing asbestos in excess of 1% have been removed by the Owner's hazardous materials contractor prior to bid. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0241 16 STRUCTURE DEMOLITION Page 4 of 10 3. Consult a professional liability insurance carrier for current recommendations. Indemnification and a waiver of claims may be required from Owner as a condition for providing services related to hazardous material remediation. E. On -site storage or sale of removed items or materials is not permitted. 1.11 COORDINATION A. Arrange demolition schedule so as not to interfere with Owner's on -site operations or operations of adjacent occupied buildings. PART2-PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. B. Standards: Comply with ANSUASSE A10.6 and NFPA 241. 2.2 SOIL MATERIALS A. Satisfactory Soils: Comply with requirements in Section 312000 "Earthwork." PART 3 - EXECUTION 3.1 DEMOLITION CONTRACTOR A. Demolition Contractor: 1. The City of Fort Worth maintains a listing of pre -qualified contractors approved to work in the City of Fort Worth, with bid limits and restrictions, which can be found at the following link: https://www.fortworthtexas.gov/departments/water/developers/pre- qualification . 3.2 EXAMINATION A. Verify that utilities have been disconnected and capped before starting demolition operations. B. Review Project Record Documents of existing construction or other existing condition and hazardous material information provided by Owner. Owner does not guarantee that existing conditions are same as those indicated in Project Record Documents. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0241 16 STRUCTURE DEMOLITION Page 5 of 10 C. Engage a professional engineer to perform an engineering survey of condition of building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures during building demolition operations. D. Steel Tendons: Locate tensioned steel tendons and include recommendations for de -tensioning. E. Verify that hazardous materials have been remediated before proceeding with building demolition operations. F. Inventory and record the condition of items to be removed and salvaged. 3.3 PREPARATION A. Refrigerant: Before starting demolition, remove refrigerant from mechanical equipment according to 40 CFR 82 and regulations of authorities having jurisdiction. B. Salvaged Items: Comply with the following: 1. Clean salvaged items of dirt and demolition debris. 2. Pack or crate items after cleaning. Identify contents of containers. 3. Store items in a secure area until delivery to Owner. 4. Transport items to storage area designated by Owner, or as indicated on Drawings. 5. Protect items from damage during transport and storage. 3.4 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A. Existing Utilities to be Disconnected: Locate, identify, disconnect, and seal or cap off utilities serving buildings and structures to be demolished. 1. Owner will arrange to shut off utilities when requested by Contractor. 2. Arrange to shut off utilities with utility companies. 3. If removal, relocation, or abandonment of utility services will affect adjacent occupied buildings, then provide temporary utilities that bypass buildings and structures to be demolished and that maintain continuity of service to other buildings and structures. 4. Cut off pipe or conduit a minimum of 24 inches below grade. Cap, valve, or plug and seal remaining portion of pipe or conduit after bypassing according to requirements of authorities having jurisdiction. 5. Do not start demolition work until utility disconnecting and sealing have been completed and verified in writing. 9. Water Lines and Appurtenances a. Water Line Pressure Plugs a) Ductile Iron Water Lines (1) Excavate, embed, and backfill in accordance with Section 33 05 10. (2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. (3) Perform Cut and Plug in accordance with Section 33 12 25. b. PVC C900 and C905 Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0241 16 STRUCTURE DEMOLITION Page 6 of 10 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10 2) Plug using: a) A fabricated plug restrained by welding or by a Snap Ring. (1) Snap rings shall be manufactured by Hanson, or approved equal. (2) C-301 and C-302 Concrete pipe bulkheads shall be according to Section 33 05 93.25 and the Civil Standard details in the Drawings. 3) Perform Cut and Plug in accordance with Section 33 12 25. 7. For permanent plugs within a structure: a. Install a precast concrete plug matching the pipe inside diameter. b. Grout pipe plug into pipe at the wall penetration. 8. Excavate and backfill in accordance with Section 33 05 10. 9. Protect and salvage all materials such that no damage occurs during delivery to the City. 10. For permanent plugs within a structure: a. Install a precast concrete plug matching the pipe inside diameter. b. Grout pipe plug into pipe penetration at the wall. 11. For pipe connections and temporary plugs a. Refer to Section 33 05 93.25. K6�901110111to]►1 A. Existing Facilities: Protect adjacent walkways, loading docks, building entries, and other building facilities during demolition operations. Maintain exits from existing buildings. B. Temporary Shoring: Provide and maintain interior and exterior shoring, bracing, or structural support to preserve stability and prevent unexpected movement or collapse of construction being demolished. 1. Strengthen or add new supports when required during progress of demolition. C. Existing Utilities to Remain: Maintain utility services to remain and protect from damage during demolition operations. 1. Do not interrupt existing utilities serving adjacent occupied or operating facilities unless authorized in writing by Owner and authorities having jurisdiction. 2. Provide temporary services during interruptions to existing utilities, as acceptable to Owner and authorities having jurisdiction. a. Provide at least 72 hours' notice to occupants of affected buildings if shutdown of service is required during changeover. D. Temporary Protection: Erect temporary protection, such as walks, fences, railings, canopies, and covered passageways, where required by authorities having jurisdiction and as indicated. Comply with requirements in Section 01 50 00 "Temporary Facilities and Controls." Protect adjacent buildings and facilities from damage due to demolition activities. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0241 16 STRUCTURE DEMOLITION Page 7 of 10 2. Protect existing site improvements, appurtenances, and landscaping to remain. 3. Erect a plainly visible fence around drip line of individual trees or around perimeter drip line of groups of trees to remain. 4. Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. 5. Provide protection to ensure safe passage of people around building demolition area and to and from occupied portions of adjacent buildings and structures. 6. Protect walls, windows, roofs, and other adjacent exterior construction that are to remain and that are exposed to building demolition operations. 7. Erect and maintain dustproof partitions and temporary enclosures to limit dust, noise, and dirt migration to occupied portions of adjacent buildings. E. Remove temporary barriers and protections where hazards no longer exist. Where open excavations or other hazardous conditions remain, leave temporary barriers and protections in place. 3.6 DEMOLITION, GENERAL A. General: Demolish indicated buildings and site improvements completely. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Do not use cutting torches until work area is cleared of flammable materials. Maintain portable fire -suppression devices during flame -cutting operations. 2. Per OSHA 1910.252, maintain fire watch during and for at least a half hour after flame - cutting operations. 3. Maintain adequate ventilation when using cutting torches. 4. Locate building demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. B. Site Access and Temporary Controls: Conduct building demolition and debris -removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, walkways, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed trafficways if required by authorities having jurisdiction. 2. Use water mist and other suitable methods to limit spread of dust and dirt. Comply with governing environmental -protection regulations. Do not use water when it may damage adjacent construction or create hazardous or objectionable conditions, such as ice, flooding, and pollution. C. Explosives: Use of explosives is not permitted. 3.7 DEMOLITION BY MECHANICAL MEANS A. Proceed with demolition of structural framing members systematically, from higher to lower level. Complete building demolition operations above each floor or tier before disturbing supporting members on the next lower level. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0241 16 STRUCTURE DEMOLITION Page 8 of 10 B. Remove debris from elevated portions of the building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. 1. Remove structural framing members and lower to ground by method suitable to minimize ground impact and dust generation. C. Salvage: Items to be removed and salvaged are indicated below: 1. Doors and door hardware. 2. Windows. 3. Cabinets. 4. Mirrors. 5. Chalkboards. 6. Tackboards. 7. Marker boards. 8. Plumbing fixtures. D. Below -Grade Construction: Abandon foundation walls and other below -grade construction. Cut below -grade construction flush with grade, or as indicated on the Drawings. E. Below -Grade Construction: Demolish foundation walls and other below -grade construction that are within footprint of new construction and extending 5 feet outside footprint indicated for new construction. Abandon below -grade construction outside this area. 1. Remove below -grade construction, including basements, foundation walls, and footings, to depths indicated on the Project Plans and Specifications. F. Below -Grade Construction: Demolish foundation walls and other below -grade construction. 1. Remove below -grade construction, including basements, foundation walls, and footings, to depths indicated on the Project Plans and Specifications. G. Existing Utilities: Abandon existing utilities and below -grade utility structures. Cut utilities flush with grade, to the nearest pipe joint, or as indicated on the Drawings. H. Existing Utilities: Demolish existing utilities and below -grade utility structures that are within 10 feet outside footprint indicated for new construction. Demolish utilities outside of this area according to Section 02 41 19. 1. Fill abandoned utility structures with satisfactory soil materials according to backfill requirements in Section 312000 'Earthwork." I. Existing Utilities: Demolish and remove existing utilities and below -grade utility structures. 3.8 SITE RESTORATION A. Below -Grade Areas: Rough grade below -grade areas ready for further excavation or new construction. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0241 16 STRUCTURE DEMOLITION Page 9 of 10 B. Below -Grade Areas: Completely fill below -grade areas and voids resulting from building demolition operations according to backfill requirements in Section 312000 "Earthwork." C. Site Grading: Uniformly rough grade area of demolished construction to a smooth surface, free from irregular surface changes. Provide a smooth transition between adjacent existing grades and new grades. 3.9 REPAIRS A. Promptly repair damage to adjacent buildings caused by demolition operations. 3.10 DISPOSAL OF DEMOLISHED MATERIALS A. Remove demolition waste materials from Project site and dispose of them in an EPA -approved construction and demolition waste landfill acceptable to authorities having jurisdiction. 1. Do not allow demolished materials to accumulate on -site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. B. Do not burn demolished materials. fc�f�y��l_�►11►Ce1 A. Clean adjacent structures and improvements of dust, dirt, and debris caused by building demolition operations. Return adjacent areas to condition existing before building demolition operations began. 1. Clean roadways of debris caused by debris transport. END OF SECTION 02 41 16 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0241 16 STRUCTURE DEMOLITION Page 10 of 10 This page intentionally left blank. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 024119-1 SELECTIVE DEMOLITION Page 1 of 14 64114i018101Y•Lift!mllQa iILIV/a QQUV[fflaINIs] ►1 PART 3 - GENERAL 3.3 RELATED DOCUMENTS B. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 3.4 SUMMARY B. Section Includes: 1. Direction for the removal, abandonment, and salvaging of the following utilities outside of 10-feet from a structure, including partial utility demolition, related supports, pedestals, encasements, and hardware: a. Water Lines. b. Gate Valves. C. Water Valves. d. Fire Hydrants. e. Water Meters and Meter Box. f. Concrete Water Vaults. g. Sanitary Sewer Lines. h. Sanitary Sewer Manholes. 1. Sanitary Sewer Junction Boxes. j. Storm Sewer Lines. k. Storm Sewer Manhole Risers. 1. Storm Sewer Junction Boxes. M. Storm Sewer Inlets. n. Box Culverts. o. Trench Drains. p. Odor Control Ducts. 2. Direction for the removal of the following selective site utilities: a. Removing sidewalks and steps. b. Removing driveways. C. Removing guardrail. d. Removing retaining walls. e. Removing miscellaneous concrete structures including duct banks, bollards, light pole bases, porches and foundations. f. Disposal of removed materials. 3. Preparation of right-of-way and other designated areas for construction operations by removing and disposing of all obstructions including clearing and grubbing and trees, CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 024119-2 SELECTIVE DEMOLITION Page 2 of 14 when removal of such obstructions is not specifically shown on the Drawings to be paid by other Sections. 1. Demolition and removal of selected portions of building or structure. 2. Demolition and removal of selected site elements. 3. Salvage of existing items to be reused or recycled. C. Related Requirements: 1. Section 3125 00 "Erosion and Sediment Control" for temporary protection of stormwater systems affected by demolition. 2. Section 02 41 15 "Paving Removal" for procedures and guidance related to removal of pavement. 3. Section 02 41 16 "Structure Demolition" for procedures and guidance related to removal of structures. 4. Section 31 50 00 "Excavation Support and Protection" for procedures and guidance related to temporary excavation and trench support and protection systems. 0631111111111111197[yff.-lei00Z AUTI Q118]01410Bill 7=.y B. Measurement and Payment for this Section shall be at the Lump Sum bid price in the Proposal Form under the respective Demolition of Existing Infrastructure bid item. K�� 7�1�11►111Y[�]►F.y B. Remove: Detach items from existing construction and dispose of them off -site unless indicated to be salvaged or reinstalled. C. Remove Hazardous Materials: Isolate and remove hazardous materials from existing construction and properly dispose as required by existing regulations. D. Remove and Salvage: Detach items from existing construction, in a manner to prevent damage, and deliver to Owner ready for reuse. E. Remove and Reinstall: Detach items from existing construction, in a manner to prevent damage, prepare for reuse, and reinstall where indicated. F. Existing to Remain: Leave existing items that are not to be removed and that are not otherwise indicated to be salvaged or reinstalled. G. Dismantle: To remove by disassembling or detaching an item from a surface, using gentle methods and equipment to prevent damage to the item and surfaces; disposing of items unless indicated to be salvaged or reinstalled. 3.7 MATERIALS OWNERSHIP B. Unless otherwise indicated, demolition waste becomes property of Contractor. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 024119-3 SELECTIVE DEMOLITION Page 3 of 14 C. Historic items, relics, antiques, and similar objects including, but not limited to, cornerstones and their contents, commemorative plaques and tablets, and other items of interest or value to Owner that may be uncovered during demolition remain the property of Owner. Carefully salvage in a manner to prevent damage and promptly return to Owner. 3.8 PREINSTALLATION MEETINGS B. Coordination: 1. Contact the City for coordination of salvage material return. 2. Turning of valves will only be done by the Water Department Field Operations personnel. 3. Contact United Gas Pipe Co. and all other utility providers prior to demolition of any lines connected to provider's lines. C. Permits: 1. Obtain Tree Removal Permits and Urban Forestry Permits as required by the City's Tree Ordinance. PARD-Forestry details can be found here: Forestry — Welcome to the City of Fort Worth (fortworthtexas.gov). Urban Forestry Compliance's ordinance and requirements are within Zoning and can be found here: Zoning — Welcome to the City of Fort Worth (fortworthtexas.gov). D. Preinstallation Meetings: 1. Hold a preliminary site clearing meeting with the City for the purpose of reviewing the tree removal plan. 2. Inspect and discuss condition of construction to be selectively demolished. 3. Review structural load limitations of existing structures. Refer to Section 02 41 16 for structure demolition and utility abandonment within 10-feet of the structure. 4. Review and finalize selective demolition schedule and verify availability of materials, demolition personnel, equipment, and facilities needed to make progress and avoid delays. 5. When performing selective demolition impacting Plant Operations, detail how sequencing will meet maximum shutdown timeframes indicated on the Drawings. If work is not complete within the timeframe listed, cease activities and return all utilities to correct and functional operation until another shutdown can be scheduled and executed. 6. Review requirements of work performed by other trades that rely on substrates exposed by selective demolition operations. 7. Review hazardous material information and finalize removal procedures as required. Refer to the Comprehensive Asbestos Survey and Lead Buildings Materials Survey located in the appendix of Volume 3 of 3 of the project specifications. Additional information has been detailed in the mechanical demolition sheets in the Drawings. 8. Review areas where existing construction is to remain and requires protection. 9. Provide the City with a Disposal Letter in accordance to Division 01. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 024119-4 SELECTIVE DEMOLITION Page 4 of 14 3.9 INFORMATIONAL S UBMITTALS B. Engineering Survey: Submit engineering survey of condition of all related items for selective demolition. C. Proposed Protection Measures: Submit report, including Drawings, that indicates the measures proposed for protecting individuals and property for noise and dust control. Indicate proposed locations and construction of barriers. D. Schedule of Selective Demolition Activities: Indicate the following: 1. Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity. Ensure Owner's on -site operations are uninterrupted. 2. Interruption of utility services. Indicate how long utility services will be interrupted. 3. Coordination for shutoff, capping, and continuation of utility services. 4. Coordination of Owner's continuing occupancy of portions of existing building and of Owner's partial occupancy of completed Work. E. Predemolition Photographs or Video: Show existing conditions of adjoining construction, including finish surfaces, that might be misconstrued as damage caused by demolition operations. Comply with Section 013233 "Photographic Documentation." Submit before Work begins. F. Statement of Refrigerant Recovery: Signed by refrigerant recovery technician responsible for recovering refrigerant, stating that all refrigerant that was present was recovered and that recovery was performed according to EPA regulations. Include name and address of technician and date refrigerant was recovered. G. Warranties: Documentation indicating that existing warranties are still in effect after completion of selective demolition. H. Lead Based Materials and Coatings: Submit the proposed methods and operations of removal and disposal of paint with Lead prior to the start of work. 3.10 CLOSEOUT SUBMITTALS B. Inventory: Submit a list of items that have been removed and salvaged. C. Lead Based Materials and Coatings Disposal: Submit completed trip tickets or manifests covering the proper disposal of all lead -based materials and coatings. 3.11 QUALITY ASSURANCE B. Refrigerant Recovery Technician Qualifications: Certified by an EPA -approved certification program. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 024119-5 SELECTIVE DEMOLITION Page 5 of 14 3.12 FIELD CONDITIONS B. Owner will occupy portions of buildings and operate equipment immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. C. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. D. Notify Engineer of discrepancies between existing conditions and Drawings before proceeding with selective demolition. E. Hazardous Materials: Carefully remove and appropriately dispose of any lead items and materials identified in the referenced reports. 1. Demolition and handling of lead -based materials shall be per OSHA 1926.62. 2. Materials containing asbestos in excess of 1% have been removed by the Owner's hazardous materials contractor prior to bid. F. Storage or sale of removed items or materials on -site is not permitted. G. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1. Maintain fire -protection facilities in service during selective demolition operations. 2. Maintain stormwater facilities in service during selective demolition operations. 3. Refer to Drawings C-S-1 through 4 for order of equipment demolition to maintain utility service. 3.13 COORDINATION B. Arrange selective demolition schedule so as not to interfere with Owner's operations. C. For shutdowns impeding current operations, timeframes described in the Drawings must be followed. If the work cannot be completed in the allotted timeframe, reinstall equipment in working order until a future shutdown has been coordinated and approved. Equipment must be properly braced, secured, and connected for proper operation. PART 4 - PRODUCTS 4.3 PERFORMANCE REQUIREMENTS B. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. C. Standards: Comply with AS SE A10.6 and NFPA 241. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 024119-6 SELECTIVE DEMOLITION Page 6 of 14 4.4 MATERIALS 1. Fill Material: See Section 3105 15. PART 5 - EXECUTION 5.3 EXAMINATION B. Verify that utilities have been disconnected and capped before starting selective demolition operations. C. Review Project Record Documents of existing construction or other existing condition and hazardous material information provided by Owner. Owner does not guarantee that existing conditions are same as those indicated in Project Record Documents. D. Perform an engineering survey of condition of building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures during selective building demolition operations. 1. Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities. E. Steel Tendons: Locate tensioned steel tendons and include recommendations for de -tensioning. 1. Verify that hazardous materials have been remediated before proceeding with building demolition operations. F. Survey of Existing Conditions: Record existing conditions by use of measured drawings, preconstruction photographs or video, and templates. 1. Comply with requirements specified in Section 013233 "Preconstruction Video." 2. Inventory and record the condition of items to be removed and salvaged. Provide photographs or video of conditions that might be misconstrued as damage caused by salvage operations. 3. Before selective demolition or removal of existing building elements that will be reproduced or duplicated in final Work, make permanent record of measurements, materials, and construction details required to make exact reproduction. 5.4 PREPARATION B. Refrigerant: Before starting demolition, remove refrigerant from mechanical equipment according to 40 CFR 82 and regulations of authorities having jurisdiction. 5.5 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS B. Existing Services/Systems to Remain: Maintain services/systems indicated to remain and protect them against damage. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 024119-7 SELECTIVE DEMOLITION Page 7 of 14 C. Existing Services/Systems to Be Removed, Relocated, or Abandoned: Locate, identify, disconnect, and seal or cap off utility services and mechanical/electrical systems serving areas to be selectively demolished. 1. Owner will arrange to shut off indicated services/systems when requested by Contractor. 2. Only Owner's personnel will be able to turn valves on existing utilities. 3. Arrange to shut off utilities with utility companies. 4. If services/systems are required to be removed, relocated, or abandoned, provide temporary services/systems that bypass area of selective demolition and that maintain continuity of services/systems to other parts of building. 5. Disconnect, demolish, and remove fire -suppression systems, plumbing, and HVAC systems, equipment, and components indicated on Drawings to be removed. a. Piping to Be Removed: Remove portion of piping indicated to be removed and cap or plug remaining piping with same or compatible piping material. See Section 33 05 93.25 for Concrete pipe temporary plugs. b. Piping to Be Abandoned in Place: Drain piping and cap or plug piping with same or compatible piping material and leave in place. C. Equipment to Be Removed: Disconnect and cap services and remove equipment. d. Equipment to Be Removed and Reinstalled: Disconnect and cap services and remove, clean, and store equipment; when appropriate, reinstall, reconnect, and make equipment operational. e. Equipment to Be Removed and Salvaged: Disconnect and cap services and remove equipment and deliver to Owner. f. Ducts to Be Removed: Remove portion of ducts indicated to be removed on the Drawings, and plug remaining ducts with same or compatible ductwork material. g. Ducts to Be Abandoned in Place: Cap or plug ducts with same or compatible ductwork material and leave in place. 6. Manhole Abandonment a. All manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover as coordinated with City. d. Deliver salvaged material to the City. e. Cut and plug sewer lines to be abandoned. f. Backfill manhole void in accordance with City Standard Details. 7. Water Lines and Appurtenances a. Water Line Pressure Plugs a) Ductile Iron Water Lines (1) Excavate, embed, and backfill in accordance with Section 33 05 10. (2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. (3) Perform Cut and Plug in accordance with Section 33 12 25. b. PVC C900 and C905 Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 024119-8 SELECTIVE DEMOLITION Page 8 of 14 2) Plug using: a) A fabricated plug restrained by welding or by a Snap Ring. (1) Snap rings shall be manufactured by Hanson, or approved equal. (2) C-301 and C-302 Concrete pipe bulkheads shall be according to Section 33 05 93.25 and the Civil Standard details in the Drawings. 3) Perform Cut and Plug in accordance with Section 33 12 25. 8. For permanent plugs within a structure: a. Install a precast concrete plug matching the pipe inside diameter. b. Grout pipe plug into pipe at the wall penetration. 9. Excavate and backfill in accordance with Section 33 05 10. 10. Protect and salvage all materials such that no damage occurs during delivery to the City. 5.6 EXECUTION OF SITE CLEARING B. Site Clearing: 1. Clear areas shown on the Drawings of all obstructions, except those landscape features that are to be preserved. Such obstructions include, but are not limited to: a. Remains of buildings and other structures. b. Foundations. C. Floor slabs. d. Concrete. e. Brick. f. Lumber. g. Plaster. h. Septic tank drain fields. i. Abandoned utility pipes or conduits. j. Equipment. k. Trees. 1. Fences. In. Retaining walls. n. Other items as specified on the Drawings. 2. Remove vegetation and other landscape features not designated for preservation, whether above or below ground, including, but not limited to: a. Curb and gutter. b. Driveways. C. Paved parking areas. d. Miscellaneous stone. e. Sidewalks. f. Drainage structures. g. Manholes. h. Inlets. i. Abandoned railroad tracks. J. Scrap iron. k. Other debris. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 024119-9 SELECTIVE DEMOLITION Page 9 of 14 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to maintain traffic and drainage. 4. In areas receiving embankment, remove obstructions not designated for preservation to 2 feet below natural ground. 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 6. In all other areas, remove obstructions to 1 foot below natural ground. 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps off to ground level. 8. Removal of existing structures shall be as per Section 02 41 16. C. Disposal: 1. Dispose of all trees within 24 hours of removal at an approved off -site facility. 2. All materials and debris removed becomes the property of the Contractor, unless otherwise stated on the Drawings. 3. Dispose of material and debris off -site in accordance with local, state, and federal laws and regulations. 5.7 SELECTIVE CONCRETE REMOVAL B. Remove Sidewalk: 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.5.H. B. Remove Steps 1. Remove step to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.5.H. C. Remove Driveway 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 3.5.11. 2. Remove drive to nearest existing dummy, expansion or construction joint. 3. Sawcut when removing to nearest joint is not practical. See 3.5.H. 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction joint on existing sidewalk. D. Remove Fence 1. Remove all fence components above and below ground and backfill with acceptable fill ma- terial. 2. Use caution in removing and salvaging fence materials. 3. Salvaged materials may be used to reconstruct fence as approved by City or as shown on Drawings. 4. Contractor responsible for keeping animals (livestock, pets, etc.) within the fenced areas during construction operation and while removing fences. E. Remove Guardrail 1. Remove rail elements in original lengths. 2. Remove fittings from the posts and the metal rail and then pull the posts. 3. Do not mar or damage salvageable materials during removal. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0241 19-10 SELECTIVE DEMOLITION Page 10 of 14 4. Completely remove posts and any concrete surrounding the posts. 5. Furnish backfill material and backfill the hole with material equal in composition and densi- ty to the surrounding soil unless otherwise directed. 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1-foot be- low the new subgrade elevation and leave in place along with the dead man. F. Remove Retaining Wall 1. Remove wall to nearest existing joint. 2. Sawcut when removing to nearest joint is not practical. See 3.5.H. 3. Removal includes all components of the retaining wall including footings. 4. Sidewalk adjacent to or attached to retaining wall: See 3.5.A G. Remove Miscellaneous Concrete Structure 1. Remove portions of miscellaneous concrete structures including foundations and slabs that do not interfere with proposed construction to 2 feet below the finished ground line. 2. Cut reinforcement close to the portion of the concrete to remain in place. 3. Break or perforate the bottom of structures to remain to prevent the entrapment of water. 4. Refer to Section 02 41 16 for further instruction. H. Sawcut 1. Sawing Equipment a. Power -driven b. Manufactured for the purpose of sawing pavement. c. In good operating condition d. Shall not spall or fracture the pavement to the removal area. 2. Sawcut perpendicular to the surface completely through existing pavement. 5.8 PROTECTION B. Temporary Protection: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. 1. Provide protection to ensure safe passage of people around selective demolition area and to and from occupied portions of building. 2. Provide temporary weather protection, during interval between selective demolition of existing construction on exterior surfaces and new construction, to prevent water leakage and damage to structure and interior areas. 3. Protect walls, ceilings, floors, and other existing finish work that are to remain or that are exposed during selective demolition operations. 4. Cover and protect furniture, furnishings, and equipment that have not been removed. 5. Comply with requirements for temporary enclosures, dust control, heating, and cooling specified in Section 015000 "Temporary Facilities and Controls." C. Temporary Shoring: Refer to Section 31 50 00 — "Excavation Support and Protection" for guidance regarding temporary shoring. D. Refer to Section 31 50 00 "Excavation Support and Protection" for guidance regarding temporary shoring. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0241 19-11 SELECTIVE DEMOLITION Page 11 of 14 E. Remove temporary barricades and protections where hazards no longer exist. 5.9 TREE PROTECTION A. PREPARATION 1. All trees identified to be protected and/or preserved should be clearly flagged with survey tape as per Construction Drawings. 2. Following taping and prior to any removals or site clearing, the Contractor shall meet with the City, the Engineer and the Landowner, if necessary, to confirm trees to be saved. B. INSTALLATION 6. Protect designated trees and prune trees and shrubs as shown on the Drawings. Refer to the Drawings for tree protection details. 7. If the Drawings do not provide tree protection details, protected trees shall be fenced by placing 6-foot-tall metal T-posts in a square around the tree trunk with the corners located on the canopy drip line, unless instructed otherwise. 8. When site conditions do not allow for the T-posts to be installed at the drip line, the T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 %2 gauge stock fenc- ing or orange plastic snow fence shall be attached to the T-posts to form the enclosure. 9. For city -owned trees, PARD-Forestry permission required to install protective fencing in- side of canopy dripline (Critical Root Zone). 10. Additional trunk protection (cladding) is required when protective fencing is approved within the Critical Root Zone. 11. Do not park equipment, service equipment, store materials, or disturb the root area under the branches of trees designated for preservation. 12. When shown on the Drawings, treat cuts on trees with an approved tree wound dressing within 30 minutes of making a pruning cut or otherwise causing damage to the tree. 13. Trees and brush shall be mulched on -site. a. Burning as a method of disposal is not allowed. C. DISPOSAL 6. Dispose of all trees within 24 hours of removal at an approved off -site facility. 7. All materials and debris removed becomes the property of the Contractor, unless otherwise stated on the Drawings. 8. The Contractor will dispose of material and debris off -site in accordance with local, state, and federal laws and regulations. 5.10 SELECTIVE DEMOLITION, GENERAL B. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 6. Proceed with selective demolition systematically, from higher to lower level. Complete selective demolition operations above each floor or tier before disturbing supporting members on the next lower level. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0241 19-12 SELECTIVE DEMOLITION Page 12 of 14 7. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping. Temporarily cover openings to remain. 8. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 9. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame -cutting operations. Maintain portable fire -suppression devices during flame -cutting operations. 10. Maintain fire watch during and for at least a half-hour after flame -cutting operations. 11. Maintain adequate ventilation when using cutting torches. 12. Remove decayed, vermin -infested, or otherwise dangerous or unsuitable materials and promptly dispose of off -site. 13. Remove structural framing members and lower to ground by method suitable to avoid free fall and to prevent ground impact or dust generation. 14. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 15. Dispose of demolished items and materials promptly. C. Site Access and Temporary Controls: Conduct selective demolition and debris -removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. D. Removed and Salvaged Items: 6. Clean salvaged items. 7. Pack or crate items after cleaning. Identify contents of containers. 8. Store items in a secure area until delivery to Owner. 9. Transport items to Owner's storage area designated by Owner. 10. Protect items from damage during transport and storage. E. Removed and Reinstalled Items: 6. Clean and repair items to functional condition adequate for intended reuse. 7. Pack or crate items after cleaning and repairing. Identify contents of containers. 8. Protect items from damage during transport and storage. 9. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. F. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Engineer, items may be removed to a suitable, protected storage location during selective demolition and reinstalled in their original locations after selective demolition operations are complete. 5.11 SELECTIVE DEMOLITION PROCEDURES FOR SPECIFIC MATERIALS B. Concrete: Demolish in small sections. Using power -driven saw, cut concrete to a depth of at least 3/4 inch at junctures with construction to remain. Dislodge concrete from reinforcement at CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0241 19-13 SELECTIVE DEMOLITION Page 13 of 14 perimeter of areas being demolished, cut reinforcement, and then remove remainder of concrete. Neatly trim openings to dimensions indicated. C. Concrete: Demolish in sections. Cut concrete full depth at junctures with construction to remain and at regular intervals using power -driven saw, and then remove concrete between saw cuts. D. Masonry: Demolish in small sections. Cut masonry at junctures with construction to remain, using power -driven saw, and then remove masonry between saw cuts. E. Concrete Slabs -on -Grade: Saw -cut perimeter of area to be demolished, and then break up and remove. F. Resilient Floor Coverings: Remove floor coverings and adhesive according to recommendations in RFCPs "Recommended Work Practices for the Removal of Resilient Floor Coverings." Do not use methods requiring solvent -based adhesive strippers. 5.12 DISPOSAL OF DEMOLISHED MATERIALS B. Remove demolition waste materials from Project site and dispose of them in an EPA -approved construction and demolition waste landfill acceptable to authorities having jurisdiction. 6. Do not allow demolished materials to accumulate on -site. 7. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 8. Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. C. Burning: Do not burn demolished materials. 5.13 CLEANING B. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. 5.14 SELECTIVE DEMOLITION SCHEDULE B. Remove all piping, supports, and structures, including light pole bases, electrical duct banks, and stairs as indicated in the Drawings. C. Remove and Salvage: Demolish areas with salvaged items with care to not destroy equipment. The following items will be removed and cleaned prior to turnover to the Owner: 6. Sludge valve operators from Primary Clarifiers Nos. 1-6. 7. Pumps from Scum Pump Wells Nos.1-3. 8. All pumps, motors, and drives located in Sludge Pump Station No. 1. 9. Slide gates and operators from Box G. 10. Drives from Primary Clarifiers Nos. 4 and 6. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0241 19-14 SELECTIVE DEMOLITION Page 14 of 14 11. Salvage anything else the Owner decides during demolition activities. END OF SECTION 02 41 19 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 01 30 REPAIR AND REHABILITATION OF CAST -IN - PLACE CONCRETE Page 1 of 12 SECTION 03 0130 - REPAIR AND REHABILITATION OF CAST -IN -PLACE CONCRETE 17:� 71 IfQe� �1�1 �17W" 1.1 DESCRIPTION A. Scope: 1. Contractor shall provide all labor, materials, equipment, and incidentals as shown, specified, and required to repair or rehabilitate, as required, all existing concrete shown or indicated in the Contract Documents as being repaired or rehabilitated. 2. Contractor shall repair all damage to new concrete construction as specified in this Section except for repair Work specified in Section 033000, Cast -In -Place Concrete. B. Coordination: 1. Review installation procedures under this and other Sections and coordinate the Work that must be installed with or before repair and rehabilitation of concrete. 2. Notify other Contractors in advance of repair and rehabilitation of concrete Work to provide them with sufficient time for installing and coordinating items included in their contracts that must be installed in conjunction with repair and rehabilitation of concrete Work. C. Related Sections: 1. Section 03 15 00, Concrete Accessories. 2. Section 03 30 00, Cast -In -Place Concrete. 3. Section 03 60 00, Grouting. 1.2 REFERENCES A. Standards referenced in this Section are: 1. ASTM C109/C109M, Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in. or 50-mm Cube Specimens). 2. ASTM C882/C882M, Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete by Slant Shear. 3. ASTM D 1042, Test Method for Linear Dimensional Changes of Plastics Under Accelerated Service Conditions. 4. ASTM D3574, Test Methods for Flexible Cellular Materials — Slab, Bonded, and Molded Urethane Foams. 5. ASTM G109, Test Method for Determining the Effects of Chemical Admixtures on the Corrosion of Embedded Steel Reinforcement in Concrete Exposed to Chloride Environments. 6. NSF/ANSI 61, Drinking Water System Components — Health Effects. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 01 30 REPAIR AND REHABILITATION OF CAST -IN - PLACE CONCRETE Page 2 of 12 1.3 SUBMITTALS A. Action Submittals: Submit the following: Product Data: Information on all products proposed for use, including manufacturer's brochures, technical data, specifications, and other applicable data. B. Informational Submittals: Submit the following: 1. Certificates: Certificates documenting that repair materials that will be in contact with potable water or water that will be treated to become potable are listed in NSF/ANSI 61. 2. Manufacturer's Instructions: Manufacturer's recommended procedures for installing materials proposed for use. 3. Special Procedure Submittals: When requested by Engineer, submit information on methods for supporting during demolition and repair Work existing structures, pipes, and other existing facilities affected by the Work. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery and Handling of Materials: 1. Conform to Section 016500, Product Delivery Requirements, and this Section. 2. Clearly mark on containers manufacturer's name and label, name or title of material, manufacturer's stock number, and date of manufacture. 3. Handle materials carefully to prevent inclusion of foreign matter. 4. Do not open containers or mix components until necessary preparatory Work has been completed and application Work is to start immediately. B. Storage of Materials: 1. Conform to Section 016600, Product Storage and Handling Requirements, and this Section. 2. Store only approved materials at the Site. PART 2 - PRODUCTS 2.1 SYSTEM REQUIRMENTS A. All repair and rehabilitation materials that can or will come into contact with potable water or that will be treated to become potable shall be listed in ANSI/NSF 61. (ram ' _i Igl u[e7:71 .1".1 A. Product Description: Repair mortar shall be prepackaged, cement -based product specifically formulated for repairing concrete surface defects. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 01 30 REPAIR AND REHABILITATION OF CAST -IN - PLACE CONCRETE Page 3 of 12 B. Products and Manufacturers: Provide one of the following: 1. SikaTop 122 Plus, SikaTop 123 Plus, or SikaTop 126 Plus, by Sika Corporation. 2. DuralTop Gel, DuralTop Flowable Mortar by Euclid Chemical Company. 3. Or equal. C. Materials: 1. Provide a two -component, polymer -modified, Portland cement, fast -setting, trowel -grade mortar. Repair mortar shall be enhanced with penetrating corrosion inhibitor, and shall have the following properties: Physical Property _ Minimum Compressive Strength at One Day Minimum Compressive Strength at 28 Days Minimum Bond Strength at 28 Days * Modified for use with repair mortars. ASTM Value 2,000 psi _Standard C109 6,000 psi C109 1,800 psi C882* 2. Where the least dimension of the placement in width or thickness exceeds four inches, extend repair mortar by adding aggregate as recommended by repair mortar manufacturer. 3. Product shall be listed in NSF/ANSI 61. 2.3 EXPANSION JOINT REPAIR SYSTEM A. System Description: Joint repair system shall consist of two components: an epoxy resin adhesive and hypalon sheeting. B. Products and Manufacturers: Provide one of the following: 1. Sikadur Combiflex, by Sika Corporation. 2. Or equal. C. Materials: Epoxy Resin Adhesive: Provide two -component epoxy resin as follows: a. Component "A" shall be modified epoxy resin of epichlorohydrin bisphenol-A type containing suitable viscosity control agents and pigments. Resin shall not contain butyl glycidyl ether. b. Component `B" shall be primarily a reaction product of selected amine blend with epoxy resin of epichlorohydrin bisphenol-A type containing suitable viscosity control agents, pigments, and accelerators. 2. Hypalon Sheeting: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 01 30 REPAIR AND REHABILITATION OF CAST -IN - PLACE CONCRETE Page 4 of 12 a. Provide sheeting of hypalon rubber, perforated along bonding edge to provide mechanical key. Sheeting shall have ability to be vulcanized with hydrocarbon solvent for adhesion to an epoxy resin adhesive. b. Provide sheeting in 12-inch width with thickness of 40 mils. C. Sheeting shall be able to be lapped or seamed by heat or by anaromatic hydrosolvent strip. d. Provide sheeting with removable center expansion strip. 2.4 REPAIR OF EXPOSED REINFORCING STEEL A. System Description: System for repair of exposed reinforcing steel shall consist of two components: an initial application of corrosion inhibitor and subsequent application of protective slurry mortar. B. Corrosion Inhibitor: 1. Corrosion inhibitor shall penetrate the hardened concrete surface and form a protective layer on reinforcing steel. 2. Products and Manufacturers: Provide one of the following: a. Sika FerroGard 903, by Sika Corporation. b. Or equal. Corrosion inhibitor shall: a. Not change the substrate's color, appearance, or texture. b. Penetrate independently of orientation (horizontal, vertical, overhead) at rate up to 1/10 to 4/5 inches per day, depending on density of concrete, measured using secondary neutron mass spectroscopy. C. Form on reinforcing steel a protective layer of high integrity of at least 100 angstroms thickness, measured using x-ray photon spectroscopy and secondary ion mass spectroscopy. d. Demonstrate reduction in corrosion currents after treatment as determined using cracked beam corrosion tests of concrete, as adapted from ASTM G109. e. Be capable of reducing active corrosion rates by at least 65 percent. Reduction shall be demonstrated by project references and an independent corrosion Engineer using linear polarization resistance. f. Penetrate up to three inches in 28 days, measured using secondary neutron mass spectroscopy. C. Protective Slurry Mortar: Material shall be two -component, polymer -modified, cementious waterproofing and protective slurry mortar. Provide two coats at coverage of 50 square feet per gallon per coat. 2. Products and Manufacturers: Provide one of the following: a. Sikatop Seal 107, by Sika Corporation. b. Or equal. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 01 30 REPAIR AND REHABILITATION OF CAST -IN - PLACE CONCRETE Page 5 of 12 2.5 CRACK INJECTION MATERIALS A. Structural Crack Repair System: 1. Epoxy for injection shall be low -viscosity, high -modulus moisture insensitive type. 2. Products and Manufacturers: Provide one of the following: a. Sikadur 35, Hi -Mod L.V. and Sikadur 31, Hi -Mod Gel, by Sika Corporation. b. Eucopoxy Injection Resin, by Euclid Chemical Company. C. Or equal. B. Non-structural Crack Repair System: Hydrophobic Polyurethane Chemical Grout: a. Provide hydrophobic polyurethane that forms a flexible gasket. b. Products and Manufacturers: Provide one of the following: 1) SikaFix HH LV, by Sika Chemical Company. 2) Hydro Active Flex SLV, by De Neef Construction Chemicals, Inc. 3) Or equal. C. Shrinkage limit shall not exceed 4.0 percent in accordance with ASTM D1042. d. Minimum elongation of 250 percent in accordance with ASTM D3574. e. Minimum tensile strength of 150 psi in accordance with ASTM D3574. 2. Hydrophilic Acrylate-Ester Resin: a. Hydrophilic crack repair system shall be acrylate-ester resin that forms a flexible gasket and increase in volume by at least 50 percent when in contact with water. b. Products and Manufacturers: Provide one of the following: 1) Duroseal Multigel 850, manufactured by BBZ USA, Inc. 2) Or equal. PART 3 - EXECUTION 3.1 INSPECTION A. Examine areas and conditions under which the repair Work is to be installed and notify ENGINEER in writing of conditions detrimental to proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Surface Preparation: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 01 30 REPAIR AND REHABILITATION OF CAST -IN - PLACE CONCRETE Page 6 of 12 1. Initial Surface Preparation: Remove by chipping, abrasive blasting, or hydro blasting all laitance, foreign material, and unsound concrete from entire area to be repaired. Further roughen surface as specified in this Section. Where non -shrink grout or repair mortar is used, perform additional surface preparation, if any, recommended by product manufacturer. 2. Wetting Procedure: Where repair concrete, shotcrete, or cement grout is used, and bonding agent is not required, or where repair mortar or non -shrink grout manufacturer recommends wet or saturated surface, perform the following: a. Continuously apply water for at least four hours to surface being repaired. Where large surface areas are to be repaired, use fog -spray nozzles, mounted on stands, in sufficient number so that entire surface to be repaired is contacted by fog spray cloud. b. Prevent concrete from drying until after repair is completed. Re -wet surfaces not yet repaired using water sprays at least a daily; should more than four days elapse without re -wetting surfaces not yet repaired, repeat the original saturating procedure. C. Remove standing water in areas to be repaired before placing repair material. Provide means to remove excess water from structure. 3. Preparation for Epoxy Bonding Agent: Where repair material manufacturer recommends use of epoxy -bonding agent, conform to recommendations of both repair material manufacturer and bonding agent manufacturer. 3.3 INSTALLATION, GENERAL A. Construction Tolerances: Shall be as specified in Section 033000, Cast -In -Place Concrete, except as specified in this Section and elsewhere in the Contract Documents. B. Care shall be taken to fully consolidate repair material, completely filling all portions of space to be filled. C. Bring surface being repaired into alignment with adjacent surfaces, providing uniform, even surface. Surface repaired shall match adjacent existing surfaces in texture and shall receive coatings or surface treatments, if any, provided for the existing surface adjacent to repaired surface. D. Curing: 1. Curing of repair mortar and non -shrink grout shall be in accordance with manufacturer's recommendations, except that minimum cure period shall be three days. 2. Curing of other materials shall be in accordance with requirements of Section 033000, Cast -In -Place Concrete. 3.4 REPAIR OF SURFACE DEFECTS A. Surface defects are depressions in a concrete surface that do not extend all the way through the concrete. Surface defects can result from removal of an embedded item, removal of an CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 01 30 REPAIR AND REHABILITATION OF CAST -IN - PLACE CONCRETE Page 7 of 12 intersecting concrete member, physical damage, or unrepaired rock pockets created during original placement. For spalls that result from corroded reinforcing steel or other embedment refer to Article 3.7 of this Section. B. Preparation: Perform the following in addition to requirements of Article 3.2 of this Section: 1. Remove by chipping all loose, damaged concrete to sound material. 2. Where existing reinforcing is exposed, remove concrete to minimum of one -inch around exposed bars. If existing bars are cut through, cracked, or cross sectional area is reduced by more than 25 percent from original, immediately notify Engineer. 3. Score -cut perimeter of area to be repaired to minimum depth of 1/2-inch and maximum depth that will not cut existing reinforcing steel. Chip out existing concrete to the score line so that minimum thickness of repair mortar will be 1/2-inch. C. Repair Material: I . Completely fill the surface defect with specified repair material, in accordance with material manufacturer's instructions and the Contract Documents. 2. Perform, with repair mortar, repairs of surface defects in concrete normally in contact with water or soil, and interior surfaces of structures that contain water. 3. Repair of other surface defects may be by applying repair mortar, repair concrete, shotcrete, or cement grout, as appropriate. 3.5 PATCHING OF HOLES IN CONCRETE A. For holes larger than 12-inch diameter or equivalent area of hole, refer to the Drawings for reinforcing details. B. Fill openings less than four inches in their least dimension with Class III non -shrink epoxy grout in accordance with Section 036000, Grouting. C. Openings greater than four inches and less than 16 inches in their least dimension shall be coated with an epoxy bonding agent prior to filling with Class I non -shrink grout in accordance with Section 036000, Grouting. D. Openings greater than 16 inches in their least dimension shall be coated with an epoxy bonding agent prior to filling with Class A concrete in accordance with Section 033000, Cast -In -Place Concrete. E. Where repaired holes are in contact with water or soil, provide hydrophilic rubber waterstop within the opening in accordance with Section 031500, Concrete Accessories, prior to filling with repair material. 3.6 REPAIR OF LINED HOLES A. This Article applies to openings with embedded material over all or a portion of inside surface of hole. Where indicated on the Drawings, remove embedded materials and repair the hole in accordance with Article 3.5 of this Section, as modified in this Article 3.6. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 01 30 REPAIR AND REHABILITATION OF CAST -IN - PLACE CONCRETE Page 8 of 12 B. Where embedded material is allowed to remain, remove embedded material to at least two inches into the hole, as measured from the plane surface of concrete wall or slab, as applicable. Embedded material left in place shall be roughened or abraded for proper bonding to repair material. Completely remove substances that interfere with proper bonding. C. Completely remove embedded items not securely and permanently anchored into concrete. D. Completely remove embedded items larger than 12 inches in their smallest dimension. In lieu of removing the embedded item, where reinforcing is required as shown or indicated in the Contract Documents, weld reinforcing to embedded item to remain, provided embedded item to remain is composed of metal to which reinforcing steel can be welded. 3.7 REPAIR OF DETERIORATED CONCRETE A. This Article pertains to deteriorated concrete which has been damaged due to corrosion of reinforcing steel, physical damage due to abrasion, or damage due to chemical attack. Use repair mortar, as specified in this Article, for repairing deteriorated concrete. Where repaired surface will be subsequently covered with plastic liner material, coordinate finishing with requirements for installing plastic liner material. B. Surface Preparation: In addition to requirements of Article 3.2 of this Section, perform the following surface preparation: 1. Remove loose, broken, softened, and acid -contaminated concrete by abrasive blasting and chipping to sound, uncontaminated concrete. 2. Upon completion of removal of deteriorated concrete, notify Engineer in writing. Allow two weeks for Engineer to evaluate the surface, perform testing for acid contamination if required, determine if additional concrete shall be removed, and to develop special repair details (if any) required. Should Engineer determine that additional concrete be removed to reach sound, uncontaminated concrete, allow another two -week period for further evaluation and testing following the additional removal. 3. Surface preparation shall conform to recommendations of repair mortar manufacturer. 4. Repair and rehabilitate isolated areas of exposed reinforcing bars in accordance with Article 3.4 of this Section. If extensive areas of reinforcing steel are uncovered after removal of deteriorated concrete, Engineer will determine the repair methods required. C. Repair Mortar Placing: 1. Conform to manufacturer's recommended procedures for mixing and placing repair mortar. 2. After initial mixing of repair mortar, addition of water is not allowed. 3. Minimum Thickness: a. Install repair mortar to not less than minimum thickness recommended by manufacturer, and not less than 1/2-inch. b. Where removal of deteriorated concrete results in repair thickness of less than minimum required thickness to return to original concrete surface in isolated areas CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 01 30 REPAIR AND REHABILITATION OF CAST -IN - PLACE CONCRETE Page 9 of 12 totaling less than ten percent of total repair surface area, remove additional concrete to obtain at least the required minimum thickness. C. Where surface area with repair thickness less than minimum required thickness exceeds ten percent of total repair area, notify Engineer. d. Provide repair mortar so that minimum cover over existing reinforcing steel is two inches. Do not place repair mortar creating locally raised areas. e. Where transitioning to or from wall surfaces not requiring repair, do not feather - out repair mortar at transition. Instead, form the transition by saw cutting a score line to not less than minimum required repair mortar depth and chip out concrete to the saw cut line. Do not cut or otherwise damage reinforcing steel. 4. Place repair mortar to an even, uniform plane to restore concrete member to its original surface. Out -of -plane tolerance shall be such that the gap between 12-inch long straight edge and repair mortar surface does not exceed 1/8-inch, and gap between a four -foot long straight edge and repair mortar surface shall not exceed 1/4-inch. Tolerances specified in this paragraph apply to straight edges placed in any orientation at any location. D. Finishing: 1. Provide smooth, steel trowel finish to repair mortar. 2. When completed, there shall be no sharp edges. Provide exterior corners, such as at penetrations, one -inch radius. Interior corners shall be square, except corners to receive plastic lining which shall be made with two-inch fillet in repair mortar. 3.8 REPAIR OF EXPANSION JOINTS A. Surface Preparation: Remove the following from surfaces to be repaired: laitance, foreign material, and unsound concrete. Remove by chipping, abrasive blasting, or hydro blasting. Additional surface preparation, if required, shall be as recommended by expansion joint repair system manufacturer. B. Installation: Installation shall be as recommended by expansion joint repair system manufacturer. 3.9 REPAIR OF EXPOSED REINFORCING A. Remove, by abrasive blasting or hydro blasting, all corrosion, foreign materials, and unsound concrete from area to be repaired. B. Surface shall be visually dry before applying corrosion inhibitor. Liberally apply corrosion inhibitor to achieve coverage of 100 square feet per gallon in two or more coats, by allowing corrosion inhibitor to soak into substrate. Time between coats shall be no longer than one hour, or as recommended by corrosion inhibitor manufacturer. Apply using rollers, brushes, or hand - pressure spray equipment. C. After applying final coat of corrosion inhibitor, minimum cure time of 24 hours is required. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 01 30 REPAIR AND REHABILITATION OF CAST -IN - PLACE CONCRETE Page 10 of 12 D. Provide high-pressure wash to surfaces to be repaired to remove filmy residue from corrosion inhibitor. E. For mortar coating, conform to Paragraphs 3.7C, 3.71), 3.07.E of this Section. f A 11I 1117eT .�1 N ►m1 �Llo Y lH A. Examine areas under which injection Work will be installed and locate cracks that require injection. Identify and inject cracks greater than 0.010-inch wide in structures that retain or contain water, wastewater, or similar liquid. B. Install injection material in accordance with crack injection manufacturer's requirements. C. After injecting and curing, verify that injected material penetrated the crack adequately and that there is no visible leakage through the crack. After injecting, if crack continues to leak, re- inject crack at no additional cost to OWNER until structure is watertight. D. If proper penetration of crack cannot be achieved, submit to ENGINEER a proposed alternate approach for modifying the specified injection procedure to properly seal the crack. In new concrete and in concrete cracked as a result of CONTRACTOR's operations, perform modifications to crack injection procedure and fully repair the crack without additional cost to OWNER or extension of the Contract Times. 3.11 SITE QUALITY CONTROL A. OWNER will employ and pay for services of testing laboratory for Site quality control testing. ENGINEER will direct the number of tests and specimens required, including providing necessary materials for making and facility for storing test specimens. CONTRACTOR shall make standard compression test specimens as specified in this Section under the observation of ENGINEER. CONTRACTOR shall provide: 1. Necessary assistance required by ENGINEER. 2. All labor, material, and equipment required, including rods, molds, thermometer, curing in heated storage box, and all other incidentals required, subject to approval by ENGINEER. 3. All necessary storage, curing, and transportation required for testing. 4. CONTRACTOR will be charged for cost of additional testing and investigation, if any, for Work performed that is not in accordance with the Contract Documents or is otherwise defective. B. Site Tests of Cement -based Grouts and Repair Mortar: 1. Obtain compression test specimens during construction from first placement of each type of mortar or grout, and at intervals thereafter as selected by ENGINEER, to verify compliance with the Contract Documents. Specimens will be made by ENGINEER or ENGINEER's representative. 2. Compression tests and fabrication of specimens for repair mortar and non -shrink grout will be performed in accordance with ASTM C109. Set of three specimens will be made CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 01 30 REPAIR AND REHABILITATION OF CAST -IN - PLACE CONCRETE Page 11 of 12 for each test. Tests will be made at seven days, 28 days, and additional time periods as deemed appropriate by ENGINEER. Material, already placed, failing to conform to the Contract Documents, is defective. C. Repair Concrete: Repair concrete shall be tested as required in Section 033000, Cast -In -Place Concrete. END OF SECTION 03 01 30 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 01 30 REPAIR AND REHABILITATION OF CAST -IN - PLACE CONCRETE Page 12 of 12 This page intentionally left blank. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1100 CONCRETE FORMING Page 1 of 14 SECTION 03 11 00 - CONCRETE FORMING PART1- GENERAL 1.1 DESCRIPTION A. Scope: CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install concrete forming. The Work also includes: a. Designing forming systems in accordance with requirements of ACI 347 and the Contract Documents. b. Providing forming to accommodate the Work under this and other Sections and building into forming items such as sleeves, anchorage devices, inserts, pipe embedments, reinforcing, and all other items to be embedded in concrete for which placement is not specifically provided under other Sections. C. Provide forming to accommodate work under other contracts and assisting other contractors in building into forming items such as sleeves, anchorage devices, inserts, pipe embedments, reinforcing, and all other items required to be embedded in concrete under other contracts. B. Coordination: 1. Review installation procedures under this and other Sections and coordinate installation of items that must be installed with or before concrete forming Work. 2. Notify other contractors in advance of the installation of concrete forming to provide other contractors with sufficient time for installing items included in their contracts that must be installed with or before concrete forming. 3. Coordinate forming Specifications with requirements for finished surfaces specified in Section 033000, Cast -In -Place Concrete. C. Related Sections: 1. Section 031500, Concrete Accessories. 2. Section 033000, Cast -In -Place Concrete. 1.2 REFERENCES A. Standards referenced in this Section are: 1. ACI 117, Specifications for Tolerances for Concrete Construction and Materials and Commentary. 2. ACI 301, Specifications for Structural Concrete. 3. ACI 347, Guide to Formwork for Concrete. 4. ASTM C805/C805M, Test Method for Rebound Number of Hardened Concrete. 5. ASTM C1074, Practice for Estimating Concrete Strength by the Maturity Method. 6. NIST PS 1, Structural Plywood. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1100 CONCRETE FORMING Page 2 of 14 1.3 QUALITY ASSURANCE A. Qualifications: Professional Engineer: a. CONTRACTOR or formwork Supplier shall retain a registered professional engineer legally qualified to practice in same state as the Site. Professional engineer shall have at least five years experience designing formwork and falsework of the type required. b. Responsibilities include: 1) Reviewing formwork and falsework performance and design criteria stated in the Contract Documents. 2) Preparing written requests for clarifications or interpretations of performance or design criteria for submittal to Engineer by CONTRACTOR. 3) Preparing or supervising preparation of design calculations verifying compliance of formwork and falsework with requirements of the Contract Documents. 4) Signing and sealing all calculations. 5) Certifying that: a) Design of formwork and falsework was performed in accordance with performance and design criteria stated in the Contract Documents, and b) Design conforms to all Laws and Regulations, and to prevailing standards of practice. c) In place falsework, prior to concrete placement, complies with the intent of the forming design and complies with the Contract Documents. B. Mock -Ups for Concrete Finishes: Provide forming for mock-ups as required for finish work shown and specified for the Work. Place embedded materials in mock-up. Construct forms using facing materials such as form liners, where required, to provide specified finishes and to the requirements specified in Section 033000, Cast -In -Place Concrete. Obtain Engineer's acceptance of each mock-up prior to starting forming for the Work. Do not remove mock-up(s) until directed by Engineer. 1.4 SUBMITTALS A. Action Submittals: Submit the following: Samples: a. Plywood form material used for smooth form finish, four inches square minimum. b. Form liner section sufficiently large to show two full repeating patterns, at least 12 inches square. C. Controlled permeability forming liner material, eight inches square, minimum. d. Form Liner Sample Panel: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1100 CONCRETE FORMING Page 3 of 14 1) Sample shall show texture and surface pattern, required backing, form tie treatment, and treatment at liner panel joints. Use form material to be used in the Work. 2) Minimum Size: Three feet by four feet. B. Informational Submittals: Submit the following: Shop Drawings: When requested by Engineer, submit Shop Drawings showing and indicating general construction of individual forms, including: a. Jointing. b. Special formed joints or reveals. C. Location, pattern, and details of form tie placement, removal, and repair procedures. d. Location and details for temporary openings. e. Void -form layout drawings and details of installation. f. Other items that would visually affect the finished concrete. 2. Design of Temporary Measures: Design of formwork and falsework is Contractor's responsibility. Submit the following: a. Falsework layout drawings with the seal and signature of CONTRACTOR's or Supplier's professional engineer. Layout drawings shall show bracing details, waler arrangements, location of shores, joint forming details, and details at connections to previously placed concrete. Engineer's review will be for general conformance to the requirements of the Contract Documents and ACI 347, as indicated for delegated design in the General Conditions. b. Design calculations for formwork and falsework, when requested by Engineer. C. Certification letter from Contractor's or Supplier's professional engineer stating that in -place falsework was inspected and complies with the intent of the falsework design. 3. Product Data: Manufacturer's data for proprietary materials, including form coatings, manufactured form systems, ties and accessories. 4. Manufacturer's Instructions: Installation instructions for proprietary materials, including form coatings, manufactured form systems, ties and accessories. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery and Storage: 1. Upon delivery to the Site, place materials in area protected from weather. 2. Store materials in accordance with manufacturer's recommendations. 3. Store materials above ground on framework or blocking. Cover wood for forms and other accessory materials with protective, waterproof covering. Provide for adequate air circulation or ventilation under cover. B. Handle materials in accordance with the manufacturers' recommendations. Do not damage materials during handling. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1100 CONCRETE FORMING Page 4 of 14 PART 2 - PRODUCTS 2.1 WA SYSTEM PERFORMANCE A. Design Criteria: 1. Design, erect, support, brace and maintain forming in accordance with ACI 347 so that forming safely supports vertical and lateral loads that might be applied, until such loads can be supported by the concrete structure. Carry vertical and lateral loads to ground by forming system or in -place construction that has attained adequate strength for the purpose. Construct forming so that concrete members and structures are of correct size, shape, alignment, elevation, and position. 2. Design forms and falsework to include values of live load, dead load, weight of moving equipment operated on forming, concrete mix, height of concrete drop, vibrator frequency, ambient temperature, foundation pressures, stresses, lateral stability, and other factors pertinent to safety of structure during construction. 3. Provide shores and struts with positive means of adjustment capable of taking up forming settlement during concrete placing operations, using wedges or jacks, or a combination thereof. Provide trussed supports when adequate foundations for shores and struts cannot be secured. 4. Support form facing materials by structural members spaced sufficiently close to prevent beyond tolerance deflection, in accordance with ACI 117. Fit forms placed in successive units for continuous surfaces to accurate alignment, free from irregularities and within allowable tolerances. For long -span members without intermediate supports, provide camber in forming as required for anticipated deflections resulting from weight and pressure of fresh concrete and construction loads. 5. Design and construct forming to be readily removable without impact, shock or damage to concrete surfaces and adjacent materials. 6. Provide forming sufficiently tight to prevent leakage of cement paste during concrete placing. Solidly butt joints and provide backup material at joints as required to prevent leakage and fins. A. Forms for Smooth Finish Concrete: Unless otherwise shown or indicated in the Contract Documents, construct forming for smooth concrete surfaces with plywood, metal, metal -framed plywood -faced, or other panel type materials acceptable to Engineer, to provide continuous, straight, smooth as -cast surfaces with no wood grain or other surface texture imparted by forming. Provide in largest practical sizes to minimize number of joints and to conform to joint system shown or specified in the Contract Documents. Provide form material with sufficient thickness to withstand pressure of newly placed concrete without bow or deflection. B. Forms for Standard Finish Concrete: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1100 CONCRETE FORMING Page 5 of 14 Form concrete surfaces designated to have standard formed finish with plywood, lumber, metal, or other acceptable material. Provide lumber that is dressed on at least two edges and one side. C. Forms for Architecturally Finished Concrete: 1. Form finish concrete surfaces with units of face design, size, arrangement, and configuration as shown or as required to comply with approved Project job mock-up. Provide solid backing and form supports to ensure stability of form liners. 2. Form Material: Overlaid plywood in accordance with NIST PS 1. Provide B-B high density overlaid concrete form, Class 1. 3. Form Liners: Rigid PVC or fiberglass in pattern shown or indicated. 4. Form Reuse: To be determined by Engineer at time of installation. 5. Rustication Joints: Rigid PVC in profile shown or indicated. 6. Panel Joints: Conceal joints behind rustication joints, unless approved by Engineer in writing. D. Cylindrical Columns and Supports: Form round -section members with paper or fiber tubes, constructed of laminated plies using water-resistant type adhesive with wax -impregnated exterior for weather and moisture protection. Provide units with sufficient wall thickness to resist loads imposed by wet concrete without deformation. a. Provide manufacturer's seamless units to minimize spiral gaps or seams. b. Provide manufacturer's standard plastic -lined -interior units. 2. Fiberglass or steel forms may be used for cylindrical columns if accepted by Engineer in writing. E. Pan Forms: 1. Provide new forms for concrete pan -type construction complete with covers and end closures to form true, clean, smooth concrete surface. Provide units that facilitate easy removal without damaging placed concrete. Block adjoining pan units as required to avoid lateral deflection of forming during concrete placing and vibration. Provide standard or tapered ends. 2. Exposed -to -View Forms: Form joints are acceptable only in one-way joists at end caps and tapered end forms. Offset at form joints shall not exceed 1/8- inch. 3. Factory -fabricate pan form units to required sizes and shapes, using one of the following materials: a. Steel: Minimum of 16-gage, free of dents, irregularities, sag, and rust. Use only new pan forms and reuse only once, if in satisfactory condition and accepted by Engineer. b. Glass -Fiber Reinforced Plastic: Molded under pressure with matched dies, 0.11- inch minimum wall thickness. C. Asphalt -impregnated Corrugated Material: Treated for moisture resistance with factory -applied polyethylene coating, and with top- and side -cover joints taped where concrete is exposed. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1100 CONCRETE FORMING Page 6 of 14 F. Form Ties: 1. Provide factory -fabricated metal form ties, designed to prevent form deflection, and to prevent spalling of concrete surfaces upon removal. 2. Unless otherwise shown or indicated in the Contract Documents, provide ties so that portion of tie remaining within concrete after removal of exterior parts of tie is at least 1.5 inches from the outer concrete surface. Unless otherwise shown or indicated in the Contract Documents, provide form ties that will leave a hole no larger than one -inch diameter in concrete surface. 3. Ties shall have waterstops on all exterior, below -grade walls, and walls subject to hydrostatic pressure. 4. Ties shall leave a uniform, circular hole when forms are removed. 5. Do not use removable ties unless accepted by Engineer. Removable ties are not allowed on exterior below -grade walls or walls subject to hydrostatic pressure. If removable ties are accepted, Contractor shall submit hole repair details for Engineer approval. 6. Wire ties are not allowed. 7. Do not use reinforcing bars shown by the Drawings as part of the form tie system unless approved by Engineer. 8. Provide stainless steel form ties for areas with architectural finish. When used, tiebreak back point shall be at least one inch from outer concrete surface. G. Form Coatings: 1. Provide commercial formulation form -coating compounds that will not bond with, stain, nor adversely affect concrete surfaces, and will not impair subsequent treatment of concrete surfaces requiring bond or adhesion, nor impede wetting of surfaces to be cured with water or curing compounds. For concrete surfaces that will be in contact with potable water or water that will be treated to become potable, form coating shall be a mineral oil base coating. H. Controlled Permeability Formwork (CPF) Liner: 1. Provide surface densification for wall surfaces, where shown or indicated in the Contract Documents, through use of CPF liner material that wicks water and trapped air away from the form surface. 2. Product and Manufacturer: Provide one of the following CPF liner systems: a. Zemdrain MD manufactured by DuPont. b. Or equal. CPF liner shall consist of a filter layer constructed of 100% polypropylene fibers, thermally bonded, which is laminated to a plastic net that ensures drainage and provides stiffness to the liner. Material shall have the following properties: a. Non -compressible under concrete pressure. b. Controlled pore size to permit drainage of excess water and air while retaining cement particles, mean pore size less than 35 microns. C. Retains within its structure minimum of 0.5 liters of water per square meter of material. d. Liner shall not leave filaments on the concrete surface. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1100 CONCRETE FORMING Page 7 of 14 4. CPF liner shall improve characteristics performance of concrete as follows: a. Surface Hardness: In tests performed in accordance with ASTM C805/C805M, mean rebound number calculated for CPF liner face shall exceed that of control face (cast using standard formwork without CPF liner and same concrete mix and placement procedures) by minimum of five rebound units. b. Surface shall have uniform texture and be free of minor surface defects due to trapped air. Staples used for fastening the liner shall be stainless steel. 1. Void -Forms: 1. Void (carton) forms shall be corrugated fiberboard used for creating a void space beneath grade beams and slabs on grade. 2. Manufacturer: Provide void -forms by one of the following: a. Savway Carton Forms b. Sheplers C. SureVoid or StormVoid by Void Form Products d. Or equal Void -forms shall have moisture -resistant treated paper faces, be laminated with waterproof adhesive, and be biodegradeable. Void -forms shall have interior fabrication of uniform braced cellular configuration and shall be capable of sustaining minimum working load of 1,000 psf for minimum of ten days after concrete placement. PART 3 - EXECUTION 3.1 INSPECTION A. Examine substrate and conditions under which the Work will be performed and notify Engineer in writing of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions are corrected. A. Construct forms in accordance with ACI 347; to the exact sizes, shapes, lines, and dimensions shown; as required to obtain accurate alignment, location, and grades; to tolerances specified; and to obtain level and plumb work in finish structures. Provide for openings, offsets, keyways, recesses, moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features required. Use selected materials to obtain required finishes. Finish shall be in accordance with approved mock-up or sample panel, when specified. B. Allowable Tolerances: Construct forming to provide completed concrete surfaces complying with tolerances specified in ACI 117, ACI 301, and ACI 347. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1100 CONCRETE FORMING Page 8 of 14 a. Architectural finish forming, and where shown or indicated on the Drawings, shall be Class A surface, 1/8-inch offset. b. Other surfaces exposed to view shall be Class B surface, 1/4-inch offset. C. Other surfaces shall be Class C surface, 1/2-inch offset. 2. Tolerances apply to form offsets and to irregularities within the formed surface when measured with a straightedge over a five-foot distance. C. Install forming and accessories for facilities in accordance with manufacturer's instructions, Laws and Regulations, and the Contract Documents. D. Fabricate forms for easy removal without damaging concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where the slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like, to prevent swelling and assure ease of removal. E. Provide temporary openings where interior area of forming is inaccessible for cleanout, for inspection before concrete placement, and for placing concrete. Brace temporary closures and set tightly to forms to prevent loss of cement paste. Locate temporary openings on forms in locations as inconspicuous as possible, consistent with requirements of the Work. Form intersecting planes of openings to provide true, clean-cut corners, with edge grain of plywood not exposed as form for concrete. F. Falsework: 1. Erect falsework and support, brace, and maintain falsework to safely support vertical, lateral, and asymmetrical loads applied until such loads can be supported by in -place concrete structures. Construct falsework so that adjustments can be made for take-up and settlement. 2. Provide wedges, jacks or camber strips to facilitate vertical adjustments. Carefully inspect falsework and formwork during and after concrete placement operations to determine abnormal deflection or signs of failure; make necessary adjustments to produce finished Work of required dimensions. G. Forms for Smooth Finish Concrete: 1. Do not use metal cover plates for patching holes or defects in forms. 2. Provide sharp, clean corners at intersecting planes, without visible edges or offsets. Back joints with extra studs or girts to maintain true, square intersections. 3. Use extra studs, walers, and bracing to prevent bowing of forms between studs and to avoid bowed appearance in concrete. Do not use narrow strips of form material that will produce bow. 4. Assemble forms so they may be readily removed without damage to exposed concrete surfaces. 5. Form molding shapes, recesses, rustication joints and projections with smooth -finish materials, and install in forms with sealed joints to prevent displacement. H. Corner Treatment: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1100 CONCRETE FORMING Page 9 of 14 1. Form exposed corners of beams, walls, foundations, bases and columns to produce smooth, solid, unbroken lines, except as otherwise shown or indicated in the Contract Documents. Chamfer exposed corners. 2. Form chamfers with 3/4-inch by 3/4-inch strips, unless otherwise shown or indicated in the Contract Documents, accurately formed and surfaced to produce uniformly straight lines and tight edge joints. Use rigid PVC chamfers for architecturally formed concrete. Extend terminal edges to required limit and miter chamfer strips at changes in direction. 3. Reentrant or internal and unexposed corners may be formed either square or chamfered. I. Joints: For joint treatment, comply with Section 031500, Concrete Accessories. Locate joints as shown and specified. Openings and Built -In Work: 1. Provide openings in concrete forming shown or required under other Sections or other contracts. Refer to Paragraph 1.1B of this Section for coordination requirements. 2. Accurately place and securely support items to be built into forms. K. Sealing Forming: 1. Forming joints shall be tight -fitting or otherwise sealed to prevent loss of cement paste. 2. Provide forming resting against concrete surfaces with compressible gasket material between the concrete and edge of form, to fill irregularities and create tight seal. L. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before concrete is placed. Retighten forms immediately after placing concrete, as required to eliminate cement paste leaks. M. Tie Hole Repair: Repair tie holes in accordance with Section 033000, Cast -In -Place Concrete. 3.3 FORM COATINGS A. Coat form contact surfaces with non -staining form -coating compound before installing reinforcing materials. Do not allow excess form coating material to accumulate in forms or come into contact with surfaces that will be bonded to fresh concrete. Apply in compliance with manufacturer's instructions. B. Coat steel forms with non -staining, rust -preventative form oil, or otherwise protect against rusting. Do not use rust -stained steel forming. C. For concrete surfaces that will be in contact with potable water or water that will be treated to become potable, form coating shall be mineral -oil base coating. D. Do not use form coatings on form surfaces covered with CPF liner material. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1100 CONCRETE FORMING Page 10 of 14 fc 11►� �aW."IIMto] MAMN 77217111QUT A. Set and build into forming anchorage devices and other embedded items, shown, specified, or required under other Sections. Refer to Paragraph 1.1B of this Section for coordination requirements. Use necessary setting drawings, diagrams, instructions, and directions. B. Edge Forms and Screeds Strips for Slabs: Set edge forms or bulkheads and intermediate screed strips for slabs to obtain required elevations and contours in finished slab surface. Provide and secure units to support screeds. 3.5 CONTROLLED PERMEABILITY FORMING LINER A. Where shown or indicated in the Contract Documents, install controlled permeability forming (CPF) liner material in accordance with manufacturer's instructions so that liner entirely and continuously covers forming surface. B. Do not use form release agent on forms with CPF liner. Remove residual traces of release agent on previously used forms prior to placing liner. C. Joints and seams in CPF liner shall be taped with materials recommended by liner manufacturer. Attach CPF liner to form surface at intermediate spacing to prevent buckles and ripples in liner material when warmed by fresh concrete placement. Spacing of attachments shall not exceed two feet. D. Form panel edges, except the bottom, shall be taped around corner with materials recommended by liner manufacturer. Edges of penetrations through form, including form tie holes, shall be taped or otherwise sealed. Leave open the liner at bottom edge of forms to facilitate drainage. E. CPF liner can be reused one time without removing liner from forms. Prior to reuse, wash the liner material and remove all concrete and other foreign material. 3.6 VOID -FORMS A. Install void -forms where shown or indicated in the Contract Documents, to the thickness indicated, in accordance with manufacturer's recommendations. B. Where void -form is shown or indicated in the Contract Documents, place void -form to grades and elevations shown over an even, well -compacted subgrade to form continuous void space under entire extent of slab, mat, or grade beam. C. For structural slab applications, place 1/8-inch thick masonite or plywood sheet over void -form. Place void -forms in largest pieces practical and secure in place. D. Properly surround and void around upper portion of drilled piers at intersection of slab, grade beam or pier cap using premanufactured, non -field cut sealed void -form with curved, radial, vertical edge adjacent to drilled pier. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1100 CONCRETE FORMING Page 11 of 14 E. Void -forms shall remain dry and undamaged prior to concrete placement. Replace damaged pieces prior to placing concrete. Seal all joints and exposed ends to prevent concrete leakage into void space. 3.7 FIELD QUALITY CONTROL A. Tests and Inspections: 1. Before placing concrete, check ties, tie cones, tie waterstops, embedded items, form coatings, forming stability, alignment, and tolerances. Make corrections and adjustments to ensure forming complies with intent of the forming design, proper stability of forming systems, and accurate size and location of concrete members. 2. During concrete placing, check forming and related supports to ensure that forms are not displaced and that completed Work will be within specified tolerances. 3. If forms are unsatisfactory in any way, either before or during concrete placing, stop or postpone placing of concrete until defects are corrected as required by Contractor's or Supplier's professional engineer and accepted by Engineer. 3.8 REMOVAL OF FORMS A. Determination of time between placing concrete and removing forms is Contractor's responsibility. Requirements specified in this Section are minimum times and requirements intended to ensure that concrete will support its own weight, and do not consider additional effects of the construction. Additional effects of the construction shall be accounted for by Contractor when determining time for removing forming. Time for removing of forms is subject to Engineer's acceptance. B. Comply with requirements of ACI 301 and ACI 347, except as indicated in the Contract Documents. C. Removal of Forms for Walls, Columns, Sides of Beams and Girders, and Slab and Foundation Edges: Comply with requirements of the table below: Component Walls Columns Side of beams and girders Slab and foundation edges Average Daily Ambient Air Temperature (deg F) 60Fto 50Fto Over 70 F 70 F 60 F Below 50 F One day Two days Three days Two days Three days Four days See One day One day Two days Paragraph 3.8.C.2 of One day One day Two days this Section Min. Concrete Compressive Strength for Form Removal 750 psi 1000 psi 500 psi 500 psi CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1100 CONCRETE FORMING Page 12 of 14 2. When average daily ambient air temperature is below 50 degrees F, do not remove forms until concrete attains minimum compressive strength indicated in the table above for form removal, and comply with Paragraph 3.8.C.3.b of this Section. 3. Concrete Strength Requirements for Form Removal: a. For other than beams and elevated slabs, do not remove forms until concrete attains minimum concrete compressive strength indicated in Table 03 10 00-A for form removal. b. For beams and elevated slabs, do not remove supporting forms or shoring until concrete attains minimum of 90 percent of its specified compressive strength. D. Alternative Criteria for Removing Forms for Walls, Columns, Sides of Beams and Girders, and Slab and Foundation Edges: Contractor has the option of submitting an alternative removal of forms table, together with supporting data, for Engineer's acceptance. Supporting data shall include representative field data for each different placement ambient temperature condition and minimum of three tests per temperature condition to ensure that accurate correlation between concrete strength and placement temperature is obtained. E. Determination of In -place Concrete Strength: 1. Determine compressive strength of in -place concrete by compression test specimens cured at the Site under the same conditions of temperature and moisture as the concrete member under consideration. 2. Alternately, determine compressive strength of in -place concrete by maturity factor procedure in accordance with ASTM C1074 and approved by Engineer. Location of embedded thermistors or thermocouples shall be as approved by Engineer. F. When high -early strength concrete is used, time for removing the forms will be developed at the Site from the age/strength relationships established for the materials and proportions used by tests in accordance with ACI 301. G. Leave form facing material in place for minimum of four days after concrete placement, unless otherwise approved by Engineer. H. Continue curing, including bottom surfaces of slabs and beams, after form removal in accordance with Section 033000, Cast -In -Place Concrete. 3.9 PERMANENT SHORES A. Provide permanent shores in accordance with ACI 347. B. Reshores are not allowed. 3.10 RE -USE OF FORMS A. Clean and repair surfaces of forms to be re -used in the construction. Do not use split, frayed, delaminated, or otherwise damaged form facing material. Apply form coating compound material to concrete contact surfaces as specified for forming. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1100 CONCRETE FORMING Page 13 of 14 B. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close all joints. Align and secure joints to avoid offsets. Do not use "patched" forms for exposed concrete surfaces. Form surfaces are subject to Engineer's approval. END OF SECTION 03 11 00 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1100 CONCRETE FORMING Page 14 of 14 This page intentionally left blank. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1500 CONCRETE ACCESSORIES Page 1 of 12 SECTION 03 15 00 - CONCRETE ACCESSORIES PART1-GENERAL 1.1 DESCRIPTION A. Scope: 1. Contractor shall provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install concrete accessories. B. Related Sections: 1. Section 03 1100, Concrete Forming. 2. Section 03 60 00, Grouting. 3. Section 07 92 00, Joint Sealants. 1.2 REFERENCES A. Standards referenced in this Section are: 1. ACI 301, Standard Specifications for Structural Concrete. 2. ASTM D1752, Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction. 3. CRD-0572, U.S. Army Corps of Engineers Specifications for Polyvinyl- Chloride Waterstop. 1.3 SUBMITTALS A. Action Submittals: Submit the following: 1. Shop Drawings: a. Layout of construction and expansion joint locations. Submit and obtain approval prior to submitting concrete reinforcement Shop Drawings. b. For construction and expansion joints that require waterstops, submit layout of locations showing waterstop details. Indicate waterstop type, waterstop joint conditions, and details on how joint conditions will be handled. C. Detail for joining PVC to steel waterstops. d. Layout of all control joint locations. 2. Samples: a. Submit Sample, at least six inches long each, of each type of waterstop proposed for use. b. Submit Sample of foam rubber and cork expansion joint fillers. C. Submit Sample of each type of prefabricated PVC waterstop joint. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1500 CONCRETE ACCESSORIES Page 2 of 12 American Iron and Steel (AIS): a. Submit certification indicating compliance with AIS requirements for all applicable metal products where required in compliance with the requirements of Division 00 and 01. B. Informational Submittals: Submit the following: Manufacturer's Instructions: Manufacturer's specifications and installation instructions for all materials required. 1.4 AMERICAN IRON AND STEEL (AIS) REQUIREMENTS A. Products submitted under this section shall meet American Iron and Steel (AIS) requirements as described in Division 00 and 01 Specifications. 1.5 DELIVERY, STORAGE AND HANDLING A. Transportation and Handling of Products: 1. Deliver materials to Site to ensure uninterrupted progress of the Work. 2. Comply with Section 016500, Product Delivery Requirements. B. Storage and Protection: 1. Store concrete joint materials on platforms or in enclosures or covered to prevent contact with ground and exposure to weather and direct sunlight. Comply with manufacturer's storage and protection requirements. 2. Comply with Section 01 66 00, Product Storage and Handling Requirements. PART 2 - PRODUCTS 2.1 WATERSTOPS A. Polyvinyl Chloride (PVC): Material Requirements: a. Waterstops shall be extruded from elastomeric PVC compound containing plasticizers, resins, stabilizers, and other materials necessary to meet requirements of the Contract Documents and requirements of CRD-0572. Do not use reclaimed or scrap material. b. Tensile strength of finished waterstop: 1,400 psi, minimum. C. Ultimate elongation of finished waterstop: 280 percent, minimum. d. Minimum thickness shall be 3/8-inch over entire width of waterstop. e. Provide waterstops with minimum of seven ribs equally spaced at each end on each side. First rib shall be at the edge. Ribs shall be a minimum of 1/8-inch in height. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1500 CONCRETE ACCESSORIES Page 3 of 12 f. Provide waterstops with hog rings or factory -installed grommets anchored to exterior ribs to facilitate tying waterstop in position. 2. Split waterstops are not allowed. 3. Construction Joints: Waterstops shall be flatstrip ribbed type, six-inch minimum width, unless otherwise shown or indicated in the Contract Documents. 4. Expansion Joints: Waterstops shall be centerbulb ribbed type, nine -inch minimum width, unless otherwise shown or indicated in the Contract Documents. Centerbulb shall have minimum outside diameter of 7/8-inch. 5. Retrofit Applications: Waterstops shall be T-profile, centerbulb ribbed type with six-inch minimum projection into new concrete and anchored to the existing concrete via stainless steel anchor bolts and an epoxy bed. 6. Product and Manufacturer: Provide one of the following: a. W.R. Meadows, Inc. b. DCA Construction Products. C. Greenstreak Plastic Products Company. d. Paul Murphy Plastics Company. e. Vinylex Corporation. f. Or equal. B. Hypalon: 1. Provide hypalon waterstops as shown or indicated in the Contract Documents, 40-mils thick. 2. Waterstop shall be an integral part of manufacturer's joint sealing system and shall be in accordance with manufacturer's published recommendations. 3. Product and Manufacturer: Provide one of the following: a. Sikadur Combiflex, as manufactured by Sika Corporation. b. Or equal. C. Hydrophilic Waterstop Materials: General Material Properties: a. Bentonite-free, and expandable by minimum of 80 percent of dry volume in presence of water to form watertight joint seal without damaging concrete in which material is cast. Provide only where shown or indicated in the Contract Documents. b. Material shall be composed of resins and polymers that absorb water and cause an increase in volume in completely reversible and repeatable process. Waterstop material shall be dimensionally stable after repeated wet -dry cycles with no deterioration of swelling potential. C. Select materials that are recommended by manufacturer for type of liquid to be contained. 2. Hydrophilic Rubber Waterstop: a. Minimum cross sectional dimensions shall be 3/16-inch by 3/4-inch. b. Product and Manufacturer: Provide one of the following: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1500 CONCRETE ACCESSORIES Page 4 of 12 1) Duroseal Gasket, by BBZ USA, Inc. 2) Adeka Ultraseal MC-201OM, by Asahi Denka Kogyo K.K. 3) Hydrotite, by Greenstreak Plastic Products Company. 4) Or equal. Hydrophilic Sealant: a. Hydrophilic sealant shall adhere firmly to concrete, metal, and PVC in dry or damp condition. When cured sealant shall be elastic indefinitely. b. Product and Manufacturer: Provide one of the following: 1) Duroseal Paste, by BBZ USA, Inc. 2) Adeka Ultraseal P-201, by Asahi Denka Kogyo K.K. 3) Hydrotite, by Greenstreak Plastic Products Company. 4) SikaSwell S, by Sika Corporation. 5) Or equal. D. Injection Hose Waterstop System: Injection Hose Waterstop: a. Injection hose shall consist of PVC or neoprene central core of sufficient strength to resist weight of minimum of 25 vertical feet of fresh concrete placed upon it. Provide injection openings closely spaced in minimum of three locations equally spaced around perimeter of hose. Seal openings with strips of closed cell foam of consistency to act as one-way valves preventing entrance of cement paste while allowing free flow of injection material, pumped through hose, into the concrete joint surface. b. Injection hose system shall be appropriate for injection of hydrophilic injection resin. Hose shall allow for vacuuming operations and repeated use. Construction of hose shall permit free discharge of specified injected grout into concrete without backwash, for entire length of hose. C. Injection hose system shall be complete with hold-down clips, connection tubes, fittings, and injection connections designed to be mounted flush with concrete surface and sealed to allow future injections. All system components shall be provided by same manufacturer. d. Product and Manufacturer: Provide one of the following: 1) Fuko Injection System, by BBZ USA, Inc. 2) SikaSwell Hose, by Sika Corporation. 3) Or equal. 2. Hydrophilic Injection Resin: a. Hydrophilic injection resin shall be acrylate-ester based. Viscosity shall be less than 50 centipoises (cps). Resin shall be water soluble in its uncured state, solvent - free, and non -water reactive. In cured state, resin shall form solid, hydrophilic, flexible material resistant to permanent water pressure, and shall not attack bitumen, joint sealants, and concrete. b. Product and Manufacturer: Provide one of the following: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1500 CONCRETE ACCESSORIES Page 5 of 12 1) Duroseal Inject 1K/2K, by BBZ USA, Inc. 2) Sika Injection 29, by Sika Corporation. 3) Or equal. 2.2 PREFORMED EXPANSION JOINT FILLER A. Provide preformed expansion joint filler complying with ASTM D1752, Type I (sponge rubber) or Type II (cork). 2.3 CONCRETE CONSTRUCTION JOINT ROUGHENER A. Provide water-soluble non-flammable, surface -retardant roughener. B. Product and Manufacturer: Provide one of the following for the types of joints specified: 1. Rugasol-S, by Sika Corporation for horizontal joints only. 2. Concrete Surface Retarder -Formula S, by Euclid Chemical Company, for horizontal joints only. 3. Concrete Surface Retarder -Formula F, by Euclid Chemical Company, for vertical joints only. 4. TK-6100 Concrete Form Surface Retarder, by TK Products. 5. Or equal. 2.4 EPDXY BONDING AGENT A. Provide a two -component epoxy -resin bonding agent. B. Product and Manufacturer: Provide one of the following: 1. Sikadur 32 Hi -Mod LPL, by Sika Corporation. 2. Eucopoxy LPL, by the Euclid Chemical Company. 3. Resi-Bond J-58, by Dayton Superior. 4. Or equal. 2.5 EPDXY -CEMENT BONDING AGENT A. Provide three component epoxy resin -cement blended formulated as bonding agent. B. Product and Manufacturer: Provide one of the following: 1. Sika Armatec 110 EpoCem, as manufactured by Sika Corporation. 2. Duralprep A.C., as manufactured by the Euclid Chemical Company. 3. Emaco P24, as manufactured by MBT/ChemRex. 4. Or equal. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1500 CONCRETE ACCESSORIES Page 6 of 12 i►•�'�L61le1 3ZY.11�r1:11►1W."Iel 7:T4141W061 710 A. For joint sealants and accessories used on isolation joints, control joints, and expansion joints, refer to Section 079200, Joint Sealants. 2.7 CONCRETE BOND BREAKERS A. Provide asphalt -saturated rag felt building paper, not less in weight than commercially known as 15 pound felt building paper, which weighs 15 pounds per 100 square feet. B. Chemical Bond Breaker: 1. Provide medium solids resin solution chemical concrete bond breaker complying with ASTM C309, Type I, Class B. 2.8 NEOPRENE BEARING PADS A. Product and Manufacturer: Provide one of the following: 1. 65 Durometer, Sheet Neoprene No. 1200, as manufactured by Williams Products Company. 2. Or equal. 2.9 RUBBER BONDING AGENT A. Product and Manufacturer: Provide one of the following: 1. Scotch -Grip 1300 Rubber Adhesive, as manufactured by 3M Company. 2. Or equal. PART 3 - EXECUTION 3.1 INSPECTION A. Contractor and installing Subcontractor, if any, shall examine substrate and conditions under which the Work is to be performed and notify Engineer in writing of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions are corrected. 3.2 CONSTRUCTION JOINTS A. Comply with requirements of ACI 301 and the Contract Documents. B. Locate and install construction joints as shown or indicated on the Drawings. Where not shown or indicated, locate joints to not impair strength of the structure; position joints at points of minimum shear. Location of joints shall be approved by Engineer. In addition to joints shown or indicated on the Drawings, locate construction joints as follows: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1500 CONCRETE ACCESSORIES Page 7 of 12 1. In foundation mats, locate joints at spacing of approximately 40 feet. Joints shall be located within middle third of element span, unless otherwise shown or indicated on the Drawings. Element span shall be considered distance between piles or as determined by Engineer, distance between bearing elements, such as columns, exterior walls and interior walls. Place concrete in strip pattern, unless otherwise shown or indicated on the Drawings. 2. In walls, locate joints at a maximum spacing of 40 feet. Locate joints away from wall intersections a minimum of one -quarter of the clear span distance between wall intersections measured horizontally. 3. In structural slabs and beams, joints shall be located within middle third of element span and shall be located in compliance with ACI 301, unless otherwise shown or indicated on the Drawings. 4. In slabs on grade, locate joints at spacing of approximately 40 feet. Place concrete in strip pattern, unless otherwise shown or indicated on the Drawings. C. Horizontal Joints: 1. Roughen concrete at interface of construction joints by abrasive blasting, hydroblasting, or using surface retardants and water jets to expose aggregate and remove accumulated concrete on projecting rebar immediately subsequent to form stripping, unless otherwise approved by Engineer. Immediately before placing fresh concrete, thoroughly clean existing contact surface using stiff brush or other tools and stream of pressurized water. Surface shall be clean and wet, and free from pools of water at time of placing fresh concrete. 2. Remove laitance, waste mortar, and other substances that may prevent complete adhesion. Where joint roughening was performed more than seven days prior to concrete placing or where dirt or other bond reducing contaminants are on surface, perform additional light abrasive blasting or hydroblasting to remove laitance and all bond - reducing materials just prior to concrete placement. 3. Provide over contact surface of concrete a six-inch layer of Construction Joint Grout as specified in Section 036000, Grouting. Place fresh concrete before grout has attained its initial set. Placement of grout may be omitted if concrete mix has slump increased to at least six inches by addition of high range water reducer. D. Vertical Joints: 1. Apply roughener to the form in thin, even film by brush, spray, or roller in accordance with manufacturer's instructions. After roughener is dry, concrete may be placed. 2. When concrete has been placed, remove joint surface forms as early as necessary to allow for removal of surface retarded concrete. Forms covering member surfaces shall remain in place as required under Section 031100, Concrete Forming. Wash loosened material off with high-pressure water spray to obtain roughened surface subject to approval by ENGINEER. Alternately, surface shall be roughened by abrasive blasting or hydroblasting to expose aggregate. Outer one -inch of each side of joint face shall be masked and protected from blasting to avoid damaging member surface. 3.3 EXPANSION JOINTS A. Comply with requirements of ACI 301 and this Section. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1500 CONCRETE ACCESSORIES Page 8 of 12 B. Locate and install expansion joints as shown and indicated in the Contract Documents. Install joint filler in accordance with manufacturer's instructions. Install sealants as specified in this Section. 3.4 CONTROL JOINTS A. Provide control joints in non -water bearing slabs on grade as shown or indicated on the Drawings. Where control joints are not shown or indicated on the Drawings, space control joints at 24 to 36 times thickness of slab in both directions. Locate control joints only at places approved by Engineer. B. A groove, with depth of at least 25 percent of the member thickness, shall be tooled, formed, or saw -cut in concrete. Groove shall be filled with joint sealant material in accordance with Section 079200, Joint Sealants. C. Where control joint is formed by sawcutting, make sawcut in presence of Engineer immediately after concrete has set sufficiently to support the saw and be cut without damage to concrete. Keep concrete continually moist during cutting. Joints shall be approximately 1/8-inch wide. D. Control joints may be formed with tool or by inserting joint forming strip. After concrete has achieved design strength, remove upper portion of joint forming strip and fill void with sealant. 3.5 ISOLATION JOINTS A. Provide isolation joint where sidewalk or other slab on grade abuts a concrete structure and slab on grade is not shown doweled into that structure. Form isolation joint by 1/2-inch joint filler with upper 1/2-inch of joint filled with sealant. 3.6 WATERSTOPS A. General: 1. Comply with ACI 301 and this Section. Make joints in accordance with manufacturer's instructions. 2. Provide PVC waterstops, except where otherwise shown or indicated on the Drawings. 3. Provide waterstops in all joints where concrete construction is below grade or intended to retain liquid. Install waterstop to the higher of. at least 12 inches above grade, or 12 inches above overflow liquid level in tanks. 4. Waterstops shall be fully continuous for extent of joint and with waterstops in intersecting joints. Maintain waterstop continuity at transitions between waterstops in joints at different levels and orientations. 5. In vertical joints in walls that are free at the top, waterstops shall extend no closer than six inches from top of wall. 6. In placing concrete around horizontal waterstops, with waterstop flat face in horizontal plane, work the concrete under waterstops by hand to avoid forming air and rock pockets. B. Polyvinyl Chloride Waterstop: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1500 CONCRETE ACCESSORIES Page 9 of 12 1. Waterstops shall be positively held from displacement during concrete placing. Tie waterstops to reinforcement or other rigid supports at maximum spacing of 18 inches so that waterstop is securely and rigidly supported in proper position during concrete placing. Continuously inspect waterstops during concrete placing to ensure proper positioning. 2. Perform splicing in waterstops by heat sealing adjacent waterstop sections in accordance with manufacturer's printed recommendations. The following is required: a. Material shall not be damaged by heat sealing. b. Splices shall have tensile strength of not less than 60 percent of unspliced material's tensile strength. C. Maintain the continuity of waterstop ribs and of its tubular center axis. 3. Only butt -type joints of ends of two identical waterstop sections shall be made while material is in forms. 4. Prefabricated PVC Waterstop Joint: a. Joints with waterstops involving more than two ends to be jointed together, and joints that involve an angle cut, alignment change, or joining of two dissimilar waterstop sections, shall be prefabricated by CONTRACTOR or manufacturer prior to placing in the forms. b. Prefabricated joints shall have minimum of 2.0 feet of waterstop material beyond joint in each direction. C. Install prefabricated joint assembly in the forms and butt -weld each two -foot end to a straight -run portion of waterstop in place in the forms. 5. Where centerbulb waterstop intersects and is jointed with non-centerbulb waterstop, seal end of centerbulb using additional PVC material as required. 6. Symmetrical halves of waterstops shall be equally divided between concrete placements at joints and centered within joint width, unless shown or indicated otherwise in the Contract Documents. Place centerbulb waterstops in expansion joints so that centerbulb is centered on joint filler material. 7. When waterstop is installed in the forms or embedded in first concrete placement and waterstop remains exposed to atmosphere for more than four days, implement suitable precautions to shade and protect exposed waterstop from direct rays of sun during entire exposure, until exposed portion of waterstop is embedded in concrete. 8. Protect waterstop placed in joints intended for future concrete placement from direct rays of the sun by temporary means until permanent cover is installed, so that waterstop is not exposed to direct rays of the sun for more than four days total. C. Hypalon Waterstop: 1. Provide hypalon waterstop where shown or indicated on the Drawings. 2. Install in accordance with manufacturer's recommendations. D. Hydrophilic Rubber Waterstop and Sealant: 1. Where a hydrophilic rubber waterstop or sealant is required in accordance with the Contract Documents, or where approved by Engineer, install waterstop or sealant in accordance with manufacturer's instructions and recommendations; except, as modified in the Contract Documents. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1500 CONCRETE ACCESSORIES Page 10 of 12 2. When requested by Engineer, provide manufacturer's technical assistance at the Site. 3. Locate waterstop or sealant as near as possible to center of joint. Waterstop or sealant shall be continuous around entire joint. Minimum distance from edge of waterstop to face of the member shall be three inches. 4. Where hydrophilic rubber waterstop is used in combination with PVC waterstop, hydrophilic rubber waterstop shall overlap PVC waterstop for minimum of six inches. Fill contact surface between hydrophilic rubber waterstop and PVC waterstop with hydrophilic sealant. 5. Where wet curing methods are used, apply hydrophilic rubber waterstop and sealant after curing water is removed and just prior to closing up of the forms for concrete placement. Protect hydrophilic rubber waterstop and sealant from direct rays of sun and from becoming wet prior to concrete placement. If material becomes wet and expands, allow material to dry until material has returned to original cross sectional dimensions before placing concrete. 6. Install hydrophilic rubber waterstop in bed of hydrophilic sealant, before skinning and curing begins, so that irregularities in concrete surface are completely filled and waterstop is bonded to sealant. After sealant has cured, install concrete nails, with washers of a diameter equal to waterstop width, to secure waterstop to concrete at maximum spacing of 1.5 feet. 7. Prior to installing hydrophilic sealant, wire brush or sandblast the concrete surface to remove laitance and other materials that may interfere with bonding. Metal and PVC surfaces to receive sealant shall be cleaned of paint and any material that may interfere with bond. When sealant alone is shown or indicated in the Contract Documents, place sealant placed in built-up bead which has a triangular cross section with each side of triangle at least 3/4-inch long, unless otherwise indicated in the Contract Documents. Do not place concrete until sealant has cured as recommended by sealant manufacturer. E. Injection Hose Waterstop: 1. Provide injection hose waterstop where shown or indicated on the Drawings. 2. Install injection hose in maximum lengths recommended by manufacturer, but not greater than 40 feet. 3. Clean concrete surface of all debris prior to installing injection hose. Install injection hose on two-inch wide strip of unroughened concrete at center of member width in direct contact with concrete. Clamp hose into position with anchor clips set into concrete spaced no more than 10 inches on centers. 4. Where injection hose is used in combination with PVC waterstop, hose shall overlap PVC waterstop for minimum of six inches and shall be less than two inches away from PVC waterstop. 5. Provide each end of injection hose with solid injector hoses mounted to formwork using a fitting. Provide fitting with cover that seals hose from cement paste and serves as a removable and reinstallable cover for future reinjections. Mount fittings on dry side of member, unless shown otherwise on the Drawings. 6. Hose system shall not be injected until authorization is given by Engineer. When authorized, hose system shall be injected with hydrophilic resin in conformance with manufacturer's recommendations. Injection shall be by an applicator authorized by injection system manufacturer. 7. Injection system Supplier shall provide necessary supervision to satisfy Engineer that application conforms strictly to manufacturer's recommendations. 8. Prior to resin injection, flush hose system with water. At end of injection operation, clean the hose system in accordance with manufacturer's recommendations to facilitate future CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1500 CONCRETE ACCESSORIES Page 11 of 12 injections. Plug and cover injection and vent ends of system, leaving system ready for future reinjections. 3.7 BONDING AGENT A. Use epoxy bonding agent for bonding of fresh concrete to concrete that has been in place for at least 60 days, and for bonding to existing concrete. B. Use epoxy -cement bonding agent for the following: 1. Bonding toppings and concrete fill to concrete that has been in place for at least 60 days, and for bonding to existing concrete. 2. For locations where bonding agent is required and concrete cannot be placed within open time period of epoxy bonding agent. 3. Bonding of horizontal construction joints where joints are required in accordance with the Drawings or approved by Engineer for foundation mats that are five feet thick or greater. C. Use cement -water slurry as bonding agent for toppings and concrete fill to new concrete. Cement water slurry shall be worked into surface with stiff bristle broom and place the concrete before cement -water slurry dries. D. Handle and store bonding agent in accordance with manufacturer's printed instructions and safety precautions. E. Mix bonding agent in accordance with manufacturer's instructions. F. Before placing fresh concrete, thoroughly roughen and clean hardened concrete surfaces and coat with bonding agent not less than 1/16-inch thick. Place fresh concrete while bonding agent is still tacky (within its open time), without removing in -place bonding agent coat, and as directed by manufacturer. 3.8 BEARING PAD INSTALLATION A. Neoprene Bearing Pad: Install with water insensitive adhesive in accordance with manufacturer's instructions. END OF SECTION 03 15 00 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 1500 CONCRETE ACCESSORIES Page 12 of 12 This page intentionally left blank. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 20 00 CONCRETE REINFORCING Page 1 of 9 SECTION 03 20 00 - CONCRETE REINFORCING PART1-GENERAL 1.1 DESCRIPTION A. Scope: 1. Contractor shall provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install concrete reinforcing. 2. Extent of concrete reinforcing is shown and indicated in the Contract Documents. 3. Work includes fabrication and placement of reinforcing including bars, ties, and supports, and welded wire fabric for concrete, encasements, and fireproofing. B. Related Sections: 1. Section 03 15 00, Concrete Accessories. 2. Section 04 05 05, Unit Masonry Construction. 3. Section 05 05 33, Anchor Systems. 1.2 REFERENCES A. Standards referenced in this Section are: 1. ACI 315, Details and Detailing of Concrete Reinforcement. 2. ACI 318, Building Code Requirements for Structural Concrete. 3. ACI 350, Code Requirements for Environmental Engineering Concrete Structures. 4. ANSI/AWS D1.4, Structural Welding Code - Reinforcing Steel. 5. ASTM A82, Specification for Steel Wire, Plain, for Concrete Reinforcement. 6. ASTM A185, Specification for Steel Welded Wire Reinforcement, Plain, for Concrete. 7. ASTM A615, Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. 8. ASTM A706, Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. 9. ASTM A767, Specification for Zinc -Coated (Galvanized) Steel Bars for Concrete Reinforcement. 10. ASTM A775, Specification for Epoxy -Coated Steel Reinforcing Bars. 11. ASTM E329, Specification for Agencies Engaged in Construction Inspection and/or Testing. 12. Concrete Reinforcing Steel Institute (CRSI), CRSI 1MSP, Manual of Standard Practice. 13. ICC Evaluation Service (ES) AC 308, Acceptance Criteria for Post -Installed Anchors in Concrete Elements. 1.3 QUALITY ASSURANCE A. Qualifications: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 20 00 CONCRETE REINFORCING Page 2 of 9 1. Testing Laboratory: Shall meet requirements of ASTM E329 and shall have experience in the testing welded splices of reinforcing steel and tension testing of reinforcing bars set in adhesive in hardened concrete. 2. Installer of Adhesive Dowels: Shall be experienced and certified by manufacturer of adhesive as possessing necessary training for installing manufacturer's products. Distributors or manufacturer's representatives shall not provide product training unless qualified as certified trainers by anchor manufacturer. B. Certifications: 1. Weld Procedures: For types of splices and grades of reinforcing used in the Work, weld procedures for welded reinforcing steel splices shall be certified in accordance with ANSI/AWS D1.4. 2. Welders: For types of splices and grades of reinforcing used in the Work, welders shall be certified for welding reinforcing steel splices in accordance with ANSUAWS DI A. 1.4 AMERICAN IRON AND STEEL (AIS) REQUIREMENTS A. Products submitted under this section shall meet American Iron and Steel (AIS) requirements as described in Division 00 and 01 Specifications. 1.5 SUBMITTALS A. Action Submittals: Submit the following: 1. Shop Drawings: a. Drawings for fabricating, bending, and placing concrete reinforcing. Comply with ACI 315, Parts A and B. b. For walls, show elevations at minimum scale of 1/4-inch to one foot. 1) Elevations shall show all openings and reference details that identify additional reinforcing required around each opening. 2) Elevations shall denote each wall intersection and reference a detail that identifies additional reinforcing required at wall intersection. As an alternate to providing separate details for each wall intersection, provide overall plan detailing only the additional wall intersection reinforcing for each wall intersection. For slabs and mats, show top and bottom reinforcing on separate plan views. 1) Plans shall show all openings and shall reference details that identify additional reinforcing around each opening. d. Show bar schedules, stirrup spacing, diagrams of bent bars, location of bar splices, length of lap splices, arrangements, and assemblies, as required for fabricating and placing concrete reinforcing unless otherwise noted. e. Provide plans and elevations detailing location, spacing, and lengths of masonry wall dowels, where masonry is required. Coordinate location of dowels with masonry openings and with standard modular spacing. Submit masonry wall CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 20 00 CONCRETE REINFORCING Page 3 of 9 dowels with reinforcing submittal for element into which masonry dowel will be embedded. Coordinate with Section 040505, Unit Masonry Construction. f. Splices shall be kept to a minimum. Avoid, when possible, splices in regions of maximum tensile stresses. g. Drawings detailing location of all construction and expansion joints, as required under Section 031500, Concrete Accessories, shall be submitted and approved before Shop Drawings for reinforcing are submitted. h. Drawings detailing location, spacing, edge distance, and embedment depth of adhesive dowels. Adhesive system shall be submitted and approved before Shop Drawings with adhesive dowels are submitted. 2. Product Data: a. Manufacturer's product data for adhesive, if not submitted under other Sections. b. Adhesive manufacturer's test data and ICC ES report to verify specified capacity of adhesive dowels. American Iron and Steel (AIS) Requirements: a. Submit certification indicating compliance with AIS requirements for all applicable metal products where required in compliance with the requirements of Division 00 and 01. B. Infonnational Submittals: Submit the following: Certificates: a. Steel manufacturer's certificates of mill analysis, tensile, and bend tests for reinforcing steel. b. Certification of welders and weld procedures for splices. C. Adhesive manufacturer's certification verifying that installer is qualified and using proper installation procedures. 2. Manufacturer's Instructions: a. Installation instructions for adhesive systems. Field Quality Control Submittals: a. Reports of all field quality control testing, where applicable. b. Results of required inspection of welded splices of reinforcing bars. C. Results of required tensile testing of adhesive dowels. Include size and location of bars tested. 4. Special Procedure Submittals; Description of reinforcing weld locations and weld procedures. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 20 00 CONCRETE REINFORCING Page 4 of 9 1.6 DELIVERY, HANDLING, AND STORAGE A. Deliver concrete reinforcing products to Site bundled, tagged, and marked. Use metal tags indicating bar size, lengths, and other information corresponding to markings on approved Shop Drawings. B. Store concrete reinforcing products to prevent damage and accumulation of dirt and excessive rust. Store on heavy wood blocking so that reinforcing does not come into contact with the ground. PART 2 - PRODUCTS 2.1 MATERIALS A. Reinforcing Bars: Shall be deformed in accordance with ASTM A615, and as follows: 1. Provide Grade 60 for all bars, unless indicated otherwise. 2. At beams and columns forming frames and wall boundary elements, where shown on the Drawings, provide ASTM A706 or ASTM A615, Grade 60, with tested actual maximum yield stress of 78,000 psi and ratio of actual tested tensile strength to tested yield strength not less than 1.25. 3. Epoxy -coated reinforcing bars shall be in accordance with ASTM A775. 4. Galvanized reinforcing bars shall be in accordance with ASTM A767, ACI 318, and ACI 350. B. Mechanical Couplers: Reinforcement bars may be spliced with mechanical connection. Connection shall be full mechanical connection that shall develop in tension or compression, as required, at least 125 percent of specified yield strength (fy) of bar in accordance with ACI 318 and ACI 350. Where splices at the face of wall are shown or approved by ENGINEER, form saver -type mechanical couplers may be used. Form -saver couplers shall have integral plates designed to positively connect coupler to formwork. C. Steel Wire: Shall be in accordance with ASTM A82. D. Welded Smooth Wire Fabric: Shall be in accordance with ASTM A185. 1. Furnish in flat sheets, not rolls. E. Column Spirals: Hot -rolled rods for spirals, conforming to ASTM A615. F. Supports for Reinforcement: Bolsters, chairs, spacers, and other devices for spacing, supporting and fastening reinforcing in place. 1. Use wire bar type supports complying with CRSI 1 MSP recommendations, except as specified in this Section. Do not use wood, brick, or other unacceptable materials. 2. For slabs on grade, use precast concrete blocks, four inches square in plan, with embedded tie wire as specified by CRSI 1 MSP. Precast concrete blocks shall have same or higher compressive strength as specified for concrete in which they are located. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 20 00 CONCRETE REINFORCING Page 5 of 9 For concrete surfaces where legs of supports are in contact with forms, provide supports complying with CRSI I MSP as follows: a. At formed surfaces in contact with soil, weather, or liquid, or located above liquid, supports shall be CRSI Class 1 for maximum protection. Plastic coating on legs shall extend at least 0.5-inch upward from form surface. b. At interior dry surfaces (not located above liquid), supports shall be either Class 1 or Class 2 for moderate protection. C. At formed surfaces with an architectural finish, use stainless steel protected legs (Type B). 4. Over waterproof membranes, use precast concrete chairs. 5. For epoxy -coated reinforcing, use wire reinforcing supports coated with dielectric material including epoxy or another polymer for minimum distance of two inches from point of contact with epoxy -coated reinforcement. G. Adhesive Dowels: Dowels: a. Dowel reinforcing bars shall be deformed in accordance with ASTM A615, Grade 60. 2. Adhesive: a. Requirements for adhesive are specified under requirements for concrete adhesive anchors in Section 050533, Anchor Systems. 2.2 FABRICATION A. General: Fabricate reinforcing bars to conform to required shapes and dimensions, with fabrication tolerances complying with CRSI 1 MSP. In case of fabricating errors, do not re -bend or straighten reinforcing in manner that injures or weakens material. B. Unacceptable Materials: Reinforcing with one or more of the following defects is not allowed: 1. Bar lengths, bends, and other dimensions exceeding specified fabrication tolerances. 2. Bends or kinks not shown on approved Shop Drawings. 3. Bars that do not meet or exceed their ASTM specification requirements when hand -wire - brushed, with respect to cross section, nominal weight, or average height of deformations. PART 3 - EXECUTION 3.1 INSPECTION A. Examine the substrate and conditions under which concrete reinforcing is to be placed and notify ENGINEER in writing of unsatisfactory conditions. Do not proceed with Work until unsatisfactory conditions have been corrected. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 20 00 CONCRETE REINFORCING Page 6 of 9 4011 WN W.11aWIN 0Mel A. Comply with applicable recommendations of Laws and Regulations, applicable standards, and CRSI 1 MSP for details and methods of reinforcing placement and supports. B. Clean reinforcing to remove loose rust and mill scale, earth, ice, and other materials that reduce or destroy bond with concrete. C. Position, support, and secure reinforcing against displacement during formwork construction and concrete placing. Locate and support reinforcing by metal chairs, runners, bolsters, spacers, and hangers, as required. 1. Place reinforcing to obtain minimum concrete coverages specified in ACI 318, AC I 350, and the Contract Documents. Arrange, space, and securely tie bars and bar supports together with 16-gage wire to hold reinforcing accurately in position during concrete placing. Set wire ties so that twisted ends are directed away from exposed concrete surfaces. 2. Prior to placing concrete, using surveyor's level or string line, demonstrate to Engineer that specified cover of reinforcing has been attained. 3. Do not secure reinforcing steel to forms with wire, nails, or other ferrous metal. Metal supports subject to corrosion shall not touch formed or exposed concrete surfaces. D. Allowable Placing Tolerances: Comply with ACI 318, Chapter 7 - Details of Reinforcement, and ACI 350, Chapter 7 - Details of Reinforcement, except as specified in this Section: Concrete surfaces in contact with liquid shall have minimum of two inches of concrete over reinforcing steel. E. Provide sufficient number of supports of strength required to carry reinforcing. Do not place reinforcing bars more than two inches beyond last leg of continuous bar support. Do not use supports as bases for runways for concrete conveying equipment and similar construction loads. F. Lap Splices: Provide standard reinforcing splices by lapping ends, placing bars in contact, and tying tightly with wire. Comply with requirements shown for minimum lap of spliced bars as shown on the Drawings. G. Install welded wire fabric in lengths as long as practical. Lap adjoining pieces at least one full mesh and lace splices with 16-gage wire. Do not make end laps midway between supporting beams, or directly over beams of continuous structures. Offset end laps in adjacent widths to prevent continuous laps. H. Mechanical Couplers: Mechanical butt splices shall be in accordance with recommendations of mechanical splicing device manufacturer. Butt splices shall develop 125 percent of specified minimum yield tensile strength of spliced bars or of smaller bar in transition splices. Bars shall be flame -dried before butt splicing. Provide adequate jigs and clamps or other devices to support, align, and hold longitudinal centerline of bars being butt spliced in straight line. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 20 00 CONCRETE REINFORCING Page 7 of 9 I. Welded Splices: 1. When field welding of reinforcing is required on the Drawings or allowed by Engineer in writing, welding of reinforcing bars shall conform to ANSUAWS D1.4. Preheating and rate of cooling requirements shall be based on bar steel chemistry and ANSUAWS D1.4. Welded splices shall be sized and constructed to transfer minimum of 125 percent of specified minimum yield tensile strength of spliced bars or of smaller bar in transition splices. Unless otherwise allowed by Engineer in writing, welding of crossing bars (tack welding) for assembly of reinforcement is prohibited. 2. Welding of wire to wire, and of wire or welded wire fabric to reinforcing bars or structural steels, shall conform to applicable provisions of ANSUAWS D1.4 and Engineer's requirements for the particular application. 3. After completing welding on coated reinforcing bars, repair coating damage as specified in this Section. Welds and steel splice members, when used to splice bars, shall be coated with same material used for repair of coating damage. Adhesive Dowels: 1. Comply with manufacturer's written installation instructions and requirements of this Section. 2. Drill holes to adhesive system manufacturer's recommended drill bit diameter and to specified depth. Drill holes in hammering and rotation mode with carbide -tipped drill bits complying with tolerances indicated in ANSI B212.15. Core -drilled holes shall not be permitted. 3. Before setting adhesive dowel, hole shall be made free of dust and debris by method recommended by adhesive system manufacturer. Brush the hole with adhesive system manufacturer -approved brush and blow hole clean with clean, dry, oil -free compressed air to remove all dust and loose particles. Hole shall be dry as defined by adhesive system manufacturer. 4. Before injecting adhesive, obtain Engineer's concurrence that hole is dry and free of oil and other contaminants. 5. Prior to injecting adhesive into the drilled hole, dispense to an appropriate location for waste an initial amount of adhesive from the mixing nozzle until adhesive is a uniform color, indicating that product is properly mixed. 6. Inject adhesive into hole through injection system -mixing nozzle and extension tubes (as required) placed to bottom of hole. Withdraw nozzle's discharge end as adhesive is placed while keeping nozzle immersed to prevent formation of air pockets. Fill hole to depth that ensures that excess material is expelled from hole during dowel placing. 7. Twist dowel during insertion into partially -filled hole to ensure full wetting of rod surface with adhesive. Insert rod slowly to avoid developing air pockets. 8. Provide adequate curing in accordance to adhesive system manufacturer's requirements prior to continuing with adjoining or adjacent Work that could impose or impart load on the dowels. Do not begin adjoining or adjacent Work until dowels are successfully tested or when approved by Engineer. 9. Limitations: a. Installation Temperature: Comply with manufacturer's instructions for installation temperature requirements. Provide temporary protection and other measures, such as heated enclosures, necessary to ensure that base material temperature complies with requirements of adhesive systems manufacturer during installation and adhesive system curing. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 20 00 CONCRETE REINFORCING Page 8 of 9 b. Oversized Holes: Advise Engineer immediately if size of drilled hole is larger than recommended by adhesive system manufacturer. Cost of corrective measures, including but not limited to redesign of dowels due to decreased capacities, shall be paid by Contractor. 3.3 FIELD QUALITY CONTROL A. Site Inspections and Tests: General: a. Do not place concrete until reinforcing is inspected, and permission for placing concrete is granted by Engineer. Concrete placed in violation of this provision will be rejected. b. Do not close up formwork for walls and other vertical members until reinforcing is inspected, and permission for placing concrete is granted by Engineer. Concrete placed in violation of this provision will be rejected. C. Correct defective Work by removing and replacing or correcting, as required by Engineer. d. Contractor shall pay cost of corrections and subsequent testing required to confirm integrity of post -installed anchors. e. Testing laboratory shall submit test results to Contractor and Engineer within 24 hours of completion of test. 2. Site Tests: a. OWNER Will employ testing laboratory to perform field quality testing of adhesive dowels at the Site. 1) Testing shall comply with ASTM E488. 2) Test at least ten percent of each type of adhesive dowel. If one or more dowels fail the test, Contractor shall pay cost to test all dowels of same diameter and type installed on the same day as the failed dowel. 3) Test dowels to 60 percent of specified yield strength. Engineer will direct which dowels are to be tested. 4) Apply test loads with hydraulic ram. 5) Displacement of dowels shall not exceed D/10, where D is nominal diameter of dowel. Inspection of Welded Splices: Owner will employ testing laboratory to perform field quality control testing of welded splices. All welded splices shall be visually inspected. Radiographically test minimum of five percent of butt splice welds. Repair defective welds so that welds are completely sound. B. Manufacturer's Services: Provide qualified adhesive manufacturer's representative at the Site during initial installation of adhesive dowel systems to train installing personnel in proper selection and installation procedures. Manufacturer's representative shall observe to verify that installer demonstrates proper installation procedures for adhesive dowels and adhesive CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 20 00 CONCRETE REINFORCING Page 9 of 9 material. Each installer shall be certified in writing by manufacturer as qualified to install adhesive anchors. END OF SECTION 03 20 00 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 THIS PAGE INTENTIONALLY LEFT BLANK. 03 30 00 CAST -IN -PLACE CONCRETE Page 1 of 40 SECTION 03 30 00 - CAST -IN -PLACE CONCRETE PART1-GENERAL 1.1 DESCRIPTION A. Scope: 1. Provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install cast -in -place concrete. 2. The Work includes providing concrete consisting of portland cement, fine and coarse aggregate, water, and approved admixtures; combined, mixed, transported, placed, finished, and cured. The Work also includes: a. Providing openings in concrete to accommodate the Work under this and other Sections and building into the concrete all items such as sleeves, frames, anchorage devices, inserts, and all other items to be embedded in concrete Work. b. Providing openings in concrete to accommodate work under other contracts, and building into concrete items such as sleeves, frames, anchorage devices, inserts, and all other items required to be embedded in concrete under other contracts. B. Coordination: 1. Review installation procedures under other Sections and coordinate installation of items to be installed in the concrete Work. 2. Notify other contractors in advance of placing concrete to provide other contractors with sufficient time for installing items included in their contracts that are to be installed in the concrete Work. C. Classifications of Concrete: Class "A" concrete shall be steel -reinforced and includes the following: a. All concrete, unless otherwise shown or indicated. 2. Class "AF" concrete shall be steel -reinforced and may be used in lieu of Class "A" concrete for the following: a. Walls and foundations thicker than 16 inches. 3. Class "AS" concrete shall be steel -reinforced and provided, where shown or indicated, for slabs not exposed to freezing and thawing where troweled finish is required. 4. Class `B" concrete shall be placed without forms or with simple forms, with little or *no reinforcing, and includes the following, unless otherwise shown or indicated: a. Concrete fill within structures. b. Duct banks. C. Unreinforced encasements. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 2 of 40 d. Curbs and gutters. e. Sidewalks. f. Thrust blocks. 5. Class "C" concrete shall be steel -reinforced and provided where shown or indicated for slabs that require enhanced durability against wear. 6. Class "D" concrete shall be unreinforced and used where required as concrete fill under foundations, filling abandoned piping, and where "lean concrete" or "mudmat" is shown or indicated in the Contract Documents. 7. Class "M" concrete: Mass Concrete: Concrete sections with the least dimension equal to or greater than 4 feet 6 inches in thickness. D. Related Sections: 1. Section 03 15 00, Concrete Accessories. 2. Section 03 60 00, Grouting. 1.2 REFERENCES A. Standards referenced in this Section are: 1. AASHTO M 182, Specification for Burlap Cloth Made from Jute or Kenaf and Cotton Materials. 2. AASHTO TP23, Test Method for Water Content of Freshly Mixed Concrete Using Microwave Oven Drying. 3. ACI 117, Specifications for Tolerances for Concrete Construction and Materials and Commentary. 4. ACI 214R, Evaluation of Strength Test Results of Concrete. 5. ACI 301, Specifications for Structural Concrete. 6. ACI 302.1R, Guide for Concrete Floor and Slab Construction. 7. ACI 304R, Guide for Measuring, Mixing, Transporting and Placing Concrete. 8. ACI 305R, Specification for Hot Weather Concreting. 9. ACI 306R, Cold Weather Concreting. 10. ACI 309R, Guide for Consolidation of Concrete. 11. ACI 318, Building Code Requirements for Structural Concrete and Commentary. 12. ACI 350/350R, Code Requirements for Environmental Engineering Concrete Structures and Commentary. 13. ASTM C31/C31M, Practice for Making and Curing Concrete Test Specimens in the Field. 14. ASTM C33, Specification for Concrete Aggregates. 15. ASTM C39/C39M, Test Method for Compressive Strength of Cylindrical Con-crete Specimens. 16. ASTM C42/C42M, Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. 17. ASTM C94/C94M, Specification for Ready -Mixed Concrete. 18. ASTM C109/C109M, Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in. or [50-mm] Cube Specimens). 19. ASTM C138/C138M, Test Method for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete. 20. ASTM C143/C143M, Test Method for Slump of Hydraulic- Cement Concrete. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 3 of 40 21. ASTM C150, Specification for Portland Cement. 22. ASTM C157/C157M, Test Method for Length Change of Hardened Hydraulic -Cement Mortar and Concrete. 23. ASTM C171, Specification for Sheet Materials for Curing Concrete. 24. ASTM C172, Practice for Sampling Freshly Mixed Concrete. 25. ASTM C231, Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 26. ASTM C260, Specification for Air -Entraining Admixtures for Concrete. 27. ASTM C309, Specification for Liquid Membrane -Forming Compounds for Curing Concrete. 28. ASTM C330, Specification for Lightweight Aggregates for Structural Concrete. 29. ASTM C494/C494M, Specification for Chemical Admixtures for Concrete. 30. ASTM C618, Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 31. ASTM C882/C882M, Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete by Slant Shear. 32. ASTM C989, Specification for Ground Granulated Blast -Furnace Slag for Use in Concrete and Mortars. 33. ASTM C I 064/C I 064M, Standard Test Method for Temperature of Freshly Mixed Hydraulic -Cement Concrete. 34. ASTM C1077, Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation. 35. ASTM C1240, Specification for Silica Fume Used in Cementitious Mixtures. 36. ASTM D1042, Test Method for Linear Dimensional Changes of Plastics Under Accelerated Service Conditions. 37. ASTM D3574, Standard Test Methods for Flexible Cellular Materials —Slab, Bonded, and Molded Urethane Foams. 38. ASTM E96/E96M, Test Methods for Water Vapor Transmission of Materials 39. ASTM E329, Specification for Agencies Engaged in Construction Inspection and/or Testing. 40. ASTM E1643, Practice for Installation of Water Vapor Retarders Used in Contact with Earth or Granular Fill Under Concrete Slabs. 41. ASTM E1745, Specification for Water Vapor Retarders Used in Contact with Soil or Granular Fill under Concrete Slabs. 1.3 QUALITY ASSURANCE A. Qualifications: Concrete Testing Laboratory: a. Employ independent testing laboratory experienced in design and testing of concrete materials and mixes to perform material evaluation tests and to design concrete mixes. Employ different laboratories for design of concrete mixes and field testing. 1) Testing agency shall be in accordance with ASTM E329 and ASTM C 1077. 2) Testing laboratory shall have been inspected and passed within previous two years by Cement and Concrete Reference Laboratory (CCRL) of NIST for: testing concrete aggregates, and for preparing and testing concrete trial CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 4 of 40 batches with or without admixtures. Testing laboratory shall provide documentation indicating how deficiencies, if any, in most recent CCRL inspection report were corrected. 3) Selection of testing laboratory is subject to Owner's acceptance. 4) Submit written description of proposed concrete testing laboratory giving qualifications of personnel, laboratory facilities, and equipment, and other information requested by Engineer. 2. Water Reducing Admixture Manufacturer: a. Water -reducing admixtures shall be manufactured under strict quality control in facilities operated under a quality assurance program. Submit copy of manufacturer's quality assurance handbook to document program existence. b. Manufacturer shall maintain a concrete testing laboratory approved by CCRL at NIST. C. Manufacturer shall be capable of providing services of qualified field service representatives at the Site. B. Laboratory Trial Batch: 1. Each concrete mix design specified shall be verified by laboratory trial batch, unless indicated otherwise. 2. For classes of concrete that require air -entrainment, test the trial batch at highest percentage of air allowed for that class of concrete. 3. Perform the following testing on each trial batch: a. Aggregate gradation for fine and coarse aggregates. b. Fly ash testing to verify meeting specified properties, unless fly ash Supplier submits certification by an independent testing laboratory. C. Slump. d. Air content. e. Compressive strength based on three cylinders each tested at seven days and at 28 days. £ Shrinkage test in accordance with this Section, for Class "A" concrete, Class "AF" concrete and Class "M" concrete. 4. Submit for each trial batch the following information: a. Project identification name and number (if applicable). b. Date of test report. C. Complete identification of aggregate source of supply. d. Tests of aggregates for compliance with the Contract Documents. e. Scale weight of each aggregate. f. Absorbed water in each aggregate. g. Brand, type, and composition of cementitious materials. h. Brand, type, and amount of each admixture. i. Amounts of water used in trial mixes. j. Proportions of each material per cubic yard. k. Gross weight and yield per cubic yard of trial mixtures. 1. Measured slump. M. Measured air content. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 5 of 40 n. Compressive strength developed at seven days and 28 days, from not less than three test cylinders cast for each seven day and 28-day test, and for each design mix. o. Shrinkage test results where required and as specified in this Section. Report results and averages for original length and at zero, seven, 14, 21, and 28 days of drying. C. Certification of Concrete Mix: The requirement for trial batch will be waived upon compliance with requirements of this Paragraph. Verify compressive strength of each specified mix by data from series of at least 30 consecutive tests that have been made within previous 12 months. Test is the average strength of all specimens of the same age fabricated from sample taken from a single batch of concrete. Tests shall have been made on concrete with identical mix design to mix design proposed for the Work, including sources of aggregate and manufacturers of cementitious materials and admixtures. Tests shall average above specified strength with no individual test falling more than 500 psi below specified strength and no three consecutive tests averaging below specified strength. Standard deviation for series of tests shall not exceed 640 psi in accordance with ACI 214. D. Shrinkage Test: 1. Perform drying shrinkage tests for trial batch as specified in this Section. 2. Drying shrinkage specimens shall be four -inch by four -inch by 11-inch prisms with effective gage length of ten inches; fabricated, cured, dried, and measured in accordance with ASTM C157 modified as follows: remove specimens from molds at an age of 23 hours, plus -or -minus one hour, after trial batching; shall be placed immediately in water at 70 degrees F plus -or -minus three degrees F for at least 30 minutes; and shall be measured within 30 minutes thereafter to determine original length and then submerged in saturated lime water at 73 degrees F plus -or -minus three degrees F. Measurement to determine expansion expressed as percentage of original length shall be made at age of seven days. Length at age of seven days shall be base length for drying shrinkage calculations (zero days drying age). Immediately afterward store specimens in humidity - controlled room maintained at 73 degrees F plus -or -minus three degrees F, and 50 percent (plus -or -minus four percent) relative humidity for remainder of test. Obtain measurements to determine shrinkage expressed as percentage of base length and report measurements separately for seven, 14, 21, and 28 days of drying after seven days of moist curing. 3. Determine drying shrinkage deformation of each specimen as the difference between base length (at zero days drying age) and length after drying at each test age. Determine average drying shrinkage deformation of specimens to nearest 0.0001-inch at each test age. If drying shrinkage of a specimen departs from average of that test age by more than 0.0004-inch, results obtained from that specimen shall be disregarded. Report results of shrinkage test to nearest 0.001 percent of shrinkage. Compression test specimens shall be taken in each case from same concrete used for preparing drying shrinkage specimens. Tests shall be considered part of normal compression tests for the Work. Allowable shrinkage limitations shall be as specified in PART 2 - of this Section. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 6 of 40 E. Component Supply and Compatibility: Provide all admixture materials from a single manufacturer. F. Thermal Control Plan 1. When required for mass concrete sections, shall include the following minimum requirements: a. Calculated or measured adiabatic temperature rise of concrete. b. Upper limit for concrete temperature at time of placement. C. Description of specific measures and equipment that will be used to ensure maximum temperature in placement will not exceed specified maximum temperature limit. d. Calculated maximum temperature in placement based on expected conditions at time of placement and use of proposed measures to control temperatures. e. Description of specific measures and equipment that will be used to ensure temperature difference will not exceed specified temperature difference limit. f. Calculated maximum temperature difference in placement based on expected conditions at time of placement and use of proposed measures to control temperature differences. g. Description of equipment and procedures that will be used to monitor and log temperatures and temperature differences. h. Drawing showing locations for temperature sensors in placement. i. Description of format and frequency of providing temperature data to OPT. j. Description of measures to address and reduce excessive temperatures and temperature differences, if they occur. k. Description of curing procedures, including materials and methods, and curing duration. 1. Description of formwork removal procedures to ensure temperature difference at temporarily exposed surface will not exceed temperature difference limit, and how curing will be maintained. M. Alternate Temperature Limits When Permitted by Engineer: 1) Determination of alternate temperature limits shall be based on detailed thermal and crack analyses. 2) Analyses shall be stamped by Licensed Design Engineer responsible for the analysis and development of the Thermal Control Plan. 2. If concrete design mixture is changed, thermal control plan must be updated. 3. Contractor shall employ the services of one of the following to develop the Thermal Control Plan: a. CTL Group, Austin, Texas; Contact: 512.219.4075. b. WJE Associates Inc., Irving, Texas: Contact: 972.373.9403. C. MJ2 Consulting, Cedar Park, Texas: Contact: 817.726.8651. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 7 of 40 G. Sample Panels: Provide Sample panels of wall finishes, each at least 12 inches by 12 inches by three inches thick. Revise Sample panels to produce acceptable finished concrete surfaces. a. Provide additional Sample panels as required if original results are unsatisfactory as determined by Engineer. 2. Continuity of color and texture for exposed concrete surfaces is important. Maintain such controls and procedures, in addition to those specified, as necessary to provide continuous match of concrete Work with approved Samples. H. Mock-up Panels: 1. Provide mock-up panels representative of specified finished surfaces (--1--), at locations on the Site directed by Engineer. Form, reinforce, mix, cast, cure, and finish mock-up panels using selected materials and construction methods proposed for the Work. Provide mock-up panels as follows: a. Wall section of L-shaped panels, approximately four feet high by three feet each side by eight inches thick and set on an 18-inch wide by eight -inch thick base, unless otherwise shown or indicated. Form faces to represent each specified formed surface finish. Include not less than two form ties, two form panel intersections, one vertical construction joint, and one horizontal construction joint. Construction joints are in Section 03 15 00, Concrete Accessories. b. Column section, approximately four feet high and not less than 12-inch diameter for round sections, and not less than 12 inches in the least dimension for rectangular sections, for each specified formed finish, unless otherwise shown or indicated. Set column sections on a six-inch thick concrete base extending eight inches beyond column. Chamfer exposed edges of rectangular Sample columns. C. Slab -on -grade section, approximately four feet square and minimum of four inches thick for each applied finish, with at least one construction joint and one expansion joint, if used. d. Pan -formed section using at least two pan form units. Set units to illustrate method of blending exposed pan joints. 2. Reinforce mock-up panels as required to prevent cracking and to be structurally stable or as shown or indicated; reinforcing steel shall not be less than 0.25 percent of the gross concrete cross section in each direction. 3. Protect mock-up panels from damage and do not remove approved mock-up panels without written Engineer's permission. When directed by Engineer, demolish mock-up panels and remove from the Site. I. Existing Example Panels: 1. Engineer will identify sections of existing concrete that will serve as reference examples of acceptable concrete finishes. 2. If appropriate existing concrete members that adequately define required finishes do not exist, provide Sample panels as specified in this Article. Designated Finish Sample Areas: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 8 of 40 1. Engineer will identify areas of concrete members, to serve as reference examples of acceptable concrete finishes, from first members constructed for each finish. 2. At each area so designated, complete the finish as specified. 3. Where specified concrete finish is not obtained, repair the member to provide an acceptable finish. Adjust construction techniques to produce the required finish. 4. Clearly mark each Sample area with name of specified finish to cause no damage to finish. 5. Protect Sample areas from damage and maintain access to view Sample areas. K. Concrete Coordination Conference: 1. Conduct concrete coordination conference to review detailed requirements of Contractor's proposed concrete design mixes, to discuss procedures for producing proper concrete construction, and to clarify roles of the parties involved. Contractor shall organize and schedule the conference and prepare and distribute to all parties attending conference minutes of the conference. 2. Conduct concrete coordination conference no later than 14 days after the date the Contract Times commence running. Conference shall be held at mutually agreed upon date and time; conference shall be held at the Site unless otherwise mutually agreed upon. Notify all parties to attend concrete coordination conference not less than five days prior to scheduled date of conference. 3. All parties involved in the concrete Work shall attend concrete coordination conference including, but not limited to, the following: a. Contractor. b. Field testing services representative. C. Concrete Subcontractor (if any). d. Reinforcing steel Subcontractor (if any) and reinforcing steel Supplier and detailer. e. Concrete Supplier. f. Admixture manufacturer's representative. g. Engineer. h. Resident Project Representative (if any). 1.4 SUBMITTALS A. Action Submittals: Submit the following: 1. Shop Drawings: a. List of concrete materials and proportions for the proposed concrete mix designs. Include data sheets, test results, certifications, and mill reports to qualify the materials proposed for use in the mix designs. Do not start laboratory trial batch testing until this submittal is approved by Engineer. b. Laboratory Trial Batch Reports: Submit laboratory test reports for concrete cylinders, materials, and mix design tests. C. Ready -mixed Concrete: Submit the following information. 1) Physical capacity of mixing plant. 2) Trucking facilities available. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 9 of 40 3) Estimated average amount of the specified concrete that can be produced and delivered to the Site during a normal, eight -hour day, excluding output to other customers. 2. Product Data: a. Manufacturers' specifications with application and installation instructions for proprietary materials and items, including admixtures and bonding agents. Samples: a. Submit Samples of materials as specified and as requested by Engineer. Include with each Sample names of product and Supplier, and description. b. Colored Cement Pigment Color Samples: Submit complete selection of manufacturer's standard and custom colors for final selection by Engineer. 4. Thermal Control Plan and Mix Design for Class "M" concrete: Submit mix design and thermal control plan for mass concrete sealed by a registered engineer in the state of Texas. B. Informational Submittals: Submit the following: Certifications: a. Notarized certification of conformance to reference standards used in this Section, when required by Engineer. 2. Delivery Tickets: Copies of all delivery tickets for each load of concrete delivered to or mixed at the Site. Each delivery tickets shall contain the information in accordance with ASTM C94 along with project identification name and number (if any), date, mix type, mix time, quantity and amount of water introduced. 3. Field Quality Control Submittals: a. Report of testing results for testing of field concrete cylinders for each required time period. Submit within 24 hours after completion of associated test. Test report shall include results of all testing required at time of sampling. 1.5 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Transportation, Delivery, and Handling: 1. Materials used for concrete shall be clean and free from foreign matter during transportation and handling and kept separate until measured and placed into concrete mixer. 2. Implement suitable measures during hauling, piling, and handling to ensure that segregation of coarse and fine aggregate particles does not occur and grading is not affected. B. Storage: For storage, provide bins or platforms with hard, clean surfaces. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 10 of 40 PART 2 - PRODUCTS 2.1 GENERAL A. All cementitious materials, admixtures, and other industrial -produced materials used in concrete, or for curing or repairing of concrete, that can contact potable water or water that will be treated to become potable shall be listed in NSF/ANSI 61. 2.2 CEMENTITIOUS MATERIALS A. Cement: 1. Portland cement shall be Type II(MH) ASTM C150. Type I or Type II maybe used in lieu of Type II(MH) when approved by Engineer. 2. Portland cement shall be produced by one facility. Alternate cement sources may be used provided that mix design has been approved and acceptable trial batch verifying performance has been made. 3. Do not use cement that has deteriorated because of improper storage or handling. B. Fly Ash Mineral Admixture: Mineral admixtures, when used, shall conform to the requirements of ASTM C618 Class F, except as follows: a. The loss on ignition shall be a maximum of four percent. b. The maximum percent of sulfur trioxide (S03) shall be 4.0. 2. Fly ash shall be considered to be a cementitious material. 3. Laboratory trial batches shall be tested to determine compliance with strength requirements, times of setting, slump, slump loss, and shrinkage characteristics. 4. If fly ash is to be used in place of cement, no more than 20% percent of the cement may be replaced. For Mass Concrete sections requiring Thermal Control, fly ash content shall be determined by the Thermal Control Plan engineer but in no case shall exceed 40% by weight replacement of cement. C. Ground Granulated Blast Furnace Slag: 1. Ground granulated blast furnace slag (GGBS) mineral admixture, when used, shall conform to ASTM C989, Grade 120. 2. GGBS is considered a cementitious material. 3. Perform laboratory tests on trial batches to determine compliance with strength requirements, times of setting, slump, slump loss, and shrinkage characteristics. D. Silica Fume Mineral Admixture: Silica fume mineral admixture shall be dry compacted or slurry form and shall conform to ASTM C1240. Silica fume is considered a cementitious material. Application rate shall be seven percent by weight of cement, unless indicated otherwise. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page I I of 40 E. For all classes of concrete, when Type II(MH) Cement is used, fly ash or GGBS may be used within the following percentages by weight. When Type II Cement is used, fly ash or GGBS shall be used within the following percentages by weight. When Type I Cement is used, in lieu of Type II(MH) Cement, fly ash or GGBS shall be used such that total tricalcium aluminate content (C3A) of the resulting cementitious material is not greater than eight percent. 1. When fly ash is used, material shall have minimum of 20 percent and maximum of 25 percent of total weight of cementitious material. 2. When GGBS is used, material shall have minimum of 40 percent and maximum of 50 percent of total weight of cementitious material. 2.3 AGGREGATES A. General: 1. Aggregates shall conform to ASTM C33, Class Designation 4S, and as specified in this Section. 2. Do not use aggregates containing soluble salts or other substances, such as iron sulfides, pyrite, marcasite, ochre, or other materials, that can cause stains on exposed concrete surfaces. B. Fine Aggregate: 1. Provide clean, sharp, natural sand free of loam, clay, lumps, and other deleterious substances. 2. Dune sand, bank run sand, and manufactured sand are unacceptable. C. Coarse Aggregate: Provide clean, uncoated, processed aggregate containing no clay, mud, loam, or foreign matter, as follows: a. Crushed stone, processed from natural rock or stone. b. Washed gravel, either natural or crushed. Slag, pit gravel, and bank run gravel are unacceptable. C. Lightweight Aggregate: ASTM C330. 2.4 WATER A. Water used in producing and curing concrete shall be clean and free of injurious quantities of oils, acids, alkalis, organic materials, and other substances that may be deleterious to concrete and steel. 2.5 CONCRETE ADMIXTURES A. Provide admixtures in accordance with product manufacturer's published instructions. Admixtures shall be compatible with each other. Admixtures shall not contain thiocyanates, shall not contain more than 0.05 percent chloride ion, and shall be non -toxic in the concrete mix CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 12 of 40 after 30 days. Do not use admixtures that have not been incorporated and tested in the accepted mixes, unless otherwise approved by ENGINEER. B. Air Entraining Admixtures: ASTM C260. Air entraining admixture shall be vinsol resin or vinsol rosin -based. C. Water -Reducing Admixture: ASTM C494, Type A. 1. Proportion Class "A", Class "AF", Class "AS", and Class "B" concrete with non -air entraining, normal setting, water -reducing, aqueous solution of modified organic polymer. Admixture shall not contain lignin, nitrates, or chlorides added during manufacturing. D. High Range Water -Reducing Admixture (HRWR): ASTM C494, Type F/G. Use high range water -reducing admixture in the concrete classifications so specified or indicated. Use of HRWR admixture is allowed at Contractor's option in all other classifications of concrete. When used, HRWR admixture shall be added to concrete in accordance with admixture manufacturer's published instructions. Specific admixture formulation shall be as recommended by admixture manufacturer for Project conditions. E. Set Control Admixtures: In accordance with ASTM C494. Use the following as required: 1. Type B, Retarding. 2. Type C, Accelerating. 3. Type D, Water reducing and Retarding. 4. Type E, Water reducing and Accelerating. 5. Type F, Water -reducing, high range admixtures. 6. Type G, Water -reducing, high range, and retarding admixtures. F. Calcium Chloride: Do not use calcium chloride. G. Shrinkage Reducing Admixture: Shrinkage reducing admixture may be used in mix design when necessary to conform to specified shrinkage limitations, provided that specified strength requirements are complied with and there is no reduction in sulfate resistance in the concrete and no increase in concrete permeability. H. Corrosion -Inhibiting Admixtures: 1. Corrosion -inhibiting admixture shall be calcium nitrite solution containing minimum of 30 percent calcium nitrite. Admixture shall be added at dosage rate of five gallons per cubic yard of concrete. 2. Product and Manufacturer: Provide one of the following: a. DCI or DCI-S, by Grace Construction Products. b. Rheocrete CNI, by Master Builders, Inc. C. Eucon CIA, by Euclid Chemical Company. d. Or equal. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 13 of 40 3. Adjust quantity of mix water to account for water portion of calcium nitrite solution. 4. Provide retarding admixtures as required, if set time is accelerated. 2.6 PROPORTIONING AND DESIGN OF MIXES A. Prepare concrete design mixes in accordance with the table below: Table 03 30 00-A - CONCRETE DESIGN MIX CRITERIA Coarse Aggregate(l) Minimum Concrete Size Size Cementitious Max. Class A B (lbs/cu yd) W/CM(4) Slump(z) r Class "A" No. 8 564 0.42 4" max. 5o. Class No. "AF" No. 8 467 517 0.42 4" max. No. ASClass S 57 No. 8 564 0.42 4" max. No. Class "B" Nor 517 0.50 4" max. 67 N. 57 Class "C" No 564 67 Any ASTM <................ Class "D" C33 Air Min. Comp (%) Strength(') si 4.5 +/- 1.5 4,500 4.5 +/- 1.5 4,500 - 4,500 4.5 +/- 1.5 3,000 0.40 4" max. 3 Max No requirements .............. > 5,000 2,000 Class "M" <....................... Per Mass Concrete Mix Design ........................>1 5 +/- 1 4,500 1 Notes Applicable to Table: 1. Coarse aggregate size numbers refer to ASTM C33. Where Size A and B are designated in Table 03 30 00-A, it is intended that the smaller Size B aggregate is to be added, replacing a portion of the coarse or fine aggregate, in the minimum amount necessary to make a workable and pumpable mix with sand content not exceeding 41 percent of total aggregate. 2. Slumps indicated are prior to addition of high range water reducer (super plasticizer). 3. Mix designs shall be made for all but Class "D", which does not require trial batch, so that the compressive strength achieved for laboratory trial batches will not be less than 125 percent of specified design strength. 4. Quantity of water to be used in the determination of water-cementitious materials (W/CM) ratio shall include free water on aggregates in excess of SSD and water portion of admixtures. 5. Class "M" Concrete mix design proportions shall be determined by Thermal Control Plan design engineer. B. Lightweight Concrete: Proportion the mix as specified in this Section: 1. Specified 28-day Compressive Strength: 4,000 psi. 2. Maximum Water -Cement Ratio by Weight: 0.45. 3. Maximum Coarse Aggregate Size: 3/4-inch. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 14 of 40 4. Minimum Cement Content: 564 pounds per cubic yard of concrete. 5. Percent Air Content: Six percent, plus -or -minus one percent. 6. Dry weight of not less than 95 pounds per cubic foot (pcf) or not more than 110 pcf after 28 days. 7. Limit drying shrinkage to 0.05 percent at 28 days. C. Adjustment to Concrete Mixes: Mix design adjustments may be requested by Contractor when characteristics of materials, Site conditions, weather, test results, or other circumstances warrant; at no additional cost to Owner and as approved by Engineer. Before using adjusted concrete mixes, laboratory test data and strength results shall be submitted to and approved by Engineer. D. Admixtures: 1. Use air -entraining admixture in concrete, unless otherwise shown or indicated. Add air - entraining admixture at admixture manufacturer's prescribed rate to produce concrete at point of placement having air content within prescribed limits. 2. Use water -reducing or high -range water -reducing admixtures in all Class "A", Class "AF" and Class "M" concrete. 3. Use amounts of admixtures recommended by admixture manufacturer for climatic conditions prevailing at the Site at time of placing. Adjust quantities and types of admixtures as required to maintain quality. E. If adding water at the Site is desired, withhold water at the batch plant so that specified water - cement (or cementitious material) ratio is not exceeded. Addition of water shall be accordance with ASTM C94. After high -range water -reducing admixture is incorporated into the batch, addition of water is not allowed. F. Slump Limits with High -Range Water Reducer: Slump shall not exceed four inches prior to adding high -range water reducer and shall not exceed eight inches, measured at point of placement, after adding high -range water reducer. G. Shrinkage Limitation: 1. Concrete shrinkage for specimens cast in laboratory from trial batch with total water of 30.2 gallons per cubic yard or less, as measured at 21-day drying age and at 28-day drying age shall not exceed 0.039 percent and 0.045 percent, respectively. For trial batch with total water of 32.7 gallons per cubic yard or greater respective limits shall not exceed 0.035 percent and 0.040 percent. Limits in between shall be linear interpolated. Use mix design for construction that complies with trial batch shrinkage requirements. Shrinkage limitations apply to Class "A" concrete, Class "AF" concrete and Class "M" concrete. 2. Trial Batch Does Not Comply with Shrinkage Limitation: a. If trial batch results do not comply with shrinkage limitation specified in the Contract Documents, redesign the mix to reduce shrinkage. b. After mix has been repeatedly redesigned and Engineer is satisfied that all reasonable means to provide concrete mix that complies with shrinkage requirement have been exercised; and mix design still fails to comply with CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2.7 A. 2.8 A. B. C. 2.9 I1 2.10 I_1 03 30 00 CAST -IN -PLACE CONCRETE Page 15 of 40 shrinkage limitation in the Contract Documents, Engineer reserves the right to accept the higher -shrinkage mix, provided that the quantity of shrinkage reinforcing in structures is increased. C. "Reasonable means" will be construed as reducing the total water content to a maximum of 27 gallons per cubic yard, having the large aggregate blended so that eight percent to 18 percent of combined aggregate is retained on each sieve, using an alternate aggregate source, and a combination of these means. d. Basis for shrinkage reinforcing increase will be proportional to amount that shrinkage value is over the specified shrinkage limitation and will be determined by Engineer. The cost of providing additional shrinkage reinforcement will be paid by the Owner. •►]01I0]1►eXT940M Provide epoxy and epoxy -cement bonding agents in accordance with Section 03 15 00, Concrete Accessories. CKSX41417VA1109111 1010 "lu/_TV0a 7I_\rl.`J Absorptive Cover: Burlap cloth made from jute or kenaf, weighing approximately 10 ounces per square yard and complying with AASHTO M 182, Class 3. Curing Mats: Shall be heavy carpets or cotton mats, quilted at four inches on centers, and weighing minimum of 12 ounces per square yard when dry. Moisture -Retaining Cover: Provide one of the following, complying with ASTM C171: 1. Waterproof paper. 2. Polyethylene film. 3. White burlap polyethylene sheet. FINISHING AIDS Evaporation Retardant: Product and Manufacturer: Provide one of the following: a. Confilm, by Master Builders. b. Eucobar, by Euclid Chemical Company. C. SikaFilm, by Sika Corporation. d. Or equal. CRACK INJECTION MATERIALS Structural Crack Repair System: I. Epoxy for Injection: Low -viscosity, high -modulus moisture insensitive type. 2. Products and Manufacturers: Provide one of the following: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 16 of 40 a. Sikadur 35, Hi -Mod L.V. and Sikadur 31, Hi -Mod Gel, by Sika Corporation. b. Eucopoxy Injection Resin, by Euclid Chemical Company. C. Or equal. B. Non-structural Crack Repair System: Hydrophobic Polyurethane Chemical Grout: a. Provide hydrophobic polyurethane that forms a flexible gasket. b. Products and Manufacturers: Provide one of the following: 1) SikaFix HH LV, by Sika Chemical Company. 2) Hydro Active Flex SLV, by De Neef Construction Chemicals, Inc. 3) Or equal. C. Shrinkage limit shall not exceed 4.0 percent in accordance with ASTM D1042. d. Minimum elongation of 250 percent in accordance with ASTM D3574. e. Minimum tensile strength of 150 psi in accordance with ASTM D3574. f. Product shall be listed in NSF/ANSI 61. 2. Hydrophilic Acrylate-Ester Resin: a. Hydrophilic crack repair system shall be acrylate-ester resin that forms a flexible gasket and increase in volume a minimum of 50 percent when in contact with water. b. Products and Manufacturers: Provide one of the following: 1) Duroseal Multigel 850, manufactured by BBZ USA, Inc. 2) Or equal. 2.11 CONCRETE REPAIR MATERIALS A. Concrete repair mortar shall be pre -packaged, polymer -modified cementitious repair mortar with the following minimum properties: 1. Compressive Strength at One Day: 2,000 psi (ASTM C109). 2. Compressive Strength at 28 Days: 6,000 psi (ASTM C109). 3. Bond Strength at 28 Days: 1,800 psi (ASTM C882 modified). B. Products and Manufacturers: Provide one of the following: 1. Five Star Structural Concrete, by Five Star Products, Inc. Use formulation recommended by manufacturer for the specific application conditions. 2. SikaTop 122 Plus, SikaTop 123 Plus, SikaTop 111 Plus, or Sikacem 133, by Sika Corporation. Use formulation from among those listed in this paragraph recommended by manufacturer for specific application conditions. 3. Emaco S88-CA or S66-CR, by Master Builders Inc. Use formulation from among those listed in this paragraph recommended by manufacturer for specific application conditions. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 17 of 40 4. Verticoat, Verticoat Supreme, or Euco SR-VO, by Euclid Chemical Company. Use formulation from among those listed in this paragraph recommended by manufacturer for specific application conditions. 5. Or equal. C. Cement Mortar: Shall consist of mix of one part cement to 1.5 parts sand with sufficient water to form trowelable consistency. Minimum compressive strength at 28 days shall be 4,000 psi. Where required to match the color of adjacent concrete surfaces, blend white portland cement with standard portland cement so that, when dry, patching mortar matches the color of surrounding concrete. 2.12 CHEMICAL HARDENER A. Provide clear chemical hardener of fluosilicate family. B. Product and Manufacturer: Provide one of the following: 1. Lapidolith, by Sonneborn ChemRex Inc. 2. Hornolith, by A.C. Horn, Inc. 3. Or equal. 2.13 SHAKE -ON METALLIC HARDENER A. Provide metallic hardener formulated, processed, and packaged under stringent quality control at metallic hardener manufacturer -owned and -controlled factory. Hardener shall be a mixture of specially -processed and -graded aggregate, selected portland cement, and plasticizing agents. B. Product and Manufacturer: Provide one of the following: 1. Euco-Plate H.D., by Euclid Chemical Company. 2. Masterplate 200, by Master Builders, Inc. 3. Or equal. 2.14 VAPOR RETARDER A. Vapor Retarder: Vapor retarder membrane shall comply with the following. a. Water Vapor Transmission Rate, ASTM E96: 0.04 perms or lower. b. Water Vapor Retarder, ASTM E1745: Meets or exceeds Class C. C. Thickness of Retarder (plastic), ACI 302 1R: Not less than 10 mils. 2. Products and Manufacturers: Provide one of the following: a. Stego Wrap 10-mil Vapor Retarder, by Stego Industries LLC. b. Griffolyn 10-mil, by Reef Industries. C. Moistop Ultra, by Fortifiber Industries. d. Or equal. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 18 of 40 B. Accessories: 1. Provide accessories by same manufacturer as vapor retarder. 2. Seam Tape: a. Tape shall have water vapor transmission rate (ASTM E96) of 0.3 perms or lower. b. Products and Manufacturers: Provide one of the following: 1) Stego Tape by Stego Industries LLC. 2) Griffolyn Fab Tape by Reef Industries. 3) Moistop Tape by Fortifiber Industries. 4) Or equal. Vapor Proofing Mastic: a. Mastic shall have a water vapor transmission rate ASTM E96, 0.3 perms or lower. 4. Pipe Boots: a. Construct pipe boots from vapor barrier material, pressure sensitive tape, mastic, or a combination thereof, in accordance with manufacturer's recommendations. 2.15 SOURCE QUALITY CONTROL A. Concrete materials may require testing, as directed by Engineer, at any time during the Work if concrete quality is in question. Provide access to material stockpiles and facilities at all times. Tests shall be done at no expense to Owner. PART 3-EXECUTION 3.1 INSPECTION A. Examine the substrate and conditions under which the Work will be performed and notify Engineer in writing of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected. 3.2 CONCRETE MIXING A. General: 1. Concrete may be produced at batch plants or by the ready -mixed process. Batch plants shall comply with recommendations of ACI 304R and have sufficient capacity to produce concrete of qualities required and in quantities required to comply with the accepted Progress Schedule. All plant facilities are subject to acceptance of Engineer. 2. Mixing: a. Mix concrete with a rotating type batch machine, except where hand mixing of very small quantities is approved by Engineer. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 19 of 40 b. Remove hardened accumulations of cement and concrete from drum and blades to ensure proper mixing action. C. Replace mixer blades upon loss of ten percent of mixer blades' original height. B. Site Mixing: When Site mixing of concrete is approved by Engineer mix all materials for concrete in a drum -type batch mixer. a. For mixers of one cubic yard or smaller capacity, continue mixing at least 1.5 minutes but not more than five minutes after all ingredients are in the mixer, before any part of batch is released. b. For mixers of capacity larger than one cubic yard, increase minimum 1.5 minutes of mixing time by 15 seconds for each additional cubic yard or fraction thereof. 2. Do not exceed mixer manufacturer's published rating of the mixer, or mixer nameplate capacity, for total volume of materials used per batch. 3. Equip mixer with automatic controls for proportioning materials and proper, measured quantities. 4. Do not exceed 45 minutes total elapsed time between intermingling of damp aggregates and cement to discharge of completed mix. C. Ready -Mix Concrete: 1. Comply with ASTM C94 and the Contract Documents. a. Plant Equipment and Facilities: Conform to requirements of NRMCA certification. b. Mix concrete in revolving -type truck mixers that are in good condition and produce thoroughly -mixed concrete conforming to the Contract Documents. C. Do not exceed rated capacity of mixer. d. Mix concrete for minimum of two minutes after arrival at the Site, or as recommended by mixer manufacturer. e. Do not allow drum to mix while in transit. f. Mix at proper speed until concrete is discharged from mixer. g. Maintain adequate facilities at the Site for continuous delivery of concrete at required rates. h. Provide access to mixing plant for Engineer upon request. 2. When silica fume is used in dry compacted form, comply with the following mix requirements and ensure full dispersion: a. For all types of mixing equipment, increase mix times by 40 percent over minimum mix time required to achieve mix uniformity defined in ASTM C94. b. For truck -mixed and central -mixed concrete, maximum allowable batch size shall be 80 percent of maximum in accordance with ASTM C94. D. Maintain equipment in proper operating condition, with drums cleaned before charging each batch. Schedule rates of delivery to prevent delay of placing concrete after mixing or holding dry -mixed materials too long in mixer before the adding water and admixtures. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 20 of 40 [c1c�111110M.11 . 910a A. Transport and place concrete not more than 90 minutes after water has been added to the dry ingredients. B. Avoid spilling and separation of concrete mixture during transportation. C. Do not place concrete in which the ingredients have separated. D. Do not retemper partially set concrete. E. Use suitable equipment for transporting concrete from mixer to forms. 3.4 PREPARATION FOR CONCRETING A. Submit to Engineer laboratory trial batch test results for proposed mixes at least 15 days prior to start of Work. Do not begin concrete production until associated laboratory trial batch test result submittal has been approved by Engineer. B. Notify Engineer a minimum of 24 hours in advance of placing concrete to allow for inspection of form work, joints, waterstops, reinforcement, embedded items, and vapor retarders. The section to be placed shall be fully prepared for concrete placement at the time of notice. Confirm inspection status with Engineer a minimum of 4 hours prior to concrete placement. Do not begin placing concrete until Work is in conformance with the Contract Documents. C. Subgrade surfaces shall be thoroughly wetted by sprinkling, prior to the placing of any concrete, and these surfaces shall be kept moist by frequent sprinkling up to the time of placing concrete thereon. The surface shall be free from standing water, mud, and debris at the time of placing concrete. D. Reinforcing steel and embedded items shall be completely cleaned of mortar, loose rust, form release compounds, dirt, or any other substance which would interfere with proper bonding with concrete. Protective coatings on embedded aluminum items shall continuously cover the surface to be in contact with concrete. Any defects in the coating shall be repaired. E. Do not place concrete until flow of water entering space to be filled with concrete has been properly stopped or has been diverted by pipes, or other means, and carried out of the forms, clear of the Work. Do not deposit concrete underwater, and do not allow water to rise on concrete surfaces until concrete has attained its initial set. Do not allow water to flow over concrete surface in manner and or velocity that will injure concrete surface finish. Provide temporary pumping or other dewatering operations for removing water as required. F. Prepare joint surfaces in accordance with Section 03 15 00, Concrete Accessories. G. Installation of Vapor Retarder: 1. Provide vapor retarder under slabs -on -grade and outside walls to receive resilient floor finishes, carpet, ceramic and slate tile, chemical resistant coatings, and where shown or indicated on the Drawings. 2. Install in accordance with manufacturer's instructions, ASTM E1643, and the following: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 21 of 40 a. Unroll vapor retarder with longest dimension parallel with direction of the pour. b. Lap vapor retarder over footings and seal to foundation walls. C. Overlap vapor retarder joints by six inches and seal with vapor retarder manufacturer's tape. d. Seal penetrations, including pipes, in accordance with vapor retarder manufacturer's instructions. e. Penetration of vapor retarder is not allowed except for reinforcing steel and permanent utilities. f. Repair damaged areas of vapor retarder by providing, for each damaged area, patch of vapor retarder material and overlapping damaged area with the patch by six inches on each side, and securely and continuously taping all four sides of patch to undamaged vapor retarder. 3.5 CONCRETE PLACEMENT A. General: 1. Place concrete continuously, so that no concrete will be placed on concrete that has hardened sufficiently to cause formation of seams or planes of weakness within the section. If section cannot be placed continuously, provide construction joints in accordance with Section 03 15 00, Concrete Accessories. 2. Deposit concrete as nearly as practical in its final location to avoid segregation due to rehandling or flowing. Do not subject concrete to action that may cause segregation. 3. Screed concrete that is to receive other construction to proper level to avoid excessive skimming or grouting. 4. Do not use concrete that becomes non -plastic and unworkable, or does not conform to required quality limits, or that has been contaminated by foreign materials. Do not use retempered concrete. Remove rejected concrete from the Site and dispose of it in conformance with Laws and Regulations. 5. Do not place concrete until forms, bracing, reinforcing, and embedded items are each in final position and secure. 6. Do not place footings in freezing weather unless adequate precautions are taken against frost action. 7. Do not place footings, piers or pile caps on frozen soil. 8. Unless otherwise instructed, place concrete only when Engineer is present. 9. Allow minimum of three days between adjoining concrete placements. B. Bonding for Next Concrete Pour: Prepare for bonding of fresh concrete to concrete that has set but is not fully cured, as follows: a. Thoroughly wet the surface, but allow no free-standing water. b. For horizontal surfaces place a six-inch layer of Construction Joint Grout, as specified in Section 03 60 00, Grouting, over the hardened concrete surface. C. Place fresh concrete before the grout has attained its initial set. 2. Accomplish bonding of fresh concrete to fully cured, hardened, existing concrete by using a bonding agent as specified in Section 03 15 00, Concrete Accessories. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 22 of 40 C. Concrete Conveying: 1. Handle concrete from point of delivery at the Site, transfer to concrete conveying equipment, and transfer to locations of final deposit as rapidly as practical by methods that prevent segregation and loss of concrete mix materials. 2. Provide mechanical equipment for conveying concrete to ensure continuous flow of concrete at delivery end of conveyor. Provide runways for wheeled concrete conveying equipment from concrete delivery point to locations of final deposit. Keep interior surfaces of conveying equipment, including chutes, free of hardened concrete, debris, water, snow, ice, and other deleterious materials. 3. Do not use chutes for distributing concrete, unless accepted by Engineer. 4. Pumping concrete is allowed, however do not use aluminum pipe for conveying concrete. D. Placing Concrete into Forms: 1. Deposit concrete in forms in horizontal layers not deeper than 18 inches each and in manner that avoids inclined construction joints. Where placement consists of several layers, place concrete at such rate that concrete being integrated with fresh concrete while still plastic. 2. Do not allow concrete to free -fall within the form from height exceeding four feet. Where high -range water reducer is used to extend slump to at least six inches, maximum allowable free -fall of concrete is six feet. Use "elephant trunks" to prevent free -fall and excessive splashing of concrete on forms and reinforcing. Discontinue free -falls in excess of four feet if there is evidence of segregation. 3. Remove temporary spreaders in forms when concrete placing has reached elevation of such spreaders. 4. Consolidate concrete placed in forms by mechanical vibrating equipment supplemented by hand -spading, rodding, or tamping. Use equipment and procedures for consolidating concrete in accordance with applicable recommended practices in ACI 309. Vibration of forms and reinforcing is not allowed unless otherwise accepted by Engineer. 5. Where height of concrete placement in walls exceeds 14 feet, provide temporary windows in formwork to facilitate vibration. Properly close temporary windows when height of concrete approaches windows. Determine location, size, and spacing of temporary windows to suit equipment used. 6. Do not use vibrators to transport concrete inside of forms. Insert and withdraw vibrators vertically at uniformly -spaced locations not farther than the visible effectiveness of the vibrator. Place vibrators to rapidly penetrate the layer of concrete and at least six inches into the preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit the duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcing and other embedded items without causing segregation of concrete mix. 7. Do not place concrete in beam and slab forms until concrete previously placed in columns and walls is no longer plastic. 8. Prevent voids in the concrete. Force concrete under pipes, sleeves, openings, and inserts from one side until visible from the other side. E. Placing Concrete Slabs: Deposit and consolidate concrete slabs in continuous operation, within limits of construction joints, until placing of a slab panel or section is completed. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 23 of 40 2. Consolidate concrete during placing operations using mechanical vibrating equipment, so that concrete is thoroughly worked around reinforcing and other embedded items and into corners. 3. Consolidate concrete placed in beams and girders of supported slabs, and against bulkheads of slabs on ground, as specified in this Article for formed concrete structures. 4. Bring slab surfaces to correct elevation and level. Smooth the surface, leaving surface free of humps or hollows. Do not sprinkle water on surface while concrete is plastic. Do not disturb slab surfaces prior to commencing concrete finishing. 5. Where slabs are placed in conditions of high temperature or wind that could lead to formation of plastic shrinkage cracks, provide evaporation retardant applied in accordance with retardant manufacturer's recommendations, when required by Engineer. F. Quality of Concrete Work: 1. Concrete shall be solid, compact, and smooth, and free of laitance, cracks, and cold joints. 2. Concrete for liquid -retaining structures, and concrete in contact with earth, water, or exposed directly to the elements shall be watertight. 3. Cut out and properly replace to extent directed by Engineer, or repair to satisfaction of Engineer, surfaces with cracks or voids, that are unduly rough, or are defective in any other way. Thin patches or plastering are unacceptable. 4. Leaks through concrete that exhibit flowing water, and cracks, holes, or other defective concrete in areas of potential leakage, shall be repaired and made watertight. 5. Repair, removal, and replacement of defective concrete as directed by Engineer shall be at no additional cost to Owner. G. Cold Weather Placing: 1. Protect concrete Work from physical damage or reduced strength that could be caused by frost, freezing, or low temperatures, in compliance with ACI 306 and the Contract Documents. 2. When air temperature has fallen to or may be expected to fall below 40 degrees F, provide adequate means to maintain temperature in area where concrete is being placed between 50 degrees F and 70 degrees F for at least seven days after placing. Provide temporary housings or coverings including tarpaulins or plastic film. Maintain temporary heating and protection as necessary so that ambient temperature does not fall more than 30 degrees F in the 24 hours following the seven-day period. Avoid rapid dry -out of concrete due to overheating, and avoid thermal shock due to sudden cooling or heating. 3. When air temperature has fallen to or is expected to fall below 40 degrees F, uniformly heat water and aggregates before mixing for concrete as required to obtain concrete mixture temperature not less than 55 degrees F and not more than 85 degrees F at point of placement. 4. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. Before placing concrete, verify that forms, reinforcing, and adjacent concrete surfaces are entirely free of frost, snow, and ice. 5. Do not use salt or other materials containing antifreeze agents. Do not use chemical accelerators or set -control admixtures unless approved by Engineer and tested in mix design proposed for use. 6. For Mass Concrete sections, follow the requirements of the approved Thermal Control Plan CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 24 of 40 H. Hot Weather Placing: 1. When hot weather conditions exist that would impair the quality and strength of concrete, place concrete in compliance with ACI 305 and the Contract Documents. 2. When ambient air temperature is at or above 90 degrees F and rising, cool ingredients before mixing concrete to maintain concrete temperature at time of placement below 80 degrees F. When ambient air temperature is at or above 90 degrees F and falling, cool the ingredients before mixing concrete to maintain concrete temperature at time of placement below 85 degrees F. In no case shall the concrete temperature at time of placement exceed 90 degrees F. 3. Mixing water may be chilled, or chopped ice may be used to control concrete temperature provided the water equivalent of ice is calculated in total amount of mixing water. If required, reduce the time from addition of mix water to placement, or use set -retarding admixture. 4. Cover reinforcing materials with water -soaked burlap if ambient air temperature becomes too hot, so that reinforcing material temperature does not exceed ambient air temperature immediately before embedment of reinforcing in concrete. 5. Wet forms thoroughly before placing concrete. 6. Do not place concrete at temperature that causes difficulty from loss of slump, flash set, or cold joints. 7. Do not use set -control admixtures unless approved by Engineer in mix design. 8. Obtain Engineer's approval of substitute methods and materials proposed for use. 9. For Mass Concrete sections, follow the requirements of the approved Thermal Control Plan I. Underwater Placing: 1. Concrete placement in water will be allowed if conditions render it impossible or inadvisable to dewater excavations or liquid -retaining structures before placing concrete, and only when allowed by Engineer in writing. 2. Revise and submit concrete mix design to suit underwater placement and obtain Engineer's approval before commencing underwater placement of concrete. Deposit concrete by tremie method or other suitable means in continuous placement to prevent forming layers or intrusion of water. Concrete sections with a minimum specified dimension that is greater than 4 feet 6 inches: Cure and protect concrete in accordance with accepted thermal control plan and as follow: a. Minimum curing period shall be 14 days. b. Unless otherwise permitted, preserve moisture by maintaining forms in place. 2. Strength measurement shall be representative of in -place concrete within 2 inches of concrete surface. 3. Concrete strength shall be verified through correlation of concrete temperature and compressive strengths established by cylinder compressive tests and in accordance with ASTM C1074. 4. Unless otherwise specified, control concrete temperatures to within specified limits from time concrete is placed until time internal temperature has cooled from its maximum, such that difference between average daily ambient and maximum internal concrete CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 25 of 40 temperature at time of protection removal, is less than specified temperature difference limit. 5. Unless otherwise specified, place one temperature sensor at center of mass of placement and one temperature sensor at a depth 2 inches from center of nearest exterior surface. Place additional sensor at each location to serve as a backup in event that other temperature sensor fails. In addition, provide temperature sensor in shaded location for monitoring ambient onsite temperature. a. Unless otherwise specified, monitor temperatures hourly using electronic sensors capable of measuring temperature from 32 degrees F to 212 degrees F to an accuracy of 2 degrees F. b. Ensure temperature sensors are operational before placing concrete. C. Unless otherwise specified, provide data from sensors to Owner's testing Laboratory representative on a daily basis, until requirements are met. d. Compare temperatures and temperature differences with maximum limits specified in Article Temperature Limits every 12 hours, unless otherwise permitted. If either exceeds specified limits, take immediate action as described in accepted thermal control plan to remedy situation. Do not place additional mass concrete until cause of excessive temperature or temperature difference has been identified and corrections are accepted. e. The temperature monitoring and recording system for Mass Concrete elements shall consist of temperature sensors connected to a data acquisition system capable of printing, storing and downloading data to a computer. f. Monitoring system shall be obtained from a reputable source with at least 3-years prior experience of mass concrete monitoring. Acceptable monitoring systems are as follows: 6. Intellirock Concrete Maturity and Temperature Monitoring System; Engius LLC, Stillwater, OK; www.engius.com. A. Standard Form Finish: 1. Standard form finish shall be basically smooth and even, but is allowed to have texture imparted by the form material used. Repair defects in accordance with the Contract Documents. 2. Use standard form finish for the following: a. Exterior vertical surfaces from foundation up to one foot below grade. b. Vertical surfaces not exposed to view. C. Other areas shown or indicated. B. Smooth Form Finish: 1. Produce smooth form finish by selecting form materials that will impart smooth, hard, uniform texture. Arrange panels in orderly and symmetrical manner with minimum of seams. Repair and patch defective areas in accordance with the Contract Documents. 2. Use smooth form finish for the following: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 26 of 40 a. Exterior surfaces exposed to view. b. Surfaces to be covered with coating material. Coating material may be applied directly to concrete or may be a covering bonded to concrete such as waterproofing, dampproofing, painting, or other similar system. C. Interior vertical surfaces of liquid -containers. d. Interior and exterior exposed beams and undersides of slabs. e. Surfaces to receive abrasive blasted finish. f. Surfaces to receive smooth rubbed or grout cleaned finish. g. Other areas shown or indicated. C. Smooth Rubbed Finish: Provide smooth rubbed finish to concrete surfaces that have received smooth form finish and where defects have been repaired, as follows: a. Rubbing of concrete surfaces not later than the day after form removal. b. Moistening of concrete surfaces and rubbing with carborundum brick or other abrasive until uniform color and texture is produced. Do not apply cement grout other than that created by the rubbing process. 2. Use smooth rubbed finish for the following: a. Interior exposed walls and other vertical surfaces. b. Exterior exposed walls and other vertical surfaces down to one foot below grade. C. Interior and exterior horizontal surfaces, except exterior exposed slabs and steps. d. Interior exposed vertical surfaces of liquid -containing structures down to one foot below normal operating liquid level. e. Other areas shown or indicated. D. Grout Cleaned Finish: Provide grout cleaned finish to concrete surfaces that have received smooth form finish and where defects have been repaired, as follows: a. Combine one part portland cement to 1.5 parts fine sand by volume, and mix with water to consistency of thick paint. Blend standard portland cement and white portland cement, in proportions determined by trial patches, so that final color of dry grout will closely match adjacent concrete surfaces. b. Thoroughly wet concrete surface and apply grout uniformly by brushing or spraying immediately to wetted surfaces. Scrub surface with cork float or stone to coat surface and fill surface holes. Remove excess grout by scraping, followed by rubbing with clean burlap to remove visible grout film. Keep grout damp during setting period by using fog spray on surface for at least 36 hours after final rubbing. Complete each area the same day the area is started, with limits of each area being natural breaks in the finished surface. 2. Use grout cleaned finish for the following: a. Interior exposed walls and other vertical surfaces. b. Exterior exposed walls and other vertical surfaces down to one foot below grade. C. Interior and exterior horizontal surfaces, except exterior exposed slabs and steps. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 27 of 40 d. Interior exposed vertical surfaces of liquid -containing structures down to one foot below normal operating liquid level. e. Other areas shown. E. Abrasive Blasted Finish: 1. Provide abrasive blasted finish where shown or indicated. 2. Where abrasive blasted finish is required, apply finish to smooth formed finish after end of curing period, with defects repaired, to match approved finish provided on mock-up or Sample panel, as applicable. 3. Heavy Abrasive Blasted Finish: Abrasive blast to uniformly expose coarse aggregate. 4. Light Abrasive Blasted Finish: Abrasive blast to uniformly expose fine aggregate. F. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces occurring adjacent to formed surfaces, strike off smooth and finish with texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise shown or indicated. 3.7 SLAB FINISHES A. Float Finish: 1. After placing concrete slabs, do not work the surface further until ready for floating. Begin floating when surface water has disappeared or when concrete has stiffened sufficiently. Check and level the surface plane to tolerance not exceeding 1/4-inch in ten feet when tested with a ten -foot straightedge placed on surface at not less than two different angles. Cut down high spots and fill low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to uniform, smooth, granular texture. 2. Use float finish for the following: a. Interior exposed horizontal surfaces of liquid -containing structures, except those to receive grout topping. b. Exterior below -grade horizontal surfaces. C. Surfaces to receive additional finishes, except as shown or indicated. B. Trowel Finish: 1. After floating, begin first trowel finish operation using power -driven trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over the surface. 2. Consolidate concrete surface by the final hand troweling operation. Finish shall be free of trowel marks, uniform in texture and appearance, and with surface plane tolerance not exceeding 1/8-inch in ten feet when tested with a ten foot straight edge. Grind smooth surface defects that would otherwise project through applied floor covering system. 3. Use trowel finish for the following: a. Interior exposed slabs, unless otherwise shown or indicated. b. Slabs that receive one of the following: resilient flooring, carpeting, or ceramic tile. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 28 of 40 C. Non -Slip Broom Finish: 1. Immediately after float finishing, slightly roughen concrete surface by brooming in direction perpendicular to main traffic route. Use fine fiber -bristle broom, unless otherwise directed by Engineer. Coordinate required final finish with Engineer before applying finish. 2. Use non -slip broom finish for the following: a. Exterior exposed horizontal surfaces subject to lightweight foot traffic. b. Interior and exterior concrete steps and ramps. D. Special Finish, Troweled Polyester Composition: For floors receiving troweled polyester composition finish, the following apply: a. Provide wood float finish. b. Elevation shall be uniform within 1/4-inch tolerance in ten feet. C. se approved curing and hardening compound or proper moist curing procedures. d. Cure slabs for 21 days minimum prior to topping. e. Protect slabs against oil and greases. Remove from slab surface dripping, flaking, and loose substances and other bonded foreign particles that might prevent adhesion of composition. f. Patch and repair other floor imperfections in accordance to finish manufacturer's recommendations. E. Shake -On Metallic Finish: 1. For each slab shown or indicated to receive shake -on metallic finish, provide application of shake -on metallic hardener at rate of two pounds per square foot. First shake shall comprise two-thirds of specified quantity of hardener. Provide first application after initial floating operation, unless climatic conditions dictate earlier application. Shake -on metallic hardener shall be floated in the second application. Surface shall be floated again after second application to properly bond hardener to base concrete slab. Surface shall then be troweled at least twice to smooth, dense finish. 2. Furnish field service upon five days' notice by the hardener manufacturer to assist Contractor in obtaining maximum benefits of product under prevailing conditions at the Site. Hardener manufacturer's representative shall attend concrete coordination conference required in Article 1.03 of this Section. 3. Use shake -on metallic hardener finish with Class "C" concrete for slabs shown or indicated on the Drawings as receiving this finish. 4. Protect slabs against oil and greases. Remove from slab surface dripping, flaking, or loose substances and other bonded foreign particles that might prevent adhesion of finish. 5. Patch and repair other floor imperfections in accordance with hardener manufacturer's recommendations. F. Scratched Finish: 1. After providing float finish, roughen concrete surface with rake before concrete's final set. Amplitude of surface shall be minimum of 1/4-inch. 2. Provide scratched finish for the following: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 29 of 40 a. Horizontal surfaces that will receive grout topping or concrete equipment pad. b. Surfaces so indicated on the Drawings or elsewhere in the Contract Documents. 3.8 CONCRETE CURING AND PROTECTION A. General: 1. Protect freshly placed concrete from premature drying, excessive cold or hot temperatures, and maintain without drying at relatively constant temperature for period necessary for hydration of cement and proper hardening of concrete. 2. Start curing after placing and finishing concrete, as soon as free moisture has disappeared from concrete surface. Keep surface continuously moist during entire curing period. Cure for a minimum of 10 days and in accordance with ACI 301 procedures. For concrete sections over 30-inches thick, the curing period shall be for a minimum of 14 days. Avoid rapid drying at end of final curing period. 3. For curing, use water that is free of impurities that could etch or discolor exposed concrete surfaces. 4. Confine water for curing to area being cured. B. Curing Methods: Curing methods are specified below. Curing methods to be used on each type of concrete surface are specified elsewhere in this Article. Water Curing. Cure by one of the following methods: a. Keep concrete surface continuously wet. b. Ponding or immersion. C. Continuous water -fog spray. d. Covering concrete surface with curing mats, thoroughly saturating mats with water, and keeping mats continuously wet with sprinklers or porous hoses. Place curing mats to cover concrete surfaces and edges with four -inch horizontal lap over adjacent mats; provide eight -inch lap over adjacent mats at vertical surfaces. If necessary, weigh down curing cover to maintain contact with concrete surface. 2. Form Curing. Cure by one of the following methods: a. Forms shall be maintained and loosened during curing period. b. Immediately after forms are loosened or removed, continue with the required curing method as applicable, for remainder of curing period. C. Where wood forms are kept in place, apply water to keep forms wet. Moisture Retaining Cover Curing. Cure as follows: a. Cover concrete surfaces with the required moisture retaining cover for curing concrete, placed in widest practical width with sides and ends lapped at least three inches and sealed using waterproof tape or adhesive. Immediately repair holes or tears during curing period using cover material and waterproof tape. C. Formed Surfaces: Use the following curing methods: 1. Walls That Will Retain Liquid or That are Under Ground Surface: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 30 of 40 a. If forms are wood, form curing is allowed for entire curing period. If forms are steel, form curing is allowed for maximum of three days after which forms shall be removed so that concrete is free of the forms for remainder of the curing process. b. Immediately after the forms are loosened or removed, continue with water curing for remainder of curing period. 2. Formed Slab Underside and Beam Surfaces Where Will Retain Liquid: a. Form curing is allowed for the full curing period. b. Immediately after forms are loosened or removed, continue with water curing for remainder of curing period. Vertical Joint Surfaces and Surfaces to Receive Surface Treatment: a. Form curing is allowed for entire curing period. b. Immediately after forms are loosened or removed, continue with water curing for remainder of curing period. 4. Cure other formed surfaces using an appropriate curing method specified in the Contract Documents. D. Unformed Surfaces: Treat with one of the following curing methods: Slabs and Mats That Will Retain Liquid or are Below Ground Surface: a. Water curing. b. Moisture -retaining cover curing when allowed by Engineer. 2. Construction Joint Surfaces and Slab and Mat Surfaces to Receive Surface Treatment. a. Water curing. b. Moisture -retaining cover curing. Cure other formed surfaces using an appropriate curing method specified in the Contract Documents. E. Temperature of Concrete During Curing: 1. When ambient temperature is 40 degrees F or less, continuously maintain concrete temperature between 50 degrees F and 70 degrees F throughout curing period. When necessary, before concrete placing provide for temporary heating, covering, insulation, or housing as required to continuously maintain specified temperatures and moisture conditions throughout concrete curing period. Provide cold weather protection in accordance with ACI 306. 2. When the ambient temperature is 80 degrees F and above, or during other climatic conditions that would cause too -rapid drying of concrete, before starting concrete placing, provide wind breaks and shading as required, and fog spraying, wet sprinkling, or moisture retaining coverings as required. Continuously protect concrete throughout concrete curing period. Provide hot weather protection in accordance with ACI 305, unless otherwise specified. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 31 of 40 Maintain concrete temperature as uniformly as possible, and protect from rapid ambient temperature changes. Avoid concrete temperature changes that exceed five degrees F in one hour and 50 degrees F in 24-hour period. F. Mass Concrete: Meet the requirements specified in Item E.3 above and the following exceptions and limitations. a. The maximum allowable internal concrete temperature during curing shall not exceed 150°degrees F at the calculated hottest point in the concrete as determined in the Thermal Control Plan. b. The maximum allowable temperature differential between the calculated hottest point in the concrete and the concrete surface shall be as determined in the Thermal Control Plan but shall not exceed 45°degrees F. C. Insulating curing blankets shall be used on all Mass Concrete elements to provide for thermal protection. Thermal insulating blankets shall be left in place until each of the following are satisfied: 1) Temperature readings shall be maintained until the internal peak temperature is reached and begins to decline. 2) The difference between interior concrete temperature and the average daily ambient temperature is less than the allowable temperature difference (40 degrees F) for three consecutive days. 3) There are no mass concrete elements to be cast directly adjacent. G. Protection: During curing period, protect concrete from damaging mechanical disturbances including load stresses, heavy shock, excessive vibration, and damage by rain and flowing water. Protect finished concrete surfaces from damage by subsequent construction operations. 3.9 CONCRETE INSTALLATION TOLERANCES A. Installation Tolerances: 1. Concrete placement tolerances, unless otherwise specified in the Contract Documents, shall be in accordance with ACI 117. 2. Notify Engineer in writing when concrete placement does not conform with required tolerances, as soon as the condition is known to Contractor. 3. When concrete installation does not conform to required tolerances, do not repair or correct by grinding unless specified in the Contract Documents or approved by Engineer in writing. 4. Verification Measurements: a. If surfaces where tolerances are in question, obtain measurements to verify conformance with tolerances in manner acceptable to Engineer. b. If surfaces tolerances are in question, cost of obtaining measurements shall be at no additional cost to the Owner. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 32 of 40 C. Before obtaining measurements, obtain Engineer's acceptance of method proposed for obtaining measurements. d. After obtaining measurements, submit measurements to Engineer. 5. Submit with verification measurements submittal proposed method to rectify out -of - tolerance concrete. Do not start repair Work without obtaining Engineer's approval. 3.10 FIELD QUALITY CONTROL A. Field Testing Services: 1. OWNER will employ testing laboratory to perform field quality control testing for concrete. Engineer will direct the testing requirements. 2. Testing laboratory will make standard compression test cylinders and entrained air tests as specified in this Article, under observation of Engineer or Resident Project Representative. 3. Testing laboratory will provide all labor, material, and equipment required for sampling and testing concrete, including: scale, glass tray, cones, rods, molds, air tester, thermometer, and other incidentals required. 4. Contractor shall provide all curing and necessary cylinder storage as specified in Section 0145 28, On -Site Facilities for Testing Laboratory. B. Field Testing Services: 1. Contractor shall employ an independent testing laboratory to perform field quality control testing for concrete. Engineer will direct where samples are to be obtained. 2. Testing laboratory shall make standard compression test cylinders and entrained air tests as specified in this Article, under direct observation by Engineer or Resident Project Representative. 3. Testing laboratory will provide all labor, material, and equipment required for sampling and testing concrete, including: scale, glass tray, cones, rods, molds, air tester, thermometer, and other incidentals required. 4. Provide all curing and necessary cylinder storage as specified in Section 0145 28, On - Site Facilities for Testing Laboratory. 5. Refer to Article 1.3 of this Section for required testing laboratory qualifications. C. Quality Control Testing During Construction: Perform sampling and testing for field quality control during placement of concrete, as follows: a. Sampling Fresh Concrete: ASTM C172. b. Slump: ASTM C 143; one test for each concrete load at point of discharge. C. Concrete Temperature: ASTM C1064; one for every two concrete loads at point of discharge, and when a change in the concrete is observed. Test each load when time from batching to placement exceeds 75 minutes. d. Air Content: ASTM C231; one for every two concrete load at point of discharge, and when a change in the concrete is observed. e. Unit Weight: ASTM C138; one for every two concrete loads at point of discharge, and when a change in the concrete is observed. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 33 of 40 f. Compression Test Specimens: 1) In accordance with ASTM C31; make one set of compression cylinders for each 50 cubic yards of concrete, or fraction thereof, of each mix design placed each day. Each set shall be four standard cylinders, unless otherwise directed by Engineer. 2) Cast, store, and cure specimens in accordance with ASTM C31. 3) Test and record the following when cylinders are cast: slump, concrete temperature, air content, and unit weight. g. Compressive Strength Tests: 1) In accordance with ASTM C39; one specimen tested at seven days, and three specimens tested at 28 days. 2) Adjust mix design if test results are unsatisfactory and resubmit for approval. 3) Concrete that does not comply with strength requirements will be considered as defective Work. h. Water/Cementitious Materials Ratio: Perform test when required by Engineer in accordance with AASHTO TP23. i. Water/Cementitious Materials Ratio: Perform one test from each sample from which compression test specimens are taken, in accordance with AASHTO TP23. j. Within 24 hours of completion of test, testing laboratory will submit certified copy of test results to Contractor and Engineer. k. Submit test results, certified by testing laboratory, to Engineer within 24 hours of completion of test. D. Evaluation of Field Quality Control Tests: 1. Do not use concrete delivered to final point of placement having slump, concrete temperature, total air content or unit weight outside specified values. 2. Water/Cementitious Materials Ratio: a. When water content testing indicates water/cementitious materials ratio to exceed specified requirements by greater than 0.02, remaining batches required to complete concrete placement shall have water content decreased in the mix and water reducing admixture dosage increased as required to bring subsequently - batched concrete within specified water/cementitious materials ratio. b. Perform additional testing to verify compliance with specified water/cementitious materials ratio. C. Do not resume concrete production for further concrete placement until Contractor has identified cause of excess water in the mix and revised batching procedures, or adjusted the mix design (and obtained Engineer's associated approval) to bring water/cementitious materials ratio into conformance with the Contract Documents. Compressive Strength: a. Compressive strength tests for laboratory -cured cylinders will be acceptable if the averages of all sets of three consecutive compressive strength tests results equal or exceed specified 28-day design compressive strength of the associated type or CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 34 of 40 class of concrete, and no individual strength test falls below required compressive strength by more than 500 psi. b. Questionable Field Conditions During Concrete Placement: 1) Where questionable field conditions exist during concrete placement or immediately thereafter, strength tests of specimens cured under field conditions will be required by Engineer to check adequacy of curing and protecting of concrete placed. Specimens shall be molded at the same time and from the same samples as laboratory -cured specimens. 2) Provide improved means and procedures for protecting concrete when 28- day compressive strength of field -cured cylinders is less than 85 percent of companion laboratory cured cylinders. 3) When laboratory -cured cylinder strengths are appreciably higher than minimum required compressive strength, field -cured cylinder strengths need not exceed minimum required compressive strength by greater than 500 psi even though the 85 percent criterion may not be met. 4) If individual tests of laboratory -cured specimens produce strengths more than 500 psi below the required minimum compressive strength, or if tests of field -cured cylinders indicate deficiencies in protection and curing, provide additional measures to ensure that load -bearing capacity of the structure is not jeopardized or impaired. If likelihood of low -strength con- crete is confirmed and evaluations indicate load -bearing capacity may have been reduced, perform tests of cores from the concrete in question at Contractor's expense. C. If compressive strength tests fail to indicate compliance with minimum requirements of the Contract Documents, concrete represented by such tests will be considered defective. E. Testing Concrete Structure for Strength: When there is evidence that strength of in -place concrete does not comply with the Contract Documents, Contractor shall employ the services of concrete testing laboratory to obtain cores from hardened concrete for compressive strength determination. Cores and tests shall comply with ASTM C42 and the following: a. Obtain at least three representative cores from each concrete member or suspect area of concrete at locations directed by Engineer. b. Strength of concrete for each series of cores will be acceptable if average compressive strength is at least 85 percent of specified compressive strength and no single core is less than 75 percent of required 28-day required concrete compressive strength. C. Testing laboratory shall submit test results to Engineer on same day that tests are completed. Include in test reports Project name and number (if any), date of sampling and testing, Contractor name, name of concrete testing laboratory, exact location of test core in the Work, type or class of concrete represented by core sample, nominal maximum size aggregate, design compressive strength, compression breaking strength, and type of break (corrected for length -diameter ratio), direction of applied load to core with respect to horizontal plane of concrete as placed, and moisture condition of the core at time of testing. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 35 of 40 2. Fill core holes solid with non -shrink grout in accordance with Section 03 60 00, Grouting, and finish to match adjacent concrete surfaces. 3. If results of core tests are unacceptable or if it is impractical to obtain cores, perform static load test and evaluations complying with ACI 318 and ACI 350, as directed by Engineer. F. Concrete Tolerance Verification Measurements: Refer to Article 3.9 of this Section. G. Supplier's Services: Water -Reducing Admixture Manufacturer: Furnish services of qualified concrete technician employed by admixture manufacturer to assist in proportioning concrete for optimum use of admixture. Concrete technician shall advise on proper addition of admixture to concrete and on adjustment of concrete mix proportions to meet changing conditions at the Site. 3.11 MISCELLANEOUS CONCRETE ITEMS A. Temporary Openings: 1. Openings in concrete walls and slabs required for passage of Work are allowed only upon approval of Engineer. 2. Temporary openings made in concrete shall be provided with waterstop in below -ground or liquid -retaining members and structures. Reinforcement going through and around the opening shall be made continuous to provide continuity and shall be approved by the Engineer. 3. Temporary openings that remain in concrete structures shall be filled with the same class of concrete as the adjoining construction, after the Work causing need for temporary opening is complete, unless otherwise shown or directed by Engineer. Mix, place, and cure concrete as specified in this Section to blend with in -place construction. Provide miscellaneous concrete filling shown or required to complete the Work. B. Bases or Pads for Piping, Panels, and Equipment: 1. Unless specifically shown or indicated otherwise, provide concrete bases or pads for equipment, floor -mounted panels, and floor -mounted supports for piping and similar construction. Provide all concrete pad and base Work not specifically included under other Sections. 2. Dimensions and Elevations: a. Coordinate and construct bases and pads to dimensions shown or indicated, or as required to comply with equipment, panel, or piping manufacturer's requirements and elevations indicated on the Drawing. b. Unless otherwise shown or indicated, place concrete bases for equipment up to one -inch below the equipment manufacturer's base or mounting plate. C. Where specific dimensions or elevations are not shown or indicated, bases and pads shall be six inches thick and extend three inches outside dimensions of the equipment, panel, or supports. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 36 of 40 Finish: Bases and pads outside of areas to receive non -shrink grout shall have smooth trowel finish, unless special finish such as terrazzo, ceramic tile, quarry tile, or heavy- duty concrete topping is required. In such cases, provide appropriate concrete finish. Surfaces of bases and pads to receive non -shrink grout shall have broom finish. C. Curbs: 1. Provide monolithic finish to interior curbs by stripping forms while concrete is still green followed by steel -troweling surfaces to hard, dense finish with corners, intersections, and terminations slightly rounded. 2. Exterior curbs shall have rubbed finish for vertical surfaces and broomed finish for top surfaces. D. Steel Pan Stairs: Provide concrete fill for steel pan stair treads, landings, and associated items. Screed, tamp, and finish concrete surfaces as shown or indicated. a. Cast into the concrete fill safety inserts and accessories as shown or indicated. 3.12 REPAIR OF CONCRETE PLACED UNDER THIS CONTRACT A. Repair of Formed Surfaces: Repair the following defects in all formed finishes: a. Spalls, air bubbles, rock pockets, form depressions, and other defects that are more than 1/4-inch in depth. b. Holes from tie rods and other form tie systems. C. Fins, offsets, and other projections that extend more than 1/4-inch beyond designated concrete member surface. d. Structural cracks, as defined by Engineer. e. Non-structural cracks greater than 0.010-inch wide as defined by Engineer. in liquid -retaining structures, elevated slabs subject to the elements or washdowns, below -grade members, and cracks that evidence leakage. Where it is not possible to verify whether a crack is leaking, repair the crack. 2. Repair the following defects in smooth -finish surfaces, in addition to those listed above in this Section: a. Spalls, air bubbles, rock pockets, form depressions, and other defects that extend to more than 1/2-inch in width in any direction, no matter how deep. b. Spalls, air bubbles, rock pockets, form depressions, and other defects of any size that exceed three in number in a 12-inch by 12-inch area, or 12 in number in a three-foot by three-foot area. C. Fins, offsets, and other projections shall be completely removed and smoothed. d. Scratches and gouges in concrete surface. e. Texture and color irregularities. In liquid -retaining surfaces, texture and color irregularities need not be repaired when greater than 12 inches below minimum CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 37 of 40 normal operating liquid surface elevation, except where such defects are indicative of reduced durability. Where smooth rubbed or grout cleaned finish is specified, minor surface defects repairable by the finishing process need not be repaired prior to finish application, when approved by Engineer. B. Method of Repair of Formed Surfaces: 1. Immediately after removing forms, repair and patch defective areas with cement mortar or concrete repair mortar as directed by Engineer. Make repairs made to liquid -retaining structures and below -grade surfaces with repair mortar only. Repair form tie holes in liquid -retaining or below -grade surfaces with non -shrink grout in accordance with Section 03 60 00, Grouting. 2. Honeycombs, Rock Pockets, and Holes Left by Tie Rods and Bolts: a. Cut out honeycomb, rock pockets, voids, and holes left by tie rods and bolts, down to solid concrete but, in no case, to depth less than one -inch for cement mortar and 1/2-inch for repair mortar. Make edges of cuts perpendicular to concrete surface. b. Before placing cement mortar, thoroughly clean and brush -coat area to be patched with specified bonding agent. C. When using concrete repair mortar, use of bonding agent is optional; prepare the surface and place mortar in accordance with mortar manufacturer's recommendations. d. Repairs at exposed -to -view surfaces shall match the color of surrounding concrete, except color matching is not required for interior surfaces of liquid -retaining surfaces up to one foot below typical minimum liquid level. Impart texture to repaired surfaces to match texture of existing adjacent surfaces. Provide test areas at inconspicuous locations to verify mixture, texture, and color match before proceeding with patching. e. Compact mortar in place and strike off slightly higher than the surrounding surface. 3. Structural Cracks: Pressure -grout structural cracks using injectable epoxy installed using pressurized system. Apply in accordance with epoxy manufacturer's directions and recommendations. 4. Non-structural Cracks: Shall be pressure -grouted using hydrophobic or hydrophilic resin. Install in accordance with resin manufacturer's directions and recommendations. 5. Determination of the crack type shall be made by the Engineer. 6. Holes Through Concrete: a. Using plunger -type gun or other suitable device, fill holes extending through concrete from least -exposed face, using flush stop held at exposed face; completely fill the hole with specified repair material. b. At below -grade and liquid -containing members, fill holes with concrete repair mortar and use color -matched cement mortar for outer two inches at exposed -to - view surfaces. 7. Where powerwashing or scrubbing is not adequate, abrasive blast exposed- to -view surfaces that require removal of stains, grout accumulations, sealing compounds, and CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 C. 03 30 00 CAST -IN -PLACE CONCRETE Page 38 of 40 other substances marring the surfaces. Use sand finer than No. 30 and air pressure from 15 to 25 psi. Repair of Unformed Surfaces: 1. Test unformed surfaces, such as monolithic slabs, for smoothness and to verify surface plane to specified tolerances for each surface and finish. Correct low and high areas in accordance with this Section. 2. Test unformed surfaces sloped to drain for trueness of slope, in addition to smoothness, using template having the required slope. Correct high and low areas in accordance with this Section. 3. Repair finish of unformed surfaces containing defects that adversely affect concrete durability. Surface defects include crazing, cracks in excess of 0.01-inch wide, spalling, popouts, honeycombs, rock pockets, and other objectionable conditions. 4. Repair structural cracks in all structures and non-structural cracks in liquid -retaining structures. In liquid -retaining structures, where dry face of concrete member can be observed, repair all cracks evidencing any rate of water flow through crack. Where dry face of member cannot be observed, repair all cracks. Methods of Repair of Unformed Surfaces: 1. Correct high areas in unformed surfaces by grinding, after concrete has cured sufficiently so that repairs can be made without damage to adjacent areas. 2. Correct low areas in unformed surfaces, during or immediately after completion of surface finishing, by cutting out low areas and replacing with fresh concrete. Finish repaired areas to blend into adjacent concrete. Where repairs are required and concrete has already set, sawcut around perimeter of area to be repaired to depth of 1/2-inch and remove concrete so that minimum thickness of repair is 1/2-inch. Apply specified concrete repair mortar in accordance with repair mortar manufacturer's directions and recommendations. 3. Repair defective areas, except random cracks and single holes not exceeding one -inch diameter, by cutting out and replacing with fresh concrete. Remove defective areas to sound concrete with clean, square cuts, and expose reinforcing steel with at least 3/4-inch clearance all around. Minimum thickness of repair shall be 1.5 inches. Dampen concrete surfaces in contact with patching concrete and brush with specified bonding agent. Place patching concrete while bonding agent is tacky. Mix patching concrete of same materials and proportions to provide concrete of same classification as original, adjacent concrete. Place, compact, and finish as required to blend with adjacent finished concrete. Cure in the same manner as adjacent concrete. 4. Repair isolated, random, non-structural cracks (in members that are not below grade or liquid -retaining), and single holes not greater than one -inch diameter, by dry -pack method. Groove top of cracks, and cut out holes to sound concrete, and clean repair area of dust, dirt, and loose particles. Dampen all cleaned concrete surfaces and brush with the specified bonding agent. Place dry -pack before cement grout takes its initial set. Mix dry -pack, consisting of one part portland cement to 2.5 parts fine aggregate passing No. 16 mesh sieve, using only enough water as required for handling and placing. Compact dry -pack mixture in place and finish to match adjacent concrete. Keep patched areas continuously moist for at least 72 hours. 5. Structural cracks shall be pressure -grouted using injectable epoxy. Apply in accordance with epoxy manufacturer's directions and recommendations. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 39 of 40 6. Non-structural cracks in below -grade and liquid -retaining structures shall be pressure - grouted using hydrophilic resin. Apply in accordance with resin manufacturer's directions and recommendations. 7. Determination of crack type will be by Engineer. 8. Ensure that surface is acceptable for flooring material to be installed in accordance with flooring manufacturer's recommendations. E. Other Methods of Repair: Repair methods not specified in this Section may be used when approved by Engineer. END OF SECTION 03 30 00 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 30 00 CAST -IN -PLACE CONCRETE Page 40 of 40 This page intentionally left blank. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0334 13 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 1 of 7 SECTION 03 34 13 CONTROLLED LOW STRENGTH MATERIAL (CLSM) PART1- GENERAL f lfi M11"Ov Mu Ell :3'1 A. Section includes: 1. Controlled low strength material (CLSM) for use in the following: a. Flowable backfill. B. Deviations from this City of Fort Worth Standard Specification 1. Ne Modified L I .C. 2. Modified 1.2. 3. Modified 2.2.13. 4. Added 3.4.7. 5. Added 3.7.3.C. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 31 13 — Fiberglass Reinforced Pipe for Gravitv Sanitary Sewers 4. Section 33 05 10 — Utilitv Trench Excavation, Embedment and Backfill. 5. Section 03 30 00 - Cast -in -Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment for this Section shall be at the Lump Sum bid price in the Proposal Form under the respective vard piping bid item. i . Me-asuremeflt a. This item is eonsidefed s4sidiar-y to the stfuettife or- Rems being plae, 2. payfflefft afe o0hov- a will be allowed, 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. B. ASTM International (ASTM): 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33 - Standard Specification for Concrete Aggregates. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0334 13 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 2 of 7 3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 6. C260 - Standard Specification for Air -Entraining Admixtures for Concrete. 7. C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product data B. Sieve analysis 1. Submit sieve analyses of fine and coarse aggregates being used. a. Resubmit at any time there is a significant change in grading of materials. 2. Mix a. Submit full details, including mix design calculations for mix proposed for use. C. Trial batch test data 1. Submit data for each test cylinder. 2. Submit data that identifies mix and slump for each test cylinder. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Materials 1. Portland cement: Type II low alkali portland cement as specified in Section 03 30 00. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0334 13 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 3 of 7 2. Fly ash: Class F fly ash in accordance with ASTM C618. 3. Water: As specified in Section 03 30 00. 4. Admixture: Air entraining admixture in accordance with ASTM C260. 5. Fine aggregate: Concrete sand (does not need to be in accordance with ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. B. Mixes 1. Performance requirements a. Total calculated air content 1) Not less than 8.0 percent or greater than 12.0 percent. b. Minimum unconfined compressive strength 1) Not less than 50 psi measured at 28 days. c. Maximum unconfined compressive strength for Low Strength CLSM 1) Not greater than 150 psi measured at 28 days. 2) Limit the long-term strength (90 days) to 200 psi such that material could be re -excavated with conventional excavation equipment in the future if necessary. d. Wet density 1) No greater than 132 pounds per cubic foot. e. Color 1) No coloration required unless noted. 2) Submit dye or other coloration means for approval. 2. Suggested design mix. Absolute Volume Material Weight Specific Gravity Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash 300 pounds 2.30 2.09 Water 283 pounds 1.00 4.54 Coarse Aggregate 1,465 pounds 2.68 8.76 Fine Aggregate 1,465 pounds 2.68 8.76 Admixture 4-6 ounces - 2.70 TOTAL 3,543 pounds - 27.00 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Trial batch 1. After mix design has been accepted by Engineer, have trial batch of the accepted mix design prepared by testing laboratory acceptable to Engineer. 2. Prepare trial batches using specified cementitious materials and aggregates proposed to be used for the Work. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0334 13 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 4 of 7 3. Prepare trial batch with sufficient quantity to determine slump, workability, consistency, and to provide sufficient test cylinders. B. Test cylinders: 1. Prepare test cylinders in accordance with ASTM C31 with the following exceptions: a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. b. Do not rod the concrete mix. c. Strike off the excess material. 2. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage. 3. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: a. Perform the capping carefully to prevent premature fractures. b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders. c. Do not perform initial compression test until the cylinders reach a minimum age of 3 days. C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in accordance with ASTM C39 except as modified herein: 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but not exceed maximum compression strength. D. If the trial batch tests do not meet the Specifications for strength or density, revise and resubmit the mix design, and prepare additional trial batch and tests. Repeat until an acceptable trial batch is produced that meets the Specifications. All the trial batches and acceptability of materials shall be paid by the CONTRACTOR. 2. After acceptance, do not change the mix design without submitting a new mix design, trial batches, and test information. E. Determine slump in accordance with ASTM C143 with the following exceptions: 1. Do not rod the concrete material. 2. Place material in slump cone in 1 semi -continuous filling operation, slightly overfill, tap lightly, strike off, and then measure and record slump. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0334 13 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 5 of 7 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place CLSM by any method which preserves the quality of the material in terms of compressive strength and density: I . Limit lift heights of CLSM placed against structures and other facilities that could be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift height indicated on the Drawings. Do not place another lift of CLSM until the last lift of CLSM has set and gained sufficient strength to prevent lateral load due to the weight of the next lift of CLSM. 2. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 3. Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures. 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the material to flow freely during placement: a. After trial batch testing and acceptance, maintain slump developed during testing during construction at all times within f 1 inch. 5. Use a slump, consistency, workability, flow characteristics, and pumpability (where required) such that when placed, the material is self -compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 6. When using as embedment for pipe take appropriate measures to ensure line and grade of pipe. 7. Prior to placement of the flowable fill, all loose and softened soil must be removed at the base of the excavation and along the slope to allow placement of flowable fill on compace, undisturbed. very still in -situ clav as verified by the Engineer. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. General 1. Make provisions for and furnish all material for the test specimens and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Tests by the City 1. During the progress of construction, the City will have tests made to determine whether the CLSM, as being produced, complies with the requirements specified hereinbefore. Test cylinders will be made and delivered to the laboratory by the Engineer and the testing expense will be borne by the City. 2. Test cylinders CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0334 13 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 6 of 7 a. Prepare test cylinders in accordance with ASTM C31 with the following exceptions: 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. 2) Do not rod the concrete mix. 3) Strike off the excess material. b. Place the cylinders in a safe location away from the construction activities. Keep the cylinders moist by covering with wet burlap, or equivalent. Do not sprinkle water directly on the cylinders. c. After 2 days, place the cylinders in a protective container for transport to the laboratory for testing. The concrete test cylinders are fragile and shall be handled carefully. The container may be a box with a Styrofoam or similar lining that will limit the jarring and bumping of the cylinders. d. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage. e. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. f. The test cylinders may be capped with standard sulfur compound or neoprene pads: 1) Perform the capping carefully to prevent premature fractures. 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders. 3) Do not perform initial compression test until the cylinders reach a minimum age of 3 days. 3. The number of cylinder specimens taken each day shall be determined by the Inspector. a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 except as modified herein. b. The compression strength of the cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but not exceed maximum compression strength. c. Below the Slab -on Grade PCI Distribution Box, Scum boxes, Primary Clarifiers, Junction Boxes, and Diversion Boxes. 1) Test CLSM every 25 cubic vards placed or dailv for smaller placements. 4. The City will test the air content of the CLSM. Test will be made immediately after discharge from the mixer in accordance with ASTM C231. 5. Test the slump of CLSM using a slump cone in accordance with ASTM C 143 with the following exceptions: a. Do not rod the concrete material. b. Place material in slump cone in I semi -continuous filling operation, slightly overfill, tap lightly, strike off, and then measure and record slump. 6. If compressive strength of test cylinders does not meet requirements, make corrections to the mix design to meet the requirements of this specification. CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0334 13 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 7 of 7 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 THIS PAGE INTENTIONALLY LEFT BLANK. 03 60 00 GROUTING Page 1 of 10 SECTION 03 60 00 - GROUTING PART1-GENERAL 1.1 DESCRIPTION A. Scope: Contractor shall provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install grout and perform grouting Work. B. Coordination: 1. Review installation procedures under this and other Sections and coordinate installation of items to be installed with or before grouting Work. 2. Notify other contractors in advance of grouting to provide other contractors with sufficient time for installing items included in their contracts to be installed with or before grouting Work. C. Related Sections: 1. Section 03 15 00, Concrete Accessories. 2. Section 03 30 00, Cast -In -Place Concrete. D. Application and Grout Material: The following is a listing of grouting applications and the corresponding type of grout material to be provided for the associated application. Unless shown or indicated otherwise in the Contract Documents, provide grout in accordance with the following: Table 03 60 00-A - GROUT APPLICATIONS AND MATERIAL TYPES Application Required Grout Material Type Beam and column (one- or two-story height) Class II Non -Shrink base plates and precast concrete bearing less than 16 inches in the least dimension Column base plates and precast concrete bearing (greater than two-story height or larger than 16 inches in the least dimension) Base plates for storage tanks and other non - motorized equipment, and motorized equipment or machinery less than 50 horsepower Motorized equipment or machinery equal to and greater than 50 horsepower, and motorized equipment or machinery equipment less than 50 horsepower subject to severe shock loads or high vibration Filling blockout spaces for embedded items such as railing posts, guide frames for Class I Non -Shrink Class I Non -Shrink (unless otherwise recommended by equipment manufacturer) Class III Non -Shrink Epoxy (unless otherwise recommended by equipment manufacturer) Class II Non -Shrink (Class I where placement time exceeds 15 minutes) CDM Smith CONSTRUCTION SPECIFICATION DOCUMENTS VCWRF Primary Clarifier Improvements City Project No. 103295 03 60 00 GROUTING Page 2 of 10 hydraulic gates, and similar applications Grout fill or grout toppings less than four Grout Fill inches thick Grout fill greater than four inches thick Class "B" Concrete in accordance with Section 03 30 00, Cast -In -Place Concrete Grout for setting filter underdrain blocks, and Filter Underdrain Blocks Grout for filling voids between filter underdrain blocks, and for filling voids between filter underdrain blocks and walls Applications not listed above, where grout is Class I Non -Shrink, unless shown or indicated indicated on the Drawings otherwise 1.2 REFERENCES A. Standards referenced in this Section are: 1. ACI 211.1, Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete. 2. ACI 301, Structural Concrete for Buildings. 3. ASTM C33/C33M, Specification for Concrete Aggregates. 4. ASTM C109/C109M, Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in. or [50-mm] Cube Specimens). 5. ASTM C230/C230M, Specification for Flow Table for Use in Tests of Hydraulic Cement. 6. ASTM C531, Test Method for Linear Shrinkage and Coefficient of Thermal Expansion of Chemical -Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes. 7. ASTM C579, Test Methods for Compressive Strength of Chemical -Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes. 8. ASTM C827, Test Method for Change in Height at Early Ages of Cylindrical Specimens of Cementitious Mixtures. 9. ASTM C882/C882M, Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete By Slant Shear. 10. ASTM C939, Text Method for Flow of Grout for Preplaced-Aggregate Concrete (Flow Cone Method). 11. ASTM C 1 107/C 1 107M, Specification for Packaged Dry, Hydraulic -Cement Grout (Nonshrink). 12. ASTM C1181, Test Methods for Compressive Creep of Chemical -Resistant Polymer Machinery Grouts. 13. NSF/ANSI 61, Drinking Water System Components - Health Effects. 1.3 QUALITY ASSURANCE A. Qualifications: Grout Testing Laboratory: a. Independent testing laboratory employed for design and testing of grout materials and mixes shall comply with testing laboratory requirements in Section 03 30 00, CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 60 00 GROUTING Page 3 of 10 Cast -in -Place Concrete and other applicable requirements in the Contract Documents. 2. Manufacturer: Shall have a minimum of five years experience of producing products substantially similar to that required and shall be able to submit documentation of at least five satisfactory installations that have been in successful operation for at least five years each. 3. Manufacturer's Field Service Technician: When required, provide services of manufacturer's full-time employee, factory -trained in handling, use, and installing the products required, with at least five years of experience in field applications of the products required. B. Trial Batch: Each grout fill and construction joint grout mix proportion and design shall be verified by laboratory trial batch or field experience methods. Comply with ACI 211.1 and submit to Engineer a report with the following data: a. Complete identification of aggregate source of supply. b. Tests of aggregates for compliance with specified requirements. C. Scale weight of each aggregate. d. Absorbed water in each aggregate. e. Brand, type, and composition of cement. f. Brand, type, and amount of each admixture. g. Amounts of water used in trial mixes. h. Proportions of each material per cubic yard. i. Unit weight and yield per cubic yard of trial mixtures. j. Measured slump. k. Measured air content. 1. Compressive strength developed at seven days and 28 days, from not less than three test specimens cast for each seven-day and 28-day test, and for each design mix. 2. Laboratory Trial Batches: When laboratory trial batches are used to select grout proportions, prepare test specimens and conduct strength tests as specified in ACI 301. 3. Field Experience Method: When field experience methods are used to select grout proportions, establish proportions as specified in ACI 301. 1.4 SUBMITTALS A. Action Submittals: Submit the following: Shop Drawings: a. Schedule of Project -specific grout applications, installation locations, and the grout type proposed for each. b. List of grout materials and proportions for the proposed mix designs. Include data sheets, test results, certifications, and mill reports to qualify the materials proposed for use in the mix designs. Do not start laboratory trial batch testing until submittal is approved by Engineer. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 60 00 GROUTING Page 4 of 10 Trial Batch Reports: Submit laboratory test reports for grout materials and mix design tests. 2. Product Data: a. Data sheets, certifications, and manufacturer's specifications for all materials proposed for use. B. Informational Submittals: Submit the following: Manufacturer's Instructions: a. Special instructions for shipping, storing, protecting, and handling. b. Installation instructions for the materials. 2. Field Quality Control Submittals: a. Report field testing results for each required time period. (e.g., seven-day tests, 28- day tests). Submit within 24 hours after completion of associated test. Each test report shall include results of all testing required at time of sampling. Supplier Reports: a. Submit written report of results of each visit to Site by Supplier's field service technician, including purpose and time of visit, tasks performed, and results obtained. Submit within two days of completion of visit to the Site. 4. Qualifications Statements: a. Testing laboratory, when not submitted under other Sections. b. Manufacturer, when submittal of qualifications is required by Engineer. C. Manufacturer's field service technician, when submittal of qualifications is required by Engineer. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Storage of Materials: Store grout materials in a dry location, protected from weather and protected from moisture. PART 2 - PRODUCTS 2.1 GENERAL A. All grout materials, admixtures, cementitious materials, and other materials used in grout that contact potable water or water that will be treated to become potable shall be listed in NSF/ANSI 61. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 60 00 GROUTING Page 5 of 10 f►0> 1110to] ►WsoIR12I:t4"W6182du•%V021RlF."I V A. General: Non -shrink grout shall be a prepackaged, inorganic, flowable, non -gas -liberating, non- metallic, cement -based grout requiring only the addition of water. Manufacturer's instructions shall be printed on each bag or container in which the materials are packaged. Specific formulation for each type or class of non -shrink grout specified in this Section shall be that recommended by the grout manufacturer for the particular application. B. Class I Non -Shrink Grout: 1. Class I non -shrink grouts shall have a minimum 28-day compressive strength of 7,000 psi. Use grout for precision grouting and where water -tightness and non -shrink reliability in both plastic and hardened states is critical, in accordance with Table 03 60 00-A in this Section. 2. Products and Manufacturer: Provide one of the following: a. MasterFlow 928, by Master Builders, Inc. b. Five Star Grout, by Five Star Products, Inc. C. Hi -Flow Grout, by Euclid Chemical Company. d. Or equal. Comply with ASTM C 1107/C 1107M, Grade C and B (as modified below) when tested using amount of water required to achieve the following properties: a. Fluid consistency (20 to 30 seconds) shall be in accordance with ASTM C939. b. At temperatures of 45, 73.4, and 95 degrees F. 4. Length change from placing to time of final set shall not have shrinkage greater than the expansion measured at three or fourteen days. Expansion at three or fourteen days shall not exceed the 28-day expansion. 5. Non -shrink property shall not be based on chemically -generated gas or gypsum expansion. 6. Fluid grout shall pass through the flow cone, with continuous flow, one hour after mixing. C. Class II Non -Shrink Grout: Class II non -shrink grouts shall have minimum 28-day compressive strength of 7,000 psi. Use grout for general-purpose grouting applications in accordance with Table 03 60 00-A in this Section. 2. Products and Manufacturer: Provide one of the following: a. MasterFlow 100, by Master Builders, Inc. b. FSP Construction Grout, by Five Star Products, Inc. C. NS Grout, by Euclid Chemical Company. d. Or equal. 3. Comply with ASTM C 1107/C 1107M and the following when tested using the quantity of water required to achieve the following properties: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 60 00 GROUTING Page 6 of 10 a. Flowable consistency (140 percent flow in accordance with ASTM C230/C230M, five drops in 30 seconds). b. Fluid working time of at least 15 minutes. C. Flowable for at least 30 minutes. 4. When tested, grout shall not bleed at maximum allowed water. 5. Non -shrink property shall not be based on chemically -generated gas or gypsum expansion. D. Class III Non -Shrink Epoxy Grout: 1. Epoxy grout shall be a pourable, non -shrink, 100-percent solids system. 2. Products and Manufacturer: Provide one of the following: a. E3G, by Euclid Chemical Company. b. Sikadur 42 Grout Pak LE, by Sika Corporation. C. HP Epoxy Grout, by Five Star Products, Inc. d. Or equal. 3. Epoxy grout system shall have three components: resin, hardener, and specially blended aggregate, all pre -measured and prepackaged. Resin component shall not contain non - reactive diluents. Resins containing butyl glycidyl ether (BGE) or other highly volatile and hazardous reactive diluents are unacceptable. Variation of component ratios is not allowed without specific recommendation by manufacturer. Manufacturer's instructions shall be printed on each container in which products are packaged. 4. The following properties shall be attained with the minimum quantity of aggregate allowed by epoxy grout manufacturer. a. Vertical volume change at all times before hardening shall be between zero percent shrinkage and 4.0 percent expansion when measured in accordance with ASTM C827 (modified for epoxy grouts by using an indicator ball with specific gravity between 0.9 and 1.1). b. Length change after hardening shall be less than 0.0006-inch per inch and coefficient of thermal expansion shall be less than 0.00003-inch per inch per degree F when tested in accordance with ASTM C531. C. Compressive creep at one year shall be less than 0.001-inch per inch when tested under a 400-psi constant load at 140 degrees F in accordance with ASTM C1181. d. Minimum seven-day compressive strength shall be 14,000 psi when tested in accordance with ASTM C579 e. Grout shall be capable of maintaining at least a flowable consistency for minimum of 30 minutes at 70 degrees F. f. Shear bond strength to portland cement concrete shall be greater than shear strength of concrete when tested in accordance with ASTM C882/C882M. g. Minimum effective bearing area shall be 95 percent. 2.3 GROUT MATERIALS OTHER THAN NON -SHRINK GROUT A. General: Materials for grouts (other than non -shrink grouts) shall be in accordance with Section 03 30 00, Cast -In -Place Concrete, except as otherwise specified in this Section. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 60 00 GROUTING Page 7 of 10 B. Grout Fill: Grout fill shall be comprised of cement, fine aggregate, coarse aggregate, water, and admixtures proportioned and mixed in accordance with this Section. a. Minimum Compressive Strength: 4,000 psi at 28 days. b. Maximum Water -Cement Ratio: 0.45 by weight. C. Coarse Aggregate: ASTM C33/C33M, No. 8 size. d. Fine Aggregate: ASTM C33/C33M, approximately 60 percent by weight of total aggregate. e. Air Content: Seven percent (plus or minus one percent). f. Minimum Cement Content: 564 pounds per cubic yard. g. Slump for grout fill shall be adjusted to match placing and finishing conditions, and shall not exceed four inches. C. Construction Joint Grout: Construction joint grout shall be comprised of cement, fine aggregate, coarse aggregate, water, and admixtures proportioned with similar cementitious characteristics as Class "A" concrete specified in Section 03 30 00, Cast -In -Place Concrete. Mix design shall result in grout that is flowable with high mortar content. Mix requirements are. a. Minimum Compressive Strength: 4,500 psi at 28 days. b. Maximum Water -Cement Ratio: 0.42 by weight. C. Coarse Aggregate: ASTM C33/C33M, No. 8 size. d. Fine Aggregate: ASTM C33/C33M, approximately 60 percent by weight of total aggregate. e. Air Content: Seven percent (plus or minus one percent). f. Minimum Cement Content: 752 pounds per cubic yard. g. Slump for Construction Joint Grout: Seven inches (plus or minute one inch). D. Filter Underdrain Blocks Grout: Grout shall comply with Article 2.1 of this Section. Grout shall consist of one part cement to two parts sand with shrinkage -reducing admixture. Class I or Class II non - shrink grout may be used in lieu of filter underdrain blocks grout. a. Minimum Compressive Strength: 4,000 psi at 28 days. b. Maximum Water -Cement Ratio: 0.45 by weight. 2.4 CURING MATERIALS A. Curing materials shall comply with Section 03 30 00, Cast -in -Place Concrete, and shall be as recommended by the manufacturer of prepackaged grouts. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 60 00 GROUTING Page 8 of 10 PART 3 - EXECUTION 3.1 INSPECTION A. Examine substrate and conditions under which grouting will be performed and notify Engineer in writing of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions are corrected. 3.2 INSTALLATION A. General: 1. Place grout as shown and indicated, and in accordance with Laws and Regulations and grout manufacturer's instructions. If manufacturer's instructions conflict with the Contract Documents, obtain clarification or interpretation from Engineer before proceeding. 2. Consistency of non -shrink grouts shall be as required to completely fill the space to be grouted for the particular application. Do not install grout for dry -packing without approval of Engineer. When dry -packing is approved by Engineer, dry -pack consistency shall be such that grout has sufficient water to ensure hydration and grout strength development, and remains plastic, moldable, and that does not flow. 3. Grouting shall comply with temperature and weather limitations in Section 03 30 00, Cast -In -Place Concrete. 4. Cure grout in accordance with grout manufacturer's instructions for prepackaged grout and Section 03 30 00, Cast -In -Place Concrete, for grout fill. B. Columns and Beams: After shimming columns and beams to proper elevation, securely tighten anchors. Properly form around base plates allowing sufficient room around edges for placing grout. Provide adequate depth between bottom of base plate and top of concrete base to assure that void is completely filled with non -shrink grout. C. Equipment Bases: Install equipment in accordance to manufacturer's recommendations, Laws, and Regulations, and the Contract Documents. After shimming equipment to proper elevation, securely tighten anchors. Properly form around base plates, allowing sufficient room around edges for placing grout. Provide adequate depth between bottom of equipment base and top of concrete base to ensure that voids are completely filled with non -shrink grout. D. Handrail Posts: After posts have been properly inserted into holes or sleeves, fill annular space between posts and sleeve with non -shrink grout. Bevel grout at juncture with post so that water will flow away from post. E. Construction Joints: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 60 00 GROUTING Page 9 of 10 Place a six-inch minimum thick layer of construction joint grout over contact surface of concrete at interface of horizontal construction joints in accordance with Section 03 15 00, Concrete Accessories, and Section 03 30 00, Cast -In -Place Concrete. F. Grout Fill: 1. All mechanical, electrical, and finish work shall be completed prior to placing grout fill. Base slab shall be provided with a scratched finish in accordance with Section 03 30 00, Cast -In -Place Concrete. Roughen existing slabs shall by abrasive blasting or hydroblasting exposing aggregates to ensure bonding to base slab. 2. Minimum thickness of grout fill shall be one -inch. Where finished surface of grout fill is to form an intersecting angle of less than 45 degrees with concrete surface against which grout will be placed, form a key in the concrete surface at the intersection point. Key shall be minimum of 3.5 inches wide by 1.5 inches deep. 3. Thoroughly clean and wet base slab prior to placing grout fill. Do not place grout fill until slab is completely free of standing water. A thin coat of neat Type II cement slurry shall be broomed into surface of slab. Place grout fill while slurry is wet. Grout fill shall be compacted by rolling or tamping, brought to elevation, and floated. In tanks and basins where scraping -type equipment will be installed, grout fill shall be screeded by blades attached to revolving mechanism of equipment in accordance with procedures recommended by equipment manufacturer after grout is brought to elevation. 4. Grout fill placed on sloping slabs shall be installed uniformly from bottom of slab to top, for full width of placement. 5. Test grout fill surface with a straight edge to detect high and low spots; immediately correct high and low spots in grout fill. When grout fill has hardened sufficiently, grout fill shall be steel troweled to provide a smooth surface free of bug holes and other imperfections. While an acceptable type of mechanical trowel may be used in this operation, the last pass over the grout fill surface shall be by hand -troweling. During finishing, do not apply the following to the grout fill surface: water, dry cement, or mixture of dry cement and sand. 6. Cure and protect grout fill in accordance with Section 03 30 00, Cast -In -Place Concrete. 3.3 FIELD QUALITY CONTROL A. Field Testing Services: 1. Owner will employ testing laboratory to perform field quality control testing for grout. Engineer will direct the testing requirements. 2. Contractor shall provide all curing and necessary cube storage as specified in Section 0145 28, On -Site Facilities for Testing Laboratory. B. Field Testing Services: 1. Contractor shall employ an independent testing laboratory to perform field quality control testing for grout. Engineer will direct where samples are to be obtained. 2. Contractor shall provide all curing and necessary cube storage as specified in Section 0145 28, On -Site Facilities for Testing Laboratory. 3. Comply with testing laboratory requirements in Section 03 30 00, Cast -In -Place Concrete for required testing laboratory qualifications. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 60 00 GROUTING Page 10 of 10 C. Quality Control Testing During Construction: Grout Fill: Perform sampling and testing for field quality control during grout fill placing as follows: a. Sampling Fresh Grout Fill: ASTM C172. b. Slump: ASTM C143; one test for each load of grout at point of discharge. C. Air Content: ASTM C231; one sample for every two grout loads at point of discharge, and when a change in the grout is observed. d. Compression Test Specimens: 1) In accordance with ASTM C 109/C 109M; make one set of compression cubes for each 50 cubic yards of grout, or fraction thereof, of each mix design placed each day. Each set shall be four standard cubes, unless otherwise directed by Engineer. 2. Non -shrink Grout: Perform sampling and testing for field quality control during non - shrink grout placing as follows: a. Perform compression testing of non -shrink grout in accordance to ASTM C 109/C 109M at intervals during construction as selected by Engineer. Make a set of four specimens for testing compressive strength at a period of time selected by the Engineer. b. Perform compression tests on epoxy grout and fabricate specimens for epoxy grout testing in accordance with ASTM C579, Method B, at intervals during construction as selected by the Engineer. Make a set of four specimens for testing compressive strength at a period of time selected by Engineer. D. Evaluation of Field Quality Control Tests: 1. Do not use grout, delivered to final point of placement, having slump or total air content that does not comply with the Contract Documents. 2. Compressive strength tests for laboratory -cured cubes will be acceptable if averages of all sets of three consecutive compressive strength test results equal or exceed the required 28-day design compressive strength of the associated type of grout. 3. If the compressive strength tests do not comply with the requirements in the Contract Documents, the grout represented by such tests will be considered defective and shall be removed and replaced, or subject to other action required by Engineer, at Contractor's expense. E. Manufacturer's Services: Manufacturers of proprietary materials shall make available upon 72 hours notification the services of qualified, full time employee, experienced in serving as a field service technician for the products required, to aid in assuring proper use of products under the actual conditions at the Site. END OF SECTION 03 60 00 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 74 00 MODIFICATIONS TO EXISTING CONCRETE Page 1 of 6 SECTION 03 74 00 - MODIFICATIONS TO EXISTING CONCRETE PART1-GENERAL 1.1 SUMMARY A. Scope of Work: Furnish all labor, materials, equipment, and incidentals required and cut, remove, repair, or otherwise modify parts of existing concrete structures or appurtenances as shown on the Drawings and as specified herein. Work under this Section shall also include bonding new concrete to existing concrete. B. Related Sections: 1. Section 03 10 00, Concrete Formwork. 2. Section 03 20 00, Concrete Reinforcement. 3. Section 03 25 10, Concrete Joints. 4. Section 03 30 00, Cast -in -Place Concrete. 5. Section 03 60 00, Grout. 6. Section 05 50 10, Miscellaneous Metal Fabrications. 1.2 QUALITY ASSURANCE A. Referenced Standards: Comply with provisions of following codes, specifications, and standards, except as otherwise indicated. 1. ASTM C881 - Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete 2. ASTM C882 - Standard Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete by Slant Sheer 3. ASTM D570 - Standard Test Method for Water Absorption of Plastics 4. ASTM D638 - Standard Test Method for Tensile Properties of Plastics 5. ASTM D695 - Standard Test Method for Compressive Properties of Rigid Plastics 6. ASTM D732 - Standard Test Method for Shear Strength of Plastics by Punch Tool 7. ASTM D790 - Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials B. No existing structure or concrete shall be shifted, cut, removed, or otherwise altered until authorization is given by the Engineer or where directed in the Drawings. C. When removing materials or portions of existing structures and when making openings in existing structures, all precautions shall be taken and all necessary barriers, shoring and bracing, and other protective devices shall be erected to prevent damage to the structures beyond the limits necessary for the new work, protect personnel, control dust, and to prevent damage to the structures or contents by falling or flying debris. Unless otherwise permitted, shown, or specified, line drilling will be required in cutting existing concrete. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 74 00 MODIFICATIONS TO EXISTING CONCRETE Page 2 of 6 D. Manufacturer Qualifications: The manufacturer of the specified products shall have a minimum of 10 years experience in the manufacture of such products and shall have an ongoing program of training, certifying, and technically supporting the Contractor's personnel. 1.3 SUBMITTALS A. Submit to the Engineer, in accordance with Section 0133 00 Schedule of Demolition, and the detailed methods of demolition to be used at each location. B. Submit manufacturer's technical literature on all product brands proposed for use to the Engineer for review. The submittal shall include the manufacturer's installation and/or application instructions. C. When substitutions for acceptable brands of materials specified herein are proposed, submit brochures and technical data of the proposed substitutions to the Engineer for approval before delivery to the project. 1.4 DELIVERY, STORAGE, AND HANDLING A. Deliver the specified products in original, unopened containers with the manufacturer's name, labels, product identification, and batch numbers. B. Store and condition the specified product as recommended by the manufacturer. PART 2 - PRODUCTS 2.1 MATERIALS A. General Materials shall comply with this Section and any state or local regulations. B. Epoxy Bonding Agent General a. The epoxy bonding agent shall be a two -component, solvent -free, asbestos -free, moisture -insensitive epoxy resin material used to bond plastic concrete to hardened concrete complying with the requirements of ASTM C881, Type V, and the additional requirements specified herein. 2. Material a. Properties of the cured material: 1) Compressive Strength (ASTM D695): 8,500 psi minimum at 28 days 2) Tensile Strength (ASTM D638): 4,000 psi minimum at 14 days CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 74 00 MODIFICATIONS TO EXISTING CONCRETE Page 3 of 6 3) Flexural Strength (ASTM D790 - Modulus of Rupture): 6,300 psi minimum at 14 days 4) Shear Strength (ASTM D732): 5,000 psi minimum at 14 days 5) Water Absorption (ASTM D570 - 2 hour boil): 1 percent maximum at 14 days 6) Bond Strength (ASTM C882) Hardened to Plastic: 1,500 psi minimum at 14 days moist cure. 7) Color: Gray Approved manufacturer's include: Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi -Mod; Master Builder's, Cleveland, Ohio - Concresive Liquid (LPL); or W.R. Meadows. C. Epoxy Paste General a. Epoxy Paste shall be a two -component, solvent -free, asbestos free, moisture insensitive epoxy resin material used to bond dissimilar materials to concrete such as setting railing posts, dowels, anchor bolts, and all -threads into hardened concrete and shall comply with the requirements of ASTM C881, Type I, Grade 3, and the additional requirements specified herein. 2. Material a. Properties of the cured material: 1) Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days 2) Tensile Strength (ASTM D638): 3,000 psi minimum at 14 days. Elongation at Break - 0.3 percent minimum 3) Flexural Strength (ASTM D790 - Modulus of Rupture): 3,700 psi minimum at 14 days 4) Shear Strength (ASTM D732): 2,800 psi minimum at 14 days 5) Water Absorption (ASTM D570): 1.0 percent maximum at 7 days 6) Bond Strength (ASTM C882): 2,000 psi at 14 days moist cure 7) Color: Concrete grey 3. Approved manufacturers' include: a. Overhead applications: Sikadur Hi -mod LV 31, Sika Corporation, Lyndhurst, New Jersey; Concresive 1438, Master Builders, Inc., Cleveland, Ohio; or W.R. Meadows. b. Sikadur Hi -mod LV 32, Sika Corporation, Lyndhurst, New Jersey; Concresive 1438, Master Builders, Inc., Cleveland, Ohio; or W.R. Meadows. D. Non -Shrink Precision Cement Grout, Non -Shrink Cement Grout, and Non -Shrink Epoxy Grout are included in Section 03 60 00, Grout. E. Repair Mortars: See Section 03 93 00. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 74 00 MODIFICATIONS TO EXISTING CONCRETE Page 4 of 6 PART 3 - EXECUTION 3.1 GENERAL A. Cut, repair, reuse, demolish, excavate, or otherwise modify parts of the existing structures or appurtenances, as indicated on the Drawings, specified herein, or necessary to permit completion of the Work. Finishes, joints, reinforcements, sealants, etc., are specified in respective Sections. All work shall comply with other requirements of this of Section and as shown on the Drawings. B. All commercial products specified in this Section shall be stored, mixed, and applied in strict compliance with the manufacturer's recommendations. C. In all cases where concrete is repaired in the vicinity of an expansion joint or control joint the repairs shall be made to preserve the isolation between components on either side of the joint. D. When drilling holes for dowels/bolts at new or existing concrete, drilling shall stop if rebar is encountered. As approved by the Engineer, the hole location shall be relocated to avoid rebar. Rebar shall not be cut without prior approval by the Engineer. Where possible, rebar locations shall be identified prior to drilling using "rebar locators" so that drilled hole locations may be adjusted to avoid rebar interference. [c�►�KY]�[�1:��11Y�1:��1�[Y1�� A. Concrete designated to be removed to specific limits as shown on the Drawings or directed by the Engineer, shall be done by line drilling at limits followed by chipping or jack -hammering as appropriate in areas where concrete is to be taken out. Remove concrete in such a manner that surrounding concrete or existing reinforcing to be left in place and existing in place equipment is not damaged. Sawcutting at limits of concrete to be removed shall only be done if indicated on the Drawings, or after obtaining written approval from the Engineer. B. Where existing reinforcing is exposed due to saw cutting/core drilling and no new material is to be placed on the sawcut surface, a coating or surface treatment of epoxy paste shall be applied to the entire cut surface to a thickness of 1/2-in. Rebar shall be drilled and grinded to establish minimum cover requirements prior to application of the surface treatment as detailed in the Drawings. C. In all cases where the joint between new concrete or grout and existing concrete will be exposed in the finished work, except as otherwise shown or specified, the joint shall be grooved and grouted after the new concrete placement has fully cured as directed in the Drawings. D. Concrete specified to be left in place that is damaged shall be repaired by approved means to the satisfaction of the Engineer. E. The Engineer may from time to time direct the Contractor to make additional repairs to existing concrete. These repairs shall be made as specified or by such other methods as may be appropriate. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 74 00 MODIFICATIONS TO EXISTING CONCRETE Page 5 of 6 F. All demolished concrete and other demolished materials shall be removed offsite by the Contractor. 3.3 CONNECTION SURFACE PREPARATION A. Connection surfaces shall be prepared as specified below for concrete areas requiring patching, repairs or modifications as shown on the Drawings, specified herein, or as directed by the Engineer. B. Remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting materials from the surface by dry mechanical means, i.e., sandblasting, grinding, etc., as approved by the Engineer. Be sure the areas are not less than 1/2-in in depth. Irregular voids or surface stones need not be removed if they are sound, free of laitance, and firmly embedded into parent concrete, subject to final inspection. C. If reinforcing steel is exposed, it must be mechanically cleaned to remove all contaminants, rust, etc., as approved by the Engineer. If half of the diameter of the reinforcing steel is exposed, chip out behind the steel. The distance chipped behind the steel shall be a minimum of 1-in. Reinforcing to be saved shall not be damaged during the demolition operation. D. Reinforcing from existing demolished concrete that is shown to be incorporated in new concrete shall be cleaned by mechanical means to remove all loose material and products of corrosion before proceeding with the repair. It shall be cut, bent, or lapped to new reinforcing as shown on the Drawings and provided with 1-in minimum cover all around. E. The following are specific concrete surface preparation "methods" to be used where called for on the Drawings, specified herein, or as directed by the Engineer. Adhesive doweling shall be in accordance with Section 03 20 00. 1. Method A: After the existing concrete surface at connection has been roughened and cleaned, thoroughly moisten the existing surface with water. Brush on a 1/16-in layer of cement and water mixed to the consistency of a heavy paste. Immediately after application of cement paste, place new concrete or grout mixture as detailed on the Drawings. 2. Method B: After the existing concrete surface has been roughened and cleaned, apply epoxy bonding agent at connection surface. The field preparation and application of the epoxy bonding agent shall comply strictly with the manufacturer's recommendations. Place new concrete or grout mixture to limits shown on the Drawings within time constraints recommended by the manufacturer to ensure bond. 3. Where no method is specified, Method B shall be used. END OF SECTION 03 74 00 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 03 74 00 This page intentionally blank. MODIFICATIONS TO EXISTING CONCRETE Page 6 of 6 CDM Smith CONSTRUCTION SPECIFICATION DOCUMENTS VCWRF Primary Clarifier Improvements City Project No. 103295 04 20 00 UNIT MASONRY Page 1 of 24 SECTION 04 20 00 - UNIT MASONRY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Concrete masonry units. 2. Lintels. 3. Brick. 4. Mortar and grout materials. 5. Reinforcement. 6. Ties and anchors. 7. Embedded flashing. 8. Accessories. 9. Mortar and grout mixes. B. Products Installed but not Furnished under This Section: 1. Cast -stone trim in unit masonry. 2. Steel lintels in unit masonry. 3. Steel shelf angles for supporting unit masonry. 4. Cavity wall insulation adhered to masonry backup. C. Related Requirements: 1. Section 03 10 00 "Concrete Forms and Accessories" for dovetail or channel slots for masonry -veneer anchors. 2. Section 05 12 00 "Structural Steel Framing" for installing anchor sections of adjustable masonry anchors for connecting to structural steel frame. 3. Section 07 19 00 "Water Repellents" for water repellents applied to unit masonry assemblies. 4. Section 07 2100 "Thermal Insulation" for cavity wall insulation. 5. Section 07 62 00 "Sheet Metal Flashing and Trim" for exposed sheet metal flashing and for furnishing manufactured reglets installed in masonry joints. 1.3 DEFINITIONS A. CMU(s): Concrete masonry unit(s). CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 04 20 00 UNIT MASONRY Page 2 of 24 B. Reinforced Masonry: Masonry containing reinforcing steel in grouted cells. 1.4 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.5 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: For the following: 1. Masonry Units: Indicate sizes, profiles, coursing, and locations of special shapes. 2. Reinforcing Steel: Indicate bending, lap lengths, and placement of unit masonry reinforcing bars. Comply with ACI 315R. Indicate elevations of reinforced walls. 3. Fabricated Flashing: Detail corner units, end -dam units, and other special applications. C. Samples for Initial Selection: 1. Decorative CMUs, in the form of small-scale units. 2. Pre -faced CMUs. 3. Concrete face brick, in the form of small-scale units. 4. Clay face brick, in the form of straps of five or more bricks. 5. Colored mortar. 6. Weep/cavity vents. D. Samples for Verification: For each type and color of the following: 1. Exposed and Decorative CMUs. 2. Face brick, in the form of straps of five or more bricks. 3. Special brick shapes. 4. Pigmented and colored -aggregate mortar. Make Samples using same sand and mortar ingredients to be used on Project. 5. Weep/cavity vents. 6. Cavity drainage material. 7. Accessories embedded in masonry. 1.6 INFORMATIONAL SUBMITTALS A. List of Materials Used in Constructing Mockups: List generic product names together with manufacturers, manufacturers' product names, model numbers, lot numbers, batch numbers, source of supply, and other information as required to identify materials used. Include mix proportions for mortar and grout and source of aggregates. Submittal is for information only. Receipt of list does not constitute approval of deviations from the Contract Documents unless such deviations are specifically brought to the attention of Engineer and approved in writing. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 04 20 00 UNIT MASONRY Page 3 of 24 B. Material Certificates: For each type of the following: Masonry Units: a. Include material test reports substantiating compliance with requirements. b. For brick, include size -variation data verifying that actual range of sizes falls within specified tolerances. C. For exposed brick, include test report for efflorescence in accordance with ASTM C67/C67M. d. For masonry units used in structural masonry, include data and calculations establishing average net -area compressive strength of units. 2. Integral water repellent used in CMUs. 3. Cementitious materials. Include name of manufacturer, brand name, and type. 4. Preblended, dry mortar mixes. Include description of type and proportions of ingredients. 5. Grout mixes. Include description of type and proportions of ingredients. 6. Reinforcing bars. 7. Joint reinforcement. 8. Anchors, ties, and metal accessories. C. Qualification Statements: For testing agency. D. Mix Designs: For each type of mortar and grout. Include description of type and proportions of ingredients. 1. Include test reports for mortar mixes required to comply with property specification. Test in accordance with ASTM C 109/C 109M for compressive strength, ASTM C 1506 for water retention, and ASTM C91/C91M for air content. 2. Include test reports, in accordance with ASTM C1019, for grout mixes required to comply with compressive strength requirement. E. Statement of Compressive Strength of Masonry: For each combination of masonry unit type and mortar type, provide statement of average net -area compressive strength of masonry units, mortar type, and resulting net -area compressive strength of masonry determined in accordance with TMS 602. F. Cold -Weather and Hot -Weather Procedures: Detailed description of methods, materials, and equipment to be used to comply with requirements. 1.7 QUALITY ASSURANCE A. Qualifications: 1. Installers: All masonry flashing installers must complete the International Masonry Institute Flashing Upgrade training course. 2. Testing Agency Qualifications: Qualified in accordance with ASTM C 1093 for testing indicated. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 1.8 1.9 04 20 00 UNIT MASONRY Page 4 of 24 MOCKUPS A. Sample Panel Mockups: Build sample panels to verify selections made under Sample submittals and to demonstrate aesthetic effects. Comply with requirements in Section 0140 00 "Quality Requirements" for mockups. 1. Build sample panels for typical exterior wall in sizes approximately 48 inches long by 48 inches high by full thickness. 2. Build sample panels facing south. 3. Where masonry is to match existing, build panels adjacent and parallel to existing surface. 4. Clean one-half of exposed faces of panels with masonry cleaner indicated. 5. Protect approved sample panels from the elements with weather -resistant membrane. 6. Approval of sample panels is for color, texture, and blending of masonry units; relationship of mortar and sealant colors to masonry unit colors; tooling of joints; aesthetic qualities of workmanship; and other material and construction qualities specifically approved by Engineer in writing. a. Approval of sample panels does not constitute approval of deviations from the Contract Documents contained in sample panels unless Engineer specifically approves such deviations in writing. DELIVERY, STORAGE, AND HANDLING A. Store masonry units on elevated platforms in a dry location. If units are not stored in an enclosed location, cover tops and sides of stacks with waterproof sheeting, securely tied. If units become wet, do not install until they are dry. B. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp. C. Store aggregates where grading and other required characteristics can be maintained and contamination avoided. D. Deliver preblended, dry mortar mix in moisture -resistant containers. Store preblended, dry mortar mix in delivery containers on elevated platforms in a dry location or in covered weatherproof dispensing silos. E. Store masonry accessories, including metal items, to prevent corrosion and accumulation of dirt and oil. 1.10 FIELD CONDITIONS A. Protection of Masonry: During construction, cover tops of walls, projections, and sills with waterproof sheeting at end of each day's work. Cover partially completed masonry when construction is not in progress. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 04 20 00 UNIT MASONRY Page 5 of 24 1. Extend cover a minimum of 24 inches down both sides of walls, and hold cover securely in place. 2. Where one wythe of multiwythe masonry walls is completed in advance of other wythes, secure cover a minimum of 24 inches down face next to unconstructed wythe, and hold cover in place. B. Do not apply uniform floor or roof loads for at least 12 hours and concentrated loads for at least three days after building masonry walls or columns. C. Stain Prevention: Prevent grout, mortar, and soil from staining the face of masonry to be left exposed or painted. Immediately remove grout, mortar, and soil that come in contact with such masonry. 1. Protect base of walls from rain -splashed mud and from mortar splatter by spreading coverings on ground and over wall surface. 2. Protect sills, ledges, and projections from mortar droppings. 3. Protect surfaces of window and door frames, as well as similar products with painted and integral finishes, from mortar droppings. 4. Turn scaffold boards near the wall on edge at the end of each day to prevent rain from splashing mortar and dirt onto completed masonry. D. Cold -Weather Requirements: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen substrates. Remove and replace unit masonry damaged by frost or by freezing conditions. Comply with cold -weather construction requirements contained in TMS 602. Cold -Weather Cleaning: Use liquid cleaning methods only when air temperature is 40 deg F and higher and will remain so until masonry has dried, but not less than seven days after completing cleaning. E. Hot -Weather Requirements: Comply with hot -weather construction requirements contained in TMS 602. PART 2 - PRODUCTS 2.1 SOURCE LIMITATIONS A. Obtain exposed masonry units and mortar aggregate from single source or manufacturer. B. For exposed masonry units and cementitious mortar components, obtain each color and grade from single source with resources to provide materials of consistent quality in appearance and physical properties. 2.2 PERFORMANCE REQUIREMENTS A. Provide structural unit masonry that develops indicated net -area compressive strengths at 28 days. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2.3 2.4 04 20 00 UNIT MASONRY Page 6 of 24 1. Determine net -area compressive strength of masonry from average net -area compressive strengths of masonry units and mortar types (unit -strength method) in accordance with TMS 602. 2. Determine net -area compressive strength of masonry by testing masonry prisms in accordance with ASTM C 1314. UNIT MASONRY, GENERAL A. Masonry Standard: Comply with TMS 602, except as modified by requirements in the Contract Documents. B. Defective Units: Referenced masonry unit standards may allow a certain percentage of units to contain chips, cracks, or other defects exceeding limits stated. Do not use units where such defects are exposed in the completed Work. CONCRETE MASONRY UNITS A. Shapes: Provide shapes indicated and as follows, with exposed surfaces matching exposed faces of adjacent units unless otherwise indicated. 1. Provide special shapes for lintels, corners, jambs, sashes, movement joints, headers, bonding, and other special conditions. 2. Provide square -edged units for outside corners unless otherwise indicated. B. Integral Water Repellent: Provide units made with integral water repellent for exterior wall substrates. Integral Water Repellent: Liquid polymeric, integral water-repellent admixture that does not reduce flexural bond strength. Units made with integral water repellent, when tested in accordance with ASTM E514/E514M as a wall assembly made with mortar containing integral water-repellent manufacturer's mortar additive, with test period extended to 24 hours, will show no visible water or leaks on the back of test specimen. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) ACM Chemistries. 2) Euclid Chemical Company (The); a subsidiary of RPM International, Inc. 3) GCP Applied Technologies Inc. C. CMUs: ASTM C90, normal weight. 1. Unit Compressive Strength: Provide units with minimum average net -area compressive strength of 3,050 psi. 2. Size (Width): Manufactured to dimensions 3/8 inch less than nominal dimensions. 3. Exposed Faces: Provide color and texture matching the range represented by Engineer's sample. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 i►-61 F01 04 20 00 UNIT MASONRY Page 7 of 24 4. Faces to Receive Plaster: Where units are indicated to receive a direct application of plaster, provide textured -face units made with gap -graded aggregates. 141011110 A. Masonry Lintels: Prefabricated or built -in -place masonry lintels made from bond beam CMUs matching adjacent CMUs in color, texture, and density classification, with reinforcing bars placed as indicated and filled with coarse grout. Cure precast lintels before handling and installing. Temporarily support built -in -place lintels until cured. B. Offset Angle Supports: Steel plate brackets anchored to structure, allowing continuous insulation behind shelf angle supporting veneer. Component and anchor size and spacing engineered by manufacturer. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. FERO Corporation. b. Halfen USA, Inc. C. Hohmann & Barnard, Inc. 2. Stainless Steel: ASTM A240/A240M or ASTM A666, Type 304. 10.37[y14 A. General: Provide shapes indicated and as follows, with exposed surfaces matching finish and color of exposed faces of adjacent units: 1. For ends of sills and caps and for similar applications that would otherwise expose unfinished brick surfaces, provide units without cores or frogs and with exposed surfaces finished. 2. Provide special shapes for applications where stretcher units cannot accommodate special conditions, including those at corners, movement joints, bond beams, sashes, and lintels, requiring brick of size, form, color, and texture on exposed surfaces that cannot be produced by sawing, and where shapes produced by sawing would result in sawed surfaces being exposed to view. B. Clay Face Brick: Facing brick complying with ASTM C216 or hollow brick complying with ASTM C652, Class H40V (void areas between 25 and 40 percent of gross cross -sectional area), Grade SW, Type FBX or Type HBX. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Acme Brick Company. b. Endicott Clay Products Co. C. Glen-Gery Corporation. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2.7 04 20 00 UNIT MASONRY Page 8 of 24 2. Initial Rate of Absorption: Less than 30 g/30 sq. in. per minute when tested in accordance with ASTM C67/C67M. 3. Efflorescence: Provide brick that has been tested in accordance with ASTM C67/C67M and is rated "not effloresced." 4. Size (Actual Dimensions): 3-5/8 inches wide by 2-1/4 inches high by 7-5/8 inches long. 5. Application: Use where brick is exposed unless otherwise indicated. 6. Color and Texture: As selected by Engineer. MORTAR AND GROUT MATERIALS A. Portland Cement: ASTM C150/C150M, Type I or II, except Type III may be used for cold - weather construction. Provide natural color or white cement as required to produce mortar color indicated. 1. Alkali content will not be more than 0.1 percent when tested in accordance with ASTM C114. B. Hydrated Lime: ASTM C207, Type S. C. Portland Cement -Lime Mix: Packaged blend of portland cement and hydrated lime containing no other ingredients. D. Mortar Pigments: Natural and synthetic iron oxides and chromium oxides, compounded for use in mortar mixes and complying with ASTM C979/C979M. Use only pigments with a record of satisfactory performance in masonry mortar. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Davis Colors. b. Lanxess Corporation. C. Solomon Colors Inc. E. Colored Cement Products: Packaged blend made from portland cement and hydrated lime and mortar pigments, all complying with specified requirements, and containing no other ingredients. 1. Colored Portland Cement -Lime Mix: a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) Argos USA LLC. 2) Holcim (US) Inc. 3) Lehigh Hanson; Heidelberg Cement Group. 2. Formulate blend as required to produce color indicated or, if not indicated, as selected from manufacturer's standard colors. 3. Pigments do not exceed 10 percent of portland cement by weight. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2.8 04 20 00 UNIT MASONRY Page 9 of 24 F. Aggregate for Mortar: ASTM C 144. 1. For mortar that is exposed to view, use washed aggregate consisting of natural sand or crushed stone. 2. For joints less than 1/4 inch thick, use aggregate graded with 100 percent passing the No. 16 sieve. 3. White -Mortar Aggregates: Natural white sand or crushed white stone. 4. Colored -Mortar Aggregates: Natural sand or crushed stone of color necessary to produce required mortar color. G. Aggregate for Grout: ASTM C404. H. Cold -Weather Admixture: Nonchloride, noncorrosive, accelerating admixture complying with ASTM C494/C494M, Type C, and recommended by manufacturer for use in masonry mortar of composition indicated. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Euclid Chemical Company (The); a subsidiary of RPM International, Inc. b. GCP Applied Technologies Inc. I. Water -Repellent Admixture: Liquid water-repellent mortar admixture intended for use with CMUs containing integral water repellent from same manufacturer. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. ACM Chemistries. b. Euclid Chemical Company (The); a subsidiary of RPM International, Inc. C. GCP Applied Technologies Inc. J. Water: Potable. REINFORCEMENT A. Uncoated -Steel Reinforcing Bars: ASTM A615/A615M or ASTM A996/A996M, Grade 60. B. Reinforcing Bar Positioners: Wire units designed to fit into mortar bed joints spanning masonry unit cells and to hold reinforcing bars in center of cells. Units are formed from 0.148-inch steel wire, hot -dip galvanized after fabrication. Provide units designed for number of bars indicated. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Heckmann Building Products, Inc. b. Hohmann & Barnard, Inc. C. Wire -Bond. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 "Pil 04 20 00 UNIT MASONRY Page 10 of 24 C. Masonry -Joint Reinforcement, General: ASTM A951/A951M. 1. Interior Walls: Hot -dip galvanized carbon steel. 2. Exterior Walls: Hot -dip galvanized carbon steel. 3. Wire Size for Side Rods: 0.148-inch diameter. 4. Wire Size for Cross Rods: 0.148-inch diameter. 5. Wire Size for Veneer Ties: 0.187-inch diameter. 6. Spacing of Cross Rods, Tabs, and Cross Ties: Not more than 16 inches o.c. 7. Provide in lengths of not less than 10 ft., with prefabricated corner and tee units. D. Masonry -Joint Reinforcement for Single-Wythe Masonry: Ladder type with single pair of side rods. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Hohmann & Barnard, Inc. b. Wire -Bond. E. Masonry -Joint Reinforcement for Multiwythe Masonry: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Heckmann Building Products, Inc. b. Hohmann & Barnard, Inc. C. Wire -Bond. 2. Ladder type with one side rod at each face shell of hollow masonry units more than 4 inches wide, plus one side rod at each wythe of masonry 4 inches wide or less. F. Masonry -Joint Reinforcement for Veneers Anchored with Seismic Masonry -Veneer Anchors: Single 0.187-inch- diameter, hot -dip galvanized carbon steel continuous wire. TIES AND ANCHORS A. General: Ties and anchors extend at least 1-1/2 inches into veneer but with at least a 5/8-inch cover on outside face. B. Materials: Provide ties and anchors specified in this article that are made from materials that comply with the following unless otherwise indicated: 1. Hot -Dip Galvanized, Carbon -Steel Wire: ASTM A1064/A1064M, with ASTM A153/A153M, Class B-2 coating. 2. Galvanized -Steel Sheet: ASTM A653/A653M, Commercial Steel, G60 zinc coating. 3. Steel Sheet, Galvanized after Fabrication: ASTM A1008/A1008M, Commercial Steel, with ASTM A153/A153M, Class B coating. C. Adjustable Masonry -Veneer Anchors: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2.10 FA 04 20 00 UNIT MASONRY Page 1 I of 24 1. General: Provide anchors that allow vertical adjustment but resist a 100 lbf load in both tension and compression perpendicular to plane of wall without deforming or developing play in excess of 1/16 inch. 2. Fabricate sheet metal anchor sections and other sheet metal parts from 0.1084-inch- thick steel sheet, galvanized after fabrication. 3. Fabricate wire ties from 0.187-inch- diameter, hot -dip galvanized -steel wire unless otherwise indicated. 4. Contractor's Option: Unless otherwise indicated, provide any of the adjustable masonry - veneer anchors specified. 5. Masonry -Veneer Anchors; Vertical Slotted L-Plate: Rib -stiffened, sheet metal anchor section with screw holes at top and bottom, projecting vertical leg with slotted hole for wire tie and washer at face of insulation. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) Hohmann & Barnard, Inc. 2) PROSOCO, Inc. 3) Wire -Bond. 6. Masonry -Veneer Anchors; Slotted Plate: Sheet metal anchor section, with screw holes at top and bottom; and raised rib -stiffened strap, stamped into center to provide a slot between strap and base for wire tie. Use self -adhering tape to seal penetration behind anchor plate. 7. Masonry -Veneer Anchors; Slotted Plate with Prongs: Sheet metal anchor section, with screw holes at top and bottom; top and bottom ends bent to form pronged legs of length to match thickness of insulation; and raised rib -stiffened strap, stamped into center to provide a slot between strap and base for wire tie. Use self -adhering tape to seal penetration behind anchor plate. EMBEDDED FLASHING Flexible Flashing: Use one of the following unless otherwise indicated: Elastomeric Thermoplastic Flashing: Composite flashing product consisting of a polyester -reinforced ethylene interpolymer alloy. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) Hohmann & Barnard, Inc. 2) Hyload; IKO Industries, Inc. 3) Mortar Net Solutions. b. Monolithic Sheet: Elastomeric thermoplastic flashing, 40 mil thick. C. Accessories: Provide preformed corners, end dams, other special shapes, and seaming materials produced by flashing manufacturer. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 04 20 00 UNIT MASONRY Page 12 of 24 B. Termination Bars for Flexible Flashing: Stainless steel bars 0.075 inch by 1 inch. C. Termination Bars for Flexible Flashing, Flanged: with a 3/8-inch flange at top. A. Compressible Filler: Premolded filler strips complying with ASTM D1056, Grade 2A1; compressible up to 35 percent; of width and thickness indicated; formulated from neoprene. B. Preformed Control -Joint Gaskets: Made from styrene-butadiene-rubber compound, complying with ASTM D2000, Designation M2AA-805 or PVC, complying with ASTM D2287, Type PVC-65406 and designed to fit standard sash block and to maintain lateral stability in masonry wall; size and configuration as indicated. C. Bond -Breaker Strips: Asphalt -saturated felt complying with ASTM D226/D226M, Type I (No. 15 asphalt felt). D. Weep/Cavity Vents: Use one of the following unless otherwise indicated: 1. Rectangular Plastic Weep/Vent Tubing: Clear butyrate, 3/8 by 1-1/2 by 3-1/2 inches long. 2. Mesh Weep/Vent: Free -draining mesh; made from polyethylene strands, full height and width of head joint and depth 1/8 inch less than depth of outer wythe; in color selected from manufacturer's standard. 3. Vinyl Weep Hole/Vent: Units made from flexible PVC, designed to fit into a head joint and consisting of a louvered vertical leg, flexible wings to seal against ends of masonry units, and a top flap to keep mortar out of the head joint; in color selected by Engineer. E. Cavity Drainage Material: Free -draining mesh, made from polymer strands that will not degrade within the wall cavity. Mortar Deflector: Strips, full depth of cavity 2 inches and 10 inches high, with dovetail - shaped notches that prevent clogging with mortar droppings. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) Hohmann & Barnard, Inc. 2) Mortar Net Solutions. 3) Wire -Bond. F. Proprietary Acidic Masonry Cleaner: Manufacturer's standard -strength cleaner designed for removing mortar/grout stains, efflorescence, and other new construction stains from new masonry without discoloring or damaging masonry surfaces. Use product expressly approved for intended use by cleaner manufacturer and manufacturer of masonry units being cleaned. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Diedrich Technologies, Inc.; a Hohmann & Barnard company. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 04 20 00 UNIT MASONRY Page 13 of 24 b. EaCo Chem, Inc. C. PROSOCO, Inc. 2.12 MORTAR AND GROUT MIXES A. General: Do not use admixtures, including pigments, air -entraining agents, accelerators, retarders, water-repellent agents, antifreeze compounds, or other admixtures unless otherwise indicated. 1. Do not use calcium chloride in mortar or grout. 2. Use portland cement -lime mortar unless otherwise indicated. 3. Add cold -weather admixture (if used) at same rate for all mortar that will be exposed to view, regardless of weather conditions, to ensure that mortar color is consistent. B. Preblended, Dry Mortar Mix: Furnish dry mortar ingredients in form of a preblended mix. Measure quantities by weight to ensure accurate proportions, and thoroughly blend ingredients before delivering to Project site. C. Mortar for Unit Masonry: Comply with ASTM C270, Proportion Specification. Provide the following types of mortar for applications stated unless another type is indicated. 1. For masonry below grade or in contact with earth, use Type M. 2. For reinforced masonry, use Type S. 3. For veneers, use Type N. D. Pigmented Mortar: Use colored cement product or select and proportion pigments with other ingredients to produce color required. Do not add pigments to colored cement products. 1. Pigments do not exceed 10 percent of portland cement by weight. 2. Mix to match Engineer's sample. E. Colored -Aggregate Mortar: Produce required mortar color by using colored aggregates and natural color or white cement as necessary to produce required mortar color. 1. Mix to match Engineer's sample. 2. Application: Use colored -aggregate mortar for exposed mortar joints of face brick. F. Grout for Unit Masonry: Comply with ASTM C476. 1. Use grout of type indicated or, if not otherwise indicated, of type (fine or coarse) that will comply with TMS 602 for dimensions of grout spaces and pour height. 2. Provide grout with a slump of 8 to 11 inches as measured in accordance with ASTM C143/C143M. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 04 20 00 UNIT MASONRY Page 14 of 24 PART 3 - EXECUTION 3.1 EXAMINATION A. Examine conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. 1. For the record, prepare written report, endorsed by Installer, listing conditions detrimental to performance of the Work. 2. Verify that foundations are within tolerances specified. 3. Verify that reinforcing dowels are properly placed. 4. Verify that substrates are free of substances that impair mortar bond. B. Before installation, examine rough -in and built-in construction for piping systems to verify actual locations of piping connections. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION, GENERAL A. Thickness: Build cavity and composite walls and other masonry construction to full thickness shown. Build single-wythe walls to actual widths of masonry units, using units of widths indicated. B. Build chases and recesses to accommodate items specified in this and other Sections. C. Leave openings for equipment to be installed before completing masonry. After installing equipment, complete masonry to match construction immediately adjacent to opening. D. Use full-size units without cutting if possible. If cutting is required to provide a continuous pattern or to fit adjoining construction, cut units with motor -driven saws; provide clean, sharp, unchipped edges. Allow units to dry before laying unless wetting of units is specified. Install cut units with cut surfaces and, where possible, cut edges concealed. E. Select and arrange units for exposed unit masonry to produce a uniform blend of colors and textures. Mix units from several pallets or cubes as they are placed. F. Matching Existing Masonry: Match coursing, bonding, color, and texture of existing masonry. G. Wetting of Brick: Wet brick before laying if initial rate of absorption exceeds 30 g/30 sq. in. per minute when tested in accordance with ASTM C67/C67M. Allow units to absorb water so they are damp but not wet at time of laying. 3.3 TOLERANCES A. Dimensions and Locations of Elements: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 3.4 04 20 00 UNIT MASONRY Page 15 of 24 1. For dimensions in cross section or elevation, do not vary by more than plus 1/2 inch or minus 1/4 inch. 2. For location of elements in plan, do not vary from that indicated by more than plus or minus 1/2 inch. 3. For location of elements in elevation, do not vary from that indicated by more than plus or minus 1/4 inch in a story height or 1/2 inch total. B. Lines and Levels: 1. For bed joints and top surfaces of bearing walls, do not vary from level by more than 1/4 inch in 10 feet, or 1/2-inch maximum. 2. For conspicuous horizontal lines, such as lintels, sills, parapets, and reveals, do not vary from level by more than 1/8 inch in 10 feet, 1/4 inch in 20 feet, or 1/2-inch maximum. 3. For vertical lines and surfaces, do not vary from plumb by more than 1/4 inch in 10 feet, 3/8 inch in 20 feet, or 1/2-inch maximum. 4. For conspicuous vertical lines, such as external corners, door jambs, reveals, and expansion and control joints, do not vary from plumb by more than 1/8 inch in 10 feet, 1/4 inch in 20 feet, or 1/2-inch maximum. 5. For lines and surfaces, do not vary from straight by more than 1/4 inch in 10 feet, 3/8 inch in 20 feet, or 1/2-inch maximum. 6. For vertical alignment of exposed head joints, do not vary from plumb by more than 1/4 inch in 10 feet, or 1/2-inch maximum. 7. For faces of adjacent exposed masonry units, do not vary from flush alignment by more than 1/16 inch except due to warpage of masonry units within tolerances specified for warpage of units. C. Joints: 1. For bed joints, do not vary from thickness indicated by more than plus or minus 1/8 inch, with a maximum thickness limited to 1/2 inch. 2. For exposed bed joints, do not vary from bed joint thickness of adjacent courses by more than 1/8 inch. 3. For head and collar joints, do not vary from thickness indicated by more than plus 3/8 inch or minus 1/4 inch. 4. For exposed head joints, do not vary from thickness indicated by more than plus or minus 1/8 inch. 5. For exposed bed joints and head joints of stacked bond, do not vary from a straight line by more than l/16 inch from one masonry unit to the next. LAYING MASONRY WALLS A. Lay out walls in advance for accurate spacing of surface bond patterns with uniform joint thicknesses and for accurate location of openings, movement -type joints, returns, and offsets. Avoid using less -than -half-size units, particularly at corners, jambs, and, where possible, at other locations. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 3.5 04 20 00 UNIT MASONRY Page 16 of 24 B. Bond Pattern for Exposed Masonry: Unless otherwise indicated, lay exposed masonry in bond pattern indicated on Drawings; do not use units with less -than -nominal 4-inch horizontal face dimensions at corners or jambs. C. Lay concealed masonry with all units in a wythe in running bond or bonded by lapping not less than 4 inches. Bond and interlock each course of each wythe at corners. Do not use units with less -than -nominal 4-inch horizontal face dimensions at corners or jambs. D. Stopping and Resuming Work: Stop work by stepping back units in each course from those in course below; do not tooth. When resuming work, clean masonry surfaces that are to receive mortar, remove loose masonry units and mortar, and wet brick if required before laying fresh masonry. E. Built-in Work: As construction progresses, build in items specified in this and other Sections. Fill in solidly with masonry around built-in items. F. Fill space between steel frames and masonry solidly with mortar unless otherwise indicated. G. Where built-in items are to be embedded in cores of hollow masonry units, place a layer of metal lath, wire mesh, or plastic mesh in the joint below, and rod mortar or grout into core. H. Fill cores in hollow CMUs with grout 24 inches under bearing plates, beams, lintels, posts, and similar items unless otherwise indicated. I. Build nonload-bearing interior partitions full height of story to underside of solid floor or roof structure above unless otherwise indicated. 1. Install compressible filler in joint between top of partition and underside of structure above. 2. Fasten partition top anchors to structure above and build into top of partition. Grout cells of CMUs solidly around plastic tubes of anchors, and push tubes down into grout to provide 1/2-inch clearance between end of anchor rod and end of tube. Space anchors 48 inches o.c. unless otherwise indicated. 3. Wedge nonload-bearing partitions against structure above with small pieces of tile, slate, or metal. Fill joint with mortar after dead -load deflection of structure above approaches final position. MORTAR BEDDING AND JOINTING A. Lay CMUs and hollow brick as follows: 1. Bed face shells in mortar and make head joints of depth equal to bed joints. 2. Bed webs in mortar in all courses of piers, columns, and pilasters. 3. Bed webs in mortar in grouted masonry, including starting course on footings. 4. Fully bed entire units, including areas under cells, at starting course on footings where cells are not grouted. 5. Fully bed units and fill cells with mortar at anchors and ties as needed to fully embed anchors and ties in mortar. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 04 20 00 UNIT MASONRY Page 17 of 24 B. Lay solid masonry units with completely filled bed and head joints; butter ends with sufficient mortar to fill head joints and shove into place. Do not deeply furrow bed joints or slush head joints. C. Set cast -stone trim units in full bed of mortar with full vertical joints. Fill dowel, anchor, and similar holes. 1. Clean soiled surfaces with fiber brush and soap powder and rinse thoroughly with clear water. 2. Allow cleaned surfaces to dry before setting. 3. Wet joint surfaces thoroughly before applying mortar. 4. Rake out mortar joints for pointing with sealant. D. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than joint thickness unless otherwise indicated. E. Cut joints flush for masonry walls to receive plaster or other direct -applied finishes (other than paint) unless otherwise indicated. F. Cut joints flush where indicated to receive cavity wall insulation and air barriers unless otherwise indicated. 3.6 CAVITY WALLS A. Bond wythes of cavity walls together using one of the following methods: 1. Individual Metal Ties: Provide ties as indicated installed in horizontal joints, but not less than one metal tie for 2.67 sq. ft. of wall area spaced not to exceed 36 inches o.c. horizontally and 16 inches o.c. vertically. Stagger ties in alternate courses. Provide additional ties within 12 inches of openings and space not more than 36 inches apart around perimeter of openings. At intersecting and abutting walls, provide ties at no more than 24 inches o.c. vertically. a. Where bed joints of wythes do not align, use adjustable -type (two -piece -type) ties. b. Where one wythe is of clay masonry and the other of concrete masonry, use adjustable -type (two -piece -type) ties to allow for differential movement regardless of whether bed joints align. 2. Masonry -Joint Reinforcement: Installed in horizontal mortar joints. a. Where bed joints of both wythes align, use ladder -type reinforcement extending across both wythes. b. Where bed joints of wythes do not align, use adjustable -type (two -piece -type) reinforcement. 3. Masonry -Veneer Anchors: Comply with requirements for anchoring masonry veneers. B. Bond wythes of cavity walls together using bonding system indicated on Drawings. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 04 20 00 UNIT MASONRY Page 18 of 24 C. Keep cavities clean of mortar droppings and other materials during construction. Bevel beds away from cavity, to minimize mortar protrusions into cavity. Do not attempt to trowel or remove mortar fins protruding into cavity. D. Parge cavity face of backup wythe in a single coat approximately 3/8 inch thick. Trowel face of parge coat smooth. E. Installing Cavity Wall Insulation: Place small dabs of adhesive, spaced approximately 12 inches o.c. both ways, on inside face of insulation boards, or attach with plastic fasteners designed for this purpose. Fit courses of insulation between wall ties and other confining obstructions in cavity, with edges butted tightly both ways. Press units firmly against inside wythe of masonry or other construction as indicated. 1. Fill cracks and open gaps in insulation with crack sealer compatible with insulation and masonry. 3.7 ANCHORED MASONRY VENEERS A. Anchor masonry veneers to masonry backup with masonry -veneer anchors to comply with the following requirements: 1. Fasten anchors to masonry backup with metal fasteners of type indicated. Use two fasteners unless anchor design only uses one fastener. 2. Locate anchor sections to allow maximum vertical differential movement of ties up and down. 3. Space anchors as indicated, but not more than 18 inches o.c. vertically and 24 inches o.c. horizontally, with not less than one anchor for each 2 sq. ft. of wall area. Install additional anchors within 12 inches of openings and at intervals, not exceeding 8 inches, around perimeter. B. Provide not less than 2 inches of airspace between back of masonry veneer and face of insulation. 1. Keep airspace clean of mortar droppings and other materials during construction. Bevel beds away from airspace, to minimize mortar protrusions into airspace. Do not attempt to trowel or remove mortar fins protruding into airspace. 3.8 MASONRY -JOINT REINFORCEMENT A. General: Install entire length of longitudinal side rods in mortar with a minimum cover of 5/8 inch on exterior side of walls, 1/2 inch elsewhere. Lap reinforcement a minimum of 6 inches. 1. Space reinforcement not more than 16 inches O.C. 2. Provide reinforcement not more than 8 inches above and below wall openings and extending 12 inches beyond openings. B. Interrupt joint reinforcement at control and expansion joints unless otherwise indicated. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 04 20 00 UNIT MASONRY Page 19 of 24 C. Provide continuity at wall intersections by using prefabricated T-shaped units. D. Provide continuity at corners by using prefabricated L-shaped units. E. Cut and bend reinforcing units as directed by manufacturer for continuity at returns, offsets, column fireproofing, pipe enclosures, and other special conditions. 3.9 CONTROL AND EXPANSION JOINTS A. General: Install control- and expansion joint materials in unit masonry as masonry progresses. Do not allow materials to span control and expansion joints without provision to allow for in - plane wall or partition movement. B. Form control joints in concrete masonry as follows: 1. Fit bond -breaker strips into hollow contour in ends of CMUs on one side of control joint. Fill resultant core with grout and rake out joints in exposed faces for application of sealant. 2. Install preformed control joint gaskets designed to fit standard sash block. 3. Install interlocking units designed for control joints. Install bond -breaker strips at joint. Keep head joints free and clear of mortar or rake out joint for application of sealant. 4. Install temporary foam -plastic filler in head joints and remove filler when unit masonry is complete for application of sealant. C. Form expansion joints in brick as follows: 1. Build flanges of metal expansion strips into masonry. Lap each joint 4 inches in direction of water flow. Seal joints below grade and at junctures with horizontal expansion joints if any. 2. Build flanges of factory -fabricated, expansion joint units into masonry. 3. Build in compressible joint fillers where indicated. 4. Form open joint full depth of brick wythe and of width indicated, but not less than 3/8 inch for installation of sealant and backer rod specified in Section 07 92 00 "Joint Sealants." 3.10 LINTELS A. Install steel lintels where indicated. B. Provide masonry or offset angle support lintels where indicated and where openings of more than 12 inches for brick -size units and 24 inches for block -size units are indicated without structural steel or other supporting lintels. C. Provide minimum bearing of 8 inches at each jamb unless otherwise indicated. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 04 20 00 UNIT MASONRY Page 20 of 24 3.11 FLASHING, WEEP HOLES, AND CAVITY DRAINAGE A. General: Install embedded flashing and weep holes in masonry at shelf angles, lintels, ledges, other obstructions to downward flow of water in wall, and where indicated. Install cavity vents at shelf angles, ledges, and other obstructions to upward flow of air in cavities, and where indicated. B. Install flashing as follows unless otherwise indicated: 1. Prepare masonry surfaces so they are smooth and free from projections that could puncture flashing. Where flashing is within mortar joint, place through -wall flashing on sloping bed of mortar and cover with mortar. Before covering with mortar, seal penetrations in flashing with adhesive, sealant, or tape as recommended by flashing manufacturer. 2. At multiwythe masonry walls, including cavity walls, extend flashing through outer wythe, turned up a minimum of 8 inches, and through inner wythe to within 1/2 inch of the interior face of wall in exposed masonry. Where interior face of wall is to receive furring or framing, carry flashing completely through inner wythe and turn flashing up approximately 2 inches on interior face. 3. At masonry -veneer walls, extend flashing through veneer, across airspace behind veneer, and up face of sheathing at least 8 inches; with upper edge tucked under air barrier, lapping at least 4 inches. 4. At lintels and shelf angles, extend flashing 6 inches minimum, to edge of next full unit at each end. At heads and sills, extend flashing 6 inches minimum, to edge of next full unit and turn ends up not less than 2 inches to form end dams. 5. Interlock end joints of sawtooth sheet metal flashing by overlapping ribs not less than 1- 1/2 inches or as recommended by flashing manufacturer, and seal lap with elastomeric sealant complying with requirements in Section 07 92 00 "Joint Sealants" for application indicated. 6. Install metal drip edges beneath flexible flashing at exterior face of wall. Stop flexible flashing 1/2 inch back from outside face of wall, and adhere flexible flashing to top of metal drip edge. 7. Install metal flashing termination beneath flexible flashing at exterior face of wall. Stop flexible flashing 1/2 inch back from outside face of wall, and adhere flexible flashing to top of metal flashing termination. 8. Cut flexible flashing off flush with face of wall after masonry wall construction is completed. C. Install reglets and nailers for flashing and other related construction where they are indicated to be built into masonry. D. Install weep holes in exterior wythes and veneers in head joints of first course of masonry immediately above embedded flashing. 1. Use specified weep/cavity vent products to form weep holes. 2. Space weep holes 24 inches o.c. unless otherwise indicated. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 04 20 00 UNIT MASONRY Page 21 of 24 E. Place cavity drainage material in airspace behind veneers to comply with configuration requirements for cavity drainage material in "Accessories" Article. F. Install cavity vents in head joints in exterior wythes at spacing indicated. Use specified weep/cavity vent products to form cavity vents. 1. Close cavities off vertically and horizontally with blocking in manner indicated. Install through -wall flashing and weep holes above horizontal blocking. 3.12 REINFORCED UNIT MASONRY A. Temporary Formwork and Shores: Construct formwork and shores as needed to support reinforced masonry elements during construction. 1. Construct formwork to provide shape, line, and dimensions of completed masonry as indicated. Make forms sufficiently tight to prevent leakage of mortar and grout. Brace, tie, and support forms to maintain position and shape during construction and curing of reinforced masonry. 2. Do not remove forms and shores until reinforced masonry members have hardened sufficiently to carry their own weight and that of other loads that may be placed on them during construction. B. Placing Reinforcement: Comply with requirements in TMS 602. C. Grouting: Do not place grout until entire height of masonry to be grouted has attained enough strength to resist grout pressure. 1. Comply with requirements in TMS 602 for cleanouts and for grout placement, including minimum grout space and maximum pour height. 2. Limit height of vertical grout pours to not more than 60 inches. 3.13 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections. Allow inspectors access to scaffolding and work areas as needed to perform tests and inspections. Retesting of materials that fail to comply with specified requirements will be at Contractor's expense. B. Inspections: Special inspections as indicated in Structural Drawings. C. Testing Prior to Construction: One set of tests. D. Testing Frequency: One set of tests for each 5000 sq. ft. of wall area or portion thereof. E. Concrete Masonry Unit Test: For each type of unit provided, in accordance with ASTM C140/C140M for compressive strength. F. Grout Test (Compressive Strength): For each mix provided, in accordance with ASTM C 1019. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 04 20 00 UNIT MASONRY Page 22 of 24 3.14 REPAIRING, POINTING, AND CLEANING A. Remove and replace masonry units that are loose, chipped, broken, stained, or otherwise damaged or that do not match adjoining units. Install new units to match adjoining units; install in fresh mortar, pointed to eliminate evidence of replacement. B. Pointing: During the tooling of joints, enlarge voids and holes, except weep holes, and completely fill with mortar. Point up joints, including corners, openings, and adjacent construction, to provide a neat, uniform appearance. Prepare joints for sealant application, where indicated. C. In -Progress Cleaning: Clean unit masonry as work progresses by dry brushing to remove mortar fins and smears before tooling joints. D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed masonry as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. 2. Test cleaning methods on sample wall panel; leave one-half of panel uncleaned for comparison purposes. Obtain Engineer's approval of sample cleaning before proceeding with cleaning of masonry. 3. Protect adjacent stone and nonmasonry surfaces from contact with cleaner by covering them with liquid strippable masking agent or polyethylene film and waterproof masking tape. 4. Wet wall surfaces with water before applying cleaners; remove cleaners promptly by rinsing surfaces thoroughly with clear water. 5. Clean brick by bucket -and -brush hand -cleaning method described in BIA Technical Notes 20. 6. Clean concrete masonry by applicable cleaning methods indicated in NCMA TEK 84A. 7. Clean masonry with a proprietary acidic masonry cleaner applied according to manufacturer's written instructions. 3.15 MASONRY WASTE DISPOSAL A. Salvageable Materials: Unless otherwise indicated, excess masonry materials are Contractor's property. At completion of unit masonry work, remove from Project site. B. Waste Disposal as Fill Material: Dispose of clean masonry waste, including excess or soil - contaminated sand, waste mortar, and broken masonry units, by crushing and mixing with fill material as fill is placed. 1. Crush masonry waste to less than 4 inches in each dimension. 2. Mix masonry waste with at least two parts of specified fill material for each part of masonry waste. Fill material is specified in Section 3120 00 "Earth Moving." 3. Do not dispose of masonry waste as fill within 18 inches of finished grade. C. Masonry Waste Recycling: Return broken CMUs not used as fill to manufacturer for recycling. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 04 20 00 UNIT MASONRY Page 23 of 24 D. Excess Masonry Waste: Remove excess clean masonry waste that cannot be used as fill, as described above or recycled, and other masonry waste, and legally dispose of off Owner's property. END OF SECTION 04 20 00 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 04 20 00 UNIT MASONRY Page 24 of 24 This page intentionally left blank. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 04 72 00 CAST STONE MASONRY Page 1 of 8 SECTION 04 72 00 - CAST STONE MASONRY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Mortar materials. 2. Coping. 3. Wall Caps. 4. Accessories. B. Related Requirements: 1. Section 04 20 00 "Unit Masonry". lwc KTOJlIto] ►BYi1:�uplwlF.3W A. Product Data: For each type of product. 1. For cast stone units, include construction details, material descriptions, dimensions of individual components and profiles, and finishes. B. Shop Drawings: Show fabrication and installation details for cast stone units. Include dimensions, details of reinforcement and anchorages if any, and indication of finished faces. 1. Include building elevations showing layout of units and locations of joints and anchors. C. Samples for Initial Selection: For colored mortar. D. Samples for Verification: 1. For each color and texture of cast stone required, 4 inches square in size. 2. For each trim shape required, 4 inches in length. 3. For colored mortar, make Samples using same sand and mortar ingredients to be used on Project. E. Full -Size Samples: For each texture and shape of cast stone unit required. 1. Make available for Architect's review at Project site. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 04 72 00 CAST STONE MASONRY Page 2 of 8 2. Make Samples from materials to be used for units used on Project. 3. Approved Samples may be installed in the Work. F. American Iron and Steel (AIS): Submit certification indicating compliance with AIS requirements for all metal products. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For manufacturer and testing agency. 1. Include copies of material test reports, indicating compliance of cast stone with ASTM C1364. B. Material Test Reports: For each mix required to produce cast stone, based on testing according to ASTM C1364. 1. Provide test reports based on testing within previous six months. 1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer of cast stone units similar to those indicated for this Project, that has sufficient production capacity to manufacture required units, and is a plant certified by CSI or PCI for Group A, Category AT. B. Furnish cast stone for installation in mockups specified in Section 04 20 00 "Unit Masonry." 1.6 DELIVERY, STORAGE, AND HANDLING A. Coordinate delivery of cast stone with unit masonry work to avoid delaying the Work and to minimize the need for on -site storage. B. Pack, handle, and ship cast stone units in suitable packs or pallets. 1. Lift with wide -belt slings; do not use wire rope or ropes that might cause staining. Move cast stone units if required, using dollies with wood supports. 2. Store cast stone units on wood skids or pallets with nonstaining, waterproof covers, securely tied. Arrange to distribute weight evenly and to prevent damage to units. Ventilate under covers to prevent condensation. C. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp. D. Store mortar aggregates where grading and other required characteristics can be maintained and contamination can be avoided. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 04 72 00 CAST STONE MASONRY Page 3 of 8 1.7 PROJECT CONDITIONS A. Cold -Weather Requirements: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen substrates. Comply with cold -weather construction requirements in TMS 602. 1. Cold -Weather Cleaning: Use liquid cleaning methods only when air temperature is 40 deg F and above and will remain so until cast stone has dried, but no fewer than seven days after completing cleaning. B. Hot -Weather Requirements: Comply with hot -weather construction requirements in TMS 602. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Source Limitations for Cast Stone: Obtain cast stone units from single source from single manufacturer. B. Source Limitations for Mortar Materials: Obtain mortar ingredients of a uniform quality, including color, from one manufacturer for each cementitious component and from one source or producer for each aggregate. 2.2 CAST STONE MATERIALS A. Portland Cement: ASTM C 150/C 150M, Type I or Type III, containing not more than 0.60 percent total alkali when tested according to ASTM C114. Provide natural color or white cement as required to produce cast stone color indicated. B. Coarse Aggregates: Granite, quartz, or limestone complying with ASTM C33/C33M; gradation and colors as needed to produce required cast stone textures and colors. C. Fine Aggregates: Natural sand or crushed stone complying with ASTM C33/C33M, gradation and colors as needed to produce required cast stone textures and colors. D. Color Pigment: ASTM C979/C979M, synthetic mineral -oxide pigments or colored water - reducing admixtures; color stable, free of carbon black, nonfading, and resistant to lime and other alkalis. E. Admixtures: Use only admixtures specified or approved in writing by Engineer. 1. Do not use admixtures that contain more than 0.1 percent water-soluble chloride ions by mass of cementitious materials. Do not use admixtures containing calcium chloride. 2. Use only admixtures that are certified by manufacturer to be compatible with cement and other admixtures used. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 04 72 00 CAST STONE MASONRY Page 4 of 8 3. Air -Entraining Admixture: ASTM C260/C260M. Add to mixes for units exposed to the exterior at manufacturer's prescribed rate to result in an air content of 4 to 6 percent, except do not add to zero -slump concrete mixes. 4. Water -Reducing Admixture: ASTM C494/C494M, Type A. 5. Water -Reducing, Retarding Admixture: ASTM C494/C494M, Type D. 6. Water -Reducing, Accelerating Admixture: ASTM C494/C494M, Type E. F. Reinforcement: Deformed steel bars complying with ASTM A615/A615M, Grade 60. Use galvanized or epoxy -coated reinforcement when covered with less than 1-1/2 inches of cast stone material. a. Epoxy Coating: ASTM A775/A775M. b. Galvanized Coating: ASTM A767/A767M. 2.3 CAST STONE UNITS A. Manufacturers: Provide products by one of the following: 1. Stone Legends, Inc. 2. Advanced Architectural Stone. 3. Espinoza Cast Stone, Inc. B. Cast Stone Units: Comply with ASTM C1364. Units are manufactured using the wet -cast method. C. Fabricate units with sharp arris and accurately reproduced details, with indicated texture on all exposed surfaces unless otherwise indicated. 1. Slope exposed horizontal surfaces 1:12 to drain unless otherwise indicated. 2. Provide raised fillets at backs of sills and at ends indicated to be built into jambs. 3. Provide drips on projecting elements unless otherwise indicated. D. Fabrication Tolerances: 1. Variation in Cross Section: Do not vary from indicated dimensions by more than 1/8 inch. 2. Variation in Length: Do not vary from indicated dimensions by more than 1/360 of the length of unit or 1/8 inch, whichever is greater, but in no case by more than 1/4 inch. 3. Warp, Bow, and Twist: Not to exceed 1/360 of the length of unit or 1/8 inch, whichever is greater. 4. Location of Grooves, False Joints, Holes, Anchorages, and Similar Features: Do not vary from indicated position by more than 1/8 inch on formed surfaces of units and 3/8 inch on unformed surfaces. E. Cure Units as Follows: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 04 72 00 CAST STONE MASONRY Page 5 of 8 1. Cure units in enclosed, moist curing room at 95 percent relative humidity and temperature of 100 deg F for 12 hours or 70 deg F for 16 hours. 2. Keep units damp and continue curing to comply with one of the following: a. No fewer than five days at mean daily temperature of 70 deg F or above. b. No fewer than seven days at mean daily temperature of 50 deg F or above. F. Acid etch units after curing to remove cement film from surfaces to be exposed to view. G. Colors and Textures: As selected by Engineer from manufacturer's full range. 2.4 ACCESSORIES A. Anchors: Type and size indicated, fabricated from Type 304 stainless steel complying with ASTM A240/A240M, ASTM A276/A276M, or ASTM A666 steel complying with ASTM A36/A36M and hot -dip galvanized to comply with ASTM A123/A123M. B. Dowels: 1/2-inch- diameter round bars, fabricated from Type 304 stainless steel complying with ASTM A240/A240M, ASTM A276/A276M, or ASTM A666 steel complying with ASTM A36/A36M and hot -dip galvanized to comply with ASTM A123/A123M. 2.5 MORTAR MIXES A. Comply with requirements in Section 04 20 00 "Unit Masonry" for mortar mixes. 2.6 SOURCE QUALITY CONTROL A. Engage a qualified independent testing agency to sample and test cast stone units according to ASTM C1364. PART 3 - EXECUTION 3.1 A. B. 3.2 EXAMINATION Examine substrates and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. Proceed with installation only after unsatisfactory conditions have been corrected. SETTING CAST STONE IN MORTAR A. Set cast stone as indicated in TMS 604. B. Install cast stone units to comply with requirements in Section 04 20 00 "Unit Masonry." CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 04 72 00 CAST STONE MASONRY Page 6 of 8 C. Set cast stone as indicated on Drawings. Set units accurately in locations indicated, with edges and faces aligned according to established relationships and indicated tolerances. 1. Install anchors, supports, fasteners, and other attachments indicated or necessary to secure units in place. 2. Coordinate installation of cast stone with installation of flashing specified in other Sections. D. Wet joint surfaces thoroughly before applying mortar or setting in mortar. E. Set units in full bed of mortar with full head joints unless otherwise indicated. 1. Set units with joints 1/4 to 3/8 inch wide unless otherwise indicated. 2. Build anchors and ties into mortar joints as units are set. 3. Fill dowel holes and anchor slots with mortar. 4. Fill collar joints solid as units are set. 5. Build concealed flashing into mortar joints as units are set. 6. Keep head joints in copings and between other units with exposed horizontal surfaces open to receive sealant. 7. Keep joints at shelf angles open to receive sealant. F. Rake out joints for pointing with mortar to depths of not less than 3/4 inch. Rake joints to uniform depths with square bottoms and clean sides. Scrub faces of units to remove excess mortar as joints are raked. G. Point mortar joints by placing and compacting mortar in layers not greater than 3/8 inch. Compact each layer thoroughly and allow it to become thumbprint hard before applying next layer. H. Tool exposed joints slightly concave when thumbprint hard. Use a smooth plastic jointer larger than joint thickness. I. Rake out joints for pointing with sealant to depths of not less than 3/4 inch. Scrub faces of units to remove excess mortar as joints are raked. J. Point joints with sealant to comply with applicable requirements in Section 07 92 00 "Joint Sealants." 1. Prime cast stone surfaces to receive sealant and install compressible backer rod in joints before applying sealant unless otherwise indicated. K. Provide sealant joints at head joints of copings and other horizontal surfaces; at expansion, control, and pressure -relieving joints; and at locations indicated. 1. Keep joints free of mortar and other rigid materials. 2. Build in compressible foam -plastic joint fillers where indicated. 3. Form joint of width indicated, but not less than 3/8 inch. 4. Prime cast stone surfaces to receive sealant and install compressible backer rod in joints before applying sealant unless otherwise indicated. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 04 72 00 CAST STONE MASONRY Page 7 of 8 5. Prepare and apply sealant of type and at locations indicated to comply with applicable requirements in Section 07 92 00 "Joint Sealants." [c�c�:\�al�i.91Y1►[sf:�►1�Zy��L�►MI►[� A. Remove and replace stained and otherwise damaged units and units not matching approved Samples. Cast stone may be repaired if methods and results are approved by Engineer. B. Replace units in a manner that results in cast stone matching approved Samples, complying with other requirements, and showing no evidence of replacement. C. In -Progress Cleaning: Clean cast stone as work progresses. 1. Remove mortar fins and smears before tooling joints. 2. Remove excess sealant immediately, including spills, smears, and spatter. D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed cast stone as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. 2. Test cleaning methods on sample; leave one sample uncleaned for comparison purposes. Obtain Engineer's approval of sample cleaning before proceeding with cleaning of cast stone. 3. Protect adjacent surfaces from contact with cleaner by covering them with liquid strippable masking agent or polyethylene film and waterproof masking tape. 4. Wet surfaces with water before applying cleaners; remove cleaners promptly by rinsing thoroughly with clear water. 5. Clean cast stone by methods described in Cast Stone Institute Technical Bulletin #39. 6. Clean cast stone with proprietary acidic cleaner applied according to manufacturer's written instructions. END OF SECTION 04 72 00 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 04 72 00 CAST STONE MASONRY Page 8 of 8 This page intentionally left blank. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 05 33 ANCHOR SYSTEMS Page 1 of 19 SECTION 05 05 33 - ANCHOR SYSTEMS PART1-GENERAL 1.1 DESCRIPTION A. Scope: 1. Contractor shall provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install anchor systems. 2. This Section includes all anchor systems required for the Work, but not specified under other Sections. B. Coordination: 1. Review installation procedures under this and other Sections and coordinate installation of items to be installed with or before anchor systems Work. 2. Notify other contractors in advance of installing anchor systems to provide other contractors with sufficient time for installing items included in their contracts to be installed with or before anchor systems Work. 1.2 REFERENCES A. Standards referenced in this Section are: 1. ACI 318, Building Code Requirements for Structural Concrete. 2. ACI 350, Code Requirements for Environmental Engineering Concrete Structures. 3. ACI 355.2, Qualification of Post -Installed Mechanical Anchors in Concrete. 4. ASTM A194/A194M, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both. 5. ASTM A276, Specification for Stainless Steel Bars and Shapes. 6. ASTM A493, Specification for Stainless Steel Wire and Wire Rods for Cold Heading and Cold Forging. 7. ASTM A563, Specification for Carbon and Alloy Steel Nuts. 8. ASTM A1011/A1011M, Specification for Steel, Sheet and Strip, Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy, High -Strength Low -Alloy with Improved Formability, and Ultra -High Strength. 9. ASTM B633, Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 10. ASTM C307, Test Method for Tensile Strength of Chemical -Resistant Mortar, Grouts, and Monolithic Surfacings. 11. ASTM C579, Test Methods for Compressive Strength of Chemical -Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes. 12. ASTM C881/C881M, Specification for Epoxy -Resin -Base Bonding Systems for Concrete. 13. ASTM D695, Test Method for Compressive Properties of Rigid Plastics. 14. ASTM D790, Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 05 33 ANCHOR SYSTEMS Page 2 of 19 15. ASTM E329, Specification for Agencies Engaged in Construction Inspection and/or Testing. 16. ASTM E488, Test Methods for Strength of Anchors in Concrete and Masonry Elements. 17. ASTM F593, Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. 18. ASTM F594, Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. 19. ASTM F1554, Specification for Anchor Bolts, Steel, 36, 55 and 105-ksi Yield Strength. 20. FS A-A-1922A, Shield, Expansion (Caulking Anchors, Single Lead). 21. FS A-A-1923A, Concrete Expansion Anchors. 22. FS A-A-1925A, Shield, Expansion (Nail Anchors). 23. FS A-A-55614, Shield, Expansion (non -drilling expansion anchors). 24. ICC-ES ACO1, Acceptance Criteria for Expansion Anchors in Masonry Elements. 25. ICC-ES AC58, Acceptance Criteria for Adhesive Anchors in Masonry Elements. 26. ICC-ES AC 193, Acceptance Criteria for Mechanical Anchors in Concrete Elements. 27. ICC-ES AC308, Acceptance Criteria for Post -Installed Adhesive Anchors in Concrete Elements. 28. ISO 3506-1, Mechanical Properties of Corrosion -Resistant Stainless Steel Fasteners -- Part 1: Bolts, Screws and Studs. 29. ANSI/MSS SP-58, Pipe Hangers and Supports — Materials, Design, Manufacture, Selection, Application, and Installation. 1.3 QUALITY ASSURANCE A. Qualifications: 1. Testing Laboratory: Shall comply with ASTM E329 and shall be experienced in tension testing of post -installed anchoring systems. 2. Post -installed Anchor Installer: Shall be experienced and trained by post -installed anchor system manufacturer in proper installation of manufacturer's products. Product installation training by distributors or manufacturer's representatives is unacceptable unless the person furnishing the training is qualified as a trainer by the anchor manufacturer. 1.4 AMERICAN IRON AND STEEL (AIS) REQUIREMENTS A. Products submitted under this section shall meet American Iron and Steel (AIS) requirements as described in Division 00 and 01 Specifications. 1.5 SUBMITTALS A. Action Submittals: Submit the following: Shop Drawings: a. Listing of all anchor systems products intended for use in the Work including product type, intended location in the Project, and embedded lengths. 2. Product Data: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 05 33 ANCHOR SYSTEMS Page 3 of 19 a. Manufacturer's specifications, load tables, dimension diagrams, acceptable base material conditions, acceptable drilling methods, and acceptable bored hole conditions. b. When required by Engineer, copies of valid ICC ES reports that presents load - carrying capacities and installation requirements for anchor systems. Samples: a. Representative Samples of anchor systems proposed for use in the Work. Review will be for type and finish only. Compliance with all other requirements is Contractor's exclusive responsibility. 4. American Iron and Steel (AIS) Certification: a. Submit certification indicating compliance with AIS requirements for all applicable metal products where required in compliance with the requirements of Division 00 and 01. B. Informational Submittals: Submit the following: Certificates: a. For each type of anchor bolt or threaded rod, submit copies of laboratory test reports and other data required to demonstrate compliance with the Contract Documents. 1) Reports shall demonstrate compliance with ductile steel element definition of ACI 350, Appendix D, Section D.1. b. Post -installed anchor system manufacturer's certification that installer received training in the proper installation of manufacturer's products required for the Work. 2. Manufacturer's Instructions: a. Installation instructions for each anchor system product proposed for use, including bore hole cleaning procedures and adhesive injection, cure and gel time tables, and temperature ranges (storage, installation and in-service). 3. Field Quality Control Submittals: a. Submit results of field quality control testing and inspections performed by testing laboratory. 1.6 DELIVERY, STORAGE AND HANDLING A. Storage and Protection: 1. Keep materials dry during delivery and storage. 2. Store adhesive materials within manufacturer's recommended storage temperature range. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 05 33 ANCHOR SYSTEMS Page 4 of 19 Protect anchor systems from damage at the Site. Protect products from corrosion and deterioration. PART 2 - PRODUCTS 2.1 SYSTEM PERFORMANCE A. General: 1. At locations where conditions dictate that Work specified in other Sections is to be of corrosion resistant materials, provide associated anchor systems of stainless steel materials, unless other corrosion -resistant anchor system material is specified. Provide anchor systems of stainless steel materials where stainless steel materials are required in the Contract Documents. 2. Stainless Steel Nuts: a. For anchor bolts and adhesive anchors, provide ASTM AI94/AI94M, Grade 8S (Nitronic 60) stainless steel nuts for stainless steel anchors used for anchoring equipment, gates, and weirs, and other locations, if any, where the attachment will require future removal for operation or maintenance. Provide lock washer or double nuts on each anchorage device provided for equipment, as required by equipment manufacturer. b. For other locations, provide for each anchorage device a nut as specified or as required by anchor manufacturer. When ASTM A194/A194M, Grade 8S (Nitronic 60) nuts are not required for anchor bolts and adhesive anchors as specified in this Section, provide anti -seizing compound where stainless steel rods are used with stainless steel nuts of the same type. Materials that can contact potable water or water that will be treated to become potable shall be listed in NSF/ANSI 61. B. Design Criteria Size, Length, and Load -carrying Capacity: Comply with the Contract Documents. When size, length or load -carrying capacity of anchor system is not otherwise shown or indicated, provide the following: a. Anchor Bolts: Provide size, length, and capacity required to carry design load based on values and requirements of Paragraph 3.2A of this Section. For conditions outside limits of critical edge distance and spacing in Paragraph 3.2A of this Section, minimum anchor bolt embedment as shown or indicated in Paragraph 3.2A of this Section apply and capacity shall be based on requirements of Laws and Regulations, including applicable building codes. b. Adhesive Anchors, Expansion Anchors, or Concrete Inserts: Provide size, length, type, and capacity required to carry design load. Anchor capacity shall be based on the procedures required by the building code in effect at the Site. Where Evaluation Service Reports issued by the ICC Evaluation Service are required in this Section, anchor capacities shall be based on design procedure required in the applicable ICC Evaluation Service Report. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 05 33 ANCHOR SYSTEMS Page 5 of 19 1) General: Determine capacity considering reductions due to installation and inspection procedures, embedment length, strength of base fastening materials, spacing, and edge distance, as indicated in the manufacturer's design guidelines. For capacity determination, concrete shall be assumed to be in the cracked condition, unless calculations demonstrate that the anchor system will be installed in an area that is not expected to crack under any and all conditions of design loading. 2) Concrete Adhesive Anchors: Unless otherwise shown or indicated in the Contract Documents or approved by Engineer, provide minimum embedment depth of the greater of the following: required to develop tensile strength of anchor, or a minimum embedment of 10 anchor diameters; and minimum anchor spacing and edge distance of 12 anchor diameters. 3) Concrete Masonry Adhesive Anchors: Unless otherwise shown or indicated in the Contract Documents or approved by Engineer, provide minimum anchor spacing and edge distance as indicated in anchor manufacturer's instructions. 4) Concrete Expansion Anchors: Unless otherwise shown or indicated in the Contract Documents or approved by Engineer, provide minimum embedment depth of six anchor diameters, and minimum anchor spacing and edge distance of seven anchor diameters. 5) Concrete Masonry Expansion Anchors: Unless otherwise shown or indicated in the Contract Documents or approved by Engineer, provide minimum anchor spacing and edge distance as indicated in anchor manufacturer's instructions. 6) Concrete Undercut Anchors: Unless otherwise shown or indicated in the Contract Documents, or approved by Engineer, provide minimum anchor spacing and edge distance as tabulated in anchor manufacturer's instructions. 2. Design Loads. Comply with the Contract Documents. When design load of supported material, equipment, or system is not otherwise shown or indicated, provide the following: a. Equipment Anchors: Use design load recommended by equipment manufacturer. When equipment can be filled with fluid, use loads that incorporate equipment load and load imposed by fluid. b. Pipe Hangers and Supports: Use full weight of pipe, and fluid contained in pipe that are tributary to the support plus the full weight of valves and accessories located between the hanger or support being anchored and the next hanger or support. C. Hangers and Supports for Electrical Systems, and HVAC, Plumbing, and Fire Suppression Systems and Piping: Use the full weight of supported system that is tributary to the support plus the full weight of accessories located between the hanger or support being anchored and the next hanger or support. When piping or equipment is to be filled with fluid, anchor systems shall be sized to support such loads in addition to the weight of the equipment, piping, or system, as applicable. d. Delegated Design: When anchor systems are used for supporting materials, equipment, or systems delegated to a design professional retained by Contractor, Subcontractor, or Supplier, provide anchor system suitable for loads indicated in delegated design documents and consistent with the design intent expressed in the Contract Documents. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 05 33 ANCHOR SYSTEMS Page 6 of 19 C. Application: Anchor Bolts: a. Where anchor bolt is shown or indicated, use cast -in -place anchor bolt unless another anchor type is approved by Engineer. b. Provide anchor bolts as shown or indicated, or as required to secure structural element to appropriate anchor surface. 2. Concrete Adhesive Anchors: a. Use where adhesive anchors are shown or indicated for installation in concrete. b. Suitable for use where subject to vibration. C. Suitable for use in exterior locations or locations subject to freezing. d. Suitable for use in submerged, intermittently submerged, or buried locations. e. Do not use in overhead applications, unless otherwise shown or approved by Engineer. f. Do not use for pipe hangers, unless otherwise shown or approved by Engineer. Grout -filled Concrete Masonry Adhesive Anchors: a. Use where adhesive anchors are shown or indicated for installation in grout -filled concrete masonry units. b. Suitable for use where subject to vibration. C. Suitable for use in exterior locations or locations subject to freezing. d. Do not use for pipe hangers, unless otherwise shown or approved by Engineer. 4. Hollow Concrete Masonry Adhesive Anchors: a. Use where adhesive anchors are shown or indicated for installation in hollow concrete unit masonry. b. Suitable for use where subject to vibration. C. Suitable for use in exterior locations or locations subject to freezing. d. Do not use for pipe hangers, unless otherwise shown or approved by Engineer. 5. Concrete Wedge Expansion Anchors: a. Use where expansion anchors are shown or indicated for installation in concrete. b. Do not use where subject to vibration. C. Do not use in exterior locations or locations subject to freezing. d. Do not use in submerged, intermittently submerged, or buried locations. e. Suitable for use in overhead applications. 6. Grout -filled Concrete Masonry Wedge Expansion Anchors: a. Use where expansion anchors are shown or indicated for installation on the interior face of grout -filled unit masonry. b. Do not use where subject to vibration. C. Do not use in exterior locations or locations subject to freezing. 7. Hollow Concrete Masonry Sleeve Expansion Anchors: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 05 33 ANCHOR SYSTEMS Page 7 of 19 a. Use where expansion anchors are shown or indicated for installation in hollow concrete unit masonry or solid brick. b. Do not use for attaching safety -related systems, such as piping conveying hazardous or potentially hazardous materials, or fire suppression systems. C. Do not use where subject to vibration. d. Do not use in exterior locations or locations subject to freezing. Drop -in Expansion Anchors: a. Use drop -in expansion anchors installed in concrete where light -duty anchors are required to support piping or conduit two-inch diameter or smaller. b. Do not use for attaching safety -related systems, such as piping conveying hazardous or potentially hazardous materials, or fire suppression systems. C. Do not use where subject to vibration. d. Do not use at submerged, intermittently submerged, or buried locations. e. Do not use in exterior locations or locations subject to freezing. f. Suitable for use in overhead applications. 9. Concrete Undercut Anchors: a. Use where undercut anchors are shown or indicated for installation in concrete. b. Suitable for use where subject to vibration. C. Do not use in submerged, intermittently submerged, or buried locations. d. Do not use in exterior locations or locations subject to freezing. e. Suitable for use in overhead applications. 10. Concrete Inserts: a. Use only where shown or indicated in the Contract Documents. b. Allowed for use to support pipe hangers and pipe supports for pipe size and loading recommended by the concrete insert manufacturer. 11. Drive -In Expansion Anchors: a. Use drive-in expansion anchors installed in concrete, precast concrete, grouted masonry units, or brick, where light -duty anchors are required to support piping or conduit one -inch diameter and smaller. b. Do not use for attaching safety -related systems, such as piping conveying hazardous or potentially hazardous materials, or fire suppression systems. C. Do not use in overhead applications. 12. For Use in Precast Concrete Planks: a. To support piping or conduit six-inch diameter and smaller, use low -profile drop -in anchors, hollow concrete masonry adhesive anchors, or through -bolts. b. For piping greater than six-inch diameter, or to support safety -related systems, use through -bolts. Each through -bolt shall consist of threaded rod, nuts, washers, and bearing plate. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 05 33 ANCHOR SYSTEMS Page 8 of 19 A. Anchor Bolts: 1. Interior Dry Non -corrosive Locations: Provide straight threaded carbon steel rods complying with ASTM F1554, Grade55, with heavy hex nuts complying with ASTM A563 Grade (--2--), unless otherwise shown or indicated on the Drawings. Hooked anchor bolts are unacceptable. 2. Exterior, Buried, Submerged Locations, or When Exposed to Wastewater: Provide stainless steel straight threaded rods complying with ASTM F593, AISI Type 316, Condition A, with ASTM F594, AISI Type 316, stainless steel nuts. Provide ASTM A194/A194M, Grade 8S (Nitronic 60) stainless steel nuts where required. Other AISI types may be used when approved by Engineer. Hooked bolts are unacceptable. a. Stainless steel straight threaded rod shall comply with ductility requirements of ACI 350 or ACI 318 Appendix D, Section D.3.3. 3. Equipment: Provide anchor bolts complying with material requirements of this Section and equipment manufacturer's requirements relative to size, embedment length, and anchor bolt projection. Anchor bolts shall be straight threaded rods with washers and nuts as specified in this Section. Hooked bolts are unacceptable. 4. Anchoring of Structural Elements: Provide anchor bolts of size, material, and strength shown or indicated in the Contract Documents. B. Concrete Adhesive Anchors: General: a. Adhesive anchors shall consist of threaded rods anchored into hardened concrete using an adhesive system. 2. Products and Manufacturers: Provide one of the following: a. HIT -RE 500-SD Injection Epoxy Adhesive Anchoring System, by Hilti Fastening Systems, Inc. b. SET-3G High -Strength Epoxy Adhesive, by Simpson Strong -Tie Company, Inc. C. Or equal. Adhesive: a. Adhesive system shall use two -component adhesive mix. b. Epoxy adhesives shall comply with physical requirements of ASTM C881/C881M, Type IV, Grade 2 and 3, Class A, B, and C, except gel times. C. Adhesives shall have a current evaluation report by ICC Evaluation Service for use in both cracked and uncracked concrete with seismic recognition for SDC A through F as tested and assessed in accordance with ICC-ES AC308. d. Adhesives shall have minimum bond strength and minimum design bond strength (bond strength multiplied by strength reduction factor) in accordance with Table 05 05 33-A: TABLE 05 05 33-A:-ADHESIVE BOND STRENGTH',z Anchor Uncracked Concrete Cracked Concrete CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 Rod Diameter / Bond Strength Design Bond Bond Strength Dowel Size (psi) Strength (psi) (psi) 3/8-inch / #3 2040 1300 1090 1/2-inch / #4 1920 1200 920 5/8-inch / #5 1830 1150 710 3/4-inch / #6 1760 1050 710 7/8inch / #7 1670 900 610 1-inch / #8 1650 1050 850 - / #9 1900 1000 800 1.25-inch/ #10 1580 1000 730 05 05 33 ANCHOR SYSTEMS Page 9 of 19 Design Bond Strength (psi) 700 560 390 460 340 460 400 400 Table Notes: 1. Bond strengths listed for hammer -drilled, dry hole. 2. Bond strengths listed for maximum short term concrete temperature of 110 degrees F and maximum long term concrete temperature of 75 degrees F. 4. Anchor: a. Provide continuously -threaded, AISI Type 316 stainless steel adhesive anchor rod. Threaded rods shall comply with the concrete adhesive anchor manufacturer's specifications as included in the ICC Service Evaluation Report for the anchor submitted. Nuts shall have specified proof load stresses equal to or greater than the minimum tensile strength of the stainless steel threaded rod used. Provide ASTM A194/A194M, Grade 8S (Nitronic 60) stainless steel nuts where required. b. Stainless steel threaded rod shall comply with ductility requirements of ACI 350 or ACI 318 Appendix D, Section D.3.3. C. Grout -filled Concrete Masonry Adhesive Anchors: 1. General: a. Adhesive anchors shall consist of threaded rods anchored into grout -filled concrete block masonry using an adhesive system. 2. Products and Manufacturers: Provide one of the following: a. HIT-HY 150 Max Adhesive Anchoring System, by Hilti Fastening Systems, Inc. b. Acrylic -Tie Adhesive, by Simpson Strong -Tie Company, Inc. C. Or equal. 3. Adhesive: a. Adhesive system shall use two -component adhesive mix. b. Acrylate hybrid adhesives shall comply with the following: 1) ASTM C579 compressive strength greater than 7,252 psi, or ASTM D695 compressive yield strength greater than or equal to 10,210 psi. 2) ASTM C307 modulus of elasticity greater than 507,000 psi or ASTM D695 compressive modulus of elasticity greater than 660,800 psi. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 05 33 ANCHOR SYSTEMS Page 10 of 19 Adhesives shall have current ICC Evaluation Service Report for use in grout -filled concrete masonry, tested and assessed in accordance with ICC-ES 58. 4. Anchor: a. Provide stainless steel adhesive anchor rod complying with ASTM F593, AISI Type 316, Condition CW, with ASTM F594, AISI Type 316 stainless steel nuts. Provide ASTM A194/A194M, Grade 8S (Nitronic 60) stainless steel nuts where required. D. Hollow Concrete Masonry Adhesive Anchors: General: a. Adhesive anchors shall consist of threaded rods with a cylindrical mesh steel or plastic screen tube anchored into hollow concrete block masonry using an adhesive system. 2. Products and Manufacturers: Provide one of the following: a. HIT-HY 20 for Masonry Anchoring System, by Hilti Fastening Systems, Inc. b. Acrylic -Tie Anchoring Adhesive, by Simpson Strong -Tie Company, Inc. C. Or equal. 3. Adhesive: a. Adhesive system shall use two -component adhesive mix. b. Hybrid adhesives shall comply with the following: 1) ASTM D695 compressive strength, greater than 7,410 psi. 2) ASTM D790 modulus of elasticity: 0.33 x 106 psi or ASTM D695 compressive modulus of elasticity greater than 0.668 x106 psi. Adhesives shall have a current ICC Evaluation Service Report for use in hollow concrete masonry as tested and assessed in accordance with ICC-ES AC58. 4. Anchor: a. Provide stainless steel adhesive anchor rod complying with ASTM F593, AISI Type 316, Condition CW, with ASTM F594, AISI Type 316, stainless steel nuts. Provide ASTM A194/A194M, Grade 8S (Nitronic 60) stainless steel nuts where required. 5. Mesh Screen Tube: a. Provide with mesh size, length, and diameter as specified by adhesive anchor manufacturer. b. Mesh shall be AISI 304 stainless steel. E. Concrete Wedge Expansion Anchors: General: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 05 33 ANCHOR SYSTEMS Page 11 of 19 a. Concrete wedge expansion anchors shall consist of stud, wedge, nut, and washer. 2. Products and Manufacturers: Provide one of the following: a. Kwik Bolt TZ Wedge Anchor, by Hilti Fastening Systems, Inc. b. Or equal. 3. Anchors shall comply with physical requirements of FS A-A-1923A, Type 4. Provide concrete wedge expansion anchors suitable for use in cracked and uncracked concrete in accordance with ACI 318 and ACI 350, Appendix D. Demonstrate suitability of cracked concrete wedge anchors in accordance with ACI 355.2 prequalification tests. 4. Interior Dry Non -corrosive Locations: Provide carbon steel anchors complete with nuts and washers, zinc plated, in accordance with ASTM B633. 5. Other Locations: Provide expansion anchors complete with nuts and washers, AISI Type 304 stainless steel anchor body, in accordance with ASTM A276 or ASTM A493. 6. Anchor shall comply with ductility requirements of ACI 350 or ACI 318 Appendix D, Section D.3.3. 7. Concrete wedge expansion anchors shall have a current ICC Evaluation Service Report for use in both cracked and uncracked concrete with seismic recognition in seismic design Categories A through F when tested and assessed in accordance with ICC-ES AC 193. F. Grout -filled Masonry Wedge Expansion Anchors: General: a. Grout -filled masonry wedge expansion anchors shall each consist of stud, wedge, nut, and washer. 2. Product and Manufacturers: Provide one of the following: a. Kwik-Bolt 3 Expansion Anchors, by Hilti Fastening Systems, Inc. b. Wedge -All Wedge Anchors, by Simpson Strong -Tie Company, Inc. C. Or equal. 3. Anchors shall comply with physical requirements of FS A-A-1923A, Type 4. Anchors shall be non -bottom bearing type with single -piece steel expansion clip providing 360- degree contact with base material and shall not require oversized holes for installation. 4. Interior Dry Non -corrosive Locations: Provide carbon steel anchors complete with nuts and washers, zinc plated, in accordance with ASTM B633. 5. Other Locations: Provide AISI Type 316 stainless steel anchor, complete with nut and washer, in accordance with ASTM A276 or ASTM A493. 6. Grout -filled masonry wedge expansion anchors shall have a current ICC Evaluation Service report for use in fully -grouted concrete masonry construction when tested and assessed in accordance with ICC-ES ACOL G. Hollow Concrete Masonry Sleeve Expansion Anchors: 1. General: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 05 33 ANCHOR SYSTEMS Page 12 of 19 a. Sleeve expansion anchors shall each consist of an externally threaded stud with full length expanding sleeve. 2. Products and Manufacturers: Provide one of the following: a. HLC Sleeve Anchors, by Hilti Fastening Systems, Inc. b. Dynabolt Sleeve Anchors, by ITW Red Head. C. Or equal. 3. Anchors shall comply with physical requirements of FS A-A-1922A. Anchors shall be non -bottom bearing type with single -piece steel expansion sleeve providing 360-degree contact with base material, and shall not require oversized holes for installation. 4. Interior Dry Non -corrosive Locations: Provide carbon steel anchors complete with nuts and washers, zinc plated, in accordance with ASTM B633. 5. Other Locations: Provide expansion anchors complete with nuts and washers, Type 304 stainless steel, in accordance with ASTM A276 or ASTM A493. H. Drop -in Expansion Anchors: General: a. Drop -in expansion anchors shall each consist of an internally threaded, deformation -controlled expansion anchor with pre -assembled expander plug. 2. Products and Manufacturers: Provide one of the following: a. HDI Drop -In Anchors, by Hilti Fastening Systems, Inc. b. Drop -In Anchor, by Simpson Strong -Tie Company, Inc. C. Or equal. Provide carbon steel anchors complete with nuts and washers, zinc plated, in accordance with ASTM B633, complying with physical requirements of FS A-A-55614, Type I. Anchors shall be flush or shell type. Provide low -profile anchors for use in precast concrete planks. I. Concrete Undercut Anchors: General: a. Each concrete undercut anchor shall consist of threaded stud, thick-walled expansion sleeve, expander coupler, and nut and washer. Anchors shall be pre-set type or through -set type, as shown on the Drawings. 2. Products and Manufacturers: Provide one of the following: a. HDA Undercut Anchor, by Hilti Fastening Systems, Inc. b. DUC Ductile Undercut Anchor, by USP Structural Connectors. C. Or equal CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 05 33 ANCHOR SYSTEMS Page 13 of 19 Provide concrete undercut expansion anchors in accordance with ACI 318 and ACI 350, Appendix D. Demonstrate suitability of cracked concrete undercut anchors in accordance with ACI 355.2 prequalification tests. a. Anchor shall comply with ductility requirements of ACI 350 or ACI 318 Appendix D, Section D.3.3. 4. Installed anchor shall exhibit form fit between bearing elements and the undercut in the concrete. 5. Interior Dry Non -Corrosive Locations: Provide carbon steel anchors, complete with nuts and washers, zinc plated, in accordance with ASTM B633. 6. Other Locations: Provide stainless steel anchors, complete with nuts and washers, manufactured of AISI Type 316 stainless steel or materials complying with ISO 3506-1 and having corrosion resistance equivalent to AISI Type 316 stainless steel. 7. Concrete undercut anchors shall have a current ICC Evaluation Service Report for use in both cracked and uncracked concrete for seismic recognition for seismic design Categories A through F when tested and assessed in accordance with ICC-ES AC193. Concrete Inserts: Manufacturers: Provide products of one of the following: a. Unistrut Corporation. b. Cooper B-Line, Inc. C. Anvil International, Inc. d. Or equal. 2. Spot Concrete Inserts: a. Provide inserts recommended by insert manufacturer for required loading. Inserts shall comply with ANSI/MSS SP-58, malleable iron, Type 18. Spot inserts shall allow for lateral adjustment and have means for attachment to forms. Provide nuts compatible with insert and to suit threaded hanger rod sizes. Continuous Concrete Inserts: a. Provide inserts recommended by insert manufacturer for required loading. Inserts shall be continuous type and shall be manufactured from minimum 12-gage cold - formed channel sections, complying with ASTM A1011/AI011M, stainless steel, Grade 33, complete with styrofoam inserts, end caps, and means for attaching to forms. Provide channel nuts compatible with insert suitable for threaded hanger rod sizes. 4. Provide inserts with plain finish. K. Drive -In Expansion Anchors: General: a. Drive -In expansion anchors shall each consist of stainless steel drive pin and expanding alloy body. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 05 33 ANCHOR SYSTEMS Page 14 of 19 2. Products and Manufacturers: Provide one of the following: a. Metal HIT Anchor, by Hilti Fastening Systems, Inc. b. Zinc Nailon Anchor, by Simpson Strong -Tie Company, Inc. C. Or equal. 3. Provide Type 304 stainless steel drive pin with zinc alloy body. Anchor shall comply with physical requirements of FS A-A-1925A, Type 1. L. Unless approved by Engineer, do not use power -actuated fasteners or other types of bolts and fasteners not specified in this Section. M. Anti -Seizing Compound: 1. Products and Manufacturers: Provide one of the following: a. Pure Nickel Never-Seez, by Bostik. b. Nickel -Graf, by Anti -Seize Technology. C. Or equal. 2. Provide pure nickel anti -seizing compound. PART 3 - EXECUTION 3.1 INSPECTION A. Examine conditions under which materials will be installed and advise Engineer in writing of conditions detrimental to proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions are corrected. 3.2 INSTALLATION A. Anchor Bolts: 1. Provide anchor bolts as shown or indicated in the Contract Documents, or as required to secure structural element to the appropriate anchor surface. 2. Locate and accurately set anchor bolts using templates or other devices as required, prior to placing concrete. Wet setting of anchor bolts is unacceptable. 3. Protect threads and shank from damage during installation and subsequent construction operations. 4. Unless otherwise shown or approved by Engineer anchor bolts shall comply with Table 05 05 33-13: TABLE 05 05 33-13: SINGLE ANCHOR ALLOWABLE LOADS ON ANCHOR BOLTS ' F1554 Grade 36 I F1554 a q F593 Type 316, Condition A Grade 55 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 05 33 ANCHOR SYSTEMS Page 15 of 19 W COO W Con -� C C12.75 1/2 6 9 1,262 2,420 8.5 1,660 3,190 5/8 7.5 11.25 2,010 3,860 10.5 15.75 2,640 5,080 3/4 9 13.5 2,974 5,720 13 19.5 3,910 7,520 7/8 10.5 15.75 4,106 7,890 15 22.5 5,400 10,390 1 12 18 5,386 10,360 17 25.5 7,090 13,450 1 1/8 13.5 20.25 6,787 13,052 19 28.5 8,930 16,580 1 1/4 15 22.5 8,617 16,572 21 31.5 11,340 20,040 Table Notes: 1. Table is based on ACI 318 and ACI 350, Appendix D, f ,� = 4000 psi. Table 05 05 33-B is not applicable to anchor bolts embedded in grouted masonry. 2. Critical edge distance and spacing are indicated in the table. Capacity of anchor bolts for other combination of edge distances and spacing shall be evaluated in accordance with ACI 318 and ACI 350, Appendix D. 3. Values for shear and tension listed are not considered to act concurrently. Interaction of tension and shear will be evaluated by Engineer in accordance with ACI 318 and ACI 350, Appendix D. B. Adhesive Anchors, Undercut Anchors, and Expansion Anchors — General: 1. Prior to drilling, locate existing reinforcing steel in vicinity of proposed holes. If reinforcing conflicts with proposed hole location, obtain Engineer's approval of alternate hole locations to avoid drilling through or damaging existing reinforcing bars. C. Adhesive Anchors: 1. Comply with manufacturer's written installation instructions and the following. 2. Drill holes to adhesive system manufacturer's recommended drill bit diameter to the specified depth. Drill holes in hammering and rotation mode with carbide -tipped drill bits that comply with the tolerances of ANSI B212.15. Core -drilled holes are unacceptable. 3. Before setting adhesive anchor, hole shall be made free of dust and debris by method recommended by adhesive anchor system manufacturer. Hole shall be brushed with adhesive system manufacturer -approved brush and blown clean with clean, dry, oil -free compressed air to remove all dust and loose particles. Hole shall be dry as defined by adhesive system manufacturer. 4. Before injecting adhesive, obtain Engineer's concurrence that hole is dry and free of oil and other contaminants. 5. Prior to injecting adhesive into the drilled hole, dispense, to a location appropriate for such waste, an initial amount of adhesive from the mixing nozzle, until adhesive is uniform color. 6. Inject adhesive into hole through injection system -mixing nozzle and necessary extension tubes, placed to bottom of hole. Discharge end shall be withdrawn as adhesive is placed but kept immersed to prevent formation of air pockets. Fill hole to depth that ensures that excess material is expelled from hole during anchor placement. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 05 33 ANCHOR SYSTEMS Page 16 of 19 7. Twist anchors during insertion into partially -filled hole to guarantee full wetting of rod surface with adhesive. Insert rod slowly to avoid developing air pockets. 8. Provide adequate curing in accordance to adhesive system manufacturer's requirements prior to continuing with adjoining Work that could place load on installed adhesive anchors. Do not begin adjoining Work until adhesive anchors are successfully tested or when allowed by Engineer. 9. Limitations: a. Installation Temperature: Comply with manufacturer's instructions for installation temperature requirements. Provide temporary protection and other measures, such as heated enclosures, necessary to ensure that base material temperature complies with anchor systems manufacturer's requirements during installation and curing of adhesive anchor system. b. Oversized Holes: Advise Engineer immediately if size of drilled hole is larger than recommended by anchor system manufacturer. Cost of corrective measures, including but not limited to redesign of anchors due to decreased anchor capacities, shall be paid by Contractor. C. Embedment depths shall be based on installation in normal -weight concrete with compressive strength of 2,500 psi when embedded in existing concrete, and 4,000 psi when embedded in new concrete. D. Expansion Anchors: 1. Comply with expansion anchor manufacturer's written installation instructions and the following: 2. Drill holes using anchor system manufacturer's recommended drill bit diameter and to the specified depth. Drill holes in hammering and rotation mode with carbide -tipped drill bits complying with tolerances of ANSI B212.15. Core drilled holes are unacceptable. 3. Before installing anchor, hole shall be made free of dust and debris by method recommended by anchor system manufacturer. Hole shall be brushed with anchor system manufacturer -approved brush and blown clean with clean, dry, oil -free compressed air to remove all dust and loose particles. 4. Before installing anchor, obtain Engineer's concurrence that hole is dry and free of oil and other contaminants. 5. Protect threads from damage during anchor installation. Drive anchors not less than four threads below surface of the attachment. Set anchors to anchor manufacturer's recommended torque using a torque wrench. E. Concrete Undercut Anchors: 1. Comply with undercut anchor manufacturer's written installation instructions and the following. 2. Protect threads from damage during anchor installation. 3. Drill hole to anchor manufacturer's specified depth and diameter using a drill bit matched to the specific anchor. 4. Before setting the undercut anchor, hole shall be free of dust and debris using method recommended by undercut anchor system manufacturer. Hole shall be blown clean with clean, dry, oil -free compressed air to remove all dust and loose particles. 5. Insert the anchor by hand until anchor reaches bottom of hole. 6. Set anchor in accordance with manufacturer's instructions using anchor manufacturer's specified setting tool. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 05 33 ANCHOR SYSTEMS Page 17 of 19 7. Verify that the setting mark is visible on the threaded rod above the sleeve. 8. Anchor shall be set to manufacturer's recommended torque, using a torque wrench. F. Concrete Inserts: 1. Comply with concrete insert manufacturer's installation instructions. 2. Inserts shall be flush with slab bottom surface. 3. Protect embedded items from damage during concrete placing. Ensure that embedded items are securely fastened to prevent movement during concrete placing, and ensure that embedded items do fill with concrete during concrete placing. 4. Inserts intended for piping greater than four -inch diameter shall be provided with hooked rods attached to concrete reinforcing. G. Anti -Seizing Compound: 1. Provide anti -seizing compound in accordance with anti -seizing compound manufacturer's installation instructions, at locations indicated in Paragraph 2.1B of this Section. 2. Do not use anti -seizing compound at locations where anchor bolt or adhesive anchor will contact potable water or water that will be treated to become potable. 3.3 CLEANING A. After embedding concrete is placed, remove protection and clean bolts and inserts. 3.4 FIELD QUALITY CONTROL A. Site Tests: OWNER Will employ testing agency to perform field quality tensile testing of post - installed anchors at the Site. a. Testing shall comply with ASTM E488. b. Test at least ten percent of all types of post -installed anchors. If one or more post - installed anchors fail the test, Contractor shall pay cost of testing, or at Engineer's option Contractor may arrange for testing paid by Contractor, for all post -installed anchors of same diameter and type installed on the same day as the failed anchor. If anchors installed on the same day as the failed anchor also fail the test, Engineer may require retesting of all anchors of the same diameter and type installed in the Work. Contractor shall be responsible for retesting costs. C. Test post -installed anchors to 50 percent of ultimate tensile capacity of post - installed anchor. Engineer will direct which anchors are to be tested. d. Apply test loads with hydraulic ram. e. Displacement of post -installed anchors shall not exceed D/10, where D is nominal diameter of anchor being tested. 2. Correct defective Work by removing and replacing or correcting, as directed by Engineer. 3. Contractor shall pay for all corrections and subsequent testing required to confirm integrity of post -installed anchors. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 05 33 ANCHOR SYSTEMS Page 18 of 19 4. Testing agency shall submit test results to Contractor and Engineer within 24 hours of completion of test. B. Manufacturer's Services: Provide at the Site services of qualified adhesive manufacturer's representative during initial installation of adhesive anchor systems to train Contractor's personnel in proper installation procedures. Manufacturer's representative shall observe to confirm that installer demonstrates proper installation procedures for adhesive anchors and adhesive material. END OF SECTION 05 05 33 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0505 33 ANCHOR SYSTEMS Page 19 of 19 This page intentionally left blank. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 1200 STRUCTURAL STEEL FRAMING Page 1 of 13 SECTION 05 12 00 - STRUCTURAL STEEL FRAMING PART1-GENERAL 1.1 DESCRIPTION A. Scope: 1. Contractor shall provide labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install structural steel framing, including surface preparation and shop priming. 2. Structural steel framing is the Work defined in AISC 303, Section 2, and as shown or indicated in the Contract Documents. The Work also includes: a. Providing openings in and attachments to structural steel framing to accommodate the Work under this and other Sections and providing for structural steel framing items such as anchorage devices, studs, and all items required for which provision is not specifically included under other Sections. b. Providing openings in and attachments to structural steel framing to accommodate the work under other contracts, and assisting other contractors in building on or attaching to the structural steel framing items such as anchorage devices, studs, and all items required for which provision is not specifically included under other contracts. B. Coordination: 1. Review installation procedures under this and other Sections and coordinate installation of items to be installed with or before structural steel framing Work. 2. Notify other contractors in advance of installing structural steel to provide other contractors with sufficient time for installing items included in their contracts to be installed with or before structural steel framing Work. C. Related Sections: 1. Section 03 60 00, Grouting. 2. Section 05 05 33, Anchor Systems. 3. Section 09 9100, Painting. 1.2 REFERENCES A. Standards referenced in this Section are: 1. AISC 303, Code of Standard Practice for Steel Buildings and Bridges. 2. AISC 325, Steel Construction Manual. 3. AISC 360, Specification for Structural Steel Buildings. 4. ASME B46.1, Surface Texture (Surface Roughness, Waviness and Lay). 5. ASTM A6/A6M, Specification for General Requirements for Rolled Structural Steel Bars, Plates, Shapes, and Sheet Piling. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 1200 STRUCTURAL STEEL FRAMING Page 2 of 13 6. ASTM A36/A36M, Specification for Carbon Structural Steel. 7. ASTM A53/A53M, Specification for Pipe, Steel, Black and Hot -Dipped, Zinc -Coated, Welded and Seamless. 8. ASTM A108, Specification for Steel Bar, Carbon and Alloy, Cold -Finished. 9. ASTM AI94/AI94M, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both. 10. ASTM A325, Specification for Structural Bolts, Steel, Heat -Treated, 120/105 ksi Minimum Tensile Strength. 11. ASTM A490, Specification for Structural Bolts, Alloy Steel, Heat Treated, 150 ksi Minimum Tensile Strength. 12. ASTM A500/A500M, Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 13. ASTM A563, Specification for Carbon and Alloy Steel Nuts. 14. ASTM A572/A572M, Specification for High -Strength Low -Alloy Columbium - Vanadium Structural Steel. 15. ASTM A992/A992M, Specification for Structural Steel Shapes. 16. ASTM E329, for Agencies Engaged in Construction Inspection, Special Inspection, or Testing Materials Used in Construction. 17. ASTM F436, Specification for Hardened Steel Washers. 18. ASTM F593, Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. 19. ASTM F959, Specification for Compressible -Washer -Type Direct Tension Indicators for Use with Structural Fasteners. 20. ASTM F1852, Specification for "Twist off' Type Tension Control Structural Bolt/Nut/Washer Assemblies, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 21. AWS D1.1/D1.1M, Structural Welding Code -Steel. 22. CMAA 74, Specifications for Top Running & Under Running Single Girder Electric Traveling Cranes Utilizing Under Running Trolley Hoist. 23. ISO 2859-1, Sampling Procedures for Inspection by Attributes -- Part 1: Sampling Schemes Indexed by Acceptance Quality Limit (AQL) for Lot -by -Lot Inspection. 24. ISO 4017, Hexagon Head Screws -- Product Grades A and B. 25. RCSC Specification for Structural Joints Using ASTM A325 or ASTM A490 Bolts. 1.3 QUALITY ASSURANCE A. Qualifications: 1. Steel Fabricator: a. Structural steel fabricating plant shall possess current certificate from AISC stating that the fabrication facility complies with requirements for certification of "Standard for Steel Building Structures (STD)" of AISC's quality certification program. Fabricating plant shall maintain this certification throughout time of fabrication for this Project. 2. Welders and Welding Processes: a. Qualify welding processes and welding operators in accordance with AWS D1.1/D1.1M, Section 5, Qualification. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 1200 STRUCTURAL STEEL FRAMING Page 3 of 13 b. Each welder employed on or to be employed for the Work shall possess current AWS certification in the welding process with which welder will be working. Certifications shall be current and valid throughout the Work. Surveyor: a. Engage a registered professional land surveyor legally qualified to practice in the same jurisdiction as the Site, and experienced in providing surveying services of the kind indicated. b. Responsibilities include but are not necessarily limited to: 1) Performing or supervising performance of field survey work to check lines and elevations of concrete and masonry bearing surfaces, and locations of anchorage devices and similar devices, before steel erection proceeds. 2) Notifying Contractor and Engineer in writing when surveyed Work does not comply with the Contract Documents. 3) Submit to Contractor field survey reports. 4. Testing Laboratory: a. Contractor shall retain the services of an independent testing laboratory to perform testing and determine compliance with the Contract Documents of the materials specified in this Section. b. Laboratory shall comply with ASTM E329. C. Testing laboratory shall be experienced in the types of testing required. d. Welding inspection and welding inspector qualifications shall be in accordance with AWS D1.1/D1.1M e. Selection of testing laboratory is subject to Engineer's acceptance. 1.4 AMERICAN IRON AND STEEL (AIS) REQUIREMENTS A. Products submitted under this section shall meet American Iron and Steel (AIS) requirements as described in Division 00 and 01 Specifications. 1.5 SUBMITTALS A. Action Submittals: Submit the following: Shop Drawings: a. Complete details and schedules for fabrication and shop assembly of members and details, schedules, procedures, and diagrams showing proposed sequence of erection. Shop Drawings shall not be reproductions of Contract Drawings. b. Include complete information for fabrication of the structure's components, including but not limited to location, type, and size of bolts, details of blocks, copes and cuts, connections, camber, holes, member sizes and lengths, and other pertinent data. Clearly indicate welds using standard AWS notations and symbols, and clearly show or indicate size, length, and type of each weld. C. Setting drawings, templates, and directions for installing anchorage devices. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 1200 STRUCTURAL STEEL FRAMING Page 4 of 13 2. Product Data: a. Manufacturer's specifications and installation instructions for products listed below. 1) High -strength bolts of each type, including nuts and washers. 2) Welding electrodes and rods. 3) Load indicator bolts and washers. b. Hollow structural section cavity connector manufacturer specifications, load tables, dimension diagrams, and acceptable base material conditions. Clearly indicate allowable strength design safety factors when ultimate load carrying capacities are submitted for approval. 3. Samples: a. Representative Samples of hollow section steel cavity connectors proposed for use. Review will be for type and finish only. Compliance with other requirements is Contractor's responsibility. 4. Certifications: a. Submit certification indicating compliance with AIS requirements for all applicable metal products where required in compliance with the requirements of Division 00 and 01. B. Informational Submittals: Submit the following: Certificates. a. Fabricator's AISC quality certification. b. Welders' certifications. C. Certified reports of laboratory tests on previously -manufactured, identical materials, and other data as necessary, to demonstrate compliance with the Contract Documents for the materials listed below: 1) Structural steel of each type, including certified mill reports indicating chemical and physical properties. 2) High -strength bolts of each type, including nuts and washers. 2. Supplier Instructions: a. Installation data, handling, and storage instructions. Source Quality Control Submittals: a. When performed or when required by Engineer, submit results of source quality control testing and inspections performed at the mill or shop. 4. Field Quality Control Submittals: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 1200 STRUCTURAL STEEL FRAMING Page 5 of 13 a. Submit results of testing and inspection performed in the field by testing laboratory employed by Contractor. b. Written field survey reports for all bearing surfaces surveyed, verifying tolerance requirements, areas out of tolerance, and corrective measures required. 5. Qualifications Statements. a. Land surveyor. b. Testing laboratory. 1.6 DELIVERY, STORAGE AND HANDLING A. Storage: 1. Protect steel members and packaged materials from corrosion and deterioration. 2. Do not store materials in or on the building or structure in manner that may cause distortion or damage to structural steel members, building, or supporting structures. PART 2 - PRODUCTS 2.1 MATERIALS A. Steel Types: 1. W-Shapes and WT-Shapes: ASTM A992/A992M. 2. S-shapes and Channels: ASTM A572/A572M, Grade 50. 3. Hollow Structural Sections: ASTM A500/A500M, Grade B 4. Angles, Plates, and Bars: ASTM A36/A36M. 5. Steel Pipe: ASTM A53/A53M, Grade B. B. Anchorages, Fasteners, and Connectors: 1. Anchorage Devices: Refer to Section 05 05 33, Anchor Systems. 2. Headed Stud Type Shear Connectors: ASTM A108, Grades 1010/1020, complying with AWS D1.1/D1.1M, Section 7. 3. High -Strength Threaded Fasteners: Heavy hexagonal structural bolts, heavy hexagon nuts, and hardened washers, as follows: a. Unless otherwise indicated, fasteners shall be quenched and tempered medium -carbon steel bolts, nuts and washers, complying with ASTM A325, Type I, nuts complying with ASTM A563C, A563DH or A194/A194M 2H, and hardened washers complying with ASTM F436. Bolts, nuts and washers shall be hot -dip galvanized where shown or indicated. b. Use quenched and tempered alloy steel bolts, nuts and washers, complying with ASTM A490, only at locations where shown or indicated in the Contract Documents. ASTM A490 bolts shall not be galvanized. C. Tension control bolts, when used, shall comply with ASTM F 1852. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 1200 STRUCTURAL STEEL FRAMING Page 6 of 13 d. Compressible washer -type direct -tension indicators, when used, shall comply with ASTM F959, Type 325. 4. Hollow Structural Section (HSS) Cavity Connectors: High -strength fastening system for hollow structural sections, as follows: a. General: 1) Each connector shall be hexagon -headed, expansion anchor for connecting structural steel tubes. 2) Use hollow structural section cavity connectors only in the sizes and at locations shown or indicated in the Contract Documents. b. Products and Manufacturers: Provide one of the following: 1) Hollo-Bolt, by Lindapter International. 2) BoxBolt, by Key Safety, Inc. 3) Or equal. Materials: 1) Body/shoulder and wedge manufactured from mild steel bars. 2) Core bolt manufactured with high tensile steel ISO 4017. 3) Finish: Hot -dip galvanized. d. Test bolts at time of manufacture in accordance with ISO 2859-1. Do not ship bolts that do not successfully pass the test. 5. Threaded Rod: Provide threaded rods with heavy hexagon nuts, and hardened washers, as follows: a. Interior and Dry Locations: Provide threaded carbon steel rods complying with ASTM A36, with heavy hex nuts complying with ASTM A563A, unless otherwise shown or indicated on the Drawings. b. Exterior, Buried, or Submerged Locations, or When Exposed to Wastewater: Provide stainless steel threaded rods complete with washers complying with ASTM F593, AISI Type 316, Condition A, with ASTM A194/A194M, Grade 8S (nitronic 60) stainless steel nuts. Other AISI types may be used when approved by Engineer. C. Electrodes for Welding: E70XX complying with AWS D1.1/D1.1M. 2.2 FABRICATION A. Shop Fabrication and Assembly: General: a. Fabricate and assemble structural assemblies in the shop to greatest extent possible. Fabricate items of structural steel in accordance with AISC 325, the CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 1200 STRUCTURAL STEEL FRAMING Page 7 of 13 Contract Documents, and as shown on approved Shop Drawings. Provide camber in structural members as shown or indicated. Properly mark and match -mark materials for field assembly. Fabricate for delivery sequence that will expedite erection and minimize handling of materials for storage and minimize handling at the Site. Where finishing is required, complete the assembly, including welding of units, before commencing finishing operations. Provide finish surfaces of members exposed -to -view in the completed Work that are free of markings, burrs, and other defects. B. Connections: Shop Connections: a. Unless otherwise shown or indicated, shop connections may be welded or high - strength bolted connections. Welds shall be 3/16-inch minimum. b. Where reaction values of beam are not shown or indicated, connections shall be detailed to support one-half the total uniform load capacity tabulated in tables contained in AISC 325 for allowable loads on beams for the associated shape, span, and steel specified for the beam. C. Shop -welded connections shall be detailed to eliminate or minimize eccentricity in the connection. d. End -connection angles fastened to webs of beams and girders, and the thickness of angles, size, and extent of fasteners or shop welds, shall comply with tables of "Framed Beam Connections" in AISC 325. Connections shall be two-sided, unless otherwise shown or indicated. 2. Field Connections: a. Field connections, unless otherwise shown or indicated, shall be made with high - strength bolts, and shall be bearing -type connections. b. Use field welding only where shown or indicated or where approved by Engineer. High -Strength Bolted Construction: a. Provide high -strength threaded fasteners in accordance with RCSC Specifications for Structural Joints using ASTM A325 or ASTM A490 Bolts. b. High -strength bolt design shear values shall be as specified in AISC 325 for bolts with threads in the shear plane for bearing type connections, or as specified in this Section for slip -critical connections. C. Bolted connections shown or indicated as "SC" shall comply with slip -critical connection requirements in RCSC Specifications for Structural Joints Using ASTM A325 or ASTM A490 Bolts. 1) Faying surfaces shall have a Class A surface condition. 2) Slip -critical bolts shall be fully pre -tensioned to 70 percent of minimum specified tensile strength of the bolt using one of the following methods: a) Turn of nut with matchmarking. b) Twist -off tension control bolt (ASTM F 1852). c) Direct tension indicator washer (ASTM F959). CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 1200 STRUCTURAL STEEL FRAMING Page 8 of 13 d. Minimum bolt diameter shall be 3/4-inch, unless otherwise shown or indicated. 4. Welded Construction: Comply with AWS DI. 1/D1.1M for procedures, appearance, and quality of welds, and methods used in correcting defective welding Work. a. Assemble and weld built-up sections by methods that produce true alignment of axes without warp. 5. Where rigid connections are required by stresses shown or indicated, provide web shear reinforcement and stiffeners in accordance with AISC 360. 6. Moment connections shown but not detailed on the Drawings shall be detailed for bending moments and shears indicated on the Drawings. C. Bracing: 1. Bracing for which stress is not shown or indicated shall have minimum two -bolt connection, or shop -welded connection of equivalent strength. 2. Vertical bracing and knee braces connecting to columns shall be on the centerline of columns, unless otherwise shown or indicated. 3. Knee braces shall be at 45-degree angle, unless otherwise shown or indicated. 4. Gussets shall be not less than 3/8-inch thick, unless otherwise shown or indicated. D. Columns: Column shafts shall have finished bearing surface roughness not greater than 500 micro -inch in accordance with ASME B46.1, and ends shall be square within tolerances for milled ends in accordance with ASTM A6/A6M at the base and at splice lines. E. Structural Tubing: Properly seal structural tubing to protect internal surfaces. F. Monorail: 1. Hoist beam splices shall be smooth and positive, and shall keep the track in perfect alignment horizontally and vertically. Top joint plate shall keep the splice from spreading and develop full strength at the splice. Locate splice as close as possible to track support. 2. Clamps for connecting hoist beams to support beams shall be flush type and suitable for loads shown or indicated. 3. Coordinate monorail Work with equipment and materials under Section (--1--). G. Holes and Appurtenances for Other Work: 1. Provide holes required for securing other work to structural steel framing, and for passage of other work through steel framing members, as shown on the approved Shop Drawings. If large block -outs are required and approved, reinforce the webs to develop specified shears. Provide threaded nuts welded to framing and other specialty items as shown or indicated to receive other work. 2. Cut, drill, or punch holes perpendicular to metal surfaces. Do not flame -cut holes or enlarge holes by burning. Drill holes in bearing plates. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 1200 STRUCTURAL STEEL FRAMING Page 9 of 13 i►•�c��1►1f.9:U�[eI A. Surface Preparation and Shop Priming: Structural steel shall be primed in the shop. For surface preparation and shop priming requirements refer to Section 09 9100, Painting. 2.4 SOURCE QUALITY CONTROL A. Inspection and Testing at the Mill or Shop: 1. Perform fabricator's standard procedures for source quality control, including inspections and testing. 2. Materials and fabrication procedures shall be subject to inspection and tests in mill and shop, conducted by a qualified inspection laboratory. Such inspections and tests do not relieve Contractor of responsibility for providing the Work in accordance with the Contract Documents. PART 3 - EXECUTION 3.1 INSPECTION A. Examine areas and conditions under which the Work will be performed and notify Engineer in writing of conditions detrimental to proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions are corrected. 3.2 ERECTION A. General: Comply with AISC 303, AISC 360, and the Contract Documents. B. Checking of Lines and Elevations: Before proceeding with structural steel erection, furnish services of a qualified surveyor to check lines and elevations of concrete and masonry bearing surfaces, and locations of anchorage devices and similar devices. Immediately report discrepancies to Engineer. Do not proceed with erection until defective Work that will support structural steel is corrected, including agreeing with Engineer upon compensating adjustments (if any) to structural steel Work. C. Temporary Shoring and Bracing: Provide temporary shoring and bracing members with connections of sufficient strength to bear imposed loads. Remove temporary members and connections when permanent members are in place and final connections are made. Provide temporary guy -lines to achieve proper alignment of structures as erection proceeds. D. Temporary Planking: Provide temporary planking and working platforms as necessary to effectively complete the Work. Provide sufficient planking to comply with Laws and Regulations and provide tightly -planked substantial floor within two stories or 30 feet, whichever is less, below each tier of steel beams on which work is performed. E. Anchorage Devices: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 1200 STRUCTURAL STEEL FRAMING Page 10 of 13 1. Provide anchorage devices, including anchor bolts, and other connectors required for securing structural steel to foundations and other in -place construction. 2. Provide templates and other devices necessary for presetting anchorage devices to accurate locations. 3. Refer to Section 05 05 33, Anchor Systems, for anchorage requirements. F. Setting Bases and Bearing Plates: 1. Clean concrete and masonry bearing surfaces of bond -reducing materials and roughen to improve bond to surfaces. Clean bottom surface of base and bearing plates. 2. Set loose and attached base plates and bearing plates for structural members on steel wedges or other adjusting devices. 3. Tighten anchorage devices after supported members are positioned and plumbed. Do not remove wedges or shims, but if protruding, cut off flush with edge of base or bearing plate prior to packing with grout. 4. Place grout between bearing surfaces and bases or plates in accordance with Section 03 60 00, Grouting. Finish exposed surfaces, protect installed materials, and allow to cure in accordance with grout manufacturer's instructions, and as otherwise required. 5. Do not use leveling plates or wood wedges. G. Field Assembly: 1. Set structural frames accurately to the lines and elevations shown and indicated. Align and adjust the various members forming part of a complete frame or structure before permanently fastening. Before assembly, clean bearing surfaces and other surfaces that will be in permanent contact. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. 2. Level and plumb individual members of structure within tolerances as specified in AISC 325. For members requiring accurate alignment, provide clip angles, lintels, and other members, with slotted holes for horizontal adjustment at least 3/8-inch in each direction, or more when required. 3. Splice members only where shown or indicated. H. Erection Bolts: On exposed -to -view, welded construction, remove erection bolts, fill holes with plug welds, and grind smooth at exposed surfaces. I. Connections: 1. Comply with AISC 325 for bearing, adequacy of temporary connections, alignment, and the removal of paint on surfaces adjacent to field welds. 2. Do not enlarge inadequate holes in members by burning or by using drift pins, except in secondary bracing members. Ream holes that must be enlarged to admit bolts. 3. Hollow Structural Section Cavity Connectors: a. Comply with manufacturer's written installation instructions and the following. b. Cavity Connectors shall be torqued in accordance with manufacturer's instructions. Gas Cutting: Do not use gas -cutting torches for correcting fabrication defects in structural framing. Cutting will be allowed only on secondary members that are not under stress, as approved by Engineer. Finish gas -cut sections equal to a sheared appearance, when allowed. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 1200 STRUCTURAL STEEL FRAMING Page 11 of 13 K. Crane Runways: Provide crane stops and other required items. Set runway girders straight and level, and to tolerances specified in CMAA 74. L. Touch-up Painting: 1. Unless otherwise specified, comply with touch-up painting requirements in Section 09 9100, Painting. 2. Immediately after erection, clean field welds, bolted connections, and damaged or abraded areas of shop -applied paint. Apply paint to exposed areas with the same paint or coating material applied in the shop. Apply by brush or spray to provide not less than the dry film thickness specified in Section 09 9100, Painting. 3.3 FIELD QUALITY CONTROL A. Site Tests and Inspections: Materials and erection procedures shall be subject to inspection and tests at the Site conducted by qualified inspection laboratory. Such inspections and tests do not relieve Contractor of responsibility for providing the Work in accordance with the Contract Documents. Owner will engage independent testing and inspection laboratory to inspect high -strength bolted connections and welded connections and to perform tests and prepare test reports. a. Testing laboratory shall conduct and interpret tests, prepare and state in each report of results whether test specimens comply with the Contract Documents and specifically indicate all deviations. b. High -strength Bolted Connections: Each high -strength bolted connection shall be visually inspected. Inspection shall identify whether the Work complies with Sections 2, 3, and 8 of RCSC Specifications for Structural Joints Using ASTM A325 or A490 Bolts. 1) For connections that are slip -critical or subject to axial tension, inspector shall verify proper pre -tensioning. 2) For connections that are not slip critical and not subject to direct tension, bolt does not need to be inspected for bolt tension, but shall be visually inspected to verify that plies of connected elements are in snug contact. 3) Where bolts or connections are defective, correct defective workmanship, remove and replace, or correct as required defective bolts and connections. Contractor shall pay for correcting defective Work and tests required to confirm integrity of corrected Work. Welds: Each weld shall be visually inspected. 1) Where visually defective welds are evident, further test welds using non- destructive methods. If welds are determined to be acceptable, Owner will pay for non-destructive testing. When welds are defective, Contractor shall pay for non-destructive testing. 2) Correct, or remove and replace, defective Work as directed by Engineer. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 1200 STRUCTURAL STEEL FRAMING Page 12 of 13 3) Contractor shall pay for corrections and subsequent tests required to determine weld compliance with the Contract Documents. END OF SECTION 05 12 00 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 1200 STRUCTURAL STEEL FRAMING Page 13 of 13 This page intentionally left blank. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 21 00 STEEL JOIST FRAMING Page 1 of 7 SECTION 05 2100 - STEEL JOIST FRAMING PART1-GENERAL 1.1 DESCRIPTION A. Scope: 1. Contractor shall provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install steel joist framing. 2. Extent of steel joist framing is shown or indicated on the Drawings, including basic layout. 3. Types of joists required are: a. K-series open -web steel joists. b. LH-series longspan steel joists. C. DLH-series, deep longspan steel joists. d. SLH-series, Super longspan steel joists. 4. The Work also includes: a. Providing attachments to steel joist framing to accommodate the Work under this and other Sections and providing for steel joist framing all items required for which provision is not included under other Sections. b. Providing attachments to steel joist framing to accommodate work under other contracts, and assisting other contractors in building on or attaching to steel joist framing all items required for which provision is not included under other contracts. B. Coordination: 1. Review installation procedures under this and other Sections and coordinate installation of items to be installed with or before steel joist framing Work. 2. Notify other contractors in advance of installing steel joists to provide other contractors with sufficient time for installing items included in their contracts that is to be installed with or before steel joist framing Work. C. Related Sections: 1. Section 05 05 33, Anchor Systems. 2. Section 05 12 00, Structural Steel Framing. 3. Section 09 9100, Painting. 1.2 REFERENCES A. Standards referenced in this Section are: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 21 00 STEEL JOIST FRAMING Page 2 of 7 1. AISC Research Council on Structural Connections (RCSC) Specifications for Structural Joints Using ASTM A325 or ASTM A490 Bolts. 2. ASTM A307, Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. 3. ASTM A325, Specification for Structural Bolts, Steel, Heat -Treated, 120/105 ksi Minimum Tensile Strength. 4. ASTM A490, Specification for Structural Bolts, Alloy Steel, Heat -Treated 150 ksi Minimum Tensile Strength. 5. AWS D1.1/D1.1M, Structural Welding Code — Steel. 6. SJI Specifications, Load Tables and Weight Tables for Steel Joists and Joist Girders. 1.3 QUALITY ASSURANCE A. Qualifications: 1. Fabricator: Materials and products shall be fabricated by firm regularly engaged in manufacturing the types of steel joist required. Manufacturer shall have at least two years of experience fabricating joists similar to those required. 2. Welders and Welding Work: a. Qualify welding processes and welding operators in accordance with AWS D1.1/D1.1M, Section 5 Qualifications. b. Provide certification that welders to be employed on the Work have satisfactorily passed AWS qualification tests within previous 12 months. Ensure that all certifications are current. 1.4 AMERICAN IRON AND STEEL (AIS) REQUIREMENTS A. Products submitted under this section shall meet American Iron and Steel (AIS) requirements as described in Division 00 and 01 Specifications. 1.5 SUBMITTALS A. Action Submittals: Submit the following: Shop Drawings: a. Detailed drawings showing layout of joist units, headers, special connections, jointing and accessories. Include the mark, number, type, location, and spacing of joists and bridging. b. Provide location drawings for installing anchorage devices. 2. Product Data: a. Copies of manufacturer's specifications and product data for each type of joist and its accessories. Certifications: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 21 00 STEEL JOIST FRAMING Page 3 of 7 a. AIS: Submit certification indicating compliance with AIS requirements for all applicable metal products where required in compliance with the requirements of Division 00 and 01. B. Informational Submittals: Submit the following: 1. Certifications: a. Manufacturer's certification that joists comply with SJI Specifications. b. Copies of AWS certification for each welder. 2. Manufacturer's Instructions: a. Copies of manufacturer's installation instructions for each type of joist and its accessories. 3. Site Quality Control Submittals: a. Submit results of testing and inspection performed at the Site by testing agency employed by Contractor. 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver, store and handle steel joists as recommended in SJI Specifications and the Contract Documents. Handle and store joists to avoid deforming members and avoid imposing excessive stresses. PART 2 - PRODUCTS 2.1 MATERIALS A. Steel: Comply with SJI Specifications and applicable requirements of Section 05 12 00, Structural Steel Framing. B. Unfinished Threaded Fasteners: ASTM A307, Grade A, regular hexagon type, low carbon steel. C. High -Strength Threaded Fasteners: ASTM A325 heavy hexagon structural bolts with nuts and hardened washers. 2.2 MANUFACTURERS A. Products and Manufacturers: Provide one of the following: 1. Open Web Steel Joists, K-Series, by Vulcraft, Division of Nucor Corporation. 2. Open Web Steel Joists, K-Series, by New Columbia Joist Company. 3. Or equal. B. Products and Manufacturers: Provide one of the following: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 21 00 STEEL JOIST FRAMING Page 4 of 7 1. Long Span Steel Joists, LH-Series, by Vulcraft, Division of Nucor Corporation. 2. Long Span Steel Joists, LH-Series, by New Columbia Joist Company. 3. Or equal. C. Products and Manufacturers: Provide one of the following: 1. Deep Longspan Steel Joists, DLH-Series, by Vulcraft, Division of Nucor Corporation. 2. Deep Longspan Steel Joists, by New Columbia Joist Company. 3. Or equal. D. Products and Manufacturers: Provide one of the following: 1. Super Longspan Steel Joists, SLH-Series, by Vulcraft, Division of Nucor Corporation. 2. Deep Longspan Steel Joists, by New Columbia Joist Company. 3. Or equal. 2.3 FABRICATION A. General: Fabricate steel joists in accordance with SJI Specifications and the Contract Documents. B. Bottom Chord: Joists with bottom chords consisting of round bars are not allowed. C. Holes in Chord Members: Provide holes in chord members where shown or indicated for securing other work to steel joists. D. Extended Ends: 1. Provide extended ends on steel joists where shown or indicated, complying with manufacturer's standards and requirements of applicable SJI Specifications and load tables. E. Ceiling Extension: Provide ceiling extensions in areas having ceilings attached directly to steel joist bottom chord. Provide either an extended bottom chord element or separate unit, to suit manufacturer's standards, of sufficient strength to support ceiling construction. Extend ends to within 1/2-inch of finished wall surface, unless otherwise shown or indicated. F. Bridging: 1. Provide horizontal or diagonal -type bridging for open web joists, complying with SJI Specifications. 2. Provide cross -bracing -type bridging for longspan joists, complying with SJI Specifications. G. End Anchorage: Provide end anchorages to secure joists to adjacent construction, complying with SJI Specifications, unless otherwise shown or indicated in the Contract Documents. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 21 00 STEEL JOIST FRAMING Page 5 of 7 H. Header Units: Provide header units to support interrupted open web joists at openings in floor or roof system not framed with steel shapes. 2.4 FINISHING A. Surface Preparation and Shop Priming: Perform surface preparation ad apply primer coat to steel joists in the shop, in accordance with specified in Section 09 9100, Painting. PART 3 -EXECUTION 3.1 INSPECTION A. Examine substrate and conditions under which the Work is to be performed and notify Engineer in writing of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions are corrected. 3.2 ERECTION A. Install and secure steel joists in accordance with SJI Specifications, approved Shop Drawings, and the Contract Documents. B. Anchors: 1. Provide anchorage devices to be installed in concrete and masonry construction. Furnish templates for accurate location of anchorages in other Work. 2. Comply with Section 05 05 33, Anchor Systems. C. Placing Joists: 1. Do not install steel joists until supporting Work is in place and secured. Place joists on supporting Work, adjust, and align in accurate locations and spacing before permanently fastening. 2. Provide temporary bridging, connections, and anchors to ensure lateral stability during construction. D. Bridging: Install bridging simultaneously with joist erection. E. Fastening Joists: 1. Field -weld joists to supporting steel framework in accordance with SJI Specifications for type of joists used. Coordinate welding sequence and procedure with placing of joists. 2. Bolt joists to supporting steel framework in accordance with SJI Specifications for type of joists used. a. Provide unfinished, threaded fasteners for bolted connections, unless otherwise shown or indicated in the Contract Documents. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 21 00 STEEL JOIST FRAMING Page 6 of 7 b. Provide unfinished, threaded fasteners for bolted connections, except where high -strength bolts or welded connections are shown or indicated in the Contract Documents. C. Provide high -strength, threaded fasteners for bolted connections of steel joists to steel columns, and at other locations where shown or indicated in the Contract Documents, installed in accordance with AISC RCSC Specifications for Structural Joints Using ASTM A325 or ASTM A490 Bolts. F. Touch-up Painting: 1. Unless otherwise shown or indicated in the Contract Documents, comply with requirements for touch-up painting in Section 09 9100, Painting. 2. After joist installation, paint the following: all field -bolted heads and nuts, welded areas, and abraded or rusty surfaces on joists and steel supporting members. Wire -brush surfaces and clean with solvent before painting. Paint exposed areas with the same paint used for shop painting. Apply by brush or spray to provide minimum dry film thickness specified in Section 09 9100, Painting. 3.3 FIELD QUALITY CONTROL A. Engage an independent testing and inspection agency to inspect high -strength bolted connections and welded connections and to perform tests and prepare test reports. 1. All high -strength bolted connections shall be visually inspected. Inspection shall be made to verify compliance with Sections 2, 3 and 8 of AISC RCSC Specifications for Structural Joints Using ASTM A325 or A490 Bolts. For connections that are slip critical or subject to axial tension, inspector shall verify that proper pretensioning was provided. For connections that are not slip critical nor subject to direct tension, bolt does not need to be inspected for bolt tension and shall be visually inspected to verify that plies of connected elements have been brought into snug contact. Where bolts and connections Work are defective, Contractor shall correct improper workmanship, remove and replace, or correct as instructed, all defective bolts and connections. Contractor shall pay for all corrections and subsequent tests required to confirm integrity of connections. 2. Testing agency shall conduct and interpret tests and shall state in each report whether test specimens comply with requirements and shall specifically state all deviations. 3. Provide access for special inspectors and testing agency to places where steel joist Work is fabricated or produced. 4. Testing agency may inspect structural steel joists at fabricator's shop before shipment; however, Engineer reserves the right, at any time before completion and readiness for final payment, to reject defective Work. 5. Welds shall be visually inspected. Where defective welds are observed, welds shall be tested using non-destructive methods by certified testing laboratory. If welds are found to be satisfactory, Owner will pay for testing. Where welds are defective, Contractor shall pay for testing. Contractor shall correct defective Work, remove and replace, or correct as instructed, all welds found to be defective. Contractor shall pay for all corrections and subsequent tests required to confirm weld integrity. 6. Correct defective structural steel joist Work which inspection and laboratory test reports indicate do not comply with the Contract Documents. Perform additional tests, as necessary, to confirm non-compliance of the original Work, and as necessary to demonstrate compliance of corrected Work. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 21 00 STEEL JOIST FRAMING Page 7 of 7 END OF SECTION 05 2100 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 31 23 STEEL ROOF DECKING Page - 1 of 12 SECTION 05 3123 - STEEL ROOF DECKING PART1-GENERAL 1.1 DESCRIPTION A. Scope: 1. Contractor shall provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install galvanized steel roof decking. 2. Steel roof decking Work shall include all incidentals required to complete the Work. The Work also includes: a. Cutting and flashing of openings to accommodate the Work under this and other Specification Sections, and providing for the steel roof decking all items required for which provision is not specifically included under other Sections. b. Cutting and flashing of openings to accommodate the work under other contracts, and assisting other contractors in building on or attaching to the steel roof decking all items required for which provision is not specifically included under other contracts. B. Coordination: 1. Review installation procedures under this and other Specification Sections and coordinate the installation of items to be installed with or before steel roof decking Work. 2. Notify other contractors in advance of the Work to provide other contractors with sufficient time for installing items included in their contracts to be installed in conjunction with steel roof decking Work. C. Related Sections: 1. Section 05 12 00, Structural Steel Framing. 2. Section 07 22 16, Roof Board Insulation. 3. Section 09 9100, Painting. 1.2 REFERENCES A. Standards referenced in this Section are: 1. AISI S 100, North American Specification for the Design of Cold -Formed Steel Structural Members, with Supplements. 2. ANSI/SDI RD 1.0, Steel Roof Deck. 3. ASTM A653/A653M, Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc - Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process. 4. ASTM B633, Specification for Electrodeposited Coatings of Zinc on Iron and Steel 5. ASTM C1513 Specification for Steel Tapping Screws for Cold -Formed Steel Framing Connections CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 31 23 STEEL ROOF DECKING Page - 2 of 12 6. ASTM F1941, Specification for Electrodeposited Coatings on Threaded Fasteners (Unified Inch Screw Threads (UN/UNR)) 7. AWS D1.3/D1.3M, Structural Welding Code — Sheet Steel. 8. ICC-ES AC43, Acceptance Criteria for Steel Deck Roof and Floor Systems. 9. ICC-ES AC70, Acceptance Criteria for Fasteners Power Driven Into Concrete, Steel, and Masonry Elements. 10. ICC-ES AC118, Acceptance Criteria for Tapping Screw Fasteners. 11. MIL-P-2103513, Paint, High Zinc Dust Content Galvanizing Repair. 12. SAE J78, Steel Self -Drilling Tapping Screws. 13. SDI MOC2, Manual of Construction with Steel Deck. 1.3 QUALITY ASSURANCE A. Qualifications: 1. Manufacturer: a. Manufacturer shall have not less than five years experience producing products substantially similar to those required and, upon Engineer's request, shall submit evidence of not less than five installations in satisfactory operation for not less than five years each. 2. Erector: a. Engage an experienced erector to perform the Work of this Section who has specialized in erecting and installing steel roof decking similar to that required for the Project and who is acceptable to the steel roof decking manufacturer. b. Submit name and qualifications to Engineer, with the following information for not less than three successful, completed projects: 1) Names and telephone numbers of owners, and architects or engineers responsible for each project. 2) Approximate contract cost of the steel roof decking work. 3) Area of roof decking installed. Testing Laboratory: a. Retain the services of independent testing laboratory to perform testing and determine compliance with the Contract Documents of the materials specified in this Section. b. Testing laboratory shall comply with Section 01 45 29.13, Testing Laboratory Services Furnished by Contractor. C. Testing laboratory shall be experienced in the types of testing required. d. Selection of testing laboratory is subject to Engineer's acceptance. 4. Welders and Welding Processes: a. Qualify welding processes and welding operators in accordance with AWS D 1.3/D 1.3M. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 31 23 STEEL ROOF DECKING Page - 3 of 12 b. Submit certification that each welder employed on or to be employed for the Work possesses current AWS certification in the welding process with which welder will be working. Certifications shall be current and valid throughout the Work. B. Component Supply and Compatibility: 1. Obtain all products required in this Section, regardless of component manufacturer, from a single steel roof decking manufacturer. 2. Steel roof decking manufacturer shall prepare, or review and approve, all Shop Drawings and other submittals for components furnished under this Section. 3. Components shall be specifically constructed for the specified service conditions and shall be integrated into the overall assembly by steel roof decking manufacturer. 1.4 AMERICAN IRON AND STEEL (AIS) REQUIREMENTS A. Products submitted under this section shall meet American Iron and Steel (AIS) requirements as described in Division 00 and 01 Specifications. 1.5 SUBMITTALS A. Action Submittals: Submit the following: Shop Drawings: a. Erection drawings showing the extent of coverage of each section of metal deck. Show deck cross section, size and spacing of welds to supports, side laps, and end laps. Show adaptations around openings and other special conditions that detail the method of fastening sections to supporting construction, the procedure for attaching end closure plates and butt joint cover plates, miscellaneous flashing, and accessories. b. Listing of all mechanical fastener products proposed for use in the Work including product type, and intended location in the Work. 2. Product Data: a. Manufacturer's catalogs, literature, specifications, load tables, and dimension diagrams for the following: 1) Steel Deck and accessories; including load tables that indicate uniform load capacities and diaphragm shear strengths for the appropriate deck, span conditions, and fastening system. Include the section properties for the specified deck. 2) Mechanical Fasteners: Including acceptable base material conditions and thickness ranges for each type of fastener, copies of valid ICC-ES reports that provide evaluation criteria, load carrying capacities and installation requirements. Samples: a. Steel Deck: Submit Sample, 12 inches by 12 inches, of each type of deck proposed for use in the Work. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 31 23 STEEL ROOF DECKING Page - 4 of 12 b. Mechanical Fasteners: Representative Samples of mechanical fasteners proposed for use in the Work. C. Review will be for type and finish only. Compliance with other requirements is exclusive responsibility of Contractor. 4. Certifications: a. AIS: Submit certification indicating compliance with AIS requirements for all applicable metal products where required in compliance with the requirements of Division 00 and 01. B. Informational Submittals: Submit the following: Field Quality Control Submittals: a. Reports by testing laboratory in accordance with Paragraph 3.3 of this Section. 2. Qualifications Statements: As specified in Paragraph 1.3A of this Section for the following: a. Manufacturer, when requested by Engineer. b. Erector. C. Testing laboratory. d. Welders and welding processes. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. System Description: I. Provide steel roof decking systems at the locations shown on the Drawings. 2. Deck configuration is indicated in Paragraph 2.3A of this Section. B. Design and Performance Criteria: 1. Unless otherwise shown or indicated, material, design, fabrication and erection shall be in accordance with AISI S 100 and ANSI/SDI RD 1.0. 2. Determine the properties of steel roof deck sections on the basis of the effective design width as limited by AISI S 100. Provide not less than the deck section properties shown, including section modulus and moment of inertia per foot of width. 3. Allowable Deflection: The lesser of the following: 1/240 of span (centerline to centerline), or one inch, under the uniformly -distributed design live load. Spans are to be considered center -to -center of supports. 4. Allowable Diaphragm Shear Strength: Provide deck, fasteners and fastener layout that provide a shear strength that meets or exceeds the design shear strength shown or indicated. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 31 23 STEEL ROOF DECKING Page - 5 of 12 00�111uWIN 0217IFNIW A. Galvanized Steel Sheet: 1. Material: ASTM A653/A653M, structural steel, with yield strength of not less than 33 ksi. 2. Zinc Coating shall be G60 on each side. 3. Minimum nominal thickness before coating shall be 20-gage, unless otherwise indicated. B. Deck shall have sheet lengths that are continuous over three or more spans, wherever practicable. C. Accessories shall be formed of the same material used for the steel deck. D. Miscellaneous Steel Shapes: Refer to Section 05 12 00, Structural Steel Framing. E. Galvanizing Repair Paint: High zinc -dust content paint for repairing damaged galvanized surfaces. Paint shall be in accordance with MIL-P-21035B. F. Flexible Closure Strips for Deck: Manufacturer's standard vulcanized, closed -cell, synthetic rubber. G. Mechanical Fasteners: Anchorage of the steel deck using mechanical fasteners, either powder actuated, pneumatically driven, or screws, will be allowed in lieu of welding, when the fasteners comply with the following: 1. Design Requirements: Comply with ANSI/SDI RD1.0. Type and spacing of fastener shall be equal to or greater than the puddle weld method shown or specified. Documentation in the form of ICC-ES reports, test data, diaphragm design tables or design charts shall be submitted by the fastener manufacturer as a basis for obtaining approval for this method of attachment. 2. Powder -Actuated and Pneumatic Fasteners: a. Fasteners shall have a current evaluation report by ICC-ES for use in fastening metal deck to steel substrate, as tested and assessed in accordance with ICC-ES AC43, and ICC-ES AC70. b. Products and Manufacturers: Provide one of the following. 1) X-ENP-19 L 15, X-END 19 THQ 12, X-ENDK22 THQ 12 Powder Actuated Fasteners, by Hilti, Inc. 2) K65056, K65062, SD65075, K64062, SDK63075 Air/Safe Fastening System, by Pneutek. 3) Or equal. C. Substrate: Do not use powder -actuated or pneumatically -driven fasteners if supporting structural steel substrate is less than 1/8-inch thick. d. Material: Hardened carbon steel. e. Hardness: Minimum 52 Rockwell. f. Shape and Manufacturing Process: Knurled shank, forged point. Manufacturing process shall include steps to ensure fastener ductility and quality. g. Shank Diameter: 0.145-inch minimum. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 31 23 STEEL ROOF DECKING Page - 6 of 12 h. Head/Washer Diameter: Nominal 1/2-inch minimum. i. Finish: Zinc -coated complying with ASTM B633, Sc. 1, Type III. Self -Drilling Self Tapping Screws: a. Fasteners shall have a current evaluation report by ICC-ES for use in fastening metal deck side laps, as tested and assessed in accordance with ICC-ES AC43 and ICC-ES AC 118. b. Products and Manufacturers: Provide one of the following. 1) S-SLC 01 M HWH, S-SLC 02 M HWH Side Lap Connectors, by Hilti, Inc. 2) Grabber Self Drilling Screws, by John Wagner Associates, Inc. 3) Or equal. Manufacture screws from heat -treated steel wire. Comply with SAE J78 and ASTM C1513. d. Substrate: Do not use screw fasteners if the supporting structural steel substrate is greater than 1 /8 inch thick. e. Material: Carbon steel. f. Size: Provide number 10 screws for deck gages 22 thru 26, number 12 screws for thicknesses greater than 22 gage. g. Finish: Zinc -coated in accordance with ASTM F1941. 2.3 FABRICATION A. General: Form deck units in lengths to span three or more supports with flush, telescoped or nested two-inch end laps and nesting side laps, unless otherwise shown. Provide deck configurations complying with SDI MOC2, and as specified in this Section. B. Wide -Rib Deck: 1. Depth: Approximately 1.5 inches; ribs spaced approximately six inches on centers; width of rib opening at roof surface not more than 2.5 inches; width of bottom rib surface not less than 1.75 inches. 2. Products and Manufacturers: Provide one of the following: a. Type B Roof Deck, by Vulcraft, a Division of Nucor Corporation. b. Type B Roof Deck, by Metal Deck Group, a Division of Consolidated Systems, Inc. C. Type B Roof Deck, by DACS, Inc. d. Or equal. C. Intermediate -Rib Deck: Depth: Approximately 1.5 inches; ribs spaced approximately six inches on centers; width of rib opening at roof surface not more than 1.75 inches; width of bottom rib surface not less than 1/2-inch. 2. Products and Manufacturers: Provide one of the following: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 31 23 STEEL ROOF DECKING Page - 7 of 12 a. Type F Roof Deck, by Vulcraft, a Division of Nucor Corporation. b. Type F Roof Deck, by Metal Deck Group, a Division of Consolidated Systems, Inc. C. Type F Roof Deck, by DACS, Inc. d. Or equal. D. Deep -Rib Deck: 1. Depth approximately three inches; ribs spaced not more than eight inches on centers; width of rib opening at roof surface not more than 2.75 inches; width of bottom rib surface not less than 1.5 inches. 2. Products and Manufacturers: Provide one of the following: a. Type N Roof Deck, by Vulcraft, a Division of Nucor Corporation. b. Type N Roof Deck, by Metal Deck Group, a Division of Consolidated Systems, Inc. C. Type N Roof Deck, by DACS, Inc. d. Or equal. E. Long -Span Deck: 1. Depth: As shown, coverage 12 inches or 24 inches, width of rib opening at roof surface not more than nine inches, unless otherwise shown. 2. Products and Manufacturers: Provide one of the following: a. Type J or H Roof Deck, by DACS, Inc. b. Deep-Dek, by Metal Deck Group, a Division of Consolidated Systems, Inc. C. Or equal. F. Cellular Deck: Depth: As shown, ribs spaced approximately six inches or eight inches on centers; width of rib opening at roof surface not more than 2.75 inches; width of bottom rib surface not less than 1.75 inches. Thickness of hat and pan elements of cellular deck shall be the same gage. 2. Products and Manufacturers: Provide one of the following: a. Cellular Roof Deck, by Vulcraft, a Division of Nucor Corporation. b. Cellular Roof Deck, by Metal Deck Group, a Division of Consolidated Systems, Inc. C. Cellular Roof Deck, by DACS, Inc. d. Or equal. G. Acoustical Deck: 1. Same configuration as roof deck units, unless otherwise shown, with perforated surfaces and sound absorption material to provide the noise reduction coefficient rating as shown or as specified. 2. Provide perforations on vertical webs of open flute roof deck units. Provide sound absorbing material as specified in Section 07 22 16, Roof Board Insulation. Deliver to roofing installer for installation in the Work. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 31 23 STEEL ROOF DECKING Page - 8 of 12 3. Provide perforated bottom plate with long -span deck units. Provide manufacturer's standard inorganic, mineral fibered sound absorption material as deck units are fabricated. 4. Products and Manufacturers: Provide one of the following: a. Acoustic Roof Deck, by Vulcraft, a Division of Nucor Corporation. b. Acoustic Roof Deck, by Metal Deck Group, a Division of Consolidated Systems, Inc. C. Acoustic Roof Deck, by DACS, Inc. d. Or equal. H. Roof Sump Pans: 1. Fabricate each from one piece galvanized sheet steel, not less than 14-gage thickness, of the same quality as deck units, with level bottoms and sloping sides to direct water flow to drain, unless otherwise shown. 2. Provide sump pans of adequate size to receive roof drains and with bearing flanges not less than three inches wide. 3. Recess pans not less than 1.5 inches below roof deck surface, unless otherwise shown or required by deck configuration. 4. Holes for drains shall be cut in the field. I. Cant Strips: 1. Fabricate cant strips of galvanized sheet steel, not less than 20-gage thickness, of the same quality as the deck units. 2. Bend cant strips to form a 45-degree cant not less than five inches wide, with top and bottom flanges not less than two inches wide, unless otherwise shown. 3. Provide cant strips in ten -foot lengths, where possible. Ridge and Valley Plates: 1. Fabricate ridge and valley plates of galvanized sheet steel, not less than 20-gage thickness, of the same quality as the deck units; each leg not less than 2.25 inches wide, bent to provide tight -fitting closure with deck units. 2. Provide plates in ten -foot lengths, where possible. K. Steel Filler and Closure Strips: 1. Fabricate steel closure strips of galvanized sheet steel, not less than 20-gage thickness, of same quality as the deck units. 2. Form to the configuration required to provide tight -fitting closures at open ends and sides of decking. L. Venting: To ensure positive venting from the underside, provide factory -slotted or perforated steel roof deck to receive insulation system. Coordinate venting requirements with insulating material manufacturer. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 31 23 STEEL ROOF DECKING Page - 9 of 12 PART 3 - EXECUTION 3.1 INSPECTION A. Examine conditions under which the Work will be performed and notify Engineer in writing of unsatisfactory conditions detrimental to proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions are corrected. 3.2 INSTALLATION A. General: 1. Install roof deck units and accessories in accordance with manufacturer's recommendations, and approved Shop Drawings and other approved submittals, and in accordance with the Contract Documents. 2. Install deck in a continuous operation to avoid delaying the construction. B. Placing Roof Deck Units: Place roof deck units on supporting steel framework and adjust to final position with ends bearing on supporting members and accurately aligned end to end before permanently fastening. Lap ends not less than two inches. Do not stretch or contract the side -lap interlocks. Place deck units flat and square, secured to adjacent framing without warp or excessive deflection. a. Do not place deck units on concrete or masonry supporting structure until concrete or masonry has cured properly and is dry. 2. Form deck sheet at longitudinal sides in such manner that sides will overlap and interlock and preclude the possibility of the dripping of cement paste from the concrete placed on it. End laps shall occur over bearings only. 3. Coordinate and cooperate with structural steel erector in locating deck bundles to prevent overloading of structural members. 4. Do not use deck units for storage or working platforms until permanently secured. 5. Steel deck shall provide a continuous uniform slope, with practically flush top surfaces, and shall be installed in straight and continuous rows, as far as practicable, with ribs at right angles to the supporting members. 6. Erect and properly align deck prior to fastening deck to supporting steel. C. Fastening Deck Units: Fasten steel deck units to steel framework by the arc -welding process or with approved mechanical fasteners. 1. Welding: a. Welds shall be free of sharp points and edges. Clean welds immediately, by chipping or wire brushing, and coat welds with zinc dust type primer paint. b. Welding shall be performed by qualified welders in accordance with AWS D1.3. C. Weld deck units to the steel supporting members using the welding pattern shown. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 31 23 STEEL ROOF DECKING Page - 10 of 12 d. Weld deck units to the steel supporting members by 5/8-inch diameter fusion area puddle welds at each deck rib, unless otherwise shown. e. Weld deck units to parallel framing supports with 5/8-inch diameter fusion area puddle welds at 12 inches on centers, unless otherwise shown. £ Weld deck units at sidelaps with 5/8-inch diameter fusion area puddle welds at mid -span, unless otherwise shown. g. Weld deck units to perimeter edge supports with 5/8-inch diameter fusion area puddle welds at 12 inches on centers, unless otherwise shown. h. Weld connection angles and plates to supporting members and deck with 5/8-inch diameter fusion welds at 12 inches on centers, unless otherwise shown. i. Before insulation is installed, replace welds found to be defective. 2. Mechanical Fastening: a. Comply with manufacturer's requirements for installation procedures for mechanical fastener attachment methods. b. Fasten deck units to the steel supporting members using the fastener pattern shown. C. Fasten deck units to the steel supporting members with specified fasteners at each deck rib, unless otherwise shown. d. Fasten deck units to parallel framing supports with specified fasteners at 12 inches on centers, unless otherwise shown. e. Fasten deck units at sidelaps with specified self -drilling screws at 12 inches on centers, unless otherwise shown. f. Fasten deck units to perimeter edge supports with specified fasteners at 12 inches on centers, unless otherwise shown. g. Fasten connection angles and plates to supporting members and deck with specified fasteners at 12 inches on centers, unless otherwise shown. h. Before insulation is installed, replace all fasteners found to be defective. D. Cutting and Fitting: Cut and fit roof deck units and accessories around other work projecting through or adjacent to the roof deck. Provide neat, square and trim cuts. E. Reinforcing at Openings: 1. Provide additional steel reinforcing and closure pieces as required for strength, continuity of deck, and to support other work, unless otherwise shown. 2. Reinforce roof deck around openings less than 15 inches in any dimension by means of a flat steel sheet placed over the opening and fastened to the top surface of deck. Provide steel sheet of the same quality as deck units, not less than 20-gage thickness, and not less than 12 inches wider and 12 inches longer than the opening. Provide welds or mechanical fasteners at each corner and spaced not more than 12 inches on centers along each side. F. Roof Sump Pans: Place roof sump pans over openings provided in the roof deck and fasten to the top deck surface. Space fasteners or welds not more than 12 inches on centers with at least one CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 31 23 STEEL ROOF DECKING Page - 11 of 12 attachment at each corner. Cut opening in the bottom of roof sump to accommodate drain size shown. G. Cant Strips: Fasten cant strips to the top surface of roof deck, and secure to wood nailers with galvanized steel screws, and to steel framing with welds or galvanized steel self -tapping screws. Space fasteners or welds at 12 inches on centers and lap end joints not less than three inches and secure with galvanized steel sheet metal screws. H. Ridge and Valley Plates: Fasten ridge and valley plates to the top surface of roof deck with welds or self -drilling screws. Lap end joints not less than three inches, with laps made in the direction of water flow. I. Closure Strips: 1. Provide steel closure strips at open uncovered ends and edges of roof deck, and in the voids between deck and other construction. Fasten into position to provide a complete deck installation. a. Provide flexible closure strips, instead of steel closures, at Contractor's option, wherever such use will ensure complete closure. Install with adhesive in accordance with manufacturer's instructions. J. Roof Insulation Support: Provide steel closure strips for supporting roof insulation where rib openings in the top surface of roof deck occur adjacent to edges and openings. Fasten closure strips into position. K. Touch-up Painting: 1. After completion of roof deck installation, wire -brush clean and paint scarred and damaged areas, welds, and rust spots on supporting steel members in accordance with Section 09 9100, Painting. 2. Touch-up galvanized top and bottom surfaces of deck units with galvanizing repair paint applied in accordance with the paint manufacturer's instructions and recommendations. 3.3 FIELD QUALITY CONTROL A. Owner will employ testing laboratory to inspect welded connections and to perform tests and prepare test reports. 1. All welds will be subject to visual inspection. Where visually deficient welds are observed, welds will be tested using non-destructive methods by certified testing laboratory. If welds are found to be satisfactory, Owner will pay for testing. Where welds are found unacceptable or deficient, Contractor will pay for testing. Contractor shall correct improper workmanship, remove and replace, or correct as instructed, welds CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 31 23 STEEL ROOF DECKING Page - 12 of 12 found unacceptable or deficient. Contractor shall pay for corrections and subsequent tests required to confirm the integrity of the weld. 2. Correct deficiencies in steel roof deck Work that inspection and laboratory test reports indicate do not comply with the Contract Documents. Perform additional tests as required to confirm non-compliance of the original Work, and as may be necessary to demonstrate compliance of corrected Work. 3. Work not in compliance with the Contract Documents and, where the Contract Documents do not include detailed requirements, Work that is not in accordance with generally -accepted standards of the trade, will be deemed defective. All Work that is defective shall be corrected or replaced as directed by Engineer. Corrections, re -design, and replacement of defective Work shall be at Contractor's expense. END OF SECTION 05 3123 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 THIS PAGE INTENTIONALLY LEFT BLANK. 05 50 00 MISCELLANEOUS METAL FABRICATIONS Page 1 of 6 SECTION 05 50 00 - MISCELLANEOUS METAL FABRICATIONS PART1-GENERAL 1.1 SUMMARY A. Scope: 1. Contractor shall provide all labor, materials, equipment and incidentals as shown on the Drawings, specified and required to furnish miscellaneous metal fabrications, including surface preparation and shop priming. B. The extent of miscellaneous metal fabrications Work is shown on the Drawings and includes items fabricated from iron, steel and aluminum shapes, plates, bars, castings and extrusions, which are not a part of the structural steel or other metal systems covered by other Sections of these Specifications. C. The types of miscellaneous metal items include, but are not limited to the following: Aluminum ladders. 2. Ships ladders. 3. Extruded aluminum stair nosings. 4. Bollards. 5. Access hatches. 6. Miscellaneous framing and supports. 7. Miscellaneous accessories and fasteners. 8. Seat Angles, supports and brackets. D. Related Sections: 1. Section 05 05 33, Anchor Systems. 2. Section 05 52 15, Aluminum Handrails and Railings. 1.2 QUALITY ASSURANCE A. Reference Standards: Comply with the applicable provisions and recommendations of the following, except as otherwise shown and specified: 1. ASTM A 36, Specification for Carbon Structural Steel. 2. ASTM A 153, Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. 3. ASTM A 240, Specification for Heat -Resisting Chromium and Chromium -Nickel Stainless Steel Plate, Sheet and Strip for Pressure Vessels. 4. ASTM A 276, Stainless and Heat -Resisting Steel Bars and Shapes. 5. ASTM A 320, Specification for Alloy Steel Bolting Material for Low Temperature Service. 6. ASTM B 209, Specification for Aluminum and Aluminum -Alloy Sheet and Plate. 7. ASTM B 211, Specification for Aluminum and Aluminum -Alloy Bars, Rods and Wire. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 50 00 MISCELLANEOUS METAL FABRICATIONS Page 2 of 6 8. ASTM B 221, Specification for Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes and Tubes. 9. ANSI A14.3, Safety Requirements for Fixed Ladders. 10. AWS D1.1, Structural Welding Code. 11. NAAMM, Metal Finishes Manual. 12. OSHA. B. Field Measurements: Take field measurements where required prior to preparation of Shop Drawings and fabrication to ensure proper fitting of the Work. C. Shop Assembly: 1. Preassemble items in the shop to the greatest extent possible, so as to minimize field splicing and assembly of units at the project site. Disassemble units only to the extent necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. 1.3 AMERICAN IRON AND STEEL (AIS) REQUIREMENTS A. Products submitted under this section shall meet American Iron and Steel (AIS) requirements as described in Division 00 and 01 Specifications. 1.4 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Fabrication and erection details of all assemblies of miscellaneous metal Work. Include plans, elevations, and details of sections and connections. Show anchorage and accessory items. Include setting drawings and templates for location and installation of miscellaneous metal items and anchorage devices. 2. Copies of manufacturer's specifications, load tables, dimension diagrams, anchor details, and installation instructions for products to be used in miscellaneous metal Work. B. Certifications: AIS: Submit certification indicating compliance with AIS requirements for all applicable metal products where required in compliance with the requirements of Division 00 and 01. PART 2 - PRODUCTS 2.1 MATERIALS A. Steel Plates, Shapes and Bars: ASTM A 36. B. Aluminum: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 50 00 MISCELLANEOUS METAL FABRICATIONS Page 3 of 6 1. Alloy and Temper: Provide alloy and temper as shown on the Drawings or specified, or as otherwise recommended by the aluminum producer or finisher. 2. Extruded Shapes and Tubes: ASTM B 241. 3. Plate and Sheet: ASTM B 209. 4. Bars, Rods and Wire: ASTM B 211. C. Stainless Steel Plates, Sheets and Bars: ASTM A 276, Type 316 stainless steel. Use Type 316 stainless steel unless shown otherwise in the Drawings. D. Stainless Steel Fasteners and Fittings: ASTM A 320. E. Surface Preparation and Shop Priming: All steel shall be primed in the shop. F. Galvanizing: All galvanizing of fabricated steel items shall comply with the requirements of ASTM A 123. G. Aluminum Finish: Provide an Architectural Class I anodized finish for all aluminum work unless specifically shown or specified to be mill or other finish. 2.2 MISCELLANEOUS METAL ITEMS A. Aluminum Ladders: 1. Fabricate ladders for the locations shown on the Drawings, with dimensions, spacings, details and anchorages as shown on the Drawings, and specified. Comply with the requirements of ANSI A14.3, except as otherwise shown on the Drawings or specified. a. Unless otherwise shown on the Drawings, provide 1 1/2-inch diameter Schedule 40 side rails, spaced 18-inches apart, minimum. b. Provide extruded square rungs, spaced 12-inches on centers, maximum with non- slip surface on the top of each rung. Adhesive strips for non -slip surfaces will not be allowed. 2. Fit rungs in centerline of side rails, plug weld and grind smooth on outer rail faces. 3. Support each ladder at top and bottom and at intermediate points spaced not more than five feet on centers. Use welded or bolted brackets, designed for adequate support and anchorage, and to hold the ladder clear of the wall surface with a minimum of 7-inches clearance from wall to centerline of rungs. Unless otherwise shown on the Drawings, or approved by the ENGINEER, extend rails 42-inches above top rung, and return rails to wall or structure, unless other secure handholes are provided. If the adjacent structure does not extend above the top rung, goose neck the extended rails back to the structure to provide secure ladder access. 4. Use extruded aluminum conforming to alloy and temper of the 5000 series alloys. B. Ships Ladders: 1. Ladders shall be fabricated to dimensions shown on the Drawings. 2. Ladders shall have 75 degree rake. 3. Ladders shall have a minimum 24-inch clear width. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 50 00 MISCELLANEOUS METAL FABRICATIONS Page 4 of 6 4. Ladders shall be fabricated from aluminum. All hardware and anchorages shall be Type 304 stainless steel. 5. Product and Manufacturer: Provide one of the following: a. Alaco. b. Surespan. C. Or approved equal. C. Fall Prevention System: All ladders greater than 12-feet-0-inches in height shall be provided with a fall prevention system. The system shall meet OSHA standards. 1. The system shall consist of a rail permanently attached to the ladder to which a harness belt is attached. The rail shall be notched and constructed of aluminum. Ladder attachments shall be provided as required by the manufacturer. A removable extension section shall be provided at the top of the ladder. 2. Product and Manufacturer: Provide one of the following: a. Miller Saf-T-Climb by Honeywell International, Inc. b. Miller Vi-Go Ladder Climbing Safety System by Honeywell International, Inc. C. Ladder Rigid Track Fall Arrest System by CAI Safety Systems, Inc. D. Aluminum Stairs: 1. Stringers: 6061-T6 aluminum alloy. 2. Stair Treads: a. Aluminum of same type specified under Aluminum Grating. b. Of sizes indicated on the Drawings and 1-3/4 inch minimum depth with cast abrasive type safety nosings. 3. Handrails and Guardrails: Aluminum pipe specified under Aluminum Handrails and Guardrails (Nonwelded Pipe). 4. Fasteners: Type 316 stainless steel. E. Extruded Aluminum Stair Nosings: 1. Fabricate of sizes and configurations required for the Work. a. Unless otherwise shown on the Drawings, provide ribbed abrasive filled type, using black abrasive filler. 2. Provide anchors for embedding in concrete, either integral or applied to treads, as standard with the manufacturer. 3. Product and Manufacturer: Provide stair nosings by one of the following: a. American Abrasive Metals Company. b. Wooster Products Incorporated. F. Bollards: Unless shown otherwise in the Drawings, provide 8-inch diameter, Schedule 40 galvanized steel pipe, 4-feet-0-inches above grade, 4-feet-0-inches below grade. Fill with CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 50 00 MISCELLANEOUS METAL FABRICATIONS Page 5 of 6 concrete and mound top. Bollards shall be primed in the shop. Surface preparation and painting shall conform to the requirements of Section 09 09 02. G. Access Hatches: 1. Hatches shall be fabricated to dimensions shown on the Drawings. 2. Hatches shall be fabricated from aluminum. All hardware and anchorages shall be Type 316 stainless steel. 3. Provide lockable hasp at all hatches. 4. All hatches shall be watertight and gas -tight. 5. Hatches shall be rated for 300 psf live load. 6. Product and Manufacturer: a. Bilco Type J-AL or JD -AL, as indicated on the drawings. b. Or approved equal. H. Miscellaneous Framing and Supports: 1. Provide miscellaneous metal framing and supports, which are not a part of the structural steel framework and are required to complete the Work. 2. Fabricate miscellaneous units to the sizes, shapes and profiles shown on the Drawings or, if not shown on the Drawings, of the required dimensions to receive adjacent grating, plates, tanks, doors, or other work to be retained by the framing. Except as otherwise shown on the Drawings, fabricate from structural shapes, plates, and bars, of all welded construction using mitered corners, welded brackets and splice plates and a minimum number of joints for field connection. Cut, drill and tap units to receive hardware and similar items to be anchored to the Work. 3. Equip units with integrally welded anchors for casting into concrete or building into masonry. Furnish inserts if units must be installed after concrete is placed. a. Except as otherwise shown on the Drawings, space anchors, 24-inches on centers, and provide units the equivalent of 1-1/4 by 1 /4 by 8-inch strips. b. All material shall be Type 316 stainless steel unless noted otherwise in the Drawings. I. Fasteners and Fittings: Provide Type 316 stainless steel, for all aluminum fabrications, and zinc coated hardware for all galvanized fabrications, unless otherwise shown on the Drawings or specified. Surface Preparation and Shop Priming: All miscellaneous metal fabrications shall be primed in the shop. K. Aluminum Finish: Provide an Architectural Class 1 anodized finish, AA M32C22 A41, clear, as specified in NAAMM Manual. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 50 00 MISCELLANEOUS METAL FABRICATIONS Page 6 of 6 PART 3 - EXECUTION 3.1 INSTALLATION A. Set miscellaneous metal fabrications accurately in location, alignment and elevation, plumb, level, true and free of rack, measured from established lines and levels. Brace temporarily or anchor temporarily in formwork where fabrications are to be built into concrete, masonry or similar construction. B. Anchor securely as shown on the Drawings or as required for the intended use, using concealed anchors wherever possible. C. Fit exposed connections accurately together to form tight hairline joints. Weld steel connections, which are not to be left as exposed joints, but cannot be shop welded because of shipping size limitations. Grind steel joints smooth and touch up shop paint coat. Do not weld, cut or abrade the surfaces of exterior units, which have been hot -dip galvanized after fabrication, and are intended for bolted or screwed field connections. D. Protection of Aluminum from Dissimilar Materials: Coat all surfaces of aluminum in contact with dissimilar materials, such as concrete, grout, masonry and steel or other dissimilar metals with the following: a. Cast Aluminum: Heavy coat of bituminous paint. b. Extruded Aluminum: Two coats of clear lacquer. 2. Do not extend coating beyond contact surfaces. Remove coating where exposed -to -view in the finished Work. E. All welds to be coated shall be grinded smooth according to NACE "Surface Preparation of Welds Prior to Coating". END OF SECTION 05 50 00 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0552 15 ALUMINUM HANDRAILS AND RAILINGS Page 1 of 16 SECTION 05 52 15 - ALUMINUM HANDRAILS AND RAILINGS PART1-GENERAL 1.1 DESCRIPTION A. Scope: Contractor shall provide all labor, materials, tools, equipment, and incidentals as shown, specified, and required to furnish and install aluminum handrail and railing systems. The Work also includes: a. Providing openings in, and attachments to, aluminum handrail and railing systems to accommodate the Work under this and other Specification Sections. Provide all items for aluminum handrails and railings, including anchorages, fasteners, studs, and other items required for which provision for is not specifically included under other Sections. b. Provide openings in and attachments to aluminum handrails and railings to accommodate work under other contracts. Assist other contractors in building on or attaching to aluminum handrails and railings all items such as fasteners and other items required for which provision is not specifically included under other contracts. 2. Aluminum handrails and railings Work shall include components and features shown and specified, and all components and features available from specified manufacturers required for providing complete aluminum handrail and railing system in accordance with the Contract Documents. B. Coordination: 1. Review installation procedures under this and other Sections and coordinate installation of items to be installed with or before aluminum handrails and railings Work. 2. Notify other contractors in advance of installing aluminum handrail and railings to provide them with sufficient time to install items included in their contracts that are to be installed with or before aluminum handrails and railings Work. 3. Aluminum handrail and railing locations shall comply with Laws and Regulations. C. Related Sections: 1. Section 03 60 00, Grouting. 2. Section 05 05 33, Anchor Systems. 3. Section 09 9100, Painting. 1.2 REFERENCES A. Standards referenced in this Section are: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0552 15 ALUMINUM HANDRAILS AND RAILINGS Page 2 of 16 1. AA, Aluminum Design Manual. 2. ASTM B26/B26M, Specification for Aluminum -Alloy Sand Castings. 3. ASTM B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 4. ASTM B 136, Standard Method for Measurement of Stain Resistance of Anodic Coatings on Aluminum. 5. ASTM B 137, Standard Test Method for Measurement of Coating Mass per Unit Area on Anodically Coated Aluminum. 6. ASTM B221, Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles and Tubes. 7. ASTM B24I/B24IM, Specification for Aluminum and Aluminum -Alloy Seamless Pipe and Seamless Extruded Tube. 8. ASTM B244, Standard Test Method for Measurement of Thickness of Anodic Coatings on Aluminum and of Other Nonconductive Coatings on Nonmagnetic Basis Metals with Eddy -Current Instruments. 9. ASTM B247, Specification for Aluminum and Aluminum -Alloy Die Forgings, Hand Forgings, and rolled Ring Forgings. 10. ASTM B429, Specification for Aluminum -Alloy Extruded Structural Pipe and Tube. 11. ASTM E 935, Standard Test Methods for Permanent Metal Railing Systems and Rails for Buildings. 12. NAAMM/Architectural Metal Products Division (AMP), Pipe Railing Manual. 13. NAAMM/AMP AMP 501 Finishes for Aluminum. 1.3 QUALITY ASSURANCE A. Qualifications: Manufacturer: a. Upon request manufacturer shall submit document at least five years successful experience in fabricating aluminum handrail and railing systems of scope and type similar to that required. b. Manufacturer shall be capable of providing custom detail drawings for the products required. 2. Professional Engineer: a. Contractor or handrail and railing manufacturer shall retain a registered professional engineer legally qualified to practice in same state as the Site. Professional engineer shall have at least five years experience designing aluminum handrails and railings. b. Responsibilities include: 1) Reviewing aluminum handrail and railing system performance and design criteria stated in the Contract Documents. 2) Preparing written requests for clarifications or interpretations of performance or design criteria for submittal to Engineer by Contractor. 3) Preparing or supervising preparation of design calculations verifying compliance of aluminum handrail and railing system with requirements of the Contract Documents. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0552 15 ALUMINUM HANDRAILS AND RAILINGS Page 3 of 16 4) Signing and sealing all calculations. 5) Certifying that: a) Design of aluminum handrail and railing system was performed in accordance with performance and design criteria stated in the Contract Documents, and b) Design conforms to all applicable local, state, and federal Laws and Regulations, and to prevailing standards of practice. Installer: a. Retain a single installer trained and with record of successful experience in installing aluminum handrail and railing systems. b. Installer shall have record of successfully installing aluminum handrail and railing systems in accordance with recommendations and requirements of manufacturer or shall provide evidence of being acceptable to the manufacturer. C. Installer shall employ only tradesmen with specific skill and successful experience in the type of Work required. d. When requested by Engineer, submit name and qualifications of installer with the following information for at least three successful, completed projects: 1) Names and telephone numbers of owner and architect or engineer responsible for each project. 2) Approximate contract cost of the aluminum handrail and railing systems for which installer was responsible. 3) Amount (linear feet) of aluminum handrail and railing installed. B. Component Supply and Compatibility: 1. Obtain all materials furnished under this Section regardless of component manufacturer, from a single aluminum handrail and railing system manufacturer. 2. Aluminum handrail and railing system manufacturer shall review and approve or prepare all Shop Drawings and other submittals (except for delegated design submittals, when professional engineer is retained by other than handrail and railing manufacturer) for all components furnished under this Section. 3. Components shall be specifically constructed for specified service conditions and shall be integrated into overall assembly by aluminum handrails and railings manufacturer. C. Regulatory Requirements: Comply with Laws and Regulations including: OSHA Part 1910.23, Guarding Floor and Wall Openings and Holes. D. Certifications: 1. Submit certification, signed by authorized officer of manufacturer and notarized, stating that handrail and railing systems comply with the design prepared by the professional engineer. 2. Submit certification, signed by authorized officer of Contractor and notarized, stating that all components and fittings are furnished by the same manufacturer. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0552 15 ALUMINUM HANDRAILS AND RAILINGS Page 4 of 16 1.4 SUBMITTALS A. Action Submittals: Submit the following: Shop Drawings: a. Drawings for fabrication and installation of aluminum handrail and railing systems with sizes of members, pipe wall thickness, information on components, and anchorage devices. Show all anchorages. Provide details drawn at scale of 1.5- inch equal to one foot. b. Indicate required location of posts. C. Indicate locations and details of all expansion joints, if any. d. Indicate locations and details of gaps across seismic joints, if any. e. Profile drawings of aluminum handrail and railing system components. f. Custom detail drawings. Details of forming, jointing, sections, connections, internal supports, trim and accessories. Provide details drawn at scale of 1.5-inch equal to one foot. 2. Product Data: a. Manufacturer's specifications, standard detail drawings, and installation instructions for aluminum handrail and railing systems. b. Manufacturer's catalogs showing complete selection of standard and custom components and miscellaneous accessories for selection by Engineer. Delegated Design Submittals: a. Design Data: 1) Design computations or complete structural analysis of handrail and railing systems, signed and sealed by professional engineer. Professional engineer's seal shall be clearly legible, including state of registration, registration number, and name on seal. 2) Certification by professional engineer that professional engineer has performed design of aluminum handrail and railing systems in accordance with performance and design criteria stated in the Contract Documents, and that design conforms to all local, state, and federal Laws and Regulations, and to prevailing standards of practice. 4. Samples: a. Full-size Sample, two feet long, of assembled railing system at post and rail intersections. Sample shall have all associated components including typical connections, mounted toeboard and sleeve, and handrail at wall return, complete with mounting brackets, all with specified controlled uniform metal finish. b. Color Samples: Maximum range of (--1--) anodized aluminum that shall appear in finished Work. Prepare range Samples, to show highest level of color control feasible for actual handrail and railing systems, as determined by licensor of finishing process specified, on actual extrusions and castings of the Work. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0552 15 ALUMINUM HANDRAILS AND RAILINGS Page 5 of 16 Engineer will review Samples for finish, color, joint tolerances, workmanship, and general component assembly only. Compliance with other requirements is the responsibility of the Contractor. 5. Test Procedure: Submit detailed description of proposed shop testing procedures. Do not perform shop testing until Engineer approves shop test procedure: B. Informational Submittals: Submit the following: Certificates: a. Certification on source of supply, as specified in Article 1.3 of this Section. b. Manufacturer certification specified in Article 1.3 of this Section. 2. Source Quality Control Submittals: a. Manufacturer's load testing report in accordance with ASTM E935 for completed aluminum handrail and railing systems, demonstrating compliance with applicable requirements of building codes, safety codes, and other Laws and Regulations. 3. Qualifications Statements: Submit qualifications for the following: a. Manufacturer, when requested by Engineer. b. Professional engineer. C. Installer, when requested by Engineer. Qualifications statement shall include record of experience with references specified. C. Closeout Submittals: Submit the following: Maintenance Manuals: Furnish detailed maintenance manuals that include the following: a. Product name and number. b. Detailed procedures for routine maintenance and cleaning, including cleaning materials, application methods and precautions in use of products that may be detrimental to finish when improperly applied. C. Handrail and railings systems manufacturer's current catalog including individual parts. d. Maintenance manuals shall be in accordance with Section 01 78 23, Operations and Maintenance Data. 2. Guarantee: Provide in maintenance manual the guarantee specified. D. Maintenance Material Submittals: Submit the following: Extra Stock Materials: a. After completing installation, deliver to Owner (--1--) percent of actual quantity of each handrail and railing system component used in the Work. b. Label each piece or sealed container with name and product number. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0552 15 ALUMINUM HANDRAILS AND RAILINGS Page 6 of 16 1.5 DELIVERY, STORAGE AND HANDLING A. Storage and Protection: Keep products off ground using pallets, platforms, or other supports. Protect products from corrosion and deterioration. B. Handling of Products: 1. Do not subject handrail and railing products to bending or stress. 2. Do not damage edges or handle products in a manner that will cause scratches, warping, or dents. 3. Protect handrails and railings by paper or coating as acceptable to handrail and railing manufacturer, against scratching, splashes of mortar, paint, and other marring during transportation, handling, and erection. Protect until completion of adjacent work. 1.6 GUARANTEE A. Guarantee: Manufacturer shall provide written guarantee of availability of replacement parts and components for period of at least five years after completion of the Project. PART 2 - PRODUCTS 2.1 SYSTEM PERFORMANCE A. System Description: Aluminum handrail and railing system shall consist of equally spaced horizontal rails with totally concealed mechanical fasteners, internally threaded tubular rivets and components fastened to posts spaced no more than five feet on centers and system of handrails supported from adjacent construction by mounting brackets spaced at no more than five feet on centers. B. System Description: Aluminum handrail and railing system shall consist of top and bottom rail with vertical pickets with totally concealed mechanical fasteners, internal threaded tubular rivets, and components fastened to posts spaced no more than five feet on centers and system of handrails supported from adjacent construction by mounting brackets spaced at no more than five feet on centers. C. Design Criteria and Performance Criteria: Design, fabricate, and install aluminum handrail and railing systems to withstand the most critical effects resulting from the following loads (loads listed below do not act concurrently): a. Uniform Load: 50 pounds per foot, applied at top in any direction. b. Concentrated Load: 200 pounds single load, applied at any point along the top in any direction. C. Components: Intermediate rails (all rails except the handrail), balusters, and panel fillers, if any, shall withstand horizontally -applied normal load of 50 pounds on an CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0552 15 ALUMINUM HANDRAILS AND RAILINGS Page 7 of 16 area equal to one square foot, including openings and space between rails. Reactions due to this loading are not required to be superimposed to loading specified for main supporting members of handrails and railings. d. Comply with AA Aluminum Design Manual for determining allowable stresses and safety factors for aluminum structural components. e. Limit deflection in each single span of railing and handrail to 1.5-inch maximum, and to 1/4-inch maximum on railing posts. Applied loads shall not produce permanent deflection in the completed Work when loads are removed. 2. Thermal Control: Provide adequate expansion within fabricated systems that allows for thermal expansion and contraction caused by material temperature change of 140 degrees F to -20 degrees F without warp or bow of system components. Distance between expansion joints shall be based on providing 1/4-inch wide joint at 70 degrees F, which accommodates movement of 150 percent of calculated amount of movement for specified temperature range. 3. Where handrail and railing systems cross expansion joints in the building or structure, provide expansion joints in handrail and railings systems. 4. For posts located at or near end of runs as shown, uniformly space intermediate posts as required to conform to loading and deflection criteria specified, at intervals no greater than maximum post spacing specified. Where posts are shown for handrails along both sides of walkways and other similar locations, locate posts opposite each other; do not stagger post locations. 2.2 MANUFACTURERS A. Products and Manufacturers: Provide one of the following: 1. Custom Fabricated Connectorail System, by Julius Blum & Company, Inc. 2. Custom Fabricated Series 500 Non -Welded Aluminum Pipe Aluminum handrails and railing systems, by Superior Aluminum Products, Inc. 3. Or equal. B. Products and Manufacturers: Provide one of the following: 1. Wesrail, by Moultrie Manufacturing Company. 2. Alumaguard, by Alumaguard — A division of Bettinger West, Inc. 3. Or equal. 2.3 MATERIALS A. Extruded Aluminum Architectural and Ornamental Shapes: ASTM B221, Alloy 6063-T52. B. Aluminum Forgings: ASTM B247. C. Extruded or Drawn Aluminum Pipe and Tube: 1. ASTM B429 or ASTM 13241/13241M, Alloy 6063-T5, 6063-T52, or 6063-T832 as required by loadings, deflections, and post spacing specified. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0552 15 ALUMINUM HANDRAILS AND RAILINGS Page 8 of 16 2. Provide Schedule 40 pipe, minimum, unless conditions of detail and fabrication require extra -heavy pipe to comply with Specifications. Rails and posts shall have minimum outside diameter of 1.90 inches. D. Reinforcing Bars: Solid, circular profile, two feet long, 6061-T6 aluminum reinforcing bars with same outside diameter as inside diameter of post. E. Reinforcing Bars: Urethane foam -filled, Schedule 80, 23 inches long 6061-T6 aluminum reinforcing bars or tubes with outside diameter same as inside diameter of post. F. Anchors and Fastenings: 1. For anchors and fasteners, use Type 316 stainless steel; minimum 3/8-inch diameter. 2. Provide minimum of four bolt fasteners per post where surface -mounted posts are shown. Components shall be in accordance with manufacturer's recommendations and as approved or accepted (as applicable) by Engineer on submittals. 3. Anchors: In accordance with Section 05 05 33, Anchor Systems. G. Castings: 1. Provide high -strength aluminum alloy brackets, flanges, and fittings suitable for anodizing as specified. 2. Aluminum alloy sand castings: ASTM 1326/1326M. H. Connector Sleeves: Schedule 40, five -inch long by 1.610-inch diameter. I. Sockets: Provide six-inch deep by 2.5-inch outside diameter aluminum sockets with 3.5-inch wide socket cover on bottom of each socket and on top and bottom of removable post sockets. Chain, Snaps, and Eye Bolts: Provide oblong 1/4-inch welded link, Type 316 stainless steel chain weighing 57 pounds per cubic foot, each link 1.25-inch by 7/16-inch. Provide Type 316 stainless steel eyebolts, 1/4-inch stainless steel threaded quick links and heavy-duty swivel snaps with spring loaded latch. K. Gates: For each gate in handrail or railing system, provide the following: 1. Hinges: Two -self closing aluminum hinges. 2. Latches and Stops: One latch and stop with rubber bumper and one -inch diameter plastic knobs. L. Custom Cover Flanges: 1/4-inch high by four -inch diameter, aluminum. M. Adhesive: Two-part waterproof epoxy -type as recommended by handrail and railing systems manufacturer. N. Non -shrink Grout: Comply with Section 03 60 00, Grouting. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0552 15 ALUMINUM HANDRAILS AND RAILINGS Page 9 of 16 O. Toeboards: 1. Provide extruded Alloy 6063-T5 or T52 aluminum alloy toeboards, unless railing is mounted on curbs or other construction of sufficient height and type to comply with OSHA 1910.23. Bars or plates are not acceptable. 2. Unless otherwise specified, toeboards shall comply with OSHA 1910.23, Section (e). P. System Components and Miscellaneous Accessories: Provide complete selection of manufacturer's standard and custom aluminum handrail and railing systems components and miscellaneous accessories required. Show type and location of all such items on Shop Drawings and other submittals as applicable. 2.4 FABRICATION A. General: Unless otherwise shown or specified, provide typical non -welded construction details and fabrication techniques recommended in NAAMM/AMP Pipe Railing Manual and NAAMM/AMP AMP 501. B. Fabricate handrail and railing systems true to line and level, with accurate angles surfaces and straight edges. Fabricate corners without using fittings. Provide bent -metal corners to smallest radius possible without causing grain separation or otherwise impairing the Work. Form elbow bends and wall returns to uniform radius, free from buckles and twists, with smooth finished surfaces, or use prefabricated bends. Provide not less than four -inch outside radius. C. Provide chains across openings in railings where shown. Attach one end of each chain to an eyebolt in post and other end attached by means of swivel eye snap hook to similar eyebolt in opposite post. D. Remove burrs from exposed edges. E. Close aluminum pipe ends by using prefabricated fittings. F. Weep Holes: 1. Fabricate joints that will be exposed to weather to exclude water. 2. Provide 15/64-inch diameter weep holes at lowest possible point on each post in handrail and railing systems. 3. Provide pressure relief holes at closed ends of handrail and railing systems. G. Toeboards: 1. Provide manufacturer's standard toeboard, that accommodates movement caused by thermal change specified without warping or bowing toeboards. 2. Provide manufacturer's standard toeboard, which accommodates storage for removable socket covers. 3. Coordinate and cope toeboard as required to accommodate cover flanges at posts. 4. Toeboards shall follow curvature of railing. Where railing is shown to have curved contours at corners, or other locations, toeboard shall likewise be curved to follow line of railing system. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0552 15 ALUMINUM HANDRAILS AND RAILINGS Page 10 of 16 H. Reinforcing Bars: Provide reinforcing bar friction -fitted at each post in railing system. Extend reinforcing bars of tubes six inches into cast -in -place sleeves or other types of supporting brackets. I. Mechanically Fitted Component Pipe Handrail and Railing System: 1. Use non -welded pipe handrail and railing system with posts, top and intermediate rail(s), and flush joints. 2. Provide top and intermediate horizontal rail(s), equally spaced. 3. Provide top and bottom rail with 0.675-inch diameter pickets spaced (--1--) feet on centers. Pressure fit pickets in shop fabricated channel adapters by hydraulic ram. Loose fit is not acceptable. Fasten picket sections into top and bottom rails by using tubular rivets 12 inches on centers maximum, but uniformly spaced between posts beginning 6.0 inches from centerline of post. 4. Do not use blind rivets, pop rivets, or other exposed fastening devices in the Work under this Section. Fasteners used for side -mounting fascia flanges where shown or specified may be exposed in the Work. Provide internal threaded aluminum rivets, stainless steel through -bolts with lock nuts, stainless steel sheet metal screws with lock washers, and epoxy adhesive for fastening components of the Work. 5. Use Type 304/305 stainless steel blind rivets and Type 304/305 stainless steel self - tapping screws in assembling components of the Work. 2.5 FINISHES A. General: 1. Prepare surfaces for finishing in accordance with recommendation of aluminum producer and the aluminum finisher or processor. 2. Adjust and control direction of mechanical finishes specified to achieve best overall visual effect in the Work. 3. Color and Texture Tolerance: Provide uniform color and continuous mechanical texture for aluminum components. Engineer reserves the right to reject aluminum materials because of color or texture variations that are visually objectionable, but only where variation exceed range of variations established by manufacturer prior to fabrication, by means of range of Samples approved by Engineer. 4. Anodize aluminum components. B. Finish: 1. Mechanically finish aluminum by wheel or belt polishing with aluminum oxide grit of 180 to 220 size, using peripheral wheel speed of 6,000 feet per minute; AA Designation - M32 Medium Satin Directional Texture. 2. Hand -Rubbed Finish: Where required to complete the Work and provide uniform, continuous texture, provide hand -rubbed finish to match medium satin directional texture specified to even out and blend satin finishes produced by other means. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0552 15 ALUMINUM HANDRAILS AND RAILINGS Page 11 of 16 C. Cleaning: 1. Provide non -etching chemical cleaning by immersing aluminum in inhibited chemical solution, as recommended by coating applicator, to remove lard oil, fats, mineral grease, and other contamination detrimental to providing specified finishes. 2. Clean and rinse with water between steps as recommended by aluminum manufacturer. D. Exposed Aluminum Anodic Coating: Provide anodic coatings as specified that do not depend on dyes, organic or inorganic pigments, or impregnation processes to obtain color. Apply coatings using only the alloy, temperature, current density, and acid electrolytes to obtain specified colors in compliance with designation system and requirements of NAAMM/AMP Pipe Railing Manual and NAAMM/AMP AMP 501. Comply with the following: 1. Provide Architectural Class I high density anodic treatment by immersing the components in tank containing solution of 15 percent sulfuric acid at 70 degrees F with 12 amperes per square foot of direct current for minimum of sixty minutes; AA Designation (--1--). 2. Physical Properties: a. Anodic Coating Thickness, ASTM B244: Minimum of 0.7-mils thick. b. Anodic Coating Weight, ASTM B 137: Minimum of 32 mg/sq. in. C. Resistance to Staining, ASTM B136: No stain after five minutes dye solution exposure. d. Salt Spray, ASTM B 117: 30,000 hours exposure with no corrosion or shade change. 3. Seal finished anodized coatings using deionized boiling water to seal pores and prevent further absorption. 4. Products and Manufacturers: Provide one of the following: a. (--1--) by Aluminum Company of America, Inc. b. Or equal. 2.6 SOURCE QUALITY CONTROL A. Allowable Tolerances: Limit variation of cast -in -place inserts, sleeves and field -drilled anchor and fastener holes to the following: a. Spacing: Plus -or -minus 3/8-inch. b. Alignment: Plus -or -minus 1/4-inch. C. Plumbness: Plus -or -minus 1/8-inch. 2. Minimum Handrails and Railings Systems Plumb Criteria: a. Limit variation of completed handrail and railing system alignment to 1/4-inch in 12 feet with posts set plumb to within 1/16-inch in 3.0 feet. b. Align rails so variations from level for horizontal members and from parallel with rake of stairs and ramps for sloping members do not exceed 1/4-inch in 12.0 feet. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0552 15 ALUMINUM HANDRAILS AND RAILINGS Page 12 of 16 Provide "pencil -line" thin butt joints. B. Factory Testing: 1. Perform load test on completed handrail and railing systems. Extent of handrail and railing systems to be factory -tested shall be as shown and specified. 2. Load test completed handrail and railing systems in accordance with requirements of ASTM E935. Provide written report to Engineer identifying and documenting testing methods used, magnitude and location of loads superimposed, and results of such tests on actual completed handrail and railing systems, including all anchors and fasteners to be used in the Work. Testing setup shall simulate actual conditions of installation to be used in the Work. 3. Do not ship products from factory until Engineer accepts load testing report. PART 3 - EXECUTION 3.1 INSPECTION A. Examine conditions under which Work will be performed and notify Engineer in writing of conditions detrimental to proper and timely completion of the Work. Do not proceed with installation until unsatisfactory conditions are corrected. B. Verify to Engineer the gage of aluminum pipe railing posts and rails brought to the Site by actual measurement of on -Site material in presence of Engineer. 3.2 INSTALLATION A. General: 1. Do not erect components that are scarred, dented, chipped, discolored, otherwise damaged, or defaced. Remove from Site railing and handrail system components that have holes, cuts, gouges, deep scratches, or dents of any kind. Repairs to correct such Work will not be accepted. Remove and replace with new material. 2. Comply with installation and anchorage recommendations of NAAMM/AMP Pipe Railing Manual and NAAMM/AMP AMP 501 in addition to requirements specified and approved or accepted (as applicable) submittals. B. Fastening to In -Place Construction: 1. Remove protective plastic immediately before installing. 2. Adjust handrails and railings prior to securing in place, to ensure proper matching at butting joints and correct alignment throughout their length. Plumb posts in each direction. Secure posts and rail ends to building or structure as follows: a. Anchor posts in concrete by providing sockets set and anchored into concrete floor slab. Provide closure secured to bottom of sleeve. Before installing posts, remove debris and water from sleeves. Verify that reinforcing bars or tubes have been inserted into posts before installation. Do not install posts without reinforcing bar. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0552 15 ALUMINUM HANDRAILS AND RAILINGS Page 13 of 16 For all non -removable handrail and railing systems sections, after posts have been inserted into sockets, fill annular space between posts and sockets solid with grout as specified in Section 03 60 00, Grouting. Crown the grout and slope grout to drain away from posts. b. Anchor posts to stair stringers with stringer or support flanges, angle type or floor type as required by conditions, shop -connected to posts and bolted to steel supporting members. Flanges shall be as recommended by manufacturer. Verify that reinforcing bars are inserted into posts before installation. Do not install posts without reinforcing bar. C. Side -mount posts by fastening them securely in brackets attached to steel or concrete fascia as shown and in accordance with approved or accepted (as applicable) submittals. d. Provide removable railing sections where shown. Provide removable railing system posts with friction -fitted reinforcing bar in each post. Provide sockets with socket covers stored in extruded toeboard. Provide aluminum pipe collars for all removable posts. Accurately locate sleeves to match post spacing. e. Provide posts set in concrete with an aluminum floor cover flange. Use devices and fasteners recommended by handrail and railing systems manufacturer and as shown on approved or accepted (as applicable) submittals. C. Cutting, Fitting, and Placement: 1. Perform cutting, drilling and fitting required for installation. Set the Work accurately in location, alignment, and elevation, plumb, level, true, and free of rack, measured from established lines and levels. 2. Fit exposed connections accurately together to form tight hairline joints. Do not cut or abrade surfaces of units that have been finished after fabrication, and are intended for field connections. 3. Make permanent field splice connections using manufacturer's recommended epoxy adhesive and five -inch minimum length connector sleeves. Tight press -fit field splice connectors and install in accordance with manufacturer's written instructions. Follow epoxy manufacturer's recommendations for requirements of installation and conditions of use. 4. Make permanent field splice connections using stainless steel blind rivets and five -inch minimum length connector sleeves. Tight press -fit field splice connectors and install in accordance with manufacturer's written instruction. Install two blind rivets per joint on 180-degree centers. 5. Make splices as near as possible to posts, but not exceeding 12 inches from nearest post. 6. Field welding is not allowed. Make splices using pipe splice lock employing a single allen screw to lock joint. 7. Provide hinged gates as shown. 8. Provide chain sections as shown. Provide one chain length with fastening accessories for top and each intermediate rail. 9. Secure handrails to walls with wall brackets and end fittings as shown. Drill wall plate portion of the bracket to receive one bolt, unless otherwise shown for concealed anchorage. Locate brackets as shown or, if not shown, at not more than five feet on centers. Provide flush type wall return fittings with same projection shown for wall brackets. Secure wall brackets and wall return fittings to building or structure. Refer to Section 05 05 33, Anchor Systems. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0552 15 ALUMINUM HANDRAILS AND RAILINGS Page 14 of 16 10. Securely fasten toeboards in place with not more than 1/4-inch clearance above floor level. 11. Drill one 15/64-inch diameter weep hole not more than 1/4-inch above top of location of solid reinforcing bar or tube in each post. D. Fastening to Existing Construction: 1. Provide heavy-duty floor flange and anchorage devices and fasteners where necessary for securing handrail and railing systems components to existing construction; including stainless steel threaded fasteners for concrete and masonry inserts, toggle bolts, through -bolts, lag bolts and other connectors as required. Refer to Section 05 05 33, Anchor Systems. 2. Use devices and fasteners recommended by handrail and railing systems manufacturer and as shown on approved or accepted (as applicable) submittals. E. Expansion Joints: Provide slip joint with internal sleeve extending not less than two inches beyond joint on each side. 2. Construct expansion joints as for field splices, except fasten internal sleeve securely to one side of rail only. 3. Locate joints within six inches of posts. F. Protection from Dissimilar Materials: 1. Coat aluminum surfaces in contact with dissimilar materials such as concrete, masonry, and steel, in accordance with Section 09 9100, Painting. 2. Do not extend coating beyond contact surfaces. Remove coating where exposed -to -view in the finished Work. 3.3 CLEANING AND REPAIRING A. Cleaning: 1. Clean exposed surfaces of handrail and railing systems after completion of installation. Comply with recommendations of both handrail and railing system manufacturer and finish manufacturer. Do not use abrasives or unacceptable solvent cleaners. Test cleaning techniques on an unused section of railing before employing cleaning technique. 2. Remove stains, dirt, grease, and other substances by washing handrails and railings systems thoroughly using clean water and soap; rinse with clean water. 3. Do not use acid solution, steel wool, or other harsh abrasives. 4. If stain remains after washing, remove defective sections and replace with new material complying with this Section. B. Handrails and railings shall be free of dents, burrs, scratches, holes, and other blemishes. Replace damaged or otherwise defective Work with new material that complies with this Section at no additional cost to Owner. C. Prior to Substantial Completion, replace adjacent work marred by the Work of this Section. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0552 15 ALUMINUM HANDRAILS AND RAILINGS Page 15 of 16 END OF SECTION 05 52 15 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 05 52 15 This page intentionally left blank. ALUMINUM HANDRAILS AND RAILINGS Page 16 of 16 CDM Smith CONSTRUCTION SPECIFICATION DOCUMENTS VCWRF Primary Clarifier Improvements City Project No. 103295 0553 16 ALUMINUM GRATING Page 1 of 6 SECTION 05 53 16 - ALUMINUM GRATING PART1-GENERAL 1.1 DESCRIPTION A. Scope: 1. Contractor shall provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install aluminum grating and frames. 2. The Work includes: a. Providing grating, frames, and appurtenances. b. Providing openings in aluminum grating to accommodate the Work under this and other Sections and attaching to aluminum grating all items such as sleeves, bands, studs, fasteners, and items required for which provision is not specifically included under other Sections. C. Providing openings in and attachments to aluminum grating to accommodate work under other contracts and assisting other contractors in building on or attaching to aluminum grating items such as bands, fasteners, and studs and all items required for which provision is not specifically included under other contracts. B. Coordination: 1. Review installation procedures under this and other Sections and coordinate installation of items to be installed with or before aluminum grating Work. 2. Notify other contractors in advance of installing aluminum grating to provide other contractors with sufficient time for installing items included in their contracts to be installed with or before aluminum grating Work. C. Related Sections: Section 09 9100, Painting. 1.2 REFERENCES A. Standards referenced in this Section are: 1. AA Aluminum Design Manual. 2. ASTM B210, Specification for Aluminum and Aluminum -Alloy Drawn Seamless Tubes. 3. ASTM B221, Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes. 4. NAAMM MBG 531, Metal Bar Grating Manual. 5. NAAMM MBG 533, Welding Specifications for Fabrication of Steel, Aluminum and Stainless Steel Bar Grating. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0553 16 ALUMINUM GRATING Page 2 of 6 1.3 QUALITY ASSURANCE A. Qualifications: Manufacturer: Shall have at least five years experience manufacturing products substantially similar to those required and shall be able to submit documentation of at least five installations in satisfactory operation for at least five years each. B. Component Supply and Compatibility: 1. Obtain all products and materials included in this Section regardless of component manufacturer from a single aluminum -grating manufacturer. 2. Aluminum grating manufacturer shall review and approve or prepare all Shop Drawings and other submittals for all products and materials furnished under this Section. 3. Components shall be suitable for the specified service conditions and be integrated into overall assembly by aluminum grating manufacturer. 4. Provide only one type of aluminum grating exclusively throughout the Project. 1.4 SUBMITTALS A. Action Submittals: Submit the following: Shop Drawings: a. Fabrication and erection of all Work. Include plans, elevations, and details of sections and connections. Show anchorage and accessory items. b. Setting drawings and templates for location and installation of anchorage devices. 2. Product Data: a. Manufacturer's specifications, load tables, dimension diagrams, anchor details and installation instructions. Samples: a. Representative Samples of grating, appurtenances and other finished products requested by Engineer. b. Engineer's review will be for type and finish only. Compliance with all other requirements is exclusive responsibility of Contractor. 1.5 DELIVERY, STORAGE, AND HANDLING A. Shipping, Handling and Unloading: 1. Deliver materials to the Site to ensure uninterrupted progress of the Work. Deliver anchor bolts and anchorage devices to be embedded in cast -in -place concrete in ample time to prevent delaying the Work. 2. Comply with Section 01 65 00, Product Delivery Requirements. B. Storage and Protection: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0553 16 ALUMINUM GRATING Page 3 of 6 1. Protect materials from corrosion and deterioration. 2. Do not store materials in contact with concrete or other materials that might cause corrosion, staining, scratching, or damage materials or finish. 3. Comply with Section 01 66 00, Product Storage and Handling Requirements. PART 2 - PRODUCTS 2.1 SYSTEM PERFORMANCE A. Aluminum Grating: Provide aluminum grating complying with the following: Grating Design Loads: Uniform live load shall be as shown or indicated in the Contract Documents. Where live load is not shown or indicated, uniform live and concentrated loads shall be as indicated below, whichever results in the greater design stresses. a. Live Load: 100 psf; Concentrated Load: 500 lbs per foot of grating width at center span. b. Live Load: 150 psf; Concentrated Load: 750 lbs per foot of grating width at center span. C. Live Load: 200 psf; Concentrated Load: 1,000 lbs per foot of grating width at center span. d. Live Load: 300 psf; Concentrated Load: 1,500 lbs per foot of grating width at center span. 2. Maximum Clear Span Deflection for Uniform Live Loads: l/120 of span, but not more than 1/4-inch. 3. Maximum Fiber Stress: 12,000 psi. 4. Do not install aluminum grating in areas subject to vehicular traffic. 5. Minimum Size of Members: a. Minimum size of bearing bars shall be within standard mill tolerance as indicated in load tables in NAAMM MBG 531 for applicable loading and deflection requirements. b. Minimum dimensions of cross bars shall be as indicated in tables of Minimum Standard Cross Bars and Connecting Bars in NAAMM MBG 531. 6. Banding bar shall be 1/4-inch thick minimum. Top of banding bar shall be flush with top of grating, unless otherwise shown or indicated. Banding bar shall be 1/4-inch shorter than the bearing bar height. 7. Comply with requirements of AA Aluminum Design Manual. B. Stair Treads: Provide stair treads complying with the following: Stair Tread Design Loads: Concentrated live load shall be: a. 300 pounds on front -most five inches of tread at center of tread of span up to 5.5 feet. b. 300 pounds on front -most five inches of tread at the one-third points of tread of span greater than 5.5 feet. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0553 16 ALUMINUM GRATING Page 4 of 6 2. Maximum Clear Span Deflection for Concentrated Live Loads: 1/240 of span, but not more than 1/4-inch. 3. Maximum Fiber Stress: 12,000 psi. 4. Minimum Size of Members: a. Minimum size of bearing bars shall be within standard mill tolerance as indicated in load tables in NAAMM MBG 531 for applicable loading and deflection requirements. b. Minimum dimensions of cross bars shall be as indicated in tables of Minimum Standard Cross Bars and Connecting Bars in NAAMM MBG 531. 5. Carrier plate shall be 1/4-inch thick minimum. Top of carrier plate shall be flush with top of tread, unless otherwise shown or indicated. Provide carrier plate with hole and slot for attachment to stringer. 6. Comply with requirements of AA Aluminum Design Manual. 2.2 MANUFACTURERS A. Grating, Products and Manufacturers: Provide one of the following: 1. Swage -Locked I -Bar Grating, by IKG Industries. 2. Swage -Locked I -Bar Grating, by AMICO. 3. Or equal. B. Stair Treads, Products and Manufacturers: Provide one of the following: 1. I -Bar Treads, by IKG Industries. 2. I -Bar Treads, by AMICO. 3. Or equal. 2.3 MATERIALS A. Bearing Bars: Aluminum alloy 6061-T6 or alloy 6063-T6, complying with ASTM B221. B. Cross Bars or Bent Connecting Bars: Aluminum alloy 6061-T6 or alloy 6063-T6, complying with either ASTM B221 or ASTM B210. C. Frames: Aluminum alloy 6061-T6 or alloy 6063-T6, complying with ASTM B221. D. Stud anchors welded to steel supports and other fasteners shall be Type 316 stainless steel. 2.4 FABRICATION A. Use materials of minimum depth and thickness specified and required to comply with performance criteria in the Contract Documents. B. Provide grating as follows: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0553 16 ALUMINUM GRATING Page 5 of 6 1. Grating Type: Aluminum I -bar with swage -locked cross bars at right angles to bearing bars. 2. Depth: One -inch minimum. 3. Bearing Bars: Aluminum I -bar minimum of one -inch spaced at 1-3/16-inch on centers. 4. Cross -Bars: Swage -locked to bearing bars at maximum spacing of four inches on centers. 5. Surface: Grooved. 6. Finish: Mill. C. Provide stair treads as follows: 1. Tread Type: Aluminum I -bar with swage -locked cross bars at right angles to bearing bars. 2. Depth: One -inch minimum. 3. Bearing Bars: Aluminum I -bar minimum one -inch spaced at 1-3/16-inch on centers. 4. Cross Bars: Swage -locked to bearing bars at maximum spacing of four inches on centers. 5. Surface: Grooved. 6. Nosing: Cast aluminum abrasive nosing. 7. Finish: Mill. D. Provide cutouts in grating for passage of piping, electrical conduit, valve stems, columns, ducts, and similar work. Where more than two bearings bars are included in a cut out, provide banding bars of same dimensions as bearing bars around opening welded to grating component parts. E. Gratings shall be accurately fabricated, free from warps, twists, and other defects that would affect grating appearance and grating serviceability. F. Welding shall conform to requirements of NAAMM MBG 533. Welds shall be ground smooth at top surfaces and bearing surfaces. G. Openings in and edges of gratings sections shall be banded with banding bars. Weld bands to intersecting members. H. Size each section of grating to weigh not more than 100 pounds, unless otherwise indicated in the Contract Documents. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine conditions under which Work is to be performed and notify Engineer in writing of conditions detrimental to proper and timely completion of the Work. Do not proceed with installation until unsatisfactory conditions are corrected. B. Check all dimensions at the Site after piping and equipment are in place and determine exact locations of openings and cutouts. 3.2 INSTALLATION A. Fastening to In -Place Construction: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0553 16 ALUMINUM GRATING Page 6 of 6 1. Use anchorage devices and fasteners to secure aluminum grating to supporting members or prepared openings, as recommended by manufacturer. 2. Weld Type 316 stainless steel stud bolts to receive saddle clip or flange block anchors to supporting steel members. Drill for machine bolts when supports are aluminum. B. Cutting, Fitting, and Placing: 1. Perform cutting, drilling and fitting required for installation. Set the Work accurately in location, alignment and elevation, plumb, level, true, and free of rack. Do not use wedges or shimming devices. 2. Where gratings are penetrated by piping, electrical conduit, ducts, structural members, or similar protrusions, cut openings neatly and accurately to size and attach banding bar as specified. 3. Divide panels into sections only to extent required for installation where aluminum grating is to be installed around previously installed piping, electrical conduit, ducts, structural members, or similar protrusions. C. Aluminum gratings in concrete floors shall be removable and arranged in sizes to be readily lifted. Provide aluminum gratings in concrete with aluminum angle frames with mitered corners and welded joints. Grind exposed joints smooth. Frames shall have welded anchors set into concrete. Angle size shall match grating depth selected for flush fit. D. Clearance at ends or between sections of grating shall be a maximum of 1/4-inch. E. Tops of aluminum gratings shall be set flush with surrounding construction. F. Aluminum gratings shall be set with full and uniform end bearing on frames to preclude rocking movement; do not use wedges or similar shimming devices. G. Protection of Aluminum from Dissimilar Materials: Coat aluminum surfaces in contact with dissimilar materials such as concrete, masonry, steel, or other metals, in accordance with Section 09 9100, Painting. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 06 10 00 ROUGH CARPENTRY Page 1 of 6 SECTION 06 10 00 - ROUGH CARPENTRY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Wood products. 2. Plywood backing panels. 1.3 DEFINITIONS A. Boards or Strips: Lumber of less than 2 inches nominal size in least dimension. B. Dimension Lumber: Lumber of 2 inches nominal size or greater but less than 5 inches nominal size in least dimension. C. Exposed Framing: Framing not concealed by other construction. D. Lumber grading agencies, and abbreviations used to reference them, include the following: 1. NeLMA: Northeastern Lumber Manufacturers' Association. 2. NLGA: National Lumber Grades Authority. 3. SPIB: The Southern Pine Inspection Bureau. 4. WCLIB: West Coast Lumber Inspection Bureau. 5. WWPA: Western Wood Products Association. E. Timber: Lumber of 5 inches nominal size or greater in least dimension. 1.4 ACTION SUBMITTALS A. Product Data: For each type of process and factory -fabricated product. Indicate component materials and dimensions and include construction and application details. 1. Include data for wood -preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Indicate type of preservative used and net amount of preservative retained. 2. Include data for fire -retardant treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Include CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 06 10 00 ROUGH CARPENTRY Page 2 of 6 physical properties of treated materials based on testing by a qualified independent testing agency. 3. For fire -retardant treatments, include physical properties of treated lumber both before and after exposure to elevated temperatures, based on testing by a qualified independent testing agency in accordance with ASTM D5664. 4. For products receiving a waterborne treatment, include statement that moisture content of treated materials was reduced to levels specified before shipment to Project site. 1.5 INFORMATIONAL SUBMITTALS A. Material Certificates: 1. For dimension lumber specified to comply with minimum allowable unit stresses. Indicate species and grade selected for each use and design values approved by the ALSC Board of Review. 2. For preservative -treated wood products. Indicate type of preservative used and net amount of preservative retained. 1.6 QUALITY ASSURANCE A. Testing Agency Qualifications: For testing agency providing classification marking for fire - retardant treated material, an inspection agency acceptable to authorities having jurisdiction that periodically performs inspections to verify that the material bearing the classification marking is representative of the material tested. 1.7 DELIVERY, STORAGE, AND HANDLING A. Stack wood products flat with spacers beneath and between each bundle to provide air circulation. Protect wood products from weather by covering with waterproof sheeting, securely anchored. Provide for air circulation around stacks and under coverings. PART2-PRODUCTS 2.1 WOOD PRODUCTS A. Lumber: Comply with DOC PS 20 and applicable rules of grading agencies indicated. If no grading agency is indicated, comply with the applicable rules of any rules -writing agency certified by the ALSC Board of Review. Grade lumber by an agency certified by the ALSC Board of Review to inspect and grade lumber under the rules indicated. 1. Factory mark each piece of lumber with grade stamp of grading agency. 2. For exposed lumber indicated to receive a stained or natural finish, mark grade stamp on end or back of each piece or omit grade stamp and provide certificates of grade compliance issued by grading agency. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 06 10 00 ROUGH CARPENTRY Page 3 of 6 3. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry wood products. 4. Dress lumber, S4S, unless otherwise indicated. B. Maximum Moisture Content: 1. Boards: 19 percent. 2. Dimension Lumber: 15 percent for 2-inch nominal thickness or less; 19 percent for more than 2-inch nominal thickness unless otherwise indicated. 2.2 MISCELLANEOUS LUMBER A. Provide miscellaneous lumber indicated and lumber for support or attachment of other construction, including the following: 1. Blocking. 2. Nailers. 3. Cants. 4. Furring. B. Roofing Nailers: Structural- or No. 2-grade lumber or better; kiln -dried Douglas fir, southern pine, or wood having similar decay -resistant properties. C. For blocking not used for attachment of other construction, Utility, Stud, or No. 3 grade lumber of any species may be used provided that it is cut and selected to eliminate defects that will interfere with its attachment and purpose. D. For furring strips for installing plywood or hardboard paneling, select boards with no knots capable of producing bent -over nails and damage to paneling. A. Equipment Backing Panels: Plywood, DOC PS 1, Exterior, A-C, in thickness indicated or, if not indicated, not less than 3/4-inch nominal thickness. 2.4 FASTENERS A. General: Fasteners are to be of size and type indicated and comply with requirements specified in this article for material and manufacture. Provide nails or screws, in sufficient length, to penetrate not less than 1-1/2 inches into wood substrate. 1. Where rough carpentry is exposed to weather, in ground contact, pressure -preservative treated, or in area of high relative humidity, provide fasteners with hot -dip zinc coating complying with ASTM A153/A153M or ASTM F2329. B. Nails, Brads, and Staples: ASTM F 1667. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 06 10 00 ROUGH CARPENTRY Page 4 of 6 C. Power -Driven Fasteners: Fastener systems with an evaluation report acceptable to authorities having jurisdiction, based on ICC-ES AC70. D. Post -Installed Anchors: Fastener systems with an evaluation report acceptable to authorities having jurisdiction, based on ICC-ES ACO1 as appropriate for the substrate. PART 3 - EXECUTION 3.1 INSTALLATION A. Framing Standard: Comply with AF&PA's WCD 1, "Details for Conventional Wood Frame Construction," unless otherwise indicated. B. Set work to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry accurately to other construction. Locate nailers, blocking, grounds, and similar supports to comply with requirements for attaching other construction. C. Install plywood backing panels by fastening to studs; coordinate locations with utilities requiring backing panels. Install fire -retardant -treated plywood backing panels with classification marking of testing agency exposed to view. D. Install metal framing anchors to comply with manufacturer's written instructions. Install fasteners through each fastener hole. E. Install sill sealer gasket to form continuous seal between sill plates and foundation walls. F. Install sill sealer gasket/termite barrier in accordance with manufacturer's written instructions at the underside of wall bottom track or rim track and at the top of foundation wall or slab at stud or joist locations. G. Do not splice structural members between supports unless otherwise indicated. H. Provide blocking and framing as indicated and as required to support facing materials, fixtures, specialty items, and trim. 1. Provide metal clips for fastening gypsum board or lath at corners and intersections where framing or blocking does not provide a surface for fastening edges of panels. Space clips not more than 16 inches o.c. I. Provide fire blocking in furred spaces, stud spaces, and other concealed cavities as indicated and as follows: 1. Fire block furred spaces of walls, at each floor level, at ceiling, and at not more than 96 inches o.c. with solid wood blocking or noncombustible materials accurately fitted to close furred spaces. 2. Fire block concealed spaces of wood -framed walls and partitions at each floor level, at ceiling line of top story, and at not more than 96 inches o.c. Where fire blocking is not CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 06 10 00 ROUGH CARPENTRY Page 5 of 6 inherent in framing system used, provide closely fitted solid wood blocks of same width as framing members and 2-inch nominal thickness. 3. Fire block concealed spaces between floor sleepers with same material as sleepers to limit concealed spaces to not more than 100 sq. ft. and to solidly fill space below partitions. 4. Fire block concealed spaces behind combustible cornices and exterior trim at not more than 20 feet o.c. Sort and select lumber so that natural characteristics do not interfere with installation or with fastening other materials to lumber. Do not use materials with defects that interfere with function of member or pieces that are too small to use with minimum number of joints or optimum joint arrangement. K. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative -treated lumber. 1. Use inorganic boron for items that are continuously protected from liquid water. 2. Use copper naphthenate for items not continuously protected from liquid water. L. Where wood -preservative -treated lumber is installed adjacent to metal decking, install continuous flexible flashing separator between wood and metal decking. M. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: 1. Table 2304.10.1, "Fastening Schedule," in ICC's International Building Code (IBC). 2. Table R602.3(1), "Fastener Schedule for Structural Members," and Table R602.3(2), "Alternate Attachments," in ICC's International Residential Code for One- and Two - Family Dwellings. 3. ICC-ES evaluation report for fastener. N. Securely attach roofing nailers to substrates by anchoring and fastening to withstand bending, shear, or other stresses imparted by Project wind loads and fastener -resistance loads as designed in accordance with ASCE/SEI 7. O. Use steel common nails unless otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting wood. Drive nails snug but do not countersink nail heads unless otherwise indicated. 3.2 INSTALLATION OF WOOD BLOCKING AND NAILERS A. Install where indicated and where required for attaching other work. Form to shapes indicated and cut as required for true line and level of attached work. Coordinate locations with other work involved. B. Attach wood blocking to substrates to support applied loading. Recess bolts and nuts flush with surfaces unless otherwise indicated. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 06 10 00 ROUGH CARPENTRY Page 6 of 6 C. Attach wood roofing nailers securely to substrate to resist the designed outward and upward wind loads indicated on Drawings and in accordance with ANSI/SPRI ED-1, Tables A6 and A7. D. Provide permanent grounds of dressed, pressure -preservative -treated, key -beveled lumber not less than 1-1/2 inches wide and of thickness required to bring face of ground to exact thickness of finish material. Remove temporary grounds when no longer required. 3.3 PROTECTION A. Protect wood that has been treated with inorganic boron (SBX) from weather. If, despite protection, inorganic boron -treated wood becomes wet, apply EPA -registered borate treatment. Apply borate solution by spraying to comply with EPA -registered label. END OF SECTION 06 10 00 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 06 82 53 FIBERGLASS -REINFORCED PLASTIC MISCELLANEOUS FABRICATIONS Page 1 of 11 SECTION 06 82 53 - FIBERGLASS -REINFORCED PLASTIC MISCELLANEOUS FABRICATIONS PART1-GENERAL 1.1 DESCRIPTION A. Scope: CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install fiberglass -reinforced plastic (FRP) miscellaneous fabrications. The Work also includes: a. Providing FRP miscellaneous fabrications to accommodate the Work under this and other Sections, attaching to FRP miscellaneous fabrications items such as fasteners, and all items required, including embedded angles, for which provision is not specifically included under other Sections. b. Providing FRP miscellaneous fabrications to accommodate the Work under other contracts and assisting other contractors in attaching to FRP miscellaneous fabrications items such as fasteners and other items required including, embedded items angles, under other contracts. B. Coordination: 1. Review installation procedures under this and other Sections and coordinate installation of items to be installed with or before FRP miscellaneous fabrications Work. 2. Notify other contractors in advance of installing FRP miscellaneous fabrications to provide other contractors with sufficient time for installing items included in their contracts to be installed with or before FRP miscellaneous fabrications Work. C. Related Sections: 1. Section 03 60 00, Grouting. 2. Section 05 05 33, Anchor Systems. 3. Section 05 50 13, Miscellaneous Metal Fabrications. 1.2 REFERENCES A. Standards referenced in this Section are: 1. AISC Manual for Steel Construction 2. ANSI A14.3 Ladders — Fixed — Safety Requirements. 3. ANSI/ASSE Al264.1, Safety Requirements for Workplace/Working Surfaces and Their Access; Workplace Floor, Wall and Roof Openings; Stairs and Guardrails Systems. 4. ASTM D635, Test Method for Rate of Burning and/or Extent and Time of Burning of Plastics in a Horizontal Position. 5. ASTM E84, Test Method for Surface Burning Characteristics of Building Materials. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 06 82 53 FIBERGLASS -REINFORCED PLASTIC MISCELLANEOUS FABRICATIONS Page 2 of 11 1.3 QUALITY ASSURANCE A. Qualifications: Manufacturer: a. Manufacturer shall have a minimum of five years experience producing materials substantially similar to those required and shall be able to submit documentation of at least five installations in satisfactory operation for at least five years each. b. Manufacturer shall be capable of preparing and submitting custom detail shop drawings for the materials required. 2. Installer: a. Engage a single installer skilled, trained, and with record of successful experience in installing FRP miscellaneous fabrications systems in accordance with recommendations and requirements of manufacturer (or who can submit written acceptance by manufacturer), and who employs only tradesmen with specific skill and successful experience in the type of Work required. b. Submit names and qualification to ENGINEER with the following information for at least three successful projects: 1) Names and telephone numbers of owner, architects, or engineers responsible for projects. 2) Approximate contract cost of FRP miscellaneous fabrications work. 3) Amount of FRP miscellaneous fabrications installed. B. Component Supply and Compatibility: 1. Obtain all components for each type of system, such as ladders and cages, stairs and platforms, and structural shapes and framing and supports, each from a single FRP miscellaneous fabrications manufacturer. 2. FRP miscellaneous fabrications manufacturer shall prepare, or shall review and approve, all Shop Drawings and other submittals for components furnished under this Section. 3. Components shall be suitable for specified service conditions and shall be integrated into overall assembly by FRP miscellaneous fabrications manufacturer. C. Regulatory Requirements: Comply with the following: 1. OSHA, 29 CFR 1910.23, Guarding Floor and Wall Openings. 2. OSHA, 29 CFR 1910.27, Fixed Ladders. 3. Building codes referred to in Section 0142 20, References. 4. NSF 61. D. Certification: Submit the following: Verification that materials purchased for the Work comply with material designations specified in the Contract Documents and the approved Shop Drawings. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 06 82 53 FIBERGLASS -REINFORCED PLASTIC MISCELLANEOUS FABRICATIONS Page 3 of 11 1.4 SUBMITTALS A. Action Submittals: Submit the following: Shop Drawings: a. Drawings for fabricating and erecting FRP miscellaneous fabrications, indicating sizes of members, materials, components, and anchorage devices, based on requirements of the Contract Documents. b. Show location of all anchorage items. C. Profiles of FRP miscellaneous fabrications, and details of forming, jointing, sections, connection, internal supports, trim, and accessories. Provide details drawn at scale of 1.5-inch equal to one foot. d. Custom details required for the Work under this Section. 2. Product Data: a. Manufacturer's published literature, specifications, standard detail drawings for FRP miscellaneous fabrications. b. Manufacturer's catalogs showing complete selection of standard and custom components and miscellaneous accessories for selection by ENGINEER. B. Informational Submittals: Submit the following: Certificates: a. Certification on source of supply, in accordance with Article 1.3 of this Section. 2. Supplier Instructions: a. Instructions for handling, storing, and installing materials furnished. b. Templates for mounting to concrete or other existing materials. Qualifications Statements: Submit qualifications for the following: a. Manufacturer, when requested by ENGINEER. b. Installer, when requested by ENGINEER. Qualifications statement shall include record of experience with references specified. C. Closeout Submittals: Submit the following: Operations and Maintenance Data: Submit maintenance manuals for materials furnished under this Section, including: a. Comply with Section 0178 23, Operations and Maintenance Data. b. Detailed procedures for routine maintenance and cleaning, including cleaning materials, application methods, and precautions in using the materials that may be detrimental to finish when improperly applied. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 06 82 53 FIBERGLASS -REINFORCED PLASTIC MISCELLANEOUS FABRICATIONS Page 4 of 11 1.5 DELIVERY, STORAGE AND HANDLING A. Storage and Protection: Protect materials from corrosion, staining, scratching, and deterioration. PART 2 - PRODUCTS 2.1 SYSTEM PERFORMANCE A. System Description — General: 1. FRP miscellaneous fabrications shall be as shown and shall comply with recommended practices of the American Composites Manufacturers Association, except as otherwise specified in this Section. 2. FRP ladders and stairs shall include all components and features shown and specified. Provide system components and features necessary for a complete system complying with the Contract Documents. 3. Provide ultraviolet light inhibitor in the resin to improve materials' resistance to degradation from ultraviolet light. 4. Where appropriate, provide allowance for trimming and fitting at the Site. 5. Where applicable, comply with ANSUASSE A1264.1. B. Design Criteria — Ladders: Provide ladders suitable for concentrated live load at center of rung of not less than 1,200 lbs. C. Design Criteria — Stairs and Platforms: 1. Stair and Platform Design Live Load: 100 psf. 2. Tread Design Loads: Concentrated live load shall be follows: a. 300 pounds on front five inches of tread at center of tread spans up to 5.5 feet. b. 300 pound on front 5.5 feet of tread at 1/3-points of tread span greater than 5.5 feet. C. Maximum Clear Span Deflection for Concentrated Live Loads: 1/240 of span, but no greater than 1/4-inch. D. Design Criteria — Fasteners and Supports: 1. Provide the size, length and load carrying capacity required to carry the specified loadings required by design criteria multiplied by a minimum safety factor of four. 2. Where sizes are shown, the sizes shown shall be considered minimum. Increase size to comply with required design criteria loadings and minimum safety factor specified. 3. Anchors and Expansion Anchors: Comply with Section 05 05 33, Anchor Systems. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 06 82 53 FIBERGLASS -REINFORCED PLASTIC MISCELLANEOUS FABRICATIONS Page 5 of 11 2.2 MATERIALS A. Fiberglass -Reinforced Plastic (FRP): 1. Provide premium -grade, glass -reinforced, vinyl ester resin. 2. Fire Resistance: 25 or less, ASTM E84; self -extinguishing ASTM D635. 3. Surfaces that will receive foot traffic, including ladder runs and treads, shall have non- skid surface. B. Manufacturing Method: Pultrusion Method: FRP ladders, FRP stairs, FRP structural shapes, FRP miscellaneous framing and supports, C. Attachment, Clips, Fasteners, Rivets, and Hardware: Provide (--1--) clips, bolts, nuts, washers, sleeves, fasteners, rivets, and associated hardware. 2.3 FABRICATION A. Shop Assembly: Preassemble items in the shop to the greatest extent possible, to minimize field splicing and assembly of components at the Site. Disassemble units only to extent necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinate installation. B. FRP Ladders: 1. Fabricate ladders for the locations shown with dimensions, spacing, details and anchorages as shown and specified. Comply with ANSI A14.3 and OSHA 29 CFR 1910.27, except as otherwise shown or specified. Comply with Laws and Regulations. 2. Products and Manufacturers: Provide of one of the following: a. Dynarail Ladders, by Fibergrate Composite Structures, Inc. of StonCor Group. b. SAFRAIL Ladders, by Strongwell Corporation C. Ladders by IKG Industries, Division of Harsco Corporation. 3. Ladders shall be fully shop -assembled. Ladder safety cages shall be test -assembled at the shop and drilled for proper field assembly. 4. Side Rails: a. Unless otherwise shown, provide continuous FRP tubes, minimum of 1.75 inches square, with minimum wall thickness of 1/4-inch, spaced 1.5 feet apart, minimum. b. Unless otherwise shown or approved by Engineer, extend side rails 3.5 feet above the top rung, and return rails to wall or structure, unless other secure handholds are provided. If adjacent structure does not extend above top rung, goose -neck extended side rails back to the structure and securely attach to structure to provide secure ladder access 5. Rungs: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 06 82 53 FIBERGLASS -REINFORCED PLASTIC MISCELLANEOUS FABRICATIONS Page 6 of 11 a. Provide square rungs, minimum of 1.25 inches square and minimum wall thickness of 1/4-inch, spaced at intervals of not more than 12 inches on centers, each with non -slip surface on the top of each rung. b. Distance from centerline of rungs to wall in behind ladder shall be not less than seven inches. C. Fit rungs in centerline of side rails. Secure each rung by epoxy bonding and with rivets. 6. Support each ladder at top and bottom and at intermediate points spaced not more than five feet on centers. 7. Ladder wall and floor mounts shall be fabricated FRP angles, 3/8-inch minimum thickness. 8. Color: Safety Yellow. 9. FRP Ladder Safety Cages: a. L7 d. e. f. 9- C. FRP Stairs: Provide safety cage on each ladder equal to or greater than 20 feet height, to maximum continuous length of 30 feet. Where ladder is longer than 30 feet, provide intermediate landing platform. Cage shall begin between seven and eight feet above the floor or platform and shall extend not less than 3.5 feet above top of each landing. Cage width shall be as shown or indicated on the Drawings. If not shown or indicated, cage shall be not less than 2.25 feet in width. Fabricate ladder safety cages from FRP bars, assembled by bolting. Unless otherwise shown, provide three-inch wide by 1/4-inch thick top, bottom and intermediate hoops spaced at intervals of not more than five feet on centers; and provide vertical FRP channels each two inches by 9/16-inch by 1/8-inch thick, secured to each hoop. In lieu of FRP channels, FRP "I" -beams of similar capacity to specified channels may be provided. Space vertical channels at intervals of approximately nine inches on centers. Fasten assembled safety cage to ladder rails and adjacent construction as shown. Products and Manufacturers: Provide of one of the following: a. FRP Stairs by Fibergrate Composite Structures, Inc, of StonCor Group. b. FRP Stairs by Strongwell Corporation C. Or equal. 2. Provide FRP stairs complying with Laws and Regulations and OSHA 29 CFR 1910.27. 3. Fabricate stairs so that bolts and other fasteners do not appear on finish surfaces. Make joints true and tight, and make connections between parts light proof tight. 4. Construct stair units in compliance with sizes and arrangements shown. Provide framing, hangers, columns, struts, clips, brackets, bearing plates and other components for supporting stairs and associated platforms. 5. Provide brackets and bearing surfaces as detailed on the Drawings and as required to anchor and contain the stairs on the supporting structure. 6. Fabricate stringers of FRP channels, or plates, or a combination thereof, as shown or as required. Provide closures for exposed ends of stringers. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 06 82 53 FIBERGLASS -REINFORCED PLASTIC MISCELLANEOUS FABRICATIONS Page 7 of 11 7. Construct platforms of FRP structural shapes and miscellaneous framing members, as shown or as required. Bolt framing members to stringers and headers. 8. Grating: Comply with Section 06 82 13, Fiberglass -Reinforced Plastic Grating. 9. Handrails and Railing: Comply with Section 06 82 23, Fiberglass -Reinforced Plastic Handrails and Railings. D. FRP Platforms: 1. The platform shall be fabricated from FRP structural shapes properly sized to support the specified design live load. 2. The stair and platform shall be provided with FRP grating, railing as specified. E. FRP Structural Shapes: 1. Products and Manufacturers: Provide of one of the following: a. Dynaform Structural Shapes, by Fibergrate Composite Structures, Inc. b. EXTREN Series 625 Structural Shapes, by Strongwell Corporation C. Or equal. 2. Provide FRP miscellaneous structural framing required to complete the Work. 3. Fabricate FRP shapes to the sizes, shapes, and profiles shown, and as required to complete FRP framing Work. 4. Except as otherwise shown, fabricate from structural shapes, plates, and bars using mitered corners, brackets and splice plates and a minimum number of joints for field connection. 5. Cut, drill and tap units to receive hardware and similar items to be anchored to the Work. F. Fall Prevention System: Provide each FRP ladder with a fall prevention system complying with Section 05 50 13, Miscellaneous Metal Fabrications. G. Safety Post: Provide safety post for each fixed access FRP ladder located below an access hatch. Safety posts shall be in accordance with Section 05 50 13, Miscellaneous Metal Fabrications. H. Miscellaneous Framing and Supports: 1. Provide FRP miscellaneous framing and supports that are not part of structural FRP framework, as required to complete the Work. 2. Fabricate miscellaneous units to sizes, shapes, and profiles shown on the Drawings. If not shown, fabricate to required dimensions to receive adjacent grating, plates, storage tanks, doors, and other Work that will be located in, retained by, or supported by FRP framing or supports. 3. Except as otherwise shown or indicated, fabricate from FRP shapes, plates, and bars, of all -welded construction using mitered corners, welded brackets, and splice plates and minimum number of joints for field connection. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 06 82 53 FIBERGLASS -REINFORCED PLASTIC MISCELLANEOUS FABRICATIONS Page 8 of 11 4. Cut, drill, and tap FRP miscellaneous framing and supports to receive hardware and similar items to be anchored to the Work. 5. Anchors: a. Provide FRP miscellaneous framing and supports with integrally -welded anchors for casting into concrete or masonry. Furnish inserts if FRP miscellaneous framing or supports are to be installed after concrete or masonry is placed. b. Except as otherwise shown or indicated, space anchors at maximum intervals of two feet on centers, and mount FRP units with the equivalent of 1.25-inch by 1/4- inch by eight -inch FRP strips, minimum. Provide larger mounting surface when required for the material or equipment being supported by the FRP miscellaneous farming or supports. 6. For grating requirements refer to Section 06 82 13, Fiberglass -Reinforced Plastic Grating. 7. For FRP handrails and railings, refer to Section 06 83 23, Fiberglass -Reinforced Plastic Handrails and Railings. I. Grout: Provide non -shrink grout in accordance with Section 03 60 00, Grouting. 2.4 SOURCE QUALITY CONTROL A. Fabrication Tolerances: Limit variation of cast -in -place inserts, sleeves and field -drilled anchor and fastener holes to the following: a. Spacing: Plus -or -minus 3/8-inch. b. Alignment: Plus -or -minus 1/4-inch. C. Plumbness: Plus -or -minus 1/8-inch. 2. Provide "pencil -line" thin butt joints. B. Tests: 1. Perform manufacturer's standard tests and inspections on FRP miscellaneous fabrications. 2. Materials and fabrication procedures shall be subject to inspection and tests in the mill, shop, and at the Site, conducted by qualified inspection agency. Such inspections and tests shall not relieve CONTRACTOR of responsibility for providing materials and fabrication procedures in accordance with the Contract Documents. PART 3 - EXECUTION 3.1 INSPECTION A. Examine the substrate and conditions under which FRP miscellaneous fabrications Work is to be performed and notify ENGINEER in writing of unsatisfactory tolerances that exceed specified limits and other conditions detrimental to proper and timely completion of the Work. Do not proceed with installation until unsatisfactory conditions are corrected. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 06 82 53 FIBERGLASS -REINFORCED PLASTIC MISCELLANEOUS FABRICATIONS Page 9 of 11 3.2 INSTALLATION — GENERAL A. Install FRP miscellaneous fabrications accurately in location, alignment, and elevation, plumb, level, true, and free of rack, measured from established lines and levels. Brace temporarily or anchor temporarily in formwork where fabrications are to be built into concrete, masonry, or other construction. B. Perform cutting, drilling and fitting required for the installation of FRP miscellaneous fabrications. Do not cut FRP members without approval of FRP manufacturer and ENGINEER. When FRP members are cut, seal the cut area with sealant recommended by FRP manufacturer. C. Fit exposed connections accurately together to form tight, hairline joints. Field assemble with fasteners, clips, rivets, and other hardware as required. D. Anchorage Devices: 1. Provide anchorage devices, including anchor bolts, and other connectors required for securing FRP miscellaneous fabrications to floors, walls, and other in -place Work. 2. Anchor securely as shown and as required for the intended use, using concealed anchors where possible 3. Provide templates and other devices necessary for presetting anchorage devices to accurate locations. 4. Refer to Section 05 05 33, Anchor Systems, for anchorage requirements. E. Setting Bases and Bearing Plates: 1. Clean concrete and masonry bearing surfaces of bond -reducing materials and roughen to improve bond to surfaces. Clean bottom surface of FRP bearing plates and FRP base plates. 2. Set loose and attached FRP base plates and FRP bearing plates for structural members or FRP supports on wedges or other adjusting devices. 3. Tighten anchorage devices after supported members are positioned and plumbed. Do not remove wedges or shims, but if protruding, cut off flush with edge of FRP base or FRP bearing plate prior to packing with grout. 4. Place grout between bearing surfaces and bases or plates in accordance with Section 03 60 00, Grouting. Finish exposed surfaces, protect installed materials, and allow to cure in accordance with grout manufacturer's instructions, and as otherwise required. 5. Leveling plates and wood wedges are not allowed. F. Installation Tolerances: Limit variation of cast -in -place inserts, sleeves and field -drilled anchor and fastener holes to the following: a. Spacing: Plus -or -minus 3/8-inch. b. Alignment: Plus -or -minus 1/4-inch. C. Plumbness: Plus -or -minus 1/8-inch. 2. Provide "pencil -line" thin butt joints. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 06 82 53 FIBERGLASS -REINFORCED PLASTIC MISCELLANEOUS FABRICATIONS Page 10 of 11 G. Protection: Protect cast -in sleeves from debris and water intrusion by use of temporary covers or removable foam inserts. 3.3 INSTALLATION OF FRP LADDERS A. Attach ladder brackets to base as shown. Install ladders in accordance with FRP ladder manufacturer's instructions. B. Attach ladder safety cage to ladder side rails as shown. C. Attach fall prevention system or safety post, as required, to ladder rungs in accordance with fall prevention system or safety post manufacturer's written instructions. 3.4 INSTALLATION OF FRP STAIRS AND PLATFORMS A. Installation of FRP Stairs and Platforms — General: 1. Erect FRP stair Work to line, elevation, plumb, square, and true with runs registering level with floor and platform levels. 2. Erect FRP platforms to line, elevation plumb, square, level, and true. 3. Provide anchorage devices, connectors, and fasteners where necessary for securing stairs and platforms to in -place construction; including, threaded fasteners for concrete and masonry inserts, toggle bolts, through -bolts and other connectors as required. 4. Where masonry walls support FRP stair or platform Work, provide temporary supporting struts, designed for the erection of FRP stair and platform components before installing masonry. 3.5 INSTALLATION OF FRP STRUCTURAL SHAPES A. Field Assembly: 1. Set FRP structural shapes and members accurately to the lines and elevations shown and indicated. Align and adjust the various shapes and members forming part of a complete frame or structure before permanently fastening. Before assembly, clean bearing surfaces and other surfaces that will be in permanent contact. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. 2. Level and plumb individual shapes and members of structure within tolerances as specified in AISC Manual for Steel Construction. For shapes or members requiring accurate alignment, provide clip angles, lintels, and other members, with slotted holes for horizontal adjustment at least 3/8-inch in each direction, or more when required. 3. Splice members only where shown or indicated. B. Connections: 1. Comply with AISC Manual for Steel Construction, as applicable, for bearing, adequacy of temporary connections, and alignment. 2. Where holds in shapes or members are inadequately sized, address and make sufficiently large using means recommended by manufacturer of FRP shape or member. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 06 82 53 FIBERGLASS -REINFORCED PLASTIC MISCELLANEOUS FABRICATIONS Page 11 of 11 3.6 FIELD QUALITY CONTROL A. Tests and Inspections: All elements of completed FRP miscellaneous fabrications shall be visually inspected by CONTRACTOR, installer, and ENGINEER. Correct defective Work, and correct Work not installed to true line, elevation, and grade. END OF SECTION 06 82 53 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 THIS PAGE INTENTIONALLY LEFT BLANK. 07 13 26 SELF -ADHERING SHEET WATERPROOFING Page 1 of 10 SECTION 07 13 26 - SELF -ADHERING SHEET WATERPROOFING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Modified bituminous sheet waterproofing. 2. Modified bituminous sheet waterproofing, fabric reinforced. 3. Blindside sheet waterproofing. B. Related Requirements: 1. Section 03 20 00 for "Concrete Reinforcing". 2. Section 03 30 00 for "Cast -In -Place Concrete". nIQ 91IWISr_3aw_VII1163MuIII ZVI12 1 A. Preinstallation Conference: Conduct conference at Project site. 1. Review waterproofing requirements including surface preparation, substrate condition and pretreatment, minimum curing period, forecasted weather conditions, special details and sheet flashings, installation procedures, testing and inspection procedures, and protection and repairs. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, and tested physical and performance properties of waterproofing. 2. Include manufacturer's written instructions for evaluating, preparing, and treating substrate. B. Shop Drawings: Show locations and extent of waterproofing and details of substrate joints and cracks, expansion joints, sheet flashings, penetrations, inside and outside corners, tie-ins with adjoining waterproofing, and other termination conditions. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 13 26 SELF -ADHERING SHEET WATERPROOFING Page 2 of 10 C. Samples: For each exposed product and for each color and texture specified, including the following products: 1. 8-by-8-inch square of waterproofing and flashing sheet. 2. 4-by-4-inch square of drainage panel. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer. B. Research Reports: For modified bituminous sheet waterproofing/termite barrier, showing compliance with ICC 380. C. Field quality -control reports. D. Sample Warranties: For special warranties. 1.6 QUALITY ASSURANCE A. Installer Qualifications: An entity that employs installers and supervisors who are trained and approved by waterproofing manufacturer. B. Mockups: Build mockups to verify selections made under Sample submittals and to set quality standards for installation. 1. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.7 FIELD CONDITIONS A. Environmental Limitations: Apply waterproofing within the range of ambient and substrate temperatures recommended in writing by waterproofing manufacturer. Do not apply waterproofing to a damp or wet substrate. 1. Do not apply waterproofing in snow, rain, fog, or mist. B. Maintain adequate ventilation during preparation and application of waterproofing materials. 1.8 WARRANTY A. Manufacturer's Warranty: 1. Waterproofing Warranty: Manufacturer agrees to furnish replacement waterproofing material for waterproofing that does not comply with requirements or that fails to remain watertight within specified warranty period. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 13 26 SELF -ADHERING SHEET WATERPROOFING Page 3 of 10 a. Warranty Period: Five years from date of Substantial Completion. 2. Termite Barrier Warranty: Manufacturer agrees to furnish replacement waterproofing termite barrier material and accessories for waterproofing termite barrier and accessories that do not comply with requirements or that fail to resist penetration by termites within specified warranty period. a. Warranty Period: Ten years from date of Substantial Completion. B. Installer's Special Warranty: Specified form, signed by Installer, covering Work of this Section, for warranty period of two years. Warranty includes removing and reinstalling protection board, drainage panels, insulation, pedestals, and pavers on plaza decks. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Source Limitations for Waterproofing System: Obtain waterproofing materials and protection course from single source from single manufacturer. 2.2 MODIFIED BITUMINOUS SHEET WATERPROOFING A. Modified Bituminous Sheet Waterproofing: Minimum 60-mil nominal thickness, self -adhering sheet consisting of 56 mils of rubberized asphalt laminated on one side to a 4-mil- thick, polyethylene -film reinforcement, and with release liner on adhesive side. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Carlisle Coatings & Waterproofing Inc. b. Polyguard Products, Inc. C. W. R. Meadows, Inc. 2. Physical Properties: a. Tensile Strength, Membrane: 250 psi minimum; ASTM D412, Die C, modified. b. Ultimate Elongation: 300 percent minimum; ASTM D412, Die C, modified. C. Low -Temperature Flexibility: Pass at minus 20 deg F; ASTM D 1970/1) 1970M. d. Crack Cycling: Unaffected after 100 cycles of 1/8-inch movement; ASTM C836/836M. e. Puncture Resistance: 40 lbf minimum; ASTM DI54/E154M. f. Water Absorption: 0.2 percent weight -gain maximum after 48-hour immersion at 70 deg F; ASTM D570. g. Water Vapor Permeance: 0.05 perm maximum; ASTM E96/E96M, Water Method. h. Hydrostatic -Head Resistance: 200 feet minimum; ASTM D5385. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 13 26 SELF -ADHERING SHEET WATERPROOFING Page 4 of 10 3. Sheet Strips: Self -adhering, rubberized -asphalt strips of same material and thickness as sheet waterproofing. 2.3 BLINDSIDE SHEET WATERPROOFING A. Blindside Sheet Waterproofing for Vertical Applications: Uniform, flexible, multilayered- composite sheet membrane that forms a permanent bond with fresh concrete placed against it; complete with accessories and preformed shapes for an unbroken waterproofing assembly; with the following physical properties: Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Carlisle Coatings & Waterproofing Inc. b. Polyguard Products, Inc. C. W. R. Meadows, Inc. 2. Physical Properties: a. Low -Temperature Flexibility: Pass at minus 20 deg F; ASTM D 1970/1) 1970M. b. Peel Adhesion to Concrete: 5 lbf/in. minimum; ASTM D903, modified. c. Lap Adhesion: 5 lbf/in. minimum; ASTM D1876, modified. d. Hydrostatic -Head Resistance: 230 feet; ASTM D5385, modified. e. Puncture Resistance: 100 lbf minimum; ASTM DI54/EI54M. f. Water Vapor Permeance: 0.1 perm maximum; ASTM E96/E96M, Water Method. g. Ultimate Elongation: 335 percent minimum; ASTM D412, modified. B. Blindside Sheet Waterproofing for Horizontal Applications: Uniform, flexible, multilayered- composite sheet membrane that forms a permanent bond with fresh concrete placed against it; complete with accessories and preformed shapes for an unbroken waterproofing assembly; with the following physical properties: Physical Properties: a. Low -Temperature Flexibility: Pass at minus 20 deg F; ASTM D 1970/1) 1970M. b. Peel Adhesion to Concrete: 5 lbf/in. minimum; ASTM D903, modified. C. Lap Adhesion: 5 lbf/in. minimum; ASTM D1876, modified. d. Hydrostatic -Head Resistance: 230 feet; ASTM D5385, modified. e. Puncture Resistance: 200 lbf minimum; ASTM EI54/EI54M. f. Water Vapor Permeance: 0.1 perm maximum; ASTM D96/E96M, Water Method. g. Ultimate Elongation: 335 percent minimum; ASTM D412, modified. C. Mastic, Adhesives, and Detail Tape: Liquid mastic and adhesives, and adhesive tapes recommended by waterproofing manufacturer. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 13 26 SELF -ADHERING SHEET WATERPROOFING Page 5 of 10 2.4 AUXILIARY MATERIALS A. Furnish auxiliary materials recommended by waterproofing manufacturer for intended use and compatible with sheet waterproofing. 1. Furnish liquid -type auxiliary materials that comply with VOC limits of authorities having jurisdiction. B. Primer: Liquid waterborne primer recommended for substrate by sheet waterproofing material manufacturer. C. Surface Conditioner: Liquid, waterborne surface conditioner recommended for substrate by sheet waterproofing material manufacturer. D. Liquid Membrane: Elastomeric, two -component liquid, cold fluid applied, of trowel grade or low viscosity. E. Substrate Patching Membrane: Low -viscosity, two -component, modified asphalt coating. F. Metal Termination Bars: Aluminum bars, approximately 1 by 1/8-inch, predrilled at 9-inch centers. G. Protection Course: ASTM D6506, semirigid sheets of fiberglass or mineral -reinforced -asphaltic core, pressure laminated between two asphalt -saturated fibrous liners and as follows: 1. Thickness: Nominal 1/4 inch. 2. Adhesive: Rubber -based solvent type recommended by waterproofing manufacturer for protection course type. 2.5 MOLDED -SHEET DRAINAGE PANELS A. Nonwoven-Geotextile-Faced, Molded -Sheet Drainage Panel with Polymeric Film: Composite subsurface drainage panel acceptable to waterproofing manufacturer and consisting of a studded, nonbiodegradable, molded -plastic -sheet drainage core; with a nonwoven, needle - punched geotextile facing with an apparent opening size not exceeding No. 70 sieve laminated to one side of the core and a polymeric film bonded to the other side; and with a vertical flow rate through the core of 9 to 21 gpm per ft. 1. Basis -of -Design Product: Subject to compliance with requirements, provide products by the following: a. Basis -of -Design: Polyguard Products, Inc. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 13 26 SELF -ADHERING SHEET WATERPROOFING Page 6 of 10 PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements and other conditions affecting performance of waterproofing. 1. Verify that concrete has cured and aged for minimum time period recommended in writing by waterproofing manufacturer. 2. Verify that substrate is visibly dry and within the moisture limits recommended in writing by manufacturer. Test for capillary moisture by plastic sheet method according to ASTM D4263. 3. Verify that compacted subgrade is dry, smooth, sound, and ready to receive waterproofing sheet. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Clean, prepare, and treat substrates according to manufacturer's written instructions. Provide clean, dust -free, and dry substrates for waterproofing application. B. Mask off adjoining surfaces not receiving waterproofing to prevent spillage and overspray affecting other construction. C. Remove grease, oil, bitumen, form -release agents, paints, curing compounds, and other penetrating contaminants or film -forming coatings from concrete. D. Remove fins, ridges, mortar, and other projections. E. Fill form tie holds, honeycomb, aggregate pockets, holes, and other voids. F. Prepare, fill, prime, and treat joints and cracks in substrates. Remove dust and dirt from joints and cracks according to ASTM D4258. Install sheet strips of width according to manufacturer's written instructions and center over treated construction and contraction joints and cracks exceeding a width of 1/16 inch orl/8 inch for modified bituminous deck -paving waterproofing. G. Bridge and cover isolation joints, expansion joints, and discontinuous deck -to -wall and deck -to - deck joints with overlapping sheet strips of widths according to manufacturer's written instructions. 1. Invert and loosely lay first sheet strip over center of joint. Firmly adhere second sheet strip to first and overlap to substrate. H. Corners: Prepare, prime, and treat inside and outside corners in accordance with manufacturer's instructions. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 13 26 SELF -ADHERING SHEET WATERPROOFING Page 7 of 10 1. Install membrane strips centered over vertical inside corners. Install 3/4-inch fillets of liquid membrane on horizontal inside corners and as follows: a. At footing -to -wall intersections, extend liquid membrane in each direction from corner or install membrane strip centered over corner. b. At plaza -deck -to -wall intersections, extend liquid membrane or sheet strips onto deck waterproofing and to finished height of sheet flashing. I. Prepare, treat, and seal vertical and horizontal surfaces at terminations and penetrations through waterproofing and at drains and protrusions. 3.3 INSTALLATION OF MODIFIED BITUMINOUS SHEET WATERPROOFING A. Install modified bituminous sheets according to waterproofing manufacturer's written instructions. B. Apply primer to substrates at required rate and allow it to dry. Limit priming to areas that will be covered by sheet waterproofing in same day. Reprime areas exposed for more than 24 hours. C. Apply and firmly adhere sheets over area to receive waterproofing. Accurately align sheets and maintain uniform 2-1/2-inch- minimum lap widths and end laps. Overlap and seal seams, and stagger end laps to ensure watertight installation. When ambient and substrate temperatures range between 25 and 40 deg F, install self - adhering, modified bituminous sheets produced for low -temperature application. Do not use low -temperature sheets if ambient or substrate temperature is higher than 60 deg F. D. Horizontal Application: Apply sheets from low to high points of decks to ensure that laps shed water. E. Apply continuous sheets over already -installed sheet strips, bridging substrate cracks, construction, and contraction joints. F. Seal edges of sheet waterproofing terminations with mastic. G. Install sheet waterproofing and auxiliary materials to tie into adjacent waterproofing. H. Repair tears, voids, and lapped seams in waterproofing not complying with requirements. Slit and flatten fishmouths and blisters. Patch with sheet waterproofing extending 6 inches beyond repaired areas in all directions. I. Immediately install protection course with butted joints over waterproofing membrane. Molded -sheet drainage panels may be used in place of a separate protection course to vertical applications when approved by waterproofing manufacturer and installed immediately. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 13 26 SELF -ADHERING SHEET WATERPROOFING Page 8 of 10 3.4 INSTALLATION OF BLINDSIDE SHEET WATERPROOFING A. Install blindside sheet waterproofing according to manufacturer's written instructions. B. Place and secure molded -sheet drainage panels over substrate. Lap edges and ends of geotextile to maintain continuity. C. Vertical Applications: Install sheet with face against substrate. Accurately align sheets and maintain uniform side and end laps of minimum dimensions required by membrane manufacturer. Overlap and seal seams, and stagger and tape end laps to ensure watertight installation. Mechanically fasten to substrate. 1. Securely fasten top termination of membrane with continuous metal termination bar anchored into substrate and cover with detail tape. D. Horizontal Applications: Install sheet with face against substrate. Accurately align sheets and maintain uniform side and end laps of minimum dimensions required by membrane manufacturer. Overlap and seal seams, and stagger and tape end laps to ensure watertight installation. E. Corners: Seal lapped terminations and cut edges of sheet waterproofing at inside and outside corners with detail tape. F. Seal penetrations through sheet waterproofing to provide watertight seal with detail tape patches or wraps and a liquid -membrane troweling. G. Install sheet waterproofing and auxiliary materials to produce a continuous watertight tie into adjacent waterproofing. H. Repair tears, voids, and lapped seams in waterproofing not complying with requirements. Tape perimeter of damaged or nonconforming area extending 6 inches beyond repaired areas in all directions. Apply a patch of sheet waterproofing and firmly secure with detail tape. 3.5 INSTALLATION OF MOLDED -SHEET DRAINAGE PANELS A. Place and secure molded -sheet drainage panels, with geotextile facing away from wall or deck substrate, according to manufacturer's written instructions. Use adhesive or another method that does not penetrate waterproofing. Lap edges and ends of geotextile to maintain continuity. Protect installed molded -sheet drainage panels during subsequent construction. 1. For vertical applications, install board insulation before installing drainage panels. 3.6 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified testing agency to perform tests, and to furnish reports to Engineer. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 13 26 SELF -ADHERING SHEET WATERPROOFING Page 9 of 10 B. Manufacturer's Field Service: Engage a site representative qualified by waterproofing membrane manufacturer to inspect substrate conditions, surface preparation, membrane application, flashings, protection, and drainage components; and to furnish daily reports to Engineer. 3.7 PROTECTION, REPAIR, AND CLEANING A. Do not permit foot or vehicular traffic on unprotected membrane. B. Protect waterproofing from damage and wear during remainder of construction period. C. Protect installed insulation drainage panels from damage due to UV light, harmful weather exposures, physical abuse, and other causes. Provide temporary coverings where insulation is subject to abuse and cannot be concealed and protected by permanent construction immediately after installation. D. Correct deficiencies in or remove waterproofing that does not comply with requirements; repair substrates, reapply waterproofing, and repair sheet flashings. E. Clean spillage and soiling from adjacent construction using cleaning agents and procedures recommended in writing by manufacturer of affected construction. END OF SECTION 07 13 26 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 13 26 SELF -ADHERING SHEET WATERPROOFING Page 10 of 10 This page intentionally left blank. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 19 00 WATER REPELLENTS Page 1 of 6 SECTION 07 19 00 - WATER REPELLENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes MPI-approved water-repellent treatments for the following vertical and horizontal surfaces: 1. Cast -in -place concrete. 2. Cast stone. 3. Concrete unit masonry. 4. Clay brick masonry. B. Related Requirements: 1. Section 04 20 00 "Unit Masonry" for integral water-repellent admixture for unit masonry assemblies. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include manufacturer's printed statement of VOC content. 2. Include manufacturer's standard colors. 3. Include manufacturer's recommended number of coats for each type of substrate and spreading rate for each separate coat. 4. Include printout of current "MPI Approved Products List" for each product category specified in Part 2 that specifies water repellents approved by MPI, with the proposed product highlighted. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For Applicator and testing agency. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 19 00 WATER REPELLENTS Page 2 of 6 B. Product Certificates: For each type of water repellent. C. Preconstruction Test Reports: For water -repellent -treated substrates. D. Field quality -control reports. E. Sample Warranty: For special warranty. 1.6 QUALITY ASSURANCE A. Applicator Qualifications: An employer of workers trained and approved by manufacturer. B. MPI Standards: Comply with MPI standards indicated and provide water repellents listed in its "MPI Approved Products List." C. Mockups: Prepare mockups of each required water repellent on each type of substrate required to demonstrate aesthetic effects, and to set quality standards for materials and execution. 1. Locate mockups on masonry sample panels. a. Size: Match masonry sample size. 2. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Engineer specifically approves such deviations in writing. 3. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.7 PRECONSTRUCTION TESTING A. Preconstruction Testing: Engage a qualified testing agency to perform preconstruction testing of water repellents on manufacturer's standard substrate assemblies. 1. In addition to verifying performance requirements, use mockups to verify manufacturer's written instructions for application procedure and optimum rates of product application to substrates. 2. Propose changes to materials and methods to suit Project. 3. Notify Engineer seven days in advance of the dates and times when mockups will be tested. 1.8 FIELD CONDITIONS A. Limitations: Proceed with application only when the following existing and forecasted weather and substrate conditions permit water repellents to be applied according to manufacturers' written instructions and warranty requirements: 1. Concrete surfaces and mortar have cured for not less than 28 days. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 19 00 WATER REPELLENTS Page 3 of 6 2. Building has been closed in for not less than 30 days before treating wall assemblies. 3. Ambient temperature is above 40 deg F and below 100 deg F and will remain so for 24 hours. 4. Substrate is not frozen and substrate -surface temperature is above 40 deg F and below 100 deg F. 5. Rain or snow is not predicted within 24 hours. 6. Not less than seven days have passed since surfaces were last wet. 7. Windy conditions do not exist that might cause water repellent to be blown onto vegetation or surfaces not intended to be treated. 1.9 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer and Applicator agree to repair or replace materials that fail to maintain water repellency specified in "Performance Requirements" Article within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. PART 2-PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Performance: Water repellents shall meet the following performance requirements as determined by preconstruction testing on manufacturer's standard substrates representing those indicated for this Project. B. Water Absorption: Minimum 80 percent reduction of water absorption after 24 hours for treated compared to untreated specimens when tested according to the following: 1. Cast -in -Place Concrete: ASTM C642. 2. Cast Stone: ASTM C 1195. 3. Concrete Masonry Units: ASTM C140. 4. Clay Brick: ASTM C67. C. Water -Vapor Transmission: Comply with one or both of the following: 1. Maximum 10 percent reduction water -vapor transmission of treated compared to untreated specimens, according to ASTM E96/E96M. 2. Minimum 80 percent water -vapor transmission of treated compared to untreated specimens, according to ASTM D1653. D. Water Penetration and Leakage through Masonry: Minimum 90 percent reduction in leakage rate of treated compared to untreated specimens, according to ASTM E514/E514M. E. Durability: Maximum 5 percent loss of water-repellent performance after 2500 hours of weathering according to ASTM G154 compared to water -repellent -treated specimens before weathering. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 19 00 WATER REPELLENTS Page 4 of 6 2.2 PENETRATING WATER REPELLENTS A. Silane/Siloxane-Blend, Penetrating Water Repellent: Clear, silane and siloxane blend with 600 g/L or less of VOCs. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. BASF Corporation. b. Advanced Chemical Technologies, Inc. C. Euclid Chemical Company (The); a subsidiary of RPM International, Inc. 2.3 MPI-APPROVED WATER REPELLENTS A. Water Repellent, Clear (Not Paintable); MPI #117: Penetrating, silicone -oil type, clear water- repellent for interior or exterior masonry block or brick that will not be recoated with a coating other than the repellent. 1. VOC Content: 600 g/L or less. 2. MPI Green Performance Standard: GPS-2. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Applicator present, for compliance with requirements and conditions affecting performance of the Work. 1. Verify that surfaces are clean and dry according to water-repellent manufacturer's requirements. Check moisture content in three representative locations by method recommended by manufacturer. 2. Verify that there is no efflorescence or other removable residues that would be trapped beneath the application of water repellent. 3. Verify that required repairs are complete, cured, and dry before applying water repellent. B. Test pH level according to water-repellent manufacturer's written instructions to ensure chemical bond to silica -containing or siliceous minerals. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. New Construction and Repairs: Allow concrete and other cementitious materials to age before application of water repellent, according to repellent manufacturer's written instructions. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 19 00 WATER REPELLENTS Page 5 of 6 B. Cleaning: Before application of water repellent, clean substrate of substances that could impair penetration or performance of product according to water-repellent manufacturer's written instructions and as follows: Concrete Unit Masonry: Remove oil, curing compounds, laitance, and other substances that inhibit penetration or performance of water repellents according to ASTM E1857. C. Protect adjoining work, including mortar and sealant bond surfaces, from spillage or blow -over of water repellent. Cover adjoining and nearby surfaces of aluminum and glass if there is the possibility of water repellent being deposited on surfaces. Cover live vegetation. D. Coordination with Mortar Joints: Do not apply water repellent until pointing mortar for joints adjacent to surfaces receiving water-repellent treatment has been installed and cured. E. Coordination with Sealant Joints: Do not apply water repellent until sealants for joints adjacent to surfaces receiving water-repellent treatment have been installed and cured. Water-repellent work may precede sealant application only if sealant adhesion and compatibility have been tested and verified using substrate, water repellent, and sealant materials identical to those required. 3.3 APPLICATION A. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect the substrate before application of water repellent and to instruct Applicator on the product and application method to be used. B. Apply coating of water repellent on surfaces to be treated using 15 psi- pressure spray with a fan -type spray nozzle to the point of saturation. Apply coating in dual passes of uniform, overlapping strokes. Remove excess material; do not allow material to puddle beyond saturation. Comply with manufacturer's written instructions for application procedure unless otherwise indicated. Cast Stone: At Contractor's option, first application of water repellent may be completed before installing units. Mask mortar and sealant bond surfaces to prevent water repellent from migrating onto joint surfaces. Remove masking after repellent has cured. C. Apply a second saturation coating, repeating first application. Comply with manufacturer's written instructions for limitations on drying time between coats and after rainstorm wetting of surfaces between coats. Consult manufacturer's technical representative if written instructions are not applicable to Project conditions. 3.4 FIELD QUALITY CONTROL A. Testing of Water -Repellent Material: Owner reserves the right to invoke the following procedure at any time and as often as Owner deems necessary during the period when water repellent is being applied: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 19 00 WATER REPELLENTS Page 6 of 6 1. Owner will engage the services of a qualified testing agency to sample water-repellent material being used. Samples of material delivered to Project site will be taken, identified, sealed, and certified in presence of Contractor. 2. Testing agency will perform tests for compliance of water-repellent material with product requirements. 3. Owner may direct Contractor to stop applying water repellents if test results show material being used does not comply with product requirements. Contractor shall remove noncomplying material from Project site, pay for testing, and correct deficiency of surfaces treated with rejected materials, as approved by Engineer.. B. Coverage Test: In the presence of Engineer, hose down a dry, repellent -treated surface to verify complete and uniform product application. A change in surface color will indicate incomplete application. 1. Notify Engineer seven days in advance of the dates and times when surfaces will be tested. 2. Reapply water repellent until coverage test indicates complete coverage. 3.5 CLEANING A. Immediately clean water repellent from adjoining surfaces and surfaces soiled or damaged by water-repellent application as work progresses. Correct damage to work of other trades caused by water-repellent application, as approved by Engineer. B. Comply with manufacturer's written cleaning instructions. END OF SECTION 07 19 00 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 21 00 THERMAL INSULATION Page 1 of 6 SECTION 07 2100 - THERMAL INSULATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Polyisocyanurate foam -plastic board. 2. Glass -fiber blanket. 3. Mineral -wool blanket. B. Related Requirements: 1. Section 04 20 00 "Unit Masonry" for insulation installed in masonry cells. 2. Section 07 13 26 "Self -Adhering Sheet Waterproofing" for insulated drainage panels installed with plaza deck insulation. 3. Section 07 54 23 "Thermoplastic Polyolefin (TPO) Roofing" for insulation specified as part of roofing construction. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. 1.4 INFORMATIONAL SUBMITTALS A. Product Test Reports: For each product, for tests performed by a qualified testing agency. B. Evaluation Reports: For foam -plastic insulation, from ICC-ES. 1.5 DELIVERY, STORAGE, AND HANDLING A. Protect insulation materials from physical damage and from deterioration due to moisture, soiling, and other sources. Store inside and in a dry location. Comply with manufacturer's written instructions for handling, storing, and protecting during installation. B. Protect foam -plastic board insulation as follows: 1. Do not expose to sunlight except to necessary extent for period of installation and concealment. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 21 00 THERMAL INSULATION Page 2 of 6 2. Protect against ignition at all times. Do not deliver foam -plastic board materials to Project site until just before installation time. 3. Quickly complete installation and concealment of foam -plastic board insulation in each area of construction. PART 2 - PRODUCTS 2.1 POLYISOCYANURATE FOAM -PLASTIC BOARD A. Polyisocyanurate Board, Foil Faced: ASTM C1289, foil faced, Type I, Class 1 or 2. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Carlisle Coatings & Waterproofing Inc. b. Elevate; Holcim Building Envelope. C. Johns Manville; a Berkshire Hathaway company. 2. Fire Propagation Characteristics: Passes NFPA 285 testing as part of an approved assembly. 2.2 GLASS -FIBER BLANKET A. Glass -Fiber Blanket, Unfaced: ASTM C665, Type I; with maximum flame -spread and smoke - developed indexes of 25 and 50, respectively, per ASTM E84; passing ASTM E136 for combustion characteristics. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. CertainTeed; SAINT-GOBAIN. b. Johns Manville; a Berkshire Hathaway company. C. Owens Corning. B. Glass -Fiber Blanket, Polypropylene -Scrim -Kraft Faced: ASTM C665, Type II (nonreflective faced), Class A (faced surface with a flame -spread index of 25 or less); Category 1 (membrane is a vapor barrier). 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. CertainTeed; SAINT-GOBAIN. b. Johns Manville; a Berkshire Hathaway company. C. Owens Corning. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 21 00 THERMAL INSULATION Page 3 of 6 2.3 MINERAL -WOOL BLANKETS A. Mineral -Wool Blanket, Unfaced: ASTM C665, Type I (blankets without membrane facing); consisting of fibers; with maximum flame -spread and smoke -developed indexes of 25 and 50, respectively, per ASTM E84; passing ASTM E 13 6 for combustion characteristics. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Johns Manville; a Berkshire Hathaway company. b. Owens Corning. C. ROCKWOOL. B. Mineral -Wool Blanket, Reinforced -Foil Faced: ASTM C665, Type III (reflective faced), Class A (faced surface with a flame -spread index of 25 or less per ASTM E84); Category 1 (membrane is a vapor barrier), faced with foil scrim, foil -scrim kraft, or foil -scrim polyethylene. 1. Manufacturers: Subject to compliance with requirements, provide products by the following: a. Owens Corning. 2.4 INSULATION FASTENERS A. Anchor Adhesive: Product with demonstrated capability to bond insulation anchors securely to substrates without damaging insulation, fasteners, or substrates. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. AGM Industries, Inc. b. Gemco. A. Insulation for Miscellaneous Voids: 1. Glass -Fiber Insulation: ASTM C764, Type II, loose fill; with maximum flame -spread and smoke -developed indexes of 5, per ASTM E84. 2. Spray Polyurethane Foam Insulation: ASTM C1029, Type II, closed cell, with maximum flame -spread and smoke -developed indexes of 75 and 450, respectively, per ASTM E84. B. Adhesive for Bonding Insulation: Product compatible with insulation and air and water barrier materials, and with demonstrated capability to bond insulation securely to substrates without damaging insulation and substrates. C. Eave Ventilation Troughs: Preformed, rigid fiberboard or plastic sheets designed and sized to fit between roof framing members and to provide ventilation between insulated attic spaces and vented eaves. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 21 00 THERMAL INSULATION Page 4 of 6 PART 3 - EXECUTION 3.1 PREPARATION A. Clean substrates of substances that are harmful to insulation, including removing projections capable of puncturing insulation or vapor retarders, or that interfere with insulation attachment. 3.2 INSTALLATION, GENERAL A. Comply with insulation manufacturer's written instructions applicable to products and applications. B. Install insulation that is undamaged, dry, and unsoiled and that has not been left exposed to ice, rain, or snow at any time. C. Extend insulation to envelop entire area to be insulated. Fit tightly around obstructions and fill voids with insulation. Remove projections that interfere with placement. D. Provide sizes to fit applications and selected from manufacturer's standard thicknesses, widths, and lengths. Apply single layer of insulation units unless multiple layers are otherwise shown or required to make up total thickness or to achieve R-value. 3.3 INSTALLATION OF SLAB INSULATION A. On horizontal surfaces, loosely lay insulation units according to manufacturer's written instructions. Stagger end joints and tightly abut insulation units. 1. If not otherwise indicated, extend insulation a minimum of 24 inches in from exterior walls. 3.4 INSTALLATION OF CAVITY -WALL INSULATION A. Foam -Plastic Board Insulation: Install pads of adhesive spaced approximately 24 inches o.c. both ways on inside face and as recommended by manufacturer. 1. Fit courses of insulation between wall ties and other obstructions, with edges butted tightly in both directions, and with faces flush. 2. Press units firmly against inside substrates. 3. Supplement adhesive attachment of insulation by securing boards with two-piece wall ties designed for this purpose and specified in Section 04 20 00 "Unit Masonry." CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 21 00 THERMAL INSULATION Page 5 of 6 3.5 PROTECTION A. Protect installed insulation from damage due to harmful weather exposures, physical abuse, and other causes. Provide temporary coverings or enclosures where insulation is subject to abuse and cannot be concealed and protected by permanent construction immediately after installation. I;10UZI]a ,19leiY[oIIINNA91:Zt CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 21 00 THERMAL INSULATION Page 6 of 6 This page intentionally left blank. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 26 00 VAPOR RETARDERS Page 1 of 2 SECTION 07 26 00 - VAPOR RETARDERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Polyethylene vapor retarders. 2. Reinforced -polyethylene vapor retarders. B. Related Requirements: 1. Section 03 30 00 "Cast -in -Place Concrete" for under -slab vapor retarders. 2. Section 07 2100 "Thermal Insulation" for vapor retarders integral with insulation products. lwc KTOJ Ito] ► Will :�u1001W3 W A. Product Data: For each type of product. 1.4 INFORMATIONAL SUBMITTALS A. Product Test Reports: For each product, for tests performed by a qualified testing agency. PART 2 - PRODUCTS 2.1 POLYETHYLENE VAPOR RETARDERS A. Polyethylene Vapor Retarders: ASTM D4397, 10-mil- thick sheet, with maximum permeance rating of 0.1 perm. 2.2 REINFORCED -POLYETHYLENE VAPOR RETARDERS A. Reinforced -Polyethylene Vapor Retarders: Sheet with outer layers of polyethylene film laminated to an inner reinforcing layer consisting of either nylon cord or polyester scrim and weighing not less than 20 lb/1000 sq. ft., with maximum permeance rating of 0.1 perm. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 26 00 VAPOR RETARDERS Page 2 of 2 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. ISI Building Products. b. Reef Industries, Inc. C. Viaflex. d. W. R. Meadows, Inc. 2.3 ACCESSORIES A. Vapor -Retarder Tape: Pressure -sensitive tape of type recommended by vapor -retarder manufacturer for sealing joints and penetrations in vapor retarder. B. Adhesive for Vapor Retarders: Product recommended by vapor -retarder manufacturer and has demonstrated capability to bond vapor retarders securely to substrates indicated. C. Vapor -Retarder Fasteners: Pancake -head, self -tapping steel drill screws; with fender washers. PART 3 - EXECUTION 3.1 PREPARATION A. Clean substrates of substances that are harmful to vapor retarders, including removing projections capable of puncturing vapor retarders. 3.2 PROTECTION A. Protect vapor retarders from damage until concealed by permanent construction. END OF SECTION 07 26 00 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 54 23 THERMOPLASTIC-POLYOLEFIN (TPO) ROOFING Page 1 of 16 SECTION 07 54 23 - THERMOPLASTIC-POLYOLEFIN (TPO) ROOFING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Adhered thermoplastic polyolefin (TPO) roofing system. 2. Roof insulation. 3. Cover board. 4. Walkways. B. Related Requirements: 1. Section 06 10 00 "Rough Carpentry" for wood nailers, curbs, and blocking; and for wood -based, structural -use roof deck panels. 2. Section 07 2100 "Thermal Insulation" for insulation beneath the roof deck. 3. Section 07 62 00 "Sheet Metal Flashing and Trim" for metal roof flashings and counterflashings. 4. Section 07 92 00 "Joint Sealants" for joint sealants, joint fillers, and joint preparation. 1.3 DEFINITIONS A. Roofing Terminology: Definitions in ASTM D1079 and glossary in NRCA's "The NRCA Roofing Manual: Membrane Roof Systems" apply to Work of this Section. 1.4 PREINSTALLATION MEETINGS A. Preliminary Roofing Conference: Before starting roof deck construction, conduct conference at Project site. 1. Meet with Owner, Engineer, Construction Manager, Owner's insurer if applicable, testing and inspecting agency representative, roofing Installer, roofing system manufacturer's representative, deck Installer, air barrier Installer, and installers whose work interfaces with or affects roofing, including installers of roof accessories and roof -mounted equipment. 2. Review methods and procedures related to roofing installation, including manufacturer's written instructions. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 54 23 THERMOPLASTIC-POLYOLEFIN (TPO) ROOFING Page 2 of 16 3. Review and finalize construction schedule, and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 4. Review deck substrate requirements for conditions and finishes, including flatness and fastening. 5. Review structural loading limitations of roof deck during and after roofing. 6. Review base flashings, special roofing details, roof drainage, roof penetrations, equipment curbs, and condition of other construction that affects roofing system. 7. Review governing regulations and requirements for insurance and certificates if applicable. 8. Review temporary protection requirements for roofing system during and after installation. 9. Review roof observation and repair procedures after roofing installation. B. Preinstallation Roofing Conference: Conduct conference at Project site. 1. Meet with Owner, Engineer, Construction Manager, Owner's insurer if applicable, testing and inspecting agency representative, roofing Installer, roofing system manufacturer's representative, deck Installer, air barrier Installer, and installers whose work interfaces with or affects roofing, including installers of roof accessories and roof -mounted equipment. 2. Review methods and procedures related to roofing installation, including manufacturer's written instructions. 3. Review and finalize construction schedule, and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 4. Examine deck substrate conditions and finishes for compliance with requirements, including flatness and fastening. 5. Review structural loading limitations of roof deck during and after roofing. 6. Review base flashings, special roofing details, roof drainage, roof penetrations, equipment curbs, and condition of other construction that affects roofing system. 7. Review governing regulations and requirements for insurance and certificates if applicable. 8. Review temporary protection requirements for roofing system during and after installation. 9. Review roof observation and repair procedures after roofing installation. 1.5 ACTION SUBMITTALS A. Product Data: For each type of product. For insulation and roof system component fasteners, include copy of FM Approvals' RoofNav or SPRI's Directory of Roof Assemblies listing. B. Shop Drawings: Include roof plans, sections, details, and attachments to other work, including the following: 1. Layout and thickness of insulation. 2. Base flashings and membrane termination details. 3. Flashing details at penetrations. 4. Tapered insulation layout, thickness, and slopes. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 54 23 THERMOPLASTIC-POLYOLEFIN (TPO) ROOFING Page 3 of 16 5. Roof plan showing orientation of steel roof deck and orientation of roof membrane, fastening spacings, and patterns for mechanically fastened roofing system. 6. Insulation fastening patterns for corner, perimeter, and field -of -roof locations. 7. Tie-in with adjoining air barrier. C. Samples for Verification: For the following products: 1. Roof membrane and flashings, of color required. D. Wind Uplift Resistance Submittal: For roofing system, indicating compliance with wind uplift performance requirements. 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer manufacturer and testing agency. B. Manufacturer Certificates: 1. Performance Requirement Certificate: Signed by roof membrane manufacturer, certifying that roofing system complies with requirements specified in "Performance Requirements" Article. a. Submit evidence of compliance with performance requirements. 2. Special Warranty Certificate: Signed by roof membrane manufacturer, certifying that all materials supplied under this Section are acceptable for special warranty. C. Product Test Reports: For roof membrane and insulation, for tests performed by a qualified testing agency, indicating compliance with specified requirements. D. Evaluation Reports: For components of roofing system, from ICC-ES. E. Field Test Reports: 1. Concrete internal relative humidity test reports. 2. Fastener -pullout test results and manufacturer's revised requirements for fastener patterns. F. Field quality -control reports. G. Sample Warranties: For manufacturer's special warranties. 1.7 CLOSEOUT SUBMITTALS A. Maintenance Data: For roofing system to include in maintenance manuals. B. Certified statement from existing roof membrane manufacturer stating that existing roof warranty has not been affected by Work performed under this Section. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 54 23 THERMOPLASTIC-POLYOLEFIN (TPO) ROOFING Page 4 of 16 1.8 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer that is UL listed or listed in FM Approvals' RoofNav or listed in SPRI's Directory of Roof Assemblies for roofing system identical to that used for this Project. B. Installer Qualifications: A qualified firm that is approved, authorized, or licensed by roofing system manufacturer to install manufacturer's product and that is eligible to receive manufacturer's special warranty. 1.9 DELIVERY, STORAGE, AND HANDLING A. Deliver roofing materials to Project site in original containers with seals unbroken and labeled with manufacturer's name, product brand name and type, date of manufacture, approval or listing agency markings, and directions for storing and mixing with other components. B. Store liquid materials in their original undamaged containers in a clean, dry, protected location and within the temperature range required by roofing system manufacturer. Protect stored liquid material from direct sunlight. 1. Discard and legally dispose of liquid material that cannot be applied within its stated shelf life. C. Protect roof insulation materials from physical damage and from deterioration by sunlight, moisture, soiling, and other sources. Store in a dry location. Comply with insulation manufacturer's written instructions for handling, storing, and protecting during installation. D. Handle and store roofing materials, and place equipment in a manner to avoid permanent deflection of deck. 1.10 FIELD CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit roofing system to be installed according to manufacturer's written instructions and warranty requirements. A. Special Warranty: Manufacturer agrees to repair or replace components of roofing system that fail in materials or workmanship within specified warranty period. 1. Special warranty includes roof membrane, base flashings, roof insulation, fasteners, cover boards, and other components of roofing system. 2. Warranty Period: 20 years from date of Substantial Completion. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 54 23 THERMOPLASTIC-POLYOLEFIN (TPO) ROOFING Page 5 of 16 B. Special Project Warranty: Submit roofing Installer's warranty, on warranty form at end of this Section, signed by Installer, covering the Work of this Section, including all components of roofing system such as roof membrane, base flashing, roof insulation, fasteners, cover boards, for the following warranty period: Warranty Period: Two years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. General Performance: Installed roofing system and flashings shall withstand specified uplift pressures, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Roof system and flashings shall remain watertight. 1. Accelerated Weathering: Roof membrane shall withstand 2000 hours of exposure when tested according to ASTM G152, ASTM G154, or ASTM G155. 2. Impact Resistance: Roof membrane shall resist impact damage when tested according to ASTM D3746, ASTM D4272, or the "Resistance to Foot Traffic Test" in FM Approvals 4470. B. Material Compatibility: Roofing materials shall be compatible with one another and adjacent materials under conditions of service and application required, as demonstrated by roof membrane manufacturer based on testing and field experience. C. Wind Uplift Resistance: Design roofing system to resist the following wind uplift pressures when tested according to FM Approvals 4474, UL 580, or UL 1897. D. SPRI's Directory of Roof Assemblies Listing: Roof membrane, base flashings, and component materials shall comply with requirements in FM Approvals 4450 or FM Approvals 4470 as part of a roofing system and shall be listed in SPRI's Directory of Roof Assemblies for roof assembly identical for that specified for this Project. Wind Uplift Load Capacity: As indicated on drawings. 2.2 THERMOPLASTIC POLYOLEFIN (TPO) ROOFING A. TPO Sheet: ASTM D6878/D6878M, internally fabric- or scrim -reinforced, fabric -backed TPO sheet. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Carlisle Syntec Systems. b. Flex Membrane International Corp. C. GAF. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 54 23 THERMOPLASTIC-POLYOLEFIN (TPO) ROOFING Page 6 of 16 d. GenFlex Roofing Systems. e. Johns Manville; a Berkshire Hathaway company. 2. Source Limitations: Obtain components for roofing system from roof membrane manufacturer or manufacturers approved by roof membrane manufacturer. 3. Thickness: 60 mils, nominal. 4. Exposed Face Color: White. 2.3 AUXILIARY ROOFING MATERIALS A. General: Auxiliary materials recommended by roofing system manufacturer for intended use and compatible with other roofing components. 1. Adhesive and Sealants: Comply with VOC limits of authorities having jurisdiction. B. Sheet Flashing: Manufacturer's standard unreinforced TPO sheet flashing, 55 mils thick, minimum, of same color as TPO sheet. C. Prefabricated Pipe Flashings: As recommended by roof membrane manufacturer. D. Roof Vents: As recommended by roof membrane manufacturer. 1. Size: Not less than 4-inch diameter. E. Bonding Adhesive: Manufacturer's standard. F. Slip Sheet: ASTM D2178/D2178M, Type IV; glass fiber; asphalt -impregnated felt. G. Slip Sheet: Manufacturer's standard, of thickness required for application. H. Vented Base Sheet: ASTM D4897/D4897M, Type II; nonperforated, asphalt -impregnated fiberglass reinforced, with mineral granular patterned surfacing on bottom surface. I. Metal Termination Bars: Manufacturer's standard, predrilled stainless steel or aluminum bars, approximately 1 by 1/8 inch thick; with anchors. J. Metal Battens: Manufacturer's standard, aluminum -zinc -alloy -coated or zinc -coated steel sheet, approximately 1 inch wide by 0.05 inch thick, prepunched. K. Ballast Retaining Bar: Perimeter securement system consisting of a slotted extruded -aluminum retention bar with an integrated compression fastening strip. 1. Fasteners: 1-1/2-inch stainless steel fasteners with neoprene washers. L. Fasteners: Factory -coated steel fasteners and metal or plastic plates complying with corrosion - resistance provisions in FM Approvals 4470, designed for fastening roofing components to substrate, and acceptable to roofing system manufacturer. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 54 23 THERMOPLASTIC-POLYOLEFIN (TPO) ROOFING Page 7 of 16 M. Miscellaneous Accessories: Provide pourable sealers, preformed cone, and vent sheet flashings, preformed inside and outside corner sheet flashings, T joint covers, lap sealants, termination reglets, and other accessories. 2.4 ROOF INSULATION A. General: Preformed roof insulation boards manufactured or approved by TPO roof membrane manufacturer, approved for use in FM Approvals' RoofNav listed roof assemblies, approved for use in SPRI's Directory of Roof Assemblies listed roof assemblies. B. Tapered Insulation: Provide factory -tapered insulation boards. 1. Material: Polyisocyanurate Roof Insulation, closed -cell. 2. Minimum Thickness: 1/4 inch. 3. Slope: a. Roof Field: 1/4 inch per foot unless otherwise indicated on Drawings. b. Saddles and Crickets: 1/2 inch per foot unless otherwise indicated on Drawings. 2.5 INSULATION ACCESSORIES A. General: Roof insulation accessories recommended by insulation manufacturer for intended use and compatibility with other roofing system components. B. Fasteners: Factory -coated steel fasteners with metal or plastic plates complying with corrosion - resistance provisions in FM Approvals 4470, designed for fastening roof insulation and cover boards to substrate, and acceptable to roofing system manufacturer. C. Insulation Adhesive: Insulation manufacturer's recommended adhesive formulated to attach roof insulation to substrate or to another insulation layer as follows: 1. Modified asphaltic, asbestos -free, cold -applied adhesive. 2. Bead -applied, low-rise, one -component, or multicomponent urethane adhesive. 3. Full -spread, spray -applied, low-rise, two -component urethane adhesive. D. Cover Board: ASTM C 1177/C 1177M, glass -mat, water-resistant gypsum board or ASTM C1278/C1278M fiber -reinforced gypsum board. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Georgia-Pacific Gypsum LLC. b. USG Corporation. 2. Thickness: 1/2 inch. 3. Surface Finish: Unprimed. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 54 23 THERMOPLASTIC-POLYOLEFIN (TPO) ROOFING Page 8 of 16 2.6 WALKWAYS A. Flexible Walkways: Factory -formed, nonporous, heavy-duty, slip -resisting, surface -textured walkway rolls, approximately 3/16 inch thick and acceptable to roofing system manufacturer. 1. Size: Approximately30 by 60 inches. 2. Color: Contrasting with roof membrane. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements and other conditions affecting performance of the Work. 1. Verify that roof openings and penetrations are in place, curbs are set and braced, and roof -drain bodies are securely clamped in place. 2. Verify that wood blocking, curbs, and nailers are securely anchored to roof deck at penetrations and terminations and that nailers match thicknesses of insulation. 3. Verify that surface plane flatness and fastening of steel roof deck complies with requirements in Section 05 3100 "Steel Decking." 4. Verify that minimum concrete drying period recommended by roofing system manufacturer has passed. 5. Verify that concrete substrate is visibly dry and free of moisture, and that minimum concrete internal relative humidity is not more than 75 percent, or as recommended by roofing system manufacturer, when tested according to ASTM F2170. a. Test Frequency: One test probe per each 1000 sq. ft., or portion thereof, of roof deck, with not less than three tests probes. b. Submit test reports within 24 hours after performing tests. 6. Verify that concrete -curing compounds that will impair adhesion of roofing components to roof deck have been removed. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Clean substrate of dust, debris, moisture, and other substances detrimental to roofing system installation according to roofing system manufacturer's written instructions. Remove sharp projections. B. Prevent materials from entering and clogging roof drains and conductors and from spilling or migrating onto surfaces of other construction. Remove roof -drain plugs when no work is taking place or when rain is forecast. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 54 23 THERMOPLASTIC-POLYOLEFIN (TPO) ROOFING Page 9 of 16 C. Perform fastener -pullout tests according to roof system manufacturer's written instructions. 1. Submit test result within 24 hours after performing tests. a. Include manufacturer's requirements for any revision to previously submitted fastener patterns required to achieve specified wind uplift requirements. D. Install sound -absorbing insulation strips according to acoustical roof deck manufacturer's written instructions. 3.3 INSTALLATION OF ROOFING, GENERAL A. Install roofing system according to roofing system manufacturer's written instructions, FM Approvals' RoofNav listed roof assembly requirements, and FM Global Property Loss Prevention Data Sheet 1-29. B. Complete terminations and base flashings and provide temporary seals to prevent water from entering completed sections of roofing system at end of workday or when rain is forecast. Remove and discard temporary seals before beginning Work on adjoining roofing. 3.4 INSTALLATION OF SUBSTRATE BOARD A. Install substrate board with long joints in continuous straight lines, with end joints staggered not less than 24 inches in adjacent rows. 1. At steel roof decks, install substrate board at right angle to flutes of deck. a. Locate end joints over crests of steel roof deck. 2. Tightly butt substrate boards together. 3. Cut substrate board to fit tight around penetrations and projections, and to fit tight to intersecting sloping roof decks. 4. Fasten substrate board to top flanges of steel deck according to recommendations in FM Approvals' RoofNav listed roof assembly requirements for specified Windstorm Resistance Classification and FM Global Property Loss Prevention Data Sheet 1-29. 5. Fasten substrate board to top flanges of steel deck to resist uplift pressure at corners, perimeter, and field of roof according to roofing system manufacturers' written instructions. 6. Loosely lay substrate board over roof deck. 3.5 INSTALLATION OF VAPOR RETARDER A. Polyethylene Film: Loosely lay polyethylene -film vapor retarder in a single layer over area to receive vapor retarder, side and end lapping each sheet a minimum of 2 and 6 inches, respectively. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 54 23 THERMOPLASTIC-POLYOLEFIN (TPO) ROOFING Page 10 of 16 1. Extend vertically up parapet walls and projections to a minimum height equal to height of insulation and cover board. 2. Continuously seal side and end laps with tape. B. Completely seal vapor retarder at terminations, obstructions, and penetrations to prevent air movement into roofing system. 3.6 INSTALLATION OF INSULATION A. Coordinate installing roofing system components so insulation is not exposed to precipitation or left exposed at end of workday. B. Comply with roofing system and roof insulation manufacturer's written instructions for installing roof insulation. C. Installation Over Metal Decking: Install base layer of insulation with joints staggered not less than 24 inches in adjacent rows. a. Locate end joints over crests of decking. b. Where installing composite and noncomposite insulation in two or more layers, install noncomposite board insulation for bottom layer and intermediate layers, if applicable, and install composite board insulation for top layer. C. Trim insulation neatly to fit around penetrations and projections, and to fit tight to intersecting sloping roof decks. d. Make joints between adjacent insulation boards not more than 1/4 inch in width. e. Fill gaps exceeding 1/4 inch with insulation. £ Cut and fit insulation within 1/4 inch of nailers, projections, and penetrations. g. Mechanically attach base layer of insulation and substrate board using mechanical fasteners specifically designed and sized for fastening specified board -type roof insulation to metal decks. 1) Fasten insulation according to requirements in FM Approvals' RootNav for specified Windstorm Resistance Classification. 2) Fasten insulation to resist specified uplift pressure at corners, perimeter, and field of roof. 2. Install upper layers of insulation and tapered insulation with joints of each layer offset not less than 12 inches from previous layer of insulation. a. Install with long joints continuous and with end joints staggered not less than 12 inches in adjacent rows. b. Trim insulation neatly to fit around penetrations and projections, and to fit tight to intersecting sloping roof decks. C. Make joints between adjacent insulation boards not more than 1/4 inch in width. d. Fill gaps exceeding 1/4 inch with insulation. e. Cut and fit insulation within 1/4 inch of nailers, projections, and penetrations. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 54 23 THERMOPLASTIC-POLYOLEFIN (TPO) ROOFING Page 11 of 16 f. Adhere each layer of insulation to substrate using adhesive according to FM Approvals' RoofNav listed roof assembly requirements for specified Windstorm Resistance Classification and FM Global Property Loss Prevention Data Sheet 1- 29, as follows: 3.7 INSTALLATION OF COVER BOARDS A. Install cover boards over insulation with long joints in continuous straight lines with end joints staggered between rows. Offset joints of insulation below a minimum of 6 inches in each direction. 1. Trim cover board neatly to fit around penetrations and projections, and to fit tight to intersecting sloping roof decks. 2. At internal roof drains, conform to slope of drain sump. a. Trim cover board so that water flow is unrestricted. 3. Cut and fit cover board tight to nailers, projections, and penetrations. 4. Loosely lay cover board over substrate. 5. Adhere cover board to substrate using adhesive according to FM Approvals' RoofNav listed roof assembly requirements for specified Windstorm Resistance Classification or SPRI's Directory of Roof Assemblies listed roof assembly requirements for specified Wind Uplift Load Capacity and FM Global Property Loss Prevention Data Sheet 1-29, as follows: a. Set cover board in a solid mopping of hot roofing asphalt, applied within plus or minus 25 deg F of equiviscous temperature. b. Set cover board in ribbons of bead -applied insulation adhesive, firmly pressing, and maintaining insulation in place. C. Set cover board in a uniform coverage of full -spread insulation adhesive, firmly pressing, and maintaining insulation in place. B. Install slip sheet over cover board and beneath roof membrane. 3.8 INSTALLATION OF ADHERED ROOF MEMBRANE A. Adhere roof membrane over area to receive roofing according to roofing system manufacturer's written instructions. B. Unroll roof membrane and allow to relax before installing. C. Start installation of roofing in presence of roofing system manufacturer's technical personnel. D. Accurately align roof membrane and maintain uniform side and end laps of minimum dimensions required by manufacturer. Stagger end laps. E. Bonding Adhesive: Apply to substrate and underside of roof membrane at rate required by manufacturer and allow to partially dry before installing roof membrane. Do not apply to splice area of roof membrane. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 54 23 THERMOPLASTIC-POLYOLEFIN (TPO) ROOFING Page 12 of 16 F. Hot Roofing Asphalt: Apply a solid mopping of hot roofing asphalt to substrate at temperature and rate required by manufacturer and install fabric -backed roof membrane. Do not apply to splice area of roof membrane. G. Fabric -Backed Roof Membrane Adhesive: Apply to substrate at rate required by manufacturer and install fabric -backed roof membrane. H. In addition to adhering, mechanically fasten roof membrane securely at terminations, penetrations, and perimeter of roofing. I. Apply roof membrane with side laps shingled with slope of roof deck where possible. J. Seams: Clean seam areas, overlap roof membrane, and hot-air weld side and end laps of roof membrane and sheet flashings, to ensure a watertight seam installation. 1. Test lap edges with probe to verify seam weld continuity. Apply lap sealant to seal cut edges of roof membrane and sheet flashings. 2. Verify field strength of seams a minimum of twice daily, and repair seam sample areas. 3. Repair tears, voids, and lapped seams in roof membrane that do not comply with requirements. K. Spread sealant bed over deck -drain flange at roof drains, and securely seal roof membrane in place with clamping ring. 3.9 INSTALLATION OF BASE FLASHING A. Install sheet flashings and preformed flashing accessories and adhere to substrates according to roofing system manufacturer's written instructions. B. Apply bonding adhesive to substrate and underside of sheet flashing at required rate and allow to partially dry. Do not apply to seam area of flashing. C. Flash penetrations and field -formed inside and outside corners with cured or uncured sheet flashing. D. Clean seam areas, overlap, and firmly roll sheet flashings into the adhesive. Hot-air weld side and end laps to ensure a watertight seam installation. E. Terminate and seal top of sheet flashings and mechanically anchor to substrate through termination bars. 3.10 INSTALLATION OF WALKWAYS A. Flexible Walkways: 1. Install flexible walkways at the following locations: a. Retain one or more subparagraphs below. Revise to suit Project. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 54 23 THERMOPLASTIC-POLYOLEFIN (TPO) ROOFING Page 13 of 16 b. Perimeter of each rooftop unit. C. Between each rooftop unit location, creating a continuous path connecting rooftop unit locations. d. Between each roof hatch and each rooftop unit location or path connecting rooftop unit locations. e. Top and bottom of each roof access ladder. f. Between each roof access ladder and each rooftop unit location or path connecting rooftop unit locations. g. Locations indicated on Drawings. h. As required by roof membrane manufacturer's warranty requirements. 2. Provide 6-inch clearance between adjoining pads. 3. Heat weld to substrate or adhere walkway products to substrate with compatible adhesive according to roofing system manufacturer's written instructions. 3.11 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified testing agency to perform tests and to inspect substrate conditions, surface preparation, roof membrane application, sheet flashings, protection, and drainage components, and to furnish reports to Engineer. B. Owner will engage a qualified testing agency to perform the following tests: Flood Testing: Flood test each roof area for leaks, according to recommendations in ASTM D5957, after completing roofing and flashing but before overlying construction is placed. Install temporary containment assemblies, plug or dam drains, and flood with potable water. a. Perform tests before overlying construction is placed. b. Flood to an average depth of 2-1/2 inches with a minimum depth of 1 inch and not exceeding a depth of 4 inches. Maintain 2 inches of clearance from top of base flashing. C. Flood each area for 24 hours. d. After flood testing, repair leaks, repeat flood tests, and make further repairs until roofing and flashing installations are watertight. 1) Cost of retesting is Contractor's responsibility. Testing agency shall prepare survey report indicating locations of initial leaks, if any, and final survey report. C. Final Roof Inspection: Arrange for roofing system manufacturer's technical personnel to inspect roofing installation on completion, in presence of Engineer, and to prepare inspection report. D. Repair or remove and replace components of roofing system where inspections indicate that they do not comply with specified requirements. E. Additional testing and inspecting, at Contractor's expense, will be performed to determine if replaced or additional work complies with specified requirements. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 54 23 THERMOPLASTIC-POLYOLEFIN (TPO) ROOFING Page 14 of 16 3.12 PROTECTING AND CLEANING A. Protect roofing system from damage and wear during remainder of construction period. When remaining construction does not affect or endanger roofing system, inspect roofing system for deterioration and damage, describing its nature and extent in a written report, with copies to Engineer and Owner. B. Correct deficiencies in or remove roofing system that does not comply with requirements, repair substrates, and repair or reinstall roofing system to a condition free of damage and deterioration at time of Substantial Completion and according to warranty requirements. C. Clean overspray and spillage from adjacent construction using cleaning agents and procedures recommended by manufacturer of affected construction. 3.13 ROOFING INSTALLER'S WARRANTY A. WHEREAS of , herein called the "Roofing Installer," has performed roofing and associated work ("work") on the following project: 1. Owner: <Insert name of Owner>. 2. Address: <Insert address>. 3. Building Name/Type: <Insert information>. 4. Address: <Insert address>. 5. Area of Work: <Insert information>. 6. Acceptance Date: 7. Warranty Period: <Insert time>. 8. Expiration Date: B. AND WHEREAS Roofing Installer has contracted (either directly with Owner or indirectly as a subcontractor) to warrant said work against leaks and faulty or defective materials and workmanship for designated Warranty Period, C. NOW THEREFORE Roofing Installer hereby warrants, subject to terms and conditions herein set forth, that during Warranty Period Roofing Installer will, at Roofing Installer's own cost and expense, make or cause to be made such repairs to or replacements of said work as are necessary to correct faulty and defective work and as are necessary to maintain said work in a watertight condition. D. This Warranty is made subject to the following terms and conditions: Specifically excluded from this Warranty are damages to work and other parts of the building, and to building contents, caused by: a. lightning; b. peak gust wind speed exceeding <Insert mph>; C. fire; CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 54 23 THERMOPLASTIC-POLYOLEFIN (TPO) ROOFING Page 15 of 16 d. failure of roofing system substrate, including cracking, settlement, excessive deflection, deterioration, and decomposition; e. faulty construction of parapet walls, copings, chimneys, skylights, vents, equipment supports, and other edge conditions and penetrations of the work; f. vapor condensation on bottom of roofing; and g. activity on roofing by others, including construction contractors, maintenance personnel, other persons, and animals, whether authorized or unauthorized by Owner. 2. When work has been damaged by any of foregoing causes, Warranty shall be null and void until such damage has been repaired by Roofing Installer and until cost and expense thereof have been paid by Owner or by another responsible party so designated. 3. Roofing Installer is responsible for damage to work covered by this Warranty but is not liable for consequential damages to building or building contents resulting from leaks or faults or defects of work. 4. During Warranty Period, if Owner allows alteration of work by anyone other than Roofing Installer, including cutting, patching, and maintenance in connection with penetrations, attachment of other work, and positioning of anything on roof, this Warranty shall become null and void on date of said alterations, but only to the extent said alterations affect work covered by this Warranty. If Owner engages Roofing Installer to perform said alterations, Warranty shall not become null and void unless Roofing Installer, before starting said work, shall have notified Owner in writing, showing reasonable cause for claim, that said alterations would likely damage or deteriorate work, thereby reasonably justifying a limitation or termination of this Warranty. 5. During Warranty Period, if original use of roof is changed and it becomes used for, but was not originally specified for, a promenade, work deck, spray -cooled surface, flooded basin, or other use or service more severe than originally specified, this Warranty shall become null and void on date of said change, but only to the extent said change affects work covered by this Warranty. 6. Owner shall promptly notify Roofing Installer of observed, known, or suspected leaks, defects, or deterioration and shall afford reasonable opportunity for Roofing Installer to inspect work and to examine evidence of such leaks, defects, or deterioration. 7. This Warranty is recognized to be the only warranty of Roofing Installer on said work and shall not operate to restrict or cut off Owner from other remedies and resources lawfully available to Owner in cases of roofing failure. Specifically, this Warranty shall not operate to relieve Roofing Installer of responsibility for performance of original work according to requirements of the Contract Documents, regardless of whether Contract was a contract directly with Owner or a subcontract with Owner's General Contractor. E. IN WITNESS THEREOF, this instrument has been duly executed this day of 1. Authorized Signature: 2. Name: 3. Title: END OF SECTION 07 54 23 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 54 23 This page intentionally left blank. THERMOPLASTIC-POLYOLEFIN (TPO) ROOFING Page 16 of 16 CDM Smith CONSTRUCTION SPECIFICATION DOCUMENTS VCWRF Primary Clarifier Improvements City Project No. 103295 07 62 00 SHEET METAL FLASHING AND TRIM Page 1 of 12 SECTION 07 62 00 - SHEET METAL FLASHING AND TRIM PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Formed low -slope roof sheet metal fabrications. 2. Formed wall sheet metal fabrications. 3. Formed equipment support flashing. B. Related Requirements: 1. Section 06 10 00 "Rough Carpentry" for wood nailers, curbs, and blocking. 2. Section 07 54 23 "Thermoplastic Polyolefin (TPO) Roofing" for materials and installation of sheet metal flashing and trim integral with roofing. 3. Section 07 7100 "Roof Specialties" for manufactured copings, roof -edge specialties, roof -edge drainage systems, reglets, and counterflashings. 4. Section 07 72 00 "Roof Accessories" for set -on -type curbs, equipment supports, roof hatches, vents, and other manufactured roof accessory units. 1.3 COORDINATION A. Coordinate sheet metal flashing and trim layout and seams with sizes and locations of penetrations to be flashed, and joints and seams in adjacent materials. B. Coordinate sheet metal flashing and trim installation with adjoining roofing and wall materials, joints, and seams to provide leakproof, secure, and noncorrosive installation. 1.4 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1. Review construction schedule. Verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 2. Review special roof details, roof drainage, roof -penetration flashing, equipment curbs, and condition of other construction that affect sheet metal flashing and trim. 3. Review requirements for insurance and certificates if applicable. 4. Review sheet metal flashing observation and repair procedures after flashing installation. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 62 00 SHEET METAL FLASHING AND TRIM Page 2 of 12 1.5 ACTION SUBMITTALS A. Product Data: For each of the following 1. Underlayment materials. 2. Elastomeric sealant. 3. Butyl sealant. 4. Epoxy seam sealer. B. Shop Drawings: For sheet metal flashing and trim. 1. Include plans, elevations, sections, and attachment details. 2. Detail fabrication and installation layouts, expansion joint locations, and keyed details. Distinguish between shop- and field -assembled Work. 3. Include identification of material, thickness, weight, and finish for each item and location in Project. 4. Include details for forming, including profiles, shapes, seams, and dimensions. 5. Include details for joining, supporting, and securing, including layout and spacing of fasteners, cleats, clips, and other attachments. Include pattern of seams. 6. Include details of termination points and assemblies. 7. Include details of expansion joints and expansion joint covers, including showing direction of expansion and contraction from fixed points. 8. Include details of roof -penetration flashing. 9. Include details of edge conditions, including eaves, ridges, valleys, rakes, crickets, flashings, and counterflashings. 10. Include details of special conditions. 11. Include details of connections to adjoining work. 12. Detail formed flashing and trim at scale of not less than 1-1/2 inches per 12 inches. C. Samples: For each exposed product and for each color and texture specified, 12 inches long by actual width. D. Samples for Initial Selection: For each type of sheet metal and accessory indicated with factory - applied finishes. E. Samples for Verification: For each type of exposed finish. 1. Sheet Metal Flashing: 12 inches long by actual width of unit, including finished seam and in required profile. Include fasteners, cleats, clips, closures, and other attachments. 2. Trim, Metal Closures, Expansion Joints, Joint Intersections, and Miscellaneous Fabrications: 12 inches long and in required profile. Include fasteners and other exposed accessories. 3. Unit -Type Accessories and Miscellaneous Materials: Full-size Sample. 4. Anodized Aluminum Samples: Samples to show full range to be expected for each color required. F. American Iron and Steel (AIS): Submit certification indicating compliance with AIS requirements for all metal products. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 62 00 SHEET METAL FLASHING AND TRIM Page 3 of 12 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: For fabricator. B. Product Certificates: For each type of coping and roof edge flashing that is ANSUSPRI/FM 4435/ES-1 tested and FM Approvals approved. C. Product Test Reports: For each product, for tests performed by a qualified testing agency. D. Evaluation Reports: For copings and roof edge flashing, from an agency acceptable to authority having jurisdiction showing compliance with ANSI/SPRI/FM 4435/ES-1. E. Sample Warranty: For special warranty. 1.7 CLOSEOUT SUBMITTALS A. Maintenance Data: For sheet metal flashing and trim, and its accessories, to include in maintenance manuals. B. Special warranty. 1.8 QUALITY ASSURANCE A. Fabricator Qualifications: Employs skilled workers who custom fabricate sheet metal flashing and trim similar to that required for this Project and whose products have a record of successful in-service performance. 1. For copings and roof edge flashings that are ANSI/SPRI/FM 4435/ES-1 tested and FM Approvals approved, shop shall be listed as able to fabricate required details as tested and approved. B. Mockups: Build mockups to verify selections made under Sample submittals, to demonstrate aesthetic effects, and to set quality standards for fabrication and installation. 1. Build mockup of typical roof edge eave, including built-in gutter, fascia, and fascia trim, approximately 10 feet long, including supporting construction cleats, seams, attachments, underlayment, and accessories. 2. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Owner specifically approves such deviations in writing. 3. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 62 00 SHEET METAL FLASHING AND TRIM Page 4 of 12 1.9 DELIVERY, STORAGE, AND HANDLING A. Do not store sheet metal flashing and trim materials in contact with other materials that might cause staining, denting, or other surface damage. 1. Store sheet metal flashing and trim materials away from uncured concrete and masonry. 2. Protect stored sheet metal flashing and trim from contact with water. B. Protect strippable protective covering on sheet metal flashing and trim from exposure to sunlight and high humidity, except to extent necessary for period of sheet metal flashing and trim installation. 1.10 WARRANTY A. Special Warranty on Finishes: Manufacturer agrees to repair finish or replace sheet metal flashing and trim that shows evidence of deterioration of factory -applied finishes within specified warranty period. Exposed Panel Finish: Deterioration includes, but is not limited to, the following: a. Color fading more than 5 Delta E units when tested in accordance with ASTM D2244. b. Chalking in excess of a No.8 rating when tested in accordance with ASTM D4214. C. Cracking, checking, peeling, or failure of paint to adhere to bare metal. 2. Finish Warranty Period: 20 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Sheet metal flashing and trim assemblies, including cleats, anchors, and fasteners, shall withstand wind loads, structural movement, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Completed sheet metal flashing and trim shall not rattle, leak, or loosen, and shall remain watertight. B. Sheet Metal Standard for Flashing and Trim: Comply with NRCA's "The NRCA Roofing Manual: Architectural Metal Flashing, Condensation and Air Leakage Control, and Reroofing" and SMACNA's "Architectural Sheet Metal Manual" requirements for dimensions and profiles shown unless more stringent requirements are indicated. C. FM Approvals Listing: Manufacture and install copings roof edge flashings that are listed in FM Approvals' "RoofNav" and approved for windstorm classification, Class 1-60. Identify materials with name of fabricator and design approved by FM Approvals. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 62 00 SHEET METAL FLASHING AND TRIM Page 5 of 12 D. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes to prevent buckling, opening of joints, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. Base calculations on surface temperatures of materials due to both solar heat gain and nighttime -sky heat loss. Temperature Change: 120 deg F, ambient; 180 deg F, material surfaces. 2.2 SHEET METALS A. Protect mechanical and other finishes on exposed surfaces from damage by applying strippable, temporary protective film before shipping. B. Aluminum Sheet: ASTM B209, alloy as standard with manufacturer for finish required, with temper as required to suit forming operations and performance required; with smooth, flat surface. Exposed Coil -Coated Finish: a. Two -Coat Fluoropolymer: AAMA 2605. Fluoropolymer finish containing not less than 70 percent polyvinylidene fluoride (PVDF) resin by weight in color coat. Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. 2. Color: As selected by Engineer from manufacturer's full range. 3. Concealed Finish: Pretreat with manufacturer's standard white or light-colored acrylic or polyester backer finish, consisting of prime coat and wash coat with minimum total dry film thickness of 0.5 mil. 2.3 MISCELLANEOUS MATERIALS A. Provide materials and types of fasteners, protective coatings, sealants, and other miscellaneous items as required for complete sheet metal flashing and trim installation and as recommended by manufacturer of primary sheet metal unless otherwise indicated. B. Fasteners: Wood screws, annular threaded nails, self -tapping screws, self-locking rivets and bolts, and other suitable fasteners designed to withstand design loads and recommended by manufacturer of primary sheet metal. General: Blind fasteners or self -drilling screws, gasketed, with hex -washer head. a. Exposed Fasteners: Heads matching color of sheet metal using plastic caps or factory -applied coating. Provide metal -backed EPDM or PVC sealing washers under heads of exposed fasteners bearing on weather side of metal. b. Blind Fasteners: High -strength aluminum or stainless -steel rivets suitable for metal being fastened. 2. Fasteners for Aluminum Sheet: Aluminum or Series 300 stainless steel. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 62 00 SHEET METAL FLASHING AND TRIM Page 6 of 12 C. Sealant Tape: Pressure -sensitive, 100 percent solids, polyisobutylene compound sealant tape with release -paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape 1/2 inch wide and 1/8 inch thick. D. Elastomeric Sealant: ASTM C920, elastomeric polyurethane polymer sealant; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. E. Butyl Sealant: ASTM C1311, single -component, solvent -release butyl rubber sealant; polyisobutylene plasticized; heavy bodied for hooked -type expansion joints with limited movement. F. Epoxy Seam Sealer: Two-part, noncorrosive, aluminum seam -cementing compound, recommended by aluminum manufacturer for exterior nonmoving joints, including riveted joints. G. Bituminous Coating: Cold -applied asphalt emulsion in accordance with ASTM D 1187/D l l 87M. H. Asphalt Roofing Cement: ASTM D4586, asbestos free, of consistency required for application. 2.4 FABRICATION, GENERAL A. Custom fabricate sheet metal flashing and trim to comply with details indicated and recommendations in cited sheet metal standard that apply to design, dimensions, geometry, metal thickness, and other characteristics of item required. 1. Fabricate sheet metal flashing and trim in shop to greatest extent possible. 2. Fabricate sheet metal flashing and trim in thickness or weight needed to comply with performance requirements, but not less than that specified for each application and metal. 3. Verify shapes and dimensions of surfaces to be covered and obtain field measurements for accurate fit before shop fabrication. 4. Form sheet metal flashing and trim to fit substrates without excessive oil -canning, buckling, and tool marks; true to line, levels, and slopes; and with exposed edges folded back to form hems. 5. Conceal fasteners and expansion provisions where possible. Do not use exposed fasteners on faces exposed to view. B. Fabrication Tolerances: 1. Fabricate sheet metal flashing and trim that is capable of installation to a tolerance of 1/4 inch in 20 feet on slope and location lines indicated on Drawings and within 1/8-inch offset of adjoining faces and of alignment of matching profiles. 2. Fabricate sheet metal flashing and trim that is capable of installation to tolerances specified. C. Expansion Provisions: Form metal for thermal expansion of exposed flashing and trim. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 62 00 SHEET METAL FLASHING AND TRIM Page 7 of 12 1. Form expansion joints of intermeshing hooked flanges, not less than 1 inch deep, filled with butyl sealant concealed within joints. 2. Use lapped expansion joints only where indicated on Drawings. D. Sealant Joints: Where movable, nonexpansion-type joints are required, form metal in accordance with cited sheet metal standard to provide for proper installation of elastomeric sealant. E. Fabricate cleats and attachment devices from same material as accessory being anchored or from compatible, noncorrosive metal. F. Fabricate cleats and attachment devices of sizes as recommended by cited sheet metal standard and by FM Global Property Loss Prevention Data Sheet 1-49 for application, but not less than thickness of metal being secured. G. Seams: 1. Fabricate nonmoving seams with flat -lock seams. Tin edges to be seamed, form seams, and solder. 2. Fabricate nonmoving seams with flat -lock seams. Form seams and seal with elastomeric sealant unless otherwise recommended by sealant manufacturer for intended use. Rivet joints where necessary for strength. 3. Seams for Aluminum: Fabricate nonmoving seams with flat -lock seams. Form seams and seal with epoxy seam sealer. Rivet joints where necessary for strength. H. Do not use graphite pencils to mark metal surfaces. 2.5 WALL SHEET METAL FABRICATIONS A. Through -Wall Flashing: Fabricate continuous flashings in minimum 96-inch- long, but not exceeding 12-foot- long, sections, under copings, and at shelf angles. Fabricate discontinuous lintel, sill, and similar flashings to extend 6 inches beyond each side of wall openings; and form with 2-inch- high, end dams. Fabricate from the following materials: 1. Stainless Steel: 0.0156 inch thick. B. Opening Flashings in Frame Construction: Fabricate head, sill, jamb, and similar flashings to extend 4 inches beyond wall openings. Form head and sill flashing with 2-inch- high, end dams. Fabricate from the following materials: 1. Aluminum: 0.032 inch thick. 2. Stainless Steel: 0.0156 inch thick. 3. Galvanized Steel: 0.022 inch thick. C. Wall Expansion -Joint Cover: Fabricate from the following materials: 1. Aluminum: 0.040 inch thick. 2. Galvanized Steel: 0.028 inch thick. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 62 00 SHEET METAL FLASHING AND TRIM Page 8 of 12 2.6 MISCELLANEOUS SHEET METAL FABRICATIONS A. Equipment Support Flashing: Fabricate from the following materials: 1. Stainless Steel: 0.0188 inch thick. 2. Galvanized Steel: 0.028 inch thick. B. Overhead -Piping Safety Pans: Fabricate from the following materials: 1. Stainless Steel: 0.0250 inch thick. 2. Galvanized Steel: 0.040 inch thick. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with installer present, for compliance with requirements for installation tolerances, substrate, and other conditions affecting performance of the Work. 1. Verify compliance with requirements for installation tolerances of substrates. 2. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and securely anchored. 3. Verify that air- or water-resistant barriers have been installed over sheathing or backing substrate to prevent air infiltration or water penetration. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION OF UNDERLAYMENT A. Felt Underlayment: Install felt underlayment, wrinkle free, using adhesive to minimize use of mechanical fasteners under sheet metal flashing and trim. 1. Install in shingle fashion to shed water. 2. Lap joints not less than 2 inches. B. Synthetic Underlayment: Install synthetic underlayment, wrinkle free, in accordance with manufacturers' written instructions, and using adhesive where possible to minimize use of mechanical fasteners under sheet metal. 1. Lap horizontal joints not less than 4 inches. 2. Lap end joints not less than 12 inches. C. Self -Adhering, High -Temperature Sheet Underlayment: 1. Install self -adhering, high -temperature sheet underlayment; wrinkle free. 2. Prime substrate if recommended by underlayment manufacturer. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 62 00 SHEET METAL FLASHING AND TRIM Page 9 of 12 3. Comply with temperature restrictions of underlayment manufacturer for installation; use primer for installing underlayment at low temperatures. 4. Apply in shingle fashion to shed water, with end laps of not less than 6 inches staggered 24 inches between courses. 5. Overlap side edges not less than 3-1/2 inches. Roll laps and edges with roller. 6. Roll laps and edges with roller. 7. Cover underlayment within 14 days. D. Install slip sheet, wrinkle free, over underlayment before installing sheet metal flashing and trim. 1. Install in shingle fashion to shed water. 2. Lapp joints not less than 4 inches. 3.3 INSTALLATION, GENERAL A. Install sheet metal flashing and trim to comply with details indicated and recommendations of cited sheet metal standard that apply to installation characteristics required unless otherwise indicated on Drawings. 1. Install fasteners, protective coatings, separators, sealants, and other miscellaneous items as required to complete sheet metal flashing and trim system. 2. Install sheet metal flashing and trim true to line, levels, and slopes. Provide uniform, neat seams with minimum exposure of solder welds and sealant. 3. Anchor sheet metal flashing and trim and other components of the Work securely in place, with provisions for thermal and structural movement. 4. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. 5. Install continuous cleats with fasteners spaced not more than 12 inches o.c. 6. Space individual cleats not more than 12 inches apart. Attach each cleat with at least two fasteners. Bend tabs over fasteners. 7. Install exposed sheet metal flashing and trim with limited oil -canning, and free of buckling and tool marks. 8. Do not field cut sheet metal flashing and trim by torch. 9. Do not use graphite pencils to mark metal surfaces. B. Metal Protection: Where dissimilar metals contact each other, or where metal contacts pressure - treated wood or other corrosive substrates, protect against galvanic action or corrosion by painting contact surfaces with bituminous coating or by other permanent separation as recommended by sheet metal manufacturer or cited sheet metal standard. 1. Coat concealed side of uncoated -aluminum and stainless steel sheet metal flashing and trim with bituminous coating where flashing and trim contact wood, ferrous metal, or cementitious construction. 2. Underlayment: Where installing sheet metal flashing and trim directly on cementitious or wood substrates, install underlayment and cover with slip sheet. C. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 62 00 SHEET METAL FLASHING AND TRIM Page 10 of 12 1. Space movement joints at maximum of 10 feet with no joints within 24 inches of corner or intersection. 2. Form expansion joints of intermeshing hooked flanges, not less than 1 inch deep, filled with sealant concealed within joints. 3. Use lapped expansion joints only where indicated on Drawings. D. Fasteners: Use fastener sizes that penetrate substrate not less than recommended by fastener manufacturer to achieve maximum pull-out resistance. E. Conceal fasteners and expansion provisions where possible in exposed work and locate to minimize possibility of leakage. Cover and seal fasteners and anchors as required for a tight installation. F. Seal joints as required for watertight construction. 1. Use sealant -filled joints unless otherwise indicated. a. Embed hooked flanges of joint members not less than 1 inch into sealant. b. Form joints to completely conceal sealant. C. When ambient temperature at time of installation is between 40 and 70 deg F, set joint members for 50 percent movement each way. d. Adjust setting proportionately for installation at higher ambient temperatures. 1) Do not install sealant -type joints at temperatures below 40 deg F. 2. Prepare joints and apply sealants to comply with requirements in Section 07 92 00 "Joint Sealants." G. Rivets: Rivet joints in uncoated aluminum where necessary for strength. 3.4 INSTALLATION OF ROOF FLASHINGS A. Install sheet metal flashing and trim to comply with performance requirements, sheet metal manufacturer's written installation instructions, and cited sheet metal standard. 1. Provide concealed fasteners where possible, and set units true to line, levels, and slopes. 2. Install work with laps, joints, and seams that are permanently watertight and weather resistant. B. Roof Edge Flashing: 1. Install roof edge flashings in accordance with ANSI/SPRI/FM 4435/ES-1. 2. Anchor to resist uplift and outward forces in accordance with recommendations in cited sheet metal standard unless otherwise indicated. Interlock bottom edge of roof edge flashing with continuous cleat anchored to substrate at staggered 3-inch centers. 3. Anchor to resist uplift and outward forces in accordance with recommendations in FM Global Property Loss Prevention Data Sheet 1-49 for FM Approvals' listing for required windstorm classification. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 62 00 SHEET METAL FLASHING AND TRIM Page 11 of 12 C. Copings: 1. Install roof edge flashings in accordance with ANSI/SPRI/FM 4435/ES-1. 2. Anchor to resist uplift and outward forces in accordance with recommendations in cited sheet metal standard unless otherwise indicated. a. Interlock exterior bottom edge of coping with continuous cleat anchored to substrate at 24-inch centers. b. Anchor interior leg of coping with washers and screw fasteners through slotted holes at 24-inch centers. 3. Anchor to resist uplift and outward forces in accordance with recommendations in FM Global Property Loss Prevention Data Sheet 1-49 for specified FM Approvals' listing for required windstorm classification. D. Pipe or Post Counterflashing: Install counterflashing umbrella with close -fitting collar with top edge flared for elastomeric sealant, extending minimum of 4 inches over base flashing. Install stainless steel draw band and tighten. E. Counterflashing: Coordinate installation of counterflashing with installation of base flashing. 1. Insert counterflashing in reglets or receivers and fit tightly to base flashing. 2. Extend counterflashing 4 inches over base flashing. 3. Lap counterflashing joints minimum of 4 inches. 4. Secure in waterproof manner by means of snap -in installation and sealant or lead wedges and sealant unless otherwise indicated. F. Roof -Penetration Flashing: Coordinate installation of roof -penetration flashing with installation of roofing and other items penetrating roof. Seal with elastomeric sealant and clamp flashing to pipes that penetrate roof. 3.5 INSTALLATION OF WALL FLASHINGS A. Install sheet metal wall flashing to intercept and exclude penetrating moisture in accordance with cited sheet metal standard unless otherwise indicated. Coordinate installation of wall flashing with installation of wall -opening components such as windows, doors, and louvers. B. Opening Flashings in Frame Construction: Install continuous head, sill, jamb, and similar flashings to extend 4 inches beyond wall openings. C. Reglets: Installation of reglets is specified in Section 04 20 00 "Unit Masonry." 3.6 INSTALLATION OF MISCELLANEOUS FLASHING A. Equipment Support Flashing: 1. Coordinate installation of equipment support flashing with installation of roofing and equipment. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 62 00 SHEET METAL FLASHING AND TRIM Page 12 of 12 2. Weld or seal flashing with elastomeric sealant to equipment support member. B. Overhead -Piping Safety Pans: 1. Suspend pans from structure above, independent of other overhead items such as equipment, piping, and conduit, unless otherwise indicated on Drawings. 2. Pipe and install drain line to plumbing waste or drainage system. 3.7 INSTALLATION TOLERANCES A. Installation Tolerances: Shim and align sheet metal flashing and trim within installed tolerance of 1/4 inch in 20 feet on slope and location lines indicated on Drawings and within 1/8-inch offset of adjoining faces and of alignment of matching profiles. 3.8 CLEANING A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean and neutralize flux materials. Clean off excess solder. C. Clean off excess sealants. 3.9 PROTECTION A. Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed unless otherwise indicated in manufacturer's written installation instructions. B. On completion of sheet metal flashing and trim installation, remove unused materials and clean finished surfaces as recommended in writing by sheet metal flashing and trim manufacturer. C. Maintain sheet metal flashing and trim in clean condition during construction. D. Replace sheet metal flashing and trim that have been damaged or that have deteriorated beyond successful repair by finish touchup or similar minor repair procedures, as determined by Engineer. END OF SECTION 07 62 00 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 71 00 ROOF SPECIALTIES Page 1 of 10 SECTION 07 71 00 - ROOF SPECIALTIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Copings. 2. Roof -edge specialties. 3. Roof -edge drainage systems. 4. Reglets and counterflashings. B. Related Requirements: 1. Section 061000 "Rough Carpentry" for wood nailers, curbs, and blocking. 2. Section 076200 "Sheet Metal Flashing and Trim" for custom- and site -fabricated sheet metal flashing and trim. 3. Section 077200 "Roof Accessories" for set -on -type curbs, equipment supports, roof hatches, vents, and other manufactured roof accessory units. 4. Section 079200 "Joint Sealants" for field -applied sealants between roof specialties and adjacent materials. 1.3 PREINSTALLATION MEETINGS A. Conduct conference at Project site. 1. Meet with Owner, Engineer, Owner's insurer if applicable, roofing -system testing and inspecting agency representative, roofing Installer, roofing -system manufacturer's representative, Installer, structural -support Installer, and installers whose work interfaces with or affects roof specialties, including installers of roofing materials and accessories. 2. Examine substrate conditions for compliance with requirements, including flatness and attachment to structural members. 3. Review special roof details, roof drainage, and condition of other construction that will affect roof specialties. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS 077100 - 1 07 71 00 ROOF SPECIALTIES Page 2 of 10 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. B. Shop Drawings: For roof specialties. 1. Include plans, elevations, expansion joint locations, keyed details, and attachments to other work. Distinguish between plant- and field -assembled work. 2. Include details for expansion and contraction; locations of expansion joints, including direction of expansion and contraction. 3. Indicate profile and pattern of seams and layout of fasteners, cleats, clips, and other attachments. 4. Detail termination points and assemblies, including fixed points. 5. Include details of special conditions. C. Samples: For each type of roof specialty and for each color and texture specified. D. Samples for Initial Selection: For each type of roof specialty indicated with factory -applied color finishes. E. Samples for Verification: 1. Include Samples of each type of roof specialty to verify finish and color selection, in manufacturer's standard sizes. fffb��1►1To] 7uI40161 loll ots]OUT 1001F.111 W A. Qualification Data: For manufacturer. B. Product Certificates: For each type of roof specialty. C. Product Test Reports: For copings and roof -edge flashings, for tests performed by a qualified testing agency. D. Sample Warranty: For manufacturer's special warranty. 1.6 CLOSEOUT SUBMITTALS A. Maintenance Data: For roofing specialties to include in maintenance manuals. 1.7 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer offering products meeting requirements that are FM Approvals listed for specified class and SPRI ES-1 tested to specified design pressure. B. Source Limitations: Obtain roof specialties approved by manufacturer providing roofing -system warranty specified in Section 07 54 23 Thermoplastic-Polyolefin Roofing. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS 077100 - 2 07 71 00 ROOF SPECIALTIES Page 3 of 10 C. Mockups: Build mockups to verify selections made under Sample submittals, to demonstrate aesthetic effects, and set quality standards for fabrication and installation. 1. Build mockup of typical roof edge as shown on Drawings. 2. Build mockup of typical roof edge as part of Integrated Exterior Mockup specified in Section 014000 "Quality Requirements". 3. Build mockup of typical roof edge, including gutter and downspout, approximately 10 feet long, including supporting construction, seams, attachments, and accessories. 4. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Engineer specifically approves such deviations in writing. 5. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.8 DELIVERY, STORAGE, AND HANDLING A. Do not store roof specialties in contact with other materials that might cause staining, denting, or other surface damage. Store roof specialties away from uncured concrete and masonry. B. Protect strippable protective covering on roof specialties from exposure to sunlight and high humidity, except to extent necessary for the period of roof -specialty installation. 1.9 FIELD CONDITIONS A. Field Measurements: Verify profiles and tolerances of roof -specialty substrates by field measurements before fabrication, and indicate measurements on Shop Drawings. B. Coordination: Coordinate roof specialties with flashing, trim, and construction of parapets, roof deck, roof and wall panels, and other adjoining work to provide a leakproof, secure, and noncorrosive installation. 1.10 WARRANTY A. Special Warranty on Painted Finishes: Manufacturer agrees to repair finish or replace roof specialties that show evidence of deterioration of factory -applied finishes within specified warranty period. Fluoropolymer Finish: Deterioration includes, but is not limited to, the following: a. Color fading more than 5 Delta E units when tested according to ASTM D2244. b. Chalking in excess of a No. 8 rating when tested according to ASTM D4214. C. Cracking, checking, peeling, or failure of paint to adhere to bare metal. 2. Finish Warranty Period: 20 years from date of Substantial Completion. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS 077100 - 3 07 71 00 ROOF SPECIALTIES Page 4 of 10 1J:11;4w-M9:zs]B1st.]61 2.1 PERFORMANCE REQUIREMENTS A. General Performance: Roof specialties shall withstand exposure to weather and resist thermally induced movement without failure, rattling, leaking, or fastener disengagement due to defective manufacture, fabrication, installation, or other defects in construction. B. SPRI Wind Design Standard: Manufacture and install copings tested according to SPRI ES-1 and capable of resisting the following design pressures: 1. Design Pressure: As indicated on Drawings. C. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes to prevent buckling, opening of joints, hole elongation, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. Provide clips that resist rotation and avoid shear stress as a result of thermal movements. Base calculations on surface temperatures of materials due to both solar heat gain and nighttime -sky heat loss. 1. Temperature Change (Range): 120 deg F, ambient; 180 deg F, material surfaces. A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Architectural Products Company. 2. Ber2er, division of OmniMax International, Inc. 3. SAF (Southern Aluminum Finishing Company, Inc.). B. Downspouts: Plain rectangular complete with mitered elbows, manufactured from the following exposed metal. Furnish with metal hangers, from same material as downspouts, and anchors. 1. Formed Aluminum: 0.063 inch thick. C. Parapet Scuppers: Manufactured with closure flange trim to exterior, 4-inch- wide wall flanges to interior, and base extending 4 inches beyond cant or tapered strip into field of roof. 1. Formed Aluminum: 0.032 inch thick. D. Conductor Heads: Manufactured conductor heads, each with flanged back and stiffened top edge, and of dimensions and shape indicated, complete with outlet tube that nests into upper end of downspout. 1. Formed Aluminum: 0.032 inch thick. E. Aluminum Finish: Three -coat fluoropolymer. 1. Color: As selected by Engineer from manufacturer's full range. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS 077100 - 4 07 71 00 ROOF SPECIALTIES Page 5 of 10 A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Berridge Manufacturing Companv. 2. Castle Metal Products. 3. Kevstone Flashing Companv, Inc. B. Counterflashings: Manufactured units of heights to overlap top edges of base flashings by 4 inches and in lengths not exceeding 12 feet designed to snap into reglets or through -wall - flashing receiver and compress against base flashings with joints lapped, from the following exposed metal: 1. Formed Aluminum: 0.024 inch thick. C. Accessories: 1. Flexible -Flashing Retainer: Provide resilient plastic or rubber accessory to secure flexible flashing in reglet where clearance does not permit use of standard metal counterflashing or where reglet is provided separate from metal counterflashing. 2. Counterflashing Wind -Restraint Clips: Provide clips to be installed before counterflashing to prevent wind uplift of counterflashing lower edge. D. Aluminum Finish: Three -coat fluoropolymer. 1. Color: As indicated by manufacturer's designations. 2.4 MATERIALS A. Aluminum Sheet: ASTM B209, alloy as standard with manufacturer for finish required, with temper to suit forming operations and performance required. B. Aluminum Extrusions: ASTM B221, alloy and temper recommended by manufacturer for type of use and finish indicated, finished as follows: 2.5 UNDERLAYMENT MATERIALS A. Slip Sheet: Coordinated with roof system, Section 07 54 23 "Thermoplastic-Polyolefin Roofing. 2.6 MISCELLANEOUS MATERIALS A. Fasteners: Manufacturer's recommended fasteners, suitable for application and designed to meet performance requirements. Furnish the following unless otherwise indicated: 1. Exposed Penetrating Fasteners: Gasketed screws with hex washer heads matching color of sheet metal. 2. Fasteners for Aluminum: Aluminum or Series 300 stainless steel. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS 077100 - 5 07 71 00 ROOF SPECIALTIES Page 6 of 10 B. Elastomeric Sealant: ASTM C920, elastomeric siliconepolymer sealant of type, grade, class, and use classifications required by roofing -specialty manufacturer for each application. C. Butyl Sealant: ASTM C1311, single -component, solvent -release butyl rubber sealant; polyisobutylene plasticized; heavy bodied for hooked -type joints with limited movement. 2.7 FINISHES A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Protect mechanical and painted finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Appearance of Finished Work: Noticeable variations in same piece are unacceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. D. Coil -Coated Aluminum Sheet Finishes: 1. High -Performance Organic Finish: Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. a. Three -Coat Fluoropolymer: AAMA 2605. Fluoropolymer finish containing not less than 70 percent polyvinylidene fluoride (PVDF) resin by weight in both color coat and clear topcoat. Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, to verify actual locations, dimensions, and other conditions affecting performance of the Work. B. Examine walls, roof edges, and parapets for suitable conditions for roof specialties. C. Verify that substrate is sound, dry, smooth, clean, sloped for drainage where applicable, and securely anchored. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION OF UNDERLAYMENT A. Slip Sheet: Install with tape or adhesive for temporary anchorage to minimize use of mechanical fasteners under roof specialties. Apply in shingle fashion to shed water, with lapped joints of not less than 2 inches. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS 077100 - 6 07 71 00 ROOF SPECIALTIES Page 7 of 10 3.3 INSTALLATION, GENERAL A. Install roof specialties according to manufacturer's written instructions. Anchor roof specialties securely in place, with provisions for thermal and structural movement. Use fasteners, solder, protective coatings, separators, underlayments, sealants, and other miscellaneous items as required to complete roof -specialty systems. 1. Install roof specialties level, plumb, true to line and elevation; with limited oil -canning and without warping, jogs in alignment, buckling, or tool marks. 2. Provide uniform, neat seams with minimum exposure of solder and sealant. 3. Install roof specialties to fit substrates and to result in weathertight performance. Verify shapes and dimensions of surfaces to be covered before manufacture. 4. Torch cutting of roof specialties is not permitted. 5. Do not use graphite pencils to mark metal surfaces. B. Metal Protection: Protect metals against galvanic action by separating dissimilar metals from contact with each other or with corrosive substrates by painting contact surfaces with bituminous coating or by other permanent separation as recommended by manufacturer. 1. Coat concealed side of uncoated aluminum roof specialties with bituminous coating where in contact with wood, ferrous metal, or cementitious construction. 2. Bed flanges in thick coat of asphalt roofing cement where required by manufacturers of roof specialties for waterproof performance. C. Expansion Provisions: Allow for thermal expansion of exposed roof specialties. 1. Space movement joints at a maximum of 12 feet with no joints within 18 inches of corners or intersections unless otherwise indicated on Drawings. 2. When ambient temperature at time of installation is between 40 and 70 deg F, set joint members for 50 percent movement each way. Adjust setting proportionately for installation at higher ambient temperatures. D. Fastener Sizes: Use fasteners of sizes that penetrate substrate not less than recommended by fastener manufacturer to achieve maximum pull-out resistance. E. Seal concealed joints with butyl sealant as required by roofing -specialty manufacturer. F. Seal joints as required for weathertight construction. Place sealant to be completely concealed in joint. Do not install sealants at temperatures below 40 deg F. G. Soldered Joints: Clean surfaces to be soldered, removing oils and foreign matter. Pre -tin edges of sheets to be soldered to a width of 1-1/2 inches; however, reduce pre -tinning where pre - tinned surface would show in completed Work. Tin edges of uncoated copper sheets using solder for copper. Do not use torches for soldering. Heat surfaces to receive solder and flow solder into joint. Fill joint completely. Completely remove flux and spatter from exposed surfaces. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS 077100 - 7 07 71 00 ROOF SPECIALTIES Page 8 of 10 1;A�1efyIr:IaW.1%YMere] goW91► 14 A. Install cleats, anchor plates, and other anchoring and attachment accessories and devices with concealed fasteners. B. Anchor copings with manufacturer's required devices, fasteners, and fastener spacing to meet performance requirements. Interlock face -leg drip edge into continuous cleat anchored to substrate at manufacturer's required spacing that meets performance requirements. Anchor back leg of coping with screw fasteners and elastomeric washers at manufacturer's required spacing that meets performance requirements. 3.5 INSTALLATION OF ROOF -EDGE SPECIALITIES A. Install cleats, cants, and other anchoring and attachment accessories and devices with concealed fasteners. B. Anchor roof edgings with manufacturer's required devices, fasteners, and fastener spacing to meet performance requirements. 3.6 INSTALLATION OF ROOF -EDGE DRAINAGE -SYSTEM A. Install components to produce a complete roof -edge drainage system according to manufacturer's written instructions. Coordinate installation of roof perimeter flashing with installation of roof -edge drainage system. B. Gutters: Join and seal gutter lengths. Allow for thermal expansion. Attach gutters to firmly anchored gutter supports spaced not more than 24 inches apart. Attach ends with rivets and seal with sealant to make watertight. Slope to downspouts. Install gutter with expansion joints at locations indicated but not exceeding 50 feet apart. Install expansion joint caps. C. Downspouts: Join sections with manufacturer's standard telescoping joints. Provide hangers with fasteners designed to hold downspouts securely to walls and 1 inch away from walls; locate fasteners at top and bottom and at approximately 60 inches o.c. 1. Provide elbows at base of downspouts at grade to direct water away from building. D. Parapet Scuppers: Install scuppers through parapet where indicated. Continuously support scupper, set to correct elevation, and seal flanges to interior wall face, over cants or tapered edge strips, and under roofing membrane. 1. Anchor scupper closure trim flange to exterior wall and seal or solder to scupper. 2. Loosely lock front edge of scupper with conductor head. 3. Seal or solder exterior wall scupper flanges into back of conductor head. E. Conductor Heads: Anchor securely to wall with elevation of conductor top edge 1 inch below scupper discharge. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS 077100 - 8 07 71 00 ROOF SPECIALTIES Page 9 of 10 [c�I-lek'sII:Iar1:vIEel`►E"Zlistela VJ16=11 1041618101QtlaK` UINEW A. Coordinate installation of reglets and counterflashings with installation of base flashings. B. Surface -Mounted Reglets: Install reglets to receive flashings where flashing without embedded reglets is indicated on Drawings. Install at height so that inserted counterflashings overlap 4 inches over top edge of base flashings. C. Counterflashings: Insert counterflashings into reglets or other indicated receivers; ensure that counterflashings overlap 4 inches over top edge of base flashings. Lap counterflashing joints a minimum of 4 inches and bed with butyl sealant. Fit counterflashings tightly to base flashings. 3.8 CLEANING AND PROTECTION A. Clean and neutralize flux materials. Clean off excess solder and sealants. B. Remove temporary protective coverings and strippable films as roof specialties are installed. On completion of installation, clean finished surfaces, including removing unused fasteners, metal filings, pop rivet stems, and pieces of flashing. Maintain roof specialties in a clean condition during construction. C. Replace roof specialties that have been damaged or that cannot be successfully repaired by finish touchup or similar minor repair procedures. END OF SECTION 07 71 00 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS 077100 - 9 07 71 00 ROOF SPECIALTIES Page 10 of 10 This page intentionally left blank. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS 077100 - 10 07 72 00 ROOF ACCESSORIES Page 1 of 6 SECTION 07 72 00 - ROOF ACCESSORIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Roof curbs. 2. Equipment supports. B. Related Requirements: 1. Section 07 62 00 "Sheet Metal Flashing and Trim" for shop- and field -formed metal flashing, roof -drainage systems, roof expansion joint covers, and miscellaneous sheet metal trim and accessories. 2. Section 07 54 23 "Thermoplastic-Polyolefin Roofing" for membrane roofing. 3. Section 07 7100 "Roof Specialties" for roof drainage systems. 1.3 COORDINATION A. Coordinate layout and installation of roof accessories with roofing membrane and base flashing and interfacing and adjoining construction to provide a leakproof, weathertight, secure, and noncorrosive installation. B. Coordinate dimensions with rough -in information or Shop Drawings of equipment to be supported. 1.4 ACTION SUBMITTALS A. Product Data: For each type of roof accessory. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 72 00 ROOF ACCESSORIES Page 2 of 6 B. Shop Drawings: For roof accessories. 1. Include plans, elevations, keyed details, and attachments to other work. Indicate dimensions, loadings, and special conditions. Distinguish between plant- and field - assembled work. C. Samples: For each exposed product and for each color and texture specified, prepared on Samples of size to adequately show color. 1.5 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Roof plans, drawn to scale, and coordinating penetrations and roof - mounted items. Show the following: 1. Size and location of roof accessories specified in this Section. 2. Detail mounting, securing, and flashing of roof -mounted items to roof structure. Indicate coordinating requirements with roof membrane system. Details are to show compliance with the performance requirements and design criteria including analysis data by a licensed professional engineer. 3. Wind -Restraint Details: Detail fabrication and attachment of wind restraints. Show anchorage details and indicate quantity, diameter, and depth of penetration of anchors. Details are to show compliance with the performance requirements and design criteria including analysis data by a licensed professional engineer. 4. Method of attaching roof accessories to roof or building structure. 5. Other roof -mounted items including mechanical and electrical equipment, ductwork, piping, and conduit. 6. Required clearances. B. Sample Warranties: For manufacturer's special warranties. 1.6 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For roof accessories to include in operation and maintenance manuals. 1.7 WARRANTY A. Special Warranty on Painted Finishes: Manufacturer's standard form in which manufacturer agrees to repair finishes or replace roof accessories that show evidence of deterioration of factory -applied finishes within specified warranty period. 1. Fluoropolymer Finish: Deterioration includes, but is not limited to, the following: a. Color fading more than 5 Delta E units when tested according to ASTM D2244. b. Chalking in excess of a No. 8 rating when tested according to ASTM D4214. C. Cracking, checking, peeling, or failure of paint to adhere to bare metal. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 72 00 ROOF ACCESSORIES Page 3 of 6 2. Finish Warranty Period: 20 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. General Performance: Roof accessories shall withstand exposure to weather and resist thermally induced movement without failure, rattling, leaking, or fastener disengagement due to defective manufacture, fabrication, installation, or other defects in construction. B. Wind -Restraint Performance: As indicated on Drawings. 2.2 ROOF CURBS A. Roof Curbs: Internally reinforced roof -curb units capable of supporting superimposed live and dead loads, including equipment loads and other construction indicated on Drawings, bearing continuously on roof structure, and capable of meeting performance requirements; with welded or mechanically fastened and sealed corner joints, straight sides, and integrally formed deck - mounting flange at perimeter bottom. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Curbs Plus, Inc. b. LMCurbs. C. RCS Fabrications Inc. B. Size: Coordinate dimensions with roughing -in information or Shop Drawings of equipment to be supported. C. Supported Load Capacity: Coordinate load capacity with information on Shop Drawings of equipment to be supported. D. Material: Zinc -coated (galvanized) steel sheet, 0.079 inch thick. 1. Finish: Two -coat fluoropolymer. 2. Color: As selected by Engineer from manufacturer's full range. E. Construction: 1. Curb Profile: Profile as indicated on Drawings compatible with roofing system. 2. Fabricate curbs to minimum height of 12 inches above roofing surface unless otherwise indicated. 3. Top Surface: Level top of curb, with roof slope accommodated by use of leveler frame. 4. Sloping Roofs: Where roof slope exceeds 1:48, fabricate curb with perimeter curb height tapered to accommodate roof slope so that top surface of perimeter curb is level. Equip unit with water diverter or cricket on side that obstructs water flow. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 72 00 ROOF ACCESSORIES Page 4 of 6 5. Insulation: Factory insulated with 1-1/2-inch- thick glass -fiber board insulation. 6. Liner: Same material as curb, of manufacturer's standard thickness and finish. 7. Nailer: Factory -installed wood nailer under top flange on side of curb, continuous around curb perimeter. 8. Wind Restraint Straps and Base Flange Attachment: Provide wind restraint straps, welded strap connectors, and base flange attachment to roof structure at perimeter of curb, of size and spacing required to meet wind uplift requirements. 9. Platform Cap: Where portion of roof curb is not covered by equipment, provide weathertight platform cap formed from 3/4-inch- thick plywood covered with metal sheet of same type, thickness, and finish as required for curb. 10. Metal Counterflashing: Manufacturer's standard, removable, fabricated of same metal and finish as curb. 11. Damper Tray: Provide damper tray or shelf with opening 3 inches less than interior curb dimensions indicated of size indicated. 2.3 MISCELLANEOUS MATERIALS A. Provide materials and types of fasteners, protective coatings, sealants, and other miscellaneous items required by manufacturer for a complete installation. B. Polyisocyanurate Board Insulation: ASTM C1289, thickness and thermal resistivity as indicated. C. Fasteners: Roof accessory manufacturer's recommended fasteners suitable for application and metals being fastened. Match finish of exposed fasteners with finish of material being fastened. Provide nonremovable fastener heads to exterior exposed fasteners. Furnish the following unless otherwise indicated: 1. Fasteners for Zinc -Coated or Aluminum -Zinc Alloy -Coated Steel: Series 300 stainless steel or hot -dip zinc -coated steel according to ASTM Al53/A153M or ASTM F2329. 2. Fasteners for Aluminum Sheet: Aluminum or Series 300 stainless steel. 3. Fasteners for Stainless Steel Sheet: Series 300 stainless steel. D. Gaskets: Manufacturer's standard tubular or fingered design of neoprene, EPDM, PVC, or silicone or a flat design of foam rubber, sponge neoprene, or cork. E. Elastomeric Sealant: ASTM C920, elastomeric silicone polymer sealant as recommended by roof accessory manufacturer for installation indicated; low modulus; of type, grade, class, and use classifications required to seal joints and remain watertight. F. Butyl Sealant: ASTM C1311, single -component, solvent -release butyl rubber sealant; polyisobutylene plasticized; heavy bodied for expansion joints with limited movement. 2.4 GENERAL FINISH REQUIREMENTS A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 72 00 ROOF ACCESSORIES Page 5 of 6 B. Appearance of Finished Work: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. PART 3-EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, to verify actual locations, dimensions, and other conditions affecting performance of the Work. B. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and securely anchored. C. Verify dimensions of roof openings for roof accessories. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install roof accessories according to manufacturer's written instructions. 1. Install roof accessories level; plumb; true to line and elevation; and without warping, jogs in alignment, buckling, or tool marks. 2. Anchor roof accessories securely in place so they are capable of resisting indicated loads. 3. Use fasteners, separators, sealants, and other miscellaneous items as required to complete installation of roof accessories and fit them to substrates. 4. Install roof accessories to resist exposure to weather without failing, rattling, leaking, or loosening of fasteners and seals. B. Metal Protection: Protect metals against galvanic action by separating dissimilar metals from contact with each other or with corrosive substrates by painting contact surfaces with bituminous coating or by other permanent separation as recommended by manufacturer. 1. Coat concealed side of uncoated aluminum roof accessories with bituminous coating where in contact with wood, ferrous metal, or cementitious construction. 2. Underlayment: Where installing roof accessories directly on cementitious or wood substrates, install a course of underlayment and cover with manufacturer's recommended slip sheet. 3. Bed flanges in thick coat of asphalt roofing cement where required by manufacturers of roof accessories for waterproof performance. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 72 00 ROOF ACCESSORIES Page 6 of 6 C. Roof Curb Installation: Install each roof curb so top surface is level. D. Equipment Support Installation: Install equipment supports so top surfaces are level with each other. E. Seal joints with elastomeric or butyl sealant as required by roof accessory manufacturer. 3.3 REPAIR AND CLEANING A. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing according to ASTM A780/A780M. B. Clean exposed surfaces according to manufacturer's written instructions. C. Clean off excess sealants. D. Replace roof accessories that have been damaged or that cannot be successfully repaired by finish touchup or similar minor repair procedures. END OF SECTION 07 72 00 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 92 00 JOINT SEALANTS Page 1 of 12 SECTION 07 92 00 - JOINT SEALANTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Silicone joint sealants. 2. Nonstaining silicone joint sealants. 3. Urethane joint sealants. 4. Immersible joint sealants. 5. Mildew -resistant joint sealants. 6. Butyl joint sealants. 7. Latex joint sealants. B. Related Requirements: 1. Section 32 13 73 "Concrete Paving Joint Sealants" for sealing joints in paved roads, parking lots, walkways, and curbing. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.4 ACTION SUBMITTALS A. Product Data: For each joint -sealant product. B. Samples for Initial Selection: Manufacturer's color charts consisting of strips of cured sealants showing the full range of colors available for each product exposed to view. C. Samples for Verification: For each kind and color of joint sealant required, provide Samples with joint sealants in 1/2-inch- wide joints formed between two 6-inch- long strips of material matching the appearance of exposed surfaces adjacent to joint sealants. D. Joint -Sealant Schedule: Include the following information: 1. Joint -sealant application, joint location, and designation. 2. Joint -sealant manufacturer and product name. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 92 00 JOINT SEALANTS Page 2 of 12 3. Joint -sealant formulation. 4. Joint -sealant color. fI&d11111111111111lei T40):iulrllIll]►GIWY81OUT ISO 11.111 V A. Qualification Data: For qualified testing agency. B. Product Test Reports: For each kind of joint sealant, for tests performed by a qualified testing agency. C. Preconstruction Laboratory Test Schedule: Include the following information for each joint sealant and substrate material to be tested: 1. Joint -sealant location and designation. 2. Manufacturer and product name. 3. Type of substrate material. 4. Proposed test. 5. Number of samples required. D. Preconstruction Laboratory Test Reports: From sealant manufacturer, indicating the following: 1. Materials forming joint substrates and joint -sealant backings have been tested for compatibility and adhesion with joint sealants. 2. Interpretation of test results and written recommendations for primers and substrate preparation are needed for adhesion. E. Preconstruction Field -Adhesion -Test Reports: Indicate which sealants and joint preparation methods resulted in optimum adhesion to joint substrates based on testing specified in "Preconstruction Testing" Article. F. Field -Adhesion -Test Reports: For each sealant application tested. G. Sample Warranties: For special warranties. 1.6 QUALITY ASSURANCE A. Installer Qualifications: An authorized representative who is trained and approved by manufacturer. B. Product Testing: Test joint sealants using a qualified testing agency. 1. Testing Agency Qualifications: Qualified according to ASTM C 1021 to conduct the testing indicated. C. Mockups: Install sealant in mockups of assemblies specified in other Sections that are indicated to receive joint sealants specified in this Section. Use materials and installation methods specified in this Section. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 92 00 JOINT SEALANTS Page 3 of 12 1.7 PRECONSTRUCTION TESTING A. Preconstruction Laboratory Testing: Submit to joint -sealant manufacturers, for testing indicated below, samples of materials that will contact or affect joint sealants. 1. Adhesion Testing: Use ASTM C794 to determine whether priming and other specific joint preparation techniques are required to obtain rapid, optimum adhesion of joint sealants to joint substrates. 2. Compatibility Testing: Use ASTM C 1087 to determine sealant compatibility when in contact with glazing and gasket materials. 3. Stain Testing: Use ASTM C 1248 to determine stain potential of sealant when in contact with masonry substrates. 4. Submit manufacturer's recommended number of pieces of each type of material, including joint substrates, joint -sealant backings, and miscellaneous materials. 5. Schedule sufficient time for testing and analyzing results to prevent delaying the Work. 6. For materials failing tests, obtain joint -sealant manufacturer's written instructions for corrective measures, including use of specially formulated primers. 7. Testing will not be required if joint -sealant manufacturers submit data that are based on previous testing, not older than 24 months, of sealant products for adhesion to, staining of, and compatibility with joint substrates and other materials matching those submitted. B. Preconstruction Field -Adhesion Testing: Before installing sealants, field test their adhesion to Project joint substrates as follows: 1. Locate test joints where indicated on Project or, if not indicated, as directed by Engineer. 2. Conduct field tests for each kind of sealant and joint substrate. 3. Notify Engineer seven days in advance of dates and times when test joints will be erected. 4. Arrange for tests to take place with joint -sealant manufacturer's technical representative present. a. Test Method: Test joint sealants according to Method A, Field -Applied Sealant Joint Hand Pull Tab, in Appendix X1.1 in ASTM C1193 or Method A, Tail Procedure, in ASTM C 1521. 1) For joints with dissimilar substrates, verify adhesion to each substrate separately; extend cut along one side, verifying adhesion to opposite side. Repeat procedure for opposite side. 5. Report whether sealant failed to adhere to joint substrates or tore cohesively. Include data on pull distance used to test each kind of product and joint substrate. For sealants that fail adhesively, retest until satisfactory adhesion is obtained. 6. Evaluation of Preconstruction Field -Adhesion -Test Results: Sealants not evidencing adhesive failure from testing, in absence of other indications of noncompliance with requirements, will be considered satisfactory. Do not use sealants that fail to adhere to joint substrates during testing. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 92 00 JOINT SEALANTS Page 4 of 12 1.8 FIELD CONDITIONS A. Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside limits permitted by joint - sealant manufacturer or are below 40 deg F. 2. When joint substrates are wet. 3. Where joint widths are less than those allowed by joint -sealant manufacturer for applications indicated. 4. Where contaminants capable of interfering with adhesion have not yet been removed from joint substrates. 1.9 WARRANTY A. Special Installer's Warranty: Installer agrees to repair or replace joint sealants that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. B. Special Manufacturer's Warranty: Manufacturer agrees to furnish joint sealants to repair or replace those joint sealants that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. C. Special warranties specified in this article exclude deterioration or failure of joint sealants from the following: 1. Movement of the structure caused by stresses on the sealant exceeding sealant manufacturer's written specifications for sealant elongation and compression. 2. Disintegration of joint substrates from causes exceeding design specifications. 3. Mechanical damage caused by individuals, tools, or other outside agents. 4. Changes in sealant appearance caused by accumulation of dirt or other atmospheric contaminants. PART2-PRODUCTS 2.1 JOINT SEALANTS, GENERAL A. Compatibility: Provide joint sealants, backings, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by joint -sealant manufacturer, based on testing and field experience. B. Colors of Exposed Joint Sealants: As selected by Engineer from manufacturer's full range. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 92 00 JOINT SEALANTS Page 5 of 12 2.2 SILICONE JOINT SEALANTS A. Silicone, Acid Curing, S, NS, 25, NT: Single -component, nonsag, plus 25 percent and minus 25 percent movement capability, nontraffic-use, acid -curing silicone joint sealant: ASTM C920, Type S, Grade NS, Class 25, Use NT. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Bostik; Arkema. b. Pecora Corporation. C. Sika Corporation - Building Components. 2.3 NONSTAINING SILICONE JOINT SEALANTS A. Nonstaining Joint Sealants: No staining of substrates when tested according to ASTM C1248. B. Silicone, Nonstaining, S, NS, 100150, NT: Nonstaining, single -component, nonsag, plus 100 percent and minus 50 percent movement capability, nontraffic-use, neutral -curing silicone joint sealant; ASTM C920, Type S, Grade NS, Class 100150, Use NT. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Pecora Corporation. b. Sika Corporation - Building Components. C. Tremco Incorporated. 2.4 URETHANE JOINT SEALANTS A. Urethane, S, NS, 25, NT: Single -component, nonsag, nontraffic-use, plus 25 percent and minus 25 percent movement capability, urethane joint sealant; ASTM C920, Type S, Grade NS, Class 25, Use NT. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Bostik; Arkema. b. Pecora Corporation. C. Sika Corporation - Building Components. B. Urethane, S, P, 25, T, NT: Single -component, pourable, plus 25 percent and minus 25 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C920, Type S, Grade P, Class 25, Uses T and NT. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 92 00 JOINT SEALANTS Page 6 of 12 a. BASF Corporation. b. Pecora Corporation. C. Polymeric Systems, Inc. C. Urethane, M, P, 50, T, NT: Multicomponent, pourable, plus 50 percent and minus 50 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C920, Type M, Grade P, Class 50, Uses T and NT. 1. Manufacturers: Subject to compliance with requirements, provide products by the following: a. LymTal International, Inc. 2.5 IMMERSIBLE JOINT SEALANTS A. Immersible Joint Sealants. Suitable for immersion in liquids; ASTM C1247, Class 1; tested in deionized water unless otherwise indicated. B. Urethane, Immersible, S, P, 25, T, NT, I: Immersible, single -component, pourable, plus 25 percent and minus 25 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C920, Type S, Grade P, Class 25, Uses T, NT, and I. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Sika Corporation. b. Tremco Incorporated. C. W. R. Meadows, Inc. 2.6 BUTYL JOINT SEALANTS A. Butyl -Rubber -Based Joint Sealants: ASTM C1311. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: a. Bostik; Arkema. b. Pecora Corporation. 2.7 LATEX JOINT SEALANTS A. Acrylic Latex: Acrylic latex or siliconized acrylic latex, ASTM C834, Type OP, Grade NF. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 92 00 JOINT SEALANTS Page 7 of 12 a. Pecora Corporation. b. Sherwin-Williams Company (The). C. Tremco Incorporated. 2.8 JOINT -SEALANT BACKING A. Sealant Backing Material, General: Nonstaining; compatible with joint substrates, sealants, primers, and other joint fillers; and approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Adfast. b. Alcot Plastics Ltd. C. BASF Corporation. B. Cylindrical Sealant Backings: ASTM C1330, Type O (open -cell material) or any of the preceding types, as approved in writing by joint -sealant manufacturer for joint application indicated, and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance. C. Bond -Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer for preventing sealant from adhering to rigid, inflexible joint -filler materials or joint surfaces at back of joint. Provide self-adhesive tape where applicable. 2.9 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint -sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint -sealant -substrate tests and field tests. B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable of staining or harming joint substrates and adjacent nonporous surfaces in any way, and formulated to promote optimum adhesion of sealants to joint substrates. C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 92 00 JOINT SEALANTS Page 8 of 12 PART 3 - EXECUTION 3.1 EXAMINATION A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint -sealant manufacturer's written instructions and the following requirements: 1. Remove all foreign material from joint substrates that could interfere with adhesion of joint sealant, including dust, paints (except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer), old joint sealants, oil, grease, waterproofing, water repellents, water, surface dirt, and frost. 2. Clean porous joint substrate surfaces by brushing, grinding, mechanical abrading, or a combination of these methods to produce a clean, sound substrate capable of developing optimum bond with joint sealants. Remove loose particles remaining after cleaning operations above by vacuuming or blowing out joints with oil -free compressed air. Porous joint substrates include the following: a. Concrete. b. Masonry. 3. Remove laitance and form -release agents from concrete. 4. Clean nonporous joint substrate surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. Nonporous joint substrates include the following: a. Metal. b. Glass. B. Joint Priming: Prime joint substrates where recommended by joint -sealant manufacturer or as indicated by preconstruction joint -sealant -substrate tests or prior experience. Apply primer to comply with joint -sealant manufacturer's written instructions. Confine primers to areas of joint - sealant bond; do not allow spillage or migration onto adjoining surfaces. C. Masking Tape: Use masking tape where required to prevent contact of sealant or primer with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 92 00 JOINT SEALANTS Page 9 of 12 3.3 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint -sealant manufacturer's written installation instructions for products and applications indicated, unless more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations in ASTM C1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Install sealant backings of kind indicated to support sealants during application and at position required to produce cross -sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant backings. 3. Remove absorbent sealant backings that have become wet before sealant application, and replace them with dry materials. D. Install bond -breaker tape behind sealants where sealant backings are not used between sealants and backs of joints. E. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration. 3. Produce uniform, cross -sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. F. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified in subparagraphs below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealant from surfaces adjacent to joints. 2. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. 3. Provide concave joint profile per Figure 8A in ASTM C1193 unless otherwise indicated. 4. Provide flush joint profile at locations indicated on Drawings according to Figure 8B in ASTM C 1193. 5. Provide recessed joint configuration of recess depth and at locations indicated on Drawings according to Figure 8C in ASTM C1193. a. Use masking tape to protect surfaces adjacent to recessed tooled joints. 3.4 FIELD QUALITY CONTROL A. Field -Adhesion Testing: Field test joint -sealant adhesion to joint substrates as follows: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 92 00 JOINT SEALANTS Page 10 of 12 1. Extent of Testing: Test completed and cured sealant joints as follows: a. Perform 10 tests for the first 1,000 feet of joint length for each kind of sealant and joint substrate. b. Perform one test for each 1,000 feet of joint length thereafter or one test per each floor per elevation. 2. Test Method: Test joint sealants according to Method A, Field -Applied Sealant Joint Hand Pull Tab, in Appendix X1 in ASTM C1193 or Method A, Tail Procedure, in ASTM C1521. a. For joints with dissimilar substrates, verify adhesion to each substrate separately; extend cut along one side, verifying adhesion to opposite side. Repeat procedure for opposite side. 3. Inspect tested joints and report on the following: a. Whether sealants filled joint cavities and are free of voids. b. Whether sealant dimensions and configurations comply with specified requirements. C. Whether sealants in joints connected to pulled -out portion failed to adhere to joint substrates or tore cohesively. Include data on pull distance used to test each kind of product and joint substrate. Compare these results to determine if adhesion complies with sealant manufacturer's field -adhesion hand -pull test criteria. 4. Record test results in a field -adhesion -test log. Include dates when sealants were installed, names of persons who installed sealants, test dates, test locations, whether joints were primed, adhesion results and percent elongations, sealant material, sealant configuration, and sealant dimensions. 5. Repair sealants pulled from test area by applying new sealants following same procedures used originally to seal joints. Ensure that original sealant surfaces are clean and that new sealant contacts original sealant. B. Evaluation of Field -Adhesion -Test Results: Sealants not evidencing adhesive failure from testing or noncompliance with other indicated requirements will be considered satisfactory. Remove sealants that fail to adhere to joint substrates during testing or to comply with other requirements. Retest failed applications until test results prove sealants comply with indicated requirements. 3.5 CLEANING A. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 92 00 JOINT SEALANTS Page 11 of 12 3.6 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out, remove, and repair damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from original work. 3.7 JOINT -SEALANT SCHEDULE A. Joint -Sealant Application: Exterior joints in horizontal traffic surfaces. 1. Joint Locations: a. Isolation and contraction joints in cast -in -place concrete slabs. b. Joints between different materials listed above. C. Other joints as indicated on Drawings. 2. Joint Sealant: Urethane, M, P, 50, T, NT. 3. Joint -Sealant Color: As selected by Engineer from manufacturer's full range of colors. B. Joint -Sealant Application: Exterior joints in horizontal traffic surfaces subject to water immersion. 1. Joint Locations: a. Joints subject to water immersions. b. Other joints as indicated on Drawings. 2. Joint Sealant: Urethane, immersible, S, P, 25, T, NT, I. 3. Joint -Sealant Color: As selected by Engineer from manufacturer's full range of colors. C. Joint -Sealant Application: Exterior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Locations: a. Construction joints in cast -in -place concrete. b. Control and expansion joints in unit masonry. C. Joints between different materials listed above. d. Perimeter joints between materials listed above and frames of doors windows and louvers. e. Control and expansion joints in ceilings and other overhead surfaces. f. Other joints as indicated on Drawings. 2. Joint Sealant: Silicone, nonstaining, S, NS, 50, NT. 3. Joint -Sealant Color: As selected by Engineer from manufacturer's full range of colors. D. Joint -Sealant Application: Interior joints in horizontal traffic surfaces. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 07 92 00 JOINT SEALANTS Page 12 of 12 1. Joint Locations: a. Isolation joints in cast -in -place concrete slabs. b. Other joints as indicated on Drawings. 2. Joint Sealant: Urethane, S, P, 25, T, NT. 3. Joint -Sealant Color: As selected by Engineer from manufacturer's full range of colors. E. Joint -Sealant Application: Interior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Locations: a. Control and expansion joints on exposed interior surfaces of exterior walls. b. Vertical joints on exposed surfaces of unit masonry walls. C. Other joints as indicated on Drawings. 2. Joint Sealant: Urethane, S, NS, 25, NT. 3. Joint -Sealant Color: As selected by Engineer from manufacturer's full range of colors. F. Joint -Sealant Application: Interior joints in vertical surfaces and horizontal nontraffic surfaces not subject to significant movement. 1. Joint Locations: a. Control joints on exposed interior surfaces of exterior walls. b. Perimeter joints between interior wall surfaces and frames of windows. C. Other joints as indicated on Drawings. 2. Joint Sealant: Acrylic latex. 3. Joint -Sealant Color: As selected by Engineer from manufacturer's full range of colors. G. Joint -Sealant Application: Concealed mastics. 1. Joint Locations: a. Aluminum thresholds. b. Sill plates. C. Other joints as indicated on Drawings. 2. Joint Sealant: Butyl -rubber based. 3. Joint -Sealant Color: As selected by Engineer from manufacturer's full range of colors. l-1OXOR OWIN[IyL•M1I11 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 08 11 13 HOLLOW METAL DOORS AND FRAMES Page 1 of 6 SECTION 08 1113 - HOLLOW METAL DOORS AND FRAMES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes: 1. Exterior standard steel doors and frames. B. Related Requirements: 1. Section 08 80 00 "Glazing" for glazing in hollow -metal doors and frames. 2. Section 08 7100 "Door Hardware" for door hardware for hollow -metal doors. 1.3 DEFINITIONS A. Minimum Thickness: Minimum thickness of base metal without coatings according to NAAMM-HMMA 803 or ANSI/SDI A250.8. 1.4 COORDINATION A. Coordinate anchorage installation for hollow -metal frames. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors. Deliver such items to Project site in time for installation. B. Coordinate requirements for installation of door hardware, electrified door hardware, and access control and security systems. 1.5 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, core descriptions, and finishes. B. Shop Drawings: Include the following: 1. Elevations of each door type. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 08 11 13 HOLLOW METAL DOORS AND FRAMES Page 2 of 6 2. Details of doors, including vertical- and horizontal -edge details and metal thicknesses. 3. Frame details for each frame type, including dimensioned profiles and metal thicknesses. 4. Locations of reinforcement and preparations for hardware. 5. Details of each different wall opening condition. 6. Details of electrical raceway and preparation for electrified hardware, access control systems, and security systems. 7. Details of anchorages, joints, field splices, and connections. 8. Details of accessories. 9. Details of moldings, removable stops, and glazing. C. Product Schedule: For hollow -metal doors and frames, prepared by or under the supervision of supplier, using same reference numbers for details and openings as those on Drawings. Coordinate with final door hardware schedule. D. American Iron and Steel (AIS): Submit certification indicating compliance with AIS requirements for all metal products. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver hollow -metal doors and frames palletized, packaged, or crated to provide protection during transit and Project -site storage. Do not use nonvented plastic. 1. Provide additional protection to prevent damage to factory -finished units. B. Deliver welded frames with two removable spreader bars across bottom of frames, tack welded to jambs and mullions. C. Store hollow -metal doors and frames vertically under cover at Project site with head up. Place on minimum 4-inch- high wood blocking. Provide minimum 1/4-inch space between each stacked door to permit air circulation. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Ceco Door; AADG, Inc.; ASSA ABLOY. 2. Curries, AADG, Inc.; ASSA ABLOY Group. 3. Steelcraft; Allegion plc. 2.2 EXTERIOR STANDARD STEEL DOORS AND FRAMES A. Construct hollow -metal doors and frames to comply with standards indicated for materials, fabrication, hardware locations, hardware reinforcement, tolerances, and clearances, and as specified. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 08 11 13 HOLLOW METAL DOORS AND FRAMES Page 3 of 6 B. Extra -Heavy -Duty Doors and Frames: ANSUSDI A250.8, Level 3; ANSI/SDI A250.4, Level A. At locations indicated in the Door and Frame Schedule. 1. Doors: a. Type: As indicated in the Door and Frame Schedule. b. Thickness: 1-3/4 inches. C. Face: Metallic -coated steel sheet, minimum thickness of 0.053 inch, with minimum A60 coating. d. Edge Construction: Model 2, Seamless. e. Edge Bevel: Provide manufacturer's standard beveled or square edges. f. Top Edge Closures: Close top edges of doors with flush closures of same material as face sheets. Seal joints against water penetration. g. Bottom Edges: Close bottom edges of doors where required for attachment of weather stripping with end closures or channels of same material as face sheets. Provide weep -hole openings in bottoms of exterior doors to permit moisture to escape. h. Core: Polystyrene Vertical steel stiffener. i. Fire -Rated Core: Manufacturer's standard laminated mineral board core for fire - rated doors. 2. Frames: a. Materials: Metallic -coated steel sheet, minimum thickness of 0.053 inch, with minimum A60 coating. b. Construction: Full profile welded. 3. Exposed Finish: Factory. 2.3 FRAME ANCHORS A. Jamb Anchors: 1. Type: Anchors of minimum size and type required by applicable door and frame standard, and suitable for performance level indicated. 2. Quantity: Minimum of three anchors per jamb, with one additional anchor for frames with no floor anchor. Provide one additional anchor for each 24 inches of frame height above 7 feet. 3. Postinstalled Expansion Anchor: Minimum 3/8-inch- diameter bolts with expansion shields or inserts, with manufacturer's standard pipe spacer. B. Floor Anchors: Provide floor anchors for each jamb and mullion that extends to floor. C. Material: ASTM A879/A879M, Commercial Steel (CS), 04Z coating designation; mill phosphatized. 1. For anchors built into exterior walls, steel sheet complying with ASTM A1008/A1008M or ASTM A1011/AI011M; hot -dip galvanized according to ASTM A153/A153M, Class B. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 08 11 13 HOLLOW METAL DOORS AND FRAMES Page 4 of 6 2.4 MATERIALS A. Metallic -Coated Steel Sheet: ASTM A653/A653M, Commercial Steel (CS), Type B. B. Inserts, Bolts, and Fasteners: Hot -dip galvanized according to ASTM Al53/A153M. C. Power -Actuated Fasteners in Concrete: Fastener system of type suitable for application indicated, fabricated from corrosion -resistant materials, with clips or other accessory devices for attaching hollow -metal frames of type indicated. D. Mineral -Fiber Insulation: ASTM C665, Type I (blankets without membrane facing); consisting of fibers manufactured from slag or rock wool; with maximum flame -spread and smoke - developed indexes of 25 and 50, respectively; passing ASTM E136 for combustion characteristics. E. Glazing: Comply with requirements in Section 08 80 00 "Glazing." 2.5 FABRICATION A. Hollow -Metal Frames: Fabricate in one piece except where handling and shipping limitations require multiple sections. Where frames are fabricated in sections, provide alignment plates or angles at each joint, fabricated of metal of same or greater thickness as frames. 1. Transom Bar Frames: Provide closed tubular members with no visible face seams or joints, fabricated from same material as door frame. Fasten members at crossings and to jambs by welding. 2. Provide countersunk, flat- or oval -head exposed screws and bolts for exposed fasteners unless otherwise indicated. 3. Door Silencers: Except on weather-stripped frames, drill stops to receive door silencers as follows. Keep holes clear during construction. a. Single -Door Frames: Drill stop in strike jamb to receive three door silencers. B. Hardware Preparation: Factory prepare hollow -metal doors and frames to receive templated mortised hardware, and electrical wiring; include cutouts, reinforcement, mortising, drilling, and tapping according to ANSI/SDI A250.6, the Door Hardware Schedule, and templates. 1. Reinforce doors and frames to receive nontemplated, mortised, and surface -mounted door hardware. 2. Comply with BHMA A156.115 for preparing hollow -metal doors and frames for hardware. 2.6 STEEL FINISHES A. Prime Finish: Clean, pretreat, and apply manufacturer's standard primer. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 08 11 13 HOLLOW METAL DOORS AND FRAMES Page 5 of 6 1. Shop Primer: Manufacturer's standard, fast -curing, lead- and chromate -free primer complying with ANSUSDI A250.10; recommended by primer manufacturer for substrate; compatible with substrate and field -applied coatings despite prolonged exposure. PART 3 - EXECUTION 3.1 PREPARATION A. Remove welded -in shipping spreaders installed at factory. Restore exposed finish by grinding, filling, and dressing, as required to make repaired area smooth, flush, and invisible on exposed faces. Touch up factory -applied finishes where spreaders are removed. B. Drill and tap doors and frames to receive nontemplated, mortised, and surface -mounted door hardware. 3.2 INSTALLATION A. Install hollow -metal doors and frames plumb, rigid, properly aligned, and securely fastened in place. Comply with approved Shop Drawings and with manufacturer's written instructions. B. Hollow -Metal Frames: Comply with ANSUSDI A250.11. 1. Set frames accurately in position; plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is complete, remove temporary braces without damage to completed Work. a. Where frames are fabricated in sections, field splice at approved locations by welding face joint continuously; grind, fill, dress, and make splice smooth, flush, and invisible on exposed faces. Touch-up finishes. b. Install frames with removable stops located on secure side of opening. 2. Floor Anchors: Secure with postinstalled expansion anchors. a. Floor anchors may be set with power -actuated fasteners instead of postinstalled expansion anchors if so indicated and approved on Shop Drawings. 3. Solidly pack mineral -fiber insulation inside frames. 4. Masonry Walls: Coordinate installation of frames to allow for solidly filling space between frames and masonry with grout or mortar. 5. In -Place Concrete or Masonry Construction: Secure frames in place with postinstalled expansion anchors. Countersink anchors, and fill and make smooth, flush, and invisible on exposed faces. 6. Installation Tolerances: Adjust hollow -metal frames to the following tolerances: a. Squareness: Plus or minus 1/16 inch, measured at door rabbet on a line 90 degrees from jamb perpendicular to frame head. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 08 11 13 HOLLOW METAL DOORS AND FRAMES Page 6 of 6 b. Alignment: Plus or minus 1/16 inch, measured at jambs on a horizontal line parallel to plane of wall. C. Twist: Plus or minus 1/16 inch, measured at opposite face corners of jambs on parallel lines, and perpendicular to plane of wall. d. Plumbness: Plus or minus 1/16 inch, measured at jambs at floor. C. Hollow -Metal Doors: Fit and adjust hollow -metal doors accurately in frames, within clearances specified below. 1. Non -Fire -Rated Steel Doors: Comply with ANSI/SDI A250.8. D. Glazing: Comply with installation requirements in Section 08 80 00 "Glazing" and with hollow - metal manufacturer's written instructions. 3.3 FIELD QUALITY CONTROL A. Inspections: 1. Egress Door Inspections: Inspect each door equipped with panic hardware, each door equipped with fire exit hardware, each door located in an exit enclosure, each electrically controlled egress door, and each door equipped with special locking arrangements according to NFPA 101, Section 7.2.1.15. B. Repair or remove and replace installations where inspections indicate that they do not comply with specified requirements. C. Reinspect repaired or replaced installations to determine if replaced or repaired door assembly installations comply with specified requirements. 3.4 REPAIR A. Prime -Coat Touchup: Immediately after erection, sand smooth rusted or damaged areas of prime coat and apply touchup of compatible air -drying, rust -inhibitive primer. B. Metallic -Coated Surface Touchup: Clean abraded areas and repair with galvanizing repair paint according to manufacturer's written instructions. C. Touchup Painting: Cleaning and touchup painting of abraded areas of paint are specified in painting Sections. END OF SECTION 08 11 13 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 08 33 23 C���I � :7 01 D I_\ �ZK�] I � I ► CH!Z�I�J Page 1 of 10 SECTION 08 33 23 - OVERHEAD COILING DOORS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Insulated service doors. B. Related Requirements: 1. Section 09 9123 "Interior Painting" for finish painting of factory -primed doors. 2. Section 08 7100 "Door Hardware" for related door hardware. C. Iron and steel products supplied under this section must comply with the American Iron and Steel provisions of the Contract. 1.3 ACTION SUBMITTALS A. Product Data: For each type and size of overhead coiling door and accessory. 1. Include construction details, material descriptions, dimensions of individual components, profiles for slats, and finishes. 2. Include rated capacities, operating characteristics, electrical characteristics, and furnished accessories. B. Shop Drawings: For each installation and for special components not dimensioned or detailed in manufacturer's product data. 1. Include plans, elevations, sections, and mounting details. 2. Include details of equipment assemblies, and indicate dimensions, required clearances, method of field assembly, components, and location and size of each field connection. 3. Include points of attachment and their corresponding static and dynamic loads imposed on structure. 4. For exterior components, include details of provisions for assembly expansion and contraction and for excluding and draining moisture to the exterior. 5. Show locations of controls, locking devices, and other accessories. 6. Include diagrams for power, signal, and control wiring. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 08 33 23 OVERHEAD COILING DOORS Page 2 of 10 C. Samples for Initial Selection: Manufacturer's finish charts showing full range of colors and textures available for units with factory -applied finishes. 1. Include similar Samples of accessories involving color selection. D. Samples for Verification: For each type of exposed finish on the following components, in manufacturer's standard sizes: 1. Curtain slats. 2. Bottom bar with sensor edge. 3. Guides. 4. Brackets. 5. Hood. 6. Locking device(s). 7. Include similar Samples of accessories involving color selection. E. American Iron and Steel (AIS): Submit certification indicating compliance with AIS requirements for all metal products. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer. B. Sample Warranty: For special warranty. 1.5 CLOSEOUT SUBMITTALS A. Special warranty. B. Maintenance Data: For overhead coiling doors to include in maintenance manuals. 1.6 QUALITY ASSURANCE A. Installer Qualifications: An entity that employs installers and supervisors who are trained and approved by manufacturer for both installation and maintenance of units required for this Project. 1. Maintenance Proximity: Not more than two hours' normal travel time from Installer's place of business to Project site. 1.7 WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace components of doors that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 08 33 23 OVERHEAD COILING DOORS Page 3 of 10 PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Source Limitations: Obtain overhead coiling doors from single source from single manufacturer. 1. Obtain operators and controls from overhead coiling -door manufacturer. 2.2 PERFORMANCE REQUIREMENTS A. Structural Performance, Exterior Doors: Capable of withstanding the following design wind loads: 1. Design Wind Load: As indicated on Drawings. 2. Testing: According to ASTM E330/E330M. 3. Deflection Limits: Design overhead coiling doors to withstand design wind load without evidencing permanent deformation or disengagement of door components. 4. Operability under Wind Load: Design overhead coiling doors to remain operable under design wind load, acting inward and outward. 2.3 DOOR ASSEMBLY A. Insulated Service Door: Overhead coiling door formed with curtain of interlocking metal slats. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Cookson; a CornellCookson company. b. Cornell; a CornellCookson company. C. Overhead Door Corporation. B. Operation Cycles: Door components and operators capable of operating for not less than 10,000. One operation cycle is complete when a door is opened from the closed position to the fully open position and returned to the closed position. 1. Include tamperproof cycle counter. C. Air Infiltration: Maximum rate of 0.4 cfm/sq. ft. at 15 and 25 mph when tested according to ASTM E283. D. STC Rating: 26. E. Insulated Door Curtain R-Value: 7.7 R-Value. F. Door Curtain Material: Aluminum. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 08 33 23 OVERHEAD COILING DOORS Page 4 of 10 G. Door Curtain Slats: Curved profile slats of 3-1/4-inch center -to -center height. 1. Gasket Seal. Manufacturer's standard continuous gaskets between slats. H. Bottom Bar: Two angles, each not less than 1-1/2 by 1-1/2 by 1/8 inch thick; fabricated from hot -dip galvanized steel and finished to match door. I. Curtain Jamb Guides: Galvanized steel with exposed finish matching curtain slats. J. Hood: Match curtain material and finish. 1. Shape: Round. 2. Mounting: Face of wall. K. Manual Door Operator: Manufacturer's standard crank operator. 1. Provide operator with through -wall shaft operation. 2. Provide operator with manufacturer's standard removable operating arm. L. Electric Door Operator: 1. Usage Classification: Standard duty, up to 25 cycles per hour and up to 90 cycles per day. 2. Operator Location: Front of hood. 3. Safety: Listed according to UL 325 by a qualified testing agency for commercial or industrial use; moving parts of operator enclosed or guarded if exposed and mounted at 8 ft. or lower. 4. Motor Exposure: Exterior, wet, and humid. 5. Motor Electrical Characteristics: a. Horsepower: 2 hp. b. Voltage: 460 V ac, three phase, 60 Hz. 6. Emergency Manual Operation: Cranktype. 7. Obstruction -Detection Device: Automatic electric sensor edge on bottom bar. a. Sensor Edge Bulb Color: Black. 8. Control Stations: Interior mounted. M. Curtain Accessories: Equip door with weatherseals. N. Door Finish: 1. Aluminum Finish: Anodized color as selected by Engineer from full range of industry colors and color densities. 2. Interior Curtain -Slat Facing: Match finish of exterior curtain -slat face. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 08 33 23 C���I � :7 01 D I_\ �ZK�] I � I ► CH!Z�I�J Page 5 of 10 2.4 MATERIALS, GENERAL A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 2.5 DOOR CURTAIN MATERIALS AND CONSTRUCTION A. Door Curtains: Fabricate overhead coiling -door curtain of interlocking metal slats, designed to withstand wind loading indicated, in a continuous length for width of door without splices. Unless otherwise indicated, provide slats of thickness and mechanical properties recommended by door manufacturer for performance, size, and type of door indicated, and as follows: 1. Aluminum Door Curtain Slats: ASTM B209 sheet or ASTM B221 extrusions, alloy and temper standard with manufacturer for type of use and finish indicated; thickness of 0.050 inch; and as required. 2. Insulation: Fill slats for insulated doors with manufacturer's standard thermal insulation complying with maximum flame -spread and smoke -developed indexes of 75 and 450, respectively, according to ASTM E84 or UL 723. Enclose insulation completely within slat faces. 3. Metal Interior Curtain -Slat Facing: Match metal of exterior curtain -slat face, with minimum aluminum thickness of 0.032 inch. B. Curtain Jamb Guides: Manufacturer's standard angles or channels and angles of same material and finish as curtain slats unless otherwise indicated, with sufficient depth and strength to retain curtain, to allow curtain to operate smoothly, and to withstand loading. Slot bolt holes for guide adjustment. Provide removable stops on guides to prevent overtravel of curtain, and a continuous bar for holding windlocks. 2.6 HOODS A. General: Form sheet metal hood to entirely enclose coiled curtain and operating mechanism at opening head. Contour to fit end brackets to which hood is attached. Roll and reinforce top and bottom edges for stiffness. Form closed ends for surface -mounted hoods and fascia for any portion of between jamb mounting that projects beyond wall face. Equip hood with intermediate support brackets as required to prevent sagging. 1. Galvanized Steel: Nominal 0.028-inch- thick, hot -dip galvanized -steel sheet with G90 zinc coating, complying with ASTM A653/A653M. 2. Exterior -Mounted Doors: Fabricate hood to act as weather protection and with a perimeter sealant joint -bead profile for applying joint sealant. 2.7 LOCKING DEVICES A. Slide Bolt: Fabricate with side -locking bolts to engage through slots in tracks for locking by padlock, located on both left and right jamb sides, operable from coil side. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 08 33 23 C���I � :7 01 D I_\ �ZK�] I � I ► CH!Z�I�J Page 6 of 10 B. Locking Device Assembly: Fabricate with cylinder lock, spring -loaded dead bolt, operating handle, cam plate, and adjustable locking bars to engage through slots in tracks. 1. Lock Cylinders: As specified in Section 08 7100 "Door Hardware" and keyed to building keying system. 2. Keys: Three for each cylinder. C. Chain Lock Keeper: Suitable for padlock. D. Safety Interlock Switch: Equip power -operated doors with safety interlock switch to disengage power supply when door is locked. 2.8 CURTAIN ACCESSORIES A. Weatherseals for Exterior Doors: Equip each exterior door with weather-stripping gaskets fitted to entire exterior perimeter of door for a weather -resistant installation unless otherwise indicated. 1. At door head, use 1/8-inch- thick, replaceable, continuous -sheet baffle secured to inside of hood or field -installed on the header. 2. At door jambs, use replaceable, adjustable, continuous, flexible, 1/8-inch- thick seals of flexible vinyl, rubber, or neoprene. B. Astragal for Interior Doors: Equip each door bottom bar with a replaceable, adjustable, continuous, compressible gasket of flexible vinyl, rubber, or neoprene as a cushion bumper. C. Push/Pull Handles: Equip each push -up -operated or emergency -operated door with lifting handles on each side of door, finished to match door. D. Pull -Down Strap: Provide pull -down straps for doors more than 84 inches high. E. Poll Hooks: Provide pole hooks and poles for doors more than 84 inches high. 2.9 COUNTERBALANCE MECHANISM A. General: Counterbalance doors by means of manufacturer's standard mechanism with an adjustable -tension, steel helical torsion spring mounted around a steel shaft and contained in a spring barrel connected to top of curtain with barrel rings. Use grease -sealed bearings or self- lubricating graphite bearings for rotating members. B. Counterbalance Barrel: Fabricate spring barrel of manufacturer's standard hot -formed, structural -quality, seamless or welded carbon -steel pipe, of sufficient diameter and wall thickness to support rolled -up curtain without distortion of slats and to limit barrel deflection to not more than 0.03 in./ft. of span under full load. C. Counterbalance Spring: One or more oil -tempered, heat -treated steel helical torsion springs. Size springs to counterbalance weight of curtain, with uniform adjustment accessible from outside barrel. Secure ends of springs to barrel and shaft with cast -steel barrel plugs. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 08 33 23 C���I � :7 01 D I_\ �ZK�] I � I ► CH!Z�I�J Page 7 of 10 D. Torsion Rod for Counterbalance Shaft: Fabricate of manufacturer's standard cold -rolled steel, sized to hold fixed spring ends and carry torsional load. E. Brackets: Manufacturer's standard mounting brackets of either cast iron or cold -rolled steel plate. 2.10 MANUAL DOOR OPERATORS A. General: Equip door with manual door operator by door manufacturer. B. Crank Operator: Consisting of crank and crank gearbox, steel crank drive shaft, and gear - reduction unit, of type indicated. Size gears to require not more than 25-lbf force to turn crank. Fabricate gearbox to be oiltight and to completely enclose operating mechanism. Provide manufacturer's standard crank -locking device. 2.11 ELECTRIC DOOR OPERATORS A. General: Electric door operator assembly of size and capacity recommended and provided by door manufacturer for door and operation -cycles requirement specified, with electric motor and factory-prewired motor controls, starter, gear -reduction unit, solenoid -operated brake, clutch, control stations, control devices, integral gearing for locking door, and accessories required for proper operation. 1. Comply with NFPA 70. 2. Control equipment complying with NEMA ICS 1, NEMA ICS 2, and NEMA ICS 6, with NFPA 70 Class 2 control circuit, maximum 24-V ac or dc. B. Usage Classification: Electric operator and components capable of operating for not less than number of cycles per hour indicated for each door. C. Door Operator Location(s): Operator location indicated for each door. Front -of -Hood Mounted: Operator is mounted to the right or left door head plate with the operator on coil side of the door -hood assembly and connected to the door drive shaft with drive chain and sprockets. Front clearance is required for this type of mounting. D. Motors: Reversible -type motor with controller (disconnect switch) for motor exposure indicated for each door assembly. 1. Electrical Characteristics: Minimum as indicated for each door assembly. If not indicated, large enough to start, accelerate, and operate door in either direction from any position, at a speed not less than 8 in./sec. and not more than 12 in./sec., without exceeding nameplate ratings or service factor. 2. Operating Controls, Controllers, Disconnect Switches, Wiring Devices, and Wiring: Manufacturer's standard unless otherwise indicated. 3. Coordinate wiring requirements and electrical characteristics of motors and other electrical devices with building electrical system and each location where installed. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 08 33 23 C���I � :7 01 D I_\ �ZK�] I � I ► CH!Z�I�J Page 8 of 10 E. Limit Switches: Equip each motorized door with adjustable switches interlocked with motor controls and set to automatically stop door at fully opened and fully closed positions. F. Obstruction -Detection Devices: External entrapment protection consisting of indicated automatic safety sensor capable of protecting full width of door opening. For non -fire -rated doors, activation of device immediately stops and reverses downward door travel. Electric Sensor Edge: Automatic safety sensor edge, located within astragal or weather stripping mounted to bottom bar. Contact with sensor activates device. Connect to control circuit using manufacturer's standard take-up reel or self -coiling cable. a. Self -Monitoring Type: Four -wire -configured device designed to interface with door operator control circuit to detect damage to or disconnection of sensor edge. G. Control Station: Three -button control station in fixed location with momentary -contact push- button controls labeled "Open" and "Stop" and sustained- or constant -pressure push-button control labeled "Close." 1. Interior -Mounted Units: Full -guarded, surface -mounted, heavy-duty type, with general- purpose NEMA ICS 6, Type 1 enclosure. 2. Exterior -Mounted Units: Full -guarded, standard -duty, surface -mounted, weatherproof type, NEMA ICS 6, Type 4 enclosure, key operated. H. Emergency Manual Operation: Equip each electrically powered door with capability for emergency manual operation. Design manual mechanism so required force for door operation does not exceed 25 lbf. I. Emergency Operation Disconnect Device: Equip operator with hand -operated disconnect mechanism for automatically engaging manual operator and releasing brake for emergency manual operation while disconnecting motor without affecting timing of limit switch. Mount mechanism so it is accessible from floor level. Include interlock device to automatically prevent motor from operating when emergency operator is engaged. Motor Removal: Design operator so motor may be removed without disturbing limit -switch adjustment and without affecting emergency manual operation. K. Audible and Visual Signals: Audible alarm and visual indicator lights in compliance with the accessibility standard. 2.12 GENERAL FINISH REQUIREMENTS A. Comply with NAAMM/NOMMA 500 for recommendations for applying and designating finishes. B. Appearance of Finished Work: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 08 33 23 OVERHEAD COILING DOORS Page 9 of 10 2.13 ALUMINUM FINISHES A. Color Anodic Finish: AAMA 611, AA-M12C22A42/A44, Class I, 0.018 mm or thicker. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates areas and conditions, with Installer present, for compliance with requirements for substrate construction and other conditions affecting performance of the Work. B. Examine locations of electrical connections. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION, GENERAL A. Install overhead coiling doors and operating equipment complete with necessary hardware, anchors, inserts, hangers, and equipment supports; according to manufacturer's written instructions and as specified. B. Install overhead coiling doors, hoods, controls, and operators at the mounting locations indicated for each door. C. Power -Operated Doors: Install according to UL 325. 3.3 FIELD QUALITY CONTROL A. Perform the following tests and inspections: 1. Test door release, closing, and alarm operations when activated by smoke detector or building's fire -alarm system. Test manual operation of closed door. Reset door -closing mechanism after successful test. B. Repair or remove and replace installations where inspections indicate that they do not comply with specified requirements. C. Reinspect repaired or replaced installations to determine if replaced or repaired door assembly installations comply with specified requirements. 3.4 STARTUP SERVICE A. Engage a factory -authorized service representative to perform startup service. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 08 33 23 C���I � :7 01 D I_\ �ZK�] I � I ► CH!Z�I�J Page 10 of 10 1. Complete installation and startup checks' according to manufacturer's written instructions. 2. After electrical circuitry has been energized, operate doors to confirm proper motor rotation and door performance. 3. Test and adjust controls and safety devices. Replace damaged and malfunctioning controls and equipment. 3.5 ADJUSTING A. Adjust hardware and moving parts to function smoothly so that doors operate easily, free of warp, twist, or distortion. 1. Adjust exterior doors and components to be weather resistant. B. Lubricate bearings and sliding parts as recommended by manufacturer. C. Adjust seals to provide tight fit around entire perimeter. 3.6 MAINTENANCE SERVICE A. Initial Maintenance Service: Beginning at Substantial Completion, maintenance service shall include 12 months' full maintenance by skilled employees of coiling -door Installer. Include quarterly preventive maintenance, repair, or replacement of worn or defective components, lubrication, cleaning, and adjusting as required for proper door operation. Parts and supplies shall be manufacturer's authorized replacement parts and supplies. 1. Perform maintenance, including emergency callback service, during normal working hours. 2. Include 24-hour-per-day, seven -day -per -week, emergency callback service. 3.7 DEMONSTRATION A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain overhead coiling doors. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0851 13 Pagel of 7 SECTION 08 5113 - ALUMINUM WINDOWS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes aluminum windows for exterior locations. B. Related Requirements: 1. Section 07 92 00 "Joint Sealants" for sealing openings for aluminum windows. 2. Section 08 80 00 "Glazing" for glass of aluminum windows. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1. Review and finalize construction schedule and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 2. Review and discuss the finishing of aluminum windows that is required to be coordinated with the finishing of other aluminum work for color and finish matching. 3. Review, discuss, and coordinate the interrelationship of aluminum windows with other exterior wall components. Include provisions for anchoring, flashing, weeping, sealing perimeters, and protecting finishes. 4. Review and discuss the sequence of work required to construct a watertight and weathertight exterior building envelope. 5. Inspect and discuss the condition of substrate and other preparatory work performed by other trades. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. Include construction details, material descriptions, glazing and fabrication methods, dimensions of individual components and profiles, hardware, and finishes for aluminum windows. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0851 13 Page 2 of 7 B. Shop Drawings: For aluminum windows. 1. Include plans, elevations, sections, hardware, accessories, insect screens, operational clearances, and details of installation, including anchor, flashing, and sealant installation. C. Samples for Initial Selection: For units with factory -applied finishes. 1. Include Samples of hardware and accessories involving color selection. D. Samples for Verification: For aluminum windows and components required, showing full range of color variations for finishes, and prepared on Samples of size indicated below: 1. Exposed Finishes: 2 by 4 inches. 2. Exposed Hardware: Full-size units. E. Product Schedule: For aluminum windows. Use same designations indicated on Drawings. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For manufacturer and Installer. B. Product Test Reports: For each type of aluminum window, for tests performed by a qualified testing agency. C. Field quality -control reports. D. Sample Warranties: For manufacturer's warranties. 1.6 QUALITY ASSURANCE A. Manufacturer Qualifications: A manufacturer capable of fabricating aluminum windows that meet or exceed performance requirements indicated and of documenting this performance by test reports and calculations. B. Installer Qualifications: An installer acceptable to aluminum window manufacturer for installation of units required for this Project. C. Mockups: Build mockups to verify selections made under Sample submittals, to demonstrate aesthetic effects, and to set quality standards for materials and execution. 1. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Engineer specifically approves such deviations in writing. 2. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0851 13 Page 3 of 7 1.7 WARRANTY A. Manufacturer's Warranty: Manufacturer agrees to repair or replace aluminum windows that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Failure to meet performance requirements. b. Structural failures including excessive deflection, water leakage, condensation, and air infiltration. C. Faulty operation of movable sash and hardware. d. Deterioration of materials and finishes beyond normal weathering. e. Failure of insulating glass. 2. Warranty Period: a. Window: 10 years from date of Substantial Completion. b. Glazing Units: 10 years from date of Substantial Completion. C. Aluminum Finish: 5 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Source Limitations: Obtain aluminum windows from single source from single manufacturer. 2.2 WINDOW PERFORMANCE REQUIREMENTS A. Product Standard: Comply with AAMA/WDMA/CSA 101/I.S.2/A440 for definitions and minimum standards of performance, materials, components, accessories, and fabrication unless more stringent requirements are indicated. 1. Window Certification: AAMA certified with label attached to each window. B. Performance Class and Grade: AAMA/WDMA/CSA 101/I.S.2/A440 as follows: 1. Minimum Performance Class: As indicated on Drawings. 2. Minimum Performance Grade: As indicated on Drawings. C. Thermal Transmittance: NFRC 100 maximum whole -window U-factor of 0.46. D. Solar Heat -Gain Coefficient (SHGC): NFRC 200 maximum whole -window SHGC of 0.20. E. Thermal Movements: Provide aluminum windows, including anchorage, that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling, opening of joints, overstressing of components, failure of CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0851 13 ALUMINUM WINDOWS Page 4 of 7 joint sealants, failure of connections, and other detrimental effects. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime -sky heat loss. 1. Temperature Change: 120 deg F ambient; 180 deg F material surfaces. F. Windborne-Debris Impact Resistance: Passes ASTM E1886 missile -impact and cyclic -pressure tests in accordance with ASTM E 1996 for Wind Zone 4 for enhanced protection. 1. Large -Missile Test: For glazing located within 30 feet of grade. 2. Small -Missile Test: For glazing located between 30 feet and 60 feet above grade. 2.3 ALUMINUM WINDOWS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. EFCO Corporation. 2. Kawneer Company, Inc.; Arconic Corporation. 3. YKK AP America Inc. B. Types: Provide the following types in locations indicated on Drawings: 1. Fixed. C. Frames and Sashes: Aluminum extrusions complying with AAMA/WDMA/CSA 101/ I. S.2/A440. 1. Thermally Improved Construction: Fabricate frames, sashes, and muntins with an integral, concealed, low -conductance thermal barrier located between exterior materials and window members exposed on interior side in a manner that eliminates direct metal - to -metal contact. D. Glazing System: Manufacturer's standard factory -glazing system that produces weathertight seal. E. Weather Stripping: Provide full -perimeter weather stripping for each operable sash unless otherwise indicated. F. Fasteners: Noncorrosive and compatible with window members, trim, hardware, anchors, and other components. 1. Exposed Fasteners: Do not use exposed fasteners to greatest extent possible. For application of hardware, use fasteners that match finish hardware being fastened. 2.4 ACCESSORIES A. Subsills: Thermally broken, extruded -aluminum subsills in configurations indicated on Drawings. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0851 13 MglikII0Ili uS I►IRZ0=0 Page 5 of 7 B. Interior Trim: Extruded -aluminum profiles in sizes and configurations indicated on Drawings. C. Panning Trim: Extruded -aluminum profiles in sizes and configurations indicated on Drawings. D. Receptor System: Two-piece, snap -together, thermally broken, extruded -aluminum receptor system that anchors windows in place. 2.5 FABRICATION A. Fabricate aluminum windows in sizes indicated. Include a complete system for assembling components and anchoring windows. B. Glaze aluminum windows in the factory. C. Weatherstrip each operable sash to provide weathertight installation. D. Weep Holes: Provide weep holes and internal passages to conduct infiltrating water to exterior. E. Provide water -shed members above side -hinged sashes and similar lines of natural water penetration. F. Mullions: Provide mullions and cover plates, matching window units, complete with anchors for support to structure and installation of window units. Allow for erection tolerances and provide for movement of window units due to thermal expansion and building deflections. Provide mullions and cover plates capable of withstanding design wind loads of window units. G. Complete fabrication, assembly, finishing, hardware application, and other work in the factory to greatest extent possible. Disassemble components only as necessary for shipment and installation. 2.6 GENERAL FINISH REQUIREMENTS A. Comply with NAAMM's "Metal Finishes Manual" for recommendations for applying and designating finishes. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Appearance of Finished Work: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. 2.7 ALUMINUM FINISHES A. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0851 13 Page 6 of 7 B. Class I, Color Anodic Finish: AA-M12C22A42/A44 (Mechanical Finish: nonspecular as fabricated; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, integrally colored or electrolytically deposited color coating 0.018 mm or thicker) complying with AAMA 611. 1. Color: As selected by Engineer from full range of industry colors and color densities. PART 3-EXECUTION 3.1 EXAMINATION A. Examine openings, substrates, structural support, anchorage, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. B. Verify rough opening dimensions, levelness of sill plate, and operational clearances. C. Examine wall flashings, vapor retarders, water and weather barriers, and other built-in components to ensure weathertight window installation. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Comply with manufacturer's written instructions for installing windows, hardware, accessories, and other components. For installation procedures and requirements not addressed in manufacturer's written instructions, comply with installation requirements in ASTM E2112. B. Install windows level, plumb, square, true to line, without distortion or impeding thermal movement, anchored securely in place to structural support, and in proper relation to wall flashing and other adjacent construction to produce weathertight construction. C. Install windows and components to drain condensation, water penetrating joints, and moisture migrating within windows to the exterior. D. Separate aluminum and other corrodible surfaces from sources of corrosion or electrolytic action at points of contact with other materials. 3.3 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections. 1. Testing and inspecting agency will interpret tests and state in each report whether tested work complies with or deviates from requirements. B. Testing Services: Testing and inspecting of installed windows shall take place as follows: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 0851 13 Page 7 of 7 1. Testing Methodology: Testing of windows for air infiltration and water resistance shall be performed according to AAMA 502. 2. Air -Infiltration Testing: a. Test Pressure: That required to determine compliance with AAMA/WDMA/ CSA 101/I.S.2/A440 performance class indicated. b. Allowable Air -Leakage Rate: 1.5 times the applicable AAMA/WDMA/ CSA 101/I.S.2/A440 rate for product type and performance class rounded down to one decimal place. Water -Resistance Testing: a. Test Pressure: Two-thirds times test pressure required to determine compliance with AAMA/WDMA/CSA 101/I.S.2/A440 performance grade indicated. b. Allowable Water Infiltration: No water penetration. 4. Testing Extent: Three windows of each type as selected by Engineer and a qualified independent testing and inspecting agency. Windows shall be tested after perimeter sealants have cured. 5. Test Reports: Prepared according to AAMA 502. C. Windows will be considered defective if they do not pass tests and inspections. D. Prepare test and inspection reports. 3.4 ADJUSTING, CLEANING, AND PROTECTION A. Adjust operating sashes and hardware for a tight fit at contact points and weather stripping for smooth operation and weathertight closure. B. Clean exposed surfaces immediately after installing windows. Avoid damaging protective coatings and finishes. Remove excess sealants, glazing materials, dirt, and other substances. Keep protective films and coverings in place until final cleaning. C. Remove and replace glass that has been broken, chipped, cracked, abraded, or damaged during construction period. D. Protect window surfaces from contact with contaminating substances resulting from construction operations. If contaminating substances do contact window surfaces, remove contaminants immediately according to manufacturer's written instructions. END OF SECTION 08 51 13 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 THIS PAGE INTENTIONALLY LEFT BLANK. 08 71 00 DOOR HARDWARE Page 1 of 10 SECTION 08 7100 - DOOR HARDWARE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Mechanical door hardware for the following: a. Swinging doors. 2. Cylinders for door hardware specified in other Sections. 3. Electrified door hardware. B. Related Requirements: 1. Section 08 11 13 "Hollow Metal Doors and Frames" for door silencers provided as part of hollow -metal frames. 2. Section 08 33 23 "Overhead Coiling Doors" for door hardware provided as part of overhead coiling door assemblies. 1.3 COORDINATION A. Floor -Recessed Door Hardware: Coordinate layout and installation with floor construction. 1. Cast anchoring inserts into concrete. B. Installation Templates: Distribute for doors, frames, and other work specified to be factory prepared. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing door hardware to comply with indicated requirements. C. Security: Coordinate installation of door hardware, keying, and access control with Owner's security consultant. D. Electrical System Roughing -In: Coordinate layout and installation of electrified door hardware with connections to power supplies and building safety and security systems. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 08 71 00 DOOR HARDWARE Page 2 of 10 1.4 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. Conference participants shall include Installer's Architectural Hardware Consultant. B. Keying Conference: Conduct conference at Project site. Conference participants shall include Installer's Architectural Hardware Consultant. 1.5 ACTION SUBMITTALS A. Product Data: For each type of product. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. B. Shop Drawings: For electrified door hardware. 1. Include diagrams for power, signal, and control wiring. 2. Include details of interface of electrified door hardware and building safety and security systems. C. Door Hardware Schedule: Prepared by or under the supervision of Installer's Architectural Hardware Consultant. Coordinate door hardware schedule with doors, frames, and related work to ensure proper size, thickness, hand, function, and finish of door hardware. 1. Submittal Sequence: Submit door hardware schedule concurrent with submissions of Product Data, Samples, and Shop Drawings. Coordinate submission of door hardware schedule with scheduling requirements of other work to facilitate the fabrication of other work that is critical in Project construction schedule. 2. Format: Use same scheduling sequence and format and use same door numbers as in door hardware schedule in the Contract Documents. 3. Content: Include the following information: a. Identification number, location, hand, fire rating, size, and material of each door and frame. b. Locations of each door hardware set, cross-referenced to Drawings on floor plans and to door and frame schedule. C. Complete designations, including name and manufacturer, type, style, function, size, quantity, function, and finish of each door hardware product. d. Description of electrified door hardware sequences of operation and interfaces with other building control systems. e. Fastenings and other installation information. f. Explanation of abbreviations, symbols, and designations contained in door hardware schedule. g. Mounting locations for door hardware. h. List of related door devices specified in other Sections for each door and frame. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 08 71 00 DOOR HARDWARE Page 3 of 10 D. Keying Schedule: Prepared by or under the supervision of Installer's Architectural Hardware Consultant, detailing Owner's final keying instructions for locks. Include schematic keying diagram and index each key set to unique door designations that are coordinated with the Contract Documents. 1.6 QUALITY ASSURANCE A. Installer Qualifications: Supplier of products and an employer of workers trained and approved by product manufacturers and of an Architectural Hardware Consultant who is available during the course of the Work to consult Contractor, Engineer, and Owner about door hardware and keying. 1. Warehousing Facilities: In Project's vicinity. 2. Scheduling Responsibility: Preparation of door hardware and keying schedule. 3. Engineering Responsibility: Preparation of data for electrified door hardware, including Shop Drawings, based on testing and engineering analysis of manufacturer's standard units in assemblies similar to those indicated for this Project. B. Architectural Hardware Consultant Qualifications: A person who is experienced in providing consulting services for door hardware installations that are comparable in material, design, and extent to that indicated for this Project and who is currently certified by DHI as an Architectural Hardware Consultant (AHC) and an Electrified Hardware Consultant (EHC). 1.7 DELIVERY, STORAGE, AND HANDLING A. Inventory door hardware on receipt and provide secure lock -up for door hardware delivered to Project site. B. Tag each item or package separately with identification coordinated with the final door hardware schedule, and include installation instructions, templates, and necessary fasteners with each item or package. C. Deliver keys to manufacturer of key control system for subsequent delivery to Owner. D. Deliver keys and permanent cores to Owner by registered mail or overnight package service. 1.8 WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace components of door hardware that fail in materials or workmanship within specified warranty period. Failures include, but are not limited to, the following: a. Structural failures including excessive deflection, cracking, or breakage. b. Faulty operation of doors and door hardware. C. Deterioration of metals, metal finishes, and other materials beyond normal weathering and use. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 08 71 00 DOOR HARDWARE Page 4 of 10 2. Warranty Period: Three years from date of Substantial Completion unless otherwise indicated below: a. Electromagnetic and Delayed -Egress Locks: Five years from date of Substantial Completion. b. Exit Devices: Two years from date of Substantial Completion. C. Manual Closers: 10 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Source Limitations: Obtain each type of door hardware from single manufacturer. 1. Provide electrified door hardware from same manufacturer as mechanical door hardware unless otherwise indicated. Manufacturers that perform electrical modifications and that are listed by a testing and inspecting agency acceptable to authorities having jurisdiction are acceptable. 2.2 PERFORMANCE REQUIREMENTS A. Electrified Door Hardware: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Means of Egress Doors: Latches do not require more than 15 lbf to release the latch. Locks do not require use of a key, tool, or special knowledge for operation. 2.3 HINGES A. Hinges: BHMA A156.1. 2.4 MECHANICAL LOCKS AND LATCHES A. Lock Functions: As indicated in door hardware schedule. B. Lock Throw: Comply with testing requirements for length of bolts required for labeled fire doors, and as follows: 1. Mortise Locks: Minimum 3/4-inch latchbolt throw. C. Lock Backset: 2-3/4 inches unless otherwise indicated. D. Lock Trim: 1. Description: Manufacturer's standard. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 08 71 00 DOOR HARDWARE Page 5 of 10 2. Levers: Cast. 3. Escutcheons (Roses): Cast. 4. Dummy Trim: Match lever lock trim and escutcheons. E. Strikes: Provide manufacturer's standard strike for each lock bolt or latchbolt complying with requirements indicated for applicable lock or latch and with strike box and curved lip extended to protect frame; finished to match lock or latch. F. Mortise Locks: BHMA A156.13; Operational Grade 1; stamped steel case with steel or brass parts; Series 1000. 2.5 EXIT DEVICES AND AUXILIARY ITEMS A. Exit Devices and Auxiliary Items: BHMA A156.3. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Corbin Russwin, Inc.: an ASSA ABLOY Group comnanv. b. Haeer Companies. C. dormakaba USA Inc. 2.6 LOCK CYLINDERS A. Lock Cylinders: Tumbler type, constructed from brass or bronze, stainless steel, or nickel silver. Provide cylinder from same manufacturer of locking devices. B. Standard Lock Cylinders: BHMA Al56.5; Grade 1 permanent cores; face finished to match lockset. 1. Core Type: Removable. 2.7 KEYING A. Keying System: Factory registered, complying with guidelines in BHMA A156.28, appendix. Provide one extra key blank for each lock. Incorporate decisions made in keying conference. 1. No Master Key System: Only change keys operate cylinders. a. Provide three -cylinder change keys. 2. Master Key System: Change keys and a master key operate cylinders. a. Provide three -cylinder change keys and five master keys. 3. Grand Master Key System: Change keys, a master key, and a grand master key operate cylinders. a. Provide three -cylinder change keys and five each of master and grand master keys. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 08 71 00 DOOR HARDWARE Page 6 of 10 4. Great -Grand Master Key System: Change keys, a master key, a grand master key, and a great -grand master key operate cylinders. a. Provide three -cylinder change keys and five each of master, grand master, and great -grand master keys. 5. Existing System: a. Master key or grand master key locks to Owner's existing system. b. Re -key Owner's existing master key system into new keying system. 6. Keyed Alike: Key all cylinders to same change key. B. Keys: Nickel silver. 1. Stamping: Permanently inscribe each key with a visual key control number and include the following notation: a. Notation: "DO NOT DUPLICATE." 2.8 OPERATING TRIM A. Operating Trim: BHMA A156.6; stainless steel unless otherwise indicated. 2.9 SURFACE CLOSERS A. Surface Closers: BHMA Al56.4; rack-and-pinion hydraulic type with adjustable sweep and latch speeds controlled by key -operated valves and forged -steel main arm. Comply with manufacturer's written instructions for size of door closers depending on size of door, exposure to weather, and anticipated frequency of use. Provide factory -sized closers, adjustable to meet field conditions and requirements for opening force. 2.10 THRESHOLDS A. Thresholds: BHMA A156.21; fabricated to full width of opening indicated. 2.11 METAL PROTECTIVE TRIM UNITS A. Metal Protective Trim Units: BHMA A156.6; fabricated from 0.050-inch- thick stainless steel; with manufacturer's standard machine or self -tapping screw fasteners. 2.12 FABRICATION A. Manufacturer's Nameplate: Do not provide products that have manufacturer's name or trade name displayed in a visible location except in conjunction with required fire -rating labels and as otherwise approved by Engineer. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 08 71 00 DOOR HARDWARE Page 7 of 10 1. Manufacturer's identification is permitted on rim of lock cylinders only. B. Base Metals: Produce door hardware units of base metal indicated, fabricated by forming method indicated, using manufacturer's standard metal alloy, composition, temper, and hardness. Furnish metals of a quality equal to or greater than that of specified door hardware units and BHMA A156.18. C. Fasteners: Provide door hardware manufactured to comply with published templates prepared for machine, wood, and sheet metal screws. Provide screws that comply with commercially recognized industry standards for application intended, except aluminum fasteners are not permitted. Provide Phillips flat -head screws with finished heads to match surface of door hardware unless otherwise indicated. Concealed Fasteners: For door hardware units that are exposed when door is closed, except for units already specified with concealed fasteners. Do not use through bolts for installation where bolt head or nut on opposite face is exposed unless it is the only means of securely attaching the door hardware. Where through bolts are used on hollow door and frame construction, provide sleeves for each through bolt. 2.13 FINISHES A. Provide finishes complying with BHMA Al56.18 as indicated in door hardware schedule. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine doors and frames, with Installer present, for compliance with requirements for installation tolerances, labeled fire -rated door assembly construction, wall and floor construction, and other conditions affecting performance of the Work. B. Examine roughing -in for electrical power systems to verify actual locations of wiring connections before electrified door hardware installation. C. Proceed with installation only after unsatisfactory conditions have been corrected. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 08 71 00 DOOR HARDWARE Page 8 of 10 3.2 PREPARATION A. Steel Doors and Frames: For surface -applied door hardware, drill and tap doors and frames according to ANSI/SDI A250.6. 3.3 INSTALLATION A. Mounting Heights: Mount door hardware units at heights to comply with the following unless otherwise indicated or required to comply with governing regulations. 1. Standard Steel Doors and Frames: ANSI/SDI A250.8. B. Install each door hardware item to comply with manufacturer's written instructions. Where cutting and fitting are required to install door hardware onto or into surfaces that are later to be painted or finished in another way, coordinate removal, storage, and reinstallation of surface protective trim units with finishing work. Do not install surface -mounted items until finishes have been completed on substrates involved. 1. Set units level, plumb, and true to line and location. Adjust and reinforce attachment substrates as necessary for proper installation and operation. 2. Drill and countersink units that are not factory prepared for anchorage fasteners. Space fasteners and anchors according to industry standards. C. Hinges: Install types and in quantities indicated in door hardware schedule, but not fewer than the number recommended by manufacturer for application indicated or one hinge for every 30 inches of door height, whichever is more stringent, unless other equivalent means of support for door, such as spring hinges or pivots, are provided. D. Lock Cylinders: Install construction cores to secure building and areas during construction period. 1. Replace construction cores with permanent cores as indicated in keying schedule. 2. Furnish permanent cores to Owner for installation. E. Key Control System: 1. Key Control Cabinet: Tag keys and place them on markers and hooks in key control system cabinet, as determined by final keying schedule. 2. Key Lock Boxes: Install where indicated or approved by Engineer to provide controlled access for fire and medical emergency personnel. 3. Key Control System Software: Set up multiple -index system based on final keying schedule. F. Thresholds: Set thresholds for exterior doors and other doors indicated in full bed of sealant complying with requirements specified in Section 07 92 00 "Joint Sealants." G. Stops: Provide floor stops for doors unless wall or other type stops are indicated in door hardware schedule. Do not mount floor stops where they will impede traffic. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 08 71 00 DOOR HARDWARE Page 9 of 10 3.4 FIELD QUALITY CONTROL A. Independent Architectural Hardware Consultant: Owner will engage a qualified independent Architectural Hardware Consultant to perform inspections and to prepare inspection reports. 1. Independent Architectural Hardware Consultant will inspect door hardware and state in each report whether installed work complies with or deviates from requirements, including whether door hardware is properly installed and adjusted. 3.5 ADJUSTING A. Initial Adjustment: Adjust and check each operating item of door hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate as intended. Adjust door control devices to compensate for final operation of heating and ventilating equipment and to comply with referenced accessibility requirements. 1. Door Closers: Adjust sweep period to comply with accessibility requirements and requirements of authorities having jurisdiction. A. Clean adjacent surfaces soiled by door hardware installation. B. Clean operating items as necessary to restore proper function and finish. C. Provide final protection and maintain conditions that ensure that door hardware is without damage or deterioration at time of Substantial Completion. 3.7 MAINTENANCE SERVICE A. Maintenance Tools and Instructions: Furnish a complete set of specialized tools and maintenance instructions for Owner's continued adjustment, maintenance, and removal and replacement of door hardware. B. Maintenance Service: Beginning at Substantial Completion, maintenance service shall include six months' full maintenance by skilled employees of door hardware Installer. Include quarterly preventive maintenance, repair or replacement of worn or defective components, lubrication, cleaning, and adjusting as required for proper door and door hardware operation. Parts and supplies shall be manufacturer's authorized replacement parts and supplies. A. Train Owner's maintenance personnel to adjust, operate, and maintain door hardware. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 3.9 DOOR HARDWARE SCHEDULE A. Manufacturer's Abbreviations: 1. PE - Pemko 2. RU - Corbin Russwin 3. OT - Other Hardware Sets Set: 1.0 Doors: DD-101A 08 71 00 DOOR HARDWARE Page 10 of 10 1 Continuous Hinge CFM83HD1 PE 087100 1 Rim Exit Device, Nightlatch ED5200S N957ET AP 630 RU 087100 1 Surface Closer w/ Stop DC8210 A11 689 RU 087100 1 Rain Guard 346C + 4" ODW PE 087100 1 Gasketing 2891AV PE 087100 1 Sweep 315CN PE 087100 1 Threshold 171A PE 087100 Doors: DD-101 B 1 Balance of Hardware Set: 2.0 By Assembly Mfr OT CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 088000 GLAZING Page 1 of 13 SECTION 08 80 00 — GLAZING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Glass products. 2. Laminated glass. 3. Insulating glass. 4. Glazing sealants. 5. Glazing tapes. 6. Miscellaneous glazing materials. 7. Delegated design. B. Related Requirements: l . Section 08 11 13 "Hollow Metal Doors and Frames" for glazing on hollow metal door transoms. 2. Section 08 51 13 " Aluminum Windows" for glazing of windows. 1.3 DEFINITIONS A. Glass Manufacturers: Firms that produce primary glass, fabricated glass, or both, as defined in referenced glazing publications. B. Glass Thicknesses: Indicated by thickness designations in millimeters in accordance with ASTM C1036. C. IBC: International Building Code. 1.4 COORDINATION A. Coordinate glazing channel dimensions to provide necessary bite on glass, minimum edge and face clearances, and adequate sealant thicknesses, with reasonable tolerances to achieve proper safety margins for glazing retention under each design load case, load case combination, and service condition. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 088000 GLAZING Page 2 of 13 1.5 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1. Review and finalize construction schedule and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 2. Review temporary protection requirements for glazing during and after installation. 1.6 ACTION SUBMITTALS A. Product Data: For each type of product. B. Glass Samples: For each type of the following products; 12 inches square. 1. Tinted glass. 2. Laminated glass. 3. Insulating glass. C. Glazing Accessory Samples: For sealants and colored spacers, in 12-inch lengths. Install sealant Samples between two strips of material representative in color of adjoining framing system. D. Glazing Schedule: List glass types and thicknesses for each size opening and location. Use same designations indicated on Drawings. 1.7 DELEGATED DESIGN SUBMITTALS A. For glass indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by qualified professional engineer responsible for their preparation. B. Qualifications Statement: Submit qualifications for licensed professional. 1.8 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer, glass testing agency, and sealant testing agency. B. Product Certificates: For glass. C. Product Test Reports: For insulating glass and glazing sealants, for tests performed by a qualified testing agency. 1. For glazing sealants, provide test reports based on testing current sealant formulations within previous 36-month period. D. Preconstruction adhesion and compatibility test report. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 088000 GLAZING Page 3 of 13 E. Sample Warranties: For special warranties. 1.9 QUALITY ASSURANCE A. Delegated Design Engineer: Licensed professional engineer experienced in design of specified Work and licensed in the jurisdiction of Project location. B. Installer Qualifications: A qualified glazing contractor for this Project who is certified under the North American Contractor Certification Program (NACC) for Architectural Glass & Metal (AG&M) contractors and who employs glazing technicians certified under the Architectural Glass and Metal Technician (AGMT) certification program. C. Glass Testing Agency Qualifications: A qualified independent testing agency accredited according to the NFRC CAP 1 Certification Agency Program. D. Sealant Testing Agency Qualifications: An independent testing agency qualified according to ASTM C1021 to conduct the testing indicated. E. Mockups: Build mockups to demonstrate aesthetic effects and to set quality standards for materials and execution. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.10 PRECONSTRUCTION TESTING A. Preconstruction Adhesion and Compatibility Testing: Test each glass product, tape sealant, gasket, glazing accessory, and glass -framing member for adhesion to and compatibility with elastomeric glazing sealants. 1. Testing is not required if data are submitted based on previous testing of current sealant products and glazing materials matching those submitted. 2. Use ASTM C1087 to determine whether priming and other specific joint -preparation techniques are required to obtain rapid, optimum adhesion of glazing sealants to glass, tape sealants, gaskets, and glazing channel substrates. 3. Test no fewer than eight Samples of each type of material, including joint substrates, shims, sealant backings, secondary seals, and miscellaneous materials. 4. Schedule enough time for testing and analyzing results to prevent delaying the Work. 5. For materials failing tests, submit sealant manufacturer's written instructions for corrective measures including use of specially formulated primers. 1.11 DELIVERY, STORAGE, AND HANDLING A. Protect glazing materials in accordance with manufacturer's written instructions. Prevent damage to glass and glazing materials from condensation, temperature changes, direct exposure to sun, or other causes. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 088000 GLAZING Page 4 of 13 B. Comply with insulating -glass manufacturer's written instructions for venting and sealing units to avoid hermetic seal ruptures due to altitude change. 1.12 FIELD CONDITIONS A. Environmental Limitations: Do not proceed with glazing when ambient and substrate temperature conditions are outside limits permitted by glazing material manufacturers and when glazing channel substrates are wet from rain, frost, condensation, or other causes. Do not install glazing sealants when ambient and substrate temperature conditions are outside limits permitted by sealant manufacturer or are below 40 deg F. 1.13 WARRANTY A. Manufacturer's Special Warranty for Laminated Glass: Manufacturer agrees to replace laminated -glass units that deteriorate within specified warranty period. Deterioration of laminated glass is defined as defects developed from normal use that are not attributed to glass breakage or to maintaining and cleaning laminated glass contrary to manufacturer's written instructions. Defects include edge separation, delamination materially obstructing vision through glass, and blemishes exceeding those allowed by referenced laminated -glass standard. Warranty Period: 10 years from date of Substantial Completion. B. Manufacturer's Special Warranty for Insulating Glass: Manufacturer agrees to replace insulating -glass units that deteriorate within specified warranty period. Deterioration of insulating glass is defined as failure of hermetic seal under normal use that is not attributed to glass breakage or to maintaining and cleaning insulating glass contrary to manufacturer's written instructions. Evidence of failure is obstruction of vision by dust, moisture, or film on interior surfaces of glass. Warranty Period: 10 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Guardian Glass; SunGuard 2. Oldcastle Building Envelope 3. Vitro Architectural Glass B. Source Limitations for Glass: Obtain tinted glass from single source from single manufacturer. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 088000 GLAZING Page 5 of 13 C. Source Limitations for Glazing Accessories: For each product and installation method, obtain from single source from single manufacturer. 2.2 PERFORMANCE REQUIREMENTS A. General: Installed glazing systems shall withstand normal thermal movement and wind and impact loads (where applicable) without failure, including loss or glass breakage attributable to defective manufacture, fabrication, or installation; failure of sealants or gaskets to remain watertight and airtight; deterioration of glazing materials; or other defects in construction. B. Delegated Design: Engage a qualified professional engineer, as defined in Section 0140 00 "Quality Requirements," to design glazing. C. Structural Performance: Glazing shall withstand the following design loads within limits and under conditions indicated determined in accordance with the IBC and ASTM E1300: 1. Design Wind Pressures: As indicated on Drawings. a. Wind Design Data: As indicated on Drawings. b. Basic Wind Speed: As indicated on Drawings. C. Importance Factor: 1.0. d. Exposure Category: As indicated on Drawings. 2. Design Snow Loads: As indicated on Drawings. 3. Probability of Breakage for Sloped Glazing: For glass sloped more than 15 degrees from vertical, design glass for a probability of breakage not greater than 0.001. 4. Maximum Lateral Deflection: For glass supported on all four edges, limit center -of -glass deflection at design wind pressure to not more than 1150 times the short -side length or 1 inch, whichever is less. 5. Thermal Loads: Design glazing to resist thermal stress breakage induced by differential temperature conditions and limited air circulation within individual glass lites and insulated glazing units. D. Safety Glazing: Where safety glazing is indicated, provide glazing that complies with 16 CFR 1201, Category II. E. Thermal and Optical Performance Properties: Provide glass with performance properties specified, as indicated in manufacturer's published test data, based on procedures indicated below: 1. For laminated -glass lites, properties are based on products of construction indicated. 2. For insulating -glass units, properties are based on units of thickness indicated for overall unit and for each lite. 3. U-Factors: Center -of -glazing values, in accordance with NFRC 100 and based on most current non -beta version of LBL's WINDOW computer program, expressed as Btu/sq. ft. xhxdeg F. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 088000 GLAZING Page 6 of 13 4. SHGC and Visible Transmittance: Center -of -glazing values, in accordance with NFRC 200 and based on most current non -beta version of LBL's WINDOW computer program. 5. Visible Reflectance: Center -of -glazing values, in accordance with NFRC 300. 2.3 GLASS PRODUCTS, GENERAL A. Glazing Publications: Comply with published recommendations of glass product manufacturers and organizations below unless more stringent requirements are indicated. See these publications for glazing terms not otherwise defined in this Section or in referenced standards. 1. NGA Publications: "Laminated Glazing Reference Manual" and "Glazing Manual." 2. AAMA Publications: AAMA GDSG-1, "Glass Design for Sloped Glazing," and AAMA TIR A7, "Sloped Glazing Guidelines." 3. IGMA Publication for Sloped Glazing: IGMA TB-3001, "Guidelines for Sloped Glazing." 4. IGMA Publication for Insulating Glass: SIGMA TM-3000, "North American Glazing Guidelines for Sealed Insulating Glass Units for Commercial and Residential Use." B. Insulating -Glass Certification Program: Permanently marked either on spacers or on at least one component lite of units with appropriate certification label of the IGCC. C. Thickness: Where glass thickness is indicated, it is a minimum. Provide glass that complies with performance requirements and is not less than thickness indicated. D. Strength: Where annealed float glass is indicated, provide annealed float glass, heat - strengthened float glass, or fully tempered float glass as needed to comply with "Performance Requirements" Article. Where heat -strengthened float glass is indicated, provide heat - strengthened float glass or fully tempered float glass as needed to comply with "Performance Requirements" Article. Where fully tempered float glass is indicated, provide fully tempered float glass. 2.4 GLASS PRODUCTS A. Clear Annealed Float Glass: ASTM C 1036, Type I, Class 1 (clear), Quality-Q3. B. Ultraclear Annealed Float Glass: ASTM C1036, Type I, Class I (clear), Quality-Q3; and with visible light transmission of not less than 91 percent. C. Tinted Annealed Float Glass: ASTM C1036, Type I, Class 2 (tinted), Quality-Q3. D. Fully Tempered Float Glass: ASTM C 1048, Kind FT (fully tempered), Condition A (uncoated) unless otherwise indicated, Type I, Class 1 (clear) or Class 2 (tinted) as indicated, Quality-Q3. Fabrication Process: By horizontal (roller -hearth) process with roll -wave distortion parallel to bottom edge of glass as installed unless otherwise indicated. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 088000 GLAZING Page 7 of 13 E. Heat -Strengthened Float Glass: ASTM C1048, Kind HS (heat strengthened), Type I, Condition A (uncoated) unless otherwise indicated, Type I, Class 1 (clear) or Class 2 (tinted) as indicated, Quality-Q3. Fabrication Process: By horizontal (roller -hearth) process with roll -wave distortion parallel to bottom edge of glass as installed unless otherwise indicated. 2.5 LAMINATED GLASS A. Laminated Glass: ASTM C1172. Use materials that have a proven record of no tendency to bubble, discolor, or lose physical and mechanical properties after fabrication and installation. 1. Construction: Laminate glass with polyvinyl butyral interlayer to comply with interlayer manufacturer's written instructions. 2. Interlayer Thickness: Provide thickness not less than that indicated and as needed to comply with requirements. 3. Interlayer Color: Clear unless otherwise indicated. B. Windborne-Debris-Impact-Resistant Laminated Glass: Comply with requirements specified above for laminated glass except laminate glass with one of the following to comply with interlayer manufacturer's written instructions: 1. Construction: Laminate glass with polyvinyl butyral interlayer reinforced with polyethylene terephthalate film, ionoplast interlayer, or cast -in -place and cured - transparent -resin interlayer reinforced with polyethylene terephthalate film to comply with interlayer manufacturer's written instructions. 2. Interlayer Thickness: Provide thickness not less than that indicated and as needed to comply with requirements. 3. Interlayer Color: Clear unless otherwise indicated. 2.6 INSULATING GLASS A. Insulating -Glass Units: Factory -assembled units consisting of sealed lites of glass separated by a dehydrated interspace, qualified in accordance with ASTM E2190. 1. Sealing System: Dual seal, with polyisobutylene and polysulfide primary and secondary sealants. 2. Perimeter Spacer: Manufacturer's standard spacer material and construction. 3. Desiccant: Molecular sieve or silica gel, or a blend of both. 2.7 GLAZING SEALANTS A. General: Compatibility: Compatible with one another and with other materials they contact, including glass products, seals of insulating -glass units, and glazing channel substrates, CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 08 80 00 GLAZING Page 8 of 13 under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. 2. Suitability: Comply with sealant and glass manufacturers' written instructions for selecting glazing sealants suitable for applications indicated and for conditions existing at time of installation. 3. Colors of Exposed Glazing Sealants: As selected by Engineer from manufacturer's full range of industry colors. B. Neutral -Curing Silicone Glazing Sealant, Class 100150: Complying with ASTM C920, Type S, Grade NS, Use NT. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Pecora Corporation. b. Sika Corporation. C. The Dow Chemical Company. 2.8 GLAZING TAPES A. Back -Bedding Mastic Glazing Tapes: Preformed, butyl -based, 100 percent solids elastomeric tape; nonstaining and nonmigrating in contact with nonporous surfaces; with or without spacer rod as recommended in writing by tape and glass manufacturers for application indicated; and complying with ASTM C1281 and AAMA 800 for products indicated below: 1. AAMA 804.3 tape, where indicated. 2. AAMA 806.3 tape, for glazing applications in which tape is subject to continuous pressure. 3. AAMA 807.3 tape, for glazing applications in which tape is not subject to continuous pressure. B. Expanded Cellular Glazing Tapes: Closed -cell, PVC foam tapes; factory coated with adhesive on both surfaces; and complying with AAMA 800 for the following types: 1. AAMA 810.1, Type 1, for glazing applications in which tape acts as primary sealant. 2. AAMA 810.1, Type 2, for glazing applications in which tape is used in combination with a full bead of liquid sealant. 2.9 MISCELLANEOUS GLAZING MATERIALS A. General: Provide products of material, size, and shape complying with referenced glazing standard, recommended in writing by manufacturers of glass and other glazing materials for application indicated, and with a proven record of compatibility with surfaces contacted in installation. B. Cleaners, Primers, and Sealers: Types recommended by sealant or gasket manufacturer. C. Setting Blocks: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 088000 GLAZING Page 9 of 13 1. Neoprene with Shore A durometer hardness of 85, plus or minus 5. 2. Type recommended in by sealant or glass manufacturer. D. Spacers: 1. Neoprene blocks or continuous extrusions of hardness required by glass manufacturer to maintain glass lites in place for installation indicated. 2. Type recommended in by sealant or glass manufacturer. E. Edge Blocks: 1. Neoprene with Shore A durometer hardness per manufacturer's written instructions. 2. Type recommended in writing by sealant or glass manufacturer. F. Cylindrical Glazing Sealant Backing: ASTM C1330, Type O (open -cell material), of size and density to control glazing sealant depth and otherwise produce optimum glazing sealant performance. 2.10 FABRICATION OF GLAZING UNITS A. Fabricate glazing units in sizes required to fit openings indicated for Project, with edge and face clearances, edge and surface conditions, and bite complying with written instructions of product manufacturer and referenced glazing publications, to comply with system performance requirements. 1. Allow for thermal movements from ambient and surface temperature changes acting on glass framing members and glazing components. a. Temperature Change: 120 deg F, ambient; 180 deg F, material surfaces. B. Grind smooth and polish exposed glass edges and corners. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine framing, glazing channels, and stops, with Installer present, for compliance with the following: 1. Manufacturing and installation tolerances, including those for size, squareness, and offsets at corners. 2. Presence and functioning of weep systems. 3. Minimum required face and edge clearances. 4. Effective sealing between joints of glass -framing members. B. Proceed with installation only after unsatisfactory conditions have been corrected. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 088000 GLAZING Page 10 of 13 3.2 PREPARATION A. Clean glazing channels and other framing members receiving glass immediately before glazing. Remove coatings not firmly bonded to substrates. B. Examine glazing units to locate exterior and interior surfaces. Label or mark units as needed so that exterior and interior surfaces are readily identifiable. Do not use materials that leave visible marks in the completed Work. 3.3 GLAZING, GENERAL A. Comply with combined written instructions of manufacturers of glass, sealants, gaskets, and other glazing materials, unless more stringent requirements are indicated, including those in referenced glazing publications. B. Protect glass edges from damage during handling and installation. Remove damaged glass from Project site and legally dispose of off Project site. Damaged glass includes glass with edge damage or other imperfections that, when installed, could weaken glass, impair performance, or impair appearance. C. Apply primers to joint surfaces where required for adhesion of sealants, as determined by preconstruction testing. D. Install setting blocks in sill rabbets, sized and located to comply with referenced glazing publications, unless otherwise required by glass manufacturer. Set blocks in thin course of compatible sealant suitable for heel bead. E. Where wedge-shaped gaskets are driven into one side of channel to pressurize sealant or gasket on opposite side, provide adequate anchorage so gasket cannot walk out when installation is subjected to movement. F. Square cut wedge-shaped gaskets at corners and install gaskets in a manner recommended by gasket manufacturer to prevent corners from pulling away; seal corner joints and butt joints with sealant recommended in writing by gasket manufacturer. 3.4 TAPE GLAZING A. Position tapes on fixed stops so that, when compressed by glass, their exposed edges are flush with or protrude slightly above sightline of stops. B. Install tapes continuously, but not necessarily in one continuous length. Do not stretch tapes to make them fit opening. C. Cover vertical framing joints by applying tapes to heads and sills first, then to jambs. Cover horizontal framing joints by applying tapes to jambs, then to heads and sills. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 088000 GLAZING Page 11 of 13 D. Place joints in tapes at corners of opening with adjoining lengths butted together, not lapped. Seal joints in tapes with compatible sealant approved by tape manufacturer. E. Do not remove release paper from tape until right before each glazing unit is installed. F. Apply heel bead of elastomeric sealant. G. Apply cap bead of elastomeric sealant over exposed edge of tape. 3.5 GASKET GLAZING (DRY) A. Cut compression gaskets to lengths recommended by gasket manufacturer to fit openings exactly, with allowance for stretch during installation. B. Insert soft compression gasket between glass and frame or fixed stop so it is securely in place with joints miter cut and bonded together at corners. C. Installation with Drive-in Wedge Gaskets: Center glass lites in openings on setting blocks, and press firmly against soft compression gasket by inserting dense compression gaskets formed and installed to lock in place against faces of removable stops. Start gasket applications at corners and work toward centers of openings. Compress gaskets to produce a weathertight seal without developing bending stresses in glass. Seal gasket joints with sealant recommended in writing by gasket manufacturer. D. Installation with Pressure -Glazing Stops: Center glass lites in openings on setting blocks, and press firmly against soft compression gasket. Install dense compression gaskets and pressure - glazing stops, applying pressure uniformly to compression gaskets. Compress gaskets to produce a weathertight seal without developing bending stresses in glass. Seal gasket joints with sealant recommended in writing by gasket manufacturer. E. Install gaskets so they protrude past face of glazing stops. 3.6 SEALANT GLAZING (WET) A. Install continuous spacers, or spacers combined with cylindrical sealant backing, between glass lites and glazing stops to maintain glass face clearances and to prevent sealant from extruding into glass channel and blocking weep systems until sealants cure. Secure spacers or spacers and backings in place and in position to control depth of installed sealant relative to edge clearance for optimum sealant performance. B. Force sealants into glazing channels to eliminate voids and to ensure complete wetting or bond of sealant to glass and channel surfaces. C. Tool exposed surfaces of sealants to provide a substantial wash away from glass. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 088000 GLAZING Page 12 of 13 3.7 CLEANING AND PROTECTION A. Immediately after installation, remove nonpermanent labels and clean surfaces. B. Protect glass from contact with contaminating substances resulting from construction operations. Examine glass surfaces adjacent to or below exterior concrete and other masonry surfaces at frequent intervals during construction, but not less than once a month, for buildup of dirt, scum, alkaline deposits, or stains. 1. If, despite such protection, contaminating substances do contact with glass, remove substances immediately as recommended in writing by glass manufacturer. Remove and replace glass that cannot be cleaned without damage to coatings. C. Remove and replace glass that is damaged during construction period. D. Wash glass on both exposed surfaces not more than four days before date scheduled for inspections that establish date of Substantial Completion. Wash glass as recommended in writing by glass manufacturer. 3.8 MONOLITHIC GLASS SCHEDULE A. Ultraclear Glass Type: Fully tempered float glass. 1. Basis -of -Design Product: Guardian Clear Float Glass. 2. Minimum Thickness: 1/2 inch. 3. Safety glazing required. 3.9 LAMINATED GLASS SCHEDULE A. Clear Laminated Glass Type: Two plies of heat -strengthened float glass. 1. Basis -of -Design Product: Guardian Glass. 2. Minimum Thickness of Each Glass Ply: 6 mm. 3. Interlayer Thickness: 0.060 inch. 4. Safety glazing required. 3.10 INSULATING GLASS SCHEDULE A. Ultraclear Insulating Glass Type: 1. Basis -of -Design Product: Guardian Glass. 2. Overall Unit Thickness: 1 inch. 3. Minimum Thickness of Each Glass Lite: 6 mm. 4. Outdoor Lite: Ultraclear fully tempered float glass. 5. Interspace Content: Air. 6. Indoor Lite: Ultraclear fully tempered float glass. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 7. Winter Nighttime U-Factor: 8. Summer Daytime U-Factor: 9. Safety glazing required. END OF SECTION 08 80 00 0.31 maximum. 0.30 maximum. 088000 GLAZING Page 13 of 13 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 THIS PAGE INTENTIONALLY LEFT BLANK. 09 91 23 INTERIOR PAINTING Page 1 of 9 64114itl[8A[1110WI&M120111 MM9F.11I►mIIZIN] PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Primers. 2. Water -based finish coatings. 3. Solvent -based finish coatings. 4. Dry fall coatings. B. Related Requirements: 1. Section 05 50 00 "Miscellaneous Metal Fabrications" for shop priming metal fabrications. 2. Section 09 96 76.23 "Wastewater Treatment Coatings". C. Surfaces not included as part of field -applied finish work, unless otherwise indicated: 1. Pre -finished Items: Do not include painting when factory -finishing or installer -finishing is specified for such items, such as but not limited to architectural woodwork and casework, metal roof edging systems, pre -finished partition systems, acoustic materials, toilet enclosures, elevator entrance doors, frames, and equipment, and mechanical and electrical equipment, including, fixtures, switchgear, distribution cabinets, and light fixtures. 2. Concealed Surfaces: Finishing of walls and ceilings in concealed and generally inaccessible areas, foundation spaces, furred areas, utility tunnels, pipe spaces, duct shafts and elevator shafts. 3. Finished Metal Surfaces: Metal surfaces of anodized aluminum, stainless steel, chromium plate, copper, bronze, and similar finished materials. 4. Operating Parts: Moving parts of operating units, mechanical and electrical parts, such as valve and damper operators, linkages, sensing devices, motors, and fan shafts. 5. Code -required Labels: Do not paint over Underwriters' Laboratories, Warnock -Hershey or Factory Mutual labels, or any equipment identification, performance rating, name, or nomenclature plates. 1.3 DEFINITIONS A. MPI Gloss Levels: Following define gloss levels according to ASTM D 523: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 09 91 23 INTERIOR PAINTING Page 2 of 9 1. MPI Gloss Level 1 - Traditional Matte or Flat Finish: Maximum five units at 60 degrees and 10 units at 85 degrees. 2. MPI Gloss Level 2 - Velvet -Like Finish: Maximum 10 units at 60 degrees and 10 to 35 units at 85 degrees. 3. MPI Gloss Level 3 - Traditional Eggshell -Like Finish: 10 to 25 units at 60 degrees and 10 to 35 units at 85 degrees. 4. MPI Gloss Level 4 - Satin -Like Finish: 20 to 35 units at 60 degrees and minimum 35 units at 85 degrees. 5. MPI Gloss Level 5 - Traditional Semi -Gloss Finish: 35 to 70 units at 60 degrees. 6. MPI Gloss Level 6 - Traditional Gloss: 70 to 85 units at 60 degrees. 7. MPI Gloss Level 7 - High Gloss: Minimum 85 units at 60 degrees. B. Paint: Various coating systems materials, including primers, emulsions, enamels, stains, sealers and fillers, and other applied materials, whether used as prime, intermediate or finish coats. C. Finished Areas: Interior rooms, areas, and spaces in which exposed surfaces are finished by Work of this Section or other Sections. Non -exposed spaces above suspended ceilings are not to be included as part of painting Work, unless otherwise indicated. D. Utility Areas: Exterior and interior rooms, areas, and spaces dedicated for plumbing, mechanical, electrical, communication, and safety equipment. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. Include preparation requirements and application instructions. 1. Indicate. 2. VOC content. B. Samples: For each type of topcoat product. C. Samples for Initial Selection: For each type of topcoat product. D. Samples for Verification: For each type of paint system and in each color and gloss of topcoat. 1. Submit Samples on rigid backing, 8 inches square. 2. Apply coats on Samples in steps to show each coat required for system. 3. Label each coat of each Sample. 4. Label each Sample for location and application area. E. Product List: Cross-reference to paint system and locations of application areas. Use same designations indicated on Drawings and in schedules. Include color designations. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 09 91 23 INTERIOR PAINTING Page 3 of 9 1.5 CLOSEOUT SUBMITTALS A. Coating Maintenance Manual: Upon conclusion of painting, Contractor, paint manufacturer, or supplier shall submit a coating maintenance manual, such as Sherwin-Williams "Custodian Project Color and Product Information" report or equal that includes: 1. Area Summary with finish schedule. 2. Area Detail designating where each product, color, and finish was used. 3. Product data pages and safety data sheets. 4. Care and cleaning instructions. 5. Touch-up procedures. 6. Color samples, 4 inches by 5 inches, of each color and finish. 1.6 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials, from the same product run, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Paint: 5 percent, but not less than 1 gal. of each material and color applied. 1.7 QUALITY ASSURANCE A. Mockups: Apply mockups of each paint system indicated and each color and finish selected to verify preliminary selections made under Sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. Engineer will select one surface to represent surfaces and conditions for application of each paint system. a. Vertical and Horizontal Surfaces: Provide samples of at least 100 sq. ft. b. Other Items: Engineer will designate items or areas required. 2. Final approval of color selections will be based on mockups. a. If preliminary color selections are not approved, apply additional mockups of additional colors selected by Engineer at no added cost to Owner. 3. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Engineer specifically approves such deviations in writing. 4. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 09 91 23 INTERIOR PAINTING Page 4 of 9 1.8 DELIVERY, STORAGE, AND HANDLING A. Store materials not in use in tightly covered containers in well -ventilated areas with ambient temperatures continuously maintained at not less than 45 degrees F. 1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. 1.9 FIELD CONDITIONS A. Apply paints only when temperature of surfaces to be painted and ambient air temperatures are between 50 and 95 degrees F. B. Do not apply paints when relative humidity exceeds 85 percent; at temperatures less than 5 degrees F above the dew point; or to damp or wet surfaces. C. Lead Paint: It is not expected that lead paint will be encountered in the Work. 1. If suspected lead paint is encountered, do not disturb; immediately notify Engineer and Owner. 2. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: 1. Tnemec, Inc. (TN). 2. PPG Paints (PPG). 3. The Sherwin-Williams Company (SWC). B. Source Limitations: Obtain paint materials from single source from single listed manufacturer. 1. Manufacturer's designations listed on a separate color schedule are for color reference only and do not indicate prior approval. 2.2 PAINT PRODUCTS, GENERAL A. Material Compatibility: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 09 91 23 INTERIOR PAINTING Page 5 of 9 1. Materials for use within each paint system shall be compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. For each coat in a paint system, products shall be recommended in writing by topcoat manufacturers for use in paint system and on substrate indicated. B. Colors: As selected by Engineer from manufacturer's full range. 2.3 MIXING A. Coatings: Ready mixed, except field catalyzed coatings. Process pigments to a soft paste consistency, capable of being readily and uniformly dispersed to a homogenous coating with good flow and brushing properties, and capable of drying or curing free of streaks or sags. B. Mix and prepare painting materials in accordance with manufacturer's directions. C. Maintain containers used in mixing and application of paint in a clean condition, free of foreign materials and residue. D. Stir materials before application to produce a mixture of uniform density and stir during application. Do not stir surface film into material. Remove film and strain material before using. E. Do not thin painting materials unless recommended by manufacturer. When paint thinning is required, comply with manufacturer's printed instructions; use only thinners approved by paint manufacturer. PART 3-EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. 1. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. 2. Where acceptability of substrate conditions is in question, apply samples and perform in - situ testing to verify compatibility, adhesion, and film integrity of new paint application. 3. Report, in writing, conditions that may affect application, appearance, or performance of paint. B. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: 1. Concrete: 12 percent. 2. Fiber -Cement Board: 12 percent. 3. Masonry (Clay and CMUs): 12 percent. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 09 91 23 INTERIOR PAINTING Page 6 of 9 4. Wood: 15 percent. 5. Gypsum Board: 12 percent. 6. Plaster: 12 percent. C. Verify suitability of substrates, including surface conditions and compatibility, with existing finishes and primers. Application of coating indicates acceptance of surfaces and conditions. D. Proceed with coating application only after unsatisfactory conditions have been corrected. Application of coating indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Comply with paint manufacturer's written preparation instructions and recommendations applicable to substrates and paint systems indicated. B. Remove hardware, covers, plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface -applied protection before surface preparation and painting. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface -applied protection if any. C. Clean substrates of substances that could impair bond of paints, including dust, dirt, oil, grease, rust, scale, and incompatible paints and encapsulants. 1. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce paint systems indicated. 2. Remove mildew, efflorescence, deleterious films, and foreign material from surface by appropriate methods as recommended by manufacturer. D. Concrete Substrates: Remove release agents, curing compounds, efflorescence, and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces to be painted exceeds that permitted in manufacturer's written instructions. 1. Concrete Floors: Remove oil, dust, grease, dirt, and other foreign materials. Comply with SSPC-SP-13/NACE 6 or ICRI 03732. E. Masonry Substrates: Remove efflorescence and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces or mortar joints exceeds that permitted in manufacturer's written instructions. F. Steel Substrates: Remove rust, loose mill scale, and shop primer, if any. Clean using methods recommended in writing by paint manufacturer but not less than the following: 1. SSPC-SP 2, "Hand Tool Cleaning." 2. SSPC-SP 3, "Power Tool Cleaning." 3. SSPC-SP 7/NACE No. 4, "Brush-off Blast Cleaning." 4. SSPC-SP 11, "Power Tool Cleaning to Bare Metal." CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 09 91 23 INTERIOR PAINTING Page 7 of 9 G. Shop -Primed Steel Substrates: Clean field welds, bolted connections, and areas where shop paint is abraded. Paint exposed areas with the same material as used for shop priming to comply with SSPC-PA 1 for touching up shop -primed surfaces. H. Galvanized -Metal Substrates: Remove grease and oil residue from galvanized sheet metal by mechanical methods to produce clean, lightly etched surfaces that promote adhesion of subsequently applied paints. 1. SSPC-SP 16, "Brush -Off Blast Cleaning of Coated and Uncoated Galvanized Steel, Stainless Steels, and Non -Ferrous Metals." I. Aluminum Substrates: Remove loose surface oxidation. All Substrates: Remove foreign materials, dust, dirt, and other deleterious films that impairs bond of paints to substrates. K. Previously Finished Surfaces: Comply with paint manufacturer's specifications appropriate for substrate to be coated, for proper preparation of previously finished surfaces. 3.3 APPLICATION A. Apply paints according to manufacturer's written instructions. 1. Use applicators and techniques suited for paint and substrate indicated. 2. Paint surfaces behind movable equipment and furniture same as similar exposed surfaces. Before final installation, paint surfaces behind permanently fixed equipment or furniture with prime coat only. 3. Paint front and backsides of access panels, removable or hinged covers, and similar hinged items to match exposed surfaces. 4. Do not paint over labels of independent testing agencies or equipment name, identification, performance rating, or nomenclature plates. 5. Primers specified in painting schedules may be omitted on items that are factory primed or factory finished if acceptable to topcoat manufacturers. 6. Comply with manufacturer's recommendations for drying time required between succeeding coats. B. If undercoats or other conditions show through topcoat, apply additional coats until cured film has a uniform paint finish, color, and appearance. C. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks. D. Provide barrier coats over incompatible primers or remove and re -prime as required. Notify Engineer in writing of anticipated problems in using specified coating systems with substrates primed by others. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 09 91 23 INTERIOR PAINTING Page 8 of 9 E. Film Thickness: Apply paint in wet film thickness (WFT) recommended by paint manufacturer to achieve specified dry film thickness (DFT) for each coat of paint. Since DFT varies among manufacturers, this reference is not included in Article "Interior Painting Schedule." 3.4 FIELD QUALITY CONTROL A. Dry Film Thickness Testing: Owner may engage the services of a qualified testing and inspecting agency to inspect and test paint for dry film thickness. 1. Contractor shall touch up and restore painted surfaces damaged by testing. 2. If test results show that dry film thickness of applied paint does not comply with paint manufacturer's written recommendations, Contractor shall pay for testing and apply additional coats as needed to provide dry film thickness that complies with paint manufacturer's written recommendations. A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. 1. Do not clean equipment with free -draining water and prevent solvents, thinners, cleaners, and other contaminants from entering into waterways, sanitary and storm drain systems, and ground. 2. Dispose of contaminants in accordance with requirements of authorities having jurisdiction. 3. Allow empty paint cans to dry before disposal. 4. Collect waste paint by type and deliver to recycling or collection facility. B. After completing paint application, clean spattered surfaces. Remove spattered paints by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Engineer, and leave in an undamaged condition. D. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. 3.6 INTERIOR PAINTING SCHEDULE A. Paragraphs below identify specific painting materials and appropriate specified painting system to be used on a particular substrate; actual substrate material surfaces for this Project shall be as indicated in this Interior Painting Schedule and as indicated on Drawings. B. Concrete Substrates, Traffic Surfaces. Clear Acrylic Sealer, Gloss Finish. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 09 91 23 INTERIOR PAINTING Page 9 of 9 a. First Coat: Sealer, water -based, for concrete floors, matching topcoat. b. Second Coat: Sealer, water -based, for concrete floors: 1) SWC: Clarishield Water -Based Wet -Look Sealer, 50.148154. 2) PPG: Perna -Crete Plex-Seal WB Int/Ext Clear Sealer, 4-6200. 3) BMC: TuffCrete Waterborne Acrylic Clear CST-2xxx.] C. CMU Substrates. 1. Light Industrial Water Based System - Walls: a. Block Filler: Acrylic latex, interior/exterior: 1) SWC: Heavy Duty Block Filler - B42W46. 2) PPG: Speedhide Int/Ext Hi Fill Acrylic Latex Block Filler 6-15XI. 3) BMC: Corotech Acrylic Block Filler V114. b. Primer: Alkali resistant, latex, flat. 1) SWC: Loxon Concrete & Masonry Primer, LX-50 Series. 2) PPG: Perma-Crete Int/Ext Alkali Resistant Primer, 4-603XI. 3) BMC: Acrylic High -Build Masonry Primer, 609/K609. C. Intermediate Coat: Latex, matching topcoat. d. Topcoat: Acrylic latex enamel, eggshell finish (MPI Gloss Level 3): 1) SWC: Pro Industrial Pre -Catalyzed Waterbased Epoxy Eg-Shel, K45-1150 Series. 2) PPG: Pitt -Glaze WB 1 Interior Eggshell Pre -Catalyzed Water -Borne Acrylic Epoxy 16-310 Series. 3) BMC: Ultra Spec 500 Interior Eggshell, N538. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 THIS PAGE INTENTIONALLY LEFT BLANK. 099676.23 WASTEWATER PRELIMINARY TREATMENT COATINGS Page 1 of 14 SECTION 099676.23 — WASTEWATER TREATMENT COATINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes surface preparation and application of high-performance coating systems on the following substrates: 1. Steel. 2. Ductile or cast iron. B. Related Requirements: 1. Section 05 12 00 "Structural Steel Framing for shop priming of structural steel with primers specified in this Section. 2. Section 33 39 60 "Liners for Sanitary Sewer Structures" for concrete coatings 1.3 DEFINITIONS A. Section includes painting all exposed structural and miscellaneous steel; chemical tanks and systems; mechanical and electrical equipment; sluice gates, operators and posts; conveying systems, pipe, fittings and valves; electrical conduit and appurtenances; exposed interior ducts; all as specified in the attached painting schedules and all other work obviously required to be painted unless otherwise specified. B. MPI Gloss Levels: Following define gloss levels according to ASTM D 523: 1. MPI Gloss Level 1 - Traditional Matte or Flat Finish: Maximum five units at 60 degrees and 10 units at 85 degrees. 2. MPI Gloss Level 2 - Velvet -Like Finish: Maximum 10 units at 60 degrees and 10 to 35 units at 85 degrees. 3. MPI Gloss Level 3 - Traditional Eggshell -Like Finish: 10 to 25 units at 60 degrees and 10 to 35 units at 85 degrees. 4. MPI Gloss Level 4 - Satin -Like Finish: 20 to 35 units at 60 degrees and minimum 35 units at 85 degrees. 5. MPI Gloss Level 5 - Traditional Semi -Gloss Finish: 35 to 70 units at 60 degrees. 6. MPI Gloss Level 6 - Traditional Gloss: 70 to 85 units at 60 degrees. 7. MPI Gloss Level 7 - High Gloss: Minimum 85 units at 60 degrees. C. Moderate Exposure: An atmosphere that can be characterized as corrosive, within reasonable limits, is considered a moderate environment. In an industrial setting, a moderate environment CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 099676.23 WASTEWATER PRELIMINARY TREATMENT COATINGS Page 2 of 14 indicates intermittent exposure to high humidity and condensation with occasional development of mold and mildew. Exposure to heavy concentrations of chemical fumes or mist and accidental chemical spills or splash occurs occasionally in a moderate environment. Regular use of strong chemicals rather than standard commercial cleaning agent also changes a mild environment into a moderate one. Metal corrosion is common in a moderate environment. D. Severe Exposure: An aggressively corrosive industrial or predominantly chemical environment with regular exposure to strong chemical fumes, mists, and dust is considered a severe environment. In an industrial setting, a severe environment is one with sustained exposure to high humidity and condensation that results in heavy development of mold and mildew. Frequent spilling and splashing of strong chemicals (acids, alkalis, oxidizers, and solvents) are also characteristic of a severe environment. Metal corrosion can be expected in a severe environment. Immersion conditions, marine environment with sustained exposure to saltwater spray, and arctic environment with long periods of extremely low temperature are considered severe environments. These are areas where if no high-performance coatings are applied on steel or concrete, very early failure and structural damage will be evident. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. Include preparation requirements and application instructions. 1. Indicate VOC content. B. Product List: Use same designations indicated on Drawings and in Preliminary Treatment Coating Schedule. Include color designations and product runs (batch numbers). 1.5 QUALITY ASSURANCE A. Mockups: Apply mockups of each coating system indicated to verify preliminary selections made under Sample submittals, to demonstrate aesthetic effects, and to set quality standards for materials and execution. Engineer will select one surface to represent surfaces and conditions for application of each coating system. Engineer will designate items or areas required. 2. Final approval of color selections will be based on mockups. a. If preliminary color selections are not approved, apply additional mockups of additional colors selected by Engineer at no added cost to Owner. 3. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Engineer specifically approves such deviations in writing. 4. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 099676.23 WASTEWATER PRELIMINARY TREATMENT COATINGS Page 3 of 14 1.6 DELIVERY, STORAGE, AND HANDLING A. Store materials not in use in tightly covered containers in well -ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F. 1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. 1.7 FIELD CONDITIONS A. Apply coatings only when temperature of surfaces to be coated and ambient air temperatures are within the coatings manufacturer's recommendations. B. Do not apply coatings when relative humidity exceeds 85 percent; at temperatures less than 5 deg F above the dew point and rising; or to damp or wet surfaces. C. Lead Paint: It is not expected that lead paint will be encountered in the Work. If suspected lead paint is encountered, do not disturb; immediately notify Engineer and Owner. D. Do not apply exterior coatings in snow, rain, fog, mist, and in conditions that do not meet the manufacturer's recommendations. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to the following: 1. Ameron International (AME). 2. PPG Paints (PPG). 3. The Sherwin-Williams Company (SW). 4. Tnemec Company, Inc. (TN). 2.2 HIGH-PERFORMANCE COATINGS A. Material Compatibility: 1. Each coating system within indicated substrates uses compatible material with one another, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. Topcoat manufacturer recommends products in writing for use in each coating system coat and on indicated substrate. 3. Use products from same manufacturer for each coat in coating system. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 099676.23 WASTEWATER PRELIMINARY TREATMENT COATINGS Page 4 of 14 4. Use paint materials without adulteration and mixed, thinned and applied in strict accordance with manufacturer's directions for the applicable materials and surface. B. Colors: As indicated in color schedule. 2.3 COLOR CODING FOR PIPES AND EQUIPMENT A. The color code establishes, defines, and assigns a definite color for each process system. Paint all elements which are an integral part of the system, that is originating from the equipment and/or supplying the equipment, between and up to but not including the fixed flanges nor the flexible conduit connections on the equipment. Paint valves and fittings in the color of the main body of the pipe. B. The color schedule of piping systems shall be in accordance with TCEQ and in accordance with the onsite color schedule of existing piping systems. Submit the proposed color schedule to the Owner and Engineer for review and approval. Samples shall be furnished for all pipe paint col- ors; with chips from existing piping where new service lines are connecting. C. Piping system identification shall comply with the requirements of ANSI A13.1. Refer to Para- graph 2.4 herein for lettering of titles. D. All hanger saddles and pipe support floor stands shall be painted the same color and with the same paint as the pipe it supports. Hanger rods and hanger rod connections to building structure shall be painted to match the color of the wall or ceiling to which it is attached. E. Banding: Unless special spacing is listed in schedule or required per TCEQ, apply banding to pipe at connections to equipment, valves, branch fittings, at wall, floor, or ceiling boundaries and at intervals not greater than 36-ft. F. City's Pipe Color Standards: As listed at the end of this Section. 2.4 LETTERING OF TITLES A. Indicate the name of the materials in each pipeline and alongside this an arrow indicating the di- rection of flow of fluids on each pipe system. Location of the titles shall not be more than 26 feet apart and directly adjacent to each side of any wall the pipeline breaches, adjacent to each side of the valve regulator, flowcheck, strainer cleanout and all pieces of equipment. B. Identify titles by the identity of the contents with complete name at least once in each space through which it passes and thereafter by generally recognized abbreviations, letters or numer- als as approved. Place identification title locations in general they shall be placed where the view is unobstructed and on the two lower quarters of pipe or covering where they are over- head. Title to be clearly visible from operating positions and adjacent to all control valves. C. Die cut numbers and letters from 3.5 mil vinyl film and pre -space them on carrier tape. Protect adhesive and finish surface with one piece removable liners. Use white or black to provide high contrast to the substrate color. D. Letter size shall be as indicated in the following table: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 099676.23 WASTEWATER PRELIMINARY TREATMENT COATINGS Page 5 of 14 Iliffl1b]l17IFOuIS8611: I19 SIZE OF LEGEND LETTERS PIPE OR COVERING 3/4-in to 1-1/4-in 1/2-in 1-1/2-in to 2-in 3/4-in 2-1/2-in to 6-in 1-1/2-in 8-in to 10-in 2-1/2-in Over 10-in 3-in E. Use Type B ASI/2 by ASI Sign Systems; Architectural Graphics Inc. or equal. Provide Optima Bold, upper case letter type. Use Grid 2 spacing. Match arrow to letter type and size. Follow the instructions of the manufacturer in respect to storage, surface preparation and applications of letters. F. Outdoor Pipe Makers: Seton "Weather Code" or equal fade resistant, vinyl markers. 2.5 TITLES FOR EQUIPMENT A. Provide titles consisting of vinyl film as specified above on all equipment using 1-in high Opti- ma Bold upper case, Grid 2 spacing. Use white or black to provide high contrast to the substrate color. Use titles shown on mechanical drawings for bidding purposes. Mount titles at eye level on machines or at the upper most broad vertical surface of low equipment. Where more than one piece of the equipment item to be titled exists, number the items consecutively as indicated on the mechanical drawings or as directed by the Engineer; for example, Pump No. 1, Pump No. 2, etc. Titles shall be composed in more than one line if required and justified on the left-hand side. B. A separate nameplate will be required for each piece of equipment with a unique Owner as- signed ERN number, corresponding to the equipment. 2.6 SOURCE QUALITY CONTROL A. Testing of Coating Materials: Owner reserves the right to invoke the following procedure: 1. Owner will engage services of a qualified testing agency to sample coating materials. Contractor will be notified in advance and may be present when samples are taken. If coating materials have already been delivered to Project site, samples may be taken at Project site. Samples will be identified, sealed, and certified by testing agency. 2. Testing agency will perform tests for compliance with product requirements. 3. Owner may direct Contractor to stop applying coatings if test results show materials being used do not comply with product requirements. Contractor shall remove noncomplying coating materials from Project site, pay for testing, and recoat surfaces coated with rejected materials. Contractor will be required to remove rejected materials from previously coated surfaces if, on recoating with complying materials, both coatings are incompatible. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 099676.23 WASTEWATER PRELIMINARY TREATMENT COATINGS Page 6 of 14 2.7 TESTING EQUIPMENT A. Furnish wet and dry film thickness gauges, electronic moisture meter and all other equipment required by the Engineer for inspection. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. B. Verify suitability of substrates, including surface conditions and compatibility, with existing finishes and primers. 1. Application of coating indicates acceptance of surfaces and conditions. 2. Recoating of Previously Coated Surfaces: Verify conditions and compatibility between new and existing high-performance coating products. C. Proceed with coating application only after unsatisfactory conditions have been corrected. Application of coating indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions applicable to substrates and coating systems indicated. B. Remove hardware, covers, plates, and similar items already in place that are removable and are not to be coated. 1. After completing coating operations, use workers skilled in the trades involved to reinstall items that were removed. C. Clean substrates of substances that could impair bond of coatings, including dust, dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce coating systems indicated. D. Refer to Div. 30 for civil structures/equipment/valves/pipe preparation. E. Refer to Div. 40 for process equipment/valves/pipe preparation. 3.3 APPLICATION A. Apply high-performance coatings in accordance with manufacturer's written instructions. 1. Use applicators and techniques suited for coating and substrate indicated. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 099676.23 WASTEWATER PRELIMINARY TREATMENT COATINGS Page 7 of 14 2. Coat surfaces behind movable equipment and furniture same as similar exposed surfaces. Before final installation, coat surfaces behind permanently fixed equipment or furniture with prime coat only. 3. Coat backsides of access panels, removable or hinged covers, and similar hinged items to match exposed surfaces. 4. Do not apply coatings over labels of independent testing agencies or equipment name, identification, performance rating, or nomenclature plates. B. Tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of the same material are to be applied. Tint undercoats to match color of finish coat but provide sufficient difference in shade of undercoats to distinguish each separate coat. C. If undercoats or other conditions show through final coat, apply additional coats until cured film has a uniform coating finish, color, and appearance. D. Apply coatings to produce surface films without cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections. Produce sharp glass lines and color breaks. E. Film Thickness: Apply paint in wet film thickness (WFT) recommended by high-performance manufacturer to achieve specified dry film thickness (DFT) for each coat of paint. Since DFT varies among manufacturers, this reference is not included in Article "Preliminary Treatment Coating Schedule." 3.4 FIELD QUALITY CONTROL FOR STEEL AND DUCTILE OR CAST-IRON SUBSTRATES A. General: Field quality control referenced in this Article includes testing of both pre -application quality assurance and post -installation quality control of high-performance coatings. Employ quality approved testing agency to perform testing. Perform Quality Control Testing in the order identified in the following subparagraph. a. Testing Order: Dry Film Thickness Testing, followed by Adhesion Testing, followed by Holiday Testing. 2. Contractor shall touch up and restore coated surfaces damaged by testing. 3. If test results show that dry film thickness, holiday, and pull -off strength of applied coating does not comply with coating manufacturer's written instructions, pay for testing and apply additional coats as needed to provide dry film thickness, pull -off strength that complies with coating manufacturer's written instructions. 4. Owner or Owner's representative will conduct random independent inspections and tests for the final acceptance or rejection of pipe coating. B. Quality Assurance Testing: Surface Preparation Testing: a. Test surface profile of abrasive blasted surfaces with "Press-0-Film" tester tape or equivalent in accordance with NACE RP0287. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 099676.23 WASTEWATER PRELIMINARY TREATMENT COATINGS Page 8 of 14 b. Provide tester tape suitable for the intended profile height. C. Measure profile to a minimum tolerance of 0.1 mil, maximum. d. Use electronic surface profilometers necessary to verify tester tape measurements. C. Quality Control Testing: 1. Dry Film Thickness Testing: a. Engage the services of a qualified testing and inspecting agency to inspect and test coatings for dry film thickness. 2. Adhesion Testing: a. General: 1) Test a minimum of two pipes for adhesion from each lot of pipes to be coated up to 3,000 square feet of pipe. Conduct an additional adhesion test on every increment up to 2,000 square feet of pipe coated in excess of the first 3,000 square feet of pipe (i.e., if one workday of production is 7,000 square feet of pipe, four adhesion tests will be conducted on the pipe lot.). Conduct adhesion testing on not less than 50 percent of each pipe produced within a lot. 2) A pipe lot is defined as the quantity of pipe that is coated by a single crew within a work shift, but not to exceed 12 hours. 3) Perform adhesion tests not less than 24 hours after coating application. Tests conducted prior to 24 hours will be acceptable only if the test meets or exceeds the adhesion criteria specified and the test was requested by Owner. 4) Randomly select pipe for adhesion testing. Owner reserves the right to perform adhesion testing at any time or location. b. Rejection of Coating: 1) If any coatings within a lot fails to meet the test criteria specified for the coating type, that coatings are considered rejected along with all other coatings within the lot. Each coating within the rejected pipe lot will then be individually tested and rejected on a pipe -by -pipe basis in conformance with the test procedures and criteria specific for the coating type. 2) Rejected coatings shall have all coating removed from full pipe length, pipe abrasive blasted, and recoated. Holiday Testing: a. Conduct holiday tests on completed coatings after cure or 24-hours, whichever is less. Provide a high voltage testing equipment and test in accordance with NACE SP0274 and the Specifications. b. Use actual coating thickness for holiday testing. C. Provide holiday detector with an audible signal when contact is made between pipeline and electrode at coating holidays (defects). Provide a good ground and a low electrical resistance between pipeline and detector. Make only direct connections to uncoated areas or to pipe ends at holdback areas. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 099676.23 WASTEWATER PRELIMINARY TREATMENT COATINGS Page 9 of 14 d. Clean and dry pipe surface when testing. Always keep electrode in motion and in firm contact with coated surface while test voltage is being applied. Move electrode evenly over the surface at approximately 0.5 to 1 fps. Do not exceed 1 fps of travel time. e. Mark location of detected holidays for repair. Retest after repair. 3.5 CLEANING AND PROTECTION A. After completing coating application, clean spattered surfaces. Remove spattered coatings by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. B. Protect work of other trades against damage from coating operation. Correct damage to work of other trades by cleaning, repairing, replacing, and recoating, as approved by Engineer, and leave in an undamaged condition. Protect furniture and other movable objects, equipment, fittings and throughout the paint- ing operation. Loosen and remove from contact with surface, cover and protect and reset upon completion all canopies of lighting fixtures. Remove all electric plates, surface hardware, etc., before painting, protect and replace when completed. Mask all machinery name plates and all machined parts not receiving a paint finish. Dripped or spattered paint shall be promptly removed. Lay drop cloths in all areas where painting is being done to adequately protect flooring and other work from all damage during the operation and un- til the finished job is accepted. C. At completion of construction activities of other trades, touch up and restore damaged or defaced coated surfaces. D. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. 3.6 PRELIMINARY TREATMENT COATING SCHEDULE A. Dry Film Thickness (DFT) for each paint product is not part of paint schedule. Submit both the Wet Film Thickness (WFT) and DFT for each product as part of submittal process. Apply paint and coating products complying with manufacturer's upper limit of DFT thickness range and application recommendations in the approved submittal. B. The following types of coatings by Tnemec Co. (TN), The Sherwin Williams Company (SW), PPG Protective & Marine Coatings, (PPG), and Ameron International (AME) have been used as a basis for the coatings/paint schedule; use one of the following listed coatings or equal: C. Epoxy: 1. TN:Hi-build Epoxoline II, Series N69. 2. SW: Macropoxy 646, B58 Series. 3. PPG: Pitt -Guard 97-145 Series Epoxy Mastic. 4. AME: Amerlock 2/400 Series Epoxy. D. Waterborne Cementitious Acrylic: Result in pinhole free surface. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 099676.23 WASTEWATER PRELIMINARY TREATMENT COATINGS Page 10 of 14 1. TN: Envirofil, Series 130-6602. 2. SW: Cement-Plex 875, B42 Series. 3. PPG: Cementitious Waterproofing Block Filler 95-217 Series. 4. AME: Amerlock 400 BF Epoxy Block Filler. E. High -Build Acrylic Polyurethane Enamel: 1. TN: Endura-Shield - semi -gloss, Series V73. 2. SW: Acrolon 218 HS, B65 Series. 3. PPG: Pitthane HB Semigloss Urethane 95-8800 Series. 4. AME: Amercoat 450HSG Polyurethane. F. High Heat Silicone Aluminum (to 600 degrees F): 1. TN: No product. 2. SW: Heat -Flex Hi -Temp 1000 Aluminum, B59-820 Series. 3. PPG: Speedhide 6-220 Series Silicone Aluminum Coating. 4. AME: Amercoat 878 Silicone Aluminum Coating. G. Tie Coat, Low VOC, Epoxy: 1. TN: FC Typoxy, Series V27. 2. SW: Macropoxy 646, B58 Series. 3. PPG: Pitt -Guard Epoxy Mastic 95-245 Series. 4. AME: Amercoat 385 Multi -Purpose Epoxy. H. Acrylic Latex Emulsion, Eggshell Finish: 1. TN: Tneme-Cryl, Series 6. 2. SW: DTM Primer/Finish, B66 Series. 3. PPG: Pitt -Tech Plus 90-1110 Series Satin DTM Acrylic. 4. AME: Amercoat 220 Waterborne Acrylic. I. Vinyl Acrylic Surface Sealer: 1. TN: PVA Sealer, Series 51. 2. SW: Prep -Rite 200 Primer, B28 Series. 3. PPG: Speedhide 6-2 Vinyl Acrylic Drywall Primer. 4. AME: Amercoat 148 Acrylic Primer. The following surfaces shall have the types of paint scheduled below applied at the dry film thickness (DFT) in mils per coat at the upper limit of DFT thickness range as recommended by manufacturer: Exterior non -submerged ferrous metals (except first coat -hollow metal -pressed metal work): a. First Coat: On properly prepared unprimed metal or for touch-up: 1) TN: Hi -build Epoxoline II, Series N69. 2) SW: Macropoxy 646, B58 Series. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 099676.23 WASTEWATER PRELIMINARY TREATMENT COATINGS Page 11 of 14 3) PPG: Pitt -Guard 97-145 Series Epoxy Mastic. 4) AME: Amerlock 2/400 Series Epoxy. b. Second Coat: 1) TN: Hi -build Epoxoline II, Series N69. 2) SW: Macropoxy 646, B58 Series. 3) PPG: Pitt -Guard 97-145 Series Epoxy Mastic. 4) AME: Amerlock 2/400 Series Epoxy. Third Coat: 1) TN: Endura-Shield - semi -gloss, Series V73. 2) SW: Acrolon 218 HS, B65 Series. 3) PPG: Pitthane HB Semigloss Urethane 95-8800 Series. 4) AME: Amercoat 450HSG Polyurethane. 2. Interior non -submerged ferrous metals (except first coat of previously painted metal work), on properly prepared unprimed metal or for touch-up: a. First Coat: 1) TN: Hi -build Epoxoline II, Series N69. 2) SW: Macropoxy 646, B58 Series. 3) PPG: Pitt -Guard 97-145 Series Epoxy Mastic. 4) AME: Amerlock 2/400 Series Epoxy. b. Second and Third Coats: 1) TN: Hi -build Epoxoline II, Series N69. 2) SW: Macropoxy 646, B58 Series. 3) PPG: Pitt -Guard 97-145 Series Epoxy Mastic. 4) PPG: Amerlock 2/400 Series Epoxy. 3. Submerged ferrous metals and ferrous metals subject to submersion or splashing. Surface shall be lightly sanded or abraded before application of first field coat. a. First and Second Coats: 1) TN: Hi -build Epoxoline II, Series N69. 2) SW: Macropoxy 646, B58 Series. 3) PPG: Pitt -Guard 97-145 Series Epoxy Mastic. 4) PPG: Amerlock 2/400 Series Epoxy. 4. Hot Ferrous Metal Surfaces: a. First and Second Coats: 1) TN: No product. 2) SW: Heat -Flex Hi -Temp 1000 Aluminum, B59-820 Series, Aluminum. 3) PPG: Speedhide 6-220 Series Silicone Aluminum Coating. 4) AME: Amercoat 878 Silicone Aluminum Coating. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 099676.23 WASTEWATER PRELIMINARY TREATMENT COATINGS Page 12 of 14 5. Previously Painted Metal Surfaces: a. First coat on substrates prepared as approved and replacing first coat of above - specified systems. Complete painting with remainder of specified system for each type of substrate. b. First Coat: 1) TN: FC Typoxy, Series V27. 2) SW: Macropoxy 646, B58 Series. 3) PPG: Pitt -Guard 97-145 Series Epoxy Mastic. 4) AME: Amerlock 2/400 Series Epoxy. 3.7 COLOR CODING SCHEDULE A. City's Pipe Color Standards: Pipe Content Water Potable (City) water Air & Gas Title or Marker I Color Potable Water Blue Service Water, Reuse Water, Green if Process; Service Water Filtered effluent Purple if Reuse Hot Process Water (hy- dronic) Hot water loop Light green Chilled Water Sup- HVAC Chilled Water ply/Return Green HVAC Hot Water Hot Water Supply/Return Blue Storm Drainage, Contam- Stormwater/Rainwater in inated Primary/Digester Gray Stormwater/Rainwater in Storm Drainage Secondary Gray Ground water Sump pump discharge unpainted PVC Ground water Electrical manhole drainage unpainted PVC Ground water Ground water unpainted PVC Service Water, Filtered ef- Pump Seal Water fluent Green Service Water, Filtered ef- Yard Water fluent Purple Water for Filter Back- Service Water, Filtered ef- wash fluent Green Reuse Water to Golf Course Filtered effluent Reuse Water to Distribu- tion Filtered effluent Air Blower air CDM Smith CONSTRUCTION SPECIFICATION DOCUMENTS Purple Purple Green VCWRF Primary Clarifier Improvements City Project No. 103295 Chemi- cals Process 099676.23 WASTEWATER PRELIMINARY TREATMENT COATINGS Page 13 of 14 Pipe Content Air Bio-gas Landfill Gas Natural Gas Digester Gas High Digester Gas Low Instrument air Caustic Gas Chlorine Liquid Chlorine Solution Chlorine Gas Sulfur Dioxide Liquid Sulfur Dioxide Solution Sulfur Dioxide Polymer Polymer Solution Ferric Sulfate Hydrogen Peroxide Gasoline Diesel Raw Sewage Primary Effluent Secondary Influent Return Sludge Mixed Liquor Secondary Effluent Waste Sludge Filtered effluent Final effluent Plant sewer Primary sludge Primary thickened sludge Title or Marker Process air Bio-gas (dig+landfill) Landfill gas Natural gas Digester gas, high press Digester gas, low press Instrument air Caustic Chlorine gas Chorine liquid Chlorine solution Sulfur dioxide gas Sulfur dioxide liquid Sulfur dioxide solution Polymer Polymer solution Ferric sulfate Hydrogen peroxide Gasoline Diesel Raw sewage influent Primary effluent Secondary influent Return activated sludge Mixed liquor Secondary effluent Waste activated sludge Filtered effluent Final effluent Plant sewer Primary sludge Primary thickened sludge Color Green Red (or unpainted if stainless) Red Red Red (or unpainted if stainless) Red (or unpainted if stainless) Green Yellow or unpainted PVC Yellow Yellow Yellow Yellow Yellow Yellow unpainted unpainted Yellow or unpainted PVC Black polypropylene - do not paint Red (or unpainted if stainless) Red (or unpainted if stainless) Gray Gray Gray Brown Brown Gray Brown Green Gray Charcoal gray Brown Brown CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 099676.23 WASTEWATER PRELIMINARY TREATMENT COATINGS Page 14 of 14 Pipe Content Title or Marker WMI Color DAFT thickened sludge DAFT thickened sludge Tan DAFT thickened sludge DAFT underflow Charcoal gray DAFT pressurized water DAFT pressurized water Gray Mixed sludge Mixed sludge Brown Digested sludge (biosol- ids) Digested sludge (biosolids) Brown Digested sludge recircu- Digested sludge recircula- lation tion Brown Digested sludge transfer Digested sludge transfer Brown Digested sludge trans- Digested sludge transmis- mission sion Brown Charcoal gray or un- Sanitary Sewage Building bathroom drainage painted black iron Gravity belt filtrate Gravity belt filtrate Gray Belt press filtrate Belt press filtrate Gray Drying bed decant Drying bed decant Gray Drying bed return Drying bed return Gray Waste Wash Water Filter Backwash Gray Scum cum lack HRC Effluent HRC Effluent Gray HRC Sludge to GBT HRC Sludge to GBT Brown Misc. Barriers Safety Orange Communication conduit, aluminum o not paint Communication conduit, PVC do not paint Electrical conduit, alumi- num o not paint Electrical conduit, PVC do not paint Electrical manhole lids Yellow Electrical pullboxes do not paint Transformers and switch - gear Gray Valves and Pumps Same as pipe color Valve wheels Red Insulation White or unpainted Crane Rails Yellow Pipe Color w/Yellow Clean -outs Blind Flange END OF SECTION 099676.23 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 099676.23 WASTEWATER PRELIMINARY TREATMENT COATINGS Page 15 of 15 END OF SECTION 099676.23 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 THIS PAGE INTENTIONALLY LEFT BLANK. 10 14 19 DIMENSIONAL LETTER SIGNAGE Page 1 of 6 SECTION 10 14 19 - DIMENSIONAL LETTER SIGNAGE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Dimensional characters. a. Fabricated channel dimensional characters. B. Iron and steel products supplied under this section must comply with the American Iron and Steel provisions of the Contract. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: For signs. 1. Include fabrication and installation details and attachments to other work. 2. Show sign mounting heights, locations of supplementary supports to be provided by other installers, and accessories. 3. Show message list, typestyles, graphic elements, and layout for each sign at least half size. C. Samples for Initial Selection: For each type of sign assembly, exposed component, and exposed finish. 1. Include representative Samples of available typestyles and graphic symbols. D. Samples for Verification: For each type of sign assembly showing all components and with the required finish(es), in manufacturer's standard size unless otherwise indicated and as follows: 1. Dimensional Characters: Full-size Sample of dimensional character. 2. Exposed Accessories: Full-size Sample of each accessory type. 3. Full-size Samples, if approved, will be returned to Contractor for use in the Project. E. Product Schedule: For dimensional letter signs. Use same designations indicated on Drawings or specified. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 10 14 19 DIMENSIONAL LETTER SIGNAGE Page 2 of 6 F. American Iron and Steel (AIS): Submit certification indicating compliance with AIS requirements for all metal products. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer and manufacturer. B. Sample Warranty: For special warranty. f�.�*W93.3X6181II&i .4 05110INWJ A. Maintenance Data: For signs to include in maintenance manuals. 1.6 QUALITY ASSURANCE A. Installer Qualifications: An entity that employs installers and supervisors who are trained and approved by manufacturer. 1.7 FIELD CONDITIONS A. Field Measurements: Verify locations of electrical service embedded in permanent construction by other installers by field measurements before fabrication and indicate measurements on Shop Drawings. 1.8 WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace components of signs that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Deterioration of finishes beyond normal weathering. b. Separation or delamination of sheet materials and components. 2. Warranty Period: Five years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Thermal Movements: For exterior fabricated channel dimensional characters, allow for thermal movements from ambient and surface temperature changes. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 10 14 19 DIMENSIONAL LETTER SIGNAGE Page 3 of 6 1. Temperature Change: 120 deg, ambient; 180 deg F, material surfaces. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 2.2 DIMENSIONAL CHARACTERS A. Fabricated Channel Characters: Metal face and side returns, formed free from warp and distortion; with uniform faces, sharp corners, and precisely formed lines and profiles; internally braced for stability, to meet structural performance loading without oil -canning or other surface deformation, and for securing fasteners; and as follows. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. A.R.K. Ramos. b. ACE Sian Svstems, Inc. C. ASI Sign Svstems, Inc. 2. Character Material: Sheet or plate aluminum. 3. Material Thickness: Nominal 0.048 inch thick for face and 0.030 inch thick for returns. 4. Character Height: As indicated on Drawings. 5. Character Depth: As indicated on Drawings. 6. Finishes: a. Integral Aluminum Finish: Clear anodized. 7. Mounting: Manufacturer's standard for size and design of character. a. Hold characters at 2-inch distance from wall surface. 8. Typeface: Axial Font Style. 2.3 DIMENSIONAL CHARACTER MATERIALS A. Aluminum Castings: ASTM 1326/1326M, alloy and temper recommended by sign manufacturer for casting process used and for type of use and finish indicated. B. Aluminum Sheet and Plate: ASTM B209, alloy and temper recommended by aluminum producer and finisher for type of use and finish indicated. C. Aluminum Extrusions: ASTM B221, alloy and temper recommended by aluminum producer and finisher for type of use and finish indicated. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 10 14 19 DIMENSIONAL LETTER SIGNAGE Page 4 of 6 2.4 ACCESSORIES A. Fasteners and Anchors: Manufacturer's standard as required for secure anchorage of signs, noncorrosive and compatible with each material joined, and complying with the following: 1. Use concealed fasteners and anchors unless indicated to be exposed. 2. For exterior exposure, furnish stainless steel or hot -dip galvanized devices unless otherwise indicated. 3. Exposed Metal -Fastener Components, General: a. Fabricated from same basic metal and finish of fastened metal unless otherwise indicated. 4. Sign Mounting Fasteners: a. Concealed Studs: Concealed (blind), threaded studs welded or brazed to back of sign material, screwed into back of sign assembly, or screwed into tapped lugs cast integrally into back of cast sign material, unless otherwise indicated. B. Adhesive: As recommended by sign manufacturer. C. Two -Face Tape: Manufacturer's standard high -bond, foam -core tape, 0.045 inch thick, with adhesive on both sides. D. Bituminous Paint: Cold -applied asphalt emulsion complying with ASTM D1187/D1187M. 2.5 FABRICATION A. General: Provide manufacturer's standard sign assemblies according to requirements indicated. 1. Preassemble signs and assemblies in the shop to greatest extent possible. Disassemble signs and assemblies only as necessary for shipping and handling limitations. Clearly mark units for reassembly and installation; apply markings in locations concealed from view after final assembly. 2. Mill joints to a tight, hairline fit. Form assemblies and joints exposed to weather to resist water penetration and retention. 3. Comply with AWS for recommended practices in welding and brazing. Provide welds and brazes behind finished surfaces without distorting or discoloring exposed side. Clean exposed welded and brazed connections of flux, and dress exposed and contact surfaces. 4. Conceal connections if possible; otherwise, locate connections where they are inconspicuous. 5. Internally brace dimensional characters for stability, to meet structural performance loading without oil -canning or other surface deformation, and for securing fasteners. 6. Provide rabbets, lugs, and tabs necessary to assemble components and to attach to existing work. Drill and tap for required fasteners. Use concealed fasteners where possible; use exposed fasteners that match sign finish. 7. Castings: Fabricate castings free of warp, cracks, blowholes, pits, scale, sand holes, and other defects that impair appearance or strength. Grind, wire brush, sandblast, and buff CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 10 14 19 DIMENSIONAL LETTER SIGNAGE Page 5 of 6 castings to remove seams, gate marks, casting flash, and other casting marks before finishing. 2.6 GENERAL FINISH REQUIREMENTS A. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. B. Appearance of Finished Work: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. C. Directional Finishes: Run grain with long dimension of each piece and perpendicular to long dimension of finished trim or border surface unless otherwise indicated. D. Organic, Anodic, and Chemically Produced Finishes: Apply to formed metal after fabrication but before applying contrasting polished finishes on raised features unless otherwise indicated. 2.7 ALUMINUM FINISHES A. Clear Anodic Finish: AAMA 611, Class I, 0.018 mm or thicker. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance. B. Verify that sign -support surfaces are within tolerances to accommodate signs without gaps or irregularities between backs of signs and support surfaces unless otherwise indicated. C. Verify that electrical service is correctly sized and located to accommodate signs. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION OF DIMENSIONAL CHARACTERS A. General: Install signs using mounting methods indicated and according to manufacturer's written instructions. 1. Install signs level, plumb, true to line, and at locations and heights indicated, with sign surfaces free of distortion and other defects in appearance. 2. Before installation, verify that sign surfaces are clean and free of materials or debris that would impair installation. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 10 14 19 DIMENSIONAL LETTER SIGNAGE Page 6 of 6 Corrosion Protection: Coat concealed surfaces of exterior aluminum in contact with grout, concrete, masonry, wood, or dissimilar metals, with a heavy coat of bituminous paint. B. Mounting Methods: Concealed Studs: Using a template, drill holes in substrate aligning with studs on back of sign. Remove loose debris from hole and substrate surface. a. Masonry Substrates: Fill holes with adhesive. Leave recess space in hole for displaced adhesive. Place sign in position and push until flush to surface, embedding studs in holes. Temporarily support sign in position until adhesive fully sets. b. Thin or Hollow Surfaces: Place sign in position and flush to surface, install washers and nuts on studs projecting through opposite side of surface, and tighten. 2. Through Fasteners: Drill holes in substrate using predrilled holes in sign as template. Countersink holes in sign if required. Place sign in position and flush to surface. Install through fasteners and tighten. 3. Back Bar and Brackets: Remove loose debris from substrate surface and install backbar or bracket supports in position, so that signage is correctly located and aligned. 4. Adhesive: Clean bond -breaking materials from substrate surface and remove loose debris. Apply linear beads or spots of adhesive symmetrically to back of sign and of suitable quantity to support weight of sign after cure without slippage. Keep adhesive away from edges to prevent adhesive extrusion as sign is applied and to prevent visibility of cured adhesive at sign edges. Place sign in position and push to engage adhesive. Temporarily support sign in position until adhesive fully sets. 5. Two -Face Tape: Clean bond -breaking materials from substrate surface and remove loose debris. Apply tape strips symmetrically to back of sign and of suitable quantity to support weight of sign without slippage. Keep strips away from edges to prevent visibility at sign edges. Place sign in position and push to engage tape adhesive. 3.3 ADJUSTING AND CLEANING A. Remove and replace damaged or deformed characters and signs that do not comply with specified requirements. Replace characters with damaged or deteriorated finishes or components that cannot be successfully repaired by finish touchup or similar minor repair procedures. B. Remove temporary protective coverings and strippable films as signs are installed. C. On completion of installation, clean exposed surfaces of signs according to manufacturer's written instructions and touch up minor nicks and abrasions in finish. Maintain signs in a clean condition during construction and protect from damage until acceptance by Owner. END OF SECTION 10 14 19 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 10 14 23 PANEL SIGNAGE Page 1 of 10 SECTION 10 14 23 - PANEL SIGNAGE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Panel signs. B. Related Requirements: 1. Section 0150 00 "Temporary Facilities and Controls" for temporary Project identification signs and for temporary informational and directional signs. 2. Section 22 05 53 "Identification for Plumbing Piping and Equipment" for labels, tags, and nameplates for plumbing systems and equipment. 3. Section 23 05 53 "Identification for HVAC Piping and Equipment" for labels, tags, and nameplates for HVAC systems and equipment. 4. Section 26 05 53 "Identification for Electrical Systems" for labels, tags, and nameplates for electrical equipment. 5. Section 26 52 13 "Emergency and Exit Lighting" for illuminated, self -luminous, and photoluminescent exit sign units. A. Furnish templates for placement of sign -anchorage devices embedded in permanent construction by other installers. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: For panel signs. 1. Include fabrication and installation details and attachments to other work. 2. Show sign mounting heights, locations of supplementary supports to be provided by other installers, and accessories. 3. Show message list, typestyles, graphic elements, and layout for each sign at least half size. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 10 14 23 PANEL SIGNAGE Page 2 of 10 C. Samples for Initial Selection: For each type of sign assembly, exposed component, and exposed finish. 1. Include representative Samples of available typestyles and graphic symbols. D. Product Schedule: For panel signs. Use same designations indicated on Drawings or specified. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer and manufacturer. B. Sample Warranty: For special warranty. 1.6 CLOSEOUT SUBMITTALS A. Maintenance Data: For signs to include in maintenance manuals. 1.7 QUALITY ASSURANCE A. Installer Qualifications: An entity that employs installers and supervisors who are trained and approved by manufacturer. 1.8 FIELD CONDITIONS A. Field Measurements: Verify locations of anchorage devices embedded in permanent construction by other installers by field measurements before fabrication and indicate measurements on Shop Drawings. 1.9 WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace components of signs that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Deterioration of finishes beyond normal weathering. b. Deterioration of embedded graphic image. C. Separation or delamination of sheet materials and components. 2. Warranty Period: Five years from date of Substantial Completion. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 10 14 23 PANEL SIGNAGE Page 3 of 10 PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Thermal Movements: For exterior signs, allow for thermal movements from ambient and surface temperature changes. 1. Temperature Change: 120 deg F, ambient; 180 deg F, material surfaces. B. Accessibility Standard: Comply with applicable provisions in the USDOJ's "2010 ADA Standards for Accessible Design". 2.2 METAL SAFETY SIGNS A. Panel Sign: Sign with smooth, uniform surfaces; with message and characters having uniform faces, sharp corners, and precisely formed lines and profiles; meeting OSHA requirements; 40- mil thick aluminum with baked enamel finish and as follows: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. ASI Sian Systems, Inc. b. Best Sian Systems, Inc. C. Mohawk Sian Systems. 2. Solid -Sheet Sign:Aluminum sheet with finish specified in "Surface Finish and Applied Graphics" Subparagraph and as follows: a. Thickness: 0.080 inch. b. Surface -Applied, Flat Graphics: Applied baked enamel. 3. Sign Types: a. "DANGER" Sign: 1) Background: White 2) Heading: White lettering on red oval with white border in black rectangular panel. 3) Message: Black lettering on white. 4) Size: As scheduled. b. "CAUTION" Sign. 1) Background: Yellow 2) Heading: Yellow lettering on black rectangular panel. 3) Message: Black lettering on yellow. 4) Size: As scheduled. C. Safety Instruction Signs. 1) Background: White. 2) Heading: White lettering on green rectangular panel. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 10 14 23 PANEL SIGNAGE Page 4 of 10 3) Message: Black lettering 4) Size: As scheduled. d. Warning Sign Colors. 1) Background: Orange. 2) Heading: Black lettering on orange diamond in black rectangular panel. 3) Message: Black lettering. 4) Size: As scheduled. e. Notice Information Signs. 1) Background: White 2) Heading: White lettering on blue rectangular panel. 3) Message: Black lettering. 4) Size: As scheduled. 2.3 PLASTIC SIGNAGE A. Interior Vinyl -Character Sign. Pre -spaced characters die -cut from 1/8 inch thick, weather - resistant vinyl film with release liner on the back and carrier film on the front for on -site alignment and application. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Best Manufacturing Sign Systems, Montrose, CO; System 900013. b. Andco. Industries Corp., Greensboro, NC; equivalent product. C. Vomar Products, Inc., Sepulveda, CA; equivalent product. 2. Attachment: a. Vinyl tape, self -adhering at interior, other means as recommended by sign manufacturer for exterior locations. b. Lettering: 1) Helvetica medium, 3/4-inch high. B. Exterior Fiberglass Signage: 1. Fiberglass 1/4-inch thick with high gloss finish, raised letters, blasted from single piece of fiberglass for integral letter and background. No adhesive as mechanical fastening of letters shall be allowed. a. Lettering: 1) Helvetica medium, 3/4-inch high. C. Hazard Material Signals: 1. Manufacturers: One of the following or equal. a. Seton Name Plate Co., Branford, Connecticut. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 10 14 23 PANEL SIGNAGE Page 5 of 10 b. Emedco, Buffalo, New York. 2. Hazard material signals: In accordance with NFPA 704, 2007; vinyl panels, letters and symbols with pressure -sensitive adhesive, sizes as required for viewing distances, letters and symbols as scheduled. 2.4 PANEL -SIGN MATERIALS A. Aluminum Sheet and Plate: ASTM B209, alloy and temper recommended by aluminum producer and finisher for type of use and finish indicated. B. Aluminum Extrusions: ASTM B221, alloy and temper recommended by aluminum producer and finisher for type of use and finish indicated. C. Fiberglass Sheet: Multiple laminations of glass -fiber -reinforced polyester resin with UV -light stable, colorfast, nonfading, weather- and stain -resistant, colored polyester gel coat, and with manufacturer's standard finish. D. Vinyl Film: UV -resistant vinyl film of nominal thickness indicated, with pressure -sensitive, permanent adhesive on back; die cut to form characters or images as indicated on Drawings and suitable for exterior applications. E. Paints and Coatings for Sheet Materials: Inks, dyes, and paints that are recommended by manufacturer for optimum adherence to surface and are UV and water resistant for colors and exposure indicated. 2.5 ACCESSORIES A. Fasteners and Anchors: Manufacturer's standard as required for secure anchorage of signs, noncorrosive and compatible with each material joined, and complying with the following unless otherwise indicated: 1. Use concealed fasteners and anchors unless indicated to be exposed. 2. Exposed Metal -Fastener Components, General: a. Fabricated from same basic metal and finish of fastened metal unless otherwise indicated. b. Fastener Heads: For nonstructural connections, use screws and bolts with tamper - resistant slots unless otherwise indicated. Sign Mounting Fasteners: a. Concealed Studs: Concealed (blind), threaded studs welded or brazed to back of sign material or screwed into back of sign assembly unless otherwise indicated. b. Projecting Studs: Threaded studs with sleeve spacer, welded or brazed to back of sign material or screwed into back of sign assembly, unless otherwise indicated. C. Through Fasteners: Exposed metal fasteners matching sign finish, with type of head indicated, and installed in predrilled holes. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 10 14 23 PANEL SIGNAGE Page 6 of 10 4. Inserts: Furnish inserts to be set by other installers into concrete or masonry work. 2.6 FABRICATION A. General: Provide manufacturer's standard sign assemblies according to requirements indicated. 1. Preassemble signs in the shop to greatest extent possible. Disassemble signs and assemblies only as necessary for shipping and handling limitations. Clearly mark units for reassembly and installation; apply markings in locations concealed from view after final assembly. 2. Mill joints to a tight, hairline fit. Form assemblies and joints exposed to weather to resist water penetration and retention. 3. Comply with AWS for recommended practices in welding and brazing. Provide welds and brazes behind finished surfaces without distorting or discoloring exposed side. Clean exposed welded and brazed connections of flux, and dress exposed and contact surfaces. 4. Conceal connections if possible; otherwise, locate connections where they are inconspicuous. 5. Internally brace signs for stability, to meet structural performance loading without oil - canning or other surface deformation, and for securing fasteners. 6. Provide rabbets, lugs, and tabs necessary to assemble components and to attach to existing work. Drill and tap for required fasteners. Use concealed fasteners where possible; use exposed fasteners that match sign finish. B. Subsurface -Applied Graphics: Apply graphics to back face of clear face -sheet material to produce precisely formed image. Image shall be free of rough edges. C. Subsurface -Engraved Graphics: Reverse engrave back face of clear face -sheet material. Fill resulting copy with manufacturer's standard enamel. Apply opaque manufacturer's standard background color coating over enamel -filled copy. D. Shop- and Subsurface -Applied Vinyl: Align vinyl film in final position and apply to surface. Firmly press film from the middle outward to obtain good bond without blisters or fishmouths. E. Brackets: Fabricate brackets, fittings, and hardware for bracket -mounted signs to suit sign construction and mounting conditions indicated. Modify manufacturer's standard brackets as required. Aluminum Brackets: Factory finish brackets with baked -enamel or powder -coat finish color unless otherwise indicated. 2.7 GENERAL FINISH REQUIREMENTS A. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. B. Appearance of Finished Work: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 10 14 23 PANEL SIGNAGE Page 7 of 10 C. Directional Finishes: Run grain with long dimension of each piece and perpendicular to long dimension of finished trim or border surface unless otherwise indicated. D. Organic, Anodic, and Chemically Produced Finishes: Apply to formed metal after fabrication but before applying contrasting polished finishes on raised features unless otherwise indicated. 2.8 ALUMINUM FINISHES A. Clear Anodic Finish: AAMA 611, Class I, 0.018 mm or thicker. B. Baked -Enamel or Powder -Coat Finish: AAMA 2603 except with a minimum dry film thickness of 1.5 mils. Comply with coating manufacturer's written instructions for cleaning, conversion coating, and applying and baking finish. 2.9 METALLIC -COATED STEEL FINISHES A. Surface Preparation: Clean surfaces of oil and other contaminants. Use cleaning methods that do not leave residue. After cleaning, apply a conversion coating compatible with the organic coating to be applied over it. Clean welds, mechanical connections, and abraded areas and apply galvanizing repair paint, complying with SSPC-Paint 20, to comply with ASTM A780/A780M. B. Factory Prime Finish: After cleaning and pretreating, apply an air-dried primer compatible with the organic coating to be applied over it. C. Baked -Enamel or Powder -Coat Finish: After cleaning and pretreating, apply manufacturer's standard two -coat, baked -on finish consisting of prime coat and thermosetting topcoat to a minimum dry film thickness of 2 mils. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. B. Verify that sign -support surfaces are within tolerances to accommodate signs without gaps or irregularities between backs of signs and support surfaces unless otherwise indicated. C. Verify that anchorage devices embedded in permanent construction are correctly sized and located to accommodate signs. D. Verify that electrical service is correctly sized and located to accommodate signs. E. Proceed with installation only after unsatisfactory conditions have been corrected. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 10 14 23 PANEL SIGNAGE Page 8 of 10 3.2 INSTALLATION A. General: Install signs using mounting methods indicated and according to manufacturer's written instructions. 1. Install signs level, plumb, true to line, and at locations and heights indicated, with sign surfaces free of distortion and other defects in appearance. 2. Install signs so they do not protrude or obstruct according to the accessibility standard. 3. Before installation, verify that sign surfaces are clean and free of materials or debris that would impair installation. 4. Corrosion Protection: Coat concealed surfaces of exterior aluminum in contact with grout, concrete, masonry, wood, or dissimilar metals, with a heavy coat of bituminous paint. B. Mounting Methods: Concealed Studs: Using a template, drill holes in substrate aligning with studs on back of sign. Remove loose debris from hole and substrate surface. a. Masonry Substrates: Fill holes with adhesive. Leave recess space in hole for displaced adhesive. Place sign in position and push until flush to surface, embedding studs in holes. Temporarily support sign in position until adhesive fully sets. b. Thin or Hollow Surfaces: Place sign in position and flush to surface, install washers and nuts on studs projecting through opposite side of surface, and tighten. 2. Projecting Studs: Using a template, drill holes in substrate aligning with studs on back of sign. Remove loose debris from hole and substrate surface. a. Masonry Substrates: Fill holes with adhesive. Leave recess space in hole for displaced adhesive. Place spacers on studs, place sign in position, and push until spacers are pinched between sign and substrate, embedding the stud ends in holes. Temporarily support sign in position until adhesive fully sets. b. Thin or Hollow Surfaces: Place spacers on studs, place sign in position with spacers pinched between sign and substrate and install washers and nuts on stud ends projecting through opposite side of surface and tighten. 3. Through Fasteners: Drill holes in substrate using predrilled holes in sign as template. Countersink holes in sign if required. Place sign in position and flush to surface. Install through fasteners and tighten. 4. Brackets: Remove loose debris from substrate surface and install backbar or bracket supports in position so that signage is correctly located and aligned. 5. Adhesive: Clean bond -breaking materials from substrate surface and remove loose debris. Apply linear beads or spots of adhesive symmetrically to back of sign and of suitable quantity to support weight of sign after cure without slippage. Keep adhesive away from edges to prevent adhesive extrusion as sign is applied and to prevent visibility of cured adhesive at sign edges. Place sign in position and push to engage adhesive. Temporarily support sign in position until adhesive fully sets. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 10 14 23 PANEL SIGNAGE Page 9 of 10 6. Two -Face Tape: Clean bond -breaking materials from substrate surface and remove loose debris. Apply tape strips symmetrically to back of sign and of suitable quantity to support weight of sign without slippage. Keep strips away from edges to prevent visibility at sign edges. Place sign in position and push to engage tape adhesive. 7. Shim -Plate Mounting: Provide 1/8-inch-thick, concealed aluminum shim plates with predrilled and countersunk holes, at locations indicated, and where other direct mounting methods are impractical. Attach plate with fasteners and anchors suitable for secure attachment to substrate. Attach signs to plate using method specified above. C. Field -Applied, Vinyl -Character Signs: Clean and dry substrate. Align sign characters in final position before removing release liner. Remove release liner in stages and apply and firmly press characters into final position. Press from the middle outward to obtain good bond without blisters or fishmouths. Remove carrier film without disturbing applied vinyl film. D. Signs Mounted on Glass: Provide opaque sheet matching sign material and finish onto opposite side of glass to conceal back of sign. 3.3 ADJUSTING AND CLEANING A. Remove and replace damaged or deformed signs and signs that do not comply with specified requirements. Replace signs with damaged or deteriorated finishes or components that cannot be successfully repaired by finish touchup or similar minor repair procedures. B. Remove temporary protective coverings and strippable films as signs are installed. C. On completion of installation, clean exposed surfaces of signs according to manufacturer's written instructions and touch up minor nicks and abrasions in finish. Maintain signs in a clean condition during construction and protect from damage until acceptance by Owner. END OF SECTION 10 14 23 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 10 14 23 PANEL SIGNAGE Page 10 of 10 This page intentionally left blank. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 10 44 16 FIRE EXTINGUISHERS Pagel of 4 SECTION 10 44 16 - FIRE EXTINGUISHERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes portable, hand -carried fire extinguishers and mounting brackets for fire extinguishers. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1. Review methods and procedures related to fire extinguishers including, but not limited to, the following: a. Schedules and coordination requirements. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. Include rating and classification, material descriptions, dimensions of individual components and profiles, and finishes for fire extinguisher and mounting brackets. B. Product Schedule: For fire extinguishers. Coordinate final fire-extinguisher schedule with fire - protection cabinet schedule to ensure proper fit and function. Use same designations indicated on Drawings. 1.5 INFORMATIONAL SUBMITTALS A. Warranty: Sample of special warranty. 1.6 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For fire extinguishers to include in maintenance manuals. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 10 44 16 FIRE EXTINGUISHERS Page 2 of 4 IEffi.130�UIVA A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace fire extinguishers that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Failure of hydrostatic test according to NFPA 10 when testing interval required by NFPA 10 is within the warranty period. b. Faulty operation of valves or release levers. 2. Warranty Period: Six years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. NFPA Compliance: Fabricate and label fire extinguishers to comply with NFPA 10, "Portable Fire Extinguishers." B. Fire Extinguishers: Listed and labeled for type, rating, and classification by an independent testing agency acceptable to authorities having jurisdiction. 1. Provide fire extinguishers approved, listed, and labeled by FM Global. 2.2 PORTABLE, HAND -CARRIED FIRE EXTINGUISHERS A. Fire Extinguishers: Type, size, and capacity for each mounting bracket indicated. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Amerex Corporation. b. J. L. Industries, Inc., Activar Construction Products Group, Inc. C. Larsen's Manufacturing Companv. 2. Source Limitations: Obtain fire extinguishers, fire -protection cabinets, and accessories, from single source from single manufacturer. 3. Valves: Nickel -plated, polished -brass body. 4. Handles and Levers: Stainless steel. 5. Instruction Labels: Include pictorial marking system complying with NFPA 10, Appendix B. B. Clean -Agent Type in Steel Container: UL-rated 1-A:10-B:C, 10-lb nominal capacity, with HFC blend agent and inert material in enameled -steel container; with pressure -indicating gage. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 10 44 16 FIRE EXTINGUISHERS Page 3 of 4 P_WUV[oil]eINIe[ef:3MWO114goKy A. Mounting Brackets: Manufacturer's standard steel, designed to secure fire extinguisher to wall or structure, of sizes required for types and capacities of fire extinguishers indicated, with plated or black baked -enamel finish. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Amerex Corporation. b. J. L. Industries, Inc., Activar Construction Products Group_ , Inc. C. Larsen's Manufacturing Company. 2. Source Limitations: Obtain mounting brackets and fire extinguishers from single source from single manufacturer. B. Identification: Lettering complying with authorities having jurisdiction for letter style, size, spacing, and location. Locate as indicated by Engineer. 1. Identify bracket -mounted fire extinguishers with the words "FIRE EXTINGUISHER" in red letter decals applied to mounting surface. a. Orientation: Vertical. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine fire extinguishers for proper charging and tagging. 1. Remove and replace damaged, defective, or undercharged fire extinguishers. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. General: Install fire extinguishers in locations indicated and in compliance with requirements of authorities having jurisdiction. 1. Mounting Brackets: 54 inches above finished floor to top of fire extinguisher. B. Mounting Brackets: Fasten mounting brackets to surfaces, square and plumb, at locations indicated. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 10 44 16 FIRE EXTINGUISHERS Page 4 of 4 3.3 FIELD QUALITY CONTROL A. Verify that each fire extinguisher is present at Substantial Completion. END OF SECTION 10 44 16 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2205 13 COMMON MOTOR REQUIREMENTS FOR PLUMBING EQUIPMENT Page 1 of 2 SECTION 22 05 13 - COMMON MOTOR REQUIREMENTS FOR PLUMBING EQUIPMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. lW► W81LTHu1&'%A11 A. Section includes general requirements for single-phase and polyphase, general-purpose, horizontal, small and medium, squirrel -cage induction motors for use on alternating -current power systems up to 600 V and installed at equipment manufacturer's factory or shipped separately by equipment manufacturer for field installation. 1.3 AMERICAN IRON AND STEEL (AIS) REQUIREMENTS A. Products submitted under this section shall meet American Iron and Steel (AIS) requirements as described in Division 00 and 01 Specifications. 1.4 COORDINATION A. Coordinate features of motors, installed units, and accessory devices to be compatible with the following: 1. Motor controllers. 2. Torque, speed, and horsepower requirements of the load. 3. Ratings and characteristics of supply circuit and required control sequence. 4. Ambient and environmental conditions of installation location. 1.5 SUBMITTALS A. AIS: Submit certification indicating compliance with AIS requirements for all applicable metal products where required in compliance with the requirements of Division 00 and 01. PART 2 - PRODUCTS 2.1 GENERAL MOTOR REQUIREMENTS A. Comply with NEMA MG 1 unless otherwise indicated. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2205 13 COMMON MOTOR REQUIREMENTS FOR PLUMBING EQUIPMENT Page 2 of 2 B. Comply with IEEE 841 for severe -duty motors. 2.2 MOTOR CHARACTERISTICS A. Duty: Continuous duty at ambient temperature of 40 deg C and at altitude of 3,300 feet above sea level. B. Capacity and Torque Characteristics: Sufficient to start, accelerate, and operate connected loads at designated speeds, at installed altitude and environment, with indicated operating sequence, and without exceeding nameplate ratings or considering service factor. 2.3 POLYPHASE MOTORS A. Description: NEMA MG 1, Design B, medium induction motor. B. Efficiency: Premium efficient, as defined in NEMA MG 1. C. Service Factor: 1.15. D. Multispeed Motors: Variable torque. 1. For motors with 2:1 speed ratio, consequent pole, single winding. 2. For motors with other than 2:1 speed ratio, separate winding for each speed. E. Multispeed Motors: Separate winding for each speed. F. Rotor: Random -wound, squirrel cage. G. Bearings: Regreasable, shielded, antifriction ball bearings suitable for radial and thrust loading. H. Temperature Rise: Match insulation rating. I. Insulation: Class F. J. Code Letter Designation: 1. Motors 15 HP and Larger: NEMA starting Code F or Code G. 2. Motors Smaller Than 15 HP: Manufacturer's standard starting characteristic. K. Enclosure Material: Cast iron for motor frame sizes 324T and larger; rolled steel for motor frame sizes smaller than 324T. PART 3 - EXECUTION (NOT USED) END OF SECTION 22 05 13 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2205 17 SLEEVES AND SLEEVE SEALS FOR PLUMBING PIPING Page 1 of 5 SECTION 22 05 17 - SLEEVES AND SLEEVE SEALS FOR PLUMBING PIPING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Sleeves. 2. Sleeve -seal systems. 3. Grout. 4. Silicone sealants. 1.3 AMERICAN IRON AND STEEL (AIS) REQUIREMENTS A. Products submitted under this section shall meet American Iron and Steel (AIS) requirements as described in Division 00 and 01 Specifications. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. B. AIS: Submit certification indicating compliance with AIS requirements for all applicable metal products where required in compliance with the requirements of Division 00 and 01. 1.5 INFORMATIONAL SUBMITTALS A. Field quality -control reports. PART 2 - PRODUCTS 2.1 SLEEVES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Advance Products & Systems, Inc. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2205 17 SLEEVES AND SLEEVE SEALS FOR PLUMBING PIPING Page 2 of 5 2. CALPICO, Inc. 3. GPT; an EnPro Industries company. 4. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 0125 00). B. Stainless Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, anticorrosion coated, with plain ends and integral welded waterstop collar. 2.2 SLEEVE -SEAL SYSTEMS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Garlock. 2. Advance Products & Systems, Inc. 3. CALPICO, Inc. 4. GPT; an EnPro Industries company. 5. Metraflex Company (The). 6. Proco Products, Inc. 7. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 0125 00). B. Description: 1. Modular sealing -element unit, designed for field assembly, for filling annular space between piping and sleeve. 2. Designed to form a hydrostatic seal of 20 psig minimum. 3. Sealing Elements: EPDM-rubber interlocking links shaped to fit surface of pipe. Include type and number required for pipe material and size of pipe. 4. Pressure Plates: Stainless steel, Type 316. 5. Connecting Bolts and Nuts: Stainless steel, Type 316 of length required to secure pressure plates to sealing elements. 2.3 GROUT A. Description: Nonshrink, for interior and exterior sealing openings in non -fire -rated walls or floors. B. Standard: ASTM C 1107/C 1107M, Grade B, post -hardening and volume -adjusting, dry, hydraulic -cement grout. C. Design Mix: 5,000-psi, 28-day compressive strength. D. Packaging: Premixed and factory packaged. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2205 17 SLEEVES AND SLEEVE SEALS FOR PLUMBING PIPING Page 3 of 5 2.4 SILICONE SEALANTS A. Silicone, S, NS, 25, NT: Single -component, nonsag, plus 25 percent and minus 25 percent movement capability, nontraffic-use, neutral -curing silicone joint sealant, ASTM C 920, Type S, Grade NS, Class 25, Use NT. 1. Manufacturers: Subject to compliance with requirements, provide products by the following: a. May National Associates, Inc.; a subsidiary of Sika Corporation. b. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 01 25 00), B. Silicone Foam: Multicomponent, silicone -based liquid elastomers that, when mixed, expand and cure in place to produce a flexible, nonshrinking foam. 1. Manufacturers: Subject to compliance with requirements, provide products by the following: a. Smooth -On. b. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 01 25 00), PART 3 - EXECUTION 3.1 SLEEVE INSTALLATION A. Install sleeves for piping passing through penetrations in floors, partitions, roofs, and walls. B. For sleeves that will have sleeve -seal system installed, select sleeves of size large enough to provide 1-inch annular clear space between piping and concrete slabs and walls. 1. Sleeves are not required for core -drilled holes. C. Install sleeves in concrete floors, concrete roof slabs, and concrete walls as new slabs and walls are constructed. 1. Permanent sleeves are not required for holes in slabs formed by molded -PE or -PP sleeves. 2. Cut sleeves to length for mounting flush with both surfaces. a. Exception: Extend sleeves installed in floors of mechanical equipment areas or other wet areas 2 inches above finished floor level. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2205 17 SLEEVES AND SLEEVE SEALS FOR PLUMBING PIPING Page 4 of 5 3. Using grout or silicone sealant, seal the space outside of sleeves in slabs and walls without sleeve -seal system. 3.2 SLEEVE -SEAL -SYSTEM INSTALLATION A. Select type, size, and number of sealing elements required for piping material and size and for sleeve ID or hole size. Position piping in center of sleeve. Center piping in penetration, assemble sleeve -seal system components, and install in annular space between piping and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make a watertight seal. 3.3 FIELD QUALITY CONTROL A. Perform the following tests and inspections: 1. Leak Test: After allowing for a full cure, test sleeves and sleeve seals for leaks. Repair leaks and retest until no leaks exist. B. Sleeves and sleeve seals will be considered defective if they do not pass tests and inspections. C. Prepare test and inspection reports. 3.4 SLEEVE AND SLEEVE -SEAL SCHEDULE A. Use sleeves and sleeve seals for the following piping -penetration applications: 1. Exterior Concrete Walls above Grade: a. Piping Smaller Than NPS 6: Stainless steel pipe sleeves. 2. Sludge Pump Station Exterior Concrete Walls below Grade: a. Piping Smaller Than NPS 6: Stainless Steel pipe sleeves with sleeve -seal system. 1) Select sleeve size to allow for 1-inch annular clear space between piping and sleeve for installing sleeve -seal system. 3. Exterior Concrete Walls below Grade: a. Piping Smaller Than NPS 6: Stainless Steel pipe sleeves. 4. Concrete Slabs above Grade: a. Piping NPS 6 and Larger: Stainless Steel pipe sleeves with sleeve -seal system. 1) Select sleeve size to allow for 1-inch annular clear space between piping and sleeve for installing sleeve -seal system. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2205 17 END OF SECTION 22 05 17 CDM Smith CONSTRUCTION SPECIFICATION DOCUMENTS SLEEVES AND SLEEVE SEALS FOR PLUMBING PIPING Page 5 of 5 VCWRF Primary Clarifier Improvements City Project No. 103295 THIS PAGE INTENTIONALLY LEFT BLANK. 2205 19 METERS AND GAGES FOR PLUMBING PIPING Page 1 of 4 SECTION 22 05 19 - METERS AND GAGES FOR PLUMBING PIPING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Dial -type pressure gages. 2. Gage attachments. 1.3 AMERICAN IRON AND STEEL (AIS) REQUIREMENTS A. Products submitted under this section shall meet American Iron and Steel (AIS) requirements as described in Division 00 and 01 Specifications. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. B. AIS: Submit certification indicating compliance with AIS requirements for all applicable metal products where required in compliance with the requirements of Division 00 and 01. 1.5 INFORMATIONAL SUBMITTALS A. Product Certificates: For each type of meter and gage. 1.6 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For meters and gages to include in operation and maintenance manuals. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2205 19 METERS AND GAGES FOR PLUMBING PIPING Page 2 of 4 PART 2 - PRODUCTS 2.1 PRESSURE GAGES A. Direct -Mounted, Plastic -Case, Dial -Type Pressure Gages: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following or equal: a. Trerice, H. O. Co. b. Weiss Instruments, Inc. C. Weksler Glass Thermometer Corp. d. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 01 25 00). 2. Standard: ASME B40.100. 3. Case: Sealed type; plastic; 4-1/2-inch nominal diameter. 4. Pressure -Element Assembly: Bourdon tube unless otherwise indicated. 5. Pressure Connection: Brass, with NPS 1/4 or NPS 1/2, ASME B1.20.1 pipe threads and bottom -outlet type unless back -outlet type is indicated. 6. Movement: Mechanical, with link to pressure element and connection to pointer. 7. Dial: Nonreflective aluminum with permanently etched scale markings graduated in psi. 8. Pointer: Dark -colored metal. 9. Window: Glass or plastic. 10. Accuracy: Grade A, plus or minus 1 percent of middle half of scale range. 2.2 GAGE ATTACHMENTS A. Snubbers: ASME B40.100, brass; with NPS 1/4 or NPS 1/2, ASME B1.20.1 pipe threads and piston or porous -metal -type surge -dampening device. Include extension for use on insulated piping. B. Valves: Brass ball, with NPS 1/4 or NPS 1/2, ASME B1.20.1 pipe threads. PART 3 - EXECUTION 3.1 INSTALLATION A. Install direct -mounted pressure gages in piping tees with pressure gage located on pipe at the most readable position. B. Install valve and snubber in piping for each pressure gage for fluids. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2205 19 METERS AND GAGES FOR PLUMBING PIPING Page 3 of 4 C. Install pressure gages in the following locations: 1. Inlet and outlet of each pressure -reducing valve. fc? P► Mlel►I►I114JIYMe61 A. Install meters and gages adjacent to machines and equipment to allow service and maintenance of meters, gages, machines, and equipment. 09� Kl\0=41II►[ol A. Adjust faces of meters and gages to proper angle for best visibility. 3.4 PRESSURE -GAGE SCALE -RANGE SCHEDULE A. Scale Range for Gas Service Piping: 0 to 100 psi. B. Scale Range for Water Service Piping: 0 to 100 psi. END OF SECTION 22 05 19 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2205 19 METERS AND GAGES FOR PLUMBING PIPING Page 4 of 4 This page intentionally left blank. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 05 23.12 BALL VALVES FOR PLUMBING PIPING Page 1 of 4 SECTION 22 05 23.12 - BALL VALVES FOR PLUMBING PIPING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. lW► W81L31u/'1'A1A A. Section Includes: 1. Stainless Steel ball valves. 1.3 AMERICAN IRON AND STEEL (AIS) REQUIREMENTS A. Products submitted under this section shall meet American Iron and Steel (AIS) requirements as described in Division 00 and 01 Specifications. 1.4 DEFINITIONS A. CWP: Cold working pressure. 1.5 ACTION SUBMITTALS A. Product Data: For each type of valve. 1. Certification that products comply with NSF 61 Annex G and NSF 372. B. AIS: Submit certification indicating compliance with AIS requirements for all applicable metal products where required in compliance with the requirements of Division 00 and 01. 1.6 DELIVERY, STORAGE, AND HANDLING A. Prepare valves for shipping as follows: 1. Protect internal parts against rust and corrosion. 2. Protect threads, flange faces, and soldered ends. 3. Set ball valves open to minimize exposure of functional surfaces. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 05 23.12 BALL VALVES FOR PLUMBING PIPING Page 2 of 4 B. Use the following precautions during storage: 1. Maintain valve end protection. 2. Store valves indoors and maintain at higher -than -ambient -dew -point temperature. If outdoor storage is necessary, store valves off the ground in watertight enclosures. C. Use sling to handle large valves; rig sling to avoid damage to exposed parts. Do not use operating handles or stems as lifting or rigging points. PART 2-PRODUCTS 2.1 GENERAL REQUIREMENTS FOR VALVES A. Source Limitations for Valves: Obtain each type of valve from single source from single manufacturer. B. ASME Compliance: 1. ASME B 1.20.1 for threads for threaded end valves. 2. ASME B 16.5 for flanges on steel valves. 3. ASME B 16.10 and ASME B 16.34 for ferrous valve dimensions and design criteria. 4. ASME B16.18 for solder joint connections. 5. ASME B31.9 for building services piping valves. C. NSF Compliance: NSF 61 Annex G and NSF 372 for valve materials for potable -water service. D. Valve Pressure -Temperature Ratings: Not less than indicated and as required for system pressures and temperatures. E. Valve Sizes: Same as upstream piping unless otherwise indicated. F. Valve Actuator Types: 1. Handlever: For quarter -turn valves smaller than NPS 4 G. Valves in Insulated Piping: 1. Include 2-inch stem extensions. 2. Extended operating handles of nonthermal-conductive material and protective sleeves that allow operation of valves without breaking vapor seals or disturbing insulation. 3. Memory stops that are fully adjustable after insulation is applied. 2.2 STAINLESS STEEL BALL VALVES A. Stainless Steel Ball Valves with Full Port, Class 150: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 05 23.12 BALL VALVES FOR PLUMBING PIPING Page 3 of 4 a. Apollo Valves; a part of Aalberts Integrated Piping Systems. b. Viega. C. Hammond Valve. d. Milwaukee Valve Company. e. NIBCO INC. f. WATTS. g. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 01 25 00) 2. Description: a. Standard: MSS SP-110. b. CWP Rating: 250 psig. C. Body Design: Two Piece. d. Body Material: 316 Stainless Steel. e. Ends: Threaded or press ends. f. Seats: PTFE. g. Stem: 316 Stainless steel. h. Ball: 316 Stainless steel, vented. i. Port: Full. j. Seals: EPDM. k. NSF 61 certified. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine valve interior for cleanliness, freedom from foreign matter, and corrosion. Remove special packing materials, such as blocks, used to prevent disc movement during shipping and handling. B. Operate valves in positions from fully open to fully closed. Examine guides and seats made accessible by such operations. C. Examine threads on valve and mating pipe for form and cleanliness. D. Do not attempt to repair defective valves; replace with new valves. 3.2 VALVE INSTALLATION A. Install valves with unions or flanges at each piece of equipment arranged to allow service, maintenance, and equipment removal without system shutdown. B. Locate valves for easy access and provide separate support where necessary. C. Install valves in horizontal piping with stem at or above center of pipe. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 05 23.12 BALL VALVES FOR PLUMBING PIPING Page 4 of 4 D. Install valves in position to allow full stem movement. E. Install valve tags. Comply with requirements in Section 22 05 53 "Identification for Plumbing Piping and Equipment" for valve tags and schedules. 3.3 GENERAL REQUIREMENTS FOR VALVE APPLICATIONS A. If valves with specified CWP ratings are unavailable, the same types of valves with higher CWP ratings may be substituted. B. Select valves with the following end connections: 1. For Stainless Steel Piping, NPS 2 and Smaller: Press or threaded or press fitting valve - ends. 3.4 SERVICE WATER VALVE SCHEDULE A. Pipe NPS 2 and Smaller: 1. Stainless steel ball valves, two-piece with full port and stainless steel trim. B. Pipe NPS 2-1/2 and Larger: 1. Stainless steel ball valves, two-piece with full port, and stainless -steel trim. END OF SECTION 22 05 23.12 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 05 29 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT Page 1 of 10 SECTION 22 05 29 - HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Metal pipe hangers and supports. 2. Metal framing systems. 3. Thermal hanger -shield inserts. 4. Fastener systems. 5. Pipe stands. B. Related Requirements: 1. Section 05 50 00 "Miscellaneous Metal Fabrications" for structural -steel shapes and plates for trapeze hangers for pipe and equipment supports. 1.3 AMERICAN IRON AND STEEL (AIS) REQUIREMENTS A. Products submitted under this section shall meet American Iron and Steel (AIS) requirements as described in Division 00 and 01 Specifications. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. B. AIS: Submit certification indicating compliance with AIS requirements for all applicable metal products where required in compliance with the requirements of Division 00 and 01. 1.5 INFORMATIONAL SUBMITTALS A. Welding certificates. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 05 29 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT Page 2 of 10 1.6 QUALITY ASSURANCE A. Structural -Steel Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M. B. Pipe Welding Qualifications: Qualify procedures and operators according to 2015 ASME Boiler and Pressure Vessel Code, Section IX. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Structural Performance: Hangers and supports for plumbing piping and equipment shall withstand the effects of gravity loads and stresses within limits and under conditions indicated according to ASCE/SEI 7. 1. Design supports for multiple pipes, including pipe stands, capable of supporting combined weight of supported systems, system contents, and test water. 2. Design equipment supports capable of supporting combined operating weight of supported equipment and connected systems and components. 2.2 METAL PIPE HANGERS AND SUPPORTS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following or equal: 1. Anvil. 2. Carpenter and Paterson. 3. Eaton (B-line). 4. Elcen Metal Products. 5. Empire Industries. 6. FM Stainless Fasteners. 7. PHD. 8. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 0125 00). B. Stainless -Steel Pipe Hangers and Supports: 1. Description: MSS SP-58, Types 1 through 58, factory -fabricated components. 2. Padded Hangers: Hanger with fiberglass or other pipe insulation pad or cushion to support bearing surface of piping. 3. Hanger Rods: Continuous -thread rod, nuts, and washer. C. Copper Pipe and Tube Hangers: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 05 29 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT Page 3 of 10 1. Description: MSS SP-58, Types 1 through 58, copper -coated -steel, factory -fabricated components. 2. Hanger Rods: Continuous -thread rod, nuts, and washer 2.3 TRAPEZE PIPE HANGERS A. Description: MSS SP-58, Type 59, shop- or field -fabricated pipe -support assembly, made from structural -carbon -steel shapes, with MSS SP-58 carbon -steel hanger rods, nuts, saddles, and U- bolts. 2.4 METAL FRAMING SYSTEMS A. MFMA Manufacturer Metal Framing Systems: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. ABB, Electrification Business. b. Cooper B-line; brand of Eaton, Electrical Sector. C. Flex -Strut Inc. d. G-Strut. e. Unistrut; Atkore International. f. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 01 25 00). 2. Description: Shop- or field -fabricated pipe -support assembly, channels, accessories, fittings, and other components for supporting multiple parallel pipes. 3. Standard: Comply with MFMA-4, factory -fabricated components for field assembly. 4. Channels: Continuous slotted channel with inturned lips. See Area Classification and Material Table in drawings for material. 5. Channel Width: Selected for applicable load criteria. 6. Channel Nuts: Formed or stamped nuts or other devices designed to fit into channel slot and, when tightened, prevent slipping along channel. 7. Hanger Rods: Continuous -thread rod, nuts, and washer. See Area Classification and Material Table in drawings for material. 8. Channel pipe clamp: Metal pipe clamp to support the pipe from the channel. 9. Cushioned pipe clamp: Metal pipe clamp with an integral plastic liner. 10. Post base: Metal base to support a vertical channel. 2.5 THERMAL HANGER -SHIELD INSERTS A. Manufacturer: Buckaroos, Inc.; Pipe Shields Inc.; Value Engineered Products Inc. B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 05 29 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT Page 4 of 10 1. Buckaroos, Inc. 2. CADDY; brand of nVent Electrical plc. 3. Pipe Shields Inc. 4. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 0125 00). C. Insulation -Insert Material for Cold Piping: ASTM C552, Type II cellular glass with 100-psig or ASTM C591, Type VI, Grade 1 polyisocyanurate with 125-psig minimum compressive strength and vapor barrier. D. For Clamped Systems: Insert and shield shall cover entire circumference of pipe. E. For Clevis or Band Hangers: Insert and shield shall cover lower 180 degrees of pipe. F. Insert Length: Extend 2 inches beyond sheet metal shield for piping operating below ambient air temperature. 2.6 FASTENER SYSTEMS A. Mechanical -Expansion Anchors: Insert -wedge -type anchors, for use in hardened portland cement concrete, with pull-out, tension, and shear capacities appropriate for supported loads and building materials where used. Manufacturers: Subject to compliance with requirements, provide products by one of the following or equal: a. Hilti, Inc. b. Simpson Strong -Tie Co., Inc. C. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 01 25 00). 2. Indoor Applications: See Area Classification and Material Table in drawings.. 3. Outdoor Applications: See Area Classification and Material Table in drawings. 2.7 PIPE STANDS A. General Requirements for Pipe Stands: Shop- or field -fabricated assemblies made of manufactured corrosion -resistant components to support roof -mounted piping. B. Compact Pipe Stand: 1. Description: Single base unit with integral -rod roller, pipe clamps, or V-shaped cradle to support pipe, for roof installation without membrane penetration. 2. Base: Single, vulcanized rubber, molded polypropylene, or polycarbonate. 3. Accessories: Protection pads. 4. Material: See Area Classification and Material Table in drawings. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 05 29 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT Page 5 of 10 C. Low -Profile, Single -Base, Single -Pipe Stand: 1. Description: Single base with vertical and horizontal members, and pipe support, for roof installation without membrane protection. 2. Base: Single, vulcanized rubber, molded polypropylene, or polycarbonate. 3. Vertical Members: Two continuous -thread, 1/2-inch rods. 4. Horizontal Member: Adjustable horizontal, pipe support channels. 5. Pipe Supports: Roller. 6. Accessories: Protection pads. 7. Material: See Area Classification and Material Table in drawings. 2.8 PIPE -POSITIONING SYSTEMS A. Description: IAPMO PS 42 positioning system composed of metal brackets, clips, and straps for positioning piping in pipe spaces; for plumbing fixtures in commercial applications. 2.9 MATERIALS A. Aluminum: ASTM B221. B. Carbon Steel: ASTM A 1011/A 1011M. C. Structural Steel: ASTM A 36/A 36M carbon -steel plates, shapes, and bars; black and galvanized. D. Stainless Steel: ASTM A240/A240M. E. Grout: ASTM C1107/CI107M, factory -mixed and -packaged, dry, hydraulic -cement, nonshrink and nonmetallic grout; suitable for interior and exterior applications. 1. Properties: Nonstaining, noncorrosive, and nongaseous. 2. Design Mix: 5000-psi, 28-day compressive strength. PART 3 - EXECUTION 3.1 APPLICATION A. Comply with requirements in Section 07 84 13 "Penetration Firestopping" for firestopping materials and installation, for penetrations through fire -rated walls, ceilings, and assemblies. B. Strength of Support Assemblies: Where not indicated, select sizes of components, so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 lb. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 05 29 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT Page 6 of 10 A. Metal Pipe -Hanger Installation: Comply with MSS SP-58. Install hangers, supports, clamps, and attachments as required to properly support piping from building structure. B. Metal Framing System Installation: Arrange for grouping of parallel runs of piping, and support together on field -assembled metal framing systems. C. Thermal Hanger -Shield Installation: Install in pipe hanger or shield for insulated piping. D. Fastener System Installation: 1. Install mechanical -expansion anchors in concrete, after concrete is placed and completely cured. Install fasteners according to manufacturer's written instructions. E. Pipe Stand Installation: 1. Pipe Stand Types, except Curb -Mounted Type: Assemble components and mount on smooth roof surface. Do not penetrate roof membrane. F. Pipe -Positioning -System Installation: Install support devices to make rigid supply and waste piping connections to each plumbing fixture. G. Install hangers and supports complete with necessary attachments, inserts, bolts, rods, nuts, washers, and other accessories. H. Install lateral bracing with pipe hangers and supports to prevent swaying. I. Install building attachments within concrete slabs or attach to structural steel. Install additional attachments at concentrated loads, including valves, flanges, and strainers, NPS 2-1/2 and larger and at changes in direction of piping. Install concrete inserts before concrete is placed; fasten inserts to forms and install reinforcing bars through openings at top of inserts. J. Load Distribution: Install hangers and supports, so that piping live and dead loads and stresses from movement will not be transmitted to connected equipment. K. Pipe Slopes: Install hangers and supports to provide indicated pipe slopes and to not exceed maximum pipe deflections allowed by ASME B31.9 for building services piping. L. Insulated Piping: 1. Attach clamps and spacers to piping. a. Piping Operating Above Ambient Air Temperature: Clamp may project through insulation. b. Piping Operating Below Ambient Air Temperature: Use thermal hanger -shield insert with clamp sized to match OD of insert. C. Do not exceed pipe stress limits allowed by ASME B31.9 for building services piping. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 05 29 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT Page 7 of 10 2. Install MSS SP-58, Type 39 protection saddles if insulation without vapor barrier is indicated. Fill interior voids with insulation that matches adjoining insulation. a. Option: Thermal hanger -shield inserts may be used. Include steel weight - distribution plate for pipe NPS 4 and larger if pipe is installed on rollers. 3. Install MSS SP-58, Type 40 protective shields on cold piping with vapor barrier. Shields shall span an arc of 180 degrees. a. Option: Thermal hanger -shield inserts may be used. Include steel weight - distribution plate for pipe NPS 4 and larger if pipe is installed on rollers. 4. Thermal Hanger Shields: Install with insulation of same thickness as piping insulation. 3.3 ADJUSTING A. Hanger Adjustments: Adjust hangers to distribute loads equally on attachments and to achieve indicated slope of pipe. B. Trim excess length of continuous -thread hanger and support rods to 1-1/2 inches. 3.4 PAINTING A. Touchup: Clean field welds and abraded, shop -painted areas. Paint exposed areas immediately after erecting hangers and supports. Use same materials as those used for shop painting. Comply with SSPC-PA 1 requirements for touching up field -painted surfaces. 1. Apply paint by brush or spray to provide a minimum dry film thickness of 2.0 mils. B. Touchup: Cleaning and touchup painting of field welds, bolted connections, and abraded, shop - painted areas on miscellaneous metal are specified in Section 09 96 79 " Atmospheric Protection and Plant Service Areas Coatings." C. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas, and apply galvanizing -repair paint to comply with ASTM A780/A780M. 3.5 HANGER AND SUPPORT SCHEDULE A. Specific hanger and support requirements are in Sections specifying piping systems and equipment. B. Comply with MSS SP-58 for pipe -hanger selections and applications that are not specified in piping system Sections. C. Use hangers and supports with galvanized metallic coatings for piping and equipment that will not have field -applied finishes. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 05 29 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT Page 8 of 10 D. Use padded hangers for piping uninsulated plastic piping and that is subject to scratching. E. Use thermal hanger -shield inserts for insulated piping and tubing. F. Horizontal -Piping Hangers and Supports: Unless otherwise indicated and except as specified in piping system Sections, install the following types: 1. Adjustable, Steel Clevis Hangers (MSS Type 1): For suspension of noninsulated or insulated, stationary pipes NPS 1/2 to NPS 30. 2. Yoke -Type Pipe Clamps (MSS Type 2): For suspension of up to 1050 deg F pipes NPS 4 to NPS 24, requiring up to 4 inches of insulation. 3. Carbon- or Alloy -Steel, Double -Bolt Pipe Clamps (MSS Type 3): For suspension of pipes NPS 3/4 to NPS 36, requiring clamp flexibility and up to 4 inches of insulation. 4. Steel Pipe Clamps (MSS Type 4): For suspension of cold and hot pipes NPS 1/2 to NPS 24 if little or no insulation is required. 5. Pipe Hangers (MSS Type 5): For suspension of pipes NPS 1/2 to NPS 4, to allow off - center closure for hanger installation before pipe erection. 6. Adjustable, Swivel Split- or Solid -Ring Hangers (MSS Type 6): For suspension of noninsulated, stationary pipes NPS 3/4 to NPS 8. 7. Adjustable, Steel Band Hangers (MSS Type 7): For suspension of noninsulated, stationary pipes NPS 1/2 to NPS 8. 8. Adjustable Band Hangers (MSS Type 9): For suspension of noninsulated, stationary pipes NPS 1/2 to NPS 8. 9. Adjustable, Swivel -Ring Band Hangers (MSS Type 10): For suspension of noninsulated, stationary pipes NPS 1/2 to NPS 8. 10. Split Pipe Ring with or without Turnbuckle Hangers (MSS Type 11): For suspension of noninsulated, stationary pipes NPS 3/8 to NPS 8. 11. Extension Hinged or Two -Bolt Split Pipe Clamps (MSS Type 12): For suspension of noninsulated, stationary pipes NPS 3/8 to NPS 3. 12. U-Bolts (MSS Type 24): For support of heavy pipes NPS 1/2 to NPS 30. 13. Clips (MSS Type 26): For support of insulated pipes not subject to expansion or contraction. 14. Pipe Saddle Supports (MSS Type 36): For support of pipes NPS 4 to NPS 36, with steel - pipe base stanchion support and cast-iron floor flange or carbon -steel plate. 15. Pipe Stanchion Saddles (MSS Type 37): For support of pipes NPS 4 to NPS 36, with steel -pipe base stanchion support and cast-iron floor flange or carbon -steel plate, and with U-bolt to retain pipe. 16. Adjustable Pipe Saddle Supports (MSS Type 38): For stanchion -type support for pipes NPS 2-1/2 to NPS 36 if vertical adjustment is required, with steel -pipe base stanchion support and cast-iron floor flange. 17. Single -Pipe Rolls (MSS Type 41): For suspension of pipes NPS 1 to NPS 30, from two rods if longitudinal movement caused by expansion and contraction occurs. 18. Adjustable Roller Hangers (MSS Type 43): For suspension of pipes NPS 2-1/2 to NPS 24, from single rod if horizontal movement caused by expansion and contraction occurs. 19. Complete Pipe Rolls (MSS Type 44): For support of pipes NPS 2 to NPS 42 if longitudinal movement caused by expansion and contraction occurs but vertical adjustment is unnecessary. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 05 29 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT Page 9 of 10 20. Pipe Roll and Plate Units (MSS Type 45): For support of pipes NPS 2 to NPS 24 if small horizontal movement caused by expansion and contraction occurs and vertical adjustment is unnecessary. 21. Adjustable Pipe Roll and Base Units (MSS Type 46): For support of pipes NPS 2 to NPS 30 if vertical and lateral adjustment during installation, in addition to expansion and contraction, is required. G. Vertical -Piping Clamps: Unless otherwise indicated and except as specified in piping system Sections, install the following types: 1. Extension Pipe or Riser Clamps (MSS Type 8): For support of pipe risers NPS 3/4 to NPS 24. 2. Carbon- or Alloy -Steel Riser Clamps (MSS Type 42): For support of pipe risers NPS 3/4 to NPS 24 if longer ends are required for riser clamps. H. Hanger -Rod Attachments: Unless otherwise indicated and except as specified in piping system Sections, install the following types: 1. Steel Turnbuckles (MSS Type 13): For adjustment of up to 6 inches for heavy loads. 2. Steel Clevises (MSS Type 14): For 120 to 450 deg F piping installations. 3. Swivel Turnbuckles (MSS Type 15): For use with MSS Type 11 split pipe rings. 4. Malleable -Iron Sockets (MSS Type 16): For attaching hanger rods to various types of building attachments. 5. Steel Weldless Eye Nuts (MSS Type 17): For 120 to 450 deg F piping installations. I. Building Attachments: Unless otherwise indicated and except as specified in piping system Sections, install the following types: 1. Steel or Malleable -Concrete Inserts (MSS Type 18): For upper attachment to suspend pipe hangers from concrete ceiling. 2. Top -Beam C-Clamps (MSS Type 19): For use under roof installations with bar joist construction, to attach to top flange of structural shape. 3. Side -Beam or Channel Clamps (MSS Type 20): For attaching to bottom flange of beams, channels, or angles. 4. Center -Beam Clamps (MSS Type 21): For attaching to center of bottom flange of beams. 5. Welded Beam Attachments (MSS Type 22): For attaching to bottom of beams if loads are considerable and rod sizes are large. 6. C-Clamps (MSS Type 23): For structural shapes. 7. Top -Beam Clamps (MSS Type 25): For top of beams if hanger rod is required tangent to flange edge. 8. Side -Beam Clamps (MSS Type 27): For bottom of steel I -beams. 9. Steel -Beam Clamps with Eye Nuts (MSS Type 28): For attaching to bottom of steel I - beams for heavy loads. 10. Linked -Steel Clamps with Eye Nuts (MSS Type 29): For attaching to bottom of steel I - beams for heavy loads, with link extensions. 11. Malleable -Beam Clamps with Extension Pieces (MSS Type 30): For attaching to structural steel. 12. Welded -Steel Brackets: For support of pipes from below or for suspending from above by using clip and rod. Use one of the following for indicated loads: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 05 29 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT Page 10 of 10 a. Light (MSS Type 31): 750 lb. b. Medium (MSS Type 32): 1500 lb. C. Heavy (MSS Type 33): 3000 lb. 13. Side -Beam Brackets (MSS Type 34): For sides of steel or wooden beams. 14. Plate Lugs (MSS Type 57): For attaching to steel beams if flexibility at beam is required. 15. Horizontal Travelers (MSS Type 58): For supporting piping systems subject to linear horizontal movement where headroom is limited. J. Saddles and Shields: Unless otherwise indicated and except as specified in piping system Sections, install the following types: 1. Steel -Pipe -Covering Protection Saddles (MSS Type 39): To fill interior voids with insulation that matches adjoining insulation. 2. Protection Shields (MSS Type 40): Of length recommended in writing by manufacturer to prevent crushing insulation. 3. Thermal Hanger -Shield Inserts: For supporting insulated pipe. K. Comply with MFMA-103 for metal framing system selections and applications that are not specified in piping system Sections. L. Use mechanical -expansion anchors instead of building attachments where required in concrete construction. M. Use pipe -positioning systems in pipe spaces behind plumbing fixtures to support supply and waste piping for plumbing fixtures. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 220533 HEAT TRACING FOR PLUMBING PIPING Pagel of 5 SECTION 220533 - HEAT TRACING FOR PLUMBING PIPING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes plumbing piping heat tracing for freeze prevention with the following electric heating cables: 1. Self-regulating, parallel resistance. fxc K'Tf Ito] ►VYi1:�up 01F."I y A. Product Data: For each type of product. 1. Include rated capacities, operating characteristics, and furnished specialties and accessories. 2. Schedule heating capacity, length of cable, spacing, and electrical power requirement for each electric heating cable required. B. Shop Drawings: For electric heating cable. 1. Include plans, elevations, sections, and attachment details. 2. Include diagrams for power, signal, and control wiring. 1.4 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For electric heating cables to include in operation and maintenance manuals. 1.5 WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace electric heating cable that fails in materials or workmanship within specified warranty period. 1. Warranty Period: 10 years years from date of Substantial Completion. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 220533 HEAT TRACING FOR PLUMBING PIPING Page 2 of 5 PART 2 - PRODUCTS 2.1 SELF-REGULATING, PARALLEL -RESISTANCE HEATING CABLES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Chromalox, Inc. (Preferred Vendor). 2. Nelson, Emerson Electric Co., Automation Solutions. 3. RAYCHEM, brand of nVent Electrical plc. 4. Or approved equal (anv manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 0125 00). B. Comply with IEEE 515.1. C. Heating Element: Pair of parallel No. 16 AWG, nickel -coated, stranded copper bus wires embedded in crosslinked conductive polymer core, which varies heat output in response to temperature along its length. Terminate with waterproof, factory -assembled, noeheating leads with connectors at one end, and seal the opposite end watertight. Cable shall be capable of crossing over itself once without overheating. D. Electrical Insulating Jacket: Flame-retardant fluoropolymer. E. Cable Cover: Tinned -copper braid. F. Maximum Operating Temperature (Power On): 150 deg F. G. Maximum Exposure Temperature (Power Off): 185 deg F. H. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. I. Corrosion Resistant. J. Capacities and Characteristics: 1. Maximum Heat Output: 5 W/ft.. 2. Piping Diameter: See drawings. 3. Number of Parallel Cables: 1. 4. Spiral Wrap Pitch: 1 inch. 5. Electrical Characteristics for Single -Circuit Connection: a. Volts:120. b. Phase: 1. C. Hertz:60. d. Minimum Circuit Ampacity: 15. e. Maximum Overcurrent Protection: 15. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 220533 HEAT TRACING FOR PLUMBING PIPING Page 3 of 5 2.2 CONTROLS A. Thermostats for Freeze Protection: 1. Stainless Steel remote bulb unit with adjustable temperature range from 30 to 50 deg F. 2. Snap action; open -on -rise, single -pole switch with minimum current rating adequate for connected cable. 3. Remote bulb on capillary, resistance temperature device, or thermistor for sensing ambient temperature. 4. NEMA 4X rated corrosion -resistant, waterproof control enclosure. B. Control Panel: 1. Contain all control devices necessary to perform the control function as specified in this Section and as noted on Drawings. 2. Panel Enclosure: NEMA 4X type with hinged lock type doors. 3. Electrical Power (supplied to control panel): 120V, single phase, 60Hz. Provide a 120/24 transformer where 24V power is required. Size transformers for their control system electrical loads. Mount transformers in the control panel. 4. Mount controllers, relays, switches, etc., for equipment within Control Panel cabinet with hinge lock type doors where shown on Drawings. Make temperature settings, adjustments, and calibrations at the heat tracing system control panel. 5. Submit details and wiring diagrams of the Control Panel for approval prior to fabrication. Provide a copy of the wiring and control diagram for all work in each panel. Store diagram in a pocket on the door. 6. Electrical Devices within the Panels: Factory pre -wired to a numbered terminal strip. Provide wiring within the panel in accordance with NEMA and UL standards and all local codes. 7. Provide panels with lugs or brackets to allow the panel to be firmly fastened to support system. 8. Where adjacent to Process Mechanical heat trace, consolidate control panels where feasible ensuring manufacturer is consistent with Process Mechanical. 9. Basis of design is Chromolox CTC. 2.3 ACCESSORIES A. Cable Installation Accessories: Fiberglass tape, heat -conductive putty, cable ties, silicone end seals and splice kits, and installation clips all furnished by manufacturer, or as recommended in writing by manufacturer. B. Warning Labels: Refer to Section 220553 "Identification for Plumbing Piping and Equipment." C. Warning Tape: Continuously printed 'Electrical Tracing"; vinyl, at least 3 mils thick, and with pressure -sensitive, permanent, waterproof, self-adhesive back. Width for Markers on Pipes with OD, Including Insulation, Less Than 6 Inches: 3/4 inch minimum. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 220533 HEAT TRACING FOR PLUMBING PIPING Page 4 of 5 PART 3 - EXECUTION 3.1 EXAMINATION A. Examine surfaces and substrates to receive electric heating cables for compliance with requirements for installation tolerances and other conditions affecting performance. 1. Ensure surfaces and pipes in contact with electric heating cables are free of burrs and sharp protrusions. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Electric Heating -Cable Installation for Freeze Protection for Piping: 1. Install electric heating cables after piping has been tested and before insulation is installed. 2. Install electric heating cables according to IEEE 515.1. 3. Install insulation over piping with electric cables according to Section 220719 "Plumbing Piping Insulation." 4. Install warning tape on piping insulation where piping is equipped with electric heating cables. B. Set field -adjustable switches and circuit -breaker trip ranges. 3.3 CONNECTIONS A. Ground equipment according to Section 260526 "Grounding and Bonding for Electrical Systems." B. Connect wiring according to Section 260519 "Low -Voltage Electrical Power Conductors and Cables." 3.4 FIELD QUALITY CONTROL A. Perform the following tests and inspections: 1. Perform tests after cable installation but before application of coverings such as insulation, wall or ceiling construction, or concrete. 2. Test cables for electrical continuity and insulation integrity before energizing. 3. Test cables to verify rating and power input. Energize and measure voltage and current simultaneously. B. Repeat tests for continuity, insulation resistance, and input power after applying thermal insulation on pipe -mounted cables. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 220533 HEAT TRACING FOR PLUMBING PIPING Page 5 of 5 C. Cables will be considered defective if they do not pass tests and inspections. D. Prepare test and inspection reports. 3.5 PROTECTION A. Protect installed heating cables, including nonheating leads, from damage during construction. B. Remove and replace damaged heat -tracing cables. END OF SECTION 220533 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 THIS PAGE INTENTIONALLY LEFT BLANK. 22 05 53 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT Page 1 of 6 SECTION 22 05 53 - IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. lw► WI1LS1u1F."IWA A. Section Includes: 1. Equipment labels. 2. Warning signs and labels. 3. Pipe labels. 1.3 AMERICAN IRON AND STEEL (AIS) REQUIREMENTS A. Products submitted under this section shall meet American Iron and Steel (AIS) requirements as described in Division 00 and 01 Specifications. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Equipment Label Schedule: Include a listing of all equipment to be labeled with the proposed content for each label. C. AIS: Submit certification indicating compliance with AIS requirements for all applicable metal products where required in compliance with the requirements of Division 00 and 01. PART 2 - PRODUCTS 2.1 EQUIPMENT LABELS A. Metal Labels for Equipment: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Brady Corporation. b. LEM Products Inc. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 05 53 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT Page 2 of 6 C. Marking Services Inc. d. Pipemarker.com; Brimar Industries, Inc. e. Seton Identification Products; a Brady Corporation company. f. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 01 25 00). 2. Material and Thickness: stainless steel, 0.025-inch minimum thickness, and having predrilled or stamped holes for attachment hardware. 3. Letter Color: White. 4. Background Color: Black. 5. Minimum Label Size: Length and width vary for required label content, but not less than 2-1/2 by 3/4 inch. 6. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately larger lettering for greater viewing distances. Include secondary lettering two-thirds to three-quarters the size of principal lettering. 7. Fasteners: Stainless -steel rivets or self -tapping screws. 8. Adhesive: Contact -type permanent adhesive, compatible with label and with substrate. B. Equipment Label Schedule: For each item of equipment to be labeled, on 8-1/2-by- 11 -inch bond paper. Tabulate equipment identification number and identify Drawing numbers where equipment is indicated (plans, details, and schedules) and the Specification Section number and title where equipment is specified. Equipment schedule shall be included in operation and maintenance data. 2.2 WARNING SIGNS AND LABELS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Brady Corporation. 2. Marking Services Inc. 3. National Marker Company. 4. Pipemarker.com; Brimar Industries, Inc. 5. Seton Identification Products; a Brady Corporation company. 6. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 0125 00). B. Material and Thickness: Multilayer, multicolor, plastic labels for mechanical engraving, 1/16 inch thick and having predrilled holes for attachment hardware. C. Letter Color: Black. D. Background Color: Yellow. E. Maximum Temperature: Able to withstand temperatures up to 160 deg F. F. Minimum Label Size: Length and width vary for required label content, but not less than 2-1/2 by 3/4 inch. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 05 53 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT Page 3 of 6 G. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately larger lettering for greater viewing distances. Include secondary lettering two-thirds to three-quarters the size of principal lettering. H. Fasteners: Stainless -steel rivets or self -tapping screws. I. Adhesive: Contact -type permanent adhesive, compatible with label and with substrate. J. Label Content: Include caution and warning information plus emergency notification instructions. 2.3 PIPE LABELS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Brady Corporation. 2. Marking Services Inc. 3. Pipemarker.com; Brimar Industries, Inc. 4. Seton Identification Products; a Brady Corporation company. 5. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 0125 00). B. General Requirements for Manufactured Pipe Labels: Preprinted, color -coded, with lettering indicating service, and showing flow direction. C. Self -Adhesive Pipe Labels: Printed plastic with contact -type, permanent -adhesive backing. D. Pipe Label Contents: Include identification of piping service using same designations or abbreviations as used on Drawings; also include pipe size and an arrow indicating flow direction. 1. Flow -Direction Arrows: Integral with piping -system service lettering to accommodate both directions or as separate unit on each pipe label to indicate flow direction. 2. Lettering Size: Size letters according to ASME A13.1 for piping. 2.4 WARNING TAGS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Brady Corporation. 2. Marking Services Inc. 3. Pipemarker.com; Brimar Industries, Inc. 4. Seton Identification Products; a Brady Corporation company. 5. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 0125 00). CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 05 53 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT Page 4 of 6 B. Description: Preprinted or partially preprinted accident -prevention tags of plasticized card stock with matte finish suitable for writing. 1. Size: 3 by 5-1/4 inches minimum. 2. Fasteners: Reinforced grommet and wire or string. 3. Nomenclature: Large -size primary caption such as "DANGER," "CAUTION," or "DO NOT OPERATE." 4. Color: Safety yellow background with black lettering. PART 3 - EXECUTION 3.1 PREPARATION A. Clean piping and equipment surfaces of substances that could impair bond of identification devices, including dirt, oil, grease, release agents, and incompatible primers, paints, and encapsulants. 3.2 GENERAL INSTALLATION REQUIREMENTS A. Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied. B. Coordinate installation of identifying devices with locations of access panels and doors. C. Install identifying devices before installing acoustical ceilings and similar concealment. 3.3 EQUIPMENT LABEL INSTALLATION A. Install or permanently fasten labels on each major item of mechanical equipment. B. Locate equipment labels where accessible and visible. 3.4 PIPE LABEL INSTALLATION A. Pipe Label Locations: Locate pipe labels where piping is exposed or above accessible ceilings in finished spaces; machine rooms; accessible maintenance spaces such as shafts, tunnels, and plenums; and exterior exposed locations as follows: 1. Near each valve and control device. 2. Near each branch connection, excluding short takeoffs for fixtures and terminal units. Where flow pattern is not obvious, mark each pipe at branch. 3. Near penetrations through walls, floors, ceilings, and inaccessible enclosures. 4. At access doors, manholes, and similar access points that permit view of concealed piping. 5. Near major equipment items and other points of origination and termination. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 05 53 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT Page 5 of 6 6. Spaced at maximum intervals of 50 feet along each run. Reduce intervals to 25 feet in areas of congested piping and equipment. 7. On piping above removable acoustical ceilings. Omit intermediately spaced labels. B. Directional Flow Arrows: Arrows shall be used to indicate direction of flow in pipes, including pipes where flow is allowed in both directions. C. Pipe Label Color Schedule: 1. Service Water Piping: a. Background: Safety green. b. Letter Colors: White. 2. Sump Pump Discharge Piping: a. Background Color: Safety black. b. Letter Color: White. 3. Natural Gas Piping: a. Background: Safety yellow. b. Letter Colors: Black 3.5 WARNING -TAG INSTALLATION A. Write required message on, and attach warning tags to, equipment and other items where required. END OF SECTION 22 05 53 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 05 53 This page intentionally left blank. CDM Smith CONSTRUCTION SPECIFICATION DOCUMENTS IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT Page 6 of 6 VCWRF Primary Clarifier Improvements City Project No. 103295 22 07 19 PLUMBING PIPING INSULATION Page 1 of 14 SECTION 22 07 19 - PLUMBING PIPING INSULATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. lw►. Y11u1u/1'19&11 A. Section includes insulating the following plumbing piping services: 1. Service water piping. 2. Sanitary waste piping. B. Related Sections: 1. Section 22 13 16 "Sanitary Waste and Vent Piping". 2. Section 22 11 16 'Domestic Water Piping". 1.3 AMERICAN IRON AND STEEL (AIS) REQUIREMENTS A. Products submitted under this section shall meet American Iron and Steel (AIS) requirements as described in Division 00 and 01 Specifications. f��K�Z� : � 1► : I�1 [�l► A. Coordinate sizes and locations of supports, hangers, and insulation shields specified in Section 22 05 29 "Hangers and Supports for Plumbing Piping and Equipment." B. Coordinate clearance requirements with piping Installer for piping insulation application. Before preparing piping Shop Drawings, establish and maintain clearance requirements for installation of insulation and field -applied jackets and finishes and for space required for maintenance. C. Coordinate installation and testing of heat tracing. 1.5 ACTION SUBMITTALS A. Product Data: For each type of product. Include thermal conductivity, water -vapor permeance thickness, and jackets (both factory- and field -applied if any). B. AIS: Submit certification indicating compliance with AIS requirements for all applicable metal products where required in compliance with the requirements of Division 00 and 01. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 07 19 PLUMBING PIPING INSULATION Page 2 of 14 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified Installer. 1.7 QUALITY ASSURANCE A. Installer Qualifications: Skilled mechanics who have successfully completed an apprenticeship program or another craft training program certified by the Department of Labor, Bureau of Apprenticeship and Training. B. Surface -Burning Characteristics: For insulation and related materials, as determined by testing identical products in accordance with ASTM E84 by a testing agency acceptable to authorities having jurisdiction. Factory label insulation and jacket materials and adhesive, mastic, tapes, and cement material containers, with appropriate markings of applicable testing agency. 1. Insulation Installed Indoors: Flame -spread index of 25 or less and smoke -developed index of 50 or less. 2. Insulation Installed Outdoors: Flame -spread index of 75 or less and smoke -developed index of 150 or less. C. Comply with the following applicable standards and other requirements specified for miscellaneous components: 1. Supply and Drain Protective Shielding Guards: ICC Al 17.1. 1.8 SCHEDULING A. Schedule insulation application after pressure testing systems and, where required, after installing and testing heat tracing. Insulation application may begin on segments that have satisfactory test results. PART 2 - PRODUCTS 2.1 INSULATION MATERIALS A. Comply with requirements in "Piping Insulation Schedule, General," "Indoor Piping Insulation Schedule," and "Outdoor, Aboveground Piping Insulation Schedule" articles for where insulating materials shall be applied. B. Products shall not contain asbestos, lead, mercury, or mercury compounds. C. Products that come into contact with stainless steel shall have a leachable chloride content of less than 50 ppm when tested in accordance with ASTM C871. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 07 19 PLUMBING PIPING INSULATION Page 3 of 14 D. Insulation materials for use on austenitic stainless steel shall be qualified as acceptable in accordance with ASTM C795. E. Mineral Wool, Preformed Pipe: Mandrel -wound mineral wool fibers bonded with a thermosetting resin, unfaced; suitable for maximum use temperature up to 1200 degrees F in accordance with ASTM C447. Comply with ASTM C547. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Johns Manville; a Berkshire Hathaway company. b. Owens Corning. C. ROCKWOOL. d. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 01 25 00). 2. Preformed Pipe Insulation: Type II, Grade A with factory -applied ASJ-SSL. 3. Fabricated shapes in accordance with ASTM C450 and ASTM C585. 2.2 INSULATING CEMENTS A. Mineral -Fiber Insulating Cement: Comply with ASTM C195. B. Expanded or Exfoliated Vermiculite Insulating Cement: Comply with ASTM C196. C. Mineral -Fiber, Hydraulic -Setting Insulating and Finishing Cement: Comply with ASTM C449. 2.3 ADHESIVES A. Materials shall be compatible with insulation materials, jackets, and substrates and for bonding insulation to itself and to surfaces to be insulated, unless otherwise indicated. B. Mineral -Fiber Adhesive: Comply with MIL-A-3316C, Class 2, Grade A. C. ASJ Adhesive and FSK Jacket Adhesive: Comply with MIL-A-3316C, Class 2, Grade A, for bonding insulation jacket lap seams and joints. 2.4 MASTICS AND COATINGS A. Materials shall be compatible with insulation materials, jackets, and substrates. B. Vapor -Barrier Mastic, Water Based: Suitable for indoor use on below -ambient services. 1. Water -Vapor Permeance: Comply with ASTM E96/E96M or ASTM F1249. 2. Service Temperature Range: 0 to plus 180 degrees F. 3. Comply with MIL-PRF-19565C, Type II, for permeance requirements. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 07 19 PLUMBING PIPING INSULATION Page 4 of 14 4. Color: White. C. Vapor -Retarder Mastic, Solvent Based, Indoor Use: Suitable for indoor use on below -ambient services. 1. Water -Vapor Permeance: Comply with ASTM E96/E96M or ASTM F1249. 2. Service Temperature Range: 0 to 180 degrees F. 3. Color: White. D. Vapor -Retarder Mastic, Solvent Based, Outdoor Use: Suitable for outdoor use on below - ambient services. 1. Water -Vapor Permeance: Comply with ASTM E96/E96M or ASTM F1249. 2. Service Temperature Range: Minus 50 to plus 220 degrees F. 3. Color: White. E. Breather Mastic: Water based; suitable for indoor and outdoor use on above -ambient services. 1. Water -Vapor Permeance: ASTM E96/E96M, greater than 1.0 perm at manufacturer's recommended dry film thickness. 2. Service Temperature Range: 0 to plus 180 degrees F. 3. Color: White. 2.5 LAGGING ADHESIVES A. Adhesives shall comply with MIL-A-3316C, Class I, Grade A, and shall be compatible with insulation materials, jackets, and substrates. 1. Fire-resistant, water -based lagging adhesive and coating for use indoors to adhere fire- resistant lagging cloths over pipe insulation. 2. Service Temperature Range: 0 to plus 180 degrees F. 3. Color: White. 2.6 SEALANTS A. Materials shall be as recommended by the insulation manufacturer and shall be compatible with insulation materials, jackets, and substrates. B. Joint Sealants: 1. Permanently flexible, elastomeric sealant. 2. Service Temperature Range: Minus 58 to plus 176 degrees F. 3. Color: White or gray. C. FSK and Metal Jacket Flashing Sealants: 1. Fire- and water-resistant, flexible, elastomeric sealant. 2. Service Temperature Range: Minus 40 to plus 250 degrees F. 3. Color: Aluminum. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 07 19 PLUMBING PIPING INSULATION Page 5 of 14 D. ASJ Flashing Sealants and PVC Jacket Flashing Sealants: 1. Fire- and water-resistant, flexible, elastomeric sealant. 2. Service Temperature Range: Minus 40 to plus 250 degrees F. 3. Color: White. 2.7 FACTORY -APPLIED JACKETS A. Insulation system schedules indicate factory -applied jackets on various applications. When factory -applied jackets are indicated, comply with the following: 1. ASJ-SSL: ASJ with self-sealing, pressure -sensitive, acrylic -based adhesive covered by a removable protective strip; complying with ASTM C1136, Type I. 2.8 FIELD -APPLIED JACKETS A. Field -applied jackets shall comply with ASTM C1136, Type I, unless otherwise indicated. B. Metal Jacket: 1. Stainless Steel Jacket: ASTM A240/A240M. a. Material, finish, and thickness are indicated in field -applied jacket schedules. b. Moisture Barrier for Indoor Applications: 1-mil- thick, heat -bonded polyethylene and kraft paper 3-mil- thick, heat -bonded polyethylene and kraft paper 3-mil- thick polysurlyn. C. Moisture Barrier for Outdoor Applications: 3-mil- thick polysurlyn. d. Factory -Fabricated Fitting Covers: 1) Same material, finish, and thickness as jacket. 2) Preformed two-piece or gore, 45- and 90-degree, short- and long -radius elbows. 3) Tee covers. 4) Flange and union covers. 5) End caps. 6) Beveled collars. 7) Valve covers. 8) Field fabricate fitting covers only if factory -fabricated fitting covers are not available. 2.9 TAPES A. ASJ Tape: White vapor -retarder tape matching factory -applied jacket with acrylic adhesive, complying with ASTM C1136. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 07 19 PLUMBING PIPING INSULATION Page 6 of 14 2.10 SECUREMENTS A. Bands: 1. Stainless Steel: ASTM A240/A240M, Type 304 or Type 316; 0.015 inch thick, 1/2 inch wide with wing seal. PART 3 - EXECUTION W��0:I:\uIWE'%0MeI A. Examine substrates and conditions for compliance with requirements for installation tolerances and other conditions affecting performance of insulation application. 1. Verify that systems to be insulated have been tested and are free of defects. 2. Verify that surfaces to be insulated are clean and dry. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Clean and dry surfaces to receive insulation. Remove materials that will adversely affect insulation application. B. Coordinate insulation installation with the tradesman installing heat tracing. Comply with requirements for heat tracing that apply to insulation. C. Mix insulating cements with clean potable water; if insulating cements are to be in contact with stainless steel surfaces, use demineralized water. 3.3 GENERAL INSTALLATION REQUIREMENTS A. Install insulation materials, accessories, and finishes with smooth, straight, and even surfaces; free of voids throughout the length of piping including fittings, valves, and specialties. B. Install insulation materials, forms, vapor barriers or retarders, jackets, and of thicknesses required for each item of pipe system, as specified in insulation system schedules. C. Install accessories compatible with insulation materials and suitable for the service. Install accessories that do not corrode, soften, or otherwise attack insulation or jacket in either wet or dry state. D. Install insulation with longitudinal seams at top and bottom of horizontal runs. E. Install multiple layers of insulation with longitudinal and end seams staggered. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 07 19 PLUMBING PIPING INSULATION Page 7 of 14 F. Do not weld brackets, clips, or other attachment devices to piping, fittings, and specialties. G. Keep insulation materials dry during storage, application, and finishing. Replace insulation materials that get wet. H. Install insulation with tight longitudinal seams and end joints. Bond seams and joints with adhesive recommended by insulation material manufacturer. I. Install insulation with least number of joints practical. Where vapor barrier is indicated, seal joints, seams, and penetrations in insulation at hangers, supports, anchors, and other projections with vapor -barrier mastic. 1. Install insulation continuously through hangers and around anchor attachments. 2. For insulation application where vapor barriers are indicated, extend insulation on anchor legs from point of attachment to supported item to point of attachment to structure. Taper and seal ends attached to structure with vapor -barrier mastic. 3. Install insert materials and insulation to tightly join the insert. Seal insulation to insulation inserts with adhesive or sealing compound recommended by insulation material manufacturer. 4. Cover inserts with jacket material matching adjacent pipe insulation. Install shields over jacket, arranged to protect jacket from tear or puncture by hanger, support, and shield. K. Apply adhesives, mastics, and sealants at manufacturer's recommended coverage rate and wet and dry film thicknesses. L. Install insulation with factory -applied jackets as follows: 1. Draw jacket tight and smooth. 2. Cover circumferential joints with 3-inch- wide strips, of same material as insulation jacket. Secure strips with adhesive and outward -clinching staples along both edges of strip, spaced 4 inches o.c. 3. Overlap jacket longitudinal seams at least 1-1/2 inches. Install insulation with longitudinal seams at bottom of pipe. Clean and dry surface to receive self-sealing lap. Staple laps with outward -clinching staples along edge at 4 inches o.c. a. For below -ambient services, apply vapor -barrier mastic over staples. 4. Cover joints and seams with tape, in accordance with insulation material manufacturer's written instructions, to maintain vapor seal. 5. Where vapor barriers are indicated, apply vapor -barrier mastic on seams and joints and at ends adjacent to pipe flanges and fittings. M. Cut insulation in a manner to avoid compressing insulation more than 25 percent of its nominal thickness. N. Finish installation with systems at operating conditions. Repair joint separations and cracking due to thermal movement. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 07 19 PLUMBING PIPING INSULATION Page 8 of 14 O. Repair damaged insulation facings by applying same facing material over damaged areas. Extend patches at least 4 inches beyond damaged areas. Adhere, staple, and seal patches in similar fashion to butt joints. P. For above -ambient services, do not install insulation to the following: 1. Vibration -control devices. 2. Testing agency labels and stamps. 3. Nameplates and data plates. 4. Cleanouts. ME�� 9 0►l Q I Z'X%I163M A. Insulation Installation at Roof Penetrations: Install insulation continuously through roof penetrations. 1. Seal penetrations with flashing sealant. 2. For applications requiring only indoor insulation, terminate insulation above roof surface and seal with joint sealant. For applications requiring indoor and outdoor insulation, install insulation for outdoor applications tightly joined to indoor insulation ends. Seal joint with joint sealant. 3. Extend jacket of outdoor insulation outside roof flashing at least 2 inches below top of roof flashing. 4. Seal jacket to roof flashing with flashing sealant. B. Insulation Installation at Underground Exterior Wall Penetrations: Terminate insulation flush with sleeve seal. Seal terminations with flashing sealant. C. Insulation Installation at Aboveground Exterior Wall Penetrations: Install insulation continuously through wall penetrations. 1. Seal penetrations with flashing sealant. 2. For applications requiring only indoor insulation, terminate insulation inside wall surface and seal with joint sealant. For applications requiring indoor and outdoor insulation, install insulation for outdoor applications tightly joined to indoor insulation ends. Seal joint with joint sealant. 3. Extend jacket of outdoor insulation outside wall flashing and overlap wall flashing at least 2 inches. 4. Seal jacket to wall flashing with flashing sealant. D. Insulation Installation at Interior Wall and Partition Penetrations (That Are Not Fire Rated): Install insulation continuously through walls and partitions. E. Insulation Installation at Fire -Rated Wall and Partition Penetrations: Install insulation continuously through penetrations of fire -rated walls and partitions. 1. Comply with requirements in Section 07 84 13 "Penetration Firestopping" for Firestopping and fire -resistive joint sealers. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 07 19 PLUMBING PIPING INSULATION Page 9 of 14 F. Insulation Installation at Floor Penetrations: 1. Pipe: Install insulation continuously through floor penetrations. 2. Seal penetrations through fire -rated assemblies. Comply with requirements in Section 07 84 13 "Penetration Firestopping." 3.5 GENERAL PIPE INSULATION INSTALLATION A. Requirements in this article generally apply to all insulation materials except where more specific requirements are specified in various pipe insulation material installation articles. B. Insulation Installation on Fittings, Valves, Strainers, Flanges, Mechanical Couplings, and Unions: 1. Install insulation over fittings, valves, strainers, flanges, mechanical couplings, unions, and other specialties with continuous thermal and vapor -retarder integrity unless otherwise indicated. 2. Insulate pipe elbows using preformed fitting insulation or mitered fittings made from same material and density as that of adjacent pipe insulation. Each piece shall be butted tightly against adjoining piece and bonded with adhesive. Fill joints, seams, voids, and irregular surfaces with insulating cement finished to a smooth, hard, and uniform contour that is uniform with adjoining pipe insulation. 3. Insulate tee fittings with preformed fitting insulation or sectional pipe insulation of same material and thickness as that used for adjacent pipe. Cut sectional pipe insulation to fit. Butt each section closely to the next and hold in place with tie wire. Bond pieces with adhesive. 4. Insulate valves using preformed fitting insulation or sectional pipe insulation of same material, density, and thickness as that used for adjacent pipe. Overlap adjoining pipe insulation by not less than 2 times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. For valves, insulate up to and including the bonnets, valve stuffing - box studs, bolts, and nuts. Fill joints, seams, and irregular surfaces with insulating cement. 5. Insulate strainers using preformed fitting insulation or sectional pipe insulation of same material, density, and thickness as used for adjacent pipe. Overlap adjoining pipe insulation by not less than 2 times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. Fill joints, seams, and irregular surfaces with insulating cement. Insulate strainers, so strainer basket flange or plug can be easily removed and replaced without damaging the insulation and jacket. Provide a removable reusable insulation cover. For below -ambient services, provide a design that maintains vapor barrier. 6. Insulate flanges, mechanical couplings, and unions, using a section of oversized preformed pipe insulation. Overlap adjoining pipe insulation by not less than 2 times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. Stencil or label the outside insulation jacket of each union with the word "union" matching size and color of pipe labels. 7. Cover segmented insulated surfaces with a layer of finishing cement and coat with a mastic. Install vapor -barrier mastic for below -ambient services and a breather mastic for above -ambient services. Reinforce the mastic with fabric -reinforcing mesh. Trowel the mastic to a smooth and well -shaped contour. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 07 19 PLUMBING PIPING INSULATION Page 10 of 14 8. For services not specified to receive a field -applied jacket, except for flexible elastomeric and polyolefin, install fitted PVC cover over elbows, tees, strainers, valves, flanges, and unions. Terminate ends with PVC end caps. Tape PVC covers to adjoining insulation facing using PVC tape. C. Insulate instrument connections for thermometers, pressure gages, pressure temperature taps, test connections, flow meters, sensors, switches, and transmitters on insulated pipes. Shape insulation at these connections by tapering it to and around the connection with insulating cement and finish with finishing cement, mastic, and flashing sealant. D. Install removable insulation covers at locations indicated. Installation shall conform to the following: 1. Make removable flange and union insulation from sectional pipe insulation of same thickness as that on adjoining pipe. Install same insulation jacket as that of adjoining pipe insulation. 2. When flange and union covers are made from sectional pipe insulation, extend insulation from flanges or union at least 2 times the insulation thickness over adjacent pipe insulation on each side of flange or union. Secure flange cover in place with stainless steel or aluminum bands. Select band material compatible with insulation and jacket. 3. Construct removable valve insulation covers in same manner as for flanges, except divide the two-part section on the vertical center line of valve body. 4. When covers are made from block insulation, make two halves, each consisting of mitered blocks wired to stainless steel fabric. Secure this wire frame, with its attached insulation, to flanges with tie wire. Extend insulation at least 2 inches over adjacent pipe insulation on each side of valve. Fill space between flange or union cover and pipe insulation with insulating cement. Finish cover assembly with insulating cement applied in two coats. After first coat is dry, apply and trowel second coat to a smooth finish. 5. Unless a PVC jacket is indicated in field -applied jacket schedules, finish exposed surfaces with a metal jacket. 3.6 INSTALLATION OF MINERAL -FIBER INSULATION A. Insulation Installation on Straight Pipes and Tubes: 1. Secure each layer of preformed pipe insulation to pipe with wire or bands and tighten bands without deforming insulation materials. 2. Where vapor barriers are indicated, seal longitudinal seams, end joints, and protrusions with vapor -barrier mastic and joint sealant. 3. For insulation with factory -applied jackets on above -ambient surfaces, secure laps with outward -clinched staples at 6 inches o.c. 4. For insulation with factory -applied jackets on below -ambient surfaces, do not staple longitudinal tabs. Instead, secure tabs with additional adhesive, as recommended by insulation material manufacturer, and seal with vapor -barrier mastic and flashing sealant. B. Insulation Installation on Pipe Flanges: Install preformed pipe insulation to outer diameter of pipe flange. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 07 19 PLUMBING PIPING INSULATION Page 11 of 14 2. Make width of insulation section same as overall width of flange and bolts, plus twice the thickness of pipe insulation. 3. Fill voids between inner circumference of flange insulation and outer circumference of adjacent straight pipe segments with mineral -fiber blanket insulation. 4. Install jacket material with manufacturer's recommended adhesive, overlap seams at least 1 inch, and seal joints with flashing sealant. C. Insulation Installation on Pipe Fittings and Elbows: 1. Install preformed sections of same material as that of straight segments of pipe insulation when available. 2. When preformed insulation elbows and fittings are not available, install mitered sections of pipe insulation, to a thickness equal to adjoining pipe insulation. Secure insulation materials with wire or bands. D. Insulation Installation on Valves and Pipe Specialties: 1. Install preformed sections of same material as that of straight segments of pipe insulation when available. 2. When preformed sections are not available, install mitered sections of pipe insulation to valve body. 3. Arrange insulation to permit access to packing and to allow valve operation without disturbing insulation. 4. Install insulation to flanges as specified for flange insulation application. 3.7 FIELD -APPLIED JACKET INSTALLATION A. Where metal jackets are indicated, install with 2-inch overlap at longitudinal seams and end joints. Overlap longitudinal seams arranged to shed water. Seal end joints with weatherproof sealant recommended by insulation manufacturer. Secure jacket with stainless steel bands 12 inches o.c. and at end joints. 3.8 FINISHES A. Insulation with ASJ, Glass -Cloth, or Other Paintable Jacket Material: Paint jacket with paint system identified below and as specified in Section 09 91 13 "Exterior Painting" and Section 09 9123 "Interior Painting." B. Color: Final color as selected by Engineer. Vary first and second coats to allow visual inspection of the completed Work. C. Do not field paint aluminum or stainless -steel jackets. 3.9 FIELD QUALITY CONTROL A. Engage a qualified testing agency to perform tests and inspections. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 07 19 PLUMBING PIPING INSULATION Page 12 of 14 B. Tests and Inspections: Inspect pipe, fittings, strainers, and valves, randomly selected by Engineer, by removing field -applied jacket and insulation in layers in reverse order of their installation. All insulation applications will be considered defective if they do not pass tests and inspections. C. Prepare test and inspection reports. 3.10 PIPING INSULATION SCHEDULE, GENERAL A. Acceptable preformed pipe and tubular insulation materials and thicknesses are identified for each piping system and pipe size range. If more than one material is listed for a piping system, selection from materials listed is Contractor's option. B. Items Not Insulated: Unless otherwise indicated, do not install insulation on the following: 1. Drainage piping located in crawl spaces. 2. Underground piping. 3. Chrome -plated pipes and fittings unless there is a potential for personnel injury. 3.11 INDOOR PIPING INSULATION SCHEDULE A. Service Water: 1. NPS 1 and Smaller: Insulation shall be the following: a. Mineral -Fiber, Preformed Pipe Insulation, Type I: 1 inch thick. 2. NPS 1-1/4 and Larger: Insulation shall be the following: a. Mineral -Fiber, Preformed Pipe Insulation, Type 1: 1 inch thick. 3.12 OUTDOOR, ABOVEGROUND PIPING INSULATION SCHEDULE A. Sump Pump Discharge Piping: 1. All Pipe Sizes: Insulation shall be the following: a. Mineral -Fiber, Preformed Pipe Insulation, Type I: 1 inch thick. 3.13 INDOOR, FIELD -APPLIED JACKET SCHEDULE A. Install jacket over insulation material. For insulation with factory -applied jacket, install the field -applied jacket over the factory -applied jacket. B. Piping, Exposed: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 07 19 PLUMBING PIPING INSULATION Page 13 of 14 1. Stainless Steel, Type 304, Stucco Embossed: 0.020 inch thick. 3.14 OUTDOOR, FIELD -APPLIED JACKET SCHEDULE A. Install jacket over insulation material. For insulation with factory -applied jacket, install the field -applied jacket over the factory -applied jacket. B. Piping, Exposed: 1. Stainless Steel, Type 304, Stucco embossed: 0.020 inch thick. 3.15 UNDERGROUND, FIELD -APPLIED INSULATION JACKET A. For underground direct -buried piping applications, install underground direct -buried jacket over insulation material. END OF SECTION 22 07 19 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 07 19 PLUMBING PIPING INSULATION Page 14 of 14 This page intentionally left blank. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 11 16 DOMESTIC WATER PIPING Page 1 of 9 SECTION 22 1116 - DOMESTIC WATER PIPING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. A. Section Includes: 1. Stainless -steel piping 2. Transition fittings. 3. Dielectric fittings. 1.3 AMERICAN IRON AND STEEL (AIS) REQUIREMENTS A. Products submitted under this section shall meet American Iron and Steel (AIS) requirements as described in Division 00 and 01 Specifications. 1.4 ACTION SUBMITTALS A. Product Data: For each type of the following: 1. Pipe. 2. Fittings. 3. Joining materials. B. AIS: Submit certification indicating compliance with AIS requirements for all applicable metal products where required in compliance with the requirements of Division 00 and 01. 1.5 INFORMATIONAL SUBMITTALS A. Field quality -control reports. 1.6 FIELD CONDITIONS A. Interruption of Existing Water Service: Do not interrupt water service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary water service according to requirements indicated: CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 11 16 DOMESTIC WATER PIPING Page 2 of 9 1. Notify Owner no fewer than two days in advance of proposed interruption of water service. 2. Do not interrupt water service without Owner's written permission. PART 2 - PRODUCTS 2.1 PIPING MATERIALS A. Comply with requirements in "Piping Schedule" Article for applications of pipe, tube, fitting materials, and joining methods for specific services, service locations, and pipe sizes. B. Comply with NSF 372 for low lead. 2.2 STAINLESS -STEEL PIPING A. Stainless -Steel Pipe: ASTM A312/A312M, Schedule 40. B. Stainless -Steel Pipe Fittings: ASTM A815/A815M. C. Stainless Steel Pressure -Seal -Joint Fittings: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Apollo. b. Viega LLC. C. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 01 25 00). 2. Shall conform to ASTM A403 (or ASTM F3226) and IAPMO PS 117. 3. Sealing elements shall be uniform in size/width and free from manufactured deformities or indentations. Sealing element types: a. Peroxidically cured EPDM or FKM sealing element rated to maximum of 200 psi and 140 degrees (F) for Nitrogen and Argon systems, 125 psi and 140 degrees (F) for 95% Argon + 5% Hydrogen system. 4. Color -coded markings on exterior of fitting for readily identifying/inspecting sealing element type. 5. Fittings for NPS 2 and Smaller: Wrought -stainless steel fitting with EPDM-rubber, 0- ring seal in each end. 6. Fittings for NPS 2-1/2 to NPS 4: Wrought stainless steel fitting with EPDM-rubber, 0- ring seal in each end. D. Appurtenances for Grooved -End, Stainless -Steel Pipe: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Anvil International. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 11 16 DOMESTIC WATER PIPING Page 3 of 9 b. Victaulic Company. C. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 01 25 00). 2. Fittings for Grooved -End, Stainless -Steel Pipe: Stainless -steel casting with dimensions matching stainless -steel pipe. 3. Mechanical Couplings for Grooved -End, Stainless -Steel Pipe: a. AWWA C606 for stainless -steel -pipe dimensions. b. Stainless -steel housing sections. C. Stainless -steel bolts and nuts. d. EPDM-rubber gaskets suitable for hot and cold water. e. Minimum Pressure Rating: 1) NPS 8 and Smaller: 600 psig. 2.3 PIPING JOINING MATERIALS A. Pipe -Flange Gasket Materials: 1. AWWA C110/A21.10, rubber, flat face, 1/8 inch thick or ASME B16.21, nonmetallic and asbestos free unless otherwise indicated. 2. Full -face or ring type unless otherwise indicated. B. Metal, Pipe -Flange Bolts and Nuts: ASME B 18.2.1, carbon steel unless otherwise indicated. C. Solder Filler Metals: ASTM B32, lead-free alloys. D. Flux: ASTM B813, water flushable. 2.4 TRANSITION FITTINGS A. General Requirements: 1. Same size as pipes to be joined. 2. Pressure rating at least equal to pipes to be joined. 3. End connections compatible with pipes to be joined. B. Fitting -Type Transition Couplings: Manufactured piping coupling or specified piping system fitting. C. Sleeve -Type Transition Coupling: AWWA C219. D. Plastic -to -Metal Transition Fittings: 1. Description: a. PVC one-piece fitting with manufacturer's Schedule 80 equivalent dimensions. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 11 16 DOMESTIC WATER PIPING Page 4 of 9 b. One end with threaded stainless steel insert and one solvent -cement -socket or threaded plastic end. E. Plastic -to -Metal Transition Unions: 1. Description: a. PVC four-part union. b. Stainless -steel threaded end. C. Solvent -cement -joint or threaded plastic end. d. Rubber O-ring. e. Union nut. 2.5 DIELECTRIC FITTINGS A. General Requirements: Assembly of copper alloy and ferrous materials with separating nonconductive insulating material. Include end connections compatible with pipes to be joined. B. Dielectric Unions: 1. Standard: ASSE 1079. 2. Pressure Rating: 125 psig minimum at 180 deg F. 3. End Connections: Solder joint copper alloy and threaded ferrous. C. Dielectric Flanges: 1. Standard: ASSE 1079. 2. Factory -fabricated, bolted, companion -flange assembly. 3. Pressure Rating: 125 psig minimum at 180 deg F. 4. End Connections: Solder joint copper alloy and threaded ferrous; threaded solder joint copper alloy and threaded ferrous. D. Dielectric Nipples: 1. Standard: IAPMO PS 66. 2. Electroplated steel nipple complying with ASTM F 1545. 3. Pressure Rating and Temperature: 300 psig at 225 deg F. 4. End Connections: Male threaded or grooved. 5. Lining: Inert and noncorrosive, propylene. PART 3 - EXECUTION 3.1 EARTHWORK A. Comply with requirements in Section 3120 00 "Earthwork" for excavating, trenching, and backfilling. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 11 16 DOMESTIC WATER PIPING Page 5 of 9 3.2 PIPING INSTALLATION A. Drawing plans, schematics, and diagrams indicate general location and arrangement of domestic water piping. Indicated locations and arrangements are used to size pipe and calculate friction loss, expansion, and other design considerations. Install piping as indicated unless deviations to layout are approved on coordination drawings. B. Install domestic water piping level without pitch and plumb. C. Install piping concealed from view and protected from physical contact by building occupants unless otherwise indicated and except in equipment rooms and service areas. D. Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise. E. Install piping to permit valve servicing. F. Install nipples, unions, special fittings, and valves with pressure ratings the same as or higher than the system pressure rating used in applications below unless otherwise indicated. G. Install piping free of sags and bends. H. Install fittings for changes in direction and branch connections. I. Install sleeves and sleeve seals for piping penetrations. Comply with requirements for sleeves and sleeve seals specified in Section 22 05 17 "Sleeves and Sleeve Seals for Plumbing Piping." Install piping to allow application of insulation. K. Install groups of pipes parallel to each other, spaced to permit applying insulation and servicing of valves. 3.3 JOINT CONSTRUCTION A. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe. B. Remove scale, slag, dirt, and debris from inside and outside of pipes, tubes, and fittings before assembly. C. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B 1.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full ID. Join pipe fittings and valves as follows: 1. Apply appropriate tape or thread compound to external pipe threads. 2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or damaged. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 11 16 DOMESTIC WATER PIPING Page 6 of 9 D. Joint Construction for Grooved -End Stainless Steel Piping: Make joints according to AWWA C606. Square cut groove ends of pipe as specified. Lubricate and install gasket over ends of pipes or pipe and fitting. Install coupling housing sections over gasket with keys seated in piping grooves. Install and tighten housing bolts. E. Flanged Joints: Select appropriate asbestos -free, nonmetallic gasket material in size, type, and thickness suitable for domestic water service. Join flanges with gasket and bolts according to ASME 1331.9. 3.4 TRANSITION FITTING INSTALLATION A. Install transition couplings at joints of dissimilar piping. B. Transition Fittings in Underground Domestic Water Piping: 1. Fittings for NPS 1-1/2 and Smaller: Fitting -type coupling. 2. Fittings for NPS 2and Larger: Sleeve -type coupling. C. Transition Fittings in Aboveground Domestic Water Piping NPS 2and Smaller: Plastic -to -metal transition fittings or unions. 3.5 DIELECTRIC FITTING INSTALLATION A. Install dielectric fittings in piping at connections of dissimilar metal piping and tubing. B. Dielectric Fittings for NPS 2and Smaller: Use dielectric couplings or nipples. C. Dielectric Fittings for NPS 2-1/2 to NPS 4: Use dielectric flanges. 3.6 INSTALLATION OF HANGERS AND SUPPORTS A. Comply with requirements for pipe hangers, supports, and anchor devices in Section 22 05 29 "Hangers and Supports for Plumbing Piping and Equipment." B. Install hangers for copper, ductile iron, and stainless steel tubing and piping, with maximum horizontal spacing and minimum rod diameters, to comply with MSS-58, locally enforced codes, and authorities having jurisdiction requirements, whichever are most stringent. C. Support horizontal piping within 12 inches of each fitting. D. Support vertical runs of copper ductile iron and stainless steel tubing and piping to comply with MSS-58, locally enforced codes, and authorities having jurisdiction requirements, whichever are most stringent. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 11 16 DOMESTIC WATER PIPING Page 7 of 9 3.7 CONNECTIONS A. When installing piping adjacent to equipment and machines, allow space for service and maintenance. B. Connect water piping to water -service piping with shutoff valve; extend and connect to the following: 1. Equipment: Cold- and hot -water -supply piping as indicated, but not smaller than equipment connections. Provide shutoff valve and union for each connection. 3.8 IDENTIFICATION A. Identify system components. Comply with requirements for identification materials and installation in Section 22 05 53 "Identification for Plumbing Piping and Equipment." 3.9 FIELD QUALITY CONTROL A. Perform the following tests and inspections: Piping Inspections: a. Do not enclose, cover, or put piping into operation until it has been inspected and approved by authorities having jurisdiction. b. During installation, notify authorities having jurisdiction at least one day before inspection must be made. Perform tests specified below in presence of authorities having jurisdiction: 1) Roughing -in Inspection: Arrange for inspection of piping before concealing or closing in after roughing in and before setting fixtures. 2) Final Inspection: Arrange for authorities having jurisdiction to observe tests specified in "Piping Tests" Subparagraph below and to ensure compliance with requirements. C. Reinspection: If authorities having jurisdiction find that piping will not pass tests or inspections, make required corrections and arrange for reinspection. d. Reports: Prepare inspection reports and have them signed by authorities having jurisdiction. 2. Piping Tests: a. Fill domestic water piping. Check components to determine that they are not air bound and that piping is full of water. b. Test for leaks and defects in new piping and parts of existing piping that have been altered, extended, or repaired. If testing is performed in segments, submit a separate report for each test, complete with diagram of portion of piping tested. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 11 16 DOMESTIC WATER PIPING Page 8 of 9 C. Leave new, altered, extended, or replaced domestic water piping uncovered and unconcealed until it has been tested and approved. Expose work that was covered or concealed before it was tested. d. Cap and subject piping to static water pressure of 50 psig above operating pressure, without exceeding pressure rating of piping system materials. Isolate test source and allow it to stand for four hours. Leaks and loss in test pressure constitute defects that must be repaired. e. Repair leaks and defects with new materials, and retest piping or portion thereof until satisfactory results are obtained. f. Prepare reports for tests and for corrective action required. B. Domestic water piping will be considered defective if it does not pass tests and inspections. C. Prepare test and inspection reports. 3.10 ADJUSTING A. Perform the following adjustments before operation: 1. Close drain valves, hydrants, and hose bibbs. 2. Open shutoff valves to fully open position. 3. Open throttling valves to proper setting. 4. Adjust balancing valves in hot -water -circulation return piping to provide adequate flow. a. Manually adjust ball -type balancing valves in hot -water -circulation return piping to provide hot-water flow in each branch. b. Adjust calibrated balancing valves to flows indicated. 5. Remove plugs used during testing of piping and for temporary sealing of piping during installation. 6. Remove and clean strainer screens. Close drain valves and replace drain plugs. 7. Remove filter cartridges from housings and verify that cartridges are as specified for application where used and are clean and ready for use. 8. Check plumbing specialties and verify proper settings, adjustments, and operation. 3.11 CLEANING A. Clean non -potable domestic water piping as follows: 1. Purge new piping and parts of existing piping that have been altered, extended, or repaired before using. 2. Use purging procedures prescribed by authorities having jurisdiction or; if methods are not prescribed, follow procedures described below: a. Flush piping system with clean, potable water until dirty water does not appear at outlets. b. Submit water samples in sterile bottles to authorities having jurisdiction. Repeat procedures if biological examination shows contamination. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 11 16 DOMESTIC WATER PIPING Page 9 of 9 B. Prepare and submit reports of purging and disinfecting activities. Include copies of water - sample approvals from authorities having jurisdiction. C. Clean interior of domestic water piping system. Remove dirt and debris as work progresses. 3.12 PIPING SCHEDULE A. Transition and special fittings with pressure ratings at least equal to piping rating may be used in applications below unless otherwise indicated. B. Flanges and unions may be used for aboveground piping joints unless otherwise indicated. C. Under -building -slab, domestic water, building -service piping, NPS 3 and smaller, shall be the following: 1. Stainless -steel Schedule 40 pipe, press or grooved or threaded joint fittings, and press or grooved or threaded joints. D. Aboveground domestic water piping, NPS 2 and smaller, shall be one of the following: 1. Stainless -steel Schedule 40 pipe, press or grooved or threaded joint fittings, and press or grooved or threaded joints. E. Aboveground domestic water piping, NPS 2-1/2 to NPS 4, shall be one of the following: 1. Stainless -steel Schedule 40 pipe, press or grooved or threaded joint fittings, and press or grooved or threaded joints. 3.13 VALVE SCHEDULE A. Drawings indicate valve types to be used. Where specific valve types are not indicated, the following requirements apply: 1. Shutoff Duty: Use ball valves for piping NPS 2 and smaller. Use ball valves with flanged ends for piping NPS 2-1/2 and larger. 2. Drain Duty: Hose -end drain valves. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 THIS PAGE INTENTIONALLY LEFT BLANK. 2211 19 DOMESTIC WATER PIPING SPECIALTIES Page 1 of 6 SECTION 22 11 19 - DOMESTIC WATER PIPING SPECIALTIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Vacuum breakers. 2. Hose stations. 3. Specialty valves. 4. Flexible connectors. B. Related Requirements: 1. Section 22 11 16 "Domestic Water Piping." 1.3 AMERICAN IRON AND STEEL (AIS) REQUIREMENTS A. Products submitted under this section shall meet American Iron and Steel (AIS) requirements as described in Division 00 and 01 Specifications. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: For domestic water piping specialties. 1. Include diagrams for power, signal, and control wiring. C. AIS: Submit certification indicating compliance with AIS requirements for all applicable metal products where required in compliance with the requirements of Division 00 and 01. 1.5 INFORMATIONAL SUBMITTALS A. Field quality -control reports. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2211 19 DOMESTIC WATER PIPING SPECIALTIES Page 2 of 6 1.6 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For domestic water piping specialties to include in emergency, operation, and maintenance manuals. PART 2 - PRODUCTS 2.1 GENERAL REQUIREMENTS FOR PIPING SPECIALTIES A. Potable -water piping and components shall comply with NSF 61 Annex G and NSF 14. 2.2 PERFORMANCE REQUIREMENTS A. Minimum Working Pressure for Domestic Water Piping Specialties: 125 psig unless otherwise indicated. 2.3 VACUUM BREAKERS A. Pipe -Applied, Atmospheric -Type Vacuum Breakers: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Apollo Valves; a part of Aalberts Integrated Piping Systems. b. FEBCO, A WATTS Brand. C. WATTS, A Watts Water Technoloizies Company. d. Zurn Industries, LLC. e. Or approved eaual (anv manufacturer or Droduct that is not listed above is considered a substitution and shall be submitted in accordance with Section 01 25 00 2. Standard: ASSE 1001. 3. Size: NPS 1/4 to NPS 3 (DN 8 to DN 80), as required to match connected piping. 4. Body: Bronze. 5. Inlet and Outlet Connections: Threaded. 6. Finish: Chrome plated. B. Hose -Connection Vacuum Breakers: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Apollo Valves; a part of Aalberts Integrated Piping Systems. b. FEBCO. A WATTS Brand. C. WATTS, A Watts Water Technologies ComDanv. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2211 19 DOMESTIC WATER PIPING SPECIALTIES Page 3 of 6 d. Zurn Industries, LLC. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 01 25 00) 2. Standard: ASSE 1011. 3. Body: Bronze, nonremovable, with manual drain. 4. Outlet Connection: Garden -hose threaded complying with ASME B 1.20.7. 5. Finish: Chrome or nickel plated A. Single -Temperature -Water Hose Stations: Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Leonard Valve Company. b. Armstrong International. C. Thermomega. d. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 01 25 00) 2. Standard: ASME A112.18.1. 3. Cabinet: Stainless -steel enclosure with exposed valve handle, hose connection, and hose rack. Include thermometer in front. 4. Hose -Rack Material: Stainless steel. 5. Body Material: Stainless Steel with stainless -steel wetted parts. 6. 7. Mounting: Floor, with stainless -steel pedestal. 8. Supply Fittings: NPS 3/4 stainless steel gate, globe, or ball valve and check valve and NPS 3/4 , water piping. Omit check valve if check stop is included with fitting. 9. Hose: Manufacturer's standard, for service fluid, temperature, and pressure; ; EPDM tube and cover, 50 feet long. 10. Nozzle: With hand -squeeze, on -off control. 11. Vacuum Breaker: a. Integral or factory -installed, nonremovable, manual -drain -type, hose -connection vacuum breaker complying with ASSE 1011 or backflow preventer complying with ASSE 1052. b. Garden -hose thread complying with ASME B 1.20.7 on outlet. 2.5 DRAIN VALVES A. Ball -Valve -Type, Hose -End Drain Valves: 1. Standard: MSS SP-110 for standard -port, two-piece ball valves. 2. Pressure Rating: 400-psig minimum CWP. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2211 19 DOMESTIC WATER PIPING SPECIALTIES Page 4 of 6 3. Size: NPS 3/4. 4. Body: Copper alloy. 5. Ball: Chrome -plated brass. 6. Seats and Seals: Replaceable. 7. Handle: Vinyl -covered steel. 8. Inlet: Threaded or solder joint. 9. Outlet: Threaded, short nipple with garden -hose thread complying with ASME B 1.20.7 and cap with brass chain. 2.6 SPECIALTY VALVES A. Comply with requirements for general -duty metal valves in Section 22 05 23.12 'Ball Valves for Plumbing Piping," Section 22 05 23.13 'Butterfly Valves for Plumbing Piping," Section 22 05 23.14 "Check Valves for Plumbing Piping," and Section 22 05 23.15 "Gate Valves for Plumbing Piping." B. PVC Union Ball Valves: 1. Manufacturers: Subject to com_nliance with requirements, provide Droducts by one of the following or equal: a. Chemtrol. b. NIBCO. C. Hayward Flow Control. d. Boshart. e. Or aDDroved equal (anv manufacturer or Droduct that is not listed above is considered a substitution and shall be submitted in accordance with Section 01 25 00) 2. Description: a. Standard: MSS SP-122. b. Pressure Rating and Temperature: 125 psig at 73 deg F. C. Body Material: PVC. d. Body Design: Union type. e. End Connections for Valves NPS 2 and Smaller: Detachable, socket. f. End Connections for Valves NPS 2-1/2 to NPS 4: Detachable, socket. g. Ball: PVC; full port. h. Seals: PTFE or EPDM-rubber O-rings. i. Handle: Tee shaped. C. PVC Ball Check Valves: 1. Manufacturers: Subject to com_Dliance with requirements, provide _Droducts by one of the following or equal: a. Chemtrol. b. NIBCO. C. Hayward Flow Control. d. Boshart. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2211 19 DOMESTIC WATER PIPING SPECIALTIES Page 5 of 6 e. Or approved equal (anv manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 01 25 00) 2. Description: a. Pressure Rating and Temperature: 125 psig at 73 deg F. b. Body Material: PVC. C. Body Design: Union -type ball check. d. End Connections for Valves NPS 2 and Smaller: Detachable, socket. e. End Connections for Valves NPS 2-1/2 to NPS 4: Detachable, socket. f. Ball: PVC. g. Seals: EPDM- or FKM-rubber O-rings. A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Flex -Hose Co., Inc. 2. Mason Industries, Inc. 3. Metraflex Company (The). 4. Or approved equal (anv manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 0125 00) B. Stainless -Steel -Hose Flexible Connectors: Corrugated -stainless -steel tubing with stainless -steel wire -braid covering and ends welded to inner tubing. 1. Working -Pressure Rating: Minimum 200 psig. 2. End Connections NPS 2 and Smaller: Threaded steel -pipe nipple. PART 3 - EXECUTION 3.1 INSTALLATION A. Install hose stations with check stops or shutoff valves on inlets and with thermometer on outlet. 1. Install cabinet -type units recessed in or surface mounted on wall as specified. Install 2- by-4-inch fire -retardant -treated -wood blocking, wall reinforcement between studs. Comply with requirements for fire -retardant -treated -wood blocking in Section 06 10 00 "Rough Carpentry." 3.2 CONNECTIONS A. Comply with requirements for ground equipment in Section 26 05 26 "Grounding and Bonding for Electrical Systems." CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2211 19 DOMESTIC WATER PIPING SPECIALTIES Page 6 of 6 B. Fire -retardant -treated -wood blocking is specified in Section 26 05 19 "Low -Voltage Electrical Power Conductors and Cables" for electrical connections. 3.3 LABELING AND IDENTIFYING A. Equipment Nameplates and Signs: Install engraved plastic -laminate equipment nameplate or sign on or near each of the following: 1. Pressure vacuum breakers. 2. Hose stations. B. Distinguish among multiple units, inform operator of operational requirements, indicate safety and emergency precautions, and warn of hazards and improper operations, in addition to identifying unit. Nameplates and signs are specified in Section 22 05 53 "Identification for Plumbing Piping and Equipment." 3.4 FIELD QUALITY CONTROL A. Perform the following tests and inspections: 1. Test each pressure vacuum breaker according to authorities having jurisdiction and the device's reference standard. B. Domestic water piping specialties will be considered defective if they do not pass tests and inspections. C. Prepare test and inspection reports. END OF SECTION 22 11 19 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2213 16 SANITARY WASTE AND VENT PIPING Page 1 of 8 SECTION 22 13 16 - SANITARY WASTE AND VENT PIPING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. A. Section Includes: 1. PVC pipe and fittings. B. Related Requirements: 1. Section 22 14 29 "Sump Pumps". 1.3 AMERICAN IRON AND STEEL (AIS) REQUIREMENTS A. Products submitted under this section shall meet American Iron and Steel (AIS) requirements as described in Division 00 and 01 Specifications. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. B. AIS: Submit certification indicating compliance with AIS requirements for all applicable metal products where required in compliance with the requirements of Division 00 and 01. 1.5 INFORMATIONAL SUBMITTALS A. Field quality -control reports. 1.6 FIELD CONDITIONS A. Interruption of Existing Sanitary Waste Service: Do not interrupt service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary service according to requirements indicated: 1. Notify Owner no fewer than two days in advance of proposed interruption of sanitary waste service. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2213 16 SANITARY WASTE AND VENT PIPING Page 2 of 8 2. Do not proceed with interruption of sanitary waste service without Owner's written permission. 1.7 WARRANTY A. Listed manufacturers to provide labeling and warranty of their respective products. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Components and installation shall be capable of withstanding the following minimum working pressure unless otherwise indicated: 1. Soil, Waste, and Vent Piping: 10-foot head of water. 2. Waste, Force -Main Piping: 50 psig. 2.2 PIPING MATERIALS A. Piping materials shall bear label, stamp, or other markings of specified testing agency. B. Comply with requirements in "Piping Schedule" Article for applications of pipe, tube, fitting materials, and joining methods for specific services, service locations, and pipe sizes. 2.3 PVC PIPE AND FITTINGS A. Comply with NSF 14, "Plastics Piping Systems Components and Related Materials," for plastic piping components. B. PVC Pipe: ASTM D1785, Schedule 80. C. PVC Socket Fittings: ASTM D2467 for Schedule 80. D. PVC Schedule 80 Threaded Fittings: ASTM D2464. E. Adhesive Primer: ASTM F656. F. Solvent Cement: ASTM D2564. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2213 16 SANITARY WASTE AND VENT PIPING Page 3 of 8 PART 3 - EXECUTION 3.1 EARTHWORK A. Comply with requirements for excavating, trenching, and backfilling specified in Section 3120 00 'Earthwork." 3.2 PIPING INSTALLATION A. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems. 1. Indicated locations and arrangements were used to size pipe and calculate friction loss, expansion, pump sizing, and other design considerations. 2. Install piping as indicated unless deviations to layout are approved on coordination drawings. B. Install piping in concealed locations unless otherwise indicated and except in equipment rooms and service areas. C. Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise. D. Install piping above accessible ceilings to allow sufficient space for ceiling panel removal. E. Install piping to permit valve servicing. F. Install piping at indicated slopes. G. Install piping free of sags and bends. H. Install fittings for changes in direction and branch connections. I. Install piping to allow application of insulation. J. Make changes in direction for soil and waste drainage and vent piping using appropriate branches, bends, and long -sweep bends. 1. Sanitary tees and short -sweep 1/4 bends may be used on vertical stacks if change in direction of flow is from horizontal to vertical. 2. Use long -turn, double Y-branch and 1/8-bend fittings if two fixtures are installed back-to- back or side by side with common drain pipe. a. Straight tees, elbows, and crosses may be used on vent lines. 3. Do not change direction of flow more than 90 degrees. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2213 16 SANITARY WASTE AND VENT PIPING Page 4 of 8 4. Use proper size of standard increasers and reducers if pipes of different sizes are connected. a. Reducing size of waste piping in direction of flow is prohibited. K. Lay buried building waste piping beginning at low point of each system. 1. Install true to grades and alignment indicated, with unbroken continuity of invert. Place hub ends of piping upstream. 2. Install required gaskets according to manufacturer's written instructions for use of lubricants, cements, and other installation requirements. 3. Maintain swab in piping and pull past each joint as completed. L. Install soil and waste and vent piping at the following minimum slopes unless otherwise indicated: 1. Building Drains: 2 percent downward in direction of flow for piping NPS 3 and smaller; 1 percent downward in direction of flow for piping NPS 4 and larger. M. Install cast-iron soil piping according to CISPI's "Cast Iron Soil Pipe and Fittings Handbook," Chapter IV, "Installation of Cast Iron Soil Pipe and Fittings." 1. Install encasement on underground piping according to ASTM A674 or AWWA C105/A 21.5. N. Install aboveground PVC piping according to ASTM D1785. O. Install force mains at elevations indicated. P. Plumbing Specialties: 1. Install cleanouts at grade and extend to where building sanitary drains connect to building sanitary sewers in sanitary waste gravity -flow piping. a. Install cleanout fitting with closure plug inside the building in sanitary drainage force -main piping. b. Comply with requirements for cleanouts specified in Section 22 13 19 "Sanitary Waste Piping Specialties." 2. Install drains in sanitary waste gravity -flow piping. a. Comply with requirements for drains specified in Section 22 13 19 "Sanitary Waste Piping Specialties." Q. Do not enclose, cover, or put piping into operation until it is inspected and approved by authorities having jurisdiction. R. Install sleeves for piping penetrations of walls, ceilings, and floors. 1. Comply with requirements for sleeves specified in Section 22 05 17 "Sleeves and Sleeve Seals for Plumbing Piping." CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2213 16 SANITARY WASTE AND VENT PIPING Page 5 of 8 S. Install sleeve seals for piping penetrations of concrete walls and slabs. 1. Comply with requirements for sleeve seals specified in Section 22 05 17 "Sleeves and Sleeve Seals for Plumbing Piping." 3.3 JOINT CONSTRUCTION A. Join hub -and -spigot, cast-iron soil piping with calked joints according to CISPI's "Cast Iron Soil Pipe and Fittings Handbook" for lead -and -oakum calked joints. B. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B 1.20. L 1. Cut threads full and clean using sharp dies. 2. Ream threaded pipe ends to remove burrs and restore full ID. Join pipe fittings and valves as follows: a. Apply appropriate tape or thread compound to external pipe threads unless dry seal threading is specified. b. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or damaged. C. Do not use pipe sections that have cracked or open welds. C. Plastic, Pressure -Piping, Solvent -Cement Joints: Clean and dry joining surfaces. Join pipe and fittings according to the following: 1. Comply with ASTM F402 for safe -handling practice of cleaners, primers, and solvent cements. 2. PVC Piping: Join according to ASTM D2855 and ASTM D 1785 appendixes. 3.4 VALVE INSTALLATION A. Shutoff Valves: 1. Install shutoff valve on each sewage pump discharge. 2. Install gate or full -port ball valve for piping NPS 2 and smaller. B. Check Valves: Install swing check valve, between pump and shutoff valve, on each sewage pump discharge. 3.5 INSTALLATION OF HANGERS AND SUPPORTS A. Comply with requirements for pipe hanger and support devices and installation specified in Section 220529 "Hangers and Supports for Plumbing Piping and Equipment." B. Install hangers for PVC piping, with maximum horizontal spacing and minimum rod diameters to comply with manufacturer's written instructions, locally enforced codes, and authorities having jurisdiction requirements, whichever are most stringent. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2213 16 SANITARY WASTE AND VENT PIPING Page 6 of 8 C. Support horizontal piping and tubing within 12 inches of each fitting, valve, and coupling. D. Support vertical runs for PVC piping to comply with manufacturer's written instructions, locally enforced codes, and authorities having jurisdiction requirements, whichever are most stringent. 3.6 CONNECTIONS A. Drawings indicate general arrangement of piping, fittings, and specialties. B. Where installing piping adjacent to equipment, allow space for service and maintenance of equipment. C. Make connections according to the following unless otherwise indicated: 1. Install unions, in piping NPS 2 and smaller, adjacent to each valve and at final connection to each piece of equipment. 2. Install flanges, in piping NPS 2-1/2 and larger, adjacent to flanged valves and at final connection to each piece of equipment. 3.7 IDENTIFICATION A. Identify exposed sanitary waste and vent piping. B. Comply with requirements for identification specified in Section 22 05 53 "Identification for Plumbing Piping and Equipment." 3.8 FIELD QUALITY CONTROL A. During installation, notify authorities having jurisdiction at least 24 hours before inspection must be made. Perform tests specified below in presence of authorities having jurisdiction. 1. Roughing -in Inspection: Arrange for inspection of piping before concealing or closing -in after roughing -in and before setting fixtures. 2. Final Inspection: Arrange for final inspection by authorities having jurisdiction to observe tests specified below and to ensure compliance with requirements. B. Reinspection: If authorities having jurisdiction find that piping will not pass test or inspection, make required corrections and arrange for reinspection. C. Reports: Prepare inspection reports and have them signed by authorities having jurisdiction. D. Test sanitary waste and vent piping according to procedures of authorities having jurisdiction or, in absence of published procedures, as follows: 1. Test for leaks and defects in new piping and parts of existing piping that have been altered, extended, or repaired. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2213 16 SANITARY WASTE AND VENT PIPING Page 7 of 8 a. If testing is performed in segments, submit separate report for each test, complete with diagram of portion of piping tested. 2. Leave uncovered and unconcealed new, altered, extended, or replaced waste and vent piping until it has been tested and approved. a. Expose work that was covered or concealed before it was tested. 3. Roughing -in Plumbing Test Procedure: Test waste and vent piping except outside leaders on completion of roughing -in. a. Close openings in piping system and fill with water to point of overflow, but not less than 10-foot head of water. b. From 15 minutes before inspection starts to completion of inspection, water level must not drop. C. Inspect joints for leaks. 4. Finished Plumbing Test Procedure: After plumbing fixtures have been set and traps filled with water, test connections and prove they are gastight and watertight. a. Plug vent -stack openings on roof and building drains where they leave building. Introduce air into piping system equal to pressure of 1-inch wg. b. Use U-tube or manometer inserted in trap of water closet to measure this pressure. C. Air pressure must remain constant without introducing additional air throughout period of inspection. d. Inspect plumbing fixture connections for gas and water leaks. 5. Repair leaks and defects with new materials and retest piping, or portion thereof, until satisfactory results are obtained. 6. Prepare reports for tests and required corrective action. E. Test force -main piping according to procedures of authorities having jurisdiction or, in absence of published procedures, as follows: Leave uncovered and unconcealed new, altered, extended, or replaced force -main piping until it has been tested and approved. a. Expose work that was covered or concealed before it was tested. 2. Cap and subject piping to static -water pressure of 50 psig above operating pressure, without exceeding pressure rating of piping system materials. a. Isolate test source and allow to stand for four hours. b. Leaks and loss in test pressure constitute defects that must be repaired. 3. Repair leaks and defects with new materials and retest piping, or portion thereof, until satisfactory results are obtained. 4. Prepare reports for tests and required corrective action. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 2213 16 SANITARY WASTE AND VENT PIPING Page 8 of 8 3.9 CLEANING AND PROTECTION A. Clean interior of piping. Remove dirt and debris as work progresses. B. Protect sanitary waste and vent piping during remainder of construction period to avoid clogging with dirt and debris and to prevent damage from traffic and construction work. C. Place plugs in ends of uncompleted piping at end of day and when work stops. D. Exposed PVC Piping: Protect plumbing piping exposed to sunlight with two coats of water - based latex paint. E. Repair damage to adjacent materials caused by waste and vent piping installation. Wf� 9191►rmlisiso191 bill M A. Flanges and unions may be used on aboveground pressure piping unless otherwise indicated. B. Aboveground sanitary -sewage force mains NPS 4 and smaller shall be the following: 1. Solid -wall Schedule 80 PVC pipe, PVC socket fittings, and solvent -cemented joints. C. Underground sanitary -sewage force mains NPS 4 and smaller shall be the following: 1. Solid -wall Schedule 80 PVC pipe, PVC socket fittings, and solvent -cemented joints. END OF SECTION 22 13 16 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 14 29 SUMP PUMPS Page 1 of 4 SECTION 22 14 29 - SUMP PUMPS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. lW► W81L31u/'1'A1A A. Section Includes: 1. Submersible sump pumps. 1.3 AMERICAN IRON AND STEEL (AIS) REQUIREMENTS A. Products submitted under this section shall meet American Iron and Steel (AIS) requirements as described in Division 00 and 01 Specifications. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated B. Shop Drawings: 1. Include plans, elevations, sections, and mounting details. 2. Include details of equipment assemblies. Indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 3. Include diagrams for power, signal, and control wiring. C. AIS: Submit certification indicating compliance with AIS requirements for all applicable metal products where required in compliance with the requirements of Division 00 and 01. 1.5 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For pumps and controls, to include in operation and maintenance manuals. 1.6 DELIVERY, STORAGE, AND HANDLING A. Retain shipping flange protective covers and protective coatings during storage. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 14 29 SUMP PUMPS Page 2 of 4 B. Protect bearings and couplings against damage. C. Comply with manufacturer's written instructions for handling. 1.7 WARRANTY A. Warranty: Manufacturer agrees to repair or replace components of Sump Pumps that fail in materials or workmanship within specified warranty period. Warranty Period: Manufacturer's standard, but not less than two years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. UL Compliance: Comply with UL 778 for motor -operated water pumps. 2.2 SUBMERSIBLE SUMP PUMPS A. Submersible, Fixed -Position, Single -Seal Sump Pumps: Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. BJM Pumps, LLC. b. EBARA Fluid Handling. C. Flygt; a brand of Xylem Inc. d. PACO Pumps; Grundfos Pumps Corporation, USA. e. Hydromatic, Pentair PLC. £ Weil Pumps. g. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 01 25 00). 2. Description: Factory -assembled and -tested sump -pump unit. 3. Pump Type: Submersible, end -suction, single -stage, close -coupled, overhung -impeller, centrifugal sump pump as defined in HI 1.1-1.2 and HI 1.3. 4. Pump Casing: Cast iron, with strainer inlet, legs that elevate pump to permit flow into impeller, and vertical discharge for piping connection. 5. Impeller: Statically and dynamically balanced, ASTM A 48/A 48M, Class No. 25 A cast iron, design for clear wastewater handling, and keyed and secured to shaft. 6. Pump and Motor Shaft: Stainless steel, with factory -sealed, grease -lubricated ball bearings. 7. Seal: Mechanical. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 14 29 SUMP PUMPS Page 3 of 4 8. Motor: Hermetically sealed, capacitor -start type; with built-in overload protection; lifting eye or lug; and three -conductor, waterproof power cable of length required and with grounding plug and cable -sealing assembly for connection at pump. a. Motor Housing Fluid: Air. 9. Controls: a. Enclosure: NEMA 250, Type 4X; pedestal or wall mounted. b. Switch Type: Mechanical -float type, in NEMA 250, Type 6 enclosures with mounting rod and electric cables. C. Automatic Alternator: Start pumps on successive cycles and start multiple pumps if one cannot handle load for duplex configurations. d. High -Water Alarm: Rod -mounted, NEMA 250, Type 6 enclosure with mechanical - float, mercury -float, or pressure switch matching control and electric bell; 120 V ac, with transformer and contacts for remote alarm bell. 10. Control -Interface Features: a. Remote Alarm Contacts: For remote alarm interface. b. Building Automation System Interface: Auxiliary contacts in pump controls for interface to building automation system and capable of providing the following: 1) Alarm status. 2.3 SUMP -PUMP CAPACITIES AND CHARACTERISTICS A. See Sump Pump Schedule in Drawings. 2.4 MOTORS A. Comply with NEMA designation, temperature rating, service factor, enclosure type, and efficiency requirements for motors specified in Section 22 05 13 "Common Motor Requirements for Plumbing Equipment." Motor Sizes: Minimum size as indicated. If not indicated, large enough so driven load will not require motor to operate in service factor range above 1.0. B. Motors for submersible pumps shall be hermetically sealed. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine roughing -in for plumbing piping to verify actual locations of storm drainage piping connections before sump pump installation. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 14 29 SUMP PUMPS Page 4 of 4 3.2 INSTALLATION A. Pump Installation Standards: Comply with HI 1.4 for installation of sump pumps. 3.3 CONNECTIONS A. Where installing piping adjacent to equipment, allow space for service and maintenance. 3.4 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory -authorized service representative to test, inspect, and adjust components, assemblies, and equipment installations, including connections. B. Perform the following tests and inspections: 1. Perform each visual and mechanical inspection. 2. Leak Test: After installation, charge system and test for leaks. Repair leaks and retest until no leaks exist. 3. Operational Test: After electrical circuitry has been energized, start units to confirm proper motor rotation and unit operation. 4. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. C. Pumps and controls will be considered defective if they do not pass tests and inspections. D. Prepare test and inspection reports. 3.5 STARTUP SERVICE A. Engage a factory -authorized service representative to perform startup service. 1. Complete installation and startup checks according to manufacturer's written instructions. 3.6 ADJUSTING A. Adjust pumps to function smoothly and lubricate as recommended by manufacturer. B. Adjust control set points. 3.7 DEMONSTRATION A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain controls and pumps. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 21 23 FACILITY NATURAL-GAS PIPING Page 1 of 14 SECTION 22 2123 - FACILITY NATURAL-GAS PIPING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Pipes, tubes, and fittings. 2. Piping specialties. 3. Piping and tubing joining materials. 4. Manual gas shutoff valves. 5. Pressure regulators. 6. Dielectric fittings. 1.3 AMERICAN IRON AND STEEL (AIS) REQUIREMENTS A. Products submitted under this section shall meet American Iron and Steel (AIS) requirements as described in Division 00 and 01 Specifications. 1.4 COORDINATION A. Coordinate sizes and locations of concrete bases with actual equipment provided. 1.5 DEFINITIONS A. Exposed, Exterior Installations: Exposed to view outdoors or subject to outdoor ambient temperatures and weather conditions. Examples include rooftop locations. B. Exposed, Interior Installations: Exposed to view indoors. Examples include finished occupied spaces and mechanical equipment rooms. C. Finished Spaces: Spaces other than mechanical and electrical equipment rooms, furred spaces, pipe and duct shafts, unheated spaces immediately below roof, spaces above ceilings, unexcavated spaces, crawlspaces, and tunnels. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 1.6 A. B. 1.7 A. B. 1.8 A. 1.9 A. B. C. 1.10 A. 22 21 23 FACILITY NATURAL-GAS PIPING Page 2 of 14 ACTION SUBMITTALS Product Data: For each type of the following: 1. Piping. 2. Piping specialties. 3. Valves. Include pressure rating, capacity, settings, and electrical connection data of selected models. 4. Pressure regulators. Indicate pressure ratings and capacities. 5. Dielectric fittings. AIS: Submit certification indicating compliance with AIS requirements for all applicable metal products where required in compliance with the requirements of Division 00 and 01. INFORMATIONAL SUBMITTALS Welding certificates. Field quality -control reports. CLOSEOUT SUBMITTALS Operation and Maintenance Data: For pressure regulators to include in emergency, operation, and maintenance manuals. QUALITY ASSURANCE Steel Support Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel." Pipe Welding Qualifications: Qualify procedures and operators according to ASME Boiler and Pressure Vessel Code. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency and marked for intended location and application. DELIVERY, STORAGE AND HANDLING Handling Flammable Liquids: Remove and dispose of liquids from existing natural-gas piping according to requirements of authorities having jurisdiction. B. Deliver pipes and tubes with factory -applied end caps. Maintain end caps through shipping, storage, and handling to prevent pipe end damage and to prevent entrance of dirt, debris, and moisture. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 21 23 FACILITY NATURAL-GAS PIPING Page 3 of 14 C. Store and handle pipes and tubes having factory -applied protective coatings to avoid damaging coating and protect from direct sunlight. D. Protect stored PE pipes and valves from direct sunlight. 1.11 PROJECT CONDITIONS A. Perform site survey, research public utility records, and verify existing utility locations. Contact utility -locating service for area where Project is located. B. Interruption of Existing Natural -Gas Service: Do not interrupt natural-gas service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide purging and startup of natural-gas supply according to requirements indicated: 1. Notify Owner no fewer than two days in advance of proposed interruption of natural-gas service. 2. Do not proceed with interruption of natural-gas service without Construction Manager's written permission. 17_171WAS 9Zs] Bills) 161 2.1 PERFORMANCE REQUIREMENTS A. Minimum Operating -Pressure Ratings: 1. Piping and Valves: 100 psig minimum unless otherwise indicated. 2. Service Regulators: 100 psig minimum unless otherwise indicated. B. Natural -Gas System Pressure at Building: 0.5 psig or less. 2.2 PIPES, TUBES, AND FITTINGS A. Steel Pipe: ASTM A53/A53M, black steel, Schedule 40, Type E or S, Grade B. 1. Malleable -Iron Threaded Fittings: ASME B 16.3, Class 150, standard pattern. 2. Wrought -Steel Welding Fittings: ASTM A234/A234M for butt welding and socket welding. 3. Unions: ASME B16.39, Class 150, malleable iron with brass -to -iron seat, ground joint, and threaded ends. B. PE Pipe: ASTM D2513, SDR 11. 1. PE Fittings: ASTM D2683, socket -fusion type or ASTM D3261, butt -fusion type with dimensions matching PE pipe. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 21 23 FACILITY NATURAL-GAS PIPING Page 4 of 14 2. PE Transition Fittings: Factory -fabricated fittings with PE pipe complying with ASTM D2513, SDR 11; and steel pipe complying with ASTM A53/A53M, black steel, Schedule 40, Type E or S, Grade B. 3. Anodeless Service -Line Risers: Factory -fabricated and leak tested. a. Underground Portion: PE pipe complying with ASTM D2513, SDR 11 inlet. b. Casing: Steel pipe complying with ASTM A53/A53M, Schedule 40, black steel, Type E or S, Grade B, with corrosion -protective coating covering. C. Aboveground Portion: PE transition fitting. d. Outlet shall be threaded or flanged or suitable for welded connection. e. Tracer wire connection. f. Ultraviolet shield. g. Stake supports with factory finish to match steel pipe casing or carrier pipe. 4. Transition Service -Line Risers: Factory -fabricated and leak tested. a. Underground Portion: PE pipe complying with ASTM D2513, SDR 11 inlet connected to steel pipe complying with ASTM A53/A53M, Schedule 40, Type E or S, Grade B, with corrosion -protective coating for aboveground outlet. b. Outlet shall be threaded or flanged or suitable for welded connection. C. Bridging sleeve over mechanical coupling. d. Factory -connected anode. e. Tracer wire connection. f. Ultraviolet shield. g. Stake supports with factory finish to match steel pipe casing or carrier pipe. 2.3 PIPING SPECIALTIES A. Appliance Flexible Connectors: 1. Outdoor, Appliance Flexible Connectors: Comply with ANSI Z21.75. 2. Corrugated stainless steel tubing with polymer coating. 3. Operating -Pressure Rating: 0.5 psig. 4. End Fittings: Zinc -coated steel. 5. Threaded Ends: Comply with ASME B 1.20.1. 6. Maximum Length: 72 inches B. Y-Pattern Strainers: 1. Body: ASTM A126, Class B, cast iron with bolted cover and bottom drain connection. 2. End Connections: Threaded ends for NPS 2 and smaller; flanged ends for NPS 2-1/2 and larger. 3. Strainer Screen: 60-mesh startup strainer and perforated stainless steel basket with 50 percent free area. 4. CWP Rating: 125 psig. 2.4 JOINING MATERIALS A. Joint Compound and Tape: Suitable for natural gas. CDM Smith CONSTRUCTION SPECIFICATION DOCUMENTS VCWRF Primary Clarifier Improvements City Project No. 103295 22 21 23 FACILITY NATURAL-GAS PIPING Page 5 of 14 B. Welding Filler Metals: Comply with AWS D10.12/D10.12M for welding materials appropriate for wall thickness and chemical analysis of steel pipe being welded. C. Brazing Filler Metals: Alloy with melting point greater than 1000 degrees F complying with AWS A5.8/A5.8M. Brazing alloys containing more than 0.05 percent phosphorus are prohibited. A. See "Underground Manual Gas Shutoff Valve Schedule" and "Aboveground Manual Gas Shutoff Valve Schedule" Articles for where each valve type is applied in various services. B. General Requirements for Metallic Valves, NPS 2 and Smaller: Comply with ASME B16.33. 1. CWP Rating: 125 psig. 2. Threaded Ends: Comply with ASME B 1.20.1. 3. Dryseal Threads on Flare Ends: Comply with ASME B 1.20.3. 4. Tamperproof Feature: Locking feature for valves indicated in "Underground Manual Gas Shutoff Valve Schedule" and "Aboveground Manual Gas Shutoff Valve Schedule" Articles. 5. Listing: Listed and labeled by an NRTL acceptable to authorities having jurisdiction for valves 1 inch and smaller. 6. Service Mark: Valves 1-1/4 inches to NPS 2 shall have initials "WOG" permanently marked on valve body. C. One -Piece, Bronze Ball Valve with Bronze Trim: MSS SP-110. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. A.Y. McDonald Mfg. Co. b. Apollo Valves; a part of Aalberts Integrated Piping Systems. c. BrassCraft Manufacturing Co.; a Masco company. d. Perfection Corporation. e. R.W. Lyall; brand of Hubbell Utility Solutions; Hubbell Incorporated. f. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 01 25 00). 2. Body: Bronze, complying with ASTM B584. 3. Ball: Chrome -plated brass. 4. Stem: Bronze; blowout proof. 5. Seats: Reinforced TFE; blowout proof. 6. Packing: Separate packnut with adjustable -stem packing threaded ends. 7. Ends: Threaded, flared, or socket as indicated in "Underground Manual Gas Shutoff Valve Schedule" and "Aboveground Manual Gas Shutoff Valve Schedule" Articles. 8. CWP Rating: 600 psig. 9. Listing: Valves NPS 1 and smaller shall be listed and labeled by an NRTL acceptable to authorities having jurisdiction. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 21 23 FACILITY NATURAL-GAS PIPING Page 6 of 14 10. Service: Suitable for natural-gas service with "WOG" indicated on valve body. D. Two -Piece, Regular -Port Bronze Ball Valves with Bronze Trim: MSS SP-110. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. A.Y. McDonald Mfg. Co. b. Apollo Valves; a part of Aalberts Integrated Piping Systems. C. BrassCraft Manufacturing Co.; a Masco company. d. Perfection Corporation. e. R.W. Lyall; brand of Hubbell Utility Solutions; Hubbell Incorporated. f. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 01 25 00). 2. Body: Bronze, complying with ASTM B584. 3. Ball: Chrome -plated bronze. 4. Stem: Bronze; blowout proof. 5. Seats: Reinforced TFE. 6. Packing: Threaded -body packnut design with adjustable -stem packing. 7. Ends: Threaded, flared, or socket as indicated in "Underground Manual Gas Shutoff Valve Schedule" and "Aboveground Manual Gas Shutoff Valve Schedule" Articles. 8. CWP Rating: 600 psig. 9. Listing: Valves NPS 1 and smaller shall be listed and labeled by an NRTL acceptable to authorities having jurisdiction. 10. Service: Suitable for natural-gas service with "WOG" indicated on valve body. E. Bronze Plug Valves: MSS SP-78. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. A.Y. McDonald Mfg. Co. b. Lee Brass Company. C. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 01 25 00). 2. Body: Bronze, complying with ASTM B584. 3. Plug: Bronze. 4. Ends: Threaded, socket, or flanged as indicated in "Underground Manual Gas Shutoff Valve Schedule" and "Aboveground Manual Gas Shutoff Valve Schedule" Articles. 5. Operator: Square head or lug type with tamperproof feature where indicated. 6. Pressure Class: 125 psig. 7. Listing: Valves NPS 1 and smaller shall be listed and labeled by an NRTL acceptable to authorities having jurisdiction. 8. Service: Suitable for natural-gas service with "WOG" indicated on valve body. F. PE Ball Valves: Comply with ASME B 16.40. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 21 23 FACILITY NATURAL-GAS PIPING Page 7 of 14 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Kerotest Manufacturing Corp. b. Perfection Corporation. C. R.W. Lyall; brand of Hubbell Utility Solutions; Hubbell Incorporated. d. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 01 25 00). 2. Body: PE. 3. Ball: PE. 4. Stem: Acetal. 5. Seats and Seals: Nitrile. 6. Ends: Plain or fusible to match piping. 7. CWP Rating: 80 psig. 8. Operating Temperature: Minus 20 to plus 140 degrees F. 9. Operator: Nut or flat head for key operation. 10. Include plastic valve extension. 11. Include tamperproof locking feature for valves where indicated on Drawings. G. Valve Boxes: 1. Cast-iron, two -section box. 2. Top section with cover with "GAS" lettering. 3. Bottom section with base to fit over valve and barrel a minimum of 5 inches in diameter. 4. Adjustable cast-iron extensions of length required for depth of bury. 5. Include tee -handle, steel operating wrench with socket end fitting valve nut or flat head, and with stem of length required to operate valve. 2.6 PRESSURE REGULATORS A. General Requirements: 1. Single stage and suitable for natural gas. 2. Steel jacket and corrosion -resistant components. 3. Elevation compensator. 4. End Connections: Threaded for regulators NPS 2 and smaller; flanged for regulators NPS 2-1/2 and larger. B. Service Pressure Regulators: Comply with ANSI Z21.80. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Actaris: a brand of ITT Controls. b. American Meter Company. C. Fischer; Emerson Electric Co., Automation Solutions. d. Itron Inc. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 21 23 FACILITY NATURAL-GAS PIPING Page 8 of 14 e. Richards Industrials. f. Schneider Electric USA, Inc. g. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 01 25 00). 2. Body and Diaphragm Case: Cast iron or die-cast aluminum. 3. Springs: Zinc -plated steel; interchangeable. 4. Diaphragm Plate: Zinc -plated steel. 5. Seat Disc: Nitrile rubber resistant to gas impurities, abrasion, and deformation at the valve port. 6. Orifice: Aluminum; interchangeable. 7. Seal Plug: Ultraviolet -stabilized, mineral -filled nylon. 8. Single -port, self-contained regulator with orifice no larger than required at maximum pressure inlet, and no pressure sensing piping external to the regulator. 9. Pressure regulator shall maintain discharge pressure setting downstream, and not exceed 150 percent of design discharge pressure at shutoff. 10. Overpressure Protection Device: Factory mounted on pressure regulator. 11. Atmospheric Vent: Factory- or field -installed, stainless -steel screen in opening if not connected to vent piping. 12. Maximum Inlet Pressure: 100 psig. C. Line Pressure Regulators: Comply with ANSI Z21.80. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Actaris: a brand of ITT Controls. b. American Meter Company. C. Dormont; A Watts Water Technologies Company. d. Eclipse Innovative Thermal Technologies. e. Fischer; Emerson Electric Co., Automation Solutions. f. Itron Inc. g. Maxitrol Company. h. Richards Industrials. i. Schneider Electric USA, Inc. j. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 01 25 00). 2. Body and Diaphragm Case: Cast iron or die-cast aluminum. 3. Springs: Zinc -plated steel; interchangeable. 4. Diaphragm Plate: Zinc -plated steel. 5. Seat Disc: Nitrile rubber resistant to gas impurities, abrasion, and deformation at the valve port. 6. Orifice: Aluminum; interchangeable. 7. Seal Plug: Ultraviolet -stabilized, mineral -filled nylon. 8. Single -port, self-contained regulator with orifice no larger than required at maximum pressure inlet, and no pressure sensing piping external to the regulator. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 21 23 FACILITY NATURAL-GAS PIPING Page 9 of 14 9. Pressure regulator shall maintain discharge pressure setting downstream, and not exceed 150 percent of design discharge pressure at shutoff. 10. Overpressure Protection Device: Factory mounted on pressure regulator. 11. Atmospheric Vent: Factory- or field -installed, stainless -steel screen in opening if not connected to vent piping. 12. Maximum Inlet Pressure: 10 psig. 2.7 DIELECTRIC FITTINGS A. General Requirements: Assembly of copper alloy and ferrous materials with separating nonconductive insulating material. Include end connections compatible with pipes to be joined. B. Dielectric Unions: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. A.Y. McDonald Mfg. Co. b. Jomar Valve. C. Matco-Norca. d. WATTS; A Watts Water Technologies Company. e. Zurn Industries, LLC. f. Or approved equal (any manufacturer or product that is not listed above is considered a substitution and shall be submitted in accordance with Section 01 25 00). 2. Description: a. Standard: ASSE 1079. b. Pressure Rating: 125 psig minimum at 180 degrees F. C. End Connections: Solder joint copper alloy and threaded ferrous. 2.8 LABELING AND IDENTIFYING A. Detectable Warning Tape: Acid- and alkali -resistant, PE film warning tape manufactured for marking and identifying underground utilities, a minimum of 6 inches wide and 4 mils thick, continuously inscribed with a description of utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30 inches deep; colored yellow. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine roughing -in for natural-gas piping system to verify actual locations of piping connections before equipment installation. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 21 23 FACILITY NATURAL-GAS PIPING Page 10 of 14 B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Close equipment shutoff valves before turning off natural gas to premises or piping section. B. Inspect natural-gas piping according to NFPA 54 to determine that natural-gas utilization devices are turned off in piping section affected. C. Comply with NFPA 54 and the International Fuel Gas Code requirements for prevention of accidental ignition. 3.3 OUTDOOR PIPING INSTALLATION A. Comply with NFPA 54 and the International Fuel Gas Code for installation and purging of natural-gas piping. B. Install underground, natural-gas piping buried at least 36 inches below finished grade. Comply with requirements in Section 312000 "Earthwork" for excavating, trenching, and backfilling. 1. If natural-gas piping is installed less than 36 inches below finished grade, install it in containment conduit. C. Install underground, PE, natural-gas piping according to ASTM D2774. D. Steel Piping with Protective Coating: 1. Apply joint cover kits to pipe after joining to cover, seal, and protect joints. 2. Repair damage to PE coating on pipe as recommended in writing by protective coating manufacturer. 3. Replace pipe having damaged PE coating with new pipe. E. Install fittings for changes in direction and branch connections. F. Install pressure gage upstream and downstream from each service regulator. Pressure gages are specified in Section 220519 "Meters and Gages for Plumbing Piping." 3.4 VALVE INSTALLATION A. Install manual gas shutoff valve for each gas appliance ahead of corrugated stainless -steel tubing, aluminum, or copper connector. B. Install underground valves with valve boxes. C. Install regulators and overpressure protection devices with maintenance access space adequate for servicing and testing. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 21 23 FACILITY NATURAL-GAS PIPING Page 11 of 14 D. Install anode for metallic valves in underground PE piping. 3.5 PIPING JOINT CONSTRUCTION A. Ream ends of pipes and tubes and remove burrs. B. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before assembly. C. Threaded Joints: I . Thread pipe with tapered pipe threads complying with ASME B 1.20.1. 2. Cut threads full and clean using sharp dies. 3. Ream threaded pipe ends to remove burrs and restore full inside diameter of pipe. 4. Apply appropriate tape or thread compound to external pipe threads unless dryseal threading is specified. 5. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or damaged. Do not use pipe sections that have cracked or open welds. D. Welded Joints: 1. Construct joints according to AWS D10.12/D10.12M, using qualified processes and welding operators. 2. Bevel plain ends of steel pipe. 3. Patch factory -applied protective coating as recommended by manufacturer at field welds and where damage to coating occurs during construction. E. Brazed Joints: Construct joints according to AWS's "Brazing Handbook," "Pipe and Tube" Chapter. F. PE Piping Heat -Fusion Joints: Clean and dry joining surfaces by wiping with clean cloth or paper towels. Join according to ASTM D2657. 1. Plain -End Pipe and Fittings: Use butt fusion. 2. Plain -End Pipe and Socket Fittings: Use socket fusion. 3.6 HANGER AND SUPPORT INSTALLATION A. Comply with requirements for pipe hangers and supports specified in Section 220529 "Hangers and Supports for Plumbing Piping and Equipment." B. Support horizontal piping within 12 inches of each fitting. C. Support vertical runs of steel piping to comply with MSS-58, locally enforced codes, and authorities having jurisdiction requirements, whichever are most stringent. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 21 23 FACILITY NATURAL-GAS PIPING Page 12 of 14 3.7 CONNECTIONS A. Connect to utility's gas main according to utility's procedures and requirements. B. Install natural-gas piping electrically continuous and bonded to gas appliance equipment grounding conductor of the circuit powering the appliance according to NFPA 70. C. Install piping adjacent to appliances to allow service and maintenance of appliances. D. Connect piping to appliances using manual gas shutoff valves and unions. Install valve within 72 inches of each gas -fired appliance and equipment. Install union between valve and appliances or equipment. E. Sediment Traps: Install tee fitting with capped nipple in bottom to form drip, as close as practical to inlet of each appliance. 3.8 LABELING AND IDENTIFYING A. Comply with requirements in Section 220553 "Identification for Plumbing Piping and Equipment" for piping and valve identification. B. Install detectable warning tape directly above gas piping, 12 inches below finished grade, except 6 inches below subgrade under pavements and slabs. 3.9 PAINTING A. Paint exposed, exterior metal piping, valves, service regulators, service meters and meter bars, earthquake valves, and piping specialties, except components, with factory -applied paint or protective coating. 1. Alkyd System: MPI EXT 5.1D. a. Prime Coat: Alkyd anticorrosive metal primer. b. Intermediate Coat: Exterior alkyd enamel matching topcoat. C. Topcoat: Exterior alkyd enamel (gloss). d. Color: Red. B. Damage and Touchup: Repair marred and damaged factory -applied finishes with materials and by procedures to match original factory finish. 3.10 CONCRETE BASES A. Concrete Bases: Anchor equipment to concrete base. 1. Construct concrete bases of dimensions indicated, but not less than 4 inches larger in both directions than supported unit. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 21 23 FACILITY NATURAL-GAS PIPING Page 13 of 14 2. Install dowel rods to connect concrete base to concrete floor. Unless otherwise indicated, install dowel rods on 18-inch centers around the full perimeter of the base. 3. Install epoxy -coated anchor bolts for supported equipment that extend through concrete base, and anchor into structural concrete floor. 4. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 5. Install anchor bolts to elevations required for proper attachment to supported equipment. 6. Use 3000-psig, 28-day, compressive -strength concrete and reinforcement as specified in Section 033000 "Cast -in -Place Concrete." 3.11 FIELD QUALITY CONTROL A. Perform tests and inspections. B. Tests and Inspections: 1. Test, inspect, and purge natural gas according to NFPA 54 and authorities having jurisdiction. C. Natural-gas piping will be considered defective if it does not pass tests and inspections. D. Prepare test and inspection reports. 3.12 DEMONSTRATION A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain earthquake valves. 3.13 OUTDOOR PIPING SCHEDULE A. Underground natural-gas piping shall be the following: 1. PE pipe and fittings joined by heat fusion, or mechanical couplings; service -line risers with tracer wire terminated in an accessible location. B. Aboveground natural-gas piping shall be the following: 1. Steel pipe with wrought -steel fittings and welded joints. C. Containment Conduit: Steel pipe with wrought -steel fittings and welded joints. Coat pipe and fittings with protective coating for steel piping. 3.14 UNDERGROUND MANUAL GAS SHUTOFF VALVE SCHEDULE A. Connections to Existing Gas Piping: Use valve and fitting assemblies made for tapping utility's gas mains and listed by an NRTL. CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 22 21 23 FACILITY NATURAL-GAS PIPING Page 14 of 14 B. Underground: PE valves. 3.15 ABOVEGROUND MANUAL GAS SHUTOFF VALVE SCHEDULE A. Distribution piping valves for pipe sizes NPS 2 and smaller shall be one of the following: 1. One-piece, bronze ball valve with bronze trim. 2. Two-piece, regular -port, bronze ball valves with bronze trim. 3. Bronze plug valve. B. Valves in branch piping for single appliance shall be one of the following: 1. One-piece, bronze ball valve with bronze trim. 2. Two-piece, regular -port, bronze ball valves with bronze trim. 3. Bronze plug valve. END OF SECTION 22 21 23 CDM Smith VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295