HomeMy WebLinkAboutContract 27833�,
1'
�" ;
� �
�
i
�
L��
4
�
l�
�
��::
�;,:.
�...
�
_
�
�
,
�',
�
�
,
:
�_
.� �
�I
�, ���
�,
�,
� _�
�
�,. � .
;.�,._,�.-a� P03:30 1 N
�i`1-02-02 P0�:30 fN
�s�y �f F+�r� 11V�rt�1� 1`����
W��t�� ��������t
_ �+��Ll�� ���L��
����� ��������� �����
� -�.
; �,� � � i � � ; �+! � , IaR'� � �� ;�'� ' �4', �'�� � i I
, � ���3 � i �
f, �,�� � � i �' �`�� � � I�' i ` ,
i
,��, � � �
� � ,
�� �,'� � ' - �� � � � , �.��� �� � � � - �
i �' �
ilil `i � i i i� i ' '' i i i
���J���° �vu�7-o�o�7a��oo�a
F���UA�RY 2��2
��������
su� �� � �aoz
WA�'�� ���'A�TP�E�li
PREPA�ED SY:
��� Camp Dresser � Mcl�ee Inc.
� �� 4 � �����
�.J� `��A� '•�• k'�`��'
:
.,
�'k �• � �1
�• . • ������1N��i1
� �1..�1 &H�N�i�
��...: ;
���► =. , ���� A ::�
�a'�''
�-�_-,
�ity of Fo�t �Qrth, Texas
���� �r�� +��rt�t ����r�����rt���
DAT� RE��R�NCE NUMBER LOG NAM� F'AG�
6I� 1/02 **�o� g� �� � 60BAR � 1 of 2
suB�Ec`r AWARD OF CUNTRACT T� BAR CONSTRUCTORS, INC. F�R R�LLING HI��S
WATER TREATMENT PLANT - FACl�iTIES UPGRADE A�1D 40 MGD EXPANSiON,
PHASE 2- BACKWASH SUPP�Y S'�'STEM
RECOMMENDATION:
!t is recommended that the City Caunci! autharize the City fVlanager to execute a contract with Bar
CQnstructors, Inc. for Rolling Hills Water Treatment P1ant - Faci(ities Upgrade and 4Q MGD Expansior�,
Phase 2- Backwash Supply System in the amour�t of $5,24'1,20Q.
DISCUSSION:
On J�ne 6, 20D� (M&G C-18Dfi2), the Gi�+ Councii authoriz�d an engir�e�rir�g agr�ement with Camp,
Dresser & McKee, lnc. for design ot the RoNing Hil1s Wafer Treatment Piant 40 MGQ (millian gallons
per dayj facilitfes upgrade. As part �f this agreernent, the engineer prepared pians and contract
documents to install filter backwash supply facilities.
Under this cQnstru�tion contract, Bar Consiructors, lnc. will furnish and instail a filter backwash s�pply
systerri cansisting of a 500,Ofl0 galton elevated storage tar�k, a pump station and supply mair�s, and the
necessary process control system and ele�tric service upgrades. Additior�aily, fhis project will prorrPd�
for a 72-inch water main �o the high service pump stafiion, and masonry baffle walls inside of the
existing clear-wells.
This project is required to improve perfarmance of the Roliing Hilis Water Tr.eatmer�t Plant and to meet
the regulatary r��uiremenfs imposed lay tF�e U.S. Environmenta! Protectior� Agency. This project is the
second phase of an avera!! pla� ta upgrade and expand the Roiling Hifls Water Treafim�nf Plant #o meet
present dem�nds and future grawth in the rapidly develapin� �reas afi Fort Worth and the wF�olesale
customers.
This praj�ct was advertised in t�e Commercial R�corder on Marcf� 7 and 1�4, 2�02. On Apri! 25, 2002,
the faliowir�g bids were received:
�:��1�T��
BiD AMOUNT
COf�TRAGT TIME
Bar Constr�ctors. fnc.
Eagle Confracting, L.P.
C�JUt� CDilStfUCt01`5, �f1G.
Archer Westerr� Contract�rs, L�d
This proJect is iocated in COUNCI� DISTRlGT 8.
$5.24'1.2�0
��,��o,aoo
$5, 743,OD0
$5,778,000
48Q Catendar Days
Bar Canstructors, (nc. is in carnpliance with fh� Ciiy's MNVBE Ordinance by committing to 14°Io tVIIWBE
participatian. The eity's goal an this project is 13%.
In addition to the contract cost, $�5(J,000 is provided for project contingencies.
City of Fort Wart3�
Rolling Hi1fs Vl�'i'P
Sackwash 5upply System
TABLE OF CONTENTS
VOLiTME 1
PART A- NOTICE TO BYDDERS
Notice to Bidders
Ir�structxans to Bidders
PART B - PROPOSAL
Proposal
, Minority and Women Business Enterprise Bid Specificatipns
PART C - GENERAL CaNDITIONS
PART Cl - SUPPLElY1ENTARY CQNDITIONS (TO PART C)
PART D - SPECIAL C�NDITIONS
PART F - $ONDS
Certiiicate of Insurance
Contractor Campliance with Worker's Compensation Law
Performance Band
Payment Bond
Maintenance Bond
PART G - CONTRACT
PART � - SP�CIFICATIONS
- DIVISION 1 - GENERAL REQiJIIiEMENTS
01005
�1010
01011
01025
01035
O1.Q40
01110
01170
01172
a12oo
01300
01315
01410
01500
01510
016Qa
01610
01656
01665
01665
a��aa
�roc.a�c
Abbreviations � '
Susnmary of Work
Site Conditians
Measurerrient and Paym�ent
Cantrol of Work
Construct�on Sequence
Envirnnmental Protection procedures
Special Provisions
Pipe 1'enetrations -
Project Meetings
Submittals
Progress 5chedule and Reports
Testing and Testing Labo.ratory Services
Temporary Facilities
Construction Temporary Controls
Delivery, Starage and Handling
Material and Equipment
Disinfection of 1'otable Water �acilities
Trerach Safety Requiremants
Testing of Pipelines
Contract Closeout
TOC-1
03/14/02
City oi Fort Wo�th
Rolling Hills VTTP
Backwash Supply System
�1%1�
01720
0273�
01740
Cle2�'1111�
Pro�ect Record Dacuments
Operating and 1Vlaintenance Data
Warrantaes and Bonds
DYVISION � - SITEVVORK
02050
02100
02140
a2zoo
02220
02221
4223Q
02270
0249Q
Q2613
02616
026�0
42658
Dennolition
Site/Right-of Way Preparation
Dewatering and Drainage
Earthwork
ExcavaY�on, Backfill, and Earthwork for Structures
Tren�ching, Backfiiling and Compaction
Granular �ill Materials
5edimentation az�d �rosion Cont��ol
Laar�ing; Hydroseeding and Erosion Can.trol
Buried Concrete Pressure Pipe and Fittings
Buried 17uctile Iron �ipe and Fittings
Bnried 'Valves, Hycl�ants and Appurtenances
Cona�ections to and 'UVork on the �xisting System
DIVI�IO�i 3 - CONCRETE
Q31Q�
0320�
43250
03340
03350
03600
a3740
oaaoa
Concxete �onnwark
Goncreta Reinfarcement
Concrete 7oints az�d Accessaries
Cast-in-Place Concrete
Concrete Finishes
Crrout
Modification or Repair of Existing Cancrete
Goncrete Electrical Duc� Encaseaneni
DIVISI�N 4 - MAS�NRY
042Q0 Concrete i7nit Masanry
DIVISION 5 - METALS
05500 Misce7laneous Metals
05530 Matal C`rratings and Cover Plates
DYVISION '� - THERMAL AND MOISTi1�RE PRQTECTION
47940 Joint Sealers
DIVISION 9 - F'INISHES
099Q1 Surface 1'raparatzon and Sl�op Prime Painting
09902 �'ield Painting
099(?3 St�u-face Preparation and Field Painting of Elevated Steel Storage Tanks
FTOC,doc T�C-2 �3/14/42
City of Fort Worth
Rolling Hilis WTP
Sackwash Supply System
DrVISION 11 - EQUYPN�NT
11210 Vertical 'furbine Can Pumps
11281 Sluice Gates
.�
DIV'ISION 13 - SPECIAL CONSTRUCTTON
13220
13300
13305
13310
13315
133Z2
13325
Composite Elevated Watex Storage Tank
Process Tr�strum�ntation and Controls — General Provisions
Application Engineering �ervices
Distributed Conirol System
Pracess Ins#rumentatinn. and Controls - Pxaducts
Fiber �ptic Data I�ighway Network
Cantral Panels and Panel Mounted Equipment
DTi�I�T�N l S - MECHANICAL
I5�51
15�52
15051
15D63
15d64
�sa��
15072
15100
15120
15140
15250
Piping - General Requirements
Pipe Testing - General Requirements
Steel Pipe anri Fittings
Copper Pipe and Tubing
Plastic Pipe and Fittings
Stainless Steel Pipe and Fittings
Ductile-Iron Pipe and Fittings
Val�es
Piping Specialtzes .
Pipe Hangers ax�d Supports
Thermal Insulation
DIVIS�ON 15 - ELECTTtICAL
1G000
I6110
161�Q
1fi121
1614�
1515b
16170
161�1
16430
16470
1648a
1b5Q0
16600
I5642
1f66D
�rac.do�
Eleetrical — Genezal Pravisions
Raceways, Boxes, Fittings �nd Supports
VG'ires and Cables (600 V Maximum)
Medium Voltage Cables
Light Switches and lZeceptacles
Mators 200 Horsepower and Below
Metal Framing
1Vliscellaneous Equipment
Pad Mounted Transformers
Fanelboards
48aVolt Mator Control Centers
Lighting System
Underground Systezn
Cathadic Protectinn Systerr�
Grounding System
TOC-3
03114f02
�
1
i�
��.�� .f�
������ �� �������
���
��
�
.l
�
City of Fart W ortlt
RollingH9lfs W'I'P
Backwash 5upply 5ystem
NOTIC� TO BIDDERS
Sealed propasals for the following:
F4R. R�LL�NG HTiLLS WATER TREATMENT FLANT
FACTLITIES UPGRADE AND 40 MGD EXPANSION
PHASE 2— SACKWASH 5i1pPLY SYSTEM
PROJECT �10. PW7'�-OGU7i05100�0
will be received at the office af the Purchasing Manag�r, located on the lower lavel, Municipal Building,1000
Throckrnorton Street, Fort Warth, Texas 76102, until 1:30 P.M., on April 11, 2002. Bids will be publicly
opened and read aloud in the City Council Chambers at:
2:00 p.m., April 1 i, 2(J(l2
�anfract Documents have been prepared by Camp Dresser & McKee Inc,, (817) 332-8727, 80 i Cherry Street,
Suite 2340, Fort Worth, Texas 75102, and may be examined withaut charge at their office. Contract
Docu�cnents may be obtained from Camp Drresser & McKee Inc. at the above address for a non-refundable
charge af:
Set of one half size Plans and Speci�cations: $125.OQ
Set of fulI-size Plans and Specificatians: $175A0
General Contract Dacuments and Specxiications for the Water Department Projects, dated January 1, 1978,
with tlne latest revisions, also comprise a part af the 8pecial Cantract Documents for this project and inay be
obtained by paying a nan-r�fundable fee of $50,00 for each set, at the Planning & Engineering Di�vision O�'ice
of the Fart Worth Water Department, lOQO Thraclanorion Streef, Fart Worth, Texas, 76102.
All bidders su�mitti�g bids are required ta be �re-qualified in accordance v�+ith the requirements ofth� Special
lnstructians tt� Bidders.
The City reserves the right to rej ect any and/or all bids and wai�e any andlar all formalities. Na bid may be
withdrawn uniil the expiration of ninety (90} days f�'om tlae date the bids are received.
F'or additional informatian, please cantact Mr. Danny Shannon, P.E., Camp Dresser & McKee Inc. at
(817} 332-8727.
Pul�lication Dates:
March 7, 2002 and
Maxch 14,2002
� `
,_1
� Part A A-1 3/13102
City of Fort W ortti
Roping Hilis WTP
Backwash Suppiy Systern
(THIS PAGE LEFT BLANK INTENTIONALLI�)
�
Part A �-2. 3(13/02
City ofFort Wo�th
Roili�g Hi11s WTP
Backwash 5upply 5ystam
SPECIAL INSTRUCTIONS TO BIUDER.S
1. Sl'ECIAL PREUUALIFICATION R.EQUIREMENTS. All contractors submi.tti.ngbids arexequired to
be meet the Fort Worth Waier Department special pre-qualiiicatifln requirements for this praj ect prior tio
submitting bids. Previous nrepnalification b�y the Forf Warth Water Depari:rmtent will not be
considered as meetin� this reuuirement.
This one-time special project-specific process will prequalify potential bidders whose Uids will be
considered for award based upon technical evaluation, historical schedule compliance evaluation,
evaluation of propased manager and proj ect superintendent. In addition, the process will establish a
-� bid limit based fln a financial analysis of the contractor. It is the bidder's respansihility to submit
documentation for those items listed belaw, to ihe Director of the Water T�epartment ar his desigt�ated
- representative, at least fourteen {14) calendar days.prior to the date of bid openirYg. The'4Vatex Depai�tment
ma3r request any other documents it may deern necessaxy. Any additional doeuments so requested shall be
'� submitted to t31e Direotor oi the Water Department or k�is designated representative aY least seven (7)
calendax days prxar to fhe date of the opening Uids.
-- a} C�VER LETTER. The cover letter provided �iy the prospective bidder with the prequalification
informafian must include the name afa cantact indiv�dual that the City may contact for additional
information if ne�ded.
b) FII�TANCIAL STATEMENT. The iinancial statement required shall have been prepaxed by an
independent certified puUlic acaountant ar independent public accouz�#ant l�olding a valid permit
issued by an appropriate State Iicensing agency and shall have been sa prepared as ta reflect th�
finan.cial s�atus of the submitting company. This statenkeni must be current and not more than ane
�1) year old. In the case that a bidding date falls within the time a new statement is being
prepared, the previous statem�nt sha11 be updated by proper verifica�ion.
c) EXPERIENCE RECORD. For an experience record ta be eomsidered to be acceptable for a given
prnject, it must refl�ct th� exper�ence of the fum seeking qualification in the wozk of botih the
same nature and technical le�el as that of the prajact for which bids are to be received.
Expeiience must be on projects that were ccimpleted no more than 5 years priar ia the daie on
which bids wi11 be received. A minimum of three references must be included. Referen�es must
include a contact persan name, telephone number, proj ect name and tatal cost, and type of work
done.
d) EOUIPMENT SCH'EDL7LE. The prospective bidder shall list the equi�sment that the Contracfar
has availaUle far the praj ect and list the equipment that Contractor will rent as may be required to
complete the praject on which the Cantractor submits a bid.
e) PERSONNEL AND SCHEDULE COMPLIANC� RECORD. The prospective bidder sha11
submit the names and resumes for the proposed project manager and praj ect superintendent. This
infozmatian shall inciude a list of all projects that the proposed project manager and project
superintendent completed within the last five (5} years ta demonstrate ability to coordinate
complex plant rehabilXtation wark and to perfazm work while maintaining critical shutdawn
schedules, regardje�s of by whom they were employed. Provide lis� of contact persons %r aI1
projects (preferably fi�Id inspectors or resident engineers) with names and phone nunabers for the
last five years' project.
The Water Department vwill re�iew each pre-qualificatian suhmitial. � From the financial siatement, the
maximum bid Iimit will be based an arnount of liquid assets times 10. The fol3owing conditions will apply:
a} T`he Directox of the Water Department shall he the sole judge as to the acceptability for financial,
,� experience and other qualifications to bid an any Fort Worth Water Depa�tment project.
Part A f�-3 31i 3102
City of Fart Workh
Rolling Hitls WTP
Aackwasli Supply System
b) Bids recezved in excess of the bid limit shall be considerad non-responsive and will be rejecEed as
such.
c} The City, in its sole discre�ion, may r�j ect a bid %r failure to deznnnstrate acceptable perfnnnanae,
experience and/or expertise.
d) Any proposals submitted by a nan pre-qua�ified bidder sha1X t�e returned unopened, and if
inadvertently open�d, shall not be considered.
E) The City wiJl attemp# to notify prnspective bidders whose quaIifications (finazicial ox experience)
ar. e not deen.l�d to be appropriate tn the nature andlor magnitude �f the proj ect an which bids ax�
to be recei�ed. Fai]ure to notify shall be a wavier of any necessary pre-qualiiications.
For additional information contact Peter Fu, Fort Worth Watex D�partrnent at (817) 871-8438 (FAX $17-$7I-
8195}. PXe-qualification subrnittal should be sent to:
Peter �u, P.E.
Fort Wortl� Wafer Departnnent
100Q Throckmartan Street
Fort Worth, T� 76102-6212
2. EXAM7NATI(�N OF CONTRAGT DOCUM�NTS AND SITE:
2.1 Before submitting hzs T3id, each Bidder musi (a} examin� the Contract Documents tharoughly, (b) �isit
the site to familiarize himself vaith lacal cnnditions #hat may in any manner affect perfarmance of the
work, (c) familiar�ize himsel.f with federal, state and Ioc.al laws, ordznances, rt�Ies and regulations
affecting perforzxiance of the work, and (d) carefully carrelate his abservations with the requirements
of the Contract Documents.
2.2 Reference is made to the Supplementary Conditions for the identifcatian o� those s�rveys and
in�estigation reports of sul�surface or ]:atent physical conditiox�s at the site or otherwise aifecting
performance of the worlc wk►ich have be�n relied upon by Engineex in pregaring the Drawings and
Speci�cations. The data is furnisY�ed for informatian anly and neither the Owner nor Engineer
guarantees the accuracy o�"the data. Bef�re subrnitting his Bid each Bidder will, at his own expense,
make such additianal surveys and investigations as he may deern necessary to deternune his bid price
for perforinance of the work within the terms of the Contract Dacuments.
The Bidder acIrnowledges by the suUmission of his i�id that Iae is solely Tesporzsible far tranch
excavation sa%ty as pr�scribed Uy the �ccupafiiorial Safety and Health Adm.inistration and HB562 and
HB655as amended b�the 72"� Session. of the Texas legislature and amended bythe 73Td Session ofthe
Texas Legislature with HB 1569.
2.3 The submissian of a Bid will constitute an in�antrovertible represeaniation lay the Bidder that he has
opmplied with every xequirement oithis �ticie 4.
3. BID �ORM (PRDPOSAL)
3.1 Bidders sha11 use the Bid {Proposal) forms included in the documen#s for each cont�aci Bid.
Supplernental data ta be furnished shall be included in same sealed envelape with Proposal.
3.2 Bid (Proposal) Foz-�ns must be completed in ink. The Bid pxice of each item on the form must be
stated in words, if specificaTly requested, and�ar numerals; in case of a conflict, words will take
precedence.
Pait A �-4 3! 13/02
�
City of Fort Worth
Roiling Hil1s WTP
Backwash Supply 5ystem
3.3 Bids by corporation must be executed in the corgorate name by the president or a vice-president (ox
other corparate of�'icer acconapanied by e�idence of authority ta sign) and the corporate seal shall be
affixed and attested by the secretary or an assistant secretary. The corporate ad�xess and state af
zncorporation shall be shown below the signature.
3.4 Bids by partnerships must be executed in the partnership name and signed by a partner, his title must
appear under his signature and �he official address of the partnership nr�.ust be shown below the
signaiure.
3.5 All na�rr�.es musi Ue priunted belaw the signature.
=�� 3.6 The Bid sk�all coniain an acknovvledgement of receipt of all Addenda (the number ofwhich shall be
filled in an the Bid Form).
4. SUBMIS SION OF BIDS, Bids shall be submitted at the time and place indicated in the �ivitation for Bids
and shall be included in an opaqu� sealed envelope, marked with the Proj ect title and name and address of
the Bidder and accornpax�.ied Uy the Bid Security and afher requir�d dacurnents.
5. MODIFICATIONS AND WITHDRAVVAL OF BIDS. Bids rriay be modified ar withdrawn by an
appropriate document duly executed (in the manner th at Bid must be execut�d) and delivered to the place
where Bids are to be submitted at any tirne prior to the opening of Bids. Bids may not be withclrawn after
opening of Bids for the pexiad set forth in tine Notice ta Bidders.
6. OPENING OF BIDS. Bids will be apened as indicated in the Invitation for Bids. Bids recezved after such
time will not be considered, and will be returned unepened.
7. BIDS TO REM�1N O�EN. All Bids shall remain open for the periad of tixxie set forth in the Invitation far
Bids, but (�wner may, in. his sole discretian, release any Bid and return the Bid Security prior to that date.
8. AWARD OF CONTRACT.
8.1 Owner reserves the �ght to reject any and all Bids and waive any azzd all formalities, and the 7ri�ht to
disregard all nanconfoz�ming or conditional Bids or counter proposals.
8.2 In evaluating Bids, Owner wiJ.l consider the qualifications of the Bidders, whether or not the Bids
comply with tk�e prescribed requirements, and alternates and unit prices if requested in �ae Bid £orms.
He may consider the qua�ifications and expe�ience of Sul�contractors and other persons and
oxganizations (inoluding those who are to furnish tl�e principal items of material or equipmen.t}
proposed for those portions of the warlc as io which the ident�ty of SuUcantractors and other persans
and organizations must be submitied as specified in the Supplementary Conditions or Specifications.
He may conduct such in.vestigations as he deems necessary to establish tlae responsibility,
qualificaiions and financial abiliiy of the Bidders, proposed Subconiractors and ather persons and
organizations to do the work in accordanc� vvith the Contract Dacuments tfl Owner's satisfaction
within the prescribed time. Owner reserves the right to reject the Bid of any Bidder wha does not
meet any such evaluation to Owner's satisfactio�.
8.3 If a contract is to be at�vaxded, it will awarded to the lowest responsible Bidder whose evaluation by
Owrier indicates to the Owner that the award will be in the best interests nf the Project
8.4 It is expected that the Owner's evaluation of bids and award af contraci will be made as set forth in the
Invitation for Bids. The successful hidder will be notified by a Natice of Award which may be a letter
ar telegram. Time of completion is very important and fazlure to meet cornpletion schedule will
subj ect the Contractor to liquidated daxnages as pxovided in the Supplementary Conditions section af
the Contract.
part p ,A-S 3/13/02
ciry of Fart Worth
Rolling Hil�s VJ7'P
Baekwasll Supply System
9. EXECUTIDN OF C�NTRACT.
9.1 The accepted Bidder, within t�n (10} da�s after formal notice af award, shall execute the formal
Contract Agreement and required Bands on the foz�nns prepared and submitted by the Owner.
R.2 The Owvner will issue a Notice to Pzoceed authorizing the Con�ractor to cornmence work.
10. BID SECURiTY. A caslaier's check, or an acceptable Uidder's bond, gayable ta the City of Fart Wo�th, in
the amaunt of not less than five (5%) percent of the Iargest possible tatal of the bid submitted must
accaznp�ny the bid, and is subject to forfeiture in the event the suceessful bidder fails to execute the
Cozatract Dacuments within ten (10) days after the contract has been awarded. To be an acceptab�e s�rety
on tbe bond, (1} the name of the surety company shall be included an the current U.S. Treasury list of
acceptal�le sureties, ar (2} the surety caznpany must have capita� and surplus e�ual to ten times the limi# on
the band. The surety rr�ust be Iicensed to do business in the State of Texas. The amount of the bond shail
not exceed the amount shovvn on the U.S. Treasury Iist or one-tenth (1/10) the tvtal capital and surplus.
11. BC}NDS, A performan.ce bond, a payment band, and a maintenaz�:ce Uond each far one hu�dred (lOQ%)
�excent of the eontract grice will lae required. Reference C3-3.7.
1�,. WAGE RAT�S. Nat less that tbe prevailing wage rates established by the City o�Fort Worth, Texas, and
as set forth in the ConYract Doc�unents, must be paid an this project.
13. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposai, the City
reserv�s the riglat to adopt the mos� advantageous construction thereoi to the City or to reject the Proposal.
I4. BIDDER LIC�NSE: Prior to the award af cax�tract to an out-af-siate bidder, tki.e taidder s�aall he licensed to
do business in the State of �'exas. For licensing procedures, contact fihe Texas Secretary nf State Q�ffices
(Telephane Number �-512-463-5555 or 1-9�0-263-0060)
15. NDNRESIDENT BII�DERS; Pursuant to Article 6Dlg, Texas Revised Civil Statues, the City af Fort
Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the
lowest bid submitted by a Texas xesident Uidder by tlae same amoun.t that a Texas resident would be
requir�d to underbid a nanresident bidder to obtain a comparable contract in t�e state in which the
nonresident przncipal place af Uusiness is located.
"NQnresident bidder" means a bidder whase principal place of i�usiness is not in this state, but excludes a
contract whose ultimate paxent company ot� m�j ority awnex has a place of business in �kie �tate of Texas.
This provi�ion does not appiy if tY�is contract involves federal funds.
The appropriate b�anks of the Proposal must be filled out by all nom•esident bidders zn order far the Uid to
meet speci�catians. The failure of a nonresident contractor to do so �will automatically disqualify that
bidder.
16. AGE: In, accordance with the palicy af ihe Executive Branch af the Federal �o�ernment, Contractor
covenants that neither it nor any o�' its officer, members, agents, em�loyees, program participants ar
subcontractors, while engaged in perfarming this contract, shall, in connectian with the employment,
advancement or dischar�e of employe�s or in connection with the texm.s, conditions or privileges of their
employment, discrixninate against persons because of thair age except an the basis of a bona fide
occupaiional quali�cation, retire�x�.ent plan or statutory requirement,
Cantxactor further co�enants that neith�r it nar its officers, members, agents, employees, subcontractors,
progxam participants, or persons acting on their behalf, sha11 specify, in solicitatian to advertisement for
emplo�ees to work on this contract, a maximum age lir�ut for such employment unless tlae speci�ied
maxirnum age limit is based upon a bona fide occupational qualificatian, retixement plan or statutory
xequirements.
Part A �1,-G 3/l3l02
Ci[y af Fort Wnrth
Rolling Hitls WTP
Saekwash 3upply 5ystem
Contractor v�arrants it will fully comply with the policy and will de:fen.d, indeznnify and hold City harmless
against any claims ar allegatians asserted by third pazties ar subcontractors against the City arising aut of
the Contractor's andlor its subcontractors' alleged failure to comply wit the above referenced Poiicy
concerning age discrim.ination in the performance af the contract.
x'7. DISABILITY: In accordance �ith provisian of tha America� r�+iih Disahilities Act of 1990 �AbA),
Contractor warrants that it and any and all of its subcontractors will nc�t unla�vfully discriminate on; the
basis af disabiliiy in the prc�vision of services to the general public, nor in the availability, terms and/or
canditions of employment fox applicants far emplayment wi#la, or employees ofthe Con#ractar or any of ifis
subcontractoxs. Cantract warrants it wilI fully comply �ith ADA's provision and any other applicable
Federal, �tate, and local laws concerning disability and will defend, andemnify and hold harmless against
any' claims or allegations assertec� by third part�es or subcontractors against the City arising out of the
Contz�actar's andlor its subcontractox's alleged failure ta comply with the above refer�nced Policy
concerning disability discnmination in the perforn�ance vf this contract.
18. Mr1VORITY AND WOMEN BUSINESS ENTERPRISES: In accordance with the City of Fort WQrth
Ordinance Na. 11423, the City of Fvrt Warth has goals iar the parti�ipation of minority business
�nterprises and women busaness enterprises in City contracts. A copy of the Ordinance can be obtaizied
f�om the Office af the City Secretary. In nrder for a bid ta be eonsidered responsive, the AF,F�DAVIT
STATEMENT included within tl�ese bid dacuments must be completed and submitted with �e bid.
�ailuxe ta submit the campleted AF�IDAVIT STATEMENT shall render the 6id non-responsive. In
addit�on, the bidder shall submit tlie MBE/WBE UTII,IZATION F[lRM, PRIME CONTRACTOR
WATVER FC)RM, ancUor the GOOD FAITH EF�'aRT FORM ("Dacurnentation") as applicable. The
docurneniatiaz� rnust be recei�ed no later than 5:04 PM, five {5) City business days after �he bid opening
date, TIae bidder shalI obtain a receipt form the appropriate emplayee of the managing department to
rvhom deli�ery was made. Such receipt shall be evidence that the documenta�ion was received by ihe City.
Failure ta comply shall render the bid nvn-responsive.
Upon request, Can�ractar agrees to provide the Owner complete and accuraie infornnatian regaz-ding actual
work perform�d by a MinarityBusincss Enterprise (MBE) andlor Warnen Business Enterprise (WBE} an a
contract and payment thereof. Cantractor further agrees to permit any audit a�ad/ar examination of any
baoks, records ar files in its possession that will subsiantiate the actual work perFormed by an MBE andlor
VI�BE. The misrepresenta�ion of facts {other than a ne�ligent misrepresentation) andlor tha comznis�ifln of
fraud by fhe Contractar will be grounds for terminaiion of the eontract and/or initiating action under
appropriate federal, state ar iocal laws or ordinances relating to false statements. Further, any such
misrepresentation (other than a negligent misrepresentation} and/ar commissior� of fraud will result in the
Contractor being deiermined tn be inespansible and barred from participating in Gity wflrk for a period of
tirne af not less than t�ree (3) years.
19. ADDEI�IDA: Bidders wanting further information, interpretation or clarsfication of the contract dacuments
must make iheir request in writing ta the Fart W�rth Water Department Engineering Services, at least 9�
haurs prior ta bid opening. Answ�:rs ta all such requests will be bound and rnade a part of the Cnnttact
Documents, ar should the bidder be in doubt as to their meaning, the bidder shr�uld at once notify the fotrt
Warth Water Department Engineer.ing Services, in order that a written addendum znay be sent to all
bidders. Any addenda issued wil] be mailed ar be delivered to each prospective bidder. The bid praposal
as submitied Uy the bidder must ve sa canstructed as to include any addenda issued by the Fart �orth
Water Department, prior to 24 hours of the opening of bids v�rith apprapriate recognition of addenda so
noted in the �aid proposal.
Part A f�-7 31 S 3IO2
City af FoR Warth
Rol[ing Hills WTP
Sackwash Supply System
20. PRE-BID CONFERENCE: The pre bza conference %r bidding Can�ractors will be held by representatives
of the Fort W orth Water D�partment ar�d the Consult?ng Engineers in the Conference Room at the Ro]]ing
HiZls Water Treatment PIant, 2500 5outheast Loop 8�0, Fort Worth, Texas 76140 an Mareh 28, 2002 at
10:00 a.m. This confez'ence is fox the purpose of inierpretation far bidding Contractors of Contz'act
Documents, including plans and specifications, for canstructiora of the Praject. Only comrnen�s addressed
i�a subseq�eent Addenc3a wi11 be binding.
During ihe P�re-Bid Canference, one of the four clearwe�ls will be dewatered anci available far inspection
by prospecti�e bidders. Bidders shall provide hard hats and harnesses necessary for entering confined
space are� if they desire to enter th� clear�vells. City wi�] provid� access into the clearwells and gas
monitors.
END QF SECTION
�'a�� � A-8 3i] 31�2
1
,�
l
�
,�
4 (
� �{
L
^��.
� �
� 4
�
1 '
1
� ��
11 � 1
��
I��
1
1
�
1
. �
IM
��� �. �� i
� � �''_
��, r.� ��� ' �
n
City of Fort Warth
Itolling I{ills 4YTF
Back�wdsh Supply System
PR4PO�AL
1 l
i
(This Propasal may be xemo��d from this valuYne di t�e Contract Docu�nents and submitted with the
appropriate supporting doe�.unents.)
TQ: f'raxy W_ �ackson
City Manager
Municipal Office Buildi�g
1000 Thrackrnorton
Fort Warth, Texas 76102
PROP4SAL FOR: The furnishing nf all materials and eq�zprr�ent �d labor and alI necessary app�rtenances
�nd mcid�ntal work to provide a carnplete and operable project designat�d as:
RolIing Hi1ls Water TYeatment Plant
�aci�ities Upgrade and 4fl MCYI7 Expansion
Phase 2— Sacicvsrash Supply System
Project Na. PW77-06077QS10RSd
1'ursuant to the faregaingNatice tc� Bidders, the undersigned Bidd�, hau�ng thoroughly examined the Contract
Dacurnents, including plans, special contract dnct�ments, and the Gen;eral Contraet Dacuments and Ger�exal
�pecifieatians for Water Departmer�t �'rojects, the site afthe pxoject and understanding �he amaunt af workto
the done, and the prevaiIing condi�ions, hereby propc�ses to do all the work, furnish ail lahor, equipment and
material except as specified ta be furnished by th� Ci#y, which is necessary to fuily eomplete the work as
provided in the Plans and Cantract I3ocuments and sub}ect i.o tl�e inspectzan and apprnval ofthe Director ofthe
�c�rt Worth �later Departme�t �� the City of Fort Worth, Texas; and binds himself upan acceptance of this
Proposal to execute a contract and fumish an appro�ved Perfarrnance $ond, Payrnent Bond, Maintenance Band,
BriCI Si1CI] O'�CT �fl21d3, %f any, as may be required by the Conlract 13ocumants f�r the p�rforming and completing
of the said work. Contractor prapases to da the work witl�in th� �irne stated a�d for the foilowing �urns:
item �stima#ed Brief Description of Item
No. Quantity With Unit Bid Price in Words
1 Cc�restruction of the Rolling Hi�ls WTP
L.S. Pl�ase 2— Backwash Supply Systern,
complete, exaluding Bid Items 2, and 3.
Fiv� MilIion One Huncired Sixtv Two
TS�ousand I}c�l�ars
and Nn Cents
per Lump Sum
2
300� * Design, Installation and Rernoval of
L.F. Trench Sa£ety Systern
Three Dollars
and Ns� Cents
per Linear T�oot
Unit Bid Price
in �igures
$ 5, I62.(}00
$ 3.04
I�mvurst
in Figures
� 5.162,OOQ
� �.aao,oa
* Maxlrirus� linearfaotage to br� d¢ter�ui►eed dy �Brdr7er arrd etitered /ere. Li�iearfootage skall sot be Iess xdan 3,000 �.F.
Part S
Acidendum i�3o. 2
C
419142
City of Fvrt Worth
Rniling �iilis W"I'P
Bacicwash Supply System
Item Estiznated Brief Description of Item
No. Quantity With Unit Bid Price in Words
Unit Sid Price
in Figures
Amaunt
in �igures
1 ALLOWANCE for Owner selected
L.S. Applications Engineer (AES) work
including PLC and HMI software
programming services
Sixtv-four thousand, two hundred Dollars
No , Cents
per Lu�p Sum
(Note: Only Inclnde �A ar 4B)
4A 120 A,LLOWA�iCE far Addit�onal Depth o�
L.F. d�rilled shafts required %r Elevated Siorage
Tank faundation.
Fiftv Dollars
�o Gents
per Linear Faot
4B 3 ALL{]WANCE far Addirional Depth oi
�T. Spread Footing required for Elevated
Storage Tank Foundation
Dollars
Cents
per Foot
� ��,�oa.ov
50.00
$
� s�.zao.ao
� 6.�00.00
$
TaTAI.. BID PRiCE (Items 1 through 4). Five Million Two Hundrec� �ortv One Thousand Two Hurzdred
Dollars anc� No Cents �
. (in words}
{$} 5,241,200.00
{in figures)
Within terA (10) days af�er accep#ance o#'this proposal, the unc�ersigned will execute the fonna� cantract and
will deliver an approved Surety Bond and such other bands as required by the Caniract Daauments, for the
faithful p���.,.►�.«��ce oF#his contcact. Ths attached Uid securiiy in the arnnunt a S% is fio beco�ne the praperiy
ofthe City af Fort Worth, Texas, in the everrt the contra�t and borsd or bonds are not executed and deli�vered
within the time above set forth, as liqnidated damages for �e delay �nd additionai work caused ther��iy.
T�e undersigned bidder certifies that he 13as been furnished a� least one set of the General Contxact Doauments
and Ge�.ez�al Speci�cations for Wat�r Department Projects dated January 1, 1978, and that he has read and
thoroughly understands all the rec�uirements and conditions of thase Ceneral Docuinents and the Specific
Gantract Doauments and appurtenatit drawings.
The uiadersigned assures that its emplc�yees and a�plicants for ernplo�rnnent and those af any labor organization,
subco�atractors, or ennployment agency in either furnashing or referring employee applicants to the unc�ersigned
are not discriminated against as prohi6ited by the terms of City Ordinance No. 7278 as arttended by Gity
Ordinance No. 740Q.
The Bidder agrees to begin construction within XO Calendar Days after issn� of the work order, and to
complete the cantract within 480 Calenda�r Days, and to meet the 5uk�stantial Cnmpletion requirements
specif�ed in Paragraph D-15 of the Special. Conflitions (Part D).
p� B B_2 4l91D2
,4ddendum No. 2
�it o� �ort 1111orth
�!I$norit�r �nd V�fa�t`r�n �usiness En��rpr�se ��a�cifi�a�i�ns
�PE�IA�L 1f���'RU�TI��� F�R �i�DEF��
�4�PL��A��04� OF PO.U�Y
4f #h� iat�l d�llar �al�e a# kh+� �oititract is $��,400 or �ore� the MlW�� goat is applicabl�. If lh� tptai doll�r
val�e ai 1h� �oniract is less th.�n �25,�Q0, tr� MlW�E ��al is i��� appiic�l�le.
P�L�CY ��A�E�11��J7
li is tn� ��r����y nf R`r�s �k�y,�� �art V�l�rlh Ra �nsure t�re iu!! a�sd �qu;t��1+� psrElclpatlon �y �u}�rroe�tyJWomer� B�siness
�r�larpo;s�s (M�WBE) �n 1k7e pfocs�rarn���t �1 all go�d� �nd ser.+ice� #0 1t�� �ity on ��ontr�ctuel basis. 1'h� �bjacllue
of �he �alicy Is tn in�:roasa the use o� i��JSNB� �srrrss to a levei c��m�ata��e #a th� av�ll�t�al�ty of A�114V�F.s ti��� pro�+ide
gao�is a�+�i ser�+i��,�s �iirec�ly �r i�[iir�c�ly to lf�� �i�y_ �II fi;�llif�f�M�niS �fk4� rog�l�tions state� G�r lhe �,ty's �urre�t
iUt,���oriEy as�ei V,l��n7�rx ��sir�ess �nterprise Orda�7ance appfj� to #i�is hi�.
MlW�� PR�JE�T ��AL�
7ne �rty's �u1B�lV1+B� �o,'�I �� Eriis prbje�:t is �� o� A� lf�e Base �I[S vt�lUC� af ihe e�ntea�t.
�or���l�rv�� r� e�o s��������a���t��
�n ��ty �crtilr�c#� �f ��5,�Q0 or mars, bkdci�=s are requlretE C� cornplJr watfti �1�s Inters� ai Ih� �ily's nhltiN�� �r�inance
by ei#her U{ il�e follou�rr�4;
1. M��# �� exceed 415� ab�ve s#a#ed MlW�� y��l� or;
�, �ood Fa�th �#i��l [��cumentat��n, ar;
3, Wa�vef d�cum���tatlan.
�UBMITTA�. OF R�QUIF��D f]C��UII��NTATI�C�!
7he appf�u�.t�l� dccumen�s m�,st L�e reco�v+:�l hy aFi� C�h,�naglnc� bep�3�l�nent, wllhfri kl�� lallnwing tifn�s alloeatet�, Ir�
�r�or for #17e entore t�id to �e cansidr��ocf resgansiv� to tkre sp�cili�4'�iior��_
Y_ MlVU�E U1wfi��t�0�1 �arffi� if gOr�l
is re�9� Or �xc�e�Eed;
�, C.o�o.d ��ith �#��,r{ Form and NdN'J8�
4.�iili�atoo�ti �arm. i! �a�lM�:ip�siiar� �s
l�ss lfrar� staied g�t�l;
3_ G�ond ��iti� �#iaR Form af no
�asticipation�
4_ Prir�e �o�i#r��aur V�aiver �s�Trn
receiv�ci by 5:0� p.m,. live (�} ��ky bus�ness da�s aft�r lhe
b�cC op�C�fr�g date, �x�1us��+e af lhe bid op�nln� dale.
reoeiv�d by 5:00 �.�., EMve (5� �i#y busin�ss days aii�r il�e
bt� opanin� dake, �xck�rs�ve af t�e �id oponln� �ate.
recvlved by 5:�0 p.rn., fiv� �5� Cily b�s�r�e�s �ays afiier lhe
bid o��nin� dat�, exclus�+le of th� ba�i ap�ni�rg date.
received bp 5:�0 p.m.. fiv� �5) �ity businoss d�ys af#er lt�e
bid o�enar�g daie, exclu�4ve of th� bid �p�a�fttg ��te.
FAi�k1R� TD �OM�LY V��TI'� TH� CIYY'� M1W�� OR�INAi+I�E, WII�L f����ILT IN TFi� BID ��IhEG
C�NSk�EFi�D N�}iV-R�����1S1VE TO �FE�I��CA�I��S.
Jkx�y q�i�sti�nS, ple�se ��ntaa# 11�e IUIIWBE �F�icO al (81�} 871-6104.
Fiev. 5l�31�b
� � A�`fiA� �1 M� N 7 1�k
� Page 1 of ,�
�it of Fort 1Nor�h
� I�linarit�r �nd 1Nvm�n ��siness �r���rpr�s� ��ecif��atior�s
� �
NiBF.�W�� �JTILI�A7'M��V
� � � �,�r���l� ��G �`S � r-� . � r i } .��, � OD �.
��n� on�+���ir n,�ar�� �€� aa.��
�w�� ������ �.�`1��� f�'������� �1111 ��� �.�_���� j ����
, , .��cT ro�r� � � {� ic.� n-k-- r�o,,�c� �,�ro�e�� -
'ry'411?�4'f�E �RO,lEC:T{�O,+IL: h � 1 5L'�5'uF= F'L4'kC"�`N"J'rklfU: A{:I�rF:V�;'LT: ' � . � �p _ ]
�! � lur� ta cam IEk� t�IIS ��Frt7F ar� it� entEret w�th su ortiR do�urnent�Eiart and fec�ived b kf�e ManA in �� �r'trner�t
I� Y P P � , Y �' � f�
„�r ��rfare 5�00 p.m. five �*�j �'tty business days �f�er t�ia a�e�in�, �x�l�sfv� of bid op��ir�g �at�, u�rilk �e5ult ir� k�e �i�
�r�g tons��eeed nanYr�sp�r�s�ve to k�i[� s�ec�ffcalfons. � � � . . .
i �
,.e un�iersigned bidder agres� to e�t�r int� a fntrnal a�r�em�nt with E�fe MBE ar�d��r 4VBE f�r�ns #nr vvork listed i� this
�t�d�kle, conditior�ed �p�� executi��7 a� � corstra�t wilh the �it� �# F�rt Warth. T�� int�ntional �ndfor knowin�
�,re�resent��ior� �� f��ts is grour�ds �or �onsid�eatlor� of disquaGJfic�#ic�n and wi�l r�st�l! in t�� bid �eing �or�sidered
r�-fesp�ns�ve to spe�i�iG�Cians. � �� - - �� �. - � - ' . -. � � �
�1 �otr�pany�Nam�. �o�#a�t CVama, C��ti�ad
Address, ar�d Telephane No. �.
.. � _ . _ � �� .0 ��
� # d
r
V
� - --' ' ' � � S I
.I � �a�k.r4a k�
�..��T� _ ��x .����� .
: .��1�� s ?4 `75�,d�
_� �� �_� ��o � �
�� .
��L.C�rr�� �'i�w�r�
I�, r� � C��a r s` r+�: .
���� ����� C�r�• - -
.�, �--,�' , T7� ���� �_. .
— 7��'� � � �� � �
� � i � �� � ���,��. �,
. �� s�G
�
�SpeciFy Ail Cor�tractir�g
5cop� af LM'oric �")
���� ���
��� ����
����� r � �
,
��- . L ������ � x n �r� � �,
� ��7� � �� a ���i�l� � �� X �
.,,�(� r► n � � �-, r� �� � � � Co r� �-n� � �r
Specify AIE I#�rn� #O be. ' -
. . ��ppl�e�E(')� _ � _ �.:
� ' ' � L
_ . � Q�
- �3-_.:'� _'k.�__ " �} 1—
������� �
� ��
� ��
���
�D�IIa� Arnount
��0,��0
� ��+�0��
� ,�a I, ���
�r T.. �--- ---- -- ---� - - •- ,. �. �.. - _ .
M+�N��s rri�,s! he Jflcat�d in t�e $�filne� E�un�y markatpJac� pr Gufr�nk�y �4ing k�uskn��� ii1 !he marke��l��e �# Ihe tJme of bad, I
� TA CdClf}" �rl $re,�S ifl W�71Ch M1�1�B�'S �fe #o be u�fl�zad andJar Itams IA be 5up{�]led; �
_ �rlrylt[� �isCIR� Ot Gk�f[i5 t0 �C 5LIppIIt� �S I"�CjUIfE� ][1 OFdC� �6 f'6C8�Y9 CdQ�F� �6W��[I iR6 i4RiWflE L]�3I. -
��9��li�+C�C�7'�pY ��bpi�,
�
l'iar. Means �ha kev4] of subco�[racCf�g belnw Ihe prlme �ar�iraclGC+cans�,li�ni, i,e,, �+tlrpcl payrno��
#rom !he prit�� �onkra�tor to a sub�o�lr��lor ia considofe� 7s" tlor, o pnyrneflt hy � subctintrar.kor ko �
I15 su�p�ier is cons�dared 21° tier.
r�#1S rORM MkJ�T �� REC�IV�a �Y TN� MrANA��A2Cx E��PARTNI�NT SY 5=0Q p,m,, �lV� (�a� �17Y Bk3511d��$ pAYS AFT�R �a�
OP��i�G, �](C�U51VE QF TH� 6kD QF�NI�G dATE
Rev. 6t��18
P�g�s 1 and 2 of }�ttachrnent �.A musk ba rc3�eiver} by the i�larsa�ang DeRartrnertt
�
� ►I
Id
��t of �or� 1North
E�fina��ty �nd 1xVamer� �u��ne�� �nt��pri�e �p��ific�tior�s
fU�BElW6� 11T1L1��4T��1�
Compan� Name, �ortSae# fVame,
,4d��Qss, and '�ei�rpk��ne No,
CartiCed S��eclFyA�i Co�tfattir�g
� .� 5cape �i Y�lark �'}
� u�
K
z ��
��-- ,.� - - -
I �1 ��� ti r�
� � � � ����
- z �,C. � � �' � , ��.�P��—�
�� � ��� �� � ��a�� �
�������� �
� �.��, � �� ��
� _��� � �- -- -_
�� -�� ��,.�x -��
�� �� � � � y�+� �
� ����
�� .� -'
����������
J�C���,a� �-- �
��� � ����� �
��ec�fy J�lG Iter�s to be
�upplle�{`}
� 4
��
� ��
'��
14TTACNI�M1E�T 1A
F'age2pf�
aoJlar A�nount '
�
� ���
�
� �oS�� � �
� . _ � � ' -�
hB 13i�d�r f�rrtilOC �grees ta p��virt�e. directly to tly� City �r�an r���o�t, c�m�leto �nd accurate informatlon re�arding
�lal woric pofformed b�+ �iE sub�ontr�ctors� ir��l�ding h1�BE(s} andfor 1�V8�(s) �rrangerr�ents subrnit��d with this bid.
��dder �Is� agr�t+s to �Ilq,ru ar� audrt �r�dior �xamir�at�t�n �f any bo��Cs. records ant# flles held b� tlse�r com#any that
ri�l s�bstaflkiat� khe ��#ual woek p�rf�rrned �y the A7���s) a�df�r W���s� or� t�fs co�itracf, by an au#ta�ri�ed a#ficer t�r
**�al��o� of kh� City, Any in#er�t�on�l an�Jor kn�wing rnisrepresentatior� of [�i�ts will b� grourtds fior t[�rr�ir+�ta��g the
�� tra�t qf �ebarmer�t from �ity work f�r a perfod af n�t �ess than thrae (3) years an�l F�r ke�ik€atGng act3or� und�r Federai,
...� or �vcal i�t�+� concefn€ng f�lse st�tefn�nts. Anj� fall�fe to c�m��yr wftt� this ord�nanc2 �r�d �re�tes � m�ter��l
ra��h of confract may r�su�t in � deterrninatior� of an i�respon�ik�le offer�r an� i�arred f�orn parl�cipating k� �Mty wark
� �a perlad of tim� r7ot Cess than one (1� yaar.
1�1'�� M��s and V�IBEs MU�'I` �� ���2TI�I�i� �iY TFiE ��7Y BEFORE �ONTRA�T AVtilAR€]
� �---� � �� � � _� M � �� � t�f � �'�+ �J + Oi � �� � � • — -
� oriz�d �igna#ure � Printed Sigr�at���
�f ��w��+'3� ,�C� �G l ti �- ��` u � �'�. ��' , ��`�o��'�c�r��`
�� C�ntact #Varfie ar�� �'itle (if diFferent
��� � � l D r� S }Y' u.. � .�Y� �-._,�_ �I � � -- � � -- �� �S � --
ompatty hfarne f �elephnne �l��ber (s}
�, � � ��� �r� �� �. - ��� � ���� _
�.
. ress Fax 1Vumb�r
�Gr� �`�SI�s' .
� .+S#�teJZip �ode
I � �7'�1�� � � ��D�-
� . �ate
�
. H!S FDRNt ��15i BE RE�EtVE� ��' �F#� r+tANAG�NG C����4RTMEt��` BY �:�a p.m., FIV� [5) Cl�Y BIJSINESS AA'�5 A�1'ER aIQ
� OF�NING, E}�CLU�IV� OF TtiE �In ���Nl�1C DAT�
�� Ftev, 6��.r3�
P��o�'1 �r�� � nf Akkachrnent �Amus# be rr3�eived b�r the �1ari�g�ng Repar'tr��nt
�
A�TId���-CM�h�`T 1 �
Page 'I oi 1
�I� �� �O!`� ��rt�l
Nlinor�t�} and UVomen �usiness �nt�rpr�se �peci�i�a�tions
Priir�� �o�#r��t��' 1�I��iv�r
I�rim� �ornp��y N�rne
�i� �p+�Mtiir�g Date
y�ur E�usine��.
Project N�m�
�r€r�ec# �Jumb�r
lf #�otF� �nswe�s lo �nis form are YE�, do not coir��let� J�k1rtA��'IM�i�,1T ����oo� FaEt� �f��rk F�rtmj.
A!I qu��twons or� thi� fiorrn m�st bo cnrnplated ai�d a�i���iEed ex�lan��ian �xrovid��f� i� ��p�l�a�le, 4f
t�e �tt�sw�r k� �+i#her questkor� is NO, then yr�� musk �omp�e#e l�TTA�H�11�N'F '1C. T�7i5 forrn is on�y
�pplica�le �f k>ot� answ�r� ar� yes,
�ailttrt� tn co��lotc� t�is farm i�7 its entMrel�r arr� be rac�9ved �y if�� Manaair�� �]e�uarkrnent nn ar
bofnre 5:00 p-m_. fiv�5} ���v busir�c�s� clays after bid a�e�i��, e7ccl�skv� �� iltis k�id opening d�#�,
w'ill resul! M� the #�it# b�riiig consi[I�red �ion-tespo�slve to k�i� sp$cific�t��ns.
�V�II you �e�forrn this �ntire contract with�ut s�%c�ntrac�ars'? �fes �#o
If y�s, p�l�ase prov�c�� a detait�d exp�anati�n #hat prov�� b�sed an the �i�� ar�d scope of
this prvjeck, tt�is Is �our �ormal �u�ines� pract��e �nd pr�u�d� an aperati��ra! �r�fik� o#
Wi41 �+ou perf�rrrti this et�tire ca�tr��t with�ut �up�aEiers7 _�fe� h10
lf �es, please ��ovide ��etailed e�€pia�t�tion that �r��+es based �n #he size and scope of
this project, this �s your n�rmal I�u��iness pract�ce and pr�vide an �nventor� pr�f�le o�
}+our busfrt��ss.
3F�e E�idder fu�'th�r ageees to prouide, c�irectly to ihe Ciky upon reque5t, ��mp�er� and �ccur�te
in��rer�atGon regarding �,c�ual wor�t p�rforrrted by afl su�conrractar5. incF�dir�� MS��s} a�df�r
1fh�SE(s} on #F�i� �ontr�ct� the pa�r�'n�r�t th�rr��ore and �ny �Sroposed �I1an�es to tho orig��a! M8�(s)
�r�d�or YIfB� {sj �frangern�k�#s s�s�mftted wGth this bi�. Thq bidder �Is� �gr�es to alfaw ,�n �u�4t
�nd�oe ex�rn+na�ian of �r�� haoks. records �nti frles held b� t#�el� company t#�at wlll �ubstant�ate
the a�tu�E work p�riormed by #t�e MB�{5} �nd�ar IN��{s} an t#tis �ar�trac�. by �n auk��orized +�fficer
#r orn��C�}��e o� the City. Any intentior��l a���or knowin� mfsr�pr�ser�t�ti�n of facts v�rill ��3 yrn�nds
for terrrkin�t�ng the �o�ttract ar debarment fr�rn �ity �vork far � per�o� of �at less thar� t�ree (3j
y�ars and f�� i��itrafing actinn t�r��er Fed�r�l, Stat4 or Laca� I�ws coneerning fa�se st�tem�rtt�, At�y
failure ln �omply wlfh this oedi��rkce and ��`eates a m�#�rfal breach af �an#ra�t �'n�� r�sulk in �
deto�'rnit�afi�r� �f an rrr�spor�sible of�eror �nd bafrt�tf f�ror� p�rt��ipaf�ny in Ciky +,vork for ��eriod �f
tirne nat 1�3ss than one �1) year.
Au#horrzed �ignature
T�tl�
Compa�y Narne
�lddre��
Print�[� �is�itia#tire
�vn#a�� hia�n� (i� dif�eren�}
�onta�� T�iepho�� �um�er (s}
Fax hlumber
�av, �r�r�e
�
„�
— — .—��
A�7`ACHIVlEN7 'l�
P��� 1 of 3
�1$]f �� �OI'� �D�'�i�
IVlinori�� and 1N�men ��sine�s Enterpris�
C��D �AITH �FF�F�T
�r�R��e Carnpany �lame
0
Pr��eck Ndme ro��ct urra sr
�If y��u ftave [alleri ta s�Cura MtVlt�� �ar#i�ipatloe� and yoti� havo subcanlracl`rng andfor s��apl�ort o�rp�rtut�itl�s ar lf youf �
I45fB� partick�atlo�� i$ Eoa� than ik�e �Ity's �roJ�ci �oak, you m�st com�lele t11is form,
1� the bic#€ie�'� m�thod of compliance wi�h �he M�WB� ga�l is bas�d �par� de�onstra�ion of a
"��od faith effo�k", tl�e bicld�r �rvill have �h� bur�i�n of c�rfectk�+ and accut'�tel�r preparii�g a�d
su�mitting #1�� do�un�enk�tion requir�d t�� th� �itJr. ��mp�iance +�rith ea�tr item, 1��ru �u f��l�w,
shall s�#isf� th� G�od �a�th E#for� �e�uireina�t� abs�nt �r�of of fra�d, it�tentional ar�dfor
kn4v�ring rr�i�represer�ta�i�r� t�� facts �r i�ter�tional �#is�ri�nin�tion by the foidder.
��� ����
� � ri f}
��i�ure to c�mplete this f��'rrr, fn fts $fl�iF$�� wi�l3 sup�ortint� document�tion. ar�d r�ceivect by the
lUlana�ing Dspar#rrtarrt on v.r befure �:��1 �.rr�. f�v� {5� Cit�+ busrness d�y+s aiier bid ��[�a7ing, exc�usive a# �Md
o�en�ng date, wiil result in tk�e f�id beiny ��r��id�r�t� no�x-responsive to bid specificati�ns,
1.j Please lisl �acf� and avery subcontra��ii�� a�d�or s�pplior o�portunity� i17� I��T L1�T C+IAM�� 4�
FIRM� wf��clti wiEl k�� used in kEt� cornp�e#��n of tY�is proaect, reg�rdless nf wh�th�r ik Ss to be �srov�ded
by a IVI�tiNB� or r�oR�- MlWBE_
�ils� at�tf�fioira! sf�e�[s, if r�ec�ssary�
l.ist of; Subconkr�ctin� Oq�ort�nitEes, L.isk of: ��vlfer Q1�Ivortr���ities
o�,.� �r�+4a
ATTl�C H �!E ��lT 'I �
P�ge 2 �i 3
2.� Dld you abt�4n a��r�ont list �f M�tiIVB� firms from �}ie �ity's G41l�lBE Of#i�e7
�ortti�lkance, �F rt f5 nok rnarc #a�a� 3 mvinths old �rarn #h� dake of bEd �penin�,
Yes
�d �
*fes li yes, att2��#� MNVB� m�il listir�g �� inc�ude r�ame �f firm a�d �dd��s� and a cla#ed
��� copy �f Ictter �'nail�d.
'�l�e Itst is c�nsi�er�d in
Date af �isting _���
�.} �rd �ou so�ici# I�ids from �1�V��� fGrms. wEthiR� th� s�ab�ontr�cting a���o� 5u�plie�' �r��s pre�+lousiy
listed, at l�ast te� �ale�tdar ��ys prior in bad o�on��� �y m�ii, exclusive of 4he da� �he 1�ids �re
o�er�ed�
4.) C)id yau solac�t bit�s fe�rn �JI�U�B� fir�ns� w}thin tf�e su�contra�#Eng �r�d�or sup�lwer areas pr�viausly
Ik�ied, at le�s� �en c�lendar days pr��r to �id c��ening b�+ tele#�hon�, ex�l�slve af th� �ay t�e bi�ls ara
open��7
,��s �t }+es, �tk2��h lisi to inc��cio ��me of M�Vtil�f� ��r�n� �� r��n a�r�#ac�ed.
~�o �hone r�umb�� 3nd �ate ar�d t�m� of conta�#.
S+#�1'�: 1� fac��rni�e rr��y be uset! ko �om�l� witY� ei�her 3 or 4, �ut �x�ay i�ok be used for both. If � fa�s�f'rtir�e
i� used� att��h #F�e fax conf�rrnat�on, whicY� 4s to �rovicie l�hJ1�BE �am�, date, kime� fax r��r���r �nd
documer�tatian �axed. _ __
— �
�Ib�E: If ��I� G�st �f 1�14f4V�� ks ken oV+��� f5hr�o e#h� ken, tho �it�d�e�mu�st �� tactai�le�xst twt� t3} dslo#
[�ue5#io�s 3 a�d 4. I� a�3c I�s# of k�ll rrt
th� last buk r��t iess th��ti tex� #a b� in �ornplian�e with c�uestto�3s � 2�n� +�.
�.� Did �o� �rovide pla�s ar�d spe��ic�iians to p�tontiaG [��WBEs ar �nfor�na�ion rega�dii�g the I��atian oF
pE�1�s and sp�eific��ians in orde� t� �ssist the NI�1�l��s?
Yes
hi o
fi.� 1f MlW�� bids w��'e receiued and rejecte�. Yo� �u��:
('4} �i�t th� �Jk�Vtif�E �lrms an�# the reason�s} 4or e�j�ctio� {f.e,, q�otatE�n n�l corn�ne��j�lGy reason�ble,
�ualirtic�tjons. �kc,� and
��� Ak#�c1� 2ff�d�vi� �r�d�or docurne�t�tivn to sup�or# t�� r��son�s) ti�sked 4��I�w �M_e.. �ot�ers, m�rn�s,
bitis, talepFtor�e �a115, me�lings, ek�-}
{Ptess� use add��ron�_f s��efs �fr��#essar , ar�rl�nach.?
Comp�ny N�me �'e��phnn� C�n���t P�rson � $c�pe of W�rk ��e�iior+r
�
� }�,DD��I���� �NF�RV�IIATI�N=
� �
� � !
Ftav Al2�R
�
�'
AT7ACMNiEI�T 1�
Page 3 af �
Ale��e }��ovlt�e additf�nal information yo�s ie�E vwill fu�ther exp€a�k� your Q�od and hanest eifi�rt� to �btait�
M�WBE p�rticipatic�n on thfs pr�ject.
Th� bidder �urt�ne�- a�r�e� to provi��, dir�ctl�r �o the �i��r upon �-equ�s#, com�le�e �r��
ac�ur�#e i�formation reo�arding a�t�,al v�rork perfor��d an tk�i� can#ract, t#�e paym�nt
thereof ar�d ��� propo�ed �I�as�ges to th� origir�ai arrar�gerr�ents subrnitted v�i�h #hi� �sc�.
Th� �idder �I�� agre�� t� a�llow �r� audit and�or e�car����tion of a€��r boo�Cs, records and
fil�s he�d �� thel�' compan� th�aE will suk�stantiate th� actual w�rk p��forrr�ed or� t�i�
�a�t�a�t, b� an aut�or��ed offi��r or empjo�e� of �he �if�r.
Ar�� int�n#io��al ar�d�ar k�iowin� misrepr�senta#ion of f�ct� wil� t�e �ro���� for
t�rm�r��tir�� #h� co�#��ct o� debar�n�r�t #r�m �it�r w�rk �or � peri�d �� nat less t�an three
{3) Ye�rs a�nd fo� �n�ti�t�ng �ction ur�d�r F�c�er�al, �tate or Loca� 1�ws concernir�g fal�e
s�at�men�s. An� fa�lura to �ornp�y wiki� �f�is or�in�nc� 2�r�ci crea#es a ma#er��! breac� of
contr�ct m��r resu�t in a d�termFnatio€� of an irresponsib�� afferor and barred from
partl�f�ati��g in �it� �nror�C fn�- a p�rioci o� tirt�e n+�t less th�r� ore� (1 }�r�a�r.
�he und�r�igned c�rtifies th�t t�ne �nf�ormatinn p��vi�ed and �i�� Mf1������ lis�ed
was�w�re c�nt�cte� in �ood fai�h. Mt i� �r�d�rst�od t�at a��r M�1�lB���� listed i�
Attachment '�� �nriil 1�e cor�ta�ted and th� re�sn�� far ��t usin� �i��m wi�l S�� �+erifi�d b�r
t�� �i�y'� �111+VBE �ffc�.
A�t#�o�iz�d Si�r�atk�re
7itl�
Corrk}�a�7y i�ame
A��ress
�i�ylStatsx�ip
Printe� Si�n��ure
�ontac# F��me an� Tik�� �Gf different}
7ele�l�or�q Nurnb�r[��
�ax h1�mb�r
Dat�a
Fii,Y. $+��R
���� �
V _LJ�� 11��� L�,I � �� 1 ��,k \ �
I_J
PART � - G��ERAL C��DITiO��
TABL� OF CQNT��TS
�OV�MBER. �, 1987
TAH�E �F ���TE�T�
CI-�
C1-1.1
C1�1.�
CJ.-I.3
��.-�..4
�x—�.�
�1-1.G
�1-1..7
C�-�.8
C1-1.9
�1-�.�Q
�1-�. .11
�I-]..1�
�1--� . 7.3
c�--i.xa
C�-1. ].5
C�-1.XG
�x—�.��
�I-1.18
e �.- �. . � 9
C].-�.�4
��-1,�1
�1--�, 22
����.��
�1�1.24
C1-�.�5
�1--i . �6
C�-1.2i
C3.-1. Z�
c�--� . z�
CI-7.. 3�
C�-�.31
��-3..3�
DEFINITi��S
�ef i�iti.on �� T�rms
�o�tract ��c�ments
I�o���e to �ids��rs
P�apas��
9�d�er
G�n�r�� �onditians
spe�ial co��iti�n�
Speci.f ic�t�ons
Bond
�ont�a�t
Pl��s
Cit�
�i�.� ��un�i.i
hS�yor
City Man�ge�
�i.ty' ?�ttor��y
��--�
C�-1
�l�l
�1-].
C7.-1
c�.-k
C�.-�
�1-�.
C�.-X
�1-�
�1-1
C1-1
C�-1.
�1-�
C1.-1
��,-1
��--1
�i—�
C�--1
��-1
�1—�
�1�1
�1-1
C1-�
C1-�
�l-1
��.-i
�1-�.
��.-1
c �. -- �.
C1-1
�i-1
(1�
t�l
f�)
{2}
L2}
{2)
{2J
(�)
i2}
(3)
(3)
{3)
(31
{31
f3�
�3?
{4�
c��
(4)
{�)
���
f4}
{4)
{4 }
��}
�5}
L5 }
(6)
Ib�
c��
(6)
�6�
��--�
C2--2. �
�2-2.�
�2-�.3
��-�,4
C2�2.5
��-�.6
�i����.or of �ublzc Wo�ks
Da.�r��t��, �ity Wa�er ��pa��mer��
En��r���r
�ont�ac�or
��r��i�s
�`he Wax� �r Proje�t
���iCi13C� 17�]I
�a��ndar Da�+
L�c�a� Ro7.iday -
A�}�r�via���ns
C�ange �rc�er
Pa►red �tre�t� ar�+� All��s
�7npav�d ��r��ts $nc� A11��rs
city streets
Roadway
Gx�av�� �tree�
Ii+�T�i��l��i'AT�Qi� A�D �R�P�I�ATIQC�
0�` P��P�SAI2
Pxopo��� �"��r�
�nt�rpr��atxan �f �ua�tit�es
Examinatior� �� Cor�tra�t D�eum�n�s
and Si�e
Su�mi�t��� of Propvsa�
Rej��ti�n �� �x'o�osals
�id �ec�r�t�
C2-2 (11
��--� { 1 �
��-� (�}
�2-�2 � 3 �
C2-� {3}
��-2 (3}
i�1
����.7 b�1i��r� o� �r�posal
��-�.S �it�drawi�g Proposa�s
C�-�.9 fie�egraphic �a�zFxcati�n �f Prop�sal�
c�-�.1� ���X�� o�en�n� of �r���sal
��Y�.11 Irre��lar Prap�sals
C�-�.i� �isqua�ific�tion o� �idders
C3�3 ��A�� A�� ������ION p�' DO��MENTS
�3-�.l ��nsiderat3.�n �f �r��osaxs
�3-3.2 Mi�orft� ��si��ss ���erpis�
Worn�n��wne� �us�nes� �n���pris�
��-�.�
���3.4
C3��.5
C3T�.6
�3--3 . �
C3-3.6
�3-3.9
C3-� .1�0
�343.11
C���.��
C�-�� . l�
�3-3.1.Q
C3-3.�.5
�4-4
�4--4 . 1
C�Y4.�
�4Y�.3
�4=4.4
C4-4.5
C4-4.6
C4=4. 7
C5--5
���-�. �
�5-�.2
�5-5.3
�5--5.4
�5�5.5
�5-5.6
��-5.�
�5-5 . $
��-�.9
�5�5.14
�5-�.11
�5-5.12
�5-5.1�
�S-�.1Q
�5-5.�5
CSY5.�6
��-5.�7
C�-�.18
�pm��i��C�
��ua� ��p�oyroent �r�visxons
���hdr�w�l �f Pr�posal�
�w��d af ��n��a��
R�tt�rn �f propnsal �ecu�i�ies
�or:��
Exe���ior� o� Con�rac�
�'ai�ur� to Fxec�t� �or����ct
�eginnir�� �ork
Insura�ce
���traci:or's �k���.���i�ns
4���k1� Pa�ro��
�ontra�tor "s C�ntrac� ����r�xs�ratior�
Venue
��QPE OF �+JOF�fC
Tr��en� of �ae��ract I]o�uments
��e�ial �r�v�si�n�
�r�c�eas�c� or �e��eas�� Q��nt����s
Alt�ra�.�o� o� �o��ra�� Docum��t�
Extra Work
Schedu�l� �f Op��ea�iqn�
�rac�r�ss ��hedul�s �or wa�ez ar�d
�ew�r Plant F�cili�ies
�o�v�r�c�z� �� w��� �rao �t�a��:�����
Aut�oLit� caf �roc��neer
Car�f�rmity wi.�.i� 1�l�ns
�oordi�atio� ofi Contra�� i�o�um�n�s
�o�perati,nn of Contracto�r
�m��c�e�cy andfo� �t�cL'i�ication V�ork
�'i�1d 0��.�ce
�onstruc��on Sta.k�s
A�tho�i,�y and �uti�s a� Insp��tors
�rss�e�txor�
Rc_�nava� of Def�ctiv� and �na�thori.�ed �orl�
S��s�itu�� [�Sat�rial� �r ��uigme�t
Sam�1�s and T'ests o� Mate�ials
�Lora�e �f P�at�r�,��s
Existxng utructur�s �r�d
�nt�rruptian �� S�rvi��
�lutual �esponsib���.L�r of
Cle�inug
�'ir�a'1 �r:sp�ction
[�tlll�i�6
Con��a�t��s
C2�2 I4)
��-2 (�1
��-� i4}
��-� i4}
C2�2 (4}
C2�2 (5}
��-� i�1
��-�
�3�3
�3��
�3-3
C3-3
C�,�
C��3
C3��
C�-�3
C3-3
C3-3
C3-3
C3- 3
C3�-3
��}
I�}
�2}
�2}
f2?
(2}
(4l
�41
{4�
(�)
{7}
�7}
��1
(81
C4-4 �.1)
��-4 f I )
C 4 -- 4 { 1, )
�4�� {21
C�--4 { � �
�4T4 {�?
�4--4 { 4 I
��-5
C5�5
C5�5
�5T5
C5--5
CS--�
�5-5
��-5
C�-S
C5-5
C5--5
�5-�
�5�5
CS-5
�5-�5
�5-5
C5-S
C5-5
{ll
{1�
{2)
f2)
L3}
{3�
f3)
f��
(5�
f5J
�51
(�}
(�}
(7}
I�?
�S}
�8}
{9)
��}
c�-�
C�-6�1
�6-6.�
�G-�.�
�G-G.9
C6--� . 5
��--G , �
C�-�,7
C6-�.B
Cb-�.�
C6--6. �0
Cb-6.11
C�-�.1�
C�-6.1�
c6-6,��
��--f .15
�G-6.1b
��-b . �7
�6-�b .1�
�G-6.19
��-�.�U
�6-fs. �1
�7-7
�7-7.�
�7-7.�
C7�-7 . 3
C7-7.4
C7-7 . 5
�7-7 , �
Ci--7 _ 7
C��7.8
�7--7 . 9
�7-7.��
�7-7.11
�7-7.1�
C7,7,].3
�7�7.�4
�7-7. �.5
C7-7.�6
C7-7,17
����� �ELAT�O�� ��� ���Lx� ��seo����Yr����
��aws �o b� ��s�rvea
P�r�i �,s a�� Gicer�s�s
Pakent�d Devi�es, M��erials and 1�ro�esses
�an�tary P�ovision�
�ublxc S���t� ��d �a�v��i�n�e
�rivileg�s o£ ��ntra�t�r �n 5��e�ts,
2�11�ys � �r�d �ic�ht�af-`,��y
�t�ilway ��ossin�s
�arr��ad�s, �Jarnirtgs arid Wa�.ct�r��n
Lise �� Exp�osiv�s F�r�p W�ic�h�, et�.
work G�itY�i�s Ease�tents
��,d���n�e�t� �on�ract�r
�on�ractor's �t�s�onsibility �a�
Dam��� ���im�
Con�ra��o�'� Claim �o� Damag�s
�c����t�nen� of �t�lo�atian of Put���.c
l�tiY�.ta.es, etc.
�emparar� Se�rer Drain Cor�n�c�.i�ns
Arrar�c�erner�t �n� Charg�s of 4���er
F���si.�Yte� �-�y C�ty .
Use of a��,Ati�n �� f'ortinn ot the �vrk
��n��actor`s �es��nsa.biii�} �or Wo�l�
�I� WaivRr o� �,egal �xgh�s
P�r�or�a� Liability af Put�lic Of�i���ls
State Sa1es Tax
�ROSECEJTY�N A�i� PNOGR�SS
Sub��t�ing
Assic�n��r�t of Contract
�rose�ut��n o� t�ie i�orlc
I.is�itati�r�� o� �p�ra�i�ans
��rarac�er �f W�r�C�an ar�d Ec��tiiprn��r�
�Jo�k ���e�ule
'�`im� �� �orn�r��ncement and �om��e�i�r�
Ex��nsi�n o� r_i�� a� ��r�pletion
�]�lays
Ti.�� oi ��mP].eti.o�
S�tsp�r�si�n by �ourt �rrl�r
Tem�orar� ��spensz�n
"r�r�ninatiar� of Contrac� �ue L�
�at�ion�l ��nerg�n�y
�usp�nsi�r� of Abandonm�r�t �� the
�4o,�k an� Ar�rsulm�n� o� �ontr�c�
F�l�kllm�n� o� �vntract
T��minatiae� f.or Con��r�����e �� �k�e pn�er
�af�t�► �S���r�ds and �r�ctic��
C8�8 M�ASz3R�NSENT AND �AYE�Et�'�'
�B-B.1 t����ur�rn�r�t af ��ar�t�ti�s
CB-8. � 1i�1�t Pr ��es
��—s ���
�b-6 L�}
�G�G �l�
C�--S f � �
Gb-6 L2}
Cb-�6 � 3 1
��-6 (A1
C6-� I4)
C6-fs ( 5 )
C6-6 (6}
�5-b {�)
���6 (�1
�C-� �].�1
�6��i ( �.0 1
�6-b (10)
C6-b �11�
C6-6 (11}
���6 ill}
��-5 {121
C6-6 �12)
C6--G (�2)
�7-7
�7--�
G7--7
�7-7
C7-7
�7--7
�7-7
C7�-7
�7-7
�7--i
�.�-7
C7�7
Il)
L�)
�11
{21
(��
I3�
t4)
i4}
(41
{�1
(S}
{6}
C7-7 (7�
�7-7 L71
C�-7 L9}
�7-7 { 1� }
C�T7 ��3?
C8-B {1�
�8--8 ( � }
L3}
�8=$.3
CS-8.4
�8-8.5
�B-8.G
�B-8_7
�8--� . 8
��-S_9
C8R$.10
�8-9.��
C$-9_i�
C8-9.13
L��p 5um
Scope o� Paym�nt
P�rLial Eskzma�es and l���air��c��
�i�!tholdir�g Pa}�mer�t
�'ina� Ac�ep�ar�c�
Final P��r�n��t
A�c��a�� �L• I�e�i.�n
Gen�ral �uarar�ty
��bsidiar�+ S���k
Miscallan���s Pla���ent �f �a��ri.��
R��orc3 Documen��
C�-$
C8,8
C8,8
�8�8
�BT�
�8 -8
CS-8
C8�8
C8-S
C8-8
CB-B
(1)
€1)
�2}
L3}
�3}
{�J
��1
(4)
(51
f5}
{5}
�4�
�ART C = �L�ER�L �fl��x��O�S
��-1 DE�I�IT�4��
�E��`���# �lyl D�'��'`i�T�'�TONS
�1--1.1 �EI�'Zt�i�iOi�S �F '��Ft��: Whenevex' in �hese �ontr�ct
�oc�mer�ts t�� f�l�owin� �erms� or ��onou�xs �n p�ace of k��m ar�
used, �h� i����t �nd rneaning sha11 �� ur�derstaod ar�d
�nterprek�� �,s follows:
��,-� .� �Ut�T1���T D��Ut�E�T�: The �ontract ��cum�nt� are all a�
the wr�tt�rt �nd drawe� dvcum�rst�, sttch aa sg�cif�ca�ior��t
bonds, add�r�da, ��,an�, e�c. F which c�ov�rr� the terrns a�d
perfo��t�rt�e o� �h� contract. Th�s� are c�n�ain�d in the
��n��ra�. C�n�.ract Documents anc� �he Special C�r�t�r�ct Do��men�.s,
�. �EC�EI�A� �O�T�A�T D���i�EL��S: Th� ��neral ��r�tra��
f�o�u��r��.s govern aI� i���er 17�p�,rtmer�t Praje��� and
�nclude �.he �ol�ow�,ng i�er�s:
PAR'� 1� -- NO'�Y�� T� �IDD�EtS t�a��x�.��
PAR"� � - �i��PQSAL (�amg�e�
�AR"Z` C -- �Ek�I�RA� C0�1�IT�ON� (CY'7.'Y1
' 'f�evelop�r}
���� � - ���c��� ������r�o�s
�ART � - �P��if���ATZ�E�S
���r�x �r sl ��s����frs
�ART F - HO�I�]S �Sa����}
P�iRT � -- CO�TRA�`� � SampXe )
Whit�
W�i��
�ana��r '�e11�w
Brown
�r�er�
E�-whi�e
��-Go].c��n �03
��A-�hite
B�ue
W�iite
W�3�t�
b. 5P8C.�AT� �Oi�'�RA�T DO�i]�i��]�`S: Ti�� �pecia�. Con�ra�t
r�o�um�nt� are �.repar�ci �or �ach specif.i.c �r��ec� as
a sup�lemerrt to �h� �en�r.al �a�tr�c� Documen�s and
i.r��7.ude L•he ��11owi�g i�er�s:
�Ai�'F A -- ��TI�� '�`0 BIDDFR�
abo�t�
�7�RT � - �ftDPO�A �, L S �d �
PAft'� � - �E�]FRP►� ���]E3I`�`X�t��
PAR'Z' 1] - SPE��A� C�N�I'�'�0��
P�.R'� � - �P�C�FTCA'1'IO��
F�RNiIT�f EA�Fi�1E�1T�
�#R'X` F � ED#�b�
��►��r � - ��r��r����r
{Arlvertis��ent� ��m� a�
��f2T H - FLAI�S (L�su�11�r ��ur�d s��ara�e�y}
Cl-� {�}
��-1.3 �O�I�E TO BxD����: A�l �f t�� I�gal ��b�icati�ns
����e� �c��a��� ���l�s��� in pu���� advert����g ���i��s or
�ur�is� �� �x��ct �� i�����st�� p�i�z�s p�r�ainin� t� k�� ��rk
can����ia��� und�r �he �ontrac� poc�m���s co�s����tes th�
n��ic� to ��dde�s.
�X�1.4 ��OPO��L. Th� ca��Z�t�d wri�ie� and s�gn�� �€f�r or
t��de� of a bi�dt�r �� �er�o�m �he wor� whic� �h� O�ner �esires
to hav� ��ne, t��et��r ��t� the bi� s�c�r�t�, con��itu�es t�e
Pro��s�1, ��ich �ec�mes �x�ding u�an ��� Bid��� w�e� �t is
o�ficaa�ly recei��� b� �he Owner, �as b�en g�blic�� op��e� �nd
r�ad a�� rtpt r�jected �� the �wner.
C1-l.� BI�DE�: An� �ersp�, ��rsons, fir�, �artnersh�p,
ca�pa��x a�so�x��io�, �or��r��io�t a�txi3g ��rectly �� �hroug h
a��ly a�thor�x�d ��pres���a�iv�F s��mft�xn� a pr�posal �ar
performi�� the wor� �o���m�X�t�d �n�er tl�e �ontra�� Dacum�nts�
�a�stitut�s a bi���r.
C�-l.b GE��RAL �OND���O��: ��e �en�ral ��nd�tians �re �he
usua� const���tio� and contr��t �eq�i���ents ���c� qovern �he
per�ar�an�� �£ the �or� �� t�at it wiZ� b� car���d an in
a��ordan�� with t�� c�s�o�ar� ��oc�d�r�, t�e 1oca� s�atntes,
and r�q��r���n�s of �h� Cit� o� F��� �orth'� c�a�ter and
promu��ated o�din����s.
Wh����re� �h�re r�ay }�� a cor�f��c� ��tw��n the �����r�l
�ondit�o�n� and ��e��al �ond��ians, �.he latt�r sha.�l t���
�r�����r��e and s�ra1� gov��n,
�1--�.7 �PECIA�. COi+ID�T�ON�; 3pe�ia� cons��tioe�s are the
s���ifi� requzr��t�nts whi�h ar� necessary �or th� particular
��eoj�et co�r�r�d �� th� Contz�ac� b�eur��r�ts and no� spe�i�i�a7.1�
�av�r�c� in �C�e ����ra� Cor����,�or�s. V�}�en consicier�d vrith th�
G�n��a� �ondi�.iqns an� ��i�er �lem�r��s o� ��� ��n�ra�t
bo�um�nts th�y ��o��d� th� fn�orrnati,�r� w�ich �h� Cc�ntra�t��
an� Ow��r �i�ou�� ���re i.r� ar�e± �� gazn a tt�aro�gh E�n�w�e�ge ��
the �ro�ec�..
�l-1 . 8 �PEC����A�'IOt�S : �he 5���� f i�ak�.�an� is �h� � s�c� �on �r
pa�t of the �or�tract Doc;�m�n�.� �hfch ���s fo��h in d�taz� the
r�q�ir�m�nts wh��1� m�st �� rn�� by a1.1 mat�ria�,st ���;struc��.on,
wor�trna�sh��, ec��i�rnen� and s�,�v��es in order to r�nd�r a
�or��leted and us�fu� �r�j�c� . Wh��t�ver r��eren�� is mac3� to
star�dard �p��i�ic�ti�n.�, r�gulak�an�, r���irernents, sta�tut�s,
��c. , sucl� r��'err��� �� �o�ur�en�s sh�i1 b�co�� a�art o€ ��:e
Contract �ac�men�s jus� as thou�l3 th�y w�re e�bodi�d th�rei�.
�1�� .� SOND: The l��nd or E�or��is a� � the w�ftt��s g�aarar�t�e v�
s�cur�ty furna.sh�d i�y th� �on��a�to� f�r �t�e �r�mpt anrl
C1-1 f�}
fait�f�� �er�orma�ce of th� contract and inclu�e ��e
�oZ���ing=
a. Pe�fo��a�c� �o�d {s�� �aragra�h C3-�.7�
b. Pa�men� Hond {��� pa�ag�aph C3-3.�)
c. �ainten�nce ��nd (�e� pa�agzap� �3��.7]
d. Pro�o��� o� Bid S�curi�y (se� �pecial inst�uc����s
�o Bi�d�x�, �a�t � and C�-�,6)
��R�.1Q �O�T�A��. ��� �ont�a�� �s �h� �or�a� sign�d ag�e�m���
�e�w��n �h� Ownez a�d the Co�t�ac��� covering th� mu���l
u�d�ratandin� a� �he �wo c��tract�ng pa�ties about t�� �r���ct
to be compl�ted under the �oritra�t �ocum��is.
��-�.11 P�A�S: Th� �la�s a�� th� �rawings o� ���r�d�ct�ons
�here��om made �� the Ow���'s repr�sentativ� s�o�ing in de�a��
the ����ti�n, ����nsian arid gos�tzo� of �he va����s ����en�s
o� the proj�ct� 1RC���Y�� ��ch praf�les, t�pi�al
c�oss�sectio�st �ayou� diagrams# ��r�in� draw��g�, pr�limin�r�
drawiri�s a�d s�ch �uppl�me���l �rawings �s t�e Owne� rna� issue
t� clarify �th�r dra�i�g� o� for ��� �u��os� of �h�w�ng
c�an��s in kh� �ark h���ina�t�� au�hor�a�d by ��� ��n�r. T�e
gl�ns �re u�ual�� �a�nd sepa�a��Z� frvrn o�h�r �ar�s of th�
�o��r��� Doc�men�s, but �h�� are a gart of �h� �oritract
Do�um��ts just �a thou�h �hey w��� bound t�e�ein.
��-1_12 C���; T�� �it� o� ��r� �o�kh, ��xas� a ��n�c���X
c�r�o�at�o�� �u�horized ��� ���rt�r�� un��r ��� ��xas St��e
Sta�u�es, ac�ing by a�� �h�auqh �t� gaveri�i�� body o� its �it�
Ma��er� eac� �f which is requi�ed by c�ar��r ta p��fo�m
��ecific d�ties. R�spon�ibi�i�y f�� ��na� enforc�m��t v�
Cant��c�� ��voZving �he C��� �€ Fo�t �orth i� �� �ha���r
�est�d in th� �ity �a����r. T�� �erms �zty and Own�r a�e
syno�ymous.
�1-1.13 CZ�Y CQU�C�L: The ���y �lec��d ��d qua�x�i�d
gav�rnin� �od� o� the ��t� of Fort Wo�th, ��x�s.
�1-�,�4 ��Y��: �h� �f�ic�a�ly �lected ���ort o� �n his
ab������ �he �a�o� Fr� �e� o� th� City of �o�t W�rth, �e��s.
C1��.�5 �I�Y MA���ER: �he �f�icfal�� �ppain�ed and au�horiz�d
�ity �a��ger �� t�e C��� of �or� �ar�h, T��asF or his dul�
auth���a�d ��pr�sen�ativ�.
�1-1.1� �ImY A�TQR��Y: �he o��ic�aX�� app�i���d �ity Att��n��
o� �h� �ity vf �ort Wo��h, �exas, �r hi� duly ���hor�zed
re�res�ntativ�.
��-� t3�
�lY1.Z7 pIR����R OF ����I� WD���: T�e ���y app�znted ���ic��l
�£ t�� �it� �f �or� ����h, r��e���d t� in t�� �harte� a� �h�
�i�� Engie��er, ar E�is �txl�r au�horiaed rep��se��a�i�r�.
C��� .� 8 17�R�'C'�'�R, CITY �JA'PER �E�ARTl�E14'!'; Th� d,u�,y ap�soirited
���ector o� th� Ci�y �ate� �e�artm�nt of tne Ci�� �� r���
�Jor�h, '��x�s, �� his duly au�hori�ed re�r#serrt�t���,
assistar�t, or a��r��s .
�l�l.l� F�]���]Ei:�: '�17� Dir,�ctq� �f l�ublic �Jor1�s, the �ir���,v�
o� tf�� �ort Wor�h �it� Wat�r. ��p�rt��nt, or th�f� duly
auti�orxxed as��sta�}�s, ag�nts, �n�ir�e�rs, ir�������r�, or
su�eri�tend��ts, a�tir�g �ri�i�in �h� sc�pe af th� ��rtic�lar
du�i�s �r��r�s�t�d �r� ��e�.
�1�i.20 C�[��`RAC"I'OR: The �ers�n, pe��ans, �a�r�rie�s€�ip,
c��p��]�t �irm, asso�iatfos�� �� c�rpa�a�ion, ent�rinc� in�� �
con�r�ct wic�� �he �wr�er for th� e�c�cut�or� of t17e wark, ac�i�g
dir�ct�y �r tE�r�ugh a d�].� au�l��r��ed repre��n#:ati.�e. �
sub-cor��ractar. is ��er�vnF .�ir�, �orpor.�tior�, r�r otE��rs un��r
cor�tract� with �he �rinc.�.pa], cont�ac�o.r, su�p].�ririg �abor ar�d
�t�te��a�s �r on1�r labor, for work at tk�� s�t� �f �he pro;�ec�,
C�-1. �x �URETY��: The C�r��ra�.� E�o�i�s �rhich ar� bour�d b�
s�ch bs�r� ar� require� �ti�i� ar�� �o.r t�i� Contra�t�� . �h�
sur�l�i�s enga�ed �r� to b� £�liy ��s�aor�sab].� �or ��e en�ire
and sa�isFa�tory f���il,lm�nt o�: th� �c�ntrac�: and �or aGx� a�d
�11 r�c��ir��nents a� set forth in the ��ritract Da�umen�s and
ap�arov�� cl7c�nges the�r�i�. .
C�-� .�� '�1�� WOi�I{ O� PRO�r�CT: "�h� �oar�pi�ted wo�rk corit�mp�ated
i� an� caver�c� b�r th� �on�r.a�t po�urn�n�s, ir:cludi,ng ��� n��
�ir�it�c� �o �h� furni�hing �f �l� 1a�or� 1���L'.�1d1Sr ��ols,
ec��zpm�n�, a€�� �ncx�er��a�s necess�r� t� proc�u�e a cam�le�ec�
an� ��rviceabl� �r��ect.
�I--�.�3 WqRKI�� �,�►�: A�orka.nc� d�y �� d�fin��3 as a�ai�n�ar
day, �r�t �,nctudir�g Sa�kt�days, 5ur�da�rs, ar�� 1ega1 l�a�,ida�s, itti
wf�z�i� �,i�� wea�h�� ar o�her �onditians nat ar�dp� the cor�tr�l o�
th� ����r�ct�r �rer�rGit �1re per��r�ance �f �k�� prir�ci��l unit of
woric �of � p�rio� af not l�s� than s���� (7) hou�s be�ws�r�
7=�� �.m. and_�:0� p.r�., wzth e�€�eptions as �errr,i�ted xr�
para.g�aph �7-7,6,
��.�1. �4 C�L�r3C�A1� DA��: � ca�enda� day i� a�� da}� �f tt�e weelc
or mor��l�, n� �ays �aei��� exc��t�d .
��Y�.. �5 �,E�AI, fiOL�l?AY�: Legal holida�s s���� b�
pr�scribed by t�� ��t}� �.��r�c f 1 of the Ci t� o� �'o�t
obse�-vance by �ity �r�p�,oyees �s f�llows:
�bse�v�d as
�orth fo�
C1-� {4}
l.
2.
3.
4.
5.
6.
7.
B,
3.
��w ����"s �a� �a�uary 1
M_ �. �in�, ��. Bir���a�, Thxr� Mo�da� i� �an��r�
�i�mor�al ��y La�t i�onda� in �la'�
In�e�endenc� Da�+ Ju3.y 4
La�or Day �'i.�at Monda�r in ��pte���r
�ha��sgi�a.ng �ay Fou�cth 'Th�azsda� i,n i�o�em��r
"�`har�ksg��i�tg �'ri.day I�'c�ur�h �'rida�r in �]�v�rnh�r
�hr�s�m�� 1�ay U�c�rnb�r �5
�uc� ����r da}�s ir� lieu �E
ho�z�a�s as th� Cit� ��uncil
ma�+ det�r�titic
�k�en �ne o� the abave na��d halida�s �r a sp�ci�l hoiiday is
d��lar�d ��r �h� ��ty �oUn�i1, �alls �� 5a��t�day, �h� hol�c�a�
shal�. l�e o3�s�rved on tl�� pr��ed�nc� Fr ida� �r �f i,t �alls on
�undayt �t shai7. b� �bse�rved on �h� �ollc�4wing Mond�y, �y �t��se
�mp.lo�e�� ��rkinc� �r� workir�� day o��ratio�s. �:r�p�oy��s
wo�i�inr� �a�.�n�ar da� o�er�tx��ia will conb�der th� �alen�ar
h�Xida}� �s th� holiri�y.
C�-Y,2� AB��EV�AT���]�: Where�r�r �Y�� �bbr�vi.at�o�s de,Eir�ed
1����i.r� app�a� in C�r��.�a�t D�cur�erits, tl�e �.nten� ar�d me�ning
sY�all �e as f��I�ws:
�a��x�ro —
ASCE -
LAW -
AS'PM -
�4WwA -
�� � �
� I --
�spY� _
Av c� .
��lvd.
��
�L
GI
I,ij3 ,
l�.
MH
Max.
Am�ric�n �ssacia���� o� M�D
��at� i3�ghway '�ranspoxta#�ic�n
Oftfc�ais
Am�r�,can 5oci��y o� �i�rzl
F�c�ineers
In Accorc��s�c� Wi��1
Am�ricari �c�c�.��y vf
'Tes�zng C�a�erial.s
Am�ra.can Y�ater Works
ASSO�].��lOCY
A��rican S�a�dar�s Asso�za�.ior�
�I�d�auXic I�s�a.tu�e
- As�hal�
- Avenu�
� Raule�ar�
-- ��,s� Iron
-� C�nte�' Li��
- �a�variized Irvn
- Lin�ar �r L�r���l
- �ound
� l�arshole
- �iax�mu�
-- h��ll�orl ��11�r�s Per
Day
��'� - �ul�ic �?vo� o�r
5ecand
�ilti , �
Mono.-
$ -
R -
z.�. �
EY�v.-
F -
C -
� r� . �
�' � . �
5t. T
� Y -�
��. -
� 7� -
L_F. -
i?.I. -
t��, � i�u�
n��no��thic
FeT��C1t113�G
Radi��
��s,id� Dia�ner�r
a. n. -- ou�sid�
���meter
El��ra�.ion
�'ah�enh�i. r
C�ntig��c�e
��ch
I'�at
St��e�
�ub�c Yarc3
�a rr3
Squa�� Yar�
�i�ear F�at
��c�xle Iron
�1-1 (�}
��--1 .� 7 �HAN�� ORD�R; A "�h�r��e Drder'� i,s a �a�f ��en
su}ap1�r��nta1 aqr�eme�� b��we�n th� O�rn�r and the Car�tra�tor
�o�re�in,� som� �,dded �� de�u�ted i.tem or ���tur� w�ra.ck� �a� ��
fnund r��cessa�`� �nd wt��,ch was no� s�eci�i�al7,y i.�c�u��d in th�
s�vpe of �}�e p.�ojec� �n wh�ch bi�s wer� s�xbmit��d. �nc�ea�e
i� un�.t q+�an��ti.�s sta��ed in �he pro�osal ar� r�ot �h� sul��ect
rnat�er a� a�h�ng� �]r�e� ut7��ss �.h� in�*�ea�� ore d�crease is
mor� tha� �5� of th� a�o�s�� o� �1�e p�r}i,c�1�r �t��� or it�ms �r,
�h� arigi�,al ��o��s�l.
AlX "�h$r�g� �rd,�rs'" sha�� be prepar�� ]�y tt�� �ity ���m
inf�rr�a�xon a� n���ssary ��rnish�d �}� tl�� �o�tract�o�,
��--�_2� �AVED �TRE�TS At�D ALLEY�: A�a�nd stre�t or a�.�ey
�t��l� C�� ��Eine� Qs a stre�� or all��+ havin� o�e of th�
��ol]_owinc� �ype� �� w�arir�� aur�aces a���.ie� a�r�r tl�e natural
unzmgrav�d sur���e:
X. An� t�r�e �f as�ha�t�c cvn�r�t_� wi,�i� or wit�out
s�par�te ba�� �a�era.�1.
�. Any t��� �€ as�halt su� fa�e t�eat���ntt r�ot
ir�cluding an cail�d sur��ce, �ritt� �z wi�h�ut
5epa�a�� ba�� r��t��i�� ,
3. Br�ck, writh �r withouk separa�� ��s� mat�ria�.
�. ��ncr�t�F �rith ar wi.�i�ou� s�garat� k�a�� rraaterir��.
�. Any c��abir�a�i�n o� tl�e �bov�.
��--1, �9 Ut�F�A,VEF� �'�RFET� �� Ait���CS: An
ro�d��� c�r� �ther s��rfa�� �;:, �ny a�ea
a���tx f�r "�av�c� S�r���s an� �111�ys . ��
�npavad �tree�, �17,�}�t
except �i�ose r�e��,�,�d
Ci-1.3� �i�`� �TFt�:�'r5: J� �ity street is ���'in�d as tl�at ar��
b�tw��n th� �ri�ht-c��-wa� lir�es as the �tre�� is d�dic�t�d.
C�-1.31 �tDA��?AY: '�he ro�dw��+ �s d��ie��d as �h� area be�vre�:�
oara����1 l�r��s twa (�' ��eet �a�k of, th� curb �ir��s or �a��
(4' � f�et k�ack of ��r� avRr�ge edc�� �F �av��t�nt w��r� no �urb
�xi�ts,
Cl--Y. �� GRA1lEL STR���: A+�ra�r�� ���cc'et is an�r �n�av�d s��r��t
�.� which ha� �e�t� ad��d on� �z ��or� a�pa.icatiar�s of grav�� or
�imi��� rna��zial oth�Y tlzan th� n��u��l ma�r��ial ��und on the
st���t s�rLace b����� ar��► i�n�.�ro��rn�r�� ;�a� rnad�.
�1�I {6�
s������ � - ������� �o��r��o�s
���2 I��ERPR��AT�O� A��
��E����Ti�� OF P�O�OSA�
����Z�N ���� Y�T�RA�ETA��O� A�R PR�PA�A'���� �F PRQPOSP.L
C�-�.X �����SA� ����: The �wn�� w�ll f����sh bidde�s �ith
pXopos�� �orm, which wi�� �on�a�n �n itemi�e� list of �he
i�e�� �f work t� b� �one �� �ate�iaXs �� �e furnished a�� �pon
whxch bid pric�s are r��u�sted_ T�e Prog�saX €or� w��� s�a��
th� Sidd�r's genera� urid�rstan��ng af the proje�t �o �e
cornp�e��d� �rov�d� a spac� �or furriishing �h� amo�n� of bid
sec�r��y, and s�a�e t�� �asxs �o� �nteri�g in�� a f�rro��
c�n��act. Th� Own�r w�l� f�rnish far�s €or t�e ���der's
„��p�r i ence i�ecord, "��Eq+�ipr�ent S�k�edu�.e F°' an� "Finar�cial
S�a���en�,'� a13. of �rinic� mus� �� �rop��ly �xecut�d and f a.led
wii:h th� birec�o� o� �h� ��t�► Wate� ��par��nent one w�ek prior
�.� the ho�r ��r oper�ing of �a�ds .
'i'he f ir�anc�al s�.at�met�t reguir�� s�tall hav� l��en p�e�ar�d �y
�n in�ep�nc��nt certified pul���c a���unt�n� or ar� �ndeperid�n�
p�tbl�.� ac�our��ant ho�dinc} a�aiid per�n�t �ss�ed k�y an
�pp�op�i�te state ]. ���r�sxr�c� ���r+cy, ar�rl sha11 hav� l��en so
�repa��d as to �e��.ec� �h� curr�r�t �in�n�ial sta�us. This
s�a�ement �us� i�� currc�nt a�r� r��� mor� �.l�ars on� f 1) �re�r o1d.
i� �h� �a�e that 8 t]Y��1RJ �at� �a�ls wit�ir� t�,� �xm� � new
stat�ment is being prep���d� �.h� p�e��ous s�.at�mer�t sh�ll be
�pda�ed b� �r�per v�ri�ica�i�n. Li�ui�3 ass�t� ir� �he a�n�nnt
o� ��n { l�� }�e��en�. o� the e�� ir�atec� �o�o�e�� �ast will be
r�quS.��d .
For an �x.g�rience r��orc� �o }�e �on�i��r�d �0 1�� �c��p�ab�e �or
a given p�oj�c�� it �nust re��ect� �h� �xp��r��nce of the �i�i�
seekrnc� q�a�a.�i���xon �rs ��rk of ��tY� t�ti� sa:n� n�tur� ar�d
mag�i�ud� as tha� af the praject .��r w�rich hid� �re �o b�
r�c�ivedt ar�d �u��� e�cp��x�n�e mus� �nav� i�e�rr an proj�cts
c�rr�g�e��d �a'� �n�r� �ha� �i�re (5) years pri�r �a �h� clat� on
which az� t� i�� rece.��ed. The Director o� k�r� Wat�r
���artrnent shail b� sole �uc��e as t� �he ac��ptabrlit� o�
exper�.ence ��r gual.ifi�ati�r� to bid on an� �ort ��r�.l� W�at�r
D�pa�tm��� proj�c�.
�r�e pr��p�ct�ve bidd�� �ha1� �c�r�rl�l� �h� ���iprner�t he has
��railabl� for ��e �O�oj��t ar�d sta�e that he wi�� ���rt �x��Y�
�c18i�ior�al equi�r��n� a� m�� b� r�qui.�eed t�o �omp3.�te th�
prv�e�t �n whi�h he s�Y�mi�s a bid.
��--� _ � ��'T�R�R�TA'��fl� �I�' �O�i�TTTTIE� : 'X'he quar��it��s of work
arr�, rnat��i��s �o �e ��rrs.tis�re� as may �� �ist�d ir� �h� progosa].
�2-�{1}
�o��� or a�h�� p�r�s �� �he �a��rack ���urnen�s w�1X ��
�c�r�s�r��r�� as a ro�€imat� o�,�,� �r�� wi ], ��� us�d �or ��e
�t�rp�s� of co�ttpar�ng bic�s �r� a ur�zfa�s� ��sis. �ayrnent wil� be
made �a �}�� Can��ackar. ��r �nly th� �c��,�l ��at�L�,ti�s o� work
��r€or�n�d �,� r���eri�zs �;�rnz.shed �n stri�� a�c�r.���ce witi� �,��
�ontrac� Docum���:s �nd Pi�ns_ Tl7e quan�.���,es of wa�k �o �e
p�r�armec� ,�nd �at�ri�a,� �o �a� furni�h�� m�y E�e iflcr��s�d o�`
d�cre�sed as �����.na�t�r pr�vi�ed, +�x�hout in an}+ �ray
anvaiid,atzng tk�e ��it �rice� hid a�r �r�y oth��r r�qu�r��ent� oE
�he Ccsn�ra�� �oc�men�.s,
��-� . 3 EJ�AMTI�A"�'IQI� �F �O�'!'RA�7' DO�UMENT� AN1� ��'�� �F ���JE���
Bidd�rs a�� �dvis�d that tl�� �ontrac� [��c�srrenta o� €Ftr•: w��h
�h� O�rn�� �ha��, �r���ti�t�te a1� o� the i��orm�tion w?�ich the
Own�r wi1� f�rnish. A�X additional i����r�a��n� and cia�� wi7��h
�l�e owner wi�I su��I�+ a�ter �,��m�lgatiot� of �h� f��-�nal
carttract� do�urn�n�s sl���l �+� issu�d i� t?�� f�rm oF wrx t��n
adr�er,d� and �h�ll, E��c��r�e �art of #�he (�o��ra�� ]�oc:ur�er�ts �us�
as thovg�, su�h add�n�a wer,� actua��y w�itt�n into tY�e ori�i.r���.
�on��ac� D��um�nts. .
�i�ders ar � r�quired, gri�r �o �C�e �iling o� �ra�osa�, �� r�ad
�rtd bec�m� fa�iliar with k.h� �on��act €�oc�m�ritst �o visi� th�
site �� the pro��ct an� e�c�m�n� ��r��ul�y �I�, laca�.
con��,tiot�st �.� in�o�rn th�mselv�� b�r �i��i� ow�r inrs�penden�
��s��rcl� ar�d 11iV�*Stl[�23t10s75F �.e�ts# bor,ing, and by such ��k���
r�eans a� r�ay b� r���e�sary �o c�air� a�o�rpl��� k��wl�dg� �f �h�
c�r�c3ita.or�s wh��h wi�1 �� e€�c��ar���re� during �:h� ca�nstruct�xon
o� t�t�e proaect . 'i'��� mu�� judg� for �l7�mselves �h�
�ifCicult��s o� �i�e w�ri� and ��,1 a�tending �z��umsta�tc�s
a�L-e��i�g tl�� co�� �� 3�z�g L3�� warl€ a� �i�e tim� �eq�ti��d far
�ts com�}�etior�, an� �btazn a11 rn�or�atxon r�q��r�c� to m�k� an
ir��e�lig�r�t �r�p�sa�. t�� ir��orm�ti�� c�i�8� b� th� ��atler �r
an�► ��preser��a��v�e o� the Dwr�er o�13�r t��an t�at contain�d i,n
�i�e �on�ract �crcurnen�s a�d of�icial,�� p�om�lgated a�d�nda
t}�er��.�, shall b� �i��dinc� up�n th� �w:��r. �idde�•s sl�al�, re�.�
��c?.u�a,v�1y �nd �o,LeYy u�on khe�,r o�rn e��irn��es,
�nvest��a�iant r�srwar�C�, ��sts, ex�l�r�tians, an� ot}��r c�ata
wk�i�h ar� e��c�ssa�� �or f�ll a�� comp�,��� �n��rr�atzon u�.�ae�
�rhicli the �r�p�s�� i,s ��o b� b��ed. zt is ��,�.ua7,iy agr��d thati
the se�b�n��sion �� a �ropo��l �� p�z�ta-Ca�i� �v�d�*��e ���t ��ie
b��d�r Cza� mac�� th� inve;�k.iga�ians, e�tamir�a�iofls and t���s
h��ein acequ�r�d. �laims for adr��#z��,al c�r�p�rts�tion r31� t�
�ariatior�s i�et+��er� �or�ditia�s ��tual�� �ncout���r�d ir�
c.ons�.ructior� anc� a� �ndi�at�;3 zn th� Cot���act Doc�m�n�s wi�l
not be alJ.o�red.
Th� �ag� o,� Soi�. Bori�gs, if any# showing on �t�e ��ans ar� fo�
�e�leral i,n�o�m�ta,�r� or�ly an� r�a}� �o�t �� corr��t. �e�tl��r t1�,�
C2Y2(��
��ne� �o� ��� �ngi�e�r �u�r���tae that �he dat� shown x�
r�pxesen��tiv� o� �onditkans w��o� �c�ua�1� ���st.
����,� �UHMITTING OF PR�PO�AL: �he �id�er, ���aX� submiL' his
�ro�o�al on �h� form ��r������d by �h� �wne�. �11 ��a�� spac�s
ag�lx�a�le ta �h� proj��� c�n�ai��d �n �he �orrn sha�� b�
��rrec�l� f�11e� in a�d �h� �idd�r shall s�a�e th� p�icest
wri���ri in i�k i� �oth words and numera�sr �o� whxc� �e
propas�s �� do �h� work �on���glat�d or �u�n��h� the �at�ziais
r�q���ed. A�1 such p�i��s shall �� wri���n leg��Xy. Zn case
a� �is�r�p�n�y �e�we�� the price writ�s� �n wards and ��e
�rice wri�te� in n�me�als, th� ��ic� �as� advantag�ou� ta the
��ty s�all �ove�n.
zf a�rop�s�� is ��tbmit��c� by an ir�r3Yv�.dualr hi� ar h�r r�ar�e
�us� be s�.gn�� b� �i,m {%er} ar his (he�� d�tl� autl�or��ed ag�n�.
i� a�roposa� is s�b�t��ied by a��.rm, ass�ciat�on, a�c
partn�rshi�, t�� rsar�e �nd adclr.�ss af �ach m�mi�er must be
giv�n., anci titi� ��roposal rnust �� s�.gn�d b�r a m�m}�e� �� �he
���cm, assoc�a�xc��, �r �ar�n�rsh�g, c�� by a��rs�n duly
au���x�.z�d_ �f a p�apc�sa� is ��tbr��tt�d by ��or�pa��► ar
corp�r�a�xan, the �or��any or corporat� nam� and bus�n��s
�d�3r�ss �ust be gi;rer�, �rid #.1�e �ro�o�al szgned by �n �ff�ci�1
c�w duJ.�r a�tF��r�zed �c��n�. TY�e �or�or�t� sea� m�t�� �� a�fi�c�d.
Pow�� o� A��.orney ax�tharizrrxg a�g��ts or nthers t� s�gr�
pr�gvsa�. r�us� �e proper�.� ��r�ifi�c� �nd r�vst �e irt �+ri�ir�c� and
��Ipz�ktt�ed wzt� ��� p���asa�..
C�-�. � RE�L�'���N OP PR��p�ALS: Pra�asa�s may be re j��tec� i�
t��y show any a1��ratio� c�f wo��is or f�,c�ur�s, addi,trans �at
ca�.�.�� f�r, c�nriitior��l or �ncall�d for a��e�r�xat� bids,
incom��e�e bids, erasures, o� irr�c�ulari�.i�s o� a�xy kind, o�
�antain ur�balan�� value o� a�� i�er�s . Pro�o���, �e�tder�� o�
deli.vex�ed a�t��r th� of��cial �x�ne d�sig�at�d for r�c�ipt o�
propos�� shall be retu���d to th� �xc�de�r una�enec�.
��--� .� 1�T� S��UI�ITY: N� pr�po�al w��l t�� ��nsider�� �r���ss �t
�.s a�c�r��anie+� by a"��op�saL ����r�ty" o� �h� �har�cter ar�d
zn Lhe a�o�n� indicat�� �r� �h� "'I���ic� to Bidd�rs" and the
��pro�os��." '�h� �xt� S�c��xt� zs ��q�i�re� �y �tt� �wn�r as
�vid�r�ce of go�d �aith on �he }�art o� t�ie Bid�e�t a.�d !�� �v�y
of a gua�a�t�► t�a� i� awa�rd�d tl�� c�nt�actt �r�e Bi�der uai11
wxthin th� req�ired �it�e ��cecut� a�o�ernal �antract antl �urni�h
t�� re+�ux��d pe�£o�rmanc� and o�13e� bonds. The �i�3 s���rity� a�
th� thr�� iv�a�s� �i.�d�rs wi1]. b� r�tained ur��il �h� �o�tract
is a�aarc��� or oth�r dxs�os���ori is r�a�� the�eo�, The hid
s�cur�ty �� a1.i oth�r l�idclers may be r�t�trrs�d ��omptl� �f���
t�� c�nvass a� b�,ds.
C�-����
C�-�.7 �ELI��R�C 0�' ��OPOS�L: 1�0 �r�p�sa1 wi11 �� cor�szd�re�
unl�ss i� is �e�ive��d, ��co��a�ie� l�y its g�-op�.r. ��d
S+�c�r�t�, t� ��i� C�.ty Mana�er �� l�is r��re�ent�tiv� in kh�
a�fi�ia� �1ac� �� �usines� as set ��r��i i,n t}i� "No�ic� to
�zdders, „ I� is the ���d�r' ��n�� r�spar�sih�Ii�y t� �cYfve�-
t�� �roposa� �� �h8 pro�er �i�e �� �he �r�,�er ��ac�_ ��e me��
���� �hat ���.�;�p�sal taas dispat�h�d wi�1 ��ot k�e ��r�szde��d.
'�'i�� Hz�da� m�s� have t�� prop��a� .����a��,y d�liv�red. �ach
propo��l shall h� in a���aled ��v�lope ��,aini� ��arked �ri�h ��e
w�rc� '"�RE��OS�iL," and �he nam� �r de��ri��,i�r� a� �h� �r�ject as
d�sig�at�d i� �he '°����c� ��,� ��dders.'" ,5�� �n��Y��,� s��all b�
�ddr�ssed to �l�e ��t� C�ana���, �.it� !�a],�, �`o�t W�rt}�t ��xa�.
��-2.8 w�TI�17RA�'1[�G 1���7P�5�,�,�: P�o��aals act��lly �il�d wi�h
�i�� Cz�}' ��r�ag�z� can��o�, b� w�.thc�x,�w� pT�or �o the �im� s�t ��r.
o���tinc� pra�osaXs. 1� ��qu�s �€ar nan--c�ns�de�atiar� of a
�raoosa� �ust b� rnac�e in writ�.nr�, �dd�-ess�c� tc� th� �,it�
�ianag�r, �nd f i 1�d wi}�s E�,im ��z�r �� �h� time s�� �o� �h�
opening af �r��o�a�s. Afte� al� r�ropr�sals no�. �e�t�est�c3 For
nor_--�on��c��r�t�.ori ar� c�g�n�d anc� p�,�li�1}� r�ad al�ud, t�e
p���osals �or wh�cY� e�on-consid�rat��n r.�q���ts hav� �e�n
�rop�;, Zy f i 1�d �ay, at �h� optian o.� th� Dwn�r, be r�t�rned
unc�n�r��d.
�2-�, 9'I`ET.���r�A�i�Z� �lC}17I�'1C:��"'�Ol� 0�' PR�PQSAL�: An�r bi[�d�x� ma]�
r�r�d�fy hxs p�nnosa� by r_ei_egr�p�i,c �o�tr�u�s�ica�.ivn �t �r�� �,xm�
�rioz to th� time ��� �c�� c��e�ing prcr��sa�s, �rovi��d s�ch
te��gr�phzc �ommun��ation �s r��eived b� �h� Czt� �anag�r
prioz t� L•�e said p�opas�]. oper�ing txfne� ar�d �r.ovid�d f�xrtt�e�,
tf�a� th� Cit�r 1�a�age� is 58�.1S�iGc� �:ha� a wri�t�n ar,d dul�r
���h�i7t�����d confzr�na�.ic�r� of s�c� t��.�c�rap�ic �o��trnunzc�tzon
�o�er �he �i�na��r�e o� the bidd�r wa,� maxl�� prior to t��
�rn�c��a� o�enkn� t�m�. �� su�h ��r�Ei�r�akion i.� n�t ��c�iv�d
w��l�in �or��+-����� {48� ha�rs a�te� �.h� pro�osal op�n�.ng �im�,
�o Curt.i�er �ar�si���atio� wi11 �s c��v�n to �.�� pr����a�,.
C���.10 ,��J�L�I� OP�NiN� O�` �RO�'�}�7�L: Pr�p�,�la wk�a�h have k�e�n
p��p���.� fi1�c� and Lor wi3ich a3a "t�ot��c�ns��.�ration �e�u�st�'
��s b�en re�eiv�d wY ��, b� p�bl� i��,�r opened an� r�ad al�ud by
the C.��� M�r��,c��r. ar his auk�ori�e� regr��entative a� �he ti���
ar�c� pl��e indk���,�� �,n th� "t��tic� to �idd�r�,,, All prv��s��.s
whici� h�ve b�en o��n�� �r�d r�ad w�. �� r�m� in oai f i�e wi th �l��
O�rn�r unta,i tt�e contract ha� ���n aw�rd��1. �idders ar �heir
auth�r���d �;��r��ent���ve� ar.r� invzk��d t� be �r�se�xt f�� t��
o��ning n� �i�s.
C�-2 . 13, �RRF�i1�,AR Pi��F�SAT��: Prop�s�� s�k���1 b� c�nsid�r�d a�
e�!"Ir��gula�" i� �l�a�r �s?tiovr ar�� o�issions, �lt�,rat�ons af
�c�rm, addiC��r�s, oz� c�nd�ti�a�s not �a�.��d f�r, u���t�tori�ed
altern�t� �ids, ar �rr+���tl��iti�s �f any kind. Floweve�, �F��
C�T�(4�
Ow�er ��ser��s �he rig�t �a wa�v� �ny an� a�l �,�r�gul�r�ti��
an� �� mak� ��� a��rd o� ��� ca�tra�� ta �h� b�s� int���s� o�
�.he ��.t�. Ter�d�ring a�r�p�sal ai��r th� clo�ing ��ur is an
i���c��1a�i�y wk�i�h �ar�no� t�� �raived.
��-�. �� ��s���r���i��{riar� o� a��a��s: a��.��rs r�a�r �e
disr�ualYff�� ar�d ��eir pro��sa�s �so� co�,sici�:��d �a� afl� o�,
bt�� �ot �lir�ite� ��, �i�e foL��wing r���on:
a. R�as�ns fa� k��ii�ving �hat coX�usiar� exis�s ar�on�
bxdc�ers .
�. R�a�ona�l� gr��n�s f�r b�7,ievir�c� that� an� b�dc�er i�
xrt�.e�es��d i_n mo�� �.�a� Qr�e ����osa� for. wor1�
�pn�e�gla�ed.
c. T?�e l�idr��.� ��i�� in��z�st�d �n a�� �.itig�tio�
aq�i�st th� Own�� or �rh�r� ��� Own�� rna� �ti��� a
�3.a�:� ag�ins� ar b� enga+�ed �.ri �1�.1C�2k�L0�3 ag�ir��t
��� �'}].C��e� .
d, The b�dd�� b�i�g in arr�ar� or� an� �xi��i.ng c��r.�r���
ar hav��+� d�faul.�ed o� a p��vio�s con��ra��..
�. T�� bi�d�r h�vk�s� pe�for�+ed a�rior c�r��xact i� an
un�atis�a��o�� Ir����ner.
�. Lack �f co�pe�enc� �s r�veal�d t�y t�f�� �i.�sanc�.a�.
s�at�mer:�., ��cp�ri�nca ��card, �s��ipment s�hedt�le,
ar�d suc:h inquiri�s as ti�e �wn�� �na� s�� f i� �o m�k�.
g. �]�xcnu��l.�t�d wca�1� w�ich� in �he ju�gr�ert� a� �k��
Owner, wi�� pre��n� a� hind�r t�e �rompt completi.on
a€ ad��tio�ai work i.f award�d.
�. Th� l��dd�r ��#� �il.kng wzth �r.he Dwn�r, one w��k in
a�v�nce o� �l�c: l7�ur� �f #�l�e o�ening o� �r���os�1s ���
f���o+�in�:
1. Finan�iak �t:at���nt at���ing the fin���i��
GOri�i�lOn c�f, th� k�ic�d�r �s ��e�i.f.i.�d in Par�
��Js,n -. ��E�ld�. ��15��11C��.00lsr,
�, � cur�errt escpari�n�� �ecard s�a�rin� es��cial�y
��� �ro�e�ts o� a r�a�ure �ir���ar �o �h� on�
�r��er consicl�r��iont which h�{�e b�er�
s�cc�ss�ully cor�ip,l.e��d b�€ t�� B�c�c�er.
3. An equ�pm�n� s����ul.� sl�owan� th� ec������n�
�h� bid�3�r has �va���l�3.e f�r :r�� �n th�
p�ra�ec�.
The Bxd �ro�osal of a�iac��r who� �n tt�� ��dc�m�nt o� t�ie
�ngin��r� is disc��a�ifie�l �nde.r �he re��ti�emer�ts s�at�d
he��in, s�ialZ be set a�ide ar�c� r�ot ��er��d.
C2-�(51
PA�T C - ������L C���ITiO��
C3�3 A�ARD A�� ���C�TiO� �F
DOCU���T�
SE�T��N ���3 AWAR� A�D ��ECUT��N OF D�CUME�T�;
�3�3,1 CO������ATZ�N OF P�����ALS: A£��r p�oposa�� have �e��
op�ne� and re�d alo�d,--�he prag�sals �i11 b� t��ul��ed on �he
�as�s of �h� �uot�d ��ices, the q��n���ies shown��� the
p����salt and �h� ���li�at�on a� �uch ��rm�las �� ����r
m��h�ds of ���nging items to a c�mmofl �asis as may be
�s�abl����d i� �h� Co��ra�� D��um�nts.
Th� ��tal ob�ain�d by ta�ing th� sum of the produc�s o� ��i�
prxces ��ote� ��d t�e �s�rm�t�d ���n�it��s plu� any �um� �urn
it�ms and �u�h athe� quo��d amo��ts as ma� �nter in�o ��e ��st
a� �he �om���ted pr.o�ect will �� c�r�si.d���d as t]�� ��t�unt o�
the bid.
Until �l�e av,�ard �� the cvntra�� is Hl$�G� b� t�re Dwn�r� ti�e
�ig�r� �r�11 �e rese�'v�d �v r�je�� any o� a7.�. �rog�sals ar�d
wazve ���hn�c�X�ti�s, to r���dv���ise �a� n�� �ropasal�r �r to
pro�e�d r�ith the wo�k i� at�y man��r as �a��� cons�d�re� fo�
�l�e bes� i.nt���st �� the �wn�x.
c�-� . � M��1�RiTY ��s�r���� ��m����z���v�ors��a��wr��� ��rsrr��ss
�N��Ef2PRI5� C��iPL�Ai��E� �onL�a��.nr a�r�es �� �rovi�e to Own�r �
u�an ��q�e��, ��x�rpi�te aR� �c�u�ate i�rform�ti�n r�qarr�i�rg
�ctuaL wor�C p����rm�d ��► a S�ir�ori.t�� Bt�s�.n�ss �nt�rpri.se (MBE}
�,n� o� � a Wr�rnat��aw�red �usin�ss Enterp�xse {V►BE} on �he
�o�r�ra��. and �he pa���nt �he�efor. ��n�.�ac��r �urt�.k��� ag�ees,
t�pon reques� by Owrs�z', �� allow an� �uc�it andfar a�
exa�nir�atior� of any �ool�s, �e�ards, ar fil�s in �.h� �ossession
of Cont�ack�a� tha� wi�1 s�bstantS.ate �l�e ac��a� �o�lc pe��orme�
6� the �1�1� �� 4�8�. A�� r�at���a� �xs��pres�en�a�i�n of an�
nat�re will �e grau�ds f�r ��rminat�on o� t�e �ont�a�t and �ar
inii:�a#.i�� an�r ���i�n unc�er �����p�iat� �e�e�a�, state or
��cal la�s ��d or�in�r�c�s �e�.a�irrg to fal�e s�a���n�nts;
fu�t�er, a��+ su�h r�isr,��r��en�at�.ar� may �� g�aurrds fv�
c��squali�i.c��ion of �ontract�r a� �w�,er"s d�.��re�i�n �or
�idr3ing on €u�ur� �ontr��ts wi�h ihe O�rner f�r a�eriad of
���n� �f rrot �ess �han six {f 1 mantl�s.
�3-3 , 3 EQLiAL �t�APLDY�SE�IT PR�VS�I�iV�: T�� �ontract�or shall
comp7.� +�ith Cu�rent �ity �.rdinanc� p��i�ibitxnq dis�rimir�atzor�
iC1 E?i[��?1��m�C]� �J�B��iCG�.
��-� �1�
T�e �antractar sha�� pa�t th� ��gu�re� n��ic� t� �hat �.f�ect
on th� ��o���� ��te, and, a� h�� ��q�es�, w�lZ be p�ovi���
�ssi��ance �� t�ie Ci�� o� ��r� �or��'s E�ua� E�p�oym���
O��icer wl�o w�11 ref�x ar�� c�ua�.z��,�d ap�licat�t he a�ay l��ve an
�a�.� in his affiee t� t�� �pe�4ac�cto�. Ap�rap�za�� r�o��.c�s may
�� acq�tir�d f�o� the Equ�..t Err�plo�+r��nk O�fi��r.
C3-�.4 G►'�'I'HDR��WAIr 0�' PR0��5A�,5: ����r a pr�r��s��, h�s ]���n
rea� �y th� �wner �� cae�r��t ]�� wi��dx�wn �� th� Bfdd�r witha«
�o r�y-€ �v� ( 45 � r�a�*� af ter t�� d��� on w���h tY�� propos��s
w�r� o�en��.
�3-3.� AWAi�D D�' �0�1TRA�T: Th� Owner :�s�r�t�� tt�� righ� ta
w�-h�o7.r��i�al �ac�zon or� i:�i� pr.��osa�s ��r a����r���a��,� tim�,
no� to e�c��ed forty-� i�e � 45 } days after tl�� ��te of o�enir��
��o�osals� �nd fn n� �v�n� �vkl� a:� �wa�d be �nad� �nti� �i��r
�e��r�stic�ations ha�r� �e�� mad� as �� �h� r��ponsi�il��y o£ t��
proposed awar�3�e..
Tt�� aw�r�3 c�f th� c�ni�act, if an awa�d is r��r��, wi�Z b� to �he
�.o�rest an� b�st r��p�n�ibl� l�id��r.
'Fin� a�uard o� �he c�nLract s1t�1.], no� �e�ome �f{��t�,ve un�il t1��
�wner has noti�i�d �he �ontra�t�� in writz�g o� s��h �ward.
C3-�.6_1�Ei'�R4� OF PRO���RL S��t��IT��S: As s�on �s �soav�ed
��ice totals l�aue been� c3�te�-r�,�r�e� �or ca�t�arisar� a� }�i�,s, t��
�wn�r ���, a� its c�isc�e�zon, �et�rn �h� ��oposa� s�curz�y
whic}� accamp�ni�d �h� p��pas�,�s �rl�ich, �n z�s j�ad��en� f wo���
r�a� �e car��,i���r�d �o� ti�e a�wa.rd. �1�.1 o�h�r �rop�sa�
s�c�ri�i,es, usuaa.].y �i�ase �� th� �hr�� �ow�s� bidd�r�, wi�,]. t�e
r�tain��1 b�r �ii� �wi��r �r�ti1 t[�� r�qui��d contxa�t �as be�n
�scecu�.�d and ]a��,d ��rnished �r t}�� �}wner has ott�erwis�
di;r��s�d af �h� ��d:�, a���r w��.ch t�e�r wilZ b� returr��d i�� tlti�
��ty S��r�ta�y.
��,3 . � �O�D�: �ith r.h� �xe�uti�r� an� �3��ivery o� �[�� ��r��ract
Dcxc4ir��ni�,st �he Cor�#�ra��or s��a11 �r�rnis� �.�, �r�d fi�� +�i�� t�e
Owne�- zr� th� arnas�n�� h���in r�guir�c�, th� £ol�owing b�r�c3;:
a. PE�FOl�M�!��E ���iL� : i� c��ad ar�� suf � ici�nt
��rformar��� bond �� �n am��n�. not �,e�s �har� i�0
��.rc�nL• of t�1�� ��o�znt �� t�� con�xact, �s �vi3�s�c�d
�y t�� �rc,posa� �abu��izan or otY�a�wis�,
c��aara�t��ir�g �h� f�ll and f�itEy�u� ��c�Yukioe� �� �he
wa�-k and ����ozm�nce of th� �on�ra�t, and �or th.e
prot�c�ican o� �h� Owne� �nd a],1 a�i��r p��so�s
ac�axnst �am�g� b� r�aso� of rtegligence o� t��
��ntractor, or �mor���r execu�ia� o� tk�e work ar
the use of i;����r3�r ma��r�als. Thzs p���orrn�r���
�3-3 (�)
bon� sha�1 �uara��e� �h� payroen� �or ��l �abor�
ma��ria�s, e�uipment, s�ppli��, and ser��ces �sed
i� �h� c��siru���o� o€ ��e wor�, a�d s�all rem�in
in �u�1 �o�ce an� ef�ect �ntil �ro�isao�s as ab�ve
s�ip�l�t�d �r� ac�o�plish�d an� �i�al payment �s
mad� o� �h� praj�c� �y �h� �i��.
�. MA��TE�A��E S��D: A g��� and sut�icie�t
�ai�te�an�� �vrid� zn ��e am��nt of �ot �e�s tha�
��0 p�rce�t �f �he �rnount �f the cont�ac�t �s
��id�n�ed �� �he ��op��al ��b��a�ion o� a�h��w�se,
g�ara�t��ing t�� �rompt, ful� an� faithfu�
�er�orma��e of the �en�xal guaran�� w�i�h �s se�
for�h �n para����h �8��.10.
c_ ��YME�T �Q��: A g�od a�d s���icie�� ���ment b��d,
�in an �mount n�� Z�ss th�� 100 �e�c�nt of t�.�
amoun� o� th� cantra�t, as �vi������ �y the
p�o�osa� t��ula��o� or ��he�w��e, gu�r ante��n� �h�
pr�rnptt ��t�I anc� faith�sxl pa�ment af �1� clairnan�s
as deiin�d i.� Article ���4, R�vis�d ��.v�.l �tat�tes
o£ `�exas, ��25, as a�ended b�r H�us� Bil� 344 A���
56�.h L�gis�a�e�re, �eg�ia� �essinr�, 195�, e����t�v�
�1pr i L �7 t i 959 , anc� f ar th� lat�st v�r�i�n the�eo� �
su�pl��.ng �a�or �n� �at�r�a�� in th� p�os��ution ��
the worl� prvvi.���] ��r �.r� th� �4n��ac� b�in�
�onstruc�e� u�c��r ��e�� �geci� �.catic�ns . ��y�t�ri �
�o�d sha13. r�main i�n ��rc� unti� �11 paym�n�s ��
a���� sti�ulat�d a�� �ad�.
�. �'��iE�k ���]��: Such oth�r b�r�ds as ma� b� r�quired
i�� �.hese ��r��ra�t Doc�sm�r�ts shall �� �urni�h�d by'
the Contra�tar.
No svr�tie� will b� a�c�pt�ed by �h� Owrier r�l�ic� ax� at th�
�rm� �n d��aul.t �r del.inqu�nt �n �ny bond� oz �r�ric� ���
��,��res��� ir� an� l.i�iga�ian ac�ainst �1�e own�r . A17. b�ncis
�ha11 b� mad� or� �k�� �o�m� �urnis3�e� b�r �.h� Owner ar�d si�a�.�. t�e
�xe�u��d b}� an a�pra�red �ur��y comgany do.ing �us�n��s i� �k�e
�i�� a� �'ort ��rtlY, '��xas, ar�� wh�.c�h �s acc�p�ab1� �o t��
o�r�er. �e� or�er �o b� accep�ai�le� the n�,�n� af �h� suret�+
sha�.l �� inc�ud�d or� t:�e �urr�rtt U. S. T.��a�t�ry lis� of
�cc�ptab�e su���iesF a,r�d �h� amoun� �f bo�d wr�tt�n ksy ar�y on�
acc��t�bl� cornpan�r �haS.X not e�cceeal �t�� amc�ur�t shown or� t�e
Tz��a��try lis� �or �hat rorn�an�. ���h bond shall be proper�y
ex�����d 1�y hok.h �E�e �ar��trac�or and Su��t�► CoR�pany.
�h��ld �n�+ st�r��y on �he �or�t�ra�� b� �et�rr�in�c� unsa�isfact�r�
a� an}� ti�ne �� �i�� D�rnert r�otice wxll k�e gi�rer� �he C�r�trac�o�
to �k�at eff�ct ar�c� th� �on�rac�or s�all a.mme3�at��y provi�� a
C3-3 t3)
��� sur��� sa�is�a�t�ry ta the O�ner. �� p�����t. �i�l b� ma��
und�r ��� ��n�ract u��il t�e n�w suret� or s���ti��, as
requir�d, have q�ali�ied �n� have been ac�e��ed �� �he �w�er.
The c���ra�� sh��� not �� ope�ative nor wi�� an� �a��ents �e
�u� or p�xd �n�il �pp��va� af ��e ��nds b�r �1�� �wner.
�3-3 , 8 E?CE�i]TF{J�1 D�' �Qh3�RA�'�`: �J�.�hir� ��� { 10 � da�+s a�t�r k.h�
{lwner �as b� �pp�aoria�� r�so���ion, o� a�l�erwi.s�, awarc��d the
con����t, the �an�rac�or. sl�all �xecute a�d fil.e wi�h �he �wr���
th� �or��rac� and su�h �anc�s as r�ay be rer��ir�d i.r� �.h� Co�tract
Da�uatent� .
�o ��ntra�� sha11 be l�in�in� r��o� t�±e ow�er until i.� has been
att�s�.�d by �t�� Ci�y �e�r.e�ar�, app�o�ed as �o fo�m �nd
�ega��ty h� �he �i.ty A�t�rrr��t, �nd �x�c�t��d f.ar tl�e O�rner by
eith�r �h� �iay�r or Ci�y M��ager.
C3-�.9 FAI�,[!�� �� ����u"�E �Ori2�`RACT: `P�� raiXur� o€ th�
A�rar�e� �o ex�c��� th� r�qui�ed �ond or k�c�nds c�r �a sign �he
requi��d cc�t���a�t within i�c�n {10 }�7��� aft�r ��i� ����r��� �s
award�d sha�� �� �onsider�d �y the ��rn�z as ar� �laando�ment a�
his p�ro�o�a�. � az�d �h� Owr�er �rta}� �n�u� th� ,�ward. �� �eas�n ca�
�h� ur��e��ai.r�t�r of t�e r�ar�tet pri��s o� m�t�rial and lal�nr,
ar�� it i�eing �m��ac�ic��le ar�d ��ffic��.t �o accurately
de��r�in� �he amount o� ��m�g�s vc�u�ir,g �a �i�� Owk��r b�
��asan of sai� aw�rc�ee' � failur� �o �xecute s�id bor�ds an�
�ar�tra�� +wit�in �en {10) days, �h� pr���sa� s�c�ri�y
a�c��palzyinc� the propos�l �i�al.]. �e �he a�gre�c3 arnour�t of
damage� which Owr��r wi].� su�f�r i�y reason o� such ��il�r� o�
th� ��r� o� the �,wa��e� anc� shall the£e�pon x�m�d.�a��I� be
�orf�i t�c� to khe �wn�� .
Th� �ilirrg of � propasa� wil�. C�e cansid����i as a� a�c#�tane�
o� �his provi.siar� ��r t�� Bzdde�.
C3-3_I� ���I�7Nz�G �}OFzf{a '1'he C�ntra�L•�r aitall e��t �otnmen��
wc��}c �nt�� �ut�ori��d ir� w�i�.�n� to do �� ��r �he �we��r,
�l�vu1� �t�� �ontra�to�r ��i1 to com�n�n�e wor�c �t t�ti� sit� o� t���
p��ject wxthir� �h? i:ir�r� s��g�la���i ir� t1�e w.ri�te�
author�zak%a.n us�aYl� t�re��d ti�e "'�r��tt Order" �r "'f�r�ceed
O��er" F�� z� agr��d that tt�� ��ret�t �om��n �r wi �.l , w i t� i n t�n
(��� ) days a� ter tl�� c���n�nc�rn�n� dat� s�t for�h in s;�ch
�rritten a�th�rization, ��m��er�ce the �ahysic�l �xecutior� o� th�
con�ract.
�3-�. �J, Ih�SURAT�CE: Th� �ont�actor s%a�1 nn� �ar�rn�r,�� wa��C
�r�der. �.�xis cor��ra�c� ur:t�� he h�s �b��iner� ��� ti�� i�su�a���
require�l �n�l�r tt�e Cnn�r�c� ���u�en�s, �nd �uch irs�uranc� has
�e�n agpra��� by �he O�rr�er. Th� prir�e �o�rtract�� shall be
r���o�s�1�1� fos deli�rerir�g �o �he �wr�e� ��� sut�T�on�x�actor��
�3-3 �41
Th� I�� i�r�e ��+��.������
�o�a].. rlu��'� �
�o+� apL� n�� Yr� ��,�ce c���x�
ura�+�� �e o� kns���� �� �n�� that �'��
. ���� ����ch� c����� ��� wn�x
x � k���-� �o� �h��h�� �� �� �'� ��� � �ch� c��T�����
�h��� ������o� ex� �� is ��� k��� �,�s�sh��k inc�.��e
��t��co�'��������' � ���!'���ed � �'�a11
c�
ra� ���.���to ��� R
������r�� ����������.a�� • �� �����AI�C� =� � � �� � �h � � �� � �� � � ��
I e o� ���ec�
C�������� ��� �� ����ranc� �,he P�
�, ��,�i.n� ��� ��,sa���� ,���� °�' on�zac�.���.
�nlOr[k.���' ����b� en��������o� �� � �� L ���������
��,�ko���� ���,tr�����������es ��'����ar�t�ca�t �'���.�.
un��� �`��� c�a�s ��. ����� t1n� �ti��+ ��.�� + s
�n ���� �nY � ���7��� S�e��` ������ua�� �s�P��� �� o�
wa�'�c o� ��x���� �.1�� ��� ,���i�� ����! ���,���i�
,����.����� ��or� slna��� ���� ��� t�e '�
�h� ������ �k���� �'�� �t so ��°��c�.ed. ��e
����.� � ��� �������e� �' .���{�RA�C� �
���f d�x l� �
�uct� �RA� '��A���� � ���n�-���'� � � � �
EH��iS��� G�����,�� �n� � �� �c�n��� ��bl�.c
�i ��i��� �ha�� � � � � �.�� r���r���� �? �' ��
���� � �
���tra��o�� �� ����ik� �� 3.nsu���� ����
� h � �. � n�iv� ���'� � � e� �Y � ����.b Q c ov � � �' ricl��i�°�
Co�►�����t� ��� �� ��a� ��40 t�� i��u��t ��00 ��00
��o�t�� �°� � � �,c�our��- � �� � �� co��'���� ���������
��������n� ����`�� �x� � �����a ��1�C� c��r�x�������1
���� � ���� $�������00 ��� ����r��i�s o� bY
d����1 �� ��������'�� �o�� �� �,he
� ����� a�.� � � a � � � ���.
�' A���������su� � ��� � � � s �� ��� th� �m�c�a�a��t_,�'ne
a � � � ��� � �� ���k�+�i�it�2���'d g��P�.:�Y
+�iot�
to� t�i fo� ������ nc�� � ����� ��
��su�� ��o���� ���� ��
fo�����n� �Y�b����` ��.�1 ���
����,iC��3 ���, I�k b�.�
�' ��� �� �����,o��} • � �����in� ri���"� �°��+ ���
�co � � ����� a�����
+�r��� �� stx�� � �.o b�
�1a�ti��+ �
� � �e �� �'�l��i�t�3� �a���k�n s �
i � �'�
�ol�.a� ���� � �am��'
� � � ���o�m�� �� ��en� to � ��� ��t]4 t D�D -
T�a�a�3� ��
u������°�'�� ��k��'�`ie
A.
�3�� ��1
5,
6.
d�
�.
������r'�
�r �' I s1t
� ���'��v�q� .
Co��.�����
.inc��rnr���`i��t,�� �
{wl���� �l��ve�
��r�x�d ��ruc�����
�i�b��
�����: ���'� ����J�tA �� ���� r' rfi�r��� t� a� ��o � � � � � � �
� '��� N�� nt��c��; �
d�ri� �o��tr�ctor ~ ��DIL� �I
A�a�o � � �� � i � sh��� �1�7URY
a���. � ��� � � �$ �� �� ���' �z�� ur ��� ��� �, ����m��� �,����
�he ������ ���th��,��p ������� an �����I��ensive
���n�r�����zmz� ��� ��Y or�� p���u�-��� ������ r�o�
�oxt��o .��� or� �� g�� son a�� ,�t�dzfl
rxo� Zess����r���� �������ma7 � �� �r�� �mo�nt �o��� �o
��rQ�O, � �t�s��������c��n�� ��s
���FE
.t�st��-�� ���� N,5!}����� �� �� �nt���t
F�`ovi�� �3��r�� �� �IV� ��
�i� ���4 ���g���� d�� ��� �� ���'�� ��,�Z
���i�,� �°�tr���o������c���� o�x� Aar� ���� ��
cor�tr�et�,��c�� r���r ��f $� ���ctzv�� ��� �or�� a��o�����
or � tr��,��� sr�� ��°� �` ��a,�� � ��d
�%r�r. �rr��a,7s�� `�,ir�c�� ��°��-���or�������°�s ������na1�
�`� � arr� � ��l�z � ��` i r� � �Y t�� � ��z�
�� ���� �ar������rr�a���� �r�c����� ����ol�����l��o�����d
..r�� I� t1�� x�� '����i��
� P�r�or��n��
�` �R00� �
�ha��, ��' ������G
���"rris�, � ��' ��
��ve�-��� � �he �w���� ��� i'h
�°��h��� z� ��o������ r��uxr������ct���or��x`a��or
��9���e ���r- (,��� ��°� bl c��; �� �h�e,�� �'tno� ��.
� � � � ��r��s m�d� � A�� a��ac�� ���r-� s�� � �o�tx�ac�
� � r� � r � � u b � � � � ��n � h� y"'�� � c� � � A� � � �F�c����
��tb- � � � o r � � �� � c t � � � �'���o� st�a n��r��c
��r���a�t��- ��� � � ,� r � � � � � �t .� � �� �i�A� �
�. �0��� ar� �p��-at.�or��, � � � � o u� �����
A����, e r � � �
.��suraa��� ��� �NSUR
�.���r����� "�4�� ANC�
�+azr��� x�sr��- �' ND B�
�haZ �ar,c� ��r�c� ����'�� � � �� � ��� �� t ����' �'�
an � �� r�pre����� ��ch �����{a.rma��c� �'�or� ���
�f�ic� ���a��� �`�.������r� ,��������� �xx-e�wr����'
�.g��� ��n
h# ���� ��������������
���
�� � � f 6 }
City o� F�r� ��r�3�� Ta�rant ���n�yr T��a�. ����
suc� agent sha�l �e � ��1�� �ua�ifiied, �n� upon �horn
se��ic� o� �r�ce�s ma� l�e h�d, and rnust ha�xe
autho�it� anc� powe� �o act �rn behalL• o� �h�*
il�sur�nc� andfo� ��nc��ng co�n�a�y �.a n��oti.a�e �r�d
�e�t�e �ai�� ��e �i�}� �f For� ��o��ht or arjy oth�r
clai�ant� an� cla��ns t�rat ��� Cit� c�� �'or� ��r�h or
otiter claimant o�r �ny prop�r�y own�r v�ho h�s b��n
�a�nag�d, �ay l�avc: against �he �ofl�ractor t
insuranc�, afld��r bandiac� com�an�. I� the locaX
S.ns�trance r��r�sent�at�.v� i� not s� �m�ow�rec3 �y �h�
ir�sur.an�e or bt�r�dXng co�pani�st �h�n such autho�ity
mus� b� v�s�e� zfl a�.a�a� ag�r�� �� cla�rr,� r�ffic�r
r��id.�n� ir� t}�e �1�t�o����c, ��� �o�et Wvrth-[7ai1��
���a . m�e �tia�n� o� t�i� �gent o� a��n�� sha�l �e s�t
��rth on a11 0� suct� bands and ��r�if ic��es of
�nsurar��e,
C3-3.1� �0�"�'RAC'�(}1�'S DB�IGI�T�O�i��: Un��r tl�e �or�tra��, t��
�ar�tr�c�o� shai3. p�y ��� a1X maieria7.s, labo� �nd services
whc�n du�.
�3-3, �3 W�EI(i�Y �P�YR�LL: � ����i�i�d copy �f ea�h ��y�o].�
�o�r��ej,rtg payr���� �f. wag�vs �o all p�rson ��c��g�d i� wor�c o� �.h�
praj�ct �,� �.Y�� s�.�e �L• k�e �r��e�� sha�l. be fu�n�sher� �o the
Qwn�r's Y'r��7r�5��3��Liv� �r��tti kri ::ev�n ( 7} c�a�s af �,er th� cl�s�
of �a�h p�yroll �eriod. A��p�r or co�i�s of the a��].ir;abi�
�irt�.�ns,�m wage �ate� as s�t Fo��.'� in t�� �on�.ract Doc�m�r,��
s��ll b� kept pos�ed i� a��ns�i.�u��ts ��.ac� a� �h� s��e �f t�r�
�r�je�t a� a�l �im�� �u�i.nc� th� cour�� o� ��e Con#�ract.
��pies oE tlx� w�ge r�t�s wa.1..1 b� �u�ni,sh�d ��r� �or7���ct�r, b}�
the ��+r���; ti�w�v�r, �ostir,� ar�r� �ro���Li�r, o� the wage rates
s�all. b� t�e r���oG�sibilit� a� �he Cor���a�tor..
� �- � . � � ��t����c�o� � s c��Fr���{� �nr�z����r���rzor� : ��,� r�� ��act�r t
w���,��� � p^�soo, ��rsans, �ari.n�rs[��;�� ca��an�r, �z�e�,
as��ci��i�n, coro�r.a�ir��3 v� n'ti�er who is ap�rove� �o �o
busi�,ess wi�13 a�d ���ter� i��o ��ontr��� wi#�}i �h� ��t�r �o�
�r�r7����x�ti�n �� vra���r :�n���r san�.�.�ry s�wer ��ciXL�.i.es� wiil
ttiav� or shal7. ���ablrsi� a ful.l� a�era�zona� i�us����ss a��ic�
w��i�i� �.h� I�'or� +�or��z�Dai��s r��t�opo��tan a��a�. �'�e
�or��r�c�.�r �h��1 charc�e, d�L�gat�e, �r assig�r ���� office (or
�r� may delega�� i�is Proj�ct 3up���r�t��td�r�t) with �ul�
au#:13a�it� to tran�act a].l busii��s� �c�ic�ns r�r�ui�e� iri �h�
��r�o�rnan�e of t17e C�nt���k.. Thi� lacal �ut�orit�� shall �e
r�a�� r�spons�.ble to a�t �o� k.l�a �o��ra�t�� ir� a�� r�a��?rs
p�rtai±�ing �.o th� v�or'� c��v�rne� b� tl�� ��n�r.�ct� vrt�ether i� t��
��iministr��ive ar o���r�ai.se and �s s�clz s��ll �e �m��wer�d,
�hu� c3�l���te� a�� d±�3c��d� �.o se��l� ��1 m���rial, 1�1��� a�
��.her �x��ridi�uX�s� a1� clair�s �gain�� �.t�� �o*-� �r ar�y �th�r
�3-�3 �7)
�
in�tt�r ass��i���� s��h �s ����t�i���� a�e��a�� and ap�ronri�t�
��s�zan�� or sec�r��y cov�r�qe i�r th� �ro��c�. �u�h lo�al
��tha�zt� fvr adm�nis�����a� of �h� wa�k ��dcr �n� Co�t�ac�
s�all be maintazn�d unt�l a1� ��sx��s� t�aris�c�ions �xe�u�ed
as �art o� the ��n��act are compl���.
Sha�l� the �ontrack��'s princ��a� bas� o� o�e���x�ns �e o���r
tha� in �h� F�z� �oz�h,�allas �etropo��tan �rea, �o�i�icatzon
o� �h,� �an��acto.�"s a�si�n�enL o� laca� aut�o�a,t� �h��� b�
ma�� i� �rr��a,ng �o the En�3�n�e� in �dvanc� a� any w��k �n �h�
project, �7.1 �pp�o�riat�l�r sign�d and s�a���, �s aC�p�iC��lei
by the �ont��c�or's ��s�or���F�le of�'i��rs wit� �,��
�r�d��s�ar�din� tl�a� �his wrYtt�n �ssignme�n� o� au�]»�ity to �
l�cal r�pr�s��ta�iv� s13��1 i�e�o�e �aar� o� t3�� �rojec� C�r�tract.
as �hougl� bound r���ee�1� zn�� t�ie gro��c� do��me�ts. `���
il7��l'Y� a� �t��se r�qui�emen�� i� that al� rnat��rs associat�d
�tith �he ��r��ractor"s �dm.ir�is�r�t�orrF wYr��h�� �,� b� ori�nt�d
in f��thering ��� warl�, or ��h�� F�� g�v��r�ed d�.r��� b� Ic�cal
authc�rzty. This s�me r�q�i�em�r�t a,� a,�npos�d �n insurance .��7�
sur��y �ov�r�ge. Shaulc� tt�e ��ntra���r's ��ca1 x�present�tive
�ail to �erfo�r� to l:he sa�is�action of Fng�r��er, tl�e Engi��er,
a� hrs s�le dasc�eti�n, may deGrtanc� tI�at su�h l�caZ
r�pr.e��n�ative t�� z-�p1a��� �r�d �h� Enc�kn��r ma�, at hi� so�ry
dis�retiot�, s�og �l� w��k ur�#.i� a new �o�a� a��h�r i�y
sa�is�actor�t to �h� Ertg�n�er is a�s�.gn��. �#a c��dit a�
wc�rkir�g tir�� wi�� be f.ar p���od� �,n wh�ch worit stoppa��s ar�
in ef��c� �or t1�is reasar�.
�3-3 . i� V��1�E: V#n�� �f �r�y ac�i�n he��inu�tider sri�d.l i��
�xclusiv�i� ir� '1'��ran� ��unt�, 'I'�xas .
C3--3 ( 23 �
PART � � ��N�R�L �0���'��b�S
��-4 ���PE O� ��R�
S��"�'�C?3+i �4-4 S��P� ��` �'�ORI{
C�--9.1 It�T�:i��' OF ��t�'fiRA�����D����ter�.ts����gravide �for�a
�nt�r1� �o� � � �h�s� Con� t`
ra �ct ��ic� th� �'ar�k�actar ur�d�rtak�a t�
com�s3.etek us�fu� P � ��1 xn full comp�ianc� wi�.h �h�
co�atruct �r �urnish,
�e�r�y,r��nes�t� and �n��n� ��e Contra���r shalL�d���1�Fvro�]s as
d�fin�t��y ur��e�st�od L�a� sria11 d� a�l �x�r� or
provid�� �a� in �.h� ����rac� �7ocu�n��he+Owfl�� �s n��essary �a
��e�ia� work as ma� b� c�r��i��r�d by
comp���� � kh� pro�e�t � n � sa�.�sfac��r� an� a��=�k�t�b s� �ed�in
'F�� �ontrac�or �ha11F �n��ss o��e��zs� sp�cific�lly
t}��s� C�ntra�t D�c�inents,
�u�'ni.si� �11 �.�b�rt ��oks, ma�e��a1�t
z�act�ir�er�, equipn�ent, sp���a� �ervi��st at�� incke�t�a s
n����sary to �l�e p��secu��ar� and co�ng��tion �� t�xe ��4j
C�-4.� �PE�IA� �ROVi5i0I��: S�+c��3.� �ny work �ar �o�[i��.i.o��
wl��.�h �are not �inoxouq�Y� and �a��s�a���ri�]� stipu�ated o�
cov��ed b� �enera� or ���ciasho+�lci���e�� 1�e ar�}��a�di'�ior�al
1�ncum�nts "�e �n�ici.�a�.ecit or �h�s� ��n�aea�t
�rvE�osea wo�3� ���ch is not �o�'er�� b�
�o��mentst th�n ""�p�c��l �ro�is�or�s'" cov��ing ���- su�h wo�k
�riLl b� preparec� b� the �wn�r ��r�vious to th� �irne ��
receivin� iakds or prpp�sals fo� ��k�� wo��C ar�� ����ish�d to t��
�idde� in the form �� Adde�nd�.a�� �'�f�t�� �.�o trac�.�]�a� rr�ent�
shall �� ��nsider�c� �o �e � � w�it�?n �.h�r�ln.
�u�� as though ����� we�� �r ic� i r�al��
�AT4 . � a�����SED �Ft DE������D QUA�IT�T���: T�� �w�s�r �eserc�es
th� right t� al��r �h� �u�n�'�ies �f tl�� vror� to �im� wh�riran�
�r to �xt�r�c� or 5�o�t�� �nd �i1�r���t�ract�z��s�a7.� �ertorm th�
as �ound to k�� �e��ss��y,
wo�rk a� a�.�.e���, incr�ased or ����s���� �� be ��� th���25
�uc�t incr�as�8 0� d�cr��s��1 9u�nt�t�
p�rce�� of th� �or�t�inp�atec3 ��cr� �e ���� �r ia� ina7. q��n�ity
WY�en suc1� chan�es �ncr��se �
of �ny i�em ar it�ms �� work to be don� ar �na�eri�3.s��°���
i�rn�shec� b� t�e �� ?��xce�t o� mor�, t�h�n ei�h�r �ar�Y ��
c�ntract sha1� ���� w�i��er� r�quest to �he other �ar�y
enti�led �.o a re�is�� c�nsid�r����n up�n �ha� �arti�rs of t��
w��k abov� �r be1�w ti3e 25 �� ����� d c�n �� d�r�� 1 O�� �t� i�}�
Sta�ed it� ��e g��n�s�l, such
de�.�r�ined l�� �pe�iaY �gr��m�:�k �� �� h�reinaft�� p��t+idec� �ar
"�xtra Work.'r N� al�owanc� wi.�l �e ma8e �vr any char��es �n
an�ic�pated �rof zts noz shal7. �u�� chang�s b� cons�c�.��e� a�
�4�4 ��}
w���r�g �r �n��li���ing a�y ron�i_���ns or provisions a� ���
�ontrac�. Doc�rn�n�,�,
�ari��io�� i� �uar��iki�s o� sanxtar
��t�g�r�,es, sha11 i�� intar��r�te�l I�er�i;� �4�s �� �l�e;' i'� d''�'���
�ver.�l;l quanti�i�� �r s��i�a�-�r s��rer � ����i'�g �o th�
bv� nat t� th� vari��s d��kh �a�.��ori�s.�'�� i� e�ch ,�ip� siz�,
C4-4 . � ALT�T�AiYDt�� 4,�' �DA1�'RACT �]�CU!'�fEI�T�: g
�wner r�serv�s t�� r�c�ht to r�ake �ucl� chang� �n�,�tne� ontra�t
Docu��nk�� ar�c� in #:[�� chara�ter or ��a���,�i�s of tt�� work �s
ma�+ k�e r�ecessa.ry �� d�skrab�� t� irisuxe ca���z�tzo� zri i;l�� mosi
sat.i��a��ory �an��r, ora�r_�c��d s�lch cha�� �-�
����x ti�e ora,gina� Cor3k���� D��um�nt� or {� �o ��t �nat��,�al��
na�ur� oE tk�c �raj�ct �s a who�.�, chan�� th� gen�raX
cansi���ed as wa3r�iGYg a.r znva]_i�ak�,n c��ange� sha�i r,�t �e
pzovis�an af the �on�.rac�t ��c�m�nt�. � ��'� �an�i�ian or
�4�4.5 �?[TRA ��F��: #��i���naY wor�C �n��� �ec�s��r
ar�d alt�rat��ns o� �.h� �vn��act [�o�um�rit� �r o� Y by cC�artg�s
fo� oth�r ��as�ns For �vhich n�s �ua�t.a.t��� ar
C�e�tr��,� Docu��nt�, shal� f�e c��f�r�e��as �+� ar� p��vided in th�
b� p�rfarro�d h �x�ra +�ork an� �h��Y
y th� ��ntractor in ac�o��a��ce with t'r,es�
��r�tr�c� pac���n�s ��- a���rov�� �d�itions t3��r�i;o; provid�d,
E�ow�v�r, �hat l�efo.r� an}► extra wark i� ���u� �"��,ange O�d�rr'
s1���i �p �xe�utcd or �r����n �rder xss�e�3 �
t�e wark ��� �ay�rents o� ��-ed�� s a s .� h a 1, 1 be��kh� Ow���� to do
o r. more c�mhxnat��r� aF t h e f�, l lo+�inc� r��thods; ��rm2n�� �� o� i e
�- ���� k�it� pric� �r�vi.o�s1� a��rc�ved.
�- An �gr��d Yrai�r� su�n,
�= � 'r�� a�. t ua.� r, �a sc�n���e �os� og {�) Iah�r, €�� re�t�.l
o� e���.pm�n� us�d �n ���� ��w�a wc�rk �ar k;lx� r_ir�e �o
C25�C� +�t �i�'-.3C}.C1c���C� is��l����. fv'bf5t�tlCt[��`.i Ol� �il3l�'k^�C`3
curr�tlk ��iai�in?rik, ���t�� �a���; { 3 1 rn�ter��ls
+�r���r�ng p�r�na�i�:t���r inta i:��� �rr.�j��k:� and (4�
actuax cos� �� i�s��ran�� T�
����rit� a� d�t�rr�in�d ��y L-ri���wn�r ��d so�ia�
f�� �o t�� �;�r�ec� �.�or, l�ut nok �o �xr;ee��10� �F �kl��
ac�ua� ��s� o� �uc� �x rra wc��k. �h� f ixed �#e is
��� t� in��u`�� a�}' �ddit.xonal pro�it ry t�e
Cor��.�a�t�r for r8r�t�1 �� �quxpm�nt awn��3 0}� h�r� a��
u�ed �o.r t�8 ex�r� w�z-k. Tl�� ��� �f��,11 b� �'����, and
���np���r� ca�n�er����: ior� t� �ov�r �.h� ��st ��
su��rint�����nc�, r�v�r!����3, ot�r�� pr��it, e�3�r:�1
��n� a].1 o��e� �xr���sr� n�� inc�ud�c� ��� ���] F{ 2)
{ � } , a�� ( q � ab�rr�. ��F�� G�� tractor sfy��l ]cee�
����urat� co�t r�c�r.�� o�� t�t� ��r�� ��id i±ti ��� r�etFto�i
�4-4 (�}
s�g�?sL�c� ��r the U�r�ser and shal� g�v� ��e �wn�r
acc�ss k� �ll acco��n��, b�l�s, v�u��ltiers, and
���+co�-ds �r�la�i�tg �.o t�r� Ex1��a ;�or1c.
Nc� 7PC�ar�ge O�d��'" shall bc�a�� efre��ive u�tit L� ha� be�n
ap�r�vad ar�d si�ncd �y �a�1� uf the [`�nt�-a�tir�� p�rti�s.
�o �laim f�� Extr� �ork oF an� ]cind �r��1 be a].�.ow�d unl�ss
o�d�r�d an �rriting �� ��e Dwner. Tn ��se ar��t or.r��rs ��
insttu�tic�ns, �isl�e� oLaa, or written, �pp��� �,� �.he Cvntrac�o�
�o i.n�►o��►� �xtra Wor� f�r wrhich �� sl�at�ld re���v��
cortp�nsatian, h� shall� r�ak� writt�n r�ques� to t�e �ngine��
f�� wr�tt�n �rd�r� a��ha�z�ir�c� �uch �x�r� W�rk, �ri�r �o
b�ginr��ng ss�c� w�rk .
�houl� a�it��r�*r�ce arise �s t� wha� t�o?s �� doe� no�.
cor�sti��ite Extira G��rl�, a� a� �a tl�� ��ymer�t kh���o�t a«d �Y�e
�ngine�r insis�s ug�� �ts p�rLorr�ar���, �Y�e �ont�rac�or sl�al�
�r�c�er3 �r�th the w�rF� a���� malting v�+ritt��ti ��q�es� ��� writ�ea�
�rc�e�� �nr1 sha�l kee� �rr �c�ura�e a�co�r�� of �t�e ac��tal
r�a�onab�� ��st ther�o� a� �r�vid��3 u�c3�r. me�hod (���m C�.
��,aims �or ex��� wc�r]c w�l�l ��� be �a�.d uni�ss �t�� �or�tra��or
sha�l file �i� cX�im �titl� the �wn�r �,i�hi� �i�re ��} days
l�e��re th� �im? �o� ma�Ci��c� �he €irst �stimats af�e� suc� wor1�
ks don� and unle�s ��e ���im is s�ppa���d by s�tis�a�ior�r
�ror�che�s and ��r��fi�� payroYls cover��,g all �abor and
ma��rial� �xpee�d�d �p�n �he ��id �xtra �ork,
The Cont��c�or sh�l1 fu���xsY� i:]�e Qwn��� s�cl� �ns�all�t�.on
r�co�ds o� a�1 c�e�ria�i�ns Cxc�m tlti� o��c��n�1 �ontrac� D��u��n�s
as may b� n�c��sar� t� �na1�1t� tl�e O�r��r to �x`��a�� �or
p�rm�e,en� ��co�d a c��rr�c':�r� se� o� ;�.�an� ah�wing �h� a��ual
i.����11.�tian. .
'1'he r,omp�nsa��o�r a�r.�ed up�n E�r "�xt�a wor�€t wk�eti�er or n��
i�.�i�.ia��c3 b� a'ch���g� a����t sl�a11 �b� a�t�11, cot���et�= and
�ir��1 L�a�r��n� f��- a7.1 ca�f=� Cor�tractor incr��� a� � rv�ult ar
���,�t�n� l:o l:Y��.� chat��� or �xt.r� vro�l�, �rl•��t1�8r sa id co��� ar�
krsown, ��nx�vwr�f for���er� �rr un€ar�s��� �� �:k�at ��.m�, in�ludi:�g
WItM3Qk,]� li��i�:��io+�, �ny ca�ts �or d�lay, exi�n���, ov+�rk����r
rxp1�1� pY �m�act co�kF �r an� vt��r eFf�ct c�� c?ta��g�d �r
un����g�d v��rk �s � rPbu�� ar t4�e �:Ila�7��e �r �xt�ra wor�c.
s'�-4.6 �CI���7UL� OF' Q1�ER�TIOt��: B�Eor+� comm�ncin� a�y wo�-1c
utYci�r t�i� �or�r�r�c�, th� r�ar��r�c�ar shalk �ubtnit �.o tl�P �}��3:
and re����r+� t1�e O�r�,er's ����o�r�l k.her�c,�, �'"Sch����� ;��
[�n�r�tionsr" sl7s�win� ��+ ��tL'31c�ilt- L1f1f} mryt�h�� the c�a�� �E
co�nrn��sci�n a�� F�.nz�hin� �sc� oE �he major +���m�nt5 �� ���
�or���act. "�'�rr�rF� �1���� �� alsa �����+n r�i+� r�st�ma��r] r�ant_h��
cost v� wor�c ��r v�hic:�t e�t��n�t.�� �r� �o be ��cpe�r�,�. `I`h�r�
�:, �1-- A { 3 1
sha1Z b� �resc�ted als� a com����te �raph �howi�g the
��t���o�t�� pro����s �f co�s�ructio� witiy ��� tim� he3�g
pZot�:ed horiaontally ai�d th� �er��r����e o� c��n�let�or� �.tiat���
vertz�all�+. The or�;�ress �h��ts shaa_� �� �rep�r�d �n 8-If �" �c
��" she��s �nd �t 1F�ast f i�� !���,�k �� bl�:� �in� p�ints shall
�e i`�rn�sh�d ta k��� O�r�er.
�4-4.7 ��O�RE�� SCf�E�U�,�S k'OR S+�AT�1� A�i� �EWEi� �LAi�'�
�`���LITIE�: Wik�hx� ter� {X4� c�ays �arior �o sub�tissxora o�
fir�t-. �r��anth�� pr�gr�ss �a�m�n�� t►�e Can��actor, shal.�
pr,�p�r� and su�mi� t� tt�� Dwner �oz approva7. six c�pi�s of
�he scl����le in wi�i�h ih� ��n�ra�tar pro�as�� ta �arry on
the wo�-k� th� d�t� o� w�7i�[� i�e wi1X s��rt 117� sev�ra�, ma��r
ac��vi��es L inc.11ad.tirig p�o�ur�me�t �� ��.tr�ria�.�, plar��, and
equi.��ent} at�c3 th� ��nte�n�la�ed �at�s ��r �o:n�let�n� tkY�
s�me. i'he sche�u�,e sha� ��� �.n th� �orm o� � tim� s�hedu�e
���� r�a� P�th h��thoc� (CFM} tiatwark �iagra�n. As the +a��k
prog�esses, th� C�ritrac�or �h�ll �nt�� �� tt�e dia�ram t�xe
ac�ua� �rv���ss at �l�e �nd a� �ac1� �artia� �aym��t �a�rio�
or a� su�1� �nt���a�s a� di���tec� b}� ���c �ngi�e��. Th�
C�ntra�tor st�all als� revise t�i� sc�,�du1e to refX�ct �n�
adausl�man�s ir� cantrac� ��me a�gra�ed `o� the Ens�ir�e�r,
Thre� c��sies �f �t�� u�pdat8d s�hed�Y� s�aX� 1�e deliv�red a�
��ct� z,n�ervals �s d;��cted �y �h� Owr���r.
As a;�x_nir�um, �i�� con�t�u���OT7 sci�edul� �ltia�l ir�corpr���t�
a.�� work �vle�n�rs�s and ���,LV'Ltles indi�,���d �� t�� ��rv���a�
ar��1 i�r tlz� �e�hrr�cal sp���Fic��i�ns.
P�xor t� �he �xnai dra���ng o� �k�e detailed c�nstz�u�t�on
��i��dul�, t��� �ontr.a�L•or shall revi�vx tt�� �ra�� �clz���ule
wi�th }i�� Fr���ne�r t� ensur� tt�e ConL•r�,�t��#s ur�derstandinc�
oF �h� cantra�t �r?quir�rne��s.
Th� E❑7,l�wins� �uid�a,i;-ses aha11 b� ad�xcr�s� �a ir� p���arinc�
t�_he co€�s��uct�on sch��ul�:
a. �li .1�� tone d� l; �s �r�d f i�� 1, pr�j��� co�pl��t i��r�
r��t�� sh�7,� b�� c3�ve�.o�+�� �o c�n�.Earr� t� ti��
�:���sl•r�i:�ts, s��,��nc�ng �re�u�re�t�n�s arYd
��m�L�ti�n time.
b. `�i�� �onstr�c���r� r�r�c�s.; sl�a�l. be divic�ed i.n�,�
��tivi�a�s �rit� �i�� d��ation� oi ap�a��xir�a�t�1�
f.o��rt#�� {14� days ar�� co�,s�ru�tion �r,�l��s �ot t,�
�xc��� �54,�4�. Fabrr��ti�r�, d�l���r� an�i
submir_i:aL �����viti#s ars �xce�a�i�n� t� ti���
�u���Xine.
�4-4 {4�
�� � ���
� ��,� �����
���' # ��� - ��,�
� ������� �°��� � � V`������
� ,'���� ��� �� �� �c�`���'��� �� ',�� �
� �,��o� ��� ,��a �,���,� � � � n
�+ ������������� ��� �������.Y • �� �� ��a �
� �� �� � ��� �}�
� �, i �� � �. � � o � q l.
���a � � � � � ����' ��,�t� � ��te- �
c � �' ��"�� � ��� �a�+� �`� t1*� �� e
�, � ���t��'��`��� � �� � �������'� ������.�-�� �� �°Y��� �
���� ����� ���� ������ �� ������ ��� ����.x
�. ���.u��� ���,� °� ������' ���. ��' � x�����
����� �������� �� �°��� ���m���a�.
� ������`��'�� + b� '�� �, ��� � � �`� �� d
�� � ���1� ��e sP������ ����mu;� ��o�a�,�� �e
� � a , e �l�t
�* ������ ���'��� ��� ���k ���� ������te�3°�� ��h���e
�o� �� �� �r' � ����' ���g�' ���ys��'������� ��.
1�� ���e��� ���� �����.r�'����o������ ���� �• �n ���'���w���'�� �
���o������ SP� ��,� ���������! � ���{����� ��`���o �����n�� °
��� ���� ����o ��� � � �� ' ��� g�
,���1���'��e� �� ,�e�p��������� ��1��'� ��.as�
a� `�� r� ��
�k ���� � �`�������� ���� �Y�� ��n�����.,+�� r
�'�� ���f'� ���b�I �`��� l.�e����� ���c� �����s it��
����,�.k ����� ����on' ���in��� ��,d
���� �������' t��`��� t� �'�� � �� ������`��#�����+
��� �h� �k�� ��ri� � ��� ��'
��� �a������a���� � �������e�'����� � ���m��'����'
���'�� 10�4���� �e����' ��������,'���- °
����� -������xv���' ��� � ��,��od� �
� �� �� ���� .
�' ��������� � �i�� '��� ���� �� �,� �,�n a
� # �+��L� � ��� ��� ����,����� � �� � u � � � �; � " � ° k�
-�, ���� �� �����
���� � �� ��n�i ��s"-��c��
� ' � ,� � � s� ��� � -�s��`��� � ���Q� ����' ���1�1�� � .
� � �������� ���'i�P���� �� ������ � �� ��°�
* ���ta���`� �� �t�� ��'��"���
� , � ��
�"a��� ��i+�� .
� • ��,�p�
� ����
�• �,�y# ��,�
�,
�� ��er��z���� ��s
� ��+ �.ir+�� �������� ��+79.
� �7 or] _
a����� �h�� ����zp� ��
� � �������������� �� � �� t � � ���]�����.$ �
�� ��� � ����i t� x�r, ���� °�k
� ������� �� �'�°��t�.���� ���� ��°�� ��,���°����������s��
�� ��-� ��� �� h��,� �� � !�� � �� � ��A�-o�r�,� � � t � ���
��� ��� Fo��� �ha� �' � {��-� I��c����rrr �o � .s, �� �.�,� �� ��
�,I��t ��°�" t���`�'� �� �� ���t��'�" �r�� ��� ������ �d������h
c�v�x-t�rrt��� ��+�i;�+zr������� �������� ���re�� z+�������� ���,���.
�'��� ��r,��������r, �h���� �'� ,�� �.,�f �,r, �� �h�,���°��.p�� . �o
�.��t�� �� �orr,s �� ����� 4t�r��� ���b ������ ��.�,��� o�����������
:�..xc� ���� �o��d�f�d �c�,�x' �� �� ����� �}�����t������rf'
i rr� �7� � �J�r� x-���o�-�r°xxr��� ������ t� �� � �� �n
� �A�cx �'z�� � �� t,►x �� �� x � ���° �t��- �� �� ����y� � �w���.' ��+�
� Q � t.' Yrs
�.�� z �� � r�����t n ��` ���z������t
��+A������t��,� �o� ����'�
�'' z � {� � � � �� �� _
�
�;..
���`� �6�
C���������
� G���`R��' ����t ���
��
� � �� L
C� � �� ��� � �
� �,o
a� ��
�� ��������� ��� �� ������� � � �
�� p� ,�� s�► � �o�'� ���t�� ��s
�� v�� ��e "�° ���y,� � ���� ��������k�
���� ���'����' S ���,���r.'�� ��� ��� d���� kl ����� o� ��h�� � ,���e
��,��pt� �,�� ����� �,n� �� �'�+ �� � e� � �� o� � � �t�� � ����-� � ���[
�O� �� , d o �,� � x.Y► a�
��� ,�. �`������ ����� ���i�.��� � �� ����n � ���n� °��,� �����um�"�� aY
�,�� ������a�� ��e � ���o� ����'�� � ���- ����a���� r�o��'� �'�k� ��� � 9
�,'K►� � a� �` ,���� � �-�'� ���-���,�e�� � �, �� ��is�u�-� ���,��� � ��
�����,����'�e�►�� �s� ��j��r..� �°��e��►k����-,� °� � ��'� ����.���i.���,�.
������� ���������.��� ������ ���1'��������'��e� °� a����� a �°�� �.
�*� ��a��' �,� �' �c��' ��.Y�� �e � �e'�� �,� �� �n�� t��c
��n ����.�.� ��� '� ��� ���, ye4 ���r► � ��� � ��e �°n
���nP� �o��� � � ��'� � � ����, i �`�� � ��c �����, s �'�� � � w i�'n
����p�����n�3 ��� �`������`�+�e ����c�°���� �k�� ���r
t�► � r� � �
����'�'+�c�-�� +'[ti� �k�t�� ���� � � ��� �,s� � ��e���'�"��an
��� a�� +�o��' �. ��' � �' ���'� �v� '�
c� �,���,o � �o ��� a�°�� e� � � ��� tit� �� ���ak������,,
�,lr� ��� ��e ���ln ���� ��� ���� ����
��� �ne�'�'�' ��,��� �����1 �,� �� �'4i�,�� �o���� ���� ��c ��'������
� �� � �� ��� �� �� � �� ��� � � ��� � � � � ��� �� � ���
��m�� ��e� �Y+� �� ��►���,��a�� ��, �����a� �����
��'� � �cr��� � �� ��� o� � � �s �'�� �� ��� �� � �r��
��� ��`������'°�.�� � ��� ,�� 1���� �n�3� ��� �.� �� �,
��t�� ���s � ����� ��, �-�'�� ����� ������ �,
�����t��I# �� �n�����i��' ���.h ������ ���� o�t '�Y�
�� q � � � �- ,�1�0 � ���,t r �,��� ' � d�� �
��� � ���� ���� ������ ������ ������
p'� i1 � � �
�������� r ����� ���������� M �� �k������ � ��_ ��
�� �����, �� ��,� � �� : `� � � �d � ��� �� ��
���, � ��,� ���� � ��� ���,t�� ��
�.'� ��� �,� �� �� ; ��,�,� � �'�� � �.'�► � � � � � ° � �, �.'� � � � �u���'� � �
0
� y�#� ���� � �� �� ���'��s����� C���"��������� �� �-t�
� ���s �� �t�� ������' �� �P������ � ����o
� � ���� ���,� � °r► � � � � � �,n��n��� ��
p.� � ��,�� �� b� �'��
� � � � m �� ��� .
����'�� ���� ��3
�$ _�
�°��� e������b��y�T
�r� ���-} �� �� �17A; �
� �s �r �T� � �' �N
��� ���� � �� � � �
9��,��°�� �z�������������� �° d� �,���� ����J�{-
�p��.� � � o �, �� ��� � � 1� .r, ���' ���� �'� �� � � � � ����'�;
��r� �����t ��� �� � °� dz ���� �����m��� �z- �'��� ���
or� �z�x��� °�s, ����d �����`���� `�� ������ �°�zd� � �z���°�L�-���
T�� �� p,������c� ������� ����� ���� �� f � g{� z�l����.���°� � �� ����� �
o� ��� rr���c� s���� �d��d �`���i��� A�����x�� ����� �� q������
����� ��� �� �x' �� ���,��� P��� � . �� � s � c�� �� r�� � �� ��
�� d� ���� � �� �h� ��� �o °i��x- ����� ��� ���� ���o � �.i
������m�� ��� ���� C����,� � ���� ��y����r��� �����.� �o�,��� s{��� �
`���+�r ��� r� ��'��a� ���� �� ��c�r����'��� ������� ���rr ��� �� ��'�r
���+ ��� �������r� � ���' �°��`�c , ���� �� �� �� � ����� ���'�
��r� �� � � �� �°�' �z- � �' S ��� �u� � � °�s ` ���1 ��� �� #�r � ���r� � �
��� ���� �� �� ��� at ���'�1��r� �� ��'�� ���'��t �'� ���� ���������'����� �� ..
���r� ���'��� �� �x-�� ����#�� ��� h� �� �h� °� � f1������ � �h� ���-�x
�Iuo��� �f a�°�� ����������' � �� ��� ����� ������ �� ������� `��� �� �
�� x-���r rr�� r�}�A��z��� �xr�#���'�������°�' ��`'�� o,� ��3�
��r�� � � C��� +� � ���er��#��� �ofp ��,��� r � ��� , ��' � � � �� ����� ��
�� '��d �, ��A� �`�s� °�` �� ��� ��� � t�,�� �t� ��
��
� � ��r��� ��� ������N ��, ����� ��,�� � �t��� ��,����� ��' �
��� �� ���� � � � � ����`����� '� ��� ��`��������r ��� o�
� � �����'� � ���� �� t � � �; � ����� � �� �}��
,������-��� ����r���` °� �h�°x�#��.���� �� �• ����
����. ,���� ��,� • � �� rr�����
�� ���� �� � �� � ���� �� �� ]��� ��c�� ���� � � � �� �� �
�°1��x�� �� ����� Ao�����r��� �r��� ��� ����� ������� .
a�������������� ���'����v��. �x���r�����r�o�� ��t
� �z���°��r������c� ��� � . i������� ���, ����o�
'����p� °� �� ��� s� ���� ���'� h� � `��� �'����
� ��� � ��� �a�� °�" �'� ��e
��� �� ����� �,�°���� ��°������A����+���� �` ��.�_
'�st���� ����� ct�� �s�,��� �+������ �+������ ����'�?r��� s . .
��
��� �.� � Yu����� C��� ������ ��x� � ��`� ��� �9����� a,���� ��� . .
�� ���e������������+��� ����r������������� �����i������r��� _.._;��. .
.7e �`� �s, �� �,� �� �� � � ���� � _�
���� ���������� �o�� ��.r��r �"��� r* ��� s��� ��� �� � ,����
� ���z�� �• ������n���°� �� �° �{�# ���zf�����z�,� ����
a�,-���r �s� °� �' � `���z� �� ��t �� ��'s� ���p� �' �� ��d y
�t ���#� �� ��� r��� �ar�� a� �� ��,��� ��s���� ��� ,
_ ��r��,��� �� vr� �����07�����r��� ��7��� � t�o�� � �v�-�� ��� .
�� �� ���� �'z c����' �������r����`�������z�tfi�°��'s
�p�� s��� ���� ��c��{� d ,�� � �
�
` �� �
s�������� ���+������ox� ��n,� � � _ .
���� � �` �] � � � � �Ar�s�� �� r- �
�] �C� r
��
�� � a
����'� � ����� �� �
� �° ���' � �'�
�� ������o����� ��������� ' +��
���� ������'��.� �� ����� , �.� ������- �`��
�� �-'� a�� ��� s��
����1�'����c �� �,'�� � ���il-�'���� �.n
���q �. �� ������ � ���, � ���,e ���, ��,e
,�aw� �� �� �,�. � �� k � �� � �`� �.�+� � ��n t ��'��,c*�
�� o `3 ��� � �'��`� ��,a�� ��c'�° � � �t�� k�� �p�� ' �� ����� o� �'� 1
��� ��� k�,�i� ���.� �q� ,��ot� ���x � ��,��
� �,� �� � k� �,�3.� ��C�'� ���k �n'���' ,� � � ��
��+ � � � e� ���n� ���� � �R ��� ���� ' �k � �'�� � � }�'�` ���.�� � c �a��' �
�,���������� ��� p,t�� �� �� �� �+�e ��� � ��� ���e.'°� �� , '��,� �,�
�°� ��E�� � 0���� ���,� ��i.��� ����. ����� � ����
�r�_� •�� o�- �" �� t° � �+�-� � �������g� ��he��'��� ������ �� �.��
����� � ���"� �.}}��i����#.,i� �� �.1�-�� � ��i��� ������r 1���� �� � f ��
�x� ���,�'�� ��� d� ������y�a� �� �n � � �� � '�����s��� �� ���
� �s�,°���� �'� ��� °���a�'��� �����'�� ��� � ��x��'�� g��� �' ��
���k�� �� �� � ���� �� �� ������ �'�'� ��� ����� ��� ���'�'�
��s� �7.�� �� c�-°� �n� �� �rt� �i'�-����t��� ���n� ���� �-° ��y�e
��'�'�� C��`�'�� �� � ���� �`�� ��� � ��'��� �-°� �� �'��
��� ����� x� �����Y �� p����� a��� ��x������-� ��,� �=*� �� �cl���
��° ��e�� � �+�� ������ �, �,�� . � ��'� �+� '��'�� , ��' ���� � �.a����'
����e�� ��e��� ��.t��` ��n �'°�����°� ��t��'��"���.eQ��� �o� ��'��1�� ��S
� �����. �o� wx � ��kt�o� a�� ,��'� k���� � ��� ��� �na. ,�,�� ��
C��'�'�����' �c��'��� �����a�� �� �°`� ��� �'�� ������# �� ���
���m � � �,a ,� �. �� � ��� � � � a � � ��� ���,� a�
��� ����a��,���n � �� ��� n �� h �� Y�� ���,i� ��� �
c������,a� �� �°� �� ����.'n�� ������ �� ��'� d��
����,�t � ��qu������ �?�� C�- ��� ��1'���n� �`���� ���� �
��� �� �a ��� � � �ti�+ � �� � � ,
�� � px �� ���- �����. �� ��� � �� �1n� �� �a� ���;,c�
�e� �� �'����� on" �'� � ��r�'� ����d °��� �'��� ���'� ���
� ������� �o����* �� • � e�`��� �� ��� F o� ��# �c� t 1 k� ��
� r ��� � ���� �� �d ����- �� ��,a �,�i�n ���a�
�� y5-�° ����'����e���}�� �� ���ak� ���� n�� �e
�,� ��m� � �� � �r� ,��� � �� �� �
���� ���� � � ���� ��� k���������t� ������� � � ��
�
�e��'���u������, t �° ��� ��� ���1� ����������m
���' ��-� �,��� ' w ��`�' �� �'� � ��� �, �
�� � ��� ����������,�,� �� �������� �� °�'��1�1�`'���na`
� �� � �
���' �� � �� �� �����t����� ��n �� � �� v� �x`����t��
w���' � ��'`� � �o�'�' �� m��`� ��Y ,�'���
m��� � �°� �e� � �,���-��� ��t����'
o� ��� , {3� ��'n�� ��od P�
������ ��� �k��
c��'��� � ��1
�,� �
,
�����
of s�
c��� �k��
������c ��`������ �� ��'��s
����°�`�� �'������ '�� ����°�•����� ��
c�� �� °� � `� �� � �� ��� �`� �'� � �� � � �►����� sr�.F
��� ������ � ��� � � ����rr ���� b � �°�`� ����������t
���� ����� �� � �� �� ����� ��� ��� ��� ��� �� � ��r��� ��
�������x�� �� �` �.t- � ����r *����' ,�� ����r� °���������c�� ��a�����c�
���,� t�� ��} �� �s��, ��C�� �h�� o� � R$ s �
�� 4 ������� d�� ������ � �� �x- � � ��r��' �'� � � �`��'k ����� v,�r � � �� ��`
�������g� ����� ��� ����� � ���x �� "� �� ����'b���f��� ����,�� ���
�������+����� �,� ���'� ,��� � _ ���• �� �m����� �z������ ��������
��n�� �� �� a� � a� �°� �� �� 0� ���� �� � ���r °�
a � � m ,� � ��
���or��������� ������ �' r� ��� �rx� ��������� S ����� �d
���'���'� �� �� C���' �h� '����� ��� r�.z���vT�� �����p���'O
��a � z� � � �r� �'��� �`� a� ���'!� �5� �°� i� �'� •
�,y � t�� � �z�� ��9xr���� ��ox- �a� �° b �r�� � �J� ;n �san�� �zt
�°rr ��� �or� ���.t-�a �s �� ' �� to �' b� � u�� ��� A�. ����� . �r�� � �'
�o���,�a�t �������� b��� ��9 ���, ��+� ��.� ������ �r ���,����� �� �� �
i��������, �o���� f���� f��.�����-�����x���� ��d or� ��'��r������ ��
�� � � � � � ° �� � � s r �o �� ��d �� �o �, � ��� �h� � �o �
���r���'�t�r� �r � ���� ���d �� ���� t �h� �'���t-� ����� ���k ��
� � °����� ��'o ��k ���u.t�� �'� �'� r �'� b '��' � � �
� �s,� �� �v��� � ���, �� �,� � ��. � � �� �q��� ��r�� ����� ��
3 �r ������ �� ���t�� ���� � � � p�� � � ����� �� � � � � � ��� � A�������c�
F���r��� ���. �u�� ������ o� �,� ��'z� ��r� � �f�
�� r �� �� � ����. +���� �� �� 9�fn o� �
1� � �h.��.� ������ �h� ��� #�� � �� ����'�'���� r�����. ���
i������ � ��' �� ��+�r�� �''��e����'�ef� �� ��� �+ �� ��e�� `��r�
�r � � �� ����c ��� ��� ��� � ���� � �"o �+��
��- .y �����x�s�x � �� w��� �r � �rr��. � .�� �`k
���cr.z�� �kr�ho ��'�� �� �� �'������ �h� `����m�����o� ���+�t���rr
� �r� ������ ����,� ����' �;'��� °� � �' ��' I ����`r� �°� �
���� �ar���°� t#��� ° ���� �'�� ���� b�����l�m�� �A������e� ��
s���.��� �c��� °� s� �°��,r��,' ����� �r������`�,�� �° s� �'��2�
}� F�� � ����. ��t�� ��t � ��r, #��� `� t� ����
x���� -����� �'z � � ��' t� � � �� ��°� �rr�����+������ �' �,� � �r�p� � �
} � iv � � � � � f� J7 � � �7 a � �� # � � � � � ,� � �
� �c������� ,��� �' �����a�� �� ��r��� �, ��� t� � �`���� � �
���-�� ��o� '�9�r� � a1�� . �'t � ��� � t� ��°#�r��,� s�a
�` ��� �'��zr�� � ��� ��t � #�� � � � ��� s��� or
ti�� ++xh �����t ��� ��x������'a� ����`� �� �h� ������� ����.� �'��`
.������� �#�� °�� �n ���, �t°� ��7��°f� � ��x���.������� ��`t
�- �� ,�c� �� �arr�� �'� zr�����'�� �� Y ��f� � ��� �����. ��
- ��� �� �� �urr���� � c���� ��������r������r�����'o��` r �� ,
��h� ��r�� "���' � �' Ax� ����rrt °� E � s� �+� �� �7� -
�*. ��9#r�� �� �°�' ������ c� ���'�� �� ��} t� ��x��' � � ��1� �.Y
�� ��r � � �i��z� ���-� °� ��r,��� °� ,�z��������
���z��o�� ���s� °��� (17�p � ����
' { y i .
�� � f#� ��� ���� � � + .
���� �� ��� ��
�
. __., ���
�5-5.9 �N��EC����: Tl�e �o�tract�r s�a1� �ur�ish �h� En�i���r
with ev�ry ae�asanabl� �a��1 �n� � °��r�a�ce�wi��r�t�t��r�c�ui �mer�ts
th� w��k as ����cr�m�d
o� the �on�ra�t� Do��}m�r�ts. ��� the Engir���r sn r���tes��, th�
��ntrac�o� s�a�l t at �r►� �im� b��or� ac��ptanc� oL• k.h� wc�ric�
��mav� or un��v�r, �uc� por���n a��he��on�r�ct���shall�res�or�
d i r�c�.�d _ A� �e r��ami na �.i�� t
sa�d po�r���ns o£ �h� wor� to ��e atandard r�q�t�.�ed by the
Cvn��act D�cum�r��s_
S�ou�.c� �he wark �xp��e� v� �xamin�� �rov� ac�eptabl.�r the
�nr��r�ring �� r�moving ari� s�a31�b���aid�f���a������a w� k,�bu�
goo� o� �i�e �ar�� remove
shoul� �� wvr� su�cov�� �g�o � r�m�v ng�a�rl�� e� epl�� �g o�
unacc���ab��, th� ��ts �hal� b� a� �h�
a�l a��a�ent de�e�ti�r� ar d.ar�aged �
Car��rac�or' s�xpe�se. t�o w�r',� sh�ll. �� d�rs� or ��aa��rials us�d
wi.thou� s�titab�.e �upex��s�on o� i��p�cti�i�.
�5-5 .1� i���D�AL QF D��E�T��� � �has� b�e�n� �r�e � ��� ��� sh�l � �be
mat�r���sR ��r ��u��rr��r�
�e�m�clked a� r�m��e� ��� exp�ns? ��o��C��one beyo c�� tl�e �� ir��s
�h� Cont�ra��or at � la�s, exc��t �s her��n
a�,� ��ades �i.ven or a� ��ow� �� t�� �
sp�ci�ica�l� p��vxdad, ar �ny �x�ra 4���k done �a�tha�t wr.i����
au���r���r wi11 I�e corts�d��e'� as u�au�horkz�d a�sc� do�e a� �h�
�xp�n�e a� �.h� Ca�tr�ctor �«� ���or��� �� r� ov�d �� ���
� Own�� . ��rk sa done may
��nt�actor's �x�e37s�. [�pon �l�e �ai�.ur� on the �art. of the
�ot��rac�o� t� �o�npxy w�-�� �n� or.dex� a� the �ngine�� ma�e under
- - �h� �r���si�n� o� �hss ��ragraph� t�e E�gir��er w��l h��'� �h�
a��hor i��► to cau�� de f� i��d�wnrk ��� �e�remn� ���� d�h� s cost
and replaced an� ur��uil7;�r r,��n�� ��� o� �.o b�coInc� ��� �a
t%�reo� ma� be ded+��te� ���� an�
the �or�tracto�, Fa���� ��r]t �tia��L r�o� co�sti.���� a���L�tar�c�
��f�ctiv� �� unaut���riz
af. �uci� works .
��-� . �� �iJBSTYTUT�: E�1ATEkt�1�LS OR E4�Z����]T: I� �he
gp�czfica��o��,� ���, o�d�nanceF �oc��s or r�gulatiorss g��m�t
�c�r���ac�or �o tU��1�h������i�C1��a13��L��COCskrB��.���wiS�7�5��0
mat��ial o� equxp�y�� P r}ri�� �o ���
�urr�ish o� u�� a �rop�s�d sub����tu��� ����� �ap��i��tio� �o
pr��on�t=ru�ti.on cori��r��c�r `�
EN�It�E�� fo� �p�raval �� su�h subs�it�����ar�lad�q�at�ly�t�i1�
t��� t�� �r��os�d subs�.i���� � eral �..si n, be si,mi3.a� �nd of
f unet ions ea ��?+� �'�� �y 9 � �
equal subst�n�e �� tha� sp�ciEi�d and be s�si.#.ed to th� sam�
use �nc� c:apab�� of �e����m�ng t�� �a��� �u�ctior� ro ���d
s��ci�ked: anc� id�r���f]'��g aX� varia��ne�s o� �he p �
�5�5 {�}
�
�u�stktu�� �ro� �h�t specifi�d an� x�dica�x�g availabl�
mai�t�na�ce ��rv�ce. N� subs�i��te shazl �� o�d���� vr
ins�aZl�d witho�t rhe w�ii��n a�}�r�val o� �ngi���� �ho w�12 ��
��� ��dq� a� ��� ��ua�ity an� m�y ��quire ��n�ractor ko
�urni�h such �t��r �ata aboufi ��� �roposed s�bstitut� as ��
consa�e�s p�rti�e��. �� ��bst��ut� sha�i �� ord��ed o�
�nsta���d without s�ch pe�fo�rnan�e guaratr�e� �nd ��nds a�
Qwn�� may r�q�zre whi�h shal� �� ��rnis��d �t Cantr���ar��
exp�ns�. ��r�tx��tar �h��l �.�,�emni�Y a�d i�o�.c� ]���rm���s Otufl�r
and �ng�r���� an� ar��+an� c�i�ec�l�r or indir�ctlY �m �.� �� �
e�t}7er nf �h�m fzom arrd �ga�nst th� ��a��s, �arna�es, �os�es
ar�d ��pe�s�� (i�c,��d�ng a��or.r���r� f��s) ar�sing ��� of the use
a� �ubs�i��ted �taterials or equ��mer�t.
�5-5.1� �P��PL�� }��� ���Tg OR t�T�Ef�IALS: 4�h���, in ��� opin�on
�� ��e �€��ine�r, ,�� as ��l��d to� �n t��� Con�rac� ��curne��s�
t�sta o.� mater.i�Ys ar eq�tipr��3r�t are ��ec�ssaryF s�c�, kesks wi�l
bc enade �t �h� exper�s� o� anc� r;aid ��� d�r�ct to th� ���tx��
agency by �he ���,�r unl�ss �therw�,s� specz�tca�l}� �ro�r�de�,
�'h+� f�i�ure �� �he Owner to r��ke an�� �,e��.s o� rna�eria�s sha�t
b� in no way r�� ��v� �,h� �on�racto� a� his r�sp�ns�bility ��
fu,�nish�e�g �aterials ar�� equ�p�en� f�lly conf�r:�zr�c� �a tt�e
r�c���rar��nts �� ��� C�ntr�c� Do��m�nt�. 'P�s�s ��,r�d sa�p�ir,g ��
m��eri�ls, ur�3es� �the�wi�� �p�������, will b� ��rar�e in
a�c��rdancc� with �h� Zat�.�sk meth�xds gr�escr��ed �� �h� Arr�e�ican
5nci��}� f�r �'�s�znc� Mat#rials a�- s�e��Fic r�q��r���nts �� t�e
Owner. '��i� Cantract�r shali pro�ride �uch �acilities as th�
�ngine�a- �a� requ:�re �ar c�llec�ing and forward���g sant�lr�s �nd
shall not, +�Y���ut speci�xc wri�te� pe�missian af the
�ngF��er, us� �he xnat�ria�s ,�cpr�sen�ed F�y kC�e sam�les �t�til
tests hav�� k�ee� mad� �r�� �h� �at=eri��.s ap�ar��x�d �ar us�. "�he
�on�rac��ox� wii� furni��Y a��qua�e s�rr�pies with�ut �harc�e to th�
C�wner.
�� c�se o� ���c��i�� �h� ac}gr�:gat�s, d��ir�ri �a�r�irr��m� and �.}��
r�ix�r�g �anc� t�ans��r�ing eq�igrnen�� sha1Z be a
Eng�s��e� �efore ari�+ �orrcr�t� z� pla�cd, an�1�k�3��C�nta��a�
s���Y �� r�s�ons.���e �or re��aci�,g ar�� canc��te �rhich ��es r�ot
���t ��� regui�e�n�r�ts o� the �o�trac� Do��:rn�n�s. '��sts sh�iZ
�e made �� ��as� g day� g�i�r t� �he ��,a�ang o� cor���ete,
�si�3g sam�X�� fr�m the sarn� aggxega�.e# ce�n�nt, and mor�ar
w��ch ar� to b� ttsr��3 iat�� ie� �,he co��r�te. Sho��l.d the sae�rc�
�� su��a.�y c�,���e, ��y� t�sts shall bp ma�le prz�r �o �}�e u�� �,E
�he r��+a z���r�r�als .
�5-�. �� �TQRA�F, D�' l�ATE�I�iI,S: �l� rilat��iaXS whx�i� a�� tD ��
used in k.he �onstru�tion �p�ratioa� s�aX� k�� �t�r�� so �s to
sr�sus� �]�e �r�s���ra���n of t�e qual�t�� ar�� ��tr�e$s oF �k�e wor�C,
When dzx���t�� ��r t��e �n��ne�r, t��}� sh�ll b� �,�acec� on �oad�;�
pla�forr�s ox v�Y��r i�ar�, c1��r� �ural��� ��r�a��s an€i no� �� ���
C5-5 (�1
� � .
1 � i�r'^,y
�"' ♦
• i.�,
5��� ��
��ec'��c�. ����ce
� ,��e n � ,� � � a c � �
����� ►� ��������� �� �� ��� �r�d
��� s1��� ���p����� �� `��'� �� uti.�.kt���
,��,d� ����� �,����w��ES����,��.���� ���mt t��
g x ° .� �, � � s �, i. �� . p,t�'� � � t o ��, � s s �- � � t o
���`� �, ������ ���'���� � Y����' ��i�,�'���' ��s �� �'�'c��� o� M
���'�� ��T��''G ���.ln� �����na�-;�� ��� �Y�� ��.k���.� �°���,nY �a�
���,+� ���,��wn ����� kn� ���'�k°�' �, �� �' � �t��� ���v��� ����e
��y���k��'� �� �'�� �k�-� �` ��c� ° ' ��� ��� ��,d �e ��,� t��n
���, ��� �� �,�i., ����te �g ; 'L ��ri�� �,��,�.�e � �rt a1�.
a�� �� u��°� th� �'��,�t��L�'k s�'��� � ��,e ����, �t�Y �� �+�
�-�'� ��d���� �e�[��°���co�����5u�'��"°��.r�� ����� �"�'�� ��'�� �fa�����
���' �,� �n� `� �� ���n� � ��� . � ���t�2 �° � ��.��`� � t��� � � � �m� � °'�
������ w������,�.�������n�� �� �n �a��� ������ ��� c���`������,ior�
��X �������e�� ��� u����� �5 ��k�k��� �� �� ����� �b����` � �,��
�`��'����,x���'�� ��cat�.���� �� � �� ���.�� � � ' ur�� � � �� �,1�� k���n� ° �c
�`��� � ���`�� c��'�� Li��' �'� what��� � c��'�'�Y �.h� �u ������c
��,�.� �°��� c�'�`����ri� ���� ��������x�������m ������e��°�'�����
a����'���+ci.'����� ����' ������k�������' ����.o� ��
��� �t��-�����s�����������' ��� � ����� ����ti�n�
������ �������� �� ��� c�� ����� a����' ��� �� v� {������,�.l.��u��
s�'� ��� �� r �� ���.�� ���� � ����o�} � ��k�-� �� �aY��'������c��� �
�� u���'�'S � � ���t��������.����,� �.�� �� ���ct������ ta ����
�, ����'�� t ��'����x�����yaa�� ���1����°���o�-��� �������`k�� �
I ���c ���s ��c � . �� p. �ex� �,�sc���
°� ��n�� � ��.�+��ts ��1���a��n °���� ��� �����i��� ��'�� ��.Y �x�
��c�� ����d������ �t�°�'� �x�� �� � s��`�k���� �-���� �xP�°���'�
�'��`��'���xY �� ��uc�-'������,���� ��ta��"��� i���,����� �� �"����
���� }���5 r �,���s� �� �,ili�'� ��,�x���-�'°���i���'� ����������
�,i� ,��.�� a�� ���' v� 1��
� ���� � �� � �� ��� �����
�o�l����s���' ���t��������.��'�'���'t
� �'°�'� n � � e k � �
��$������� ��� �� ����k�
��,�.1���' �� �v��' ��,��1���' ������ � ��� ���es
�������� � ,���3������� ��` ��� : � k� ln �� � � ��. �� �����ce r
���5•�`� �� �x��� �x� t�� it�'������}�,��- ��' �� �i
� �'[1��� ���C � � , � L]i��'
� �,}�e �°�`t� d �°' �e����`���,� ��'� �����
�� �¢��� � ����������� ����
� Y► ��c
�����5� �� �.o ����,,
�, � ������ �����x��
CS�� (� 1
�� �� t
���o sib�� �� ��� t
t� .fr�� �'� �g ���r
� �� � �� ����At��,� �� �s ,�� �� � rr � � ,�
�+�s �� ���x� t �� t�� � �� �' t ��
�� �� ����, �r�� o�
d���� �� �t���� b� ����or��� � ���' °t- ���`����
kx� �h a�� �
�����������* ���'h����° �h� ���������� ��or� ��
d �� �� ����� �� ��� �k� ��������
� ��� ���
��� �������f� ��� ������ ��_ �+�
.Y���- �� ��� � z t
� s��,�� �x�h���.�� ��p����
� � �, o r�r�
��� ����� ����� ���� �� � ����
rs �� _ zr����� )
�'�i�� ����n � ��� �e��,���
�hor� �� ��r���� � +
�o������� �r��� �� as
�
C'or,t�-ac�� ��`��� Yo�r -
b. Adr��- �
���� �� �$S
�������� , �n � .
�� �����i����zol� ����x- ��,��t � p���� -
�`�� �U �' �ot��,�d� a�
+� ������ � ���� ����'�N,���� � ������ �� ������ ��r�, .
���� � �r � �he �IT]� O1� ����� � ��
� ����°�` ����� � °�tr��;�����`a � ���'�C������1��: # �� .
�r�st �� ��r���� ����r��� �� �9r��� s����� �� x� ��� �f� �� _
� � ��� �� ���� �� ��to� � �� �� �f��� � ���� �t��� . .
� u����+�e ��� �� ���`�o � �����m ���� w, ���� �r �����' , • .
�h�� c�, �� a��,� nt�-�� ��� � �� ��
fl, ��zg�,, � � O �� � ��� �� � ��� ����� �� ����� ��rc� �� ��e
�d �a wx�� +�y �� � ,���� �a��� ��x- -
� a r +� . �
�7 ���,��r4� + � �������� ����Y � �� ���������+ ���� �
����� r� ���' �����ar���� � ���� ������� ���`, ���
��� �►a �������'������� ��x�� ����i���� ��� ��� ��c�y
� �� ��� �� �����, ��u����� t�� ��.����o� �,���e
� �z�'� zs ��� �r� ������ ��`��� �����n �����z
�� �i� �'�n e� �e �� �
'��`, �� �� Aro �� �� �#�� ��' �'����� �� ���°� ��� �a��
� � � � � ����zr�� r ���r�r����� ����� �� � � � i���� � k
�°�' �r������+�r��,�� ���� t�� �o��� ������
��r�$������� �����Q�t�* �-
�5�� ��� ��'��� �� -
0
� ������
��� �,�c�+ ���� c� ������ �
�'�e ����e�t'° � � �.�t��wo� �"���� �°� ���
� �������� ���� � '-'��`�o� � ��� �-° ������ ���
Y e
,������ �� �e� � � �.a ��� � ���� �u� °� ��e��� � d
��� �,�� ��'� �� c��'���+� �� ���►��� ��� �`�' ����� ��d
�� ������" �� o� �� f'� � a ��' �c���' �����' ���
a��������������� e ����e�� � � c�° ����'� ������ ��
��a� �����- �� ��C ��' �x�� � �o��-� ���p� � ��e�5[ ��X�����
���'�'� ���p�� ���u�+��' ��de r �` �c�. �'� ��b� �� �°�a� �`�'gu�P���� l�e
a� �`�� ����� ��� �� �'�� �� �5" ��� ��' � ��'��+ � ���� '��'�
�,h��� � ������e��i�� ��'�����a��' �� ������ ���.�+� ��c��������3,���
����� ���� �.� ����Y � �� � p�c�� ���� � ��� �� �� �� �r+�
e�� i � i � � �, � � �, a
���������� +v� �"��t� �'���� �x�� � ����'��e�*�i.��u � ����a�P��� �.ln�
�'�`� �� ��� e���� x��'��� � ��� '�,��' � o`��� �x�� �'� ���� �,� .
� a������'��� k��� �°��� u����� �������� i���� 7.� �� x.
�a�"�� �d o� �7.1 "����� s'���e�,n t � � i��` ��,e ��o��� { � ��� ��+
��������'°� b� �'�4�� ��3�'t � � ���c+���' ��d °�' ��`'�'���� �'� � �
��� ���� � � ��� �����. ���k ���y �i �� �h
��� ������ �.� �y� ����,y�� ��e*��� �+�c����u�' ����op���� � ��
e�`� ���cio�'��r �r►� ��� ���o���� c��a��o� �'�� in�������3
���'�'������ ���������� ����`� �������k ���' ��� ���# � ����
F���'� t�� � 1���� ���e� �, �e �` �,��-��`� � ��'d � �i�� �
C� � �����- ��� ��.� ����CY � � n � ��,�� ��� m��-�k����� �'��e �� ��
��,��,���� �i�� ��� �k �� �aY�,�� w���� ��t�� � ���� �� , ��� �.
��`���� � �-�'�� w���'�� �� �� � � ��� t�'� ��� ���� �`���� �� � k�
����'��� ������s�����+�o�`� t �c� °� +�1�� ���� '��� �d��� ��
wk�, � �����. ������������ ���d lo ��� �o���� �,�'�
�u � ���n��� �,Y������ P�` �k,���. �����
�� ���� �a� ��� �� � �,n�
������� � �� �� � �� � h
�h�� �������� t�� �°�
� �,s����'��r�
���� ���
����5
� G����� � � N � ��� ��3 5���
�� � �'��A ��� ����`��
�r�,��
������� �����
��5���3�a � �� a���� �i�Y
�� ������ ���� s1n��� �,�w� �����,�c�.
E�.�'����'S K�L"�� �°�'�'�� �,�� ��'�����. 'cY+� � �ost+p�Y
���b �'��� p �r�R���'��� , ����� ��'`� ���� �'� ��� w'� ���'� � � �
������ ����� �°������'�k°���.� n�t �,�� ��9���� � �u������kr►� �°��
��,s��*����� a'�� � ��s ���� �i���'���, b���� �� m�s���� ����,������� o�
o��k�' � v���� � � f ��`�� ��c� ���'�� t�� �3.e � . ��e � ���� ���� ���i��
�� tl� � ��d� ��a� ���. ��� �1� �d � a��
� ��.Y► a� �a� �� ,� e�a��� �� �a�� � �a��'��� ��� �n�f � �� ���+ ����� ��,
�� �'�'��� �°� ��� � "'k�� ��'� ��� ��� ���k �-�' ���� �'
���'������� tln � �����n�+�� ��� e��� ����d �� ����� ' w'���' ��c
i��'°� �� �Y��� ����ts� ���� o ���� � ��� �1�
��Xe'�� ������� ��l�kr�� Xe����� a�� ���� ��d
� � �����.1� ����n��'�oY�e�' � �o����� ����'�� ��� �r+������u1
�u�� �`���,rt ��� ��� �5�� : ��'������� � �,� �'��
�,������ �,�� �`��� a� ��� ir►ci�e�' � �,�e
� ���tt�i� �������� � � ��� ��`� ������� � ��� �ce t
��,�� � �.�� �� n�� �y� �'� ��i.�� � � ��t�'� R
����'� ���, n��-����� '�°��' ,��g���'� � � a�� � � o� ����,� va��h
� ���e���'k�� �� �� ��V� ��'�' �� ��� � ���.��- �� � ga � ��� �o�`����� �u°
� ��'��� � e�l�'k��� ��`����� � �'����� ���'���o� �'�'�� ��.i�s �
����a •� ��� is � ����s� ��� �s� � ����� ������to ��� ��`��� k�, �r
����� ��r °� �� ��� � o� ��� �1 ��'� i�����e ���}��s �etiF
�������� ���v� �� �v���Y �� ��� es ���� �� ��'� �°��� Y►�� � ��'� a
�e ��' ��nt�� ���-'� ��� px �� �����n��� �r ��to� � ��� ��'� ��Y ��:
�,ti8 � � _ �.� � C���'� ��� � �� +�Yie �°� �`���� ti1s� °� p7C G
d�� ����o� � � ���� P���,���� ����s� �" �� o� �'�'� � o�� � � + ���ee�
���� 2�������d���'� � s ���� bY��,��� k�� �� ���tln��� + ���� sh
�aY � ���4e��'k��r��i������er ����e�� °� ����'��� ����en�-���.
����,'��� � �e��°��" r�'3�'�" �e �°�������������+������o�n��'��'��
��t��'�`�+���c �� � ��e� ��'� �n�1 �°��°� �`���°� ���'�� �� a���'��
� n �o
,�� �d �� � ���`e � ���'�� � b51 � ���'� �.k�e �°�� q``rn� � �� �u�� �� �
'�� ���� i �� �' �� �.� � �e�'��' �� , �-�'�� ��.� ���� i.���� �� u i
�,�� �° ����n�3 �.'� ���� �v�� � ��� � � �� k�� � ��� ��� °� ��,t
� ��� i�� ���' d ��' ��
�.h��'�°��x� ���`� �n�' �������� �`���t���'���i��naxrn�-��� ��
�����' ���. �� � ���� po���`�����.����`��
�����x����' ���t1n������Y�ln��� ��� C
���� ���� ���, ��'�` ��
Y �"�'� � ���'� i
a� �'���
���b ���
PAR� � R �E�ERAL �����TI�N�
C6=6 L�GAL RELA�f��� ��D PU��IC
R���ONSI��LITY
SECTID� ��-� L���L RE���'I�NS ��D P�HL�� ���PON�iBIL��Y
C6-6_._� �,AWS �`� BE O���R��: i'�#�� �v�i:r�c��r sh�Il at �1� t�mes
ok���rve a�c� compJ.�r wi�� �1L �'ed�zal and �tate �aws and �xty
ar�i�n�,r.ce� an� reg�iat�ons w��.�h i� an� �vay affe�t the ��nd�xct
o� �he wo�k or �t�s ope��ti.ons, a:�d sh��,�, ab��rv� and �orr�l�
wzti� �1� o�c�ers, �aws, �rdinanc�s and �egulations which ��c�st
vr which may be �ri���ed Zat�r b� E�crdies havin� jurisdictia� or
auth�rit� ��r �uch ena�t�n�r��. �a plea a� �2sund�rs��nr3ing or
ig��ranc� ��iereof wi11 b� c�ns3�8r�d. Tl�e �ontra�t�r and 1��s
�ureti�s s�all �r�demr�f�� anc3 save harm��ss �h� �it�r and a�� af
i ts o£ f i��r s t ag�nts t and �r�ploy�es ac��,i:�st �n�r ar�c� a�l �Xair�s
or li�i�ility a�z�irrg fz�m �r �aased on tne v�olation of an�►
suct� iaw, ord�r��n�e, r�gu�a�io�� �r o�d��, w�ether i� b� ��r
h ir�s�l,� o,� Y� i� e�p�.���es .
��-�. ��ERMZ?'S AND LICEN�ES: The Carttr,�c�or sh��l procu]C� 2t�i
p�rmi�s �,nd I���r�ses, �ay a�� cha�ges, costs and f���, and
give a�.l notzces n�c�s��ry and inci+���� �o ��� �ue anc� law�u�
p�as��ution �� th� wa��.
��-f .'� 1�A`�'�h�'�EI} T.?EVI�E�, i�fATFRIAL� Ai�!} PF�DC��5E5: If tk�e
�ontrac�or is r�q�x���c� o� de����� to i�se any ���i,gnr u�Cx1C�k
�at�.ria1� �r p�oc�ss cove�e� b� Z���e.r, pat�nt, o� c��yright,
Y�� sha�.�. ��ov�d� f�r such u�� by suita�l� l�gal ag���m�nt wi�f�
th� pa��nte� �r ��rner �� suci� pa�en�� ��t�er, �� ca�yrigh�ed
d�sign. �� �s mutuall�r ag���d ar�d ur�dersto�d that �it�o�t
e�ccep�i�n �.h� cor��rac� pri�es s1�aY� in���c�e all ��ya�tz�� or
��si. arising from pa���ts, ���a��--marits, ar:d c�py rights �� an�r
way in�o���c� in the work. Tl�e �on�rac��r �nd his s����ie�
sl�al� indemnif� anc� �a�e ha�r�l�ss ti�� �7wn�r �rom any arrd aII
clazzns for �n�ri�g�ment �ay r����n af �h� �xs� o� an� s���
p���nt�d design, �e�xi�e, r�a��ra.a� �� p�o�ess, or an�r
�rade-z�ark or co�}� ��.gh� in c�nne�t�on wit� �h� wvrk a��e�d to
�� per�orm�d unc��r �h�se �an�ract Docuu�ents, �nd shal�.
ind��nnif� �he Dwrnear fo� any c�st� ex�a�rss�, or da�nag� �ahic� �t
may be o}�l�ged to �ay �� ��asa� o� su�h i.nf�ir�g�mer�� �� ar�y
tirn� d�t�i.r�g t�e pr�s�cu�.ion �f �he work or a�fter cor�p�,�ti�� o�
�he �r�rk, �a��vici�d, f��+aev�r� t�-��t ti�e O�rrier wi,1� ass�sme �k��
r�spon�ibili�y t� defer�d an� anti a1� s�it� �roug;�� �or �h�
infring�mer�t of any p�t�nt c�ai�ed t� �� i���i�ged �xpor� b�r tF�e
d�signr ���� o� �o�s�ru��ior� or �aterial o� equipmer,�
�pecif��d zn �h� ��ntrac�. �o��ar�ents f�rnzsh�d t�e �ontrac���
i�� t�e Owner, a�d t� #�old �he Con�r��tor harm�ess �n a�co�nt
�f su�h s� it� . s
C6-6 (1�
�6-�.4 SAN�TA�� F���ISIO�S: �ne ���tract�� s�all �st���is�
and en�orc� among his e�p���e�s su�� reg���tions �n �eg ��d ta
��eanXines� �n� dis�as�l of �arbage a�� �as�e �s wil� t��� �o
�r�v�nt �he i�ce��io� and s��e�d �f in�ectious or can�ag�o�s
di��as�s �nd t� e�f�c�ivel� �re�e�t ih� cz�a�ion �f � nuisa�c�
�bo�� ��� wor� a� an� prope��y �i���r �ublic ar �rivat�, and
s��� r��u�a�i�ns as are r�quired by Law s�a�� �� �ut ��t�
irnx�edi�t� far�e and eff�ct b� t�e Ca�tractor. T�e necessa��
s�nitary c��u�n���ce� �o� us� of Iaborers v� tih� work,
prap�rl� seclu��d �rom pub��c ob�ervatian, sha�l ��
�o�st�u�t�d and m�in�ain�8 by t�� ��ntractar and their us�
shal� �� strxc��y en��rc�d �� the �ontracto�. A�1 such
�dCl�f�1�5 sha�� �� k�pt �n a cl��� a�d �ani�ary ��ndit�on,
free fr�m o��e�t��na�l� od�rs so �s �o� �o c�use a nuisance.
Ail sa�it��� la�s an� r�g��a��ons o� �h� �tat� o� Te�a� �nd
�he Ci�� s�ail be s�ric�ly c��p�ied with_
��-�.� FIIBLI� �AF��� A�D C0�1T���E�CE: �ateria�s a� equ�pment
s�or�d a��ut t�� �a�� shal� be so ��ac�d and u��d, and t��
wark s�ai� �t a�� times be s� condu���d, as to cau�� no
�r�ate� ��s��uc�i�n o� ineo�ve��en�� t� ��� ���lic �han �s
�a�sid�r�d to b� ab�olut�l� n�cessa�� �� �he �ngkneer. �h�
C�n�racto� is r�quired �o mai��ai� at ��� ��m�s alZ �has�s vf
�is wo�k �n s�ch a�an�e� as n�t ta i�pair ��� sa��ty �r
��n��nx�nc� of ��e �ubl��� incl�dingF ��t no� �i�i��� ��, sa�e
a�d �onv�ni�n� ���r�ss an� �g��ss t� pr�pe�t� c�n�ig�o�s t�
��e wor.� aF�a. T�� �on�ra��o� shall �ake ad�qua�� gro�fsio�s
�o rend�� reasonab�� ���re�s and �gress r�r �o�ma� vehicula�
��aff�ct �x�ept d��ing a�t�a� tr��chirtg �r pi�e ��stalla�xofl
��era��vns# at al� �riv�way crassi�gs. �u�� pravisions m��
inc���� ��idging, P�ace�en� o� �rus�e� s���e o� gravel or su�h
�ther ���ns of grovid��� p�o��r ingr�s� and �gzess ��� the
g�op�r�y served b� �he dri��wa� �s ��� �nqi���r �ay approv� ��
ap�r�gri�t�. ��c� oth�r m�ans rnay i�c�u�� th� �i�er��ori o�
driv�wa� tra����, w��h sp�ci�i� �pp��val by �h� �ngine��. Z�
�ive�si�n o� �ra���� i� app�ov�d by �h� En��n��r �� any
��c��ian, th� �ont�a��or shall �a�� arrange���ts sa��sfa�t��y
t� t�� E���n�e� �t any loca�ionr th� Contrac�o� sha�X mak�
arr�ngemen�s satisfa��ory �� ��e �n��ne�� f�r the div�rsion o�
tr�f�ic� and ��all, at hxs o�n �xpense, �rov�d� all mate�ia�s
and ����arm a�] w�.r� n���ssary F.or �he constru�tk�n ��d
r�aint�r�ance o� roadw�ys ��� bridges for su�h di��rs�.o� o€
�r�f�'��. ��dew�lks mus� n�t �e o�s�ruc�ed ��c�ep� by spe�iaX
perrn��sion oi the E�q�neer.
Th� mat��i.als ex�ava��d ar�d �he c�r�s�rx�ctian r�a�e�iaXs �uch a�
pip� �sed in the cons�ru��ior� �f th� work shall b� ��aced s�
a� r�ot �o e:��3ange� th� w�rk or ��revent fr�� a��ess ta a7.1 f�ire
h�drar�t�, f ir� ��a�r� l�oxe� t po� ic� �al L bo�c�� , wat��r v�l�►e s t
C6-f f 2 1
carried �n in s�ch �anne� as no� to in�erfere wit� th�
opezatzo� �f L��ins, loading o� u����din� of �ars� ��c. Oth��
�o��ractors a� th� Own�z ���, f�r all pu�p�s�s re��ire� b� �h�
�on�ra�t, ��t�r �pon �he war� a�d ��e�ises u�ed �� �h�
Contrac�a� a�� �hall �� p���id�d ��� ��asona��� fac;lit�es and
assistan�e E�� th� �o��1e�i��x �� adj�zn�.��g w�rk. ��y
��di�i4�a1 grounds d�sired b� the C�r���a��o� �o�e his use shalX
h� provic3e� by lzi.r� a� �Sis own �vs� and ��s���s�.
�fi-� . 7 RA��4�I�Y CFtO�� �h�GS : �t�en tite wo�k encroac�es u�an any
xxgi��-of-way �f an� -�ail��y� th� �it� +�ill ��cu�� ��e
r��c�ssa��+ eas���n� �c�r th� w�rk. V�i��re t�� ra��wa� ��ack� are
to b� c�vss�d, t�e �or�tra�tor. �hall ob��rv� ��� �h�
�����,,tior�s ar�� ir��tru�tians of th� ra���r�y �am�an� �� ta th�
m��Y�vds �f perfo�z�ir�� tf�� wor�C anc� t��� a�1 �re�a�tians fr�
sa��ty oP prop�rty and ti�e pu��xc. �l�goti��ions wi�h t�e
rai].way co��an��� �o� p���nits sha�.� b� d�rt� l�y ari� �hrouqh �he
�i�.y. '�h� �an�rac��� sh�11 gi�e �he C��� no���e rrat less �.har�
fi�re c�a�s prior ta t�� ��.in� o� his fn�en�i��s to �e�ir� wark an
�ha� por�i�r� �f �h� pr�ject +�hicin �s r��a�.ed to t�� ra�lwa�►
p�:oper�i�s. Th� Cantra���r wi11 not b� gi�en �xtra o�
a.c�ditional coz�pe�rs��t.�on for s��h r�ilway c�ross�.ngs �n�.�ss
s�����ica�l�r set �or�h in �h� �ar���ra�� ���ur�ents.
C6-b.� �F��tRICA]��5, S�TARi�IN�� A�i� V,'A'�'�F�M��3: V�'h�re the wo�k, is
�arri��l �r� �n �r ��jacent �o any s����t, a��.e�r, �r public
pYac�� the Cor��rac�s�r s�all a� l�is owfl e�p�ns� f��r�isht �r�ct,
and �nai.n�ain su�h barricades, E�nc�s, ].ig��� �r,d dar�qe�r
sig��ls, sha�.� provi�e su�i� watchrc��n, and sha�.�. ialr� al� s��h
oth�� �Sr��au��.��ar�+ m��sur�s fo� t�� p�ot��tion o� p�rsons or
prap�ar�y a.nd of �h� work as are n�cessa��r. Barric�des anc�
f�n�es shall be painL-�d �n � colo� t��� +�i�l be �risx.b�.� at
nic}h�. �'ror� s+�nse� t� sun�i�� th� �c�n�ra�ior shall f�xnish
�nd mair�tain at l�ast or�� �asil� �ra.sk��.e �;�rning �ight at �a�h
ha�ri�a�e, A�u�fic�ent r��rnber oE barricad�s ���1� b� �r���ed
�r�d r�air��.ain�r� to k�ep ���des�.rians aw�y �ramt and r�ei�icles
��v�n t�erng c��riven an o� into, an�' worSc u�rl�r �ons�r���i�fY or
l�eir�g rna�ntairied. 'P?�� ��n�rac�o� s%all. fu���s�, vta�chmen a��
S�ee� �l��z� a� their ��spect�v� assigr�m�nt� iri su�fi�i��x�
r�umbe�s to �rotect t�r� war}� an� gre�r�r�t acc���r�t or darnag�.
A11 in��alla�i�r�s and p��c�d���s shall �e c��,sister�t wi�h tf�e
pzovis�nns se� �orth xn ��e "`I�B� '��xas ri��n�al on Unifors�
T�a��ic Coflk�ol ���i�es ��r S�reets ar�d Hi��ways"' �.�sued �rn��r
�k�� �,utharit� �� �h� "S�a�� �f T��as Unf���m Act F�egula�it�g
�ra���c o� fii�i�ways'", co���ieci as A���cl.� 67Q1d [��ran�s Civ�1
��a.�ut�s, p�r�ir��r�� sections t�e�ng �ec�ion �]4s. �7, 29, 30 an�
3 �. .
C��6 I�)
T�y� �ontracto� wii� n�t r��ov� any ��g��atory ���n�
in�truc�ional �i��, ��r�et �a�e s�gn, �� a�h�� sign w��ch ��s
b�e� erec��� by ��� �i��. �f �t �s d���rm�ned� �ha� a sign
mus� b� �e�oved t� ��rm�t r�q�ir�d c�nst�u��i�n, the
��n�ra��or s�al� co�tact ��e �ra�spor��tion an� Pub�zc ��r�s
depart��n�� �igns and Ma�k�ngs ��v�sio� �p13�rie n�mb��
878Q-8�75}, to �emove ��e �i�n. In t�e ca�� o� ��gulatory
sign�F �he �ant�actor mua� repl��e th� perman�n� s�gn wi�h a
t�mporary sig� �eeting th� �equir�men�� o� th� above
r�f�rencec� m�n�a]. a�d s�ch �em��r���► �i�n m�xst be ins�aZlec�
prior �� �t�e remo�►�i �f ��e p�rm�r��nt sign. �f �h� tem�orary
sic�n is r�at z�s�alled corr��tly �r if it �o�s r�o� me�t �h�
r�q�ired s���i�ica�ions, the per�t�r���� si�r� �Y�a�.l. k�� l�ft �.�
pla�e �xn��� the �.�7nporar�r sir�n �equi.ar�m�r�ts a�� m��. when
cons�r��t�vn w�r.ic is compl�t�r� to �13� ��tten� tha�. t1�e
p�rma��r�t s�.gx� cat� iae re�ins�all�d, th� C�n�rac�or shall ac���n
�on�a�t th� Signs �nd �iarki��gs �iv�s�.on �4 ��-ins���� �he
perr�an�nt sign and sh�11 lea�re h�s t�mporary sic�n ir� p].ac�
un�il �uch re-�r�stal�atioi� i.� co�pl�t�d.
Th� �ontra�tor wi�l !a� h��c� r�spnr�s�ble for a�l damaae t�r ti��
wark o� �h� publ.�c du� t� ��i�ur� �� �a��f�����, signe,
��nc�s, la.ght�, �r wat�hmen �� prote�t th�m. When���r
�vide�c�� a.s found �� suc� d��tage �o ��� wor� th� �ngir�eer ma�
ord�r tl�e �a��ged po��i�n �mm�dial��1� re�n�ved �nd ���lac�d l�y
�h� C�r��racto� at �he C�r��r�c�.or's owr� ��rper�s�. �h�
�antrac�o�r's r�spo�s�.�ility ��� �i�� mazn��r�an�� of barric�cles,
s�gns� �en��s a�d �.igh�.�, and for pr��id�r�� watcl�r�en s?�al� n�t
c�a�� �nti� �h� �rojs�t s1�a11 1�av� b��n �amp����d �r�d a��ep��d
�y ��e Dwr�e� .
�Io com��n�ation, exc��t a� spe����,cal�y prvvi�,ed in t��s�
�ant�a�� ��cu�n�r�tsi FT1�� b� �azd t.o ��e �ont�act�r f�r �k�e
w�r� and rttat�r���s inv�].ve� ir� th� consL�ucting, pro�iding.
and mai�t�i,nin� ot k�arricades� sig�xs, ��nc�s, ar�� 1i.gl��.s �r
��r sa�a�i�s of u�atchmen, ��r the su������n� ��mova� �nd
dispasa]. af suci� k��rri��d��, s�c�ns, ar �vr a�y othez
ir,��s��n�a7.� r�e���s�ry Par �lti� pro��r prote��ion, sa�et�, and
�o�v�nie�,ce o� �he ��bl�c du�in� the c�n��ac:t p�ri�+3, a� tl�i.�
w�rk �.s �o�is�d�ared �o be sub�ic��.ar� �� the s�veral i��ms f�r
wh�.ct� u�,3.� or �u�p s�� ��k�e� a�e ��q�e���r� in �he �roposal.
��—� . � ras� o� ��c��astvE�_, E}RQP WEl�F�'�', �m�. : �r���i� �r��
Contra�tar �le��. to tt�e �x���siv�s, dr�� wei.gh�, et��., in f.h�
pr�se�ution of �h� +��rD�, t�� utr��st �a�e �ha�l k�� ����cis�d a�
a�ll time� so a� not �o �nda�ger �i�e o� �rope���. Th�
�or��r��tor sha�.l nat��y *he p�r�ger repres�n�a�i�r� �f a.n,�
�ubli,� servic� cor�or��i�n, an� c�mpae��, incl�vid�al, or
u t�].���, �nd �h� �wn�r, no� l�ss fchar� t�aen��r--�our h��rs ir�
���� €5)
advan�� o� �he use of an� ac�zvity which migh� dama�� o�
�nd�n��r ��teir or hi� ��oper�� a�an� �r �d�a��nt Lo t�� wo�k.
���r� t�e use o� �x�losiv�s �s to �e permi�ted on �he p�ajec�,
�s sp��ifi�d xn the ��ecial �ont�act Uo�um���s, o� t�� use o�
�xp�osi�es �s r�q�est�d, t�e Co�trac�ar �hal� s�b�it ��tic� �o
th� �ngi��er in wri�i�g twe�t�-�a�r haurs p��or �o comme�c�ng
and sha�� furnis� e��d��ce ��tat �� has in��ranc� �overa�e �o
pr���c� against an� ��ma�e� andf�r inaur��s �����n� ��t of
such use of expla��v�s.
AlY ��a�ms �risin� out �� �he use �f �xglas��es shall b�
i��estigate� a�d a writ��n r�p�r� m�d� b� ��� �on�ractor's
insurers �� th� �ngineer w�t��n �en {101 days ait�r r�c�ip� oF
wri�t�� no�ice o� tne c1ai� to t�e ��n��ac��� €rom ei���� th�
�Y�y or �he c�ai��nt. �h� �i�y s�a11 �r�ce�� �a q�va notic�
to t�e ��ntrac�or �f an� su�h �l�im. The u�� o� �xp�osives
rna� �� sus�e�d�d b�� �h� Engi�e�r i� any compl��n� �� r�c�ive�
and suc� use s�a.1� n�t be ���um�d un�il t�� cause of �h�
com���in� ��� bee� a�dressed.
Wh�nev�r e�plas�ves a�e st�re� or �e��t ��e� s�a�� be s�ored
in � sa�e an� s�c�r� manner afl� al� storag� ��ac�s sha�� �e
�lainly ma�eked "€�Ai��F�tO�J� E�{PLO�Zi�E�" ��d �h�a�� C�e �snc�er the
car� o� a�nm���ent watchman a� a��, times. �1� ve%�cles in
�rhi�h ��pZ,osiv�s a�� b�in� trar�spoaet�� s�a��. �e p�.ain�y m�rk�c3
as r��n�Y�ned abo�r� an� sh�ll, insa�ar as p��sibl�, r�ot use
heauy tr a�� ic rot��es .
CG-5.�� �E}��4 WITH�E� ��1��MEI�T�: �Jh�re the work passes �v�rf
�l��aunh, or ir�to p��.va�e p�o�e�t�, �he ��rner wi.l� prov�ide such
�igh�-�ofT�a�y or �asemen� �r�vileges as t�e �a.�}� �a�r �eer�
nec���ary �o� �t�e prosec�ti�n �.� kh� wark. Any ad�x�i�naX
ric�h��-of-wa� �r wa�k ar�a �onsidered r���essar� i�y �.he
��ntra�tor sha�l �e ��ovided by ��m at �,�s owe� �xpe�se, 5u�1�
�d��ti��na�. ric�h�s�o�-s�ay or work area shall b� acq�i�ed �ar
��ti� bene��t of tt�e Cx�y. Tk�� ��ty sha�l �e noti�ied ir�
w�itin� as �� the ri+��t� so ��quir�d b����� wo�}c b?gins in �.i��
�f��c�t�c� a�ea. '�n� �ontra�tor shal]. not er��e� uac�« pr3�rate
prop�r�� �or any gur�ose w��h�ut hav�r�� �reviaus�y �lata�ned
���missi�n from �h� owri�r o� ��ch prop�r�y. T�a �antractor
wi�� r��� b� �llaw�d t� sto�� eq�tipm�n� or rna��risl on �rivat�
�roper�� u:�less �nd until, t%� s�eci�i�d a�prova� a� t��
�rop�rty owr��r has ���r� se��red ir� �rriti.r�g b�r �h� �ontr�ctor
a�d a�o��► ��rnis�ed �o t�� EMg,inee�. Ur�less ape�if i���ly
�ra�rid�d o�li#�.wi�e, th� �ont�ackor. ��nall �l�ar a�l
r�c�i�t�=af--�a�y �r �asem+�r�ts of obstr�c�ians whx�h r�u�t �e
r�snov�c� �o ma1�� �a�sible proper �ro����ti�r, �€ the work as a
p��� o� th� proaect ao�s��uctian op��ations. '�he �or�tr.actor
sha�.� be �esgor�sib�e for �he g�eservati�n af �nd s�a�l u��
C6-�i ( � )
eve�y �rec�ution �o ���v��t ���age �o �IL �r��s, s�ru��er�t
��a�ts, Law��, f���es, �ulv�r�s, curbing, a�d �11 ok��r t�pes
af �tr�c�ure� �r ����o�����n�s, �o �1� w�t�r, s�wa�, an� gas
�in��� �o �11 ���duits, n•�e�h�a� po�� �in�s, or �p�u�t��anc�s
�����a�t inc��din� th� cons�ruc�ian o� ��mporar� f��c��, and
�o a1� ����r ��b��� or pr��at� p�o��rt� al��g a�ja�en� t� �h�
���k,
The C�n�ract�r shalx �ot�fy the �ro�er r�pr�sen���ives of
�w��rs �r a�eu�an�s o� �ub,li� ar ����at� 1�nds o� int�rest in
��r��s +ahi�� m�.gii�k be af�ec��� �� the w�r�. S�t�� not�ce shall
be �ade at ���st 48 hours �n a�va�c� af the ��ginnzn� o� t��
�r��lc. �]�tice� sha11 be ap��,icab�e t� i���Y� p�t��.i� a�d p,�xvat�
u�i3.�ty com�an�,�� or a�y �o��ora�i�n� �a�p�n�, ind�vic�ual, o�
othe�, �i�her as o�n�r� or a�cupar��s� wt��oae �a�d or i,nt��es�
i.n �at�d miqht af��c��d by �h� wozk. Ti�� ��ntra��or. sha�1 b�
���po��il�le �or a11 daanag� o� i.njury �� pro��erty �� a�sy
charact�r r�s�l�it�c� ��om an�+ ac�, omis�io�t �eg�,eckr or
mis�or�d�ct �� L•1�� mar�n�r o�e ����od o� �xc��stion �� the work,
or at ar�y �ime c��� #,o d�f�c�xve w�rlc� ma�e�ial, or �q�ipm�nt.
i�h�n �nd wher� a��r dir�ct o�r �.nc��.r�c� or ����tr� is dor�� to
�uk�li.� ��r pra�ate �arop�er�� on accax�r�� o� an�€ �ct� �r�issxo�,
rte�l�c�, �r misconduct in ��.� ��c�c�a�zon of �h� war�C, ar i�
co�����et�c� o� th� non-e��cu�i�n ���r�o� on �.h�� �art �� �h�
��ntra�to�, he sha].1 r�st�re �r ��ve restar�d a� his ��r� ��s�
�nd ex��ns� such p�r�p�rt� to ���rtd�itio� at �eas� equal �.�
that �xistinc� b��o�� su�h �a�nac�� or in�u�y was do�et b}�
���azra.ngt r�i�uilding, �� ���e�wis� repxaczs�c� anc� resto�inc� as
r�a� b� di.�e��ed k�� t�r� C}+�r�er� �r he sf�a�.l make goac� �uc�
da�rages o� i.��u,r�r i.❑ a r��nn�� a�cep�a��e io th� own�� o.� �h�
��ope*�ty an�. �h� Fngkn�er.
AJ,l ��n��s �r�cnunter�d and re�to�r�d duri�,g car����uct�on of
��tis �roject �ha�l i�� r�storcc� �.o �h� or igi�ia� ar a b�tt�r
�ha� or�gx�a�. cor�d��ion �por� �ompl��ian of t�ris �roject.
T�t�en w�r� f��c:ir�g, ?i�?�er wire �es� �r bar��s� wi�e i� to b�
cross�ri, t€�e ��ntr�cto� siY�l� �e�t cro�� [�r�c�� �ps�s �n
ei�her s��e af perm�r,er�t ��ser�en� b��ore ��e f�r��� i� ��,�.
S�ou�� ac�cii��ona�. fe�c� �urs �+� ne��s�ar�, �h� �ontractar
sha��. L��o�ricie cross br�c�d �os�� a� poi,a�� o� �he pro�osed
cut ir� �,ddition t� the cross b�a�ec3 �asts providad a� th�
p�r:�an�_n� ��semc�nt� lxmi��r b�f�re t�e €ertca is �ui_-
T�mp�rar. y��n�in� .���1� k�e err3c��� �n �L�ce o� �t1� fer��is��
rem�v�d wh�ne���r ��,� +�or�C �s �a� in p�v��ess and �rl��� �1��
�ite is vac�ted a��rni.ght, �n��or at a��. ���es �� p����r�t
liv�s�ocic �rom erst���ng th� construc�i�r� area. T�r� cost �or
fen�� r��nov��, �em�orar� c��sur�.s ���i r�pla��me�� shall be
subsa.c3iar� �a t�� vari�us i��ms bid in kl�e proj�c�
��-6 �7)
�ro�osal_ Ther����e� no sepa�a�� �a�m�nt �13a11 �e allowed
far an� s�rvice a�so�ia�e� �i�h �his wo.rk.
�� �as� of fa�1�r� �n �h� pa�t of ��e �on�zactvr to �e�t�r.e
s��� pra�e�ty t� ma�e go�� �uch damag� o� injuryF �h� �wner
�ay� �po� 48 hour w���ten nat�ce und�r o�dznary ci���ms��nces,
and wit�out �ot�ce wh�� � nu��a�ce v� haza�do�s co�ditia�
r�su�tst �ro��ed �o r�pair, ����xz],d� �� o�k��rwzs� res�or� auch
�roper�� as may be cle�e�mir�ed ��r �l�e �wn�� to b� r��ce�sarY.
and �h� co�� ti��r�i�y �r��.� l�� d�d�c��d �roc� an� m�ri�es du� o�
ta �eco�te dUe t�o t}�e �ant�ac�or und��r �nis �ontract,
�6-6.11. It�DE��i��J��1T CON'�RA�T�#�: it is ur�d��stoor� �nd ��L��d
�y t�h� �arti�� h�re�o �.�a� �antra��.o� �hall ��r�a�m �11 s�oric
and s�rv�.c�s h�r�und�r as an ind���nd�r��. �antr.a�tor, and not
as �n o��i���, �g�n�, �ervanl•, a.r �m�Lo�ee a£ �he Own�r.
Cor�tractor sha7.� %a�� ��ck_lusiv� �on��al o� ar�d �he �xclusiv�
right �o co��ro� �h� �1e��i�.s a� al� �he wo�lc ae�� se�v��e�
�erfor�ed �ere�ndert a�� all person� ��r����xnq sar��r �nc3
s��ll be �ole�� �espor�sible E�r ��� ac�s and �mk���xor�s �� z��
offi�ers, ac�e�ts, s��vants, em�ala�e�s, contracto�s,
sul�contra��o��, �icense�s anc� �r�v�t�ea. T�� doct�iri� �f
�e�pond�a� sup�r�.a� shall n�t app�y �s �etwa�n Owner �nd
�or��xacta�, its o��i��rs, �ger���, er�a].a����, ��n�r���prs and
�ub�ontract�r�, an� ��L•i�z�� �er�in shall �e c�nsl:.ru�d as
cr�a��nc� a��rtr��rs�ip �r �o�r�� en�er�ri�e ���we�r, Own�r and
�ar�tracL-or.
�6-�.1� �O��RAC'�OR�S RE�PD�ISI�I�ITY �'O� DAt4SA�� �LA��'15:
��ntract�� �ov�nan t� ancl ag�e�s �o, �nd c3oes k����by i, etd��nn �. f y t
h��.� harrnl�s� ar�d �ef�nd Owner, ��� �f�icers, agefl�s,
��rvants, �nd �m�l���es ir.arn an� �g�ins� any an a1� cl��.r�s ��
s�xi.ts f�r pro����� �am�+�� o� l�ss andfor ����ona.l LnjurYt
inclu�3inq d�at�, �� any ar�d al� per�ons, o� wh��s��ver. �ind or
�i�arac��r, wh�th�r r�a,l. �r a�ss����d, �rising out ot o� in
c�nri�ction wa�h, di��c�ly �� �ndi��ct�.�, ��e w�rk ar�d �erv�c�s
ta be �aer��rmed �Ye�eur�d�r by �on�ra�tar, �ts a€ficers, agen�s,
�mp�oy�es, contr����rs, s�s�contract�rs, �ic�ns��s ar ir�vi��esr
wh��h�r or no1: �ause.�, in who�� or ir� pa.�t, ��r al��g�d
r��g�igence on �he �art of otf�ce�s, �ge��s, servants,
�r�p]�a}�e�s, co�t�ra���rsR su��on�rac�ors, ����ns��s and ���iL•�es
of the pwner� and s�id C�ntractc�r does 9������ covenan� and
a�ree to assur�e all liability and r�s�onsibilit�r of �vrr.er., i.�s
of. f�c��� ag�r�ts ��er�ants an� �r�pl���es F�r �raper t� dama+�� o�
],oss, andfor pe�a�n�� i�juri�st ir��luda:�g d����r, to ��� and
a�l p�rson� of wh��so��r�� '�ind o� c�raract�r, v�h�ther r�a� a�
ass�rt�d, axisi�rc� o�� of o� in �onr��ct�.on wi.th, di�3c��.y nr
rndire��ly, th� w�rk �nd �ervic�s to �� ����orm�d �er�under f��
C�ntrac�or, i�s �L•�ic���� ag�n�s �rnptoy�es, car�trac�o�s,
subcon��a�tois, 1ic���e�s �n� �nv�te�s, wl���her �z not �a.�.se��
�6-6 {S)
in wh�l� �r in �ar�� �� a�l�g�� ri���x��ry�� o� offi����t
ag�ntst servants, einploy��s, �ont�a�to�s, subc�n��actors,
l�c��sees or x�v�t��s �� the Ow�er. �on��a��nr ��k�wise
co�e�an�s and aqr��� ��� and doe� h�re��, ���emnify a�d �ald
harmle�� Owne� ���� �nd a�airist any and a�1 �nj�ries,loss or
dam���� �� �ro�e�ty �f th� Ow�er �,ur.zng �.h� ��r�orrnanc� a� ar�y
of th� te�r�s �t�� condit�o�s �f �his ��nt�a�t, w�eth�� arisi!��
��t o� or in �onnection wi�� o� r��ul�ing fron�, in w�o1� or in
�ar�� an�+ ar�d a�1 al�.�c��d a�ts �� nm����an� af of�i���s,
agents, s��v�r���, e���aye�sF �ontra���rs, �ubc�n�.ra�ta�s,
���ens��, �r invit�e� o� �he D�e��,�.
�n �Y�� �v�rrt a wr. it��n �].azm �or ciar��g�� agains� the
�o��ract�r ar x�s suR�contra�to�s �emains �tnse��led a�. �.�ie tim�
al� vr�rk �n th� �roj��t �as }�e�n �or�p�e�e� to tl7e satis�act3on
of �h� Director of th� vJat�� �epartm�n� t as e�rid�nced by a
€ir�a7. ir�s�ec�io�, �i�al �a�r��rit t� the �ontra�t��r shal� �ot be
��c�r�rnen��d �y th� �ir�c�or o� �he �ate� D�p��t��nt for a
p�� iad of 3Q �ays a���r ��� da�� o� s��i� f�,r�al �n�pec�.i�r� ,
uniess tY�e �orr����tor sha�l s�brni� �v��tten e�i8�n��
sa�as�ac�ary �o tn� Di.x��fiar tha� �.h� c��irn has b��n s�ti:lec�
and a��l�ase has b�et� ob�air�ed �ram th� clai��ar�t ��vol�x�d.
T� �he �l,�,im co���rn�d ��r�ains uns�tt�.�d as o� �h� e�cp�r�tion
o� th� al��v� 3�--day pe�i�d, �Y�� �antrac�or ma�r �� c���m�d �c� b�
en�i�l�d to a s��niTfie�a7, payroen� ��r w�rk cornp����c�, su�h
serni.--fznal paym�r�� t� h+� iri ax� amoun� eq�a�, to ��e ia��l
dalla.r a�o�tnt the� du� le�s �he dollar val�� a� ar�� wr���en
�lazrna p�ndi�g agains� the �ont����.a� ari�s�ng o�t af �he
�aerf�rmanc� �� �uch w�rk{ ar�d st�ch ��m�.--final �a�r��n� may �h�n
b� r�comrEt�nd�d l�y the Dire�tor.
The E��.�c�c��r eh�ll n�k r��arnm�nd fir�al. �a�rmen� �a a�on�rac���
again�� wlz�m st��1� a claim Eor damay�s i.s ou���anding �or a
�erko� o� six m�nths f.ollowa.r�g ��r� �at� o� the acce�tanc� ��
t�� wv�3c pe�e�or�r��d unl�ss ��� Cantrac��r subr�i�s evideflc� xr�
writing sa��s�ac�o�y ta the �ir��tar t�at:
L. '��� ��,aitn #�as been s��Lled �nd a r�l�as� t�a� b��n
o�ta�n�d �r�m �1�e �1�ir�ant inr��lvec�� or
�. �oot� �aith �ff�r�s l��va l�e�n �nar3e �o s�t��� such
��tstan�ing c�sims , ar�c� s�t�h go�d �a i�h �f f�r�s
have �ail�d,
I� cond i t io� (�} abov� �s m,�� a� an� ki�� wi�t�in tl�e ��� month
period, the �i��c�o�r �ha�.l r�carr�r�erid ��,at the E�nal �ayment t�
th� C�ntract�r b� lrtacia_ . �� condition ��} abo�r� is m�� �� �r�y
�im� �ri��ri.n t�e sa.�c �non�h peri�d� }he ��r��to�c m�y rec�mm�nd
th�� tt�e �inal �,�ayr�ert� �o ���� �an��ract�r �� �nade. z�t �k�e
�6--5 � 9 )
exgira�i.o� �� the ��x mor���r g���c�d the Dir�ct��' m�y r�c�m,rnend
�l�at �ir�al pay�n�r��. �� �ad# i� ail o�h�r wor� has �eer�
p�rforr��d �r�d a�l ot�ier obl.i.gatian� �� �he �an��a��or hav�
b�en �n�� to t3�e sa�is�ac�io� of t�Y� D�rector.
Th� D11 �C�OC �a�� if }�� d��ms it �pp�op�ia�e, r�f��s� �a a�c���
b�ds on otl�e� 1�at�r �epar�ment Cor�tra�t wo�k £rC�rn a C�r�tr��to�
ac���n�t wY�or� a�Z�ir� �or dam�g�s is outstar�dirig as a r�su�t of
wnrS� p�r�orm�d �and�� a �ity c4n�ract.
C G-� . 1 � ��I�TRRC'���' � �LA��3 �'OR ��MA�E� : �h�uld the ��ntr��t�r
ciaim �om�e�sa�io� ��r an�t allege� ��mag� i�y reasorr �f ti��
��ts or omis��or�� o� �h� �WfT?�� h� ahall +�ithin ����e c�a�s
a���� th� actuai �ustainrng o�f suc� ��.��g�d ci�rnag�� m�ke a
wri��en ��ater�e��� to ��e Eng���er, ��tti�g nu� �n d�t�il the
r�ature �� �l�� a�1�g�d damager �nd �ri or b��ore tE�� �5th day o�
�h� r�onth succe�di�c� tk�at in ��t��Y� �ny such daz�a�e rs cl.��med
ta ha�re be�r� susta�ne�, the �:on�rac�ar s�a�l fi�� with �h�
�ngin��r �n �.t�mxzed ��at�men� o� t�e d�taS.ls a.nd arnour�t ��
s�.tich �l��g�d da�nag� and, x�pan reqt�est, shall gi�r� �i�� �nc��.r�eer
a��e�s to a�l �ooks of a�c�u��., recei�ts, �rau�t�ers, bi�X�s of
la�]��g, ar�d o�her boa�Cs �r �ap�rs con��it�ing any e�ri�en�e a�s
�o tY�� a�o�nt of such al��ged datn���, Un��ss s�ch sta�.e�ten�s
s�na].� b� �i�ed as i�e:ein�t�o�te req�a���d, tlY� �or��r���o�'s �l.afm
�o� �o�gensat�ors ��all �e �tai�red, �nd h� �1�a�� r�ot b� er�t�t��d
to pa�r��nt �� accaun� of su�Y� c���ag�s_
C�-� .�.4 A�JUS�'h4�EV'� OR �ELO�A`.rIQI� OF PE]�LI� 4J'1"IT1�Z`IES, E'I'C. =
Ir� ca�e i� i� n�c��sa�y �c� �ha�ge, m��r�, o� a�.t�8.r. a.n �n�+
mar�ner the �ra��r�y o� a pub�.i� uti�i�� o� ��.h�rs, ��� $ai�
pro�er�y s�tall not be moved ar ir��erf��ed witi� unti� ��d��s
�here�tp�n 17a�� b��n ��s��d by the Enc�i�3e�r. Th� ri�i�� xs
�e��rv�d �o �he c�wners oE p�k�li� u�i�ities �o �n��r �E�e
g�oqraph�.�a� �i,mits o� the ��n�.rac�. �ar the �u��os� o� r�aking
s�ch c�ang�s or �epa�.�s to tl��ir �ro��rty tF��t ma� be
r�ec��s�r� t��r �h� perto�rna�c� a� t��s ��ntr,act.
�f-�.YS T�t��D1��RY S�.�J�R Ai�ID DF�AI,i� �ONIv�EC'I`IQNS: {�'E��� �xis��t�g
�ew�r l�.n�s �av� to �e talcen up �� r�rnoved, �t�e ��r���a�to�
shaJ.�r at k�is own �x�ense �rid cr���, provi�� �n� makr�t�ain
te�npor���r �utlets an� c�r�n���.ions �or a11 �r�va�� o�r r.��blic
dr�ins �nc3 sewe�s. Tk�� ��nk�acta� sha11 also �ake �a�� �f a�.�
s�w�ac�e �n� �r�inage wh��h wxi� U� r�c���r��1 fram th�s� �rains
anc� sew�rs{ arsd .Eor k:h.�s ��ur��ase he slzall prac►ide and
maa.r�tain, at hrs own co�t and ex��r�s{�, ader�ua}e ���n�xng
��cili�i�s and t�r�po��r�r �aut�e�s �� �iv�r�ions.
The �ontract�r, at his awn cos� a�d �x�ecs�e, �h�11 cflnstru�t
such t�ouql�sr pip�s, or ath�� s�ruc�u�es nec�ssary, a�d h�
Y.���pa�ed at al� ����s to c3is�os� a� drainac�� �nd s��r�g�
�6--� � 10 )
��c�iv�d fro� th�s� ��mpor��y co�nec�i��s un�il s�c� �im�s as
Lh� �e�m�n��� connect�ons ar� bu��� a�� a�� in ser�ice, ��e
e�is��ng sew��s and connec�i�ns shall �e kep� in servi�e ���
�a�r�tain�d unde� �he �o��.rac�, �x��p� wi��n sp�ci£i,ed o�
orc��red to �� aban��r�e�i l�y� L�re F��g�.n��r. A11 �atert s�wag�,
��� otl��r wast� s13a1�. �e dispose� o,� in a�a�ista�t�ry manr�e�
s� �i�at no r�u�san�� i� cr�ate� and so �l�at tk�e wo�� ��d��
cons�r�c�ion will b� adeq�ate�y prat�cted,
�STb_]5 ARTtAS��EM��T I�NII �H]�R��S FQR WI�7'E� �'[J1�t�Z�F3ED HY TFi�
CI'�Y: When tt�e Conl:rac��� d�sire� t� us� �it�r wata� in
conn��t�on w�tlt any cons�r�ct�on w�rk, h� sha�l m�ke cor���ete
and sa��s�ac�vey ar�anc���nent� w��h th� F'ort VOqr�h �i�y i��ter
Depa�t��nt f�r sa �oing.
�it� wate� furnish�d �o the ��nt.r.a�tor sY�all b� d�iive�ed to
�he ��nt�a��.c�r f�om a c�nnec��or� o� an ��c.i��ing �a.�� mai.n_
�l� pkpi,ng requir�d ���and �h� point �� d�lz�rery s�rall ia�
�.nstal��d b�r �h� �ontracto� a� his �wn �xp�ns�.
�he C�n�r���a�'s re��or��ibi�.i�y �.ri �.�e use of a11 exis���g
�i�e in�d�ant andf�r valv�s is d�tai�ed in S�c�ion E2-�i.2 iF�E
OF ��R� HYD�t�1�TS A�ID �i���ES i� thes� G�r��ral C��xtr�ct
�ocu��n�s.
Wh�n m�ters are use�i �o m��sure �h� wat�x, t�e �ha�ges, �f
ar�yt �c�r wai�r wi11 b� a� t��i� �e�ula�r est�����i�ed rat�s. when
met��� ar� r��� used, tl�e cha�ges, �f ar��, will �e �s
presc����d i�� ti�� Ci.�� Ordina�c�, �� �tl���e n� ard�nan�a
a�p��es, pa��men� sha�l �� �ade �n �s��rnat�s an� r�t�s
�stabLish�d b� tC�e D�.��cto� o� t�� Fort Wortlz Wat��
�e�a�r��en�.
C6-b . 1.7 L�S� OF �. �ECTI�i�? �Ft �ORT�03� O,�' '�'F�E W�R�C: �h�r�ev�rt �r�
k�e o�a�.nio�a. af th� Engine�r, any sec�ion o� �o�txon a� the
work or a�}� ���uct�re �s in sui�abl� cond��fon, 3� �nay �� p��
in�a us� u�a� �h� wr����r� c�rd�r o� �he E�ngineex, ar�d suci�
usas�e snal� z�ot b� Y�elc� to t�� ir� an�r wa� an a�ce�ta�nc� of sa�d
wo�� or str�c�ure ar an� par� the��of �r as a waive� of ar�y of
the �a�rovisFons �f �h��� �o�i�ract �oc�men�s. HX1 t�e�es�ary
r��airs �nd r�mo�ra�.s o� any ��cta,an of the wor�C st� �u� into
us�� due �o d�,�ec�iv� mate�ci.a�.s �� w���Cm�nship� �quipm�n�t or
�.o c��t�.cierrt o���-ati�ns on the �aart �� �3Y� Con�ra�to�, s�a��.
b� pe�r��rm�d 1�� �E3� �on�ra�tor at his own ��c��n�e.
Cb-� . 19 ��NTFiA�'PpR � u� �E��ONSIS�L�i"� ��i� '�'f�1� 4��I�K:. �]I1t11
wr��.��:� acceptance by �h� Uwn�r as p�`ovkd�d ��r in th�se
Cor��rac� Do��t�rt�n��, the �rar� s�a�.l b� t�nd�±- ��� ch�rge anc�
caze ot th� �on��€�ct�r� ar�� h� s�xa].X �ake ev8r�► ne��ssary
p��caut�an to p��ven� inju�� or damage t� th� va�rl� �r an� paz�
C6-� ��� )
��er��� �� ��txan o£ the el�men�s or �ra� any caus�
w�a��ae�er� wl7et��r �ris��c� ir�m the ��e�u���n o� nonex�cuti�n
o� �h� w�rk. The �antractor , sl�a�,�, �eb�ild, re��.�r, resko�e,
an�i �ak� c�aod at t�is own e�cp�nse al� inju�i�s ot' �a�nac�e �o ae��
portion �� tt�e worl� oc�asinr��d �� an� o� ti�c h��ei.�abc�ve
c��s�s.
�b-�i, 19 N� 1r�AI[�Ef� C�F L��AL RIGHTS: I��pe�Civr� b� t:�� �r�g�.[I��r
or �ny ��d�� ��r th� Dwner �� pa�menk o� m�r��y or an� �apmer�t
�o,� o�r ac������r+�e o� an�r work, or an� extensian of t�m�, ar
ar�y ��oss�ssio� �aken b� ��ie ��.�y �haxl nat �per��� as a �rai�rer
o� an� ��c�v���or� oi �h� Coflt�a�t Docuanen�s. Any �ta�v�� o� any
b��ach or Cc�ntrac� shall �vt �� heLd �0 3�� a waic►�r o� any
��i�e� or s�xbseq;��r�t breach .
Tlz� Owe��� re�er�res th� �ezght to �o�r�c� ariy e�rox �hat ma}� be
�is�ave��c3 �,r� az�}� estirna�e �hat r�a�r �,ave �e�n �aid �n� �o
adjus� the sam� �o m��t the �c�quir�ments o� th� ��r�tra��
1�o�um�fl�s .
�G-b . �0 F�R��NA�. L�P�BILIT� _�F �13��.�C OFFICZA�9: �r� ca�r�ir�g
�ut ��� �r�v�sions o� th�ae �ontr�c� Do�um�r��s �r in
e�erci��.r�g any powe�r of a�ti�ority c�ranted t!��r�und�r� t�i���
sha�1 "�� �o ikabiii��r ��an the aut�a�i,��d rep�esentati�x�s a€
th� �wt���, �ither person���y ar otherwxs� as �h�y a�e �,gent�
ar�d r�pr�sentat�v�s a� th� ��t�,
�6-�. �l �T�T� �ALE� T�1�(: On � contra�� �wa�r�ed �}r t�� �it� o�
F�rt Wortt�� an or�a�iz�ti�n wl�ich c�ua�i���� f�r exe�p�a.ori
p�rs�ant t�h� pro�ris��ns oE �r�:�cl� �Q.Q� {r�} of tk�e �'p�cas
�amited ���es, ex�is�� and Us� Ta�t A�t, the ��n�r��t�r ���r
pur�h�s�� ��t�t �r leas� all rnater�als, supptke� anc� �q�sipr�er��
�ts�d or cons�r��c3 in �he �,�r�ox��a�c� of thi,s cor,�r�c� by
is��xinc� �� his sui.�p�i�r an �x�mp�ion c�rtiEica�� i� �i�� of
th� �tax, sai.c� �x�-mptxar� e��ti�ica�e to �o�p�.y w�kh S�a�e
�o�p�ro����'� Rul�rrg .��7. �+r�y su�� �x�rnption cer�i�ica��
iss�ed b� �i�� �orYtra�tcr in Yi��t af t1z� �ax sh�11 b? sul� j�c�
to an� sha�� com�7.� with ���e pro�ri�ians a� �ta�e �o��tr��.lar's
R�1inc� .41i , an� an�r �th�� appli�ahl� 5�at� �a�tptr���,��
ruli�s�s �er�ainin� t� �.h� T�xas L��ited �al�s, �x���3�� aztd U��
Tax A�t.
Or� a contr��.� awar��d �}� a�ev�l��er for �he conskruc�ion �f �
p���ic��-awr�e� i.�n�rov�menl� zn a�tre�� ri�h�--of-wa�+ o� other
ea��m�r�t w�i.ch ��s ���n d��i,�ated �cr ti�e �u�Ii� and �h� �i.t}�
o£ �'�r� W�rthk an �rganixaiion w�hic� �ua�x���� �ar e�c�r��tion
parsuar�t to tlt� �ro�risi�ns o� Ar�icl� �0.�4 �H) �� the T�xas
1��k��d �al�s, i:xc�se� an� L�s*�* Tax ���, ttie Cor�kra�t�r ��n
groba�ly be ex�rngt�d in �he sat�� manr�er �ta�:�d ak�ovw.
C6--6 � � 2 �
L��i�ed Sa��� Fxcise and Use Tax perrn��s �nd i�farm�ti�n can
�e obtained ����:
�omptra�ler �f �ubiic Acc�un�s
Sale �ax �iv��zon
Capi�o� 5�a��o�
�us�i�f TX
C6-� (I3)
PART C - G�NEi�A�, C�t,Tf3'�'�IO�S
C7�7 PRDS�Cl�TIOi� At�� PR0���55
���TIOi� �7--7 PROS��U',�`IO�I AIwiD �RO�RES�:
�7-'7. 1_ SU��,��'�zNG: ��e ��r,tracto� �h��i ��ri�rr� w�i�.h i�i� own
o�gani�ation, anc� wi�h th� assistance a� wo�kmar� und�r his
imm�+��at� �up��intend�nce� w�rk v� a�ra].u� csf not �ess �han
fi�t� {5Q�} �ercen� o� �he v��ue �r��rac�d in th� ��ntra��. I�
th� ��nt��ct�� subl��s a�y par� o� ��� war.lc �o l�e done u�d�r
the�� �����ac� Docut�en�.�, h� wiYX r�ot unde� an�r ��rcumsfian���
be r�1�e��� c�f th� �es�on��3�ilit� ar�d o��.igation assum�c� �x�d��c
t5��se �or���-a�� D�cuments . ��. �, transa��ia�� af th� �ng inee�
wi�Il b� wit� �h� Cor��x�cto�. �ubc�n�r�c���es �ri�.� be
canside��d on�y in t1�� c�,pacity of emplo�re�s or warStm�n of ��re
�on��a��or an� ��a�1 �� sub��ct to th� same r�c��t��emer��s as to
�harac��� an� ��m��ten�y. '�h�e Owne� wi�� r�ot recoc�niz� any
su6��fl�za��or �r� �i�� wo�k. '�h� �an�r��tc�� sE��l�, ,�� all tim�s,
wk�en the war�€ is in r����ra�io�r, �e represented �ith�� ir� pers�n
o�r by a��p�rir,tend�e�� or at��z d��ignat�d r�pr�s�n�at.ives,
�7-7 .� ASSi�i��E�'� �� �Ot��'RA��`: Tt�� Cvn��actor s�all n��
�ss�grs� ��rar�s��r, s�l�let, c:onvc��►, ar �t���rwise di����� of th�
con�r�ct �r t�Fs r.ights, ti�lc�, or int���s� in or �.o th� sa��
�r ar�y� �art th��reo� +�i�l7�u� tl�e �r�vi�us c�nsefl� o� t�e Own�r
e�cpr�ss�d by res�lu�i�n �� the �it� �aun�i� and c�n�ur�cec3 in
b�r th� Su��t�es .
If t�ie C�r�tractor �aes, wit�,�u� such pre�i�;�� con�ent, dS51[�Elr
�x�ar�s�'er, s�b�.�t, co�x�e�, or o�h�.�wise c��s�os� o� t�e co��rac�
o� �,i� rig#�t, t��l�, o� in��resC th�reie� or an�r �a�'� t�er�o�,
to any �a�rs�n or p�rsansr �J�IC��i��Si11�, com�an�, �,��m, ��
car�or��.ion, or does by banl���p�.cy, v�l�an`ary a� in�ra�untary,
�r ��r ass�gr��t�nt t�nde� the ir�solv�r�cy ��w� of. any stat�,
att�mpt �o dispos� o€ th� �ontra�t r�a�, at th� �ption o� th�
Qwner b� revok�d and �r�nul�,��, �nl�ss th� �ur�tres� shal�
suc�essf�Lly co�np��te said c�nt�rac�, an� in th� even� a� �n�
s���i reva�a�io� �r an�s��.��nt, a�y ma�n��� d�� o�r to ��cam� due
�nde� �� b� �rirt�e �f said �ontra�t s��ll be retained by the
Owr�er as �iq�idat�d dar�a�e� for �he r�ason �hat i� w�uld l�e
a.mp�cacticab�e and �xtrernely dif�i��lt t� ���€ ��� actua�
dama�es.
��-7.3 PRO�E��TTOi� OF TI�� 4��F�I{: �1ri.ar �� b�c�inninc� an�
�an�truction ��e�atic�n, �th� �vn�rac�or s���.l submit t� �h�
Er�gi.ne�� �n �i�� or ma�� c��zes, if req�s.e�t�d l�� th� Engir,��r,
a progress schedule prefera���t �n �liart �r �iagram f�rmr or a
b�z�,� out�.inir�g ir� deta��, �r�d ���p by st�� the m�r�n�r a�
�7-7 {1}
pro�e���ing the work a�� ar�er�n� �a��rials an� �qu�pme�t
w�ich �e �x����� �� fo�low i� ord�r �o �o�����e th� �ro��ct in
�.iie s�hed�tled t���� . There sha31 also �� sub�� tt�d a�abl� c�E
es�.it�at�d a+�ourir� to �e �ar.n�� b�€ �h� �ont,ract�r duriri� ea�?�
mo��hl� �s�i.m��e per.io�*.
Th� Con�.�ac�ar �hal.�. comm�nct� t�� wa�ek. �o b� �erf�rm�d �tn�er
t�i� �or��.raet withir� tine ti.�e �imit s�at�� zn �hese �ontra�t
1�acu�t�nts �nd shall c�ndu�t t�e wo�ck a,n � cor�ti-�u�us m�nner
�ri� with su€�ici�nt equiprne�t, m��.�rxals� ar�� 1ab�r as is
r����ssa�c�r �o ins��e� zts comp���ion wxt�hin t�e ��r�c lrr�it.
T�� s�q��nc� ��qu�st�d �f a�.l �ons��+�cti�n o�serat�.�r�s sha7.1 �e
a� a�l tim�s as sp��a.�i�c� a.n �t�� ���cia� ��n�ra�� Oocum�n�s.
�r�y d8via�ion from ��x�h s�quenc�ng sh�all 3�� �u�r����e� tp th�
Fngin�er �or his a��r�val. ��n�rac�or sh�ll no� p�a�eea wi�.h
any c3e�ria��.on until �� has r��eived wri�t�r� app�oval from the
Engrne�r. �uch specificatio� or appra�ral by �he �nc�irie�r
sh��l r��� re� z�v� �h� CaritracL�r �r�tn �.he �ul]. res�ansii��.lit�
�f t�� com���t� ��r�armance of L•h� ��ntr�c�..
Th� �or��rac� time ma� �� char�g�d aril� as set forL�� �n ����.�or�
C7-7.8 "'�'xter,��.on a�� �i�ae o,� ��snp��tiar�" of �his A����men�,
and a�r�c���ss s�Y��c�ul.� sha�� n�i ���sti�u�e a chanqe in �.Y�e
c�r��rac� tirne.
�7-7.4 ���M�TA�`�ONS O�' O�F.R�TiONS: The worki.nq �p�rati�ns
st�a1� at�,11 times �e cor�ducf�ed b�r the ��r,t�acto� s� as to
�rea�e a min���tm �rnr�unt o� 1[3C�RV�C11�C1�� to th� �ul�lic. �1�
an� �ir�e �h�n, in �?�� �uc����nt of tl�� �r�gi�e�r, �h� Con��ac�o�
has o�s�ru��ed o� cl,ased �r is carrying on a��r�tions �.n a
portian of a stree� �r puk�lic way c�rea��� �han is nec���a�}�
�ox t�� �roger exc��tion o� t�j� work, �t�� Enginee� r�a� re�uir�
th� �or�t�ra��or tc� fir�isl3 t�e s�ction on whi�h op�ra�z�ns �re
x n �.roc�ress �?Fore �:��� �aork i� c�or��n�r���d on a�y a�diti��a1
���tio3z ar str��t.
�7-7.5 ��iAF�AC'Y'Eft Ok' V�DRIC1�'I��] AND EC�UI�MEN'�': Lo�a1 la�t�r shall
�e ���ci b� �he C�ntract�r is a�railal���, The Con�ract�r �nay
b�ing i.r� fram outside the Ca.t� �� Fort 1���th his k�y mer� and
l��s saperint�rrd��� . A1� o��3er �rori�m�n r inc�+�di. r�g equ���n�nt
�p�ra�o�s, r�a� �e iz�port�d �nL� af�er the loc�l s�pply i�
�x�austec�. �he �ontra�tar �}�a�i e����� ar�"L� such
s�p�rir�tend�n�s� �Eor�ia��, �nd wa*`'�cm�r� whn �r�� car�fs���
compet�en�, a�� ����y c��xaliFi�d to �arf�r�n ��r� t�u�i�s �r task�
ass�gr�ed t� �h��t, ar�d th� Engine�r ma� r�#�ar�� and a��ur� ��e
s7��r�ary� da".sr�issal o� ar�y p�r��n ar �arsons �r�ployed by the
��n�ra�to� �r� a.r ab��tt �r �rr� t"�e w�rk �ah�, ir, �.h� op�r�ian o�
ti�e Owr�e�, sha�� ����on�uct hi�ts�l� ar b� Found to b�
incom�et�n�, dis��s��ct�u�, in��mp��at�� disFrar�es�, or
C7-7 {2}
o�herwise o�����i�nab�e ar n�g1�����1 in the �ro��r
perforrna�c� �� 33is o� th��r dutiesF �r w�o ��g�ects or r�€u��s
�o �ompl� �ith �� car�� o�� �he di�ec�xons oi t�e Dwner, and
s�ch �exson �r p�rso�s s�a�� no� �e employ�d aga�n th�re�n
w����ut wri��en �o�s��� af t�� E��i�eer.
A11 w�rk�en sh��1 �ave su��i�ie�� ski�lt ab�lx��, �n�
exp��ieri�� �o �ro�erly ��r���� the wor� assi�ned to t��rn an�
op�r�te �riy �quip��n� nec�ssar� to �r��erly ca��y aut the
�erf�rrnanc� �� th� �ssi�n�d d����s.
�h� C�n�r�ctox s�aL� �urn�sh and mai��ain on �h� wv�� ali su��
��u��men� as is c���ider.�d to be n�ce�sar� �o� �rq�e�u��on ��
��e wo�� in an ac��ptabl� �anner a�d at � sa�isfa�t�r� ��te �f
pro���ss, Ai1 �quzp�ent, ��olst a�� machin�r� u��d ���
� ari�ling ma�e�ials ��d �xecuting an� �a�t �f �he wark sha�� ��
su�je�t ta t�e a��rov�l o� ��� rngin��r and �hal� ��
maint�ine� in a�a�isfa��ory, saf� and e��ic��n� wor�i�g
co���tion. �q�ip���t �n any ��rtion oF th� ��r� shal� b� s���
that �o in�ury �� ti�e work, worlt�en nr ad�acent �rpp�rt}� wi�l
��sult fram �.ts �xse.
C7-7.� WORi� ��kSEDLiL�: El��s�cl wo�lc�.�q days �hal� 1�e co��ut��
s�art��r�g wi�l� th� ��irst r��� o� work cor�pl?��c� as d�+fin�� i.rr
�I--1.�3 `"1�{1R�{x�� E}AY"' �r t}�� da�e s���ul.ated irn �he "wpRl�
O��ER" �o� b�c��nr�ing work, wh.�ch��er ���x�s �x�st,
i3al:f�iflg in �h�s� Cont�a�t 17acurn�nts �l�a�.� be aonstr,�ed as
prohi�iting ��� ��n�r��to� fro� �a�rlci�g on �a���c3�y � Sunda� or
Leg��, Hol ida}+s r p�coviding ��at th� ���,�o�ing ��quz�emer�ts ar�
m�t:
�, ,� r�q��s� to �ro��[ �n a s��ci�ic
L�gaX �ioli.day must b� �tad? �o �h�
�ha� the p�o�e�d�ng '�hur�d�,.�.
�aturda�� �uri�a�► ��c
�ngine�r r�o �ater
b. Any �a.�'�c �o �� d�r�� on th� p�coject on su�h a
�pecific Sr��u����+, �unda� �r L�gal Holi.da� m��t ��,
in ��� o�inian aL• �h� L�'i�1Cl���'r ��sent�al to ���
ti���� c�m�l�i�.�.on af th� pro����.
T%e ��gineer's c���ision shall be fi�al �n �r�spa�s� t� suc!� a
�equ�s� �or ap��o�ra7. �� w�r� �n a s}�e� if ic Sa�urday F Sunc�ay o�
�,ega1 1�oL��ay� �nd no extra �c�m�en���ian sh�ll be �i1�w�d k.o
�h� Cor��ra��or Fo� a�y +�o�lc p�rF�rm�c3 �n such a s���iEic
�aiurr3�yt 9unda�r �r L�ga7, i�ol�da�r,
Cal�nda� �a�s shall b� deEi�t�d in C�.-�..�4 �r�d tii�e �o�stract��
�ay woxk as i�� s� c3�� a ras .
C:7�7 ( 3 ?
�i-7.7 ��ME OF �O��E�������` ��� C�MP��T�O�: Th� ��n�ra�t��
sY�a�l ��mEn�nc� �t�e w�r�ir,� a�erations r�i�hir� th� �i�n+�
��ecif��d i� tkte �ont�act I�ocurn�nts ae�d set fortn i� the Y�orlc
Ordc�r. F�ilura to �� so sF��,X�� �e �vr�sider�d b� th� Own�r as
,bar�r��nm�nt o� �h� �o��r�,ct ��r t�ie Cc�rs��ra��.or and th� �wn�r
��y �r�c��d �� he s��s fi�.
The ��nt�rac�or shal.l maint�iri a ra�:� oL prog�es:� such a� w�ll
ir�sur� �hat �h� wltiale war�C will b� �ae��or�t�d and ��t� �r�mis�s
c��aned u� in a�co�dae�c� wF�IY t��� Cr��tra�t D�cum�nts and
with�n the ti�e �s�:al�lk�l��� in such doc�aments �nc3 s��h
�xtensi�n o� tir�� �s r�ay �e pro��er�y �u�hori�e� b� ��� Ow:�er.
�7-7 . B E��Ei��I4I� OF 'Flhi� �D�1,��E`i`I�� : The �ont�a�tor' � �c��uest
��� an e��.ension o� �i�e of c��m�l�tion sh�1� ba �or��id����i
�n].� when t13� reqtxe��. f�r ��t�� e:st�nsian i.s s�ab�itt�d in
w��ting �� tl�e Engir�e�r wz �hin sever� cia�rs �rom ar�d a�t�r �he
time a���s�ed cau�# o� �e�a�r shall hav� o��urr��. �ho�.ld ar�
��ctensien �f �.h� tir�� o� c�mp�,�tian be rec�ue���� suc� rec�u�st
wil�. b� farward�d to ��� ��1:y �oun�il f�r ��prova� .
�n adj���ing �lze can���c� �.ir�� ��r c��r����tion �f work,
cons�der�tion w,ill be gfv�n t� un���s��abl� causes �e�ar�d �t�e
�on���l a� ar�d withoui �:ltie fau3.� o� n��li����ce a� tl�e
��r��ra�to�, i.�c�.udEng br�t lirni�ed to act� �� x.Y�� publi� ���m�t
act� o� �he Own��� ��r�, f�.aod, t�rn��3r��s, epi�p�nxcst
gu.�r�n�in� ��st�i�ti�nst skz-ik�s, ���ight �m«a�c��esr r�r. ��la�►s
o£ sub-�ontra�tvrs dr�e �o �u�h eauses,
Wh�n �h� dat? c�f ��r�pl�ti.�rs is '�a�ed ��, a cal�n�ar. �ay ]�i�, a
rer�u�st for e�t���zon �f tin�� ��ca�as� o� iz�lement w�at�er
will not E�� cons�.�er.�d. A requ���. �or e���rrsi�n �� �ime due
�o LXi��Lll�y to o��ain ���pl��s arsd i�at�e�ials wi11 b�
�ons.id�:c�� �rtl.� �k�en a r��riew o�� t1�e �r�r���Kac��r"s pt�r�l��s�
or��r da��s an� ��.her ���.r�in��� data �s requ��ste+3 ��r �h�
Er��in#�.r indi�a�es tha� ��e ���tr�c�or l�as mad� a l�onafide
at�er��t t� ��cur� del�.v}r�t on schec3ul�_ "i`his sha�l inr��ude
pffor�� �a ol���in t�� su��Xies a�d r�a��.�rials fr�rn a�t�rn�t�
�our�es �r� ca�e th� ��.r�t ��arce canr�ot an�lce de�ive�y.
�� satis�ac�o�,y �xecu�io� an� �om��.e�ior� o� ��e �ontr,�c�
sh�u�� require �i�or�c a€�� ��a�eriat;� �n �r�at�r �r�au�ks art
��a�nk.a.�i#s �ha� �h�se ,s�t fort;ti 3-� �a�e ����o+r��i ��nkract
Do�um�nt�, th�n t}�� c�n��ac� tir�� ma� b� incr�s��c7 �y �ha�xge
Ordez.
C7--"�.� DE�A�S; T�e �or�t,��c�ar s:�a�l re��iv� r�o �om��ens�t�on
far clela�s �r ninci�ance� to ��+� �.*o�k, ��c�:pt �hen +�zr��t and
ur,avo�.c�a�l�� r��t��r� ��s� �.� ��e C�nt�r�c:�or is �ause� b� L�se
��il�x�� o� th# �kt� to pro�ri�,� is�fiar�nati�n ar r�a��ri��, if
�7-7 i�)
a�y, w�i�� i� �� �� �urfl��Me� b� t�e C��y. Wh�n �uch ���ra
c����n��iio� i� cla�med a wr�k��n state�enL• ����e�� sh�l� b�
�resen��d �� the �ontz����r to titi� �n���e�r and �f. by him
��t�nd corr��� sF�a�� �� a��rov�d ar�d r����r.ed b�€ �i,m to �he
�ot�n��� Por f ir�a�. a�p�ovaX or, dis�pprov��i and the ac�.ion
�.�ereor� �� ti�� Courr�i� sha�.l �� � in�1 and bxndi r�g . �f cielay
�s �aus�d b� speci.�ac or.d�rs �iven !��► tt�e Engi���ers t� ��c�p
w��i�, or i�y the �er�o�ma�c� a� �x�r� �t��k ��r by th� �ai.lur�
of tY�� �i.ty to pro�ri�� �na���cia1 or necessary in�t�u�tions �or
ca����ng �r� �]ze wo�kt �he� su�h de�.a�r will entitl� �l�e
�ot�tractax to an �quival�n� �xt�r�sion �f tx�net l�is ������ation
�or whach �t�ail, ]�owr�v�s, t�e s�ai�j��� to th� �pprvva� a� �h�
��t� �ou�cil; ar�d r�a su�h �xt�nsion of ��,�� sh��l r���a�� tlz�
�an�ractor or khe sur�ty on hz� per�or�nar�c� b�r�d �rom all h�s
ob�i.ga�aio�,� l�e�reund�r whkc� sk�all r�mair� a.n ��11 fo�c� ,�ntxl
tk�� di�ci�a�g� o� �he cont�cac�.
C7-7 _ 10 TIME O� �OMPL�'FIOt�: TY1� ti�� o� ��m�leti�n f s an
��se�t�al e��m�n� �� �l�e c�r��ract_ �a�h bidd�r sl����, r�rdi.�ate
in t�ie appropriate plac� on �he las� �ag� oE the �ro�asa� �he
numb�r a� �rorlcing d�ys �r c���ndar d��s �i�a� he w��x ��qua.�ee
�a �ully �c�r��le�.� �17is c�n�ract o�c �k�e �i�a� o� �o���le�i�n w�lX
1�� s�ec��z��i by �he i�.�� in tk�� Pro��s��, section �� th?
cor�t,�ac� do��x��nt�,
'��� nuznbex v� r�ays .�rtdica�ed sF�al�. be a r���i.st�c �s�ima�e of
the �zm� ���uired to �ompl��e ��e wc�rk c�ver�� �}� �}�� spe�if��
�on�r��� Y��i�g bid u�o� . T?�e �mount o� tz�� so s�ate� b�r t?�e
suc���sf�x� ��dc3er or the i i��F wi.lX ��com� �h� �ir�e ��
��mp�.�t�on sg�� x � ��d � � t�� �v�t�ra�t 1�ocum�ri�s ,
I'�r e��� cal�ns�ar �a� �hat �n�r wa�k sha11 r��ai« �tn��m�l����
a�ter �h� tfr�� sp��i�ied Yn t%e �or��r���t �]o�t�men�s, or th�
ir,cr�as�c� tim� gr,ant�d b�r t�e �w��r, �� as a�i���aticax�.�
in���as�d by aadi�i�na� wo�k o� ma��r�.,��,s o�c�^��d a��er t�e
corttra�� i� ���n�d# t�� su� per ��y g�.ver� ir: t�i� �o��vwi�g
�ched��#, ur�1?ss �therwis� sp�ci�ie� ir� oti��t- p�rts of t�l��
�or�tr�ac�: Doc�m���s, wi�l !�� d�dr�cted ��om moni�s r�u� th�
�o!�tr�c�a�t no� as a p�na��yt �u� as �i��idated �amac�es
su�fe��d �y the Own�r,
1�LM4Ut�T QE' �Oi�'�RA�`�'
� 5,0�1
$ 15,0��
� ��Ji�Q�
� �] � r � � 1
� 140�Q��
���s t�ar� $ �#40Q
t� � ��,��4
�� $ 2�,�U0
t� � ��,QA�
�o $ 10�,UQ�
�� $ 5�}f],�00
�7--7 �5}
�n�lua�.�r� $
�.nclusive $
i�c��siv� �
�.�cltxsiva �
i!�]���.1�1V# �
inc�r�s ��e �
35.q�
4�.QD
�3.��
�05.�Q
��4.Op
214.�U
� 5��,�01 t� $1,OOOf00� �n�Zusivp $ 3��.Q0
�1,�0�,��� �o ��,UQOK��4 �n�������� $ 4�0.��
$2,���,00� and ov�� . � 630.p�
�'h� parties �e��to �n��rs��nd and agre� that an� rra.rrn k.o �he
C�t� �aus�� 1�� �Y�e �o�n��actor"s d�la� in com�Le�a.r�c� k.h� wo�k
her��tnder in ��� ti�� spec�f.i�� by th� Contra�t Doc�m�nts
w�uLd l�� incapa�l� or �T��y di�.�ict�L� �£ acc;�ra�� �stim��.�on,
and that the rF��hQ4�T]� a� Liq��da��d Dama�es ��r r�a�", as s�t
ou� a�v�►e, �s a r�as��ab�.� i�r��ast of jus� c�mp�r�s�tx�n due
the �it� Eor Yra�r� cause� ��r �n� r�elay-
�7-7. �1 SU�PEN5iflN B]� ��URT QT�i�E�: '�'�e �on�r�ct�r s�a�l
s�spend �pera�a.ans �� such par� o� �arts �� tt�� work ordered
�y a�� court, .�n� vr�Il r��t b� �ntit�.�d �o adda'.�zr�nal
�o��,en�ati�n b�r virtue of su�t3 cour� c�rd�r. �eit�er wi11. h�
k�e XYable �o �h� �it�+ �n �1�e �ve�� the work is sr�speneled b}- a
C��rt �rder. �]�i���r wi11 �h� �wner be �table to �h�
��ritrac�or by virt�� of �r�� ��ur� �rd�r or a�� io�Y �'�� wl�ich
�h� �wn�r .is �o�. so����r r�s��o�s��X�.
�7--7.12 T�MP�RARY SUSPE�]�YO�: �l�e �wn�r shall hav� tE�� �ig1��
to sus�end th� w��1c op�Xa�i�n wh�ily o� in �,�rt €ar s��i�
p�riod or ��ri�ds a� ti�rs� a� I�� ma� d.ee�� r���eas�ry rlt�e t�
uns�ita�la wea�iz�� condYtions ar ar�� o��er unf:avor�bL�
condi�i�r�s wi�i�h �n th� vpinio� �f �1�� pwn�� o� �ngin��r �a�u��
�urth�r �r������.iar� oi ti�� wor]c to �� u�sat�s�ac�ory or
d�t��rnent�l �n �he int�re�� �� ��e �rojec�. t�urir�g t�G����ar�r
�usp�nsi�r� o� raork ������e� 3�� �hi.s cont�act, ���r ar�y .r�ason,
L-he bw��r wi 11 �ak� r�n e�ctra �aymer�� �or star�d-�}� ti.t�e of
coflstruc�ion �qui.pm��rt anc�f�r cor��tr�a��i�n c�ews,
I� it sho��� b��orne nr�v��ssar� to ��sp�n� w�r'�c for an
�nc��Cir���� �reriod, �.h� Contr�c�or �hall sL-��-� a11 mat�rials i.rt
such rc�a�i�e� ti3at �h�� �i�l no� ob��r.uc� o� xmp�d� �he �u�1ic�
ur�ner,�ssa�i�.�r n�r �e��m� �atnag+�d i� any w��, and lze sh�l1 k�k?
��er� pr�cau�a.�n t� pr���rt� damag� or r���,��ipL�ti'717 of tk�e
w�rk �erf��med; l�e sha�l pr.o�r�d� �ui�abl� drai��c�e abo�t �h�
wor�t, ar�d e�ect tPllli]O��Y'}x st�ruc��x��s wf��r� r�ec�ssar�.
� h��Id �he Contra���ar na� b� �bi� to �am�t�te a portio� o� th�
�S�oject d�xe to c��.ses be���c� �h� �;ontra� �€ ar�d r�ithou� �he
�a��� o� negliger�c� o� tl�� �+�ntracto�� as s�t f�rt� rn
�ara�za�n ��--�.� �:xm��saon� o� ���� �r�r�� ar �o�s���mT�r�, an�
sno��.d i� !�� �et�rmi:��.d b}F r�utu�l cor�s��t of t1�e ��r�trac�ox`
ar�d �h� T�r��gir�e�� t�at a�o�.��t�o�� �a al��w ��nstru��ic�n ta
pr�c�ed i.� r��� �,v���ak��e �it1�in a r�asona�al� p�r��d v� t�m�,
�h�� th� �or�tr��tur �a� b� ��1Ill�Ui'S�� �r��r t1�e cost �f rno�i�g
h.�s ec�uil�n�e�t �f�f ��e job �n� r�turnxng �1�� r�ec��ssr�
���ipm�r�� to tl�� job w�en t� i� 1-������r�i��c3 1�y �4�� ��xgir�e��
��T7 ��)
tha� �on�tr��tia�fl �na� �� r�s;�m��. S�ch re��nk��r��ln��� sha��, b�
ba��d �srt ac�ual c:o�� �o i:h� Cor���a���r o� movin� t�� e��i�m�n�
an� r�� �r�L�� wi�l� b� �llow�d,
i�� r��im�u��s�r��nt �F�all �� a�l�wed if tk�� �qui����t i� mavar� t�a
ano���r corrstr�c�ion �.������t for �h� �it�+ �� �'o�e� �or�l�.
Th� Co�rtra��c�� sh�l1 noL• �u�pe+3� �aork withou� wri�ten n��ic�
�ror� t17� Erigirt��r �r��3 �hal� �roc��d vr�tr� t;-�e ►vork o��rati��7�
��ar�gt��r vr��n r�oti�i�d Uy t1z� Fr�yi�e�r �� s� r�sur�e
opara�a.�ns.
�7-�.�� TERI�SIt�ATY��] OF CO[�'�R24�'1` DUE TQ T��'�`�OI�Ab E!'�3EF���NCY:
�hen�v�r� ���a�s� �f I�a�iana� F,���rgenc�► �o c��cla.��d by the
�r�si��n�t �E the i?ni�er� �ta��s c�r ��.l�er ��wf�xl au��ior.i��r, it
�ecam�s i�p�ss���,� �vr tk�� �or��rac�or �a �btain a11 0� t1�e
r�ea�ss��y �a�o�r, makerial�, and �quip�n���t �or �h� pr���cu�ior�
�� �h� w�rk �riEi� reas�r��b1e cor�tin��Ly f�r a�v�io�, �� hwo
mon�hs � kh� ��t�tra�t�� s�s�ll within s�v�n �a�s natif� ti13e �i��
in �r�.�i.ri�: givi.ng a ci�tai7,rir� �tat�m�nt of, th� ��Cn��� w�,ic�
�rav� l�p�n r�ade a�� �i�t�ng ail ne���sar,y �t��ns of, 1a�o�,
ma��ri.alst aan� �q��p,n�nt nat ob�ai,nai�l�. If, aiter
inv�s�i�at��ns� t�� Ow��.r �i�d� �h�� �uch con�i�i�ns e1G1S�111�
anr� tk�a� th� inah�l�ty �� �.1�� �on�r�ctor to oro��et� is nut
at�ribu��hl� i.r� whaLe o� xn p�rt to tkYe �a�a,l� :�� ��ec���c� �f
t�� �on�ra��, �tt�!� i� t�3e �wn�r �ae�no� a�t�r r�asanal�le �ff�r�
assis� th+� ConCr�ctor �n �r�curing and r�aki.ric� a�ai��l��e �h�
n���s�ary �a�r�� , �n��.e.r. i.a.l s �n� e�+s � �rn�rY � �rz �h a, n t1ti i � �,�r da�+s ,
th� C�ntrac�o�e r�a� ,��qu��t tl�� �wn�r ta �8rminat� t��� c��tr.ac�
a�c� �h� Owna� ,ma� co�n���+ witl� t1��� r�c;���s�, anr� t�=: �e�mi.r�ati.on
��rall b� condkti�ne� a��d C��se� u�r�� a�ina1 s�t�l�mant
mu���all�+ ac����a��� tn ��t1� th� ��r��r an� �h? �.�n�ractor �nd
fznal �ayn��xxt s��al� be ma�3� �r� a���rdane� wz�h �j�� ���rns �.F
tl�� ag���d s�k�Z�m�ntt whi�h skti�ll irxcLud�, bu� �o� bp �i.rna.t�3
��, ti�� ;���rm�r�t Eor �11 wo�k �x��u��r� bE�� �i� .�r��i�i��t�d
r��aFi�s �� wo�lc w�ici� has not ��p� ����;�rmc���.
�7-7. �4 �l]�P�Ld��O�I DF� A13��]DUi��'fEt�I'I' �F T�lE 4�Q1�iS A��]E� Pli��]US,M�Et�"Y' D#�'
COi�TRACT: TtYe �r�r'�€ o��rati+�n� o� a�.7. �r any �o.r.t�€o�� o�
se�ti.on ot Ch� work �n�3�r �ont.r��t ��r�,ll be suspendec�
i�nir�e��lir�L���}r ar� w�tt�e�r urder +�E �.he Engin�e� o� tt�e Cor���r�:_�
r��� b� �,�e�.•����1 c��c�I.l�� by tlt�: Ct,�� ���incil f�r an� gf�o{: ��.�
�u��aci.enk ;�aus�. Tf�� fp�l�w��t�, �� �ay �f �x:�r����F osx� not
aE lirni�ati.on, �na� b� �o�si3�r�a gr;�ur�r3s ��r s�sp�rt�ir�n �r
���tc��l��xon:
.�. T,�'�,�.l���e o� th� ��rs�ra���� to �omr��nwe w�rk
�����t3�ns wi�hin th� h_i�� ���ct�ieri �n �Y�r� W�rk
�r�er i��u�d �v t�7z? O�TC�a3C_
C7-7 (7)
f�. �ubs�anti3l �v�c��r��� �.���� progr�s� �f the work
op�ra�a.or�� k�y ��ntra�to� i,s ir��u�F�ci�nt t�
com��l��e k�#�e �roz�C w����in the sp�cifi�d �zrn�,
�. Failu�� o� the G�ntra�t�r �o pr�vide aizd maintair�
suf Ei���ent labor a�d �q�:i�men� ta �a�operly e�wr�;�t�
khe warking o�eration�.
d. ���st�nti�l �v�der�c� �.}�at �he Co�n�r�ct�r has
�b�nd�n�d t�e wark.
�. Suk�stan�ial �vider��� t1�at �he Contra�to� itias beco��
ir�s���+etYt c�r bankru�k, or �ktti�rw�se �inar�ci��ly
�na1��� �� carry or� ��� wo�� sat�sfa���ri�,�.
f. �ail�re �n th� �aart of kh� �ontr��tor �a observe
an� x��quir.��n�nts of �1�� ���tract D�cusnents o� �o
com�l}r w�,�h an� �rc��r� giv�n k�y t��e Engin��r or
Qwn�r �ar�vid�d f�� in the�c� C:ont��,�t ���uments,
g- Fak�.��� �� the �on�ra�to� promptl.� �� mab�e �opc� �r,�r
d����� in ma��rials ar workmans�i�, ox �ny de��cts
o� ar�� r��ture th� car�ect��n �f wM�ch I�as be�n
c3ir�cte� i� +�rit�ng ��r the En�tin�e� o� ��� Owr��r.
h. �u�s#.ari�ial
oE i.ltegall�r
fr�u� ofl �i�e
con�.r�ct,
�vid��c� of co�.lu�i�n f�� ��� �uar��s�
pr��u���g a c�n��e��t or p�r���rati.ng
City in �h� constru���on o� work u�d�r
i. A s��s�ar���a�. indi���ian �hat th� ��r�tra�t�r h�s
marl� an u�au�kt�ri.z�d as�i�nr���� �� tlz� ��n��ract �r
an� fr�nd� due �F��r���r�m �or ti�� be���i,t o� at��+
c���3it�r �r Cor �ny at�tiex� l���c�ose.
a-
}c .
If tF�� Cant�ac�or �hal1 �or ar�y cau�e w�at�o�v�r
no� c�r � y o� k:}�r� warki��� o��� a� � on ia3 a�1 accep �a���
in�nr�er .
�f tt�e C���xa�tvr �omt��ences ���al a�.�i�a:� ag�i:�st
th� Owr��r_
A cv�� �� th� �u���nsian or�er �r act�o� c�� th� �i�y Cou��il
sha7.� �� s�rv�d o� �h� Cont�act�r's Su���t i�s. Wi��n work is
sus,�ende� f�r any raus� or �:auses, �� w���n �he contr.�ct is
�anc��l�d, �h� Ca��t�a��t�r si�a11 disc�ntinu� t�r� wark ar suc�
�r�r� th���oE a� ��e �wr��� sha11 c3��i��nat�, wh�x��pan �}�e
�ur��.ies �nay# a� �i��ir �p�.iont ��s�xrn� ��e �;�r�tra�� �r t��at
�or�ion �her�o� whi�l� �h� Ownc�r has �r.����d th� �r�n�ra�;�o�- ko
c�isco€�ti.nu�, a�rl rna� ����orm t�1•3 tiarn� ;s� may, vrith �f�e wr���er�
���7 LB1
can$e:�t o� �l�e ��ner, subl+�� �.17e wo��k �r �f7at �o�t�on o� �1��
wark a�� �aken �ve�t �r��i.��d howev��, �hat th� Sur�ties shaL1
�x��cis� tl��ir op��.�r�, i.� �i: all� �ithin �4,�❑ we��:.� �fter t5t�
w�atte� i��t_i.�� �� �� scc�nr i.r��� �k�� wo�k l�as be�i7 se�v�� u�on
�.h� Can�r����r �nd u�ar� �h� ,�����t���s or �t7�ir a�tCltioriz�d
agen�s. Th� Su���i��, in �uch �verr� sl�aL� �ss�ine th�
��n�.ra�t{�r'n �1a�e i� �11 r�s�ec�s, and ��al� be �a�d �� �.1��
Owrsr�r �o� a�� wo�k �erL•o�r��d b}� �her� in ac�ordanc� rai�h �Y��
�e�m� o� k�e �.o�•,�r,act Docur�ar���. A1� mani�� r��n�ir�ir�g du� th�
�.o��ir��tor a� t1�� tim� �� t�sis c��f��lt �hall ����reupan b��o��
due anc� p�yab�.� to �h� �������ie� a� ��� wori� ��ogi��,�s�s�
s�sbj�ct t� al�. af thc t����s o� th� �ot��r�ct D�cum�rit��,
In �ase �.1�� S�r�ties d� r�o�, withi�, th� ����in�b�v� �p�ci.E�.e�
tim�t ex��c�s� tt��ir ���h�. a�c� o�l-.�o�n �o -��sum� �i�,-� contrac�
���ponsibiYities, �sr t���� �ortio� �.�t�.r�o� wYri�:� ���� Dwne� h�,a
�rd���c3 b� t1�� �ar�tr���o� ta d�s�on�inu�*, l_l��n the Ow�s��r �1�a17.
i�av� �h� �o�ter �o �oi���.��e, h� co�l�ra�k or. c�th�rv��se, as i�
r��y ��t��rT�lrl�t �}Z� w�ric h�r�xn d�scri��d ��- �uch �ar� tl���e�f
a:� i. t;�ay cl���n r�er�r�s �a �`� , a�d k.�ie ��n t�'�c t�r Y�+�r ��� aq r�es
tri�L ��� D+�n�.r shall iiav� �t�� r.�gh� to tak� ��r���+�ssio� �.� an�
use ak�y r��,re.ria�sr plan�s, t�o�s{ e��.z���r��, supp�i�sr �nd
�rope�ty �� any ]�rn� �r�vided by� �.h� Con��a�tor �or. �1�?
purp�se o� c��r�+�nc� �G� the w�r'� ans� �o �r�cur� ���e� �ools,
eq�.�i.pme�t, r�aL•��ials, lal�or ar�d �ruo�r�� �or tne co�npl.����r� o�
��ie work, attc� �� �h�Lge �.� tn� a�c:ou��. o� ti�� �crn��a�ro�r ���
sa�d �ont�ayt ��c��r�se �o� �abcrr, ma��rial�, ��n1sF �q�ipm�nt,,
�nd �11 �x��n��s in��d?�ta.1 tl}�r��o . '�hp ��cp�r3�� s� ck�ar��d
�l�a�l �e �3edu�:te� �� ���e �wn�r. .Er�m s,Yc.��r m�nies a� �ay b� due
or �nay b�c�m� �u� a� �ny� tir�� t��r�a�ker �o the ��n�z��ci�r
��3r���- �nd i��+ �zrtue �� t]3� �ontra�t ,�r a�.Y �a�r� �h�r�a�. Tn�
Dwn�� �ha�.]. not I�e r�quir�c� t� �b�ai:� ��8 �owest �ia� �ar t���
�a��k c�r���7.�ting th� c�n���ct, hu� �+�,� �xa�nst� �� b� ��s�uc�.ec�
s�aL�. b� �he ac�u�1 �ast c�� �1�� ��rs���a- ��t �uch �r�r�c.
t� �a�� su�h �xl��n���s �f��l.� �xc+�ed ��� �m����nt val7icl� w�u1�i ha�#
la��n �ayat�l� ur���r tlte �ar�rka�t iF kf1� �am� 1�a�3 ���n c;omvt:�w�d
l�� t;re �art��ac�or, th�n �1�� ��R}tra�c�or ancl k��� ��rr�t.'tr�s ��a�.i
�ay t�� arno���� a� sucl� ex�j3s� �c� th� �:.x �y an rr�� .k�•t f r,�sr� �h�
Dw�er pE �h� ��c��ss due. when ar�y }�artic�lar ���r: :�E �E�� w;�c'�c
i,� �ein� car��ec� on �� k.h� [7w�tar b� �on�.r�c� �r orti�rw�s�
und�r �Y�� pr��vi�i��� of khis s,�c,...i�3�, th� �o�tra�t�r. sha�t
c�ntir��� �5�� r�.-�ain�er o� �3�� xr��c'c in �anEcz'mi�}+ wi.�l� �h�
terms o.� t13� �'ars�rac� D����am�nts a�z� i:s suc� ��rt���n�r as to n�k.
li�!z��r or 1i3������4� w��.Mi pe���rmanc� �� k.�� woz'' �y �13� ��vt��r.
� 7�7 . 1� �`��FILL��i�T OF C�t�TRAC"�' : '� h� ���n k.ra� i: v�i 11 l�r�
car�s�+�a��� an h�v�n� k���n �ul f il 1.�r3, ,�.�v� as �r��� 4c�R�� ��t any
k�on� ar, :�ond� or ��y ��w, �ah�,� a11 rf�,} w�r1� a�r� ��1. �r���i+�ns o�
p�rt� r�.f tiie 1�x�j��:r c��sv?x�{� �� tE�� ;v����ta:t �{��,1«e�tit:� l�t�v�
C'7�7 � 9 }
be�n �ini���� �n� c������ed� �h� �i�a� i��p���ion ma�� �y �he
�ng�����, an� t�� f.a,na1 ac�ep�anc� a�� f inaZ pa�me�t �ad� �y
the Owz�e�.
�7-7. �6 'x'�RMT�]A'�'�ot� �`C}Fi ��t��E���t�l�� DF i'H� p�1�aER:
A, �3��ICE QF TEi�hS��A'F�OI�: �'�e ��rfo�c�t�ar��e of the wor.k
�nd�� this �antr�.�� r�a� �� ��rr�ir�a��d by the C?wn��
i� whole� or �r�TTt tim� �� tiTn� in part, �n
a��r��danc� wi�h this sect�an� whenev�r �fY� �wrt��
�hal� d�t�rmie�� �ha�. su�h �erix�i��tion is �n �h�
b�s� ir���r�5t �f �h� Owr��r. Any su�� t�z�mz�aL��r�
st�all b� ����ct�d ��r ��tli.ng a �s��i�� oF
t�r�i�aki.�ri �� t�n� �ont�racta� s�eci�yin� th� �xtent
ka wh�.�� per�ormar��e o� wor�C un�+�� tlti� �or�tra�t zs
��rmin���d� an3 �he ci��e upor� wY�.�ch s�ch
��rrr�ination be^orr��� �€€ectzve. R�c�tpt of t�e
� rr���c� shal�. �� ���med car�c3.�si.v�ly pr��u�n�d an�
�stablis��d wlz�r� the I�tt�r i.s �ala�ed fr� �h� �nit�d
�ta"es *�a�l �y ��� �urner. fiurth�r, i� sha�� ��
de�m�d ��r�c��sival�+ pr�sum�d and est�l�Iish�d tha�
�u�h ���mina�ior� is �adr� W�tl� jus� ca�s� as tY�ere���.
s�a��d; ar�d r�a proo� ir� �ny clai�, �leman� or suit
shaX7, �e req�ir�d of. the Dwne� ���ardirtig sucf�
dks�r�t�.�nar, y a�: tivr� .
�. ��N3'l�Px�'1`OR �C'TION: Af��� �r�ceipt o�� a notzce ��
terminatio�,, and e.�c�pt as otli�rwis# �irec��d by
t��e �t�g�ri���� t�� C�nt�actor sl�a].1:
�. �to� t�o�l� us�c�er tk�� c�nt�a�t �n ��y� c�aL� �nc�
�o ��� e�Len� 5�+��1�1�� in the r�otic� oi
te�minatiO�i;
�. pla;.e r�o f�rth�� or���s or ��b�ontra�:ts �o�r
�n���ri�ls, s�.��ri.�e� a� �a�i��ties ex���t �s
may b� n�c�ssary �or co�p].eti�n oF ��ch
partion o� t�e +�r�r.k un�3er t�h� �ont��c� a� is
r��� �.�rmf n���d;
3. ���mi�a�.e �1� �r.��r� a�d s��cantr��ts to t���
��cten� �t�at �fY�y r��ate �o th� p�r E�rm�nc� of
�t��it ��rmznat�d by �1�� n�ti.r� oE ����nir�a�ion;
4. trar��f�r ti.�l� to
t �3 � l]l� Cl Cl �'? i i � � � �'i �
]. � 3ii� f � i �?�L�� �}�
�he ��n#r �ni3 d�Iiver fr�
�Li[i@3 f $114� t0 ��i�a $}C���'1� I
�}3� LE1C��T3PP_C :
���� {��}
a. �.he ���hri+��t�d �r un��Lrzc�i:�d ��� �.�,
wark in �ra��ss, comal���� wo�k�
st�����.��s ar�d ol�l���r ttt��;��ia� ��or��c��3 a�
� ra��t �F{ �,� ���u���d in rionnec�ior�
wa.#:h ��e ger�o��an�:e oEt t�e wr���
r� ��m i r�� r e3 }��t t�e n o'k i.�� � f
L��m�n�tit�n; an�
�_ tYY� carnp],.���d, ar partia�ly coin�].�k�d
�lans� dr�v�i���.�� �n�c�r�tatxon an� o����r
p��p�r�� w����h, if �he ��ntra�� had
b��� :_oin�le�e�, ��kil� !3av? ���n
re�uired �o �� Eur.nisi��d �� �he O�n�r.
�, com�l.�te perfo��n�nce af guc� �a�� ;�� th� wo�k
as shal]_ �n� S�s�� h+�e�n t�x�r�inated by �n�
170�1C� �� ���f1�1C1�k�1�E1; �IlC1
6. ta+�� suclr �cti�n �s �ay b� n�c?ssar�r, o� as
�}ie �r��in�s�r may �3irec�, fc�r ti�e p����cti�n
�nd �rese�.-va�i�� oF �li� pr��er�� r�lated t�
zt� c�ntra�t w�i�i�'i� in ��e �+�ss�s�i�� �F
�h� �o��.r���or an�3 in w}7ich th� Owr��r 'has �7:
�nay a�quir� t1�� ra�t .
A� a�.im� +��� 1,at�r �l�an 30 da�� �i��� t'�e
#��rmina�i�n da�� spe�iE�e�, ie� ��� sYaLi�� of
t�rminativ�� the �or�tractoz may �u��ni� to i�h�
Engin�er ��is�, c�r�if i�d as t�� ��a����y and
�ua1i�.�� a� �n� �r �11 ���ms o� t�rmina���or�
invent��y no� ���viou��y k�kspose� ��� exc�us�ve �r
it��ns �.i� c�isnas�tion oF. wtYi.�Y� has ��en �ir�c��� or.
a�a�ho�i��c� by the Er�gir����. �1�� �.at�r : h�n 15 ��y�
�i����a��?r� �he €7w�r�r s�tal� acc��� t.itt� t� s�uc1�
it���� p�+�v�.c3�+r�, thaC �he 1�.�� s����i��ed shaLl 'o�
su3� j e� �. �.o ��r.i f i.�� k i�n h�► k�lic� Ertig �k��er �i��n
��m�v�� of �hi3 xL•�,r►s �r, if �h� �.L�r�s a�� s��r�r�t
wi�his� 45 day� trom ti3? da�� c�� sul�«iss��n +�� th�
�, ist, anr� an� ne�:�s�ar. �+ ��� �is �.�t�n t�s �� c��e ���� �1•k�:
1i.st as s�k��nitt�ec3, shal.�_ b� m��� a�.i�r ��� �in�l
set�ler��nt .
C. '��R�II�#�T'��C� ��A�I�: wir_E�ir� oU da}�� ai��r ��o�ic� af.
��r.�ni�na��ori,- tl�e ��ntracl:r�r sha.il s��h�it his
t�r�iriaki.�n ��aim to �1�� Fr�gi��er. in �he �or�ri and
�it3� �i�e cer�iF.i�:a��on �r�S�c�ih+�r� k,y t��� �r�gi;Y��r._
IJnX+�ss or�� or �nor� ���.����ons i-� wri�ii�� ar�
grant�d by �.f�v �w+�s=� upo�� ����e�t ��E ����#
Cor�i:r�cror, made in wri�ing w���r�� suc� 6f�--�a�
��r,iod �r auk.hr�xiz�d ��t�rY�i.o±� �9����0�, anrx a�d ai�
sa�h c��i«s s;���1 �� �:on�:lus.�ve7.� de�s�r�:� +��a���r3�.
�'7�-7 �l�}
�. �MD�'�T�; Su�jcct ta �he �r��i�i�ns o€ Item
�7-7.��(C}t t�� �o�kra�tor a�d Owner may agr�e upo�
��� whole ar an� par� of �he amo�n� or a�o�nts to
�e paid �o th� ��n��actor �� ��as�n o� �h� tv�al vr
par�ia� �#r���ryatia� of w��k purs�a�t ��r�t�;
prn�zd��, t�at such agreed �m���� a� a��un�s �ha��
n���� �xc�ed the tvta� contr�c� �ric� as r�d�tc�d ��
t��� ���unt o� �a�m�n�s ��herwis� mac�a �rid as
��rt'��r r�du��c� by ti�� c�nt�act ��.ic� o� w�rk no�
t�rm�r�a�e�. �'h� c�ntract sha,�� be �m�nd�d
acc�rrlfng�y, and �h� �or�tra��o� shal.� b� }�aid �t�e
agr��d amo�.n�. �o amaun� s�a�� �� due �or lost ox
an�ici�at�d �r��i�s. �l�t�iin� in �7-7.16i�1
h�re��t�r� pres�ribin� the �e�ou�� to �e �a�d �� �[��
�ar�t.rac�o� in th� ��r�r�t oF �ail�re �� �he
��n�ra���� k�� reas�n o� �h� �erm�riati�n �f w4rk
pur�u�n� to �his s�c�i.an, sh��� b� ��er��d ta �imiL,
r���r��t or otl�erwis� det�arrr�in� �r �ffe�t ��e
�mo�n� ar amo�rs�� wh�.c�� r�a�r be a�reed u�on �� i�e
��i� to ���� C�nt��ck��r pursuant �o k.h�.� pa�a�ra�}�.
�. FAIT�UR� T� �GR�E: I.n ti�� �v�nt o� ��e ��il�x�� o�
�h� ��n�ractor �r�d �h� �wner ta aq��� as �ro��d��
i�3 C7-�.1� {�� upc�� the w;���� amount �a be �a�d �a
tl�� ��ntr�cta� by reasvn o� th� �err�ination af wor�
pL�rs�ant to �his s�c:�ion �h� (�wn�r �t�al.l �et�rr�i��#
on th� ba�z� o� in€c�rma�i�n a��i�al��� tp itF the
�m�un�� i� an�, c��� }o the Con�r�ctor 1�� r�as�e� of
�he t�r�na.r�ati�n a�c� sha1L pa� t� th� C�ntraetor �h�
amour��s d��erinin�c�_ �1a arnouz�t s3�a11 b� du� �or
l�s�. a� anti�ipa��d pro��ts_
F_ DEDUCTT�t��: �n a��l�ra,ng �k kh� arno�r�� c3aa� tC�e
cont��ctar und�� t�si� s�cLi�nt �t��r� s�a].�. ��
���uc��d {a} �11 �n�,i�uicl���d advatl�e �r ot3�er
p�y�ents �r� account t[�eret���r� roa�e to �h�
�ori�.�ac:�or. r a��l�cab�� �o k.h� termin�te�i a�r�ic�e� o�
�li�s con�racL; (k�} ari� claim wl�i��s �he Ovrne� t�ay
hav� ag�ir�st ��tie �o�,t�act�r i:r corxr��c�z�n w��h th��
con�ra�.�; a�d {c) �.h� ��reed �ri�� ��r, or tM�
p�o�e�ds o� �a�� of, �n� ma�tRri�,ls, �uop�ies ar
o�h�r thin�s ]ca�� b� th� ��ntr�c�or �r sai�,
�ursuan� to th? �rr�visions o� �his ���r�s�, an� r�at
oth�rwise r�co�r�r�c� �,� ar crec�Ytad �o th� Owt��r.
�;. ,�D,�LI�TMEi�T: If t�� te��ninatkor� t����ur�er �e
�a.rt�.�l� p��or t� ih� �a���+�t�c�r�� af �.he i�r.�ninat+�d
po���on of this �ontxa�t, �h� .Contr���ar may �k1�
w� �h �1�e ��g i r����r ��e� ues � i e� wr � r_ x ng ��r a�
�7�7 il�)
eguika��� adj�s���nt of �h� pric� or ��zc�s
sp�c�fied i� �h� �on�ract �el�tin� L•o the c���inu�d
��rt�an o� �h� �ontra�t (t�e �or��on no� ��rrnin�t�d
by �he no��ce o� L�r�in���on}, such e�ur���le
ad���t�en� �� ma� bs ag�ee� u��� shail be mad� i�
��ch grice o�r p�ic�s; �o�h�ng �����i��d �7���lfli
h�v�ev��, s�a�l Iimit �he r.�gl�t af t�� Dwr��t and ���
Cor��rac�vr �o a�r�� u�o!� ��e ar�our�� o�r arno�lr�t� �o
be paid to �t�� C�ntra��a� �ar �h� cor��leti�n o.� tY��
con�inu�d p�r�i.on o�� the ��ntra�t when said
c�r�trac� �o�s nok �onta�r� an e�tabliak��8 c�n��act
pri�� ���e su�h c�ntinuec3 p���i�r�.
�I. �]O ]G�I+��'�A'�IDI� C]�' RI�f3T�: Notk�ing cor��ain�d i,n �h�s
�s���kan �hal�. 1i�i� or a1.te� �i�� ri�hts w��.cl� tl��
�w:��r rna� hav'e for ����i�7ation of th�.s �ont�ac�.
ttn�ier �"7�7.1� h�r�o� �r��i�.��d "�u�p�ns�oz� o�
Ab�ado��nent �f �1�� work and AEnendm�nt of �o���r,a��'�
�r an� o�h��c �i��t whic� Own�r may l�ave for d��au1�:
ar b��act� o� c�ntract by �ont��c��r.
�7-i . 17 SAFETY METH�DS At�D 1�RA�T��ES: T�e �ontracto� �ha�l. k�e
r�sp�r��i�l� �ox� �n�tiating, ��ta�.r�ta�ningt �r�� ���e�vi.si�s� a��
safety pre��u� �.ons an� pro�ra�a� in con����i�n wi.�� �he war� at
a3.1 tirn�� ar��3 slial� as�ut�e a�l �eS���lSk�}��1�1�5 �or t�t�i.r
en��rc�m�flt.
mt�� �antra��o� s�tai�. �om�1y w�+t� ���eral, s�at�� a�d Locai
laws, ordzn�nces, arld �e���u�ations so as to ��ot��t ��rson and
prog�r�y �ram i��ury, in��udir�g d�a�.t�t o� ��rnag� in co�n�c�ion
�ri th �he w�r k .
�7-7 �13}
FART � � �E�ERA� ���DI�IQ��
C$T� M�ASU���E�T AN� PAYMENT
�E�TIO� C�-8 M�A��R�ME�� A�� PA��E�T
C8y8.1 �EA�UREMF.�� OF �UA�T�T�ES: The �et�r�inati�n o�
quanti�ies of w�r� p�r��rmed by the Contrac��r �nd au�horia�d
�ay t�� �ont�act �ocur��n�� �,cc��ta�i� com��et�d un�er �h� t�rms
o� �h� �o�t�a�� D�c�r�e�ts st�all b� rnad� t�y th� �ngi�eerr bas�d
on me�sur�m�nts m�d� by th� Engin�er. 'rh�s� me�s�srem��,�� wi].1
be m�de �ccardir�g �o th� Ur�i�ed, Stat�s ��and�r� hiea�urem��ts
used �n ��mmo�7 �ra��ic�t ant� �ri�3. be the a���a� ��ngtY�, �r�a,
�oli3 cort��n�.�, r�u�tb��st ar�� w�ights o� tih� mate�ia�.s and
�ter�s insta�Xec3.
C8�8. � L1�IT PR��ES : when k� �.h� Propo�al a'"U�it �rice" is
set €o�r�h, �he said "Uni.� F'ric�"" shail ��cl��� the furnis�i�xg
b� th� ��ntract��e ot a�X la��r, toolsR II�������.�Sf m��hin��y,
egui�m�nt, a�p�.iar�c�s ar�d a�pu�t�nar�c�s �ec�ssary �or �i�e
c�n���uction o� ar�d th� com�l.e�ion in a�anrre�` ac��p�at�l� to
tk�� E�tgine�r of a�l w�r� �� b� don� �nc�er th�se �ontra��.
Dacum�rits.
Ti�� "i�nik Pric�"' sY�al1 incl�de a�.� p�rr�an��t an� ����vr�ry
�ro�.�ctior� c�f ��r��rh�ad, s+�r�ac��, a�c� und��gr�und s�r�x��u��s.
c].e�nu�, �inished, ov�rh�ad exp�ns�, b�r�dF �nsura��e, pa��nt
fees, ro��X�i��, risk ��� t� �he �lemen�s �nd ��her caus�sk
d�Y�ys, Fr�fi�s, in��ri�s, dam�ges �iaa.�ts� �a�est �n� a11
attt�r it��ns not �peci�zca��y �n���i�n�d ��rat r�ay b� req�ired to
�u11p ���s�.r�xc� �ach zt�r� of tk�e w�xk c�mg��t� in p�ac� and i�
a s�tisEa�tor� �or��ition f�r �p��atior�.
��-8.3 Ll�h1� �UNI: C���n in �h� Proposal �"'Lu�p �ur�" a,s s��
for��r, �h� sai� '"Lui�� �um" sina�� �'��r�sent the �:o�al cas� for
tl�� �on�ract�r �.o �urni.sh a�l 1�bor, tool�, �aterials,
macl�in�r�rt eguipme�k, a�purt�nanc��K ��r�c� al1 subs�dary +�o±-k
r�ecessary �o� t�� ��ns�ructi�r� and cvr�pl�tion o� a�.�, the work
to p�ovi�a a c�mpl�t� ��d fu�ct�ar��l i��r�t as d�t�il�d an t�i�
�p�cial ��n�rac� L��c�m�n�� andfo� F].ans.
�8-8.4 ��OPE O1� ��1�����': The �on�.ra�t�� sY�a�� r���i.v� an�
�c�e�t �h� camp�r�sat��nf a� he��i� pr�vid�dt i� �ss�,� �ayment
fc�r furr��shir�g ali �a�or, ���ls� rnat�rials, and incic3en�als
�or perfo�rni�g al� wo�lc �on��r�p�at�d anc� �mt�r���d und�r ti�es�
�an�ract D��um�nts, fox aXl �oss anc� da�age a� i�ir�g aut o� �he
natur� a� th� wo�-ic o� f��m t�� �cti�n o� t�ne e�e�er��s, f�r any
u��oreseel� d���c�s or o�structi.ons which m�}� aris� or l��
e�coun��red d�rinr� �.he ���secut�on a� �3�� worlc at ��� tirne
��-� (�1
b�€��� i�s �in�l acc eptanc� by t�e Dwn�r., €exce�� �s provided
kn �a�agrap� C�-5.�4} f�r a1� �x�k� of w���ever ��scr�ptio�
co��cc��� �it� th� �ras��u���� o� �rie wark, f.or ai� �xp�ns�
incurr�d b}� �� ir� c��rs����r,ce n� �us��ns���� or di�conti.r�ua���
o� su��r pras�cu�kar� c�� the wor���g �p�ra��ons �s he��in
spe��.�i.ec�, or �ny an� a�.� infr.a.rr�ga�ter��s of patentst
��ademar�Csr c���ii�€�ts, ar �ti�er l�gal r���r,va�,tianst ;�n� �or
c�r�pL�tieing t�he r�ork in an ac�epta��� m�nn�r ����rdrng to �he
t�rm� o� the ��n�r�ct Pocur�er�ts.
�`he p��rrn�nt c�f aj�� current nr �ar��a1 �stFr��t� ��ia� ta �ina�
ace�pr_�nc� of �he work �� the �wn�� sk�a11 it� nv way cor�stit�t�
an acicn�wl�dg�n�n� of th� acc�pt�nc� �f t�� w�rk, m�t��,ia�s, r�r
�c�ui�t�t�nt, no� ir� an� way �x��j�xd�ce o� affec� the abligatians
o€ th� Cont�act�� �to r,e�a�.� F co���ct, renew, o� r���ace at �is
own ar�� pr��r�� e�c�en�� any d�f�c�� o� ir�p��f�ct�or�s in �h�
cor�str�ction �r i� �h� s���r�gth o� qua�it�r o£ the a�a��rial
us�d �r equ�pm��� ar ma�hin�r� f�rr�i�ahad in o� a�auC tt�e
cons�ructian of �h� wvr� u�der �or�tra�� and �ts a�purter�anc�s,
o� �n�r damage due ar attribu�ed �c� such d�f�ct�, whi�k�
3ef�c�s, �mnerf��ti��� ar damage sha�� hav� b��n c�Y���ve��d o�
or be�ore �h� f in�l rr������ ian ar�� a�c��rtan�� c�f w�, �k or
�u��.nq Ll�e one ye�r gr�a*-an�.y period ��t�x� �a.na� ac:ce�ta���.
�h� Owner s��11 �e t�� saY� judg� of such de�ec�s,
zmp����c�i.ons, �r darn�g�, and �h� �ont�a.c�o� sh��l be �i����
�ta th� Own�� �or failure �o �:orr�ct khe same �� prov�d�d
i���`e � n .
�8-8.5 PA1�T�A�. ES'�`YMP►'i'�� �,�]� fi��'AXk�A�E� Betw2er� th� �s� a��
5t� da�r o�=�a�l� �nontY� ��� ��ntract�� st�al�, sub�i� ko the
Engine�r a sta�eme�t showxng an esti.ma�,� �� tlze valae �� �he
v�ork ��n� �3u�a,ng Ch� �r�rr.�ous mor��h, ar estima�e �r�riod �nd�r
�h� �:oe�tra�t Rocurn�r��s_ �ot ],a��� �l�an the �Oth day of �.��
monL-,h the En��ne�r �hal�. veri�y �uch �s�ir�at�, a�n� i.� i� is
�oun� �� k�� ac��ptab�.e �n� t�re va�.u? �� work per�or�n�d s�nc�
t�� ias� p�rtr�� p�}��n�nt wa� made Pxc��d� o�ne �undr�� da11��s
��1.00.0� 1 in ar��ur�tt 9Q� o� �uc� �stir�atk3d su� will be �aid to
t�e �ont�a��o� i� �h� �o�al cot���a�i: a��un�_ a.� less �han
$40�,000, o� ��� of such �s�i+n��ec� surn wi�,l be �ai�3 k.� ���te
�on�rac�t�r i€ tli� ko�a1 c��rt�a�� a���nt i� $90�},�0� �r �r�a�er
wi�hin �went}�-��.v� {251 �a�s aft�r. �i�� ��g�1ar estim�t� p��iod.
Th� City vri��, �ave the aptkon o� pr��a�rir,g e�timates on ��rms
f�srt�isl�e� by th� �x�y. Th� �Oar��al �stimata may �.n�lud�
acc�p�a�l� nc��p�ri�l��,b�e k�at�r�als d�l�ve�r�d �o the �rprk wt�ich
�z� �o �� in��rpo�rat�d is��o �he wor;c a� a��r�an�nt �ar�
�her�af, �ut wl���h at �h� th� �i�e �� �.F�� es�k���e iia�r� �ot
��en irr��.�11Pd. �such �a�r����-�L will b� ���aw�c� c�n a 3��sis o.�
B�� o� t��: n,�� Ynv�ic� v$�ue th�r�o�. ? Th� Cc�ntra���r s�a�l
�u�nish �h� Er�c�in��r s��� iri€ormati�n �s he m�}+ ra�u��t to a�.�
c`y8-B � � )
l7im as a guid� i� �h� ve���i�a��on o� t�� pr��a�a�ion ��
�ar�ia� �s�imat�s,
I� zs u�d�rs�ood �hat �h� par��al �st�rnat� �rom �onth �o m��th
w��l b� a��rnx�ma�e onl�, �n� a1� parti�l mont�iy eati�at��
arid pa��rn�n� ���1 b� sub�e�i �a ��rr�c�ion in th� �sti�at�
rend�red �o��awin� th� d���o�ery a� a� ��ror z� an� �x�v�o�s
�s�i�na�e,a�d such est�mate sha�l nott in any ��s��ct, b� tak�n
�s a� ����ssio� o� th� Ow�er of th� arno�n� of wa�k do�� a� af
it� gx�a],it� �� s��E�cier�c�rt o� as a� acc�p�anc� �f the �rark
d�ne or �h� r��.��se of �h� �ontra��or o� ar�}� o� his
respo�tsib��.�.�r�s ur�der th� �o���a�� [�o�um�r��s.
Th� ��.�� ��serves ��,� ric�ht t� wit��o�� �h� �a�r��nt o� any
mor3thl� est�r�a�e �� t�r� c�ntr.a���r fails t� ��rf�rm �he w�rl�
s�ric�l� in �ccordan�� �r��1� �h� s�ecif�cat��r�s or prov�.�i,��s
of �3tis ��nkrac�.
4�` � . � ►41 �J�ilRVL1J.L LY4] �i'x1 i*11'ilY� ; JG ��ni�j��. �� ���r �����C�.t� �r
es�a.ma��s rna� 3�� l�e1d in �b��an�� if tt�e perform��rc� of �he
c�n�tructian ope�a�ions a.� �ot� i� a�corda��e w�tt� ti�e
�equire��:��� o� tlx� Con�za�� i3o�x�m�n�s .
�8-8.7 F��AL A����PTA�C�� Wh�n�ver t�e ir��ro�re�en�� pxc�uid�d
��� �� �he Con�rac� ���um�nts sha�l hav� b�e� comple��d and,
a�l. �equir�tn�nts of th� Contra�t Doc�a�nen�� sha�� ha�e be�r�
���.�i3��.e�1 �n tli� part of �h� Con�ract�r, �h� ����ractcrr shall
na���y th� EI][�11'1�t?� ir� �ri.�i�� �ha� �h� ��x�r�ve�ents are r�ady
f�r �he ��na� i�sp�cta.�r�. T�� E�gin��r shal� r�oti.�y th�
a��iapria�� ��f.�cia�s o� �i�� Owner,, w��l within a r�asanable
tim� mak� such fina� i.n�pec��on, ar�ci i� �he work is
sa�is�act�ry� in an a��ept���� coe�di�ior�r ar�+� has beeer
comple��d �� accordan�e wa.th the ��rms o'� �h� �o�tra��
D��u��r►�s and al� appraved t��di€ica�ians �hexeo�, the Er��in���
wi��, initia�� �1�� �rocessing o� th� fina� astima�.e artd
�e�ar���nc� f inal ac����a�c� c�E khe �ra���t attci �inal �a�rn�nt
�he����or �s o�s�l�in�� ir� �8-8.� ���ow.
C9-S. ��'I�AL PA�M�t�T: V�ineflever alI t�� i��rov�me��s p�ovide�
f�sr b� th� �an�ra�t Docu��n�s ar�c� a.�.� approved modi.f�cati�ns
�t��r��f shall hav� b��� com��eied ar�d all r��uirar��n�.s of t�e
�ontra�t ��c�men�.s lzav� b���r fu�.�il��d on �he pa�t of �h�
�ontra�to� � a f ina� esiima�e sl�c�wxng th� val.ue of t�� wo�k
wi��, �e pre�ar�d by �he Engin��r �s soa� as th� necessary
m��s�r�m�r�t� , �o�n�>�,�ta � ��ns , and ch��:ks �an �� rnade .
A7.�. ;��ior es�i�at�s �non which p�yn��vG�t: ]7as ���n c�rac�� �r�
sui���c� �.� r�ec:�ss���► co�r�c�i�n� a� rr�;isivns in �he �i.na1
p��rmer�t .
�S-8 {�)
'ihe a�c�unt �� the ���al �s�i,ma�e, 1��s p��vi�us payre��r�ts �nd
ar�� s�m that h�v� h�ers d�du�l��3 c�� r�ta�r�ed und�� th�
�r�visinns of ttze ��r�t�a�� l��cur��n��, wil� l�e �ai.d to �he
Con�ra�tor wi�hi.r� 6p c���s ��t�r frnaJ. a��e�t�n�� k��t �he Owr�er
or� a p�op�r r�sol�tS.an af th� Cit� �oun��l, ��ovic��c� th�
�ont����ar Y�as �urnz�hec� t� th� �wn�� sa�t�a.s�ac�.�ry 8vid�nc� o�
�a�rn�r�t as follows: Pr�or t� s��rni�si�€� o� �h� final �s�ir�a�e
�or �a�r�er�t, the �an�ra��ar �l�al1 �x����e �n ��f��avit, as
turni.�k��� �}� th� �i�y, ce��i�yina� �ha� a�l p�r��€�s, �a.r�ns,
as�o�iatzons� �orpora�ions, or. ����r �rgar�zza�i�ns �ll�t'kio�il�1C�'
lahor anc�fo� r�ater�a�s h��e b�er� p��d �r� �uYl, tC�at �he wag�
�ca1� �stab].is�tec� b�r t1�s �i�� �our�c;i� in ��� �i�� �f �'ort
Worth }�a� been �ai�, and rhai ��re�e ar� rro �lai.ms p�ndrn� for
��rsa�ai �inj�r�r arid�ar �rc���r�� damag�s.
The acce�tanc� �}► �he {'ont�a�tor a� �h� last �� ��n�� p��ment
a� a�o�e��a�� sh�Xl �perat� a� ar�d �t��l� r��,�a�� �i�e Owr��r €ro�n
a1i ��,�irna �r 1���i�l�t��� undnr �i�� ��e�tr�act fc�� ar���h2�g dan�
o� �urn�sh�c� �r relati�g tc� the �,rorlc u�d�r ��ntract Doc�am�n�s
o� a�� ac� a� neg��c� o� sa�d ���.� re�a�i�sg to or cor�r�e�tec�
wi�� �he Cor��aract.
�'�� ma}c�n� of �rie ifnaL s�a}�m�n� �y �h� Qwn�r shal� not r�l�eve
the �antra�tor af �riy guarantees or oL•l��r rec�uir��e�rt� of tine
Cor�#.�ra�� �ocumeni� which ���ci��ca�1�+ �ontin�e ther�a�ter_
C8-�8.'3 �lI}�QUA�Y OF` �1�5���]: It �� ut�d�rs�p�t� tl��t t�p pwner
��].�eves i� has �mpLoy�d c:omg���rit �ng,L�z���s �rtd �i�st�r��rs �.o
p��pare the �c�n�.ra�t Aocur�ents art�i al.� rnodi���ations �€ tl��
approv�r� ��n�r��� Docu��nts, �� is, �h�re�'or�, a����d that
�h� Owner si�all be r�sronsibl� �ar �h� a���uac�r �i i�.s owr�
d�sign ��a��r��, suf�ici�ncy a� the �ont�a�� Documents, th�
sa��ty af t�e struct�r�, an� �hs �rartrca�ilit� �� th�
o��r���ans of, �he cor�ple��d p,�oaec�, pravid�� the �an�ract��
ha� co�n�li�d, wit� th� rry�uire��rs�.s �f the said ��nt�a�t
l7o�ume��s, �lX appr�ved �n�difi��tions �h�re�f, and ���i�i�r��
ar�� a�.terativns tt��r��c� a�aprove� in wri�i�g l��r the �+�t�e�. Th�
bs�rden af proof o� s��h compli.an�f� sh�lZ l�� �tpor� ti�e
�antrac�.or �c� s�ow t�s�� h� has �omp�zed wirr� �h� sai�
r��uir��e.r��s of �i�� �an�rac� i��curn�nts, apprav�� m�d�f �����a�ss
ti��rF�a�, �nd all approved ac�dit�.ons ar�d alterations theret�.
C$--8.].D ����i�A� �UA�J��]T�: N�ith?r �h� �ina�. �erkifica�? �f
�a��n�nt nr�r any provis��$� i�7 t��e �ant�act Aoc�m���.� r��r
�artial ar err�ir� �cc��an�� rr use r�� th� pre�nis�s b�i klie
Ourn�� �hall cons�itute a,n �cce1�t���� �t vrork nr�t �3�ne in
acc��dar�c� w�t� t�� �'o����ct �o�ur����s or r��i#ve t�e
�on��actor o� li��ailr�} in resp�ct �a any e�r�r�ss v��rr�n����
�r �rsspansi�ili�y ��� fa+��t� mat�r�ais ar wor;��nans�tii,p. Th�
Co.�tract�� sh�l� r��ed� any �ef��t� �r �3ama��s ��i �he wor.� an�
C6-$ (41
p�y f�� a�y dam�g� ta a�h�r w�rk r�s�l�ing �hereProm �h�ch
sh��1 ���ea� wit�in a��riod �f �ne year f��� ��e date o�
fin�l accep�ance of �h� wo�� ���e�s a long�r p��io� i�
s�ecif�ed ands�a�l fur�is� a good a�d su€���ie�t �ainte�a���
bond �n �he ��ount af �Q� per�e�t o� t�� a�o��t �� th�
cont�act wh��h �1�ai1 assure ��� �#��orman�� �� the �enera�
��ar�nty as above o�tline. �'he Own�r w��l gi�re �o�i�� of
�bs��cv�d de��c�� �rith ��a�or�a�I+� prom�tness,
�8-8 .l� Si1���DIARY v��i�K : Any an� al.l wark �pec��i�al].�+
gov��nec� by do�um�r�t��y �Gt�t11CF?IFi�J3%� Po� ��5� pro�ec�, ��sch a�
�or,�itkons irnposed by the �L�€�s, t�re ��ri�r.�� C�n�ra�t
��cumer�t� �r these �p�cial �an�rac� Docur���ts, in �ahici� fl�
s�e�i�i� i�e�n ��r k�id ha� been px��v�.ded f�r �n t�� P�op�sa�t
�ha�l b� ��nsic3�r�d �s a subsi�ia�}• it�m o� w�rkt �he �ost of
w�ii�l� �ha�1 b� i�cJ.�de� in ��i� pr�c� �i� in th� Propasal., E�r
each �id i�em. �ur�ac� r�sto�atiae�, rac�c excavatian �nd
c�eanu� ar� ge���a� it���s of work wh�ch fa�� in ti�� ca��gor�
�f �u���diar�t wori�_
�8-8 . �� MI�G�LLA���1J5 PLr���MENT ��' �'lA'Y'�1��AL: Materxal �a� i�e
a��oca�.ed u���� v��ious bi.� it�ms �n ��ie �r���s�� to ��tabiish
ur�r� p�ices �o� mis�ellar���us ��.ac���r�t of ma����z�1. TY����
�nat�rials shall �e use� arsl� w��n �i�ec�ed by �he �ngin�er,
��per�ding o�s fi�ld conditi�ns. pa�men�. for �i�ceXlan�ous
�la��m�31� �f mat��rza3. will f�� mad� L•�r ofll}� tha� a�tount o�
�a��rza�. ��ed, r�eas�:r�d to t��t� near�st ���--��nth uni�.
�aym�nt far ini�c�llan�o�s pla��mer,t aF inat�r�.ax sha�.�. C�? i�,
a�c����,n�e wi t� ��e �� ner� 1 C�r� � rac t I]a�umer�#.s r�gardl��s o�
�h� ack�a� a�tnun� us�d f�r �he p�oje��.
CS-8 .�.3 1�E�O�tD �DC�UMEi�T� : ��nLractoz st�a7.�. k��� �n r��arc� a
copy �� a11 sp�� � ca�fr�ns, �lans, a�denda► mpdificati�ns,
sho� c3rawi:�gs ar,d sampl�s at th� �ite, in gaad orde� and
ann��at�� �o �1iow a.li chang�s rn��� �urins� �h� c�n�Lr�act���
��oc�ss. '��es� s���1 be d��i�rc��d ta ErYgirte�r �sp�n �a����tion
�f ��e w�rk.
CB-� [5}
�� ,
����� � �
��J�PL�M��TA.��' ��N��TI���
1 L.0 �I�?SUl�A�1�'�a, �h�nge �he; �o�lo��ir�g portt��rt� {�� �;�-�.11 [ns�r�t�ce ds s�owtti hei���:
I�, I 1N��1�t�►l���E ���i� �Ui3�'0l��`f�P��T�R�; AE tlic er�� of �1�� firs! p�ragrap�ti af �ec�iofl
�;3-3.11, :�f�cr "and I'or all s�bc�n�fac:lc�r�", inse�� ��� tallowir�g sen�enc�: `"�'�� �sene�•�1
�c�n�r'�ct�f r��rt� requi�e {�1� s�bcar�tr��tnr� kc� h� insured �tocl s�Ghmil �loc��n�n��li�n ens�arjng �ha!
li�� r�:q�ii�r�ic�3ls ot` C3-3.11 ai� n1e� �'r��- �I] su���uiti�rttctors."
11.� Li�S�J�r�►h��E �.,l�.+T[TS_ In S�crjo�Y C3-3.11, after �E�e wt�rd "��ccurt-�n�e", �dcl
"la�,g�e�a#�:",
1�,3 ��]�+livli^,�t�JAI.. C��;1�1;��1. 1.,�,4BTLTi'Y 1[��U�RA1�C'E�: Yn. I's�ragrapl� ��-:3.1 il�:
R�.placc th� k�arcl `"�.hClE3��]f�.El�ll51V2.'" ,�vi�l� "C�111112�FC:lf1J" A�tid tl�� Colkc}wGr�� �� PaFa�rap�, �:�-
3.�1b;
"C'erti�`ic�les crl' ifl�tk�M�1C� �I��ll sl�t� li��t ���s�a'���ce i� �rn �n "��cc��r�r�c� h�,�x�." Ce3•tifi�:���:
s��wl� �klso �:4��t�i� a s€a�ament tltat no exciusion� �y �ndorscr�y�s�t hav� h�en made t� zi�c
�c�mr�ier�;��i G�:r�crsl Liak�ilrty Poj�cy„
11.4
� t.�
C:L�N1A�12C��AL C��F�:RAl, I�IABlL['�'Y ���ry1�) P�?I.�C�'; (T�c�l �eq�ir�d}
AUl'{D�T(�BIL� ll�1�U�l��I�fC�i: LCMfT.�� Rcvisc �aragrspl� �:3-3.i I� so [hal �I�e
in�uranc�: iirziit �,'e as fo��ov.°s:
I3odiiy lnaury
13o�i1� I�.j��ry
l'r�perkv I?��ma�e
�2�i),(l�{1 et�ch p�rsvn
$SU�,CIf}[I ag�'e��te
$ � (H].U{l� agg��ga[e
1�.f� LD�AL A��l�T F�t�.� II�15Lfi��N�F A1�iD B{]���]!'.[�"Cl; I��r� �ara�ra�Fi C:3-3.! �g, c�cict�
�nLirr: para�r��C� 1�eginning .`I,,�,��1 �ge�t f�r l�tsurance �3or�d��g„
1 ] .�7 "r�C]C)ITIOIVI�L IRi�LiRCD
r�il insu��a�ce ���icics tor tfiis pro,�ect �x�ep� V�;xrlcer's C'o�n��c��s�rioi� s�r��i b� writi�l� �viil�
she Cil� of �'r�r� 1�Vor�11, ��lTIi�} �T�SS�F c�C IV�[:���C II1C., and l�rees� an� C�ic�ols, ljic. tisied as
�1dd�Li011a� �[i511!'��.'}
r�llvwi�ig �+��ii�:ak�k� ����:�t��t��c sha�i be a�dc� ta Mai�.�iai and �.ab��r C��ts zc� c�vca-c}v�r]�ca�
anc� pr[��'i.f:
l. �►I�nwan�:� ��} the ��+E��3-�c�c�r fo� �vcr�ie�rd anrJ p�-{��ii Cc}�' exi�a u+oxbc �e�'�'orm�d hy �17c
�:��ntractoF's �w� �`orces sha�l no� exce�d I 5`�F.
�. A11�wance to ta�e �:on�r�clor for �verhea�i ar�d pro�i� far exxra wark pet��rr�ed by �
subcontrac:�or �r�d �u�rervised hy tl�e Cortitr�c�or sl�all r�ot e�cc�e�I 1C���,.
cs c����r,a{� C5�
�,� �.� � �
��������.������ ����1����a�
�U��'!'LL+'11+�I�.�lTr�F�}' ('[}�D�'T1C}Iti�
F�}1�"F 1W�)It`I'��, ��+A'i'F!� �EF*Ai�'!'�'i�"I'
V4+tt'��H:1� A�.� V4�r��7;Lw��ri�i� ��;��rATI►ri��T 1}L�1�'r l��t�.1�,�`l:�
l. CD�ITRfLCT I��)C'l_f��Lt',I�T�; fn �c�.Cit>n ��-1,`� �.(�I�Ti���C.T f��C��lvLEN�'S, delete
k'r�r;��,raJ�}� ��-].�h S�'��IAL C{��TR ACT �]��I.xM�:iv'.l'S ar�d add �E�e f�llo��ir��=
"l�, SYLC'IA�, [j`C�NTRACI' L](3CUfv��fTS; T1�e �pec��l �a�i�ra�t ���c�mctYzs are �rep��•ed l`or
c}tc�7 s�ccifi� �rc�j�:c� .'#5 & SU�i�)�C171�111 C(1 C}�k� �i�]l�l'8I CO]11.3'�C1 Dc1c;UT31�17�5 di�i.I aT'li,:�U4�� L��C
fc�3loWin� �C�Err�"
�!� RT A -
PAI�T B -
}� Ah'1' C �
1'.41�'1' C:1 -
P A I�"1' �3 -
}'�t7' � .
P�RT F -
1'h�2T G -
1'ri �T H -
C�1[�TiCE T�J }af.��f��L�S �fl�vef�t4scm�n[)
�1'C:C'IhLj �I�J�TR�JCTI�s�'�C`�} B�DDE�2�
��i�J �4��� 1 , �li��.i�
�11�13F I�II� SP�C'If-T�`�1TIC]1�I�
Ui.:1�F,E� AI._ C:C��1�DT'T'![]'�5
�LJP�Iv�'ME[�'1"�1R�' C�01tiDITT�I�S
51'�C�A�. C�1C�l�l'T�{�l�15
TLC�-fIViC�f. SYLC.11yiC�lTI01�1S
�Li����l'T`:�1F. A � l :l�.�L{.�i` L'S
!3 (}!� L� S�1�I] 17�I S U R,� I`: �. �:,
C�1�1"�'l2 �CT
Pi,�C��l��1C1��2E� ��:�� [�� hr�t��td se��ra�e�y}
1�1tiit�
Wltit�
� ��It�
Cic�lc��n l�oci
�'tmar}� �cilow
� re�n
���c:n
��l�it�
1�VF�3te
UVk�i[e
W I�i te
W E� G�e
�. J]J.I��;C�1C_)R �7F'f'RAI�ISYC}RTI�TF�I� �ND P�l�3LlC �'VC�Rf��� I]el�le eniire Paraur�gh
��-1.1"�, �i�d t�c7��ac�. wi�� �17e fi'a��ov��in�;
�f -1.17' L�zl�Lc���o� 0�,�.,,_:�l`���vsi}c��T�'�c�i� Aiv��_F}�v13L�c �C�r�.i��;'�'I�e ot`�;�i:����
�]�j�t}1ikE�C� L�IPCCtOi' C?t Ehe ��I':lfk5�70i'C�[i0i� �n(� P[1��1ii: V���rI�S I�C�}3!"lrt]�ns c�f I�1� C'll� �?'f Fc}i'1
v��,rtf�, �xr E��� dul�+au�hcarir�d r��r��est[ati���;, �ss�w��nl, cxr�x�en��.
�. �]i1�:CTOR DF Elti1C;1?VLERTi��: ArJd lk�e fc�l�owi��� �a�ra�,r;x�i� a�ler C' �-1, I 7�nd k�efor� � E-
1.1�:
� I- I,� 7�► �.ff2 L:C'T(�� �I� 3����rI1�LEI�]�!�'r' '�h� c�tTE���I l�+ ��poinf��i f]i ['ec�a� oi �k��:
D��,:,rsmcnl o�` L���i�t��.eiaig of tl�c C:i�y c�f �'�rrt 1Nc�rt��, referr�d �cx irt tl�e cF�arle� as t�t�: Ci�}�
Eii�lneef. or F�Ts �uly ���Ch��rF•r.ed represcrttativc ass�s�a�,t, or ag�n�s,
�. ��{_.�1��lEER: f)elete er��ii•c� P�,F�ra�rh f' I-1.1 �. �17� �'C�1�iC�: w1 E�1 l�e ��oiJowl n�.
�I�t Dir�ctc�r es�` �ire C'o�[ V4'��r�h f)cpal�in7en� of En�ine�-3-, lh� Dircctor �f' Foi� V�loi�th
'1'�an�}�ort�tion and �'��bl�c Wu�•€cs T�e��wetment. �f�e L�ircctur ��f i�e For� Wurth i���er
D�.pt7r[r�e�ir l71't�kl'.S]' LiI��V dU�I701`�'L[:S� {iS��`,.'�i.�T1�5, ;G�e�ts, ertg�t�cc��s. inspectors, or
st�r�c�i�7t�r�cle�ts, $c�ir�g wi�C�in �hc sco�� c�i th� �,�r�Gcuja�• c��,ties e1�Rnast�d �o �I��m,
cs c'��,a� �'�.1
5. P�{]POS�L ����1�l�f; Irr Se��ic�n ��-�.1, Yar���'a�� 1, rcvise 1�st s�t��ence to �ead a� foljnws;
`"�`F�e F3i+i�lcr si�a11 i'�rni��} � F�n�ncia� S�a[c�r�����, Fquipme�7i �clic�ulr:, nnrl I�x perieE�ce l�ecr�rsi,
a�l c��' wf�i�l1 must be prc�perl}� ex�cu��� ar�d t��l��� wi��1 4h�: Di��ctor o� tlYe 1�a�er De�ar�men� n��
v�r��t� }�r�csr t� i��e k�our fo� c�peni�z� r��-bid�. lnfnr�t�tism shall be on torms �ro�+idec� bv il�� T3i+l�ler
ayid acccpta�le I.� �he C'ity.
�i. ��,A�ilT�,f�TiO€�1 OF ���I"CR�C'_'�` �7C�C�]ZViLs�#'15 A4�11� S!'�f � �k' i�RC�3F..�T; �n S�C-li���
C2-?_;3, Para��•���li ?, ;�c�d �k�e �`okl�wing tc� i�s� sc;r��cn�e: "�7LL;C,j7t C4}1' {��"Ir�I���`.`S l!i tlit`- fiEli:
c�3n�ii�i�ns ��us�d k��r t'actors o���sic�e c�f t�c; co�tr�ai of kC�� ��ntr��tor �r3�ic:h c�cc�r allcr t�1�
C'��n�rac�tor'S 117S��1�4Ii �1T1{� �1i141�` ki� 113���:11131iOT1.'F
7. i1�fTLk�P�GTA`i"��I�1 A.�]�D PR�P�1��1'1'Y�1� C�F PROPO�AL: Par� C��c�ler�tl Contiiki�n�,
��ctio€� ��-�. �xcl�an�e ��ragr���,1�� C�?-�,7, C'2-2�.8F Cifl� ��-�,� V4�i�l� ��re follawii�g;
��-'?_7 DELC�LI�I` (��= P�[?.�'���AI.; [�� �+i�oposal wtl� h� �:c�fl�idere�t un�e�� it i� �ielivere�i,
ac�{�ir��}:��rir:cl by i�s p��ap�r l3id Se�c:uri�� at�d o�l�er rec�uired n�t��er�al, to �l�c Purci7as3tti�, Aha��a�cr
�r his �e�res�nialiv� aE t1�� c>fficiK�i �u�.utiox� �nci sC���<l rimc �et for��i in the p��pos�l al llte prt�p�r
liiyie lt� �€�e �rn�e�` �lacc. TE�e �tierc i't�c� �hal ��3rs��a�s�t1 was �is��icl�cd waal r�ot be �r�r�sidereL�,
'1`!�e f3idc�er� must h3�c �f�c �ai�posr�l ac����l�}� �lc��v�rc;d, �ach p�o�osa� �C�al! l�e in a�e���d
c:nvs;lc�}�� ��lair�ly �3Y���kc� tivit�t ��ie ward "T'�tO�O��L" z�n�i lhe n�Mme c�r d�sc�i���ic�n c�f Shc prs�j�c�
ciesi��ait�d tn �h� "':Vtat�cc to l���de�s". �F�e cnvc�o��e s�atl be acldr��s�d cc} kl�e P4�r�h�,sing
N������r, �i�y oF For� V+xai�t�� PurcC�asa�� Bivis�on. F�� Box i 7(1�7, �'c��t Wc�r�h, Te��� 7fi1{}�."
C'�-?.$ 1�V1'I'fiL?Rr�W[1vC� PROPO��iL�; �'a-n�3{��als aet�atly tiled witk� the P��ch�asing
M�r�a�er c���ncxl h� �vitl7�lrawn pt�ioi• �o �he � i m� ��t F��r tllc o�ei�in� o�' propos�l�. A r�r}u�sl fo�`
3tion �:o�sid�ratio�t of a�roposal in�st be m:��e it� v�r-iti.�g, acCdr�ss�d �v Ifn� �.~r�� fvi;�nag�r, and
�il�c� w�th k�ir�Y prioi• �� �hc siine se� E'���• �hc� t��ei�i��� �i' �����c�s:�l�. �fl�r all �r��sc���l� �Zc��
rcy�c�Lcd t�or ��on�•considc��utton ��-e c��cn�d ai�d ��tblicly r���� �I�uc3, the prt��a���ttl� ��3- v,�lYi�h [��n-
�.c��rsiciera�ion feque��� h�v�. 13e�r� pr��c�•I� �iled n�a}�, �! l�� ����i��t c�f th� Owrtc�•, L1L� L�:tlll'd7El�
ll[]O�}CJI��.
����.� '�'�i��C�R.�P�C �41�D1k�iCA7"iC�i�i �F P�[��'�}SAS��: A[lj� ��!{�C��l- E3lc'k}+ n}�xdiFy Itis�
�i3-�1�3p�9� �)�f LC���;I"�1�}�11C COlTLZ7l11]1C#1��{7T1 i�L iifi�� �Er�ic ��ri�r ko �1�� �ime ��� fcrr nper�in� ��c��3«sals,
�,rnv�t��.� s�ich �c�le�grapl�ic cnrrrm�nicsUi�n is received hy �h� P�i�'�h�sirrg Ivl�,n���er gris�r �� �Frc
SS1� �}3'Cx�C)��k� c��ae»ir�g timc, �ncl pr��vir��d #-�e��r�r, �C��t tl��e Cit�+ �a�tgcr is sa�i�fi��.d tlt�tl n writt�n
�xncl du�y ��tllenticitt�d �orst'ir�n�t�ian a�` stxch ��E�g�u��hi� comniunic�tkofti aver the �ig�ial4�re �,F k�ic
l�acicl�3• u�as 1ti�a���.d �rior to 4he p��opos�l ���er��ng tinic. lf su�:�� confi1Tnatic�� is nol rec�ive�l wi�h���
�'t�rt��c�i�l7t {�8� }�ours �fter tlle �ro}�o�ai c}��c:ni��� �iin�, �o f�aa-�h�� c�nsid�k'��w��n v�i�l he �iven to
�Y�c p��p�s�l.
cs c�e,� �S-2
$. ��1��R1'l'� BUS�iY��S �1�TERP�fS�fl�i�f��E�i 8�.lS���:SS E�1'I'LR�121��.
{�{�N�L'L.�}�i�1C�: flc�etc ci�ti3�: �ara�r���li C'3-3_�?, a��d reE�la�:�: �vi�l� t�s� ���lowing;
C"3-3.� i1r11l�1�1�].T1' BEJS��JLSS L�lT�`RPRI�EJW�1v��1� I�L��IIh�,�� L1�11T,RPR��E
C'�MPLA�I�1�`E; �L��o� �•cqt�cs�, {�€��1 rac�or :��rcr:s [c� �a�c�vitl�: t�s C}wn�r �osr��lcic �nci :�c:Curale
ir�fonnation rcgarding actut�� worlc p�rf'carrrrc�d Yry � lviinnrit}� Bus�e�ess �;rr��rprisr. {MBC� :�n�ll��r �
1�V��m�rt BusE�e�s �F�terprise {1���3�) on tlzc c��cr�ct a���C �a�t�i�7�xt3� Ek�e�f�re. Con�r��c�ur Furtl�er
��,n-�es tc� �,crmii {xn aucli� ancUor an cxami�ration of t�ny bo��Cs, i���>rd� cxr I�lles Jn i[s poss�swic�n
Elti�t wtl] �ul7st�r��i��e �h� �c:ltl�l work p�rf'c�rnled b}� ;tn N�3� ��dlor VVF3F.:. Ti�e mis�eprc�cr�ct��ic�r�
o�' f�cts (��t�cr tl�ar� � rse�li��:n! rr�ts��present�lion} �rt�lor thc coi�Yn�issic�n 4�f f,-aucl k�y th�
C'o�i�ractnr wil] E�e �rounds f�x� termir�a�ic,n �,F kl�e �:c�nlrac� a��clfoe i�tii�i�tir�� :�cEic�n unc�ei�
�p�ro�>ri��t� t'c���r�E. 5��te t�r l.�c{�I iiMWS C]f i]f�RE��:iFIC�S 1-��.r��lfl�. l{l f��SC SC�[C,'Tfielll�; �u��i�eT, aiti}�
s�acl} ��i�rcX}res�nt�t�c�n �r,�l��.r lhrm a n��li��ni mi���}��e�unr�Cion) a11i�1or cc�tnm��si��r� c�f fraud
ur��� ��.s�,��� ir� �i�e �a���ract��r i�cita� t�etern,i�3cd �c� be �i�spc�i��i�l� �nck ba��rcc� i�r�m tl�c
��a�li�:ip��is-t� �n CiEy� work f-«r i� �r�r�c�� 3�f �i�13� ��f ri�t f��� th�+a7 i�iree �:3� �ct�rs.
�, �:�-3.5 �W,�,F�D DF ���!"!'RA�-I' i� t�1odE��cd ��� reud �s ft�llc�ws:
"Tl7c Ow���.�• fe�crv�� ll�e righi �o wilh�tit�l�� I�in�l aclioe� c��� �1�� J�rcxp���,l� Cc�r �M i��son�b�c [ir�i�,
rtiot �o c��ccd ilic �,�.�ic��i stale for the cEuraiio� of the T�i�l Secti��ity sttlt�d ir� Ih� I�otice to
�3idd�rs or 9(} d�y�T v�l�i��i�evcr �s �1i�rrser,'.
jC}, C.3-3,7 B{]�iD�_ P��r �3�e P:�r��,rr�pF� al'ter Para�r<iph �:�-3,7�1 O'1"liL'•R BD�]S, 4V�lii:�i �1�J�11tiS
�viii� "N�� stare�ies`', Cllil�i�[: [��[: en��rc ��sra�r'��h �c} rc�d �Es ft�lic�v�s:
"�I{3 �iLlf'��i�5 L4+G]� L� {4cr:e���.� L�y R1��; Ou���r wltiici� ar�: :�� �l�c �ime irr def�tuit a�� �lc��rr�u�.nt �n
�ny b��ntL� {�f whic� a�r� in��ecs��d irr �uty li�i�aiiu�Y ti��i�Y�� tltie �wrr�r, All bunrl� s���ll �c
m��� c�n �l�� �orm� i'�ai�ai�l�cc� l�}�' €I�� C}WEi�]' �If1C� ll�� Sk31'Cl� SE3�l1I L�C: ��C��I�?l�l�� �O [��� C}Wt7C�,
lr� order tor a st�rtty lt� �e �cce��a�l� lc3 tl�� ���fn�r;
{1) �h� nsm� c��-�F�e �ur��y sl�:��l be ��c14�ded �n �I�� curr�r�� 1.�,�. T3�easury �..�s[ of
1�lcccpE:�f�lc �r��ela�� {C'iecul:�e FiiO�, a3•
��} �h� �urec� m���l �i��ve ca�ita�l r�nci ��ir�SI4M� e�7���a1 �o �en ti�ries lhc; ttmcrk�ni c}i' ih� band.
'�"h� sure��y rt�ust �c license�l ti� cic� l�u�in�ss �n lE�e St�t�. c��"1"exas. Z'l�c �ir��un� c�f �Ixe ;�ax�c��y��l
of �1i� bor�d sirall n��t �xc�ecl lh� {�mr�u�l �I�c,wr� c�n EI�� l�-��s��ry list a�-�rte-tc.n�h (1llf}} �3f 1h�
t��€:,] capii�3l a�ld sur�lus, I�` r�.iris�rancc is e�yuircc�. �h� c�ai�l�:���y u�ri�ir�� �E}� rcinsur.�c�: �u�t
b� autE�c��i��ci, ac'crec�ate�l �r trust�cd to �c� L�usit��ss in [hc �tuEe �af T�xa�. t;t�cf� l�oE�� sk���El l��
pi•o����ly e�ccut�cl hy bt�lh !�e C'o��ti-Actar tiild �he I3onc�ii7,� Con�par�y_..
c� c�sf,,�� CS-:i
11 _I] ��IIT�.�I��E. C�Yllll�� t1�C Ft?1LOWli1� �70�'li0i'l8 Q� C�4�.1 1 ICYSU�'di1CC �S SIlOWi1 �7ELi�W;
11.1 1NSL�RAI�C'L FOR SUBC�I�'1'Rr��"1'����: Ai ih� en�l of �h� �'irs� �aragr��p€� o�� �cctiot�
�;3�3,1 �. a���r ``artd ��or �11 s�bct�r�fracto�s", Er��ers ��e i'{}la;�wing ��nlen��; ""I'I1e Ce���cral
C��nlrac�or ma� r���uirc a11 sttbco�ltr�ctors to be ir��uf�c� :�n�i �u��it cic�c4�r��entmti�t� e�surii�� �1tia�
Ehe requii�emez��s o� (����.11 �t�e �n�.t �'��r ��l �uhconxruc�ca��s_„
I l,'? �`SU�[�A�1�:F. L[NI�TS. fn Sec�ic}n �:�-3_� i, aCter ih� wo��i "(}4'CL71T1�17(:�}r� �cl�l
.�����,*r'c��l,��",
l�.� CQivIf1�1�C��'EAL C_Ki�II�RA1� L.i�1�'.LLI�'Y I:IVSL;��'�II�C�: �r� �''arag�-��p1� �:3•3,17 �i:
}�eE��:�ce l�r� w�i�d "`C'umpreh�nsive" wilh "��}rr�t�iez�c4al" Rci�l �h� �c�liowing �o i'a�•a�-a�h �3�
�, I 1.1�;
"C�rii��cat�s ��f ins�r�nc� �ix��l s�t�t� t}tt�� lrrsr�rance is oi3 �►n "nccit�•�nc� b��i�_„ �er�i�i�ate
sl�ali r�lwc� c:c�nE�in �, �ta��rr�c:nt []��� no excl�sions ��+ ��id��•se�r���� t��v� txccr� ����1� 4�> �he
�C}C3�C1�CfC3ki1 C�]G'Ilt.'3`�ll �.18�1ji��' L�{]�1C�".
11.4
1 �.�
�C�N��1rl.k�;l��lAl.. GE�1�:L�A�. LIAB�IT1� (C�L� Pt7�.��Y: (�Vc�� ��yuired)
AL�TOlV�C}BLLE i-f�lSUl�A1��E L���'S; ��vise 1'ar��ra�h C��-3,1 l.d sck ��at tlie
ins�r����c litnil art; t�s foll�ws:
I�otlilv Lnj�arY
�C7�1�� �F!]4iij�
�4�c��lerl�+ [�x�7i.���
'��50,�0� �ucl�� �i:r���
�5�}O,C}�(} �ggr�g��e
$ l 0(],{}p{} a����ga��
L I.C� L�C.��, A�EI�T r�R [I��UR�LI�?�:�:, r�IVi] [��1�'T�lh,i�; �oe E'ara�rapl7 C3-3.11�, tic��te
en�ir� ��Tagr:�ph i�e�inning ..I �.rcal ��2�llt I���C ITl�Uf#�ncC BC�nt�ln�;"
! l.7 "1�L}t1�'�'IC}l�.�L. �.IVSL?T�E�
All �nstirt�n�c polic:i�s �or [f�is pix�jcct ���:ep� 1'�tarke�'s ��7mpen�asion slxa�! i�c writt��� �i�l�
���� �ity �f h�rt 1�Vor�tFi, C.c�117� I�]'CSSCf' t�C MC��� ��tG., �nd �'re��� and [�ichots, i�ic. ]istcd us
ik{�(�1�iC7llA� II15U1'��.,F
Fcxll��wEtt� u��a���.n�rac percerit�g� �a�all i�e ��d�c�i te� 3v1nt��•i�J �nd L�bor �asts �� c���;� u��crl��ad
and prat'i�:
l. �ilc�w:�ncc tc� �Ize Cc��ntrau�c�r fc�r �}vc3-l�c�ad ar�d �rTufi� f'or ex��t� x�c�rk perf��rme� hy the
Cc�n����tcl�r's owr� �oj�ces s��all not �;x�eed 15�u.
�, .411cxw�Ence !o �€�e �t���tr��t�r i`or nver�reac€ aald ��rnfi� f�}r ex�r� ��r€c }�ei�l�or�nec� ��+ a
��thc�,nE�'�c�cxr an� x��r��visec� �y lk�e ��nlr:.�csc�r �hai� n�+t exc�ed 1�'•i�,
�s ���r,� f ���
�t�3it�•,���or s��tt€1 bc r�irnbu��s�d fc�r �i��:c[ f'icld ove�i�cact +�C�err E��e c1�a��g� r�.�{uires a�� �xte�tsion
c�f [l�c C'�rn�rac� ���ri��d. �r��ttrdc�or s�all i�oi k�e rU3rnl��u�s��i �{:,3- Endir�c[ ovcrl7cad ��f� i�idir�r:t �:c�sc�
�•c1a[cd io t1�is cor-�tract,
� L 1,�i ADllI'I'I�1�A�. �l��UItA�[:� ?��QU11�.�MT�;�`T�:
a. '�'he Ci�}�, i�s ctii'���ers. �r€�}���+}�ee� and �eTv�aik� S�tt��� M� e�C�[>rse€� �s �r� a[2dili[��ti:31 ItitiLllk.',�
on ��n�fia�tor'S ll]Sll]'.113C� �]b��C«S �7CC�F7�in�; em�ioyer's 1Eab�lity insura�rc�c�ver�ge ►�t�de�
Conu�attor's w���k�rs"c�n�pe�ssati�€� i�ts�rancepolicy.
}.�, Cerlifica«� n�` insuratr�e s��al� be deliver�d Eo lh�. C'i�y c�l-i�<rrt i'4'�rrti�, ���lf�cl
a�ntti7is�ra��r in �1�e �e����.c[3ve departr�e��� as sgeciFjed in the hi� dnc►M�ttei�t�. 3C3[}0
Tlu-oci�mnn��n SEreet. �"�3� C'V03�E1. �l'J� 7(+l{J2, prit�r to corruiieu�err�e�� of work ou ll�e�
con�r;octed pra.j�.�.
c. Ar�}� #��iEure o�� parE of ihe C3��+ �a �e��esl ��:yu�r.�d ins�r;tnc� docun�tin[aEiraT1 Sl�al l ri�l[
cor�sEii�te ����iver of� l��e Ens�r�hr� raQuin�nts spe�i�ied 1�ete��,
d_ �:.�c�� in�ur:ikrc� pnkic}' iI19II F]#,` �31��!'S�{J i[7 �31'{1Vd€I� l�l� C'ity �, n�irriinuM,� Rlrir�y cta�� Ru3�Ec�:
of �unc�Eiati�n, r3an-t�n�kual, aa��lor 7��a�e�•iai �ck�an�e in �,nEtc}' [�n�tis ��r ��vc�rug�:. f� ien
�E�ys �u��'t�� slX;�ll bu ac:cc��tabl�' i�� thc cvci�� of non-}��ynzerE� n� prrr�i�Mm,
c, l���xkrcrs must be �uth�,r��,ud [� dc� ��uw�rr�s� i�r �he ��.�Ee nf Texa�w xnd have �K �Kirr��� A.1�+�.
l��s[ r�t�ng of A; lf j� i�r ���4iiv�i��nt r1��a��re ��� f�t7anc��l str�rx�,4�f :tnci sc�lv�n��,
l, �)c�iuc�ilxl� li»3��n. or �clf-fuM,+l�cl ��ctcitl�o�� li�r�i�s, 47n each },rali�y �ri�sl not ex�eed
�1{}.{f(�C1,(lU pc.r occ���e�ce unl�.�;s {�siser��ri�c ai���resved ��y �I�� C'ity.
g. (}l��er th�3 wc�r��;r's c�mpc;��sali�n E��ur��tic�:, ir� iicu ui' tr:x�ii��r�al i�s��ance, Ci�y� n�a�
ccr������t alte�z�ativc c�,ve��ge or ris� �r��.s�tnti�»� �t�e�sur�� �l�r�}ugh ir�su��aoc� �x�ois c�� ri�f�
r��enti�n gr€rups, '1`h� ['ity m�sE approv� ir� �urili��g ��ny �llernative rnve�a�e.
lt. V4�arkers' cain�cnsatit��y insurance ps�ri�.y(s} cc�v�:r�3t� �����3u}'��S C1ri�Sl{}��C� 617 C�5[`, �3XlJ�l:t;�
�;hal1 h� e�darsexi �vith a wd iv�:r at' buhF���;��it�n �,�c��id i i�� �i�3it� ni rzc��vary i�ti �avisr ��f �itc
� ily,
i. �i1y sl��!! �ioL he r�s�sar�sibi� for il�� �lir�.c:l p;�}�i���i�L l}1 lIlSS1f311C� preiniuni �.ns�s Fo�`
ct�r�[r�clor's insur�i��.e_
j. (�ontractoi's ins�rancti pn€icies s���Ei eacl� tre cndorsed to provid� tha[ �tscl7 if�su��nce �5
p�iin�r�' pr�t�c�io€� aiy� a.ny sel�-€��ded or c�€€�neFcia� c�ver�ge nta�i<<aiir�d I�y City sh�ll
r�oi l�e ct�l lcrJ ��f,�n �o coii�ri�u�e Eo loss eecnvery,
ic. ln tl�c co7M���: o�the pro}e�t, C'�antrr��:t�r sl����l repi�rt� a�k a�iTn�.1y m�snr��.r, ta C��y's
n�ficialty desi�,a���ed �o�ti�r[�c� �iE��tiir�istrat4�r an}� C�n�swi� k�}ss o���a rrci�ce, whicl� co�l� g��re
rise �n :� lt�tl�ili�y cl�ian oa' ia+�v�u ik «s� x��l�ick� �:rruEd ���s�,ll iai a�Src,�a���i}� loss,
1. Coni�actor's l�a�,�litj� shali M�c�[ I?� iasx�ite� to �I�e s�i�c�fi�[� am[runis c�f tns�r{n�ce
C5 {'t�nF.disr �.�-�
Charg��". "1`�e i�o�trac! �lY�l� �c a "�e��+•a�cd �or�lr��l".
D, Tf�e Ci�y �f Fc�rl 1�Vo��tl� wil� issu�: app�•o�ria�� �or�i�'�c;�te� {,f i���alc �c� 1���: C:�3Ytra�tar.
�r., A11 C:h{ing� ��rJcr� �c� �E�e Cor�lr�c� v►ri�l sep�ratc cE��r�es for m�►lerial� a�tiri �gbor ancl �vi[l
ci�nt�,�� liae f{�llc��r.+i��� s��te�Yti�nt=
..Fnr �u3poses oF c:c��p] yin�, witl� '1"�xas Tax ['oc�e, ll�� �c�r��ra��r�r agrees t�1Fal �he cha���es
f��r trt��c�•��I tr�cor��ra�ecl �n1.o 1he �r��jcct i�� �xce�s c�f tl�c cstifnated c���ar�ti�y �S�•cavid�:d i`or
h�.��cit� will b� nc� 1�:ss �itaii t13� invoic� ��rice t`nr s�ch m�teriul �o fik3� �`;}r��r�ctc�r,,'
l�?, P�lf�'I'IA�.I'A�'M�1�1T�: �1�un�,e P�r�gra�l� C8-8.�i [o re�t�l as fc�llow�;
`•��n:iK�l pa}� e��i�i}atcs sl���I I� sul�rt�t�c� by �he Cant��ctc�r 5'h da�+ ar�d ihe ��)°t` c��y c�F t1��
mor��� ti,�� v�or� �:�s been « ��rn�ress, Titc cs�im�t� sE��ll lx� process�d �y �ite �i �y c}ri �k�� 1[}t�
day ��c� ?5��° d�y resp�ctiv��y. Cs�im�l�s �ill ��e paid wi�hin ?� cldys Fcxllcxwafl� lfn� ��td at` tl�e
e�tima�c p�r�ocl, �es� �he appropri��t� r���in�#e �s �et uut bc�ow. P���Eia� p:�y csei���atcs n1�y
i�crt�d� �ccepE�h�c nnnpcf•islYahl� mu€c��iaE� deli�e���ec� to shc warlc �l��e �vl�rc}ti �se lo �e
�ncoi�porx���l �ntc> �k�c worlc �� a�rcr�t��iiie�� �aart thcrcof, l��t �vk�icfl :�l �Ite linYe of p�ay �.�lim�t�
irave nc�t tree� su �t�st�ikcd, �f �+��Ea ��z�te�ial� ar�: rncl��d��i witl�if� a p�}� es�im�ie, payme��l
sh{�1] I�� i��sed �ipon 85�+ t�� il��: ��e� ir�vcsic�� value �hcrccxf_ �'fYc Con#ract�r wilC �'u���s�t ���e
engi���r such inform:�ts��n �s �n�y be r�;�s,�i��bly re�tres�cd to sEc� in �.I�c �rcnfi��Eion o� k3�e
�reparaEion of' tlx� ��y c.stimate.
rur conlr:tcl� {�� l�;�s tlYai7 �4[){�,0{}0.�� {�� tl�e ex��:u[ion. ret,�inuge sha�l t�e t�t� pei�c.en� (1C!`�h).
fy�� cc}n#racts r��` $�[�C},iJi�[l,(1f) ��r nt�r� a� ilte �i��e of` exe��li���7, r�tai�nge sf��l1 be !`i �re pe�x:�.r�i
( �'��•
Co�yiracs��• sltall ���+ subco�tr��:�ors in a�:cord w3t�t st���contracl �gree�r,en�. v������rx t`i�e �5)
bu���e�s �ay� �fte�r t�eceipt l�y �h�: �'nnLra�:lc�r C�f tltic paymer�� b�+ [lic �it�+, C:oa�tracLor's �'�ilurc
�� r�uke �he r�eyuired p�y�r��13� �o �ubcor��ractors wilk a���l�c�rir� �he City �a wi�h�rnlci fu�tii�.
paymen�� �`rt�m ll�e �c�nl�'�i�:tor �rrt�l com��itirYcc wil�ti sl�i� �ra���gr�p�� is accom�li�l�e�l,
�l is �n�l�:r�stoo�i �ha� 11�� �a���i�l p:��+2��tlf't1�i�#;S Wlli �}C �1�1�31'(}XIIT7�3�� �il�}', un�l al1 p�i•t���l pa}�
���irry;�t�s iwr�d paymc���t of'tltie s��e wikl E�e sub��c:E Ec� �ort�clio� in 4C�e r;�lim:�te rt��tde�ed
fojluwiitg lh� �iscc�very of sr� erx�xr i�� ��1y ��vi��us esliina[e, f':zyn3c�t ot' aiiy p.��•Gia� ��,y
cstiir���e sE�u[l no�, in a�iy ��s�cct, �ac �alcen ik5 f11� i1C�E31tSS1�3t1 C1� C�ll: �W�1C,`I' O� �Il� :1Tlll}lll3L ��
wnric dr�n� �r o�' iks c�u�� k�y nf s�Ffici�ncy, ��� :�s :dGCe�il�lili:�: O�� L�l� W�I'iC �E[)�1C: {1T CjY{; �E1CAS� O�
thc �on���ac�or oF any �f f�is resp��rsi�il�ti�s Kancler t1�� Cc�ttlrr�ct �r�curne�tts.
"l'i�� �ti� r�scrves l�he fighl tc� wi�hholtM Eh� �{��rr�cnl c�� an}� p�r'�ia� es�im�te �f lh� �c��tr��l�r
F�al� lc� ��c;t�foi�1 kh� u�c�r�C kst slric� accu��lat�c� �vitll tl�e s�c�j�i��tioi�s ar atl�ee prc�vi�i�r�s �f
t�ris Co��racl." '
CS �irr�f,�lcr ��-�
��, R��'Fi�T T� �L�iT; Ac€�! Ih� fol low�n� to �ec�ion ��-�;
�-8-�i.l� ���H'�`T{] 11UD�i'
"�a) "1'!�e �nni�•�c�ar a�rccs �li�� tltc �i��+ sf�all, t�t�lil tl�c cxpira�ic�n of thr�� {3j ye:�rs sf�cr
ftz�a] J�a}rment t�rrder �hrs �o���ra�t, hav� access �a a��d the t��,ht tn examir�e and p3lo�oco�y any
ci�rec:�l}� perEi��er�k b�nks, ci�cun��r���, E�a�crs, and recot�d�� r�f �13� Ci+�ta°�c:1.c,r invr�iving
�rKns�����ns re�atir�g to t�iis �o�tritc�. �o�i��rctor agrees that tfte �`�ty �h.:�lf i�av� acc�ss d��i•���
izt��-ma] u+c,r�Cin� i�a��rs t� akl i�ccc�s�ry C��ntrac�o�• �`�cili�i�:s ai�d r;�i�13 l�e pr�vide� �td�c��ia��
anc! a�rpropriale work s�ace i�� orde� to cot�duct a��dits ir� co�n��li��nce wi[� �he pravjsio�is of
[has ��:c.iic�n, The Ci�y �1��11 gi�re ['oiitractoe �e��ons�ti3�: adv�x3icc �i��tt�.e c�f i�te�tr��cE ��cli�s.
(�}} CO211k'�2ClCa1' CiEE�I��I' ��ree� 1C� IT1C�41C�e Gll s�l] t�s su�1�.�xn�1-.IC�S �tiCl'eu�d�;l' � ��r{rvi�ic�T� iC� III�
ef{�eci lh:�l �k�c s�l�co���ra�tot a�r€��:� thal Ef�e C�ily *��]E, un�il �he ex�ir��ior� of t3ircc (3) y�.�rs
a�'ler fi3�{�I �S�}�inen� x�nd�r �h�s cc�n�r��:t, hav� ��c�ss to ���c� ll�e ri�,l�t �c� �x��m�i�� and
�E�n[c3cn�,y a�y c�ire���y ��ei�ir�er�[ bo�lcs, dactii�te€��s. ��a��ers, ��rtd ��ecc�rcE�� of sx�c1�
s�jl��c��lf��lor, ll]YOIVIIi� l!'iklti5itCll0315 10 L�1� SLE�7�DT�kCT�1Ct, a�Yd Fur�l��r, ��at C'i�y s1�a11 i�:t��c
�cce�� �I��rin� r�r��•i�taJ w�rfcitti� hours �o al� st�bcor}Ei•�tctor� �'�ci�t�ie�, �r�cl �h��l k�� pr�vide�
a�i�u�l� �M�rsi �J�peo�ri�}le ��roj�l� s���� i� order Go coi�ducl a4idi�s in ccxmp�i;�r�ce wiil� t31e
�rc3visic��s �kf iiii� i�E11{'�� �D��[�i�3' W1€fl SLl�.75CC�]Of] {c) here��', Tl�c C'ic� sfn�ll g�ve
5f1�[;�}�1�1'3�.tfli" E�i;�c�r��ble ��i��ance na��c� nf inle��c�eci ���its,
[c) CotY�rac�o� �nci sul�c�sntr�c���r ugr€:e ��x pli�xt{kc����r su�h dnc�j�n�nts as n�ay b� rccluestcd hy
[he C:R�y, "�"��c �'3ty ���,�'�e5 i� r�irni����se �t�ntrtu�:iur �`t�t' tiie c:t��E taf lile c:��ies �s f�l�ows:
1, �0 ['n���s a��d lin�er - 1[} �:����� ��r ���tgc
�. M�t3r� Shan �f} ci��i�.s - 85 �;ct��s t'or �E�� Fjrs� p��g� }�lus �ftec:n c�:n�� f��� e�,�f� page
lhcr�after," (51��l�3)
�1_ �CiiCF�iT[�E ��' �C)�"1'S� Aefd ll7c fo�lo�vin� ca S�ction ���8;
C.$-�, iS ����ILL>ULE �{�ST�� �'��l{�win�; �1,e r��m��l�ticm �}1' ail work on �hc Pr��cc� aiYd prior
i� s�bn�ill�l of � rec1ucsE I���r f'tiz��l ��ys'n��rti�, �3rtc �c��7tr�����• s�Y��E prc�vid� a Sc�redr�€e o�` C��sts
to C'ity tor approv�l �vi�rc�� ]��ts �1�� Ci�il[�}[T�l:f7# 5�/SiCCl1S, str�rct�tres, �x�iicliz�� e��ctrical tuid
I�V�� �ysie�rrs, overiYcasl an� prr���c� rci��c�i c;�s�s. 'I7�� k!C-]'C]� 4Vl�] �!� �"I"i?�]}��L� I?liCl
c:at�goa:ies ��sin�, �hc {�w��cr's ]i�� of cate�ai�y �odcs wl�ich wi�i !�c prnv�d�.ci b}� �l�e �1wl�cr �t
�he Precon�t�-�c�Ro�ti �onfe�er�c�.
�F't}c �clYcduC� ��f Cc��l� w�ll b� used b}� Ihe ��iy �� �npul 4�r iE�� �����t�E l�ss�ts S��[em, �ncl
w�l] not 1]c cottsi��:rc:d in ��re���►r��io� c�Frazc�dificdlic�r�� lv Ehe �o�t�-�.cC. Co�ts �ssoci�ccd wii}�
�1�c ��c�tai-sa4icln �l17C� �)I'�C�3Sll1� ��-��71S 5C�'iCl1U�E ikf COStS 5�'Idl� t]C SEiifSlC�ii�fj+ �(J II7E �1'iCC �11{�.
7`F�e ��mtractor �+r�l] �l�tr ��r�rvic�� :� prc��e�:���i paym�n� sched��le liecl t� �I�c pr�j��:� scl7edt�le
anc� lhe sched�x�e ai` v��u�s v��hich �rc�jec:�� ti�� mr�r�tE�ly paym�nts �hroUg�� zhe c3�d nf �h��
Pri�,�cct_ Tl�� I'a�rneni sci�eiis�l� �rtius� k�c ��brni�t�.d alc�rt� v�at� �]Ye f��sl requcst i-c�r ��}�r���nl.
'L"!�s inf�rniut�cr�� ix nece,�sa�ry sa il�'r[�]lb� ��Ii'rl?�C]i��* O� t��C P]'�J�'i:[ I7�+ �j�1C C,`Ez}+
E:�11� �7F S�,C:'�'I�I�
cs c��r,a� C�-�J
c:n>� orro�� w���a�t
�t�:i���� i�i��« �v�•��
�ackwdKil Sup�aly 5yskm
PAR`G' 1:�
��'F�;�A.�s �{.li�lD7'i'I(]idS
I)-1 ���1�1�1�11�.: 5ul��ect lo i��ndificaEinns ashcr�;�n �c}r�laiiyed, the �'��t�s V�lc�itli V4'a��� Ll�par�a-rter7t's
��:17�rail C'�,niract [�nc���ren�� and f�eneral ��e.cifica�i�r�s, e�fec�ive J��ly ], l97$, �re i�ad� ����1 u�`i�c
��}nlrs�ct �}ocun7�M��� �or this !'rajec#, T}f� 1'1�n�, Sp�cial C'a]1ltill lt}�75 �f1� PYCrVI�i{�17� DfrCUtt1l:33[ti, an� �Iti�
�k1i#:S, i{:�4��a�14i35, E'�i.�L�ll'l']11C11�5, 11iS�j'tiCCpC111�, l�l`.314�ie�gs ar�d �1c.R�i�w rcEcrred to i�}' f11S�ik��3��L1�[:C�S Tl8FE3��
nu��7l�c� o�' idenlilic�!ia7�� �r��.lud�d i1�ev���Y :�� s}�s;c:ify�fl�, ��e�e.rri��� 4�r in���lyitt�; p��rrd�Gc� cnn1,�,�1,
�ca'�n���r�ce, L�llilll�]r', ipr Sl��l�f �E�:l�j k�t; F}�fl{{1T1� llpUll t�k� C�CJ11�1'ACXf.}1', E��1� ��}�Cl�l:ait10375 311[� l�i'ifWECl�S 5]1,�I�
k�c �s,n*i<lcred can}�erative; ihcre���re, v�+ua']c ��r m�ieri�l called !'�r by unc at�d rurE 4�tr����ti or m�nRic�u�� i�1 tlac
nlhcr sl�all b�� ;��ct��1t�1��l��c� ��r I`ui��isl5u�l �� � fa�il�fu� inan�er as siti�ugh requ i rcci I�y a I�. TI�� t}f'clor or
��reccci�ncc in case r�t-culit�icis �,r di��.re�,arf�;Eus b�iu�c�n varinxts ;a�krls n'1�[E�� {'�nlra�:t Dr�cuments st�b��c#
Ecs 11�e r�G�in� �rf �hc i'sn��i��eef 5}�alC ge�ers�l l�, l�4ki not nece�sa�ily, FO110�v the ��r��Cllnrss I�sEed be��W:
i_ P1aEtis
2_ ��r�.���1 �'onirac� 1-}o�um��yis �nd Project `�`�u�r�ical *;�e�if�c��tc3us
3, Ge�c��l {'o��tra�.� €7o��irner�ts �r�d [ferfcra� ��}�cif �aE�otts
T1yw �allawill�; �pc;c�a] C43ilcji�lams shall b� aN]�]�rCnE�lc IU Il�is �rn�ec:[ �i�d SE�aI� gn��e:�ii r�ny c.ontlicEs r��lF� #he
G�nera� [.'t�nlr��ct ckc�w��kE�ne�}�s �inclur il�e p��ivis��rrs :s{��ccE ��k+�ve,
�7 _� I'T�t�Tf•:�`� U�� [�1�i1��'IDi�I: C+�nsEru�tinn Etn;�cr lh��� �}���ial D���;��i7enls s���� I�� ��;rl'nr3yi�d l�lid�r
�h� For� V�TniK�t V�aier De���r�n���l Prc�jact �J��i����lic;n;
i�c�llin� I�ii�� W�ter'1`r�at�s�e37� }'�anl
T�c:i€it3�s iJ���*r�ci�.:�nd 4Q 1�iC��l �xps���iort
1'has� 2. — i3�c:kw�sh 5up��jy S}�s�c:���
��tar Proje�t �Sur€�bcr f'W77-f��U7�i��� €OtI�U
D-3 i��]�f��l-lCJi� �1NT] T)f�4C'RJ�''f�C}T�1 C1F �'�I�O,X� _C"f; TE�e Rc�iiin� �li Ils 1'4 a��r 'l"r��o[mertl i'lunf s�te �s
iocst�iJ,�� 2�(}(}5nut31�::�wt Lbc,p 8?{l, l�'c�rl W«r1h, �-.'� 7�r1{�0_
�I'll]S CC1i1�ra�C1. Cl]1lSJR�S fF��FC C��fFIlS�llti� l3�'3�l X�i� ]ll��ti:Ri11, ec�uiprrse�t. l�boe ax�d ��,F�crv�winil i��.�:css��ry �ar
�3i� col�slr�M�iron �f l�ie Ro[iir�g l li �3s W�l�:r '��r�:�a�mGnt ]'l�n[ 1't�a�c 2� -- l�a�:ltv���s3� ��a}�pk}- Sy�tert� a.s shc�wn
�n ai�� �l�ns and as dru�:rib�:t.f �ierei��,
T�ie proj�;cl i�r�3ude5 cir�sai�ac[i��3 of� �Q{1,U17CM gall�+n el���l�ci aEt�rA�c �;�nk; a l�a�kv�Fash waler p�r�
s�aiit��5 w��h v�;riical �urlxine can �u�r�}��; l�un�d and n�+�1��uricd E,i1�ia7�, v�lwes, �rXci ;i]7}}liGf!',I]11jCC5;
r�o�i#oca�i��Mti> �+�f �.xisEiit�; ccsrticre�e ste�c�urc�; t�Ec;c���Ga l and �n�truT���G��;�1�un equ�J��r�c;��t 81i� SV��Cfi14; tre»cl7
satcty; s��e wa�rlS; �nnsislirrg c}i'sitclR[)1�' ��r��3ar;�tit,n, tcn�p�rar}� sedi�x�cn�alEu�ticrosib� to��Frisl, w�ctki�g,
�,�r�cling. ����em�.n1 rcplac�rCpetlt, �nd o�her �x�rsce�i��nct�u� v�rork_
Pau s�,dc„c E�� � i13! I 31173
C'ity +sj' Fon Wualh
Rc�iking f iilln 1�'�f P
��iltill\Vi4�I4 �i7�}j�1� �j'+1tR+
D�� F1tClJL�T ���sE�r�r���ro� sr4�i�15� Pea3ect Si�rns are rec��ii�e� al all ioca[ica�s wlticl� wil3 bc t�t��i�r
c€�t�str�ic�ion f�E rnorc tha� 1hi tty (�f)} ��tendax- �ay� �Es in�ic�te� tr� Pa�t �i i'ropasal, 1'r�lect �i�,*ns sh�ll i�t�
�n nccordance ��rih N�k�;liFG ��� (4���4;L� �• � �-�}C7} �]l"�,S��l�i:Cj 8�� I�iC �11� i7�fF7C S}7�Cl8� L�QIl�llli]f15. �i��t� �Ol�
Vk'nrtl� s�ri�l3o� sh��1] be mc�a�3ficcl �t.� refle�.i th� [sity55 �UEiC31l S�i11I]fl�, �'�l� S1�[15 II�3]+ �� IIZOl�17[�� OFi 5��iL�S
c�r o�i pas�s. '3�hc ex�ct I�x�:��la�ans ar��i ttti���tn�s €�i' inokGai�i��� �h�tl be ap��r�ved by lli� Ei�gine�r, 5igns
�uspe�ided from b�rrics�c�in� �ttal I hc: �la��d in s�cl� zt ��':�y I�aa� si�,*��s �o ��ot €nterf�re �ti�iill fellec�ive pai n� crr
c�lorEn� �n �i�c U��mc��fc�, I���ri�a�e sig�3s sl�all �� in �cc{�rdatice w�th �'igure 3E}, E'.xCe�?k kE��4 �i1ey SFkd I I�l:
k,�l„ by �'-#�" �n �i�.�:, Ti�c in�'c��'nrtaEicrk� L,ox shall ]iav� ilt�: follawi���; infnti�lat�on:
Tj'��r ��e�liorts uit lhis F'r�,juct C'�k�:
(817) $71-$306 �h-1� 7:31] c�.nG, t�� 4�3{�1 �,rt-�_
ur
{8l7} 871-83�10 Nig9�tw axr V4'eeken�s
Any and �1] cosEs iu�� t},o require� tr�ate�rials, 1ab�r, �il[i l:[�Lll�}ill�tlt ]1E��558T� �QS' [Fi2 Fll]T115�31:3�T Of� I�FQ�L'Gt
���r[35 S�iB�� �3l'. Gt]CiSlt7l:fC{i �4 ,� SL1'L15ii�131"j' C�S� I}� k�lC �)rfF]L'c;i �tl3d 110 S�€�IllSlliB� COiil�]CriSr7[1{]I1 Wl�� L7C
��i���4i.
i�-5 Wll(i.E.E�1'fT'S: Tk�� 1��3�r cl��s��catioris and rrtinimUM�� wag� �a�es s�t ��rt1� hercin ha�e been
�}I'��£�C3�111f1��� �}V «iC �3�� �(}lII1C4� �sf ihe City al'�ur� �4's�rtR, Tex�s, lri 3C£Otd'dfl{:� W3�71 5CSL4�li}CY
TeE��oeer�c�t�, �s l,ci�g S��e pa's��:��lii,� c�assi�tc�[io€�s �nc! r�Les [kyai sha�] g���ern o�� a�3 work perl'orrnecf l�y
ti�� ('o�trac�crr t�r :m}� sa�F+ccmtra�:l{�r 4��t �ktie siie ai' 1 hc �sres,�ec:E c��ver�d by tf�ese C�Ol1lfi�CE I�S]CliF17�31[S. I11 ill}
e�ei�� shal l Icss i�i�� Ihe f.oltuwing ra�es be paid {s�c at��,c€tcd wsge rales}_ VIFhe� twn or r�o�e wa�� ralc
SC81�5 SCi: 5�501Vi1 �413�I 4L'��1: CdtCS S��l?45�G1 kE1 SF1Ei;f�l� 4:��55�{1CSL3C111S 3E"; lri GOlZ��ICf, tl��. higi��� wag� w�ll bc
U 5��.
U-b �?CLS"['I.1�C+ IETTi.�T1F�; `�-h� }}lans sha�v th� Ic�c�t�nns of`a�] lu�owr� s�i�face a�d subs�xrfacc s�nicEur�s.
l�owever, �j'IC C�Wkti�Y'�SSi]l71E5 J1Q C�5}}C}t3Sk�lfl��+ ��?� j'�l�i]C� �Q S�lC}W �fl� 4F 8�1 U{ f�3i;.�',C SkPUCt41�L"S i}!3 LE1C
�'€�nb, t}r lU 5�]C�W i17��i1 117 �fyekr �.xac� l+�cai�t�ii, �i Cw i174�tu�13� a��e�d tliat su�h failure s13a11 not be
cons�dcrcd su i�icie��f, l��w�� !or cl�riir�s !ar addilioE�ul 4;{yn���cti��l ion ior extr�t wc�rk �r Eor ��3�reasi�g Fh� p�y
quantit�es in 3it�+ m�rif��r u+i�2�tsc�ti��er_
��hc (�(}�]tC�C�t)t' S17a1� �� re5����y�iixle �nr veri��in� lh�: �t}Cdil��fys �t-ar�d �fol��ting a11 exisfing �hlii�cs,
��rvi��: Eines, or ni�tier �ro�+eriy c�assed or ex��os�d k�� �3is cnnsl��uclion �per�i�ai�s, C_�+�3le�ctae s11�i11 aiiFtke
#!�� 13�C�,SSfl�'j+ �]CC}Vl530ri5 fQ3' �ZC: Sik�77�}qEC, pr�,ic;c�io�t, reloca4ions, an� o� tcrnpvrr�ry relo�:ai�on of a11 �Mt31i1�.
�xss�es, �3S �137�SF �e�ephonc ca�il�s. �Giilit}+ sc:i`vic+;s, wsler t��air�s, s�r���ary s�w�:r lines, clocE���ak c�bEe>,
dr�in�ge �i���.s, ar�d a!] r�ilicr ��kal�lacs t�nc� �sru�lures bolh abovc t�nd b�l�w �foun�l du�i�Y�, ura��4ru�:�i4fn, Ti�e
�'nnx��actor is 1 iabi� For �kk ��am���;cs d{�ns; [� �u�� exi��in� F�rcil�� E�s �,ss a resuU crf �is �,��cFai�on� ar�� a��}� �n�
al� cost inc�rred foF thc prx,lecsia�i� and �r teit��r�ryrckacalian uf �4���r P�ck�ii�t,* sh��l 1�� ittc:lude�i in t}ie
cast �f Chc: pr�jeGt b�ti, N� l�T��]f'I']��fIL CC}MP�i�1511']`i��1� W�I.�1 fiF•. ,r'�i ,i..C}VV�;I�,
1+1n c�: e Cx9S� Ii1�; l7likkElCS UC �e�'v1�c �iares are �ui. t�rokeri t�C i�aY7�$��d, i11� �'c�i��rat;tc}r s�5all �'epiace �r repair
�h� tet�lities or senrice 1ir�es wiil7 ille sarr,e t}�c vt�orrgin:�l rt7�tertal ai�� c�nsEru�.tian, ne bel#er, unlc.ss
o�h�:E'u����. s�ow�� or no�e� €��� t�a� plar�s, at ihis own �,:Fs[ �nd expe�s�, �'he C,�n�r�ctor sl�al� �r��n�ed3at�iy
noliF�' Ch� Owt�cr �f til2e datna�,ed uii�ily o�� s�rvic� f�t�c. I�Ie sliall cuop�rale �{+Eth il��e o��r�ters o�all �tilii��s
t€� It�caEe exislii�g uude�-�,raund €a�ili#i�s anc� i�c�lif� ki�� Fngii3ear at nnae o�a�y cni2fVic�s €� �rades at��
aii�nr.e�t,
}'art El.drrc �-2 0�?1314�
c,tky �r F����� ur��,r�
Rr,llin�, [-l�llx WTl'
eac�c.+�n�n Suppiy 5ysifiro
Tn case it �� ne�eRsary tt� cl�ange or i�o��e t��e J�rn��rerEy o��rty ow��er of a pul�ltc: uli�ity, such properf� si�:��!
n.ot l�e moved or i�titer��rcd r��i[h� un4i I o3�dered tn d�a �[s �]v Ch� F;11�;1C1�C1'. TE1c �g�[ 3s rese�Vcil �[s 137t tl���r�cr
l)F �7U�?�]i; tC�1�1i1C'k �l} GIlCL"1" IJQOi] l�]� li���ii� {�f t17�: �.�rc�i�c� fcsr 11�e E�ur}�cMs�- o!' �ZaEur�g �uch ci��t��:es �r rcp�i��;
r�f Rh�:fr pr{,pc�rty �hat m:�y la� Fnade ��e�.e��ary l�� ���:3��4�rn��;�t7c:e nl' R�i� contFa�:i,
]�-7 T??�I�LD��,l1`i'���� �.XCl�V1�7"lC.�1��� i��� ar�d�t�on 1�� t�ticr�e a��eas as may be �esag��at�:�� on �l�u
i)r��itX�s, it s��ll be I��� Con�ractnr's re�p������i23ii��y lo exc�v��c �1zcj 1[�cale cxi�tsn�, u1 ka�iics witic�t r�tay
;fl'fcci c:i}nsii'�w��iun ��' lhe f��ilitiex, All e���lt��'aE�sry �xc�v�ilirtnt� si��ll ��ccuT ���r �irnu�� iri �ilv��cc to
�,�:rn�iT s�r��� nec�s5�ry ret�cat�an t�r k�e m�de �vitF� t�lini�mum de1�j+, llil c{�sis �r�ctu��e�d �y �}re Can�rac�a� ir�
m�i�i�7� cxpluE���ry cxca�+��Eo��s �1ial I 1�� cor�side�ed tr� bc i�YGluciciJ it� thc �oisl �ric�: l�{�1 for �i�c p3�ajecE_
D-�i SLJi3�'1'11�U����{)3�f 5; Tltic ���c�:� ���Rica�ys fnr r��ken�ls sei o�t the �ninisr���rn sl�nt�a�d of qtiali�y which
tk�e Cifiy be�i�ves r7ecess�r}r t�� a�rncure �o sa�is�a�to�v prc,��c��. 1�10 sul��tit�itinM�s w�il be pe��tittad ui�til � I ic
�ou�ract�r Itas rece3v�d u�r��tcu �c:rmission o�l' ihc L.ryF3�eer �o n�ake a sul�sli�uik�,n fuf Il�e mat�rral w����;1�
has bcen s}�ecilied, V4�h�:�'e fh[: let�n '"or c�u�sl,., �,r "or appr€�ve� equak" is k���;��, ii is ��ndcrsto�d ih�t if �
ma�e��a3, pro�ucE, nr ��i�cC �Fec�4�iprnent be��in�, i��e e�xi�jje so �s�� is fun�i5�1�d il �+�ill l�e ap��r�v�i�ie, as thc
p�rt.t�u�ar tr�de na��7e �4�as u��+� �'c�r Ihc pu��+��s� c}f�csEabl�shi3�g a sl�and�tr� nf qu�i lri� ac�cptal�lc tn t�tc City,
�f a��ro�l��� of €�ay n�lte� naritie is pa'����s�c.c� fu� 4Gs�, lh� Lr�g3n�er's ap}�3�o�+a1 i11�.,�ctFE m�is� L�e +�if[aiir�r�
�s;�or� tl�c prc�pus�c� s�bs�il��tt� is }�r��t;�r�;tl i�y ll�c (::aEiirti�lt�r,
VVi��r�; ti�e �en�� "t��- e[�u�l,,. nr "or appFar+�d cq�al" is nat uscd �n t}te ��tie�i�c:�ti�rns, ti�is �oe,� ��oi
ncccss�irily �xclude al ��:ir�Ei���: �l�ms crr rr�aEenaC ar �yuip3nen� �vi3i�h ttt�y ;�u�:orri}�lis�� t��e Grttea���cr�
purpose. I In�vevcr, t���: C'ur��r�ci�� w�alE l�a�+e ti3e �i�]] res�sn���ihili��y of �r�vin� t1��� ���� �rs���{��cc�
*uExsti�s���can is, iM� 1';�4�, uqxis�, �i� ihe E��gtneer, a� lE�e re��r��e�[ativc s�f thc City, shal I��� thc sol� �K�dgo oi
iFEC BCC����:1�3�]a�� t)�� Sili}Si3�11�1Of15. V4F}��1'G' L�S� x�E737 "i�� equaE" is [�sed,lts:� s��bs���rEtta�� wi] I L�� :� I luwcci. 'l�c
pro�risioi3s of iltf� sub-sc:Gtion as reia�ed [c� A�ubs�i��tin�i�� �l�alf l�e:���tilic�tble to al3 s��lions ��f 111cse
�pe�ii���t�cx���,
�-�) D��i'C]5�1.11 C�.�{ ti!'��l��+FIi..L �lAT�RIAf.� Prin�' �n t}��. �i��r�o5ir��, of any spoii1f11 �trt��c�i�il, i3�o
i'OC3tCiiC.iC}E' S]]��� .��iv:wc lhc D��ect�r ol-r�s�ir7e��'uti�;, a��i��� :�� IkNs' Ci�� oi'��or€ W{�r��'s ��lo�s� �'S3in
A�irtii�islr;�[s�r (.�}I�lmiflisir�i4xe"}, n�-tll� I�c;�ti��n c�f � II :s1ic� �vhc:rc i3t� canir�c#or in[�.1tc�s Ic� clis��s� of`suci�
rr���c�a��. �ontracEo� sha11 �7��t c�i�a�o�e nf su�h m�teri��] �iaili C 1hc �rt,pascd ss�e�s tX�ve E�ecr� �ex�rn�i�ie� 1��+
tl�� r"�1d�Er�is�r�tar to n1�e� i11e ��quirea7Yen�s of i11e i=1o�a� 1'�;�in Drdinanc,e t�t-il�e �ity uCl�ori Wcrrt�t
(C]r���irit�n�:c �c�, 1005�i}. All ciis��cos�l silcs m�st bc ��presver! by� �he Arit��ii�Gsiratt�r �s� �ns�r� il�ai lilii��g is
110! G)�C41TTiT�E�► WELhitt 8�ljt][1S� �7��11� �.�i111�ni1 5���'mil. � C�car�s� pEain ��ei-tr�it c�si ��4 is��oed op��� u�}�rn���l oF
��c���;�ry �n��neer�ng sfiu�ies, hln fwll }a�rmii is r���uif�:�1 it�d�spc�sa! sit�.s are ��c�# in �� t�uca�J plaie�, Ak���ri�v�l
nf �hc �o��u•��[c�rs d�spasa] s�t�s �17�11 1�� cv�dcnced by u 1c�tcr s��zc}c� UY ihe 1�d�rillll�tr�t�7r s�aEi�7g 113ai [}��
SiIE CS J7[]i 11� 3 j'.]]L?Vd �i}O� €}�31C3 l}I' 13�+;] T']C]{?(� ���111� E�i]] per��Yi� �ka�h�r��i��� #r1] w��t]�a�� i�,c iloo�3 p�ai��. A�1��
c��et�ses assuaiat��k t���11i csbtaini��� �h�: fil� }��e:��i�, i1�cEudi��� �r�}� ncs:css�rry �n�ineeritt� �tt�cii�s, s�all �e at
�ontr.�ctars' �x���rsse_ In l�h� even� ��,at the can[� a�tor dis��ses of ���r�lfji]] rr��k�r�al si a s�#e wCIE10411 ��l�t
perniiE or a]etter fi•nri� the �1d�Y��istra�or a�api�avin4 Il�e disp�sal stte, up«n f�oti�'icat3on l�y �l�e Dir��:�r�r of
Lr�gin�.�.r€��, Co3�tea�.i��� s!�[�i3 rcmo�c ��e s}�oii�lil l i7ya�ersal ai its cxC�e���e :�nd dEspasa af s�c:h rn�tari�ls� in
��c�rciCClZCC Wlt�l ��5� I���tll'aillUCS Q� t�l� C'lt'�f S11a �1115 Sf.Cf1011-
�r� ��{!�� �]-� i13113�4?
{;tiv nf Fae� �'r'c�r113
Rc�11t�g :-I�[I5 W'1 I�
RaCku�:�sh tiup�olti� ti}'��'em
�-�n �'r•.�����r��F sc�rr, rr���i�n� ��,ni���tv��� �tvu �r���'r��� �}o�,���a�'ror� ��o��r�o�,:
�, ]�r:SC:KTI'Ti[�1�; Tl�is iie��� sl���ll cotisist of' �e��lpas'ary soil crc�s�[�ri w�{iirrkc;n[:3n�i v��;�icr po31ulior� �:ofl�rai
rn�sss�ir�s cie�med ne�e�Rr�r� b}� ilt� �;���ineer f��� �11e d�ra�i�sn �f ttrc ce�nlr�acl. '�'l�csc �:on�rc�l ri�e�su�es s�all
��t ncr T��ne hC lkS�d �,� � SilbStillll� f�rr [}1� p��lll$r�ellfi c,47r7�rn1 n��a��r�s t�rtk�ss nl�hcrwise �rr��t�d ��y th�
�n���cc:r and tJte� �i�all no� �1��cludc �neasut��:s talce�3 l�� �1�� C�N'1�1�TC}�t t� con���n1 c�3ildi�rc�ns created
by his co��stfuc�it�n o�5�;rativfan. 'l�hc E�:fx�por��y mc.�sures s��al3 i��c]ude dikes, da���s, l>erm�, �edi��xc:��[ b�.ci�7�,
�'itier �r��is, j�lc n��lE��g, ie���c�r�r�.�'c�din�, :�s:�w M��u�ci3, �5`]11��t ifliE�i;}l, plasLic lin�ei�s, r�l�bEe li��c�'s, halea-
h�y rct�,rc�s, dikes, sEo�e d�ains ��cl o�he� c�eui�es,
�, �'C}I�1 �Ti�l.�{-,.['1C)N R�QL �1R1�N1T:N'T�: '�'he Gngir�eer h��� lhc aulltio�°i[y l�s dcfin� erad�ble ea�{�� an� tF�e
:{u�lis�ri�y iu lii�rii ?l�e surla�e area s�f ri�odib3�-eae�i� m����i��l �x}�s,sc€� by pre��rEr��; r���i-t�f-way, cl�anr�g
�nd �a�u�>i�o���;, t3�e ��ri'ace si•ea �f e��4�dibCe-e�rtl� n3aler�al exQos�d L,y exc;�v:�ti�n, bo�ro�v ai�d tn direct he
C'i�1�i'RACT[)R to p��ak+�de t�rrti]xoYa�� perll��i�n-�oi��ral n�s;�sures io prcvcnt ca�tainin���ior� o�` adjacen�
s�r�aGitis ��El�cr water �;rFurscs, i�k�s,1>c�M�il� nr o�33er ar�a.s of wal�� imga�n�mce�t. ���ch w,��k �xtay invr�ive
�he �c,ns�re��:t���ar {3�"tc+�rrp�F�;iry �]er1iG�, �iikew, d�tn�, sedin��n� b�tsins, sic��r�: dsa.ins and use �xf te���pert'��'�
mUl�:hes, n�ats se�cii�7� a�r r�i hcr w��nh�o! [k�victi� nr �netl7nds di�c�ted by ihe E�gir��cr as 71e�s�ary tn cantrol
�oil crowiur�, Te�n�r:�ry }�ullk�t3on-er�i��{ r;�Fl ,,,ca��re� s11ai3 he �s�d �o prev��i or carrect ef�nsirrGt �lXat G��av
t�c��l�k�7 �I�ir�rG� �nt���a`uc�it��t 17rior s« in��nl[a�iiFs3 {��]�ern3anen� �ol]�tio�i-co�trol feaiures l��L �re no!
a�scs�i�t�:c� wii17 �3�rix�a�nc�s �;or�trol fe���aaec� iF�3 �fie �ienjec�,
T11e F`ngireer wtl] ]iinil �11e area oC ��reE�arin� riglit ai' wtiy, �i�:arin� and grubbin�,, exca�ra�ior� aiid laorrow
�o l�e �>rn1�arti�na] !n [�te C{�NTRAC�`1-{7R'S ca�aab�3�iy a��3 p�o�,�r�� in lccc,-pir�� !h� ���tsh gra�ing,
rt��lclzi i7�, seedin�, flJls� {]t19�C 4LLC�3 }7��"f7lSClEl3t �71}��LJt[{}!]—C{ifljTU� 111L:�iS4�TCS CUFTCfI� ]f: SL:{:l}]'��FiCC WSIIl L�l�
flC4:��}fL'� SG�lL'{{lll�_ �E7O�1�� 5�350f73� C.11ilC�kt]�TkS 31t8�CG' SllGFI IIli11�i�E10[}5 CiFi]"G'e7115t1CF �F,771�k7i'3T�+ SOlj-4i�1S3011=
co�titr,�l rt�easures sliall I�e perf'�sr�t����i as d�rect�.d by tE�c �nbEn�er. `]'�c �muur�� u!`suefrxce area o��r��d�ble=
�3P{15 �17Bt�fkii� C}L`]05�� 3� tlll� C1i3YC S�18I� 11{}� �RC�C� �T�S{�,UO�F �c���ar� ficl �or cacl� excav��icr�� ��5eraiioi�,
75U,{�{}0 sc�uare �ee� f�rrr ca�.11 ��Zater�t�l sotorce a}�eeat�on �c�thur ���an f��nn� cc�rnrnerc�a�ly �perated so�rce�},
75f},U�� sq�tare fee� f'nr each y��u���ri�g of' f3�hfi-�f-way �pGrz�lia�, or 7�U,{3i1� squa�c f'�et for eac�� c�earit�g
and �rub�iin� �peration, ur�i�ss s��he�visc shs��vro on [Fa pi�r�s or wiih �ra�r appe�vai by �1�� is�gi���er in
u��� �i� irtg.
'1'C�� CO?�"l'��1C"��t�l� shall alsn cor�torm to ihc fnlic�va�in�; �r��c�a�:�.s �nd �{,nlrc�ls. !I1] labor, loals,
cquipr�ienl a�id ancidentals �o camQl�t�. �hc �vai7c w�ll not be ps�id for dir�,wc�3y but s�all b� �ons3der�d as
subsidia�y �vark ta l�ie vari�4Es iicros ii�c�ud�d in �3�e cun���cl_
(a�, �'�asl� oF dispc,sal are�s and ca»stru�t�on �oacjs sh;a]] la�: Cc}cKtied a�nd ct�i�sar�a�fe� iiz a n7����r lh�t
witl rninirnize thc: asna�ni �f s+:dim��t c3��er�n� s�rearrts,
{l�}. F�rcC�ucnl I't�r�iin�! �k�11v� s�.reams wi�l r�o� l�e }terrnittcd; 1.Y�cr�:it,re, [4�nperra�y bncl�es �r uthc�
�tr4��.�ur�.� �h�ii h� u�ed wl,crcv�r ae� ;���,r�:c�ulal�: ttk���l�ee of's�re.artt c�nssitt�� �,te nccus�ary, �Jnlcss
otlie�rwi�e a���roved in wrE[injy I��r 1!]� r[�g�nesr, mec3�ani�e� c�l�t�pmerst sl��li r�ot k�e o}ic��ie�! ott 1 i�r�
streams.
(cj, VVk�c� ���or�C �reas �r ir�alena] sources a€e �ocat�ci in or ��dja�e��� �o liv� s�reain�, suck3 �ta'�us s�a�l� be
s�paraEcci irc�m ihe ste�arr� �y a d�1c� of o�her banza� to kecl, s4dimcnt �i-oit� e�:ter�n�; � flnw�r��, streum..
��re sltz�l] b� i�.ken ci�r��g tC��: conslruction a*�� re���sval ot s4�c33 barrie�rs lo er�i€�imE�e ilre a��uc�r�yi�g af
a stre;�rrr,
�'qrl E}.do¢ �-� U��] ��U�
Cily i�f FSUY lwortlt
lic�iMin� lillls 1V'�l'
Lidr.ksvyslti Svp�rly 4}�sirm
(dj. Al� uraE�:i��+��rs sh�skl bs: �ieai�ed s� sr�otti s� �7��ac�i4a�53e of f'�Iscu�c�rk, pkli���, del�ris �,r oih�r
n��slr��:linn� F�lart:�cE �uring cr���.��r��tinai nper�tinr7s tfxai ��'+� t��}� � p�ri o#'the �ir7isi�t'd wc�r�C.
{e}- �e ���1T1�.l��"�"C}I� sha�l �ak� suf��i�ni ��rccau�ic�r�� �o ���cv�ni pa�f��lissn oFs�rcan�.s, lake� and
�e��:rv��i�� wi�l� Fta�:��. oils, hi�un�ens, ca�ciunti c}��urrd�: or c�[i��r �a�rrrn�`�� ar�at�:r���s, l�c sl�a I k cr,�����[ and
s�13�:d�M�e ]�is {,�eratio�s s� as to �+�i,id t�r r�iia�itttixc siltatson o�'s��eam�, lakes �nc1 r�;se,rv�irs �nd 1:0
auoid i��leri"ctcncc w�li� n�ovem�x�t of i�xi��atary f.i�1�,
�. �I.Tfikl�l�fTTl1�.,: !'nc}r �o ihe s�ar� ni' �h�'� �13�]�34st�J��' ��1Cf�tiiaCllt]]l. ll�� C:O�I�1TF�f�C''1'C�k sf�al] �ulan�it f[�r
�j�Jxr����l k�i� s�herJu�es Cnr accom��tiE�}trnenC a}�soil-�rosi�n-canleol �v�ric ai��i l�ts ��lan io kec}� tk�� �rc� of
e�odil��e-����th rr��te��l to a minin�u���_ I Ic sh�ll also s�l�mit fo� �cc�pt�nc� l�us ��ropctiscd r�i�.ilto� �r�'soi�-
erusi�x� can��x�l on cur�s�f��c�ior� a��c� h���l r�}�ds �r�r� rns�tc�ia] �urc�s and kyi� 1a��17 t't��� c�i�;�os�l n�'vra�le
rrt�stG�ial�, �l�i�s �vua`k wh�ll l�e siai�ied r�1'��r� KEtc s�il-cr�sic,n ���nirc�l sche��les and n�ietl�c,4�s e�l�n��erati�t�s hi�v�
be�ai ��:��icwcd �nc� t��}�,rnved �,yiiie }?n�;it�eer,
�T. iv1f:A�UIZi.MLN`�` A�1[l �'!��'M�NT: !1!1 wr�fk, t"[L3t�l'1i5�5 �il[� �[�L11�1['f'ICi]C iiL'CCtiS'rl�� �C1 �?F'{IVICiC
�enti�arary ero�io» cc���tro� slt�l l�}� c€st�si�lered �4�l�;id��� t� [he cs�iX�r:�ct t�nt! no extra �xay �vill bc �;iv�n for
€l�is wc�rk.
D-1 1 U,_;_ffLl"TIT:S; Ti�c �onlra�tt�r �F�ai] ai l�is �x��ei�se ]��s���sde all ��tility s�:f��ic;e�. i �iulu�l�n� watcr,
c�actrici#y. gas, �r:�e��i34m�. cic., �s »iay i�e r��t�ire� a>�+ }ri rTti �trs� dunr�};11ie c�i�str��cit��n F�n�i �est�ng period_
'fhe C'ity niay 1ae ���Ic tc� m�k� g�c�vistt��7s for cor�nectit�rrs t�r �he cxist.�ng takilttic:s pi•ov�ded Eh�t a��c�uaEe
scrv�cc is a���ila��� �� ��]�ropriate p�ints wiiliii3 t[�� plaiy� s�te; l�nw�:v�r. �h� �'c+nir�ctnr �h�l� m.ike all
ne�essaey arran�;em�etGit;, f��rrt�sh uiatcrEals, ar�d ��e���nrrt� ala lalxor;3��d scrv«�*s foe cn�'41'�e�:lacrn� s�r��
met�ri3�g. rc�r uti�acv servrc:�� rc�eived �y ��i�iieclit�ns �� �li�ily littc�€ c�wi��d �,y ilt�: �'il� v��itf�ln lF�c p�ant,
tl-�e �'on�r�c:tc�r �vtl� bc 1,311cd �ry il�c C'ity eac}� r�tn���h.
�-12 5UT3STT]�l�R`f UV{�1�: Any a���! atl wr�rk ��c�afir;�ll}' �t}vcrncd b�• dncun�e��1��Ty rccl�,�fen�en�s fc}r
ilrc E��'c��e�:l, su�l� ilS CUriljl�1Qf34 Clilr}C1RC� �)}' ��i1[iS, 15�c (a�ncrak C�ontra�:i U�c�rn�Tr�� �rr 1liesc �puciaE
�.t��rtrac� �ncume��s, in w•�iici� nn ;}�ecifi�; iteFn f€�r bid h��s �i�c3� prov��ed t�r �n #}7t; propt�sal, shaa] txe
cat�s�de�'cd a� � su4��id�ary it�rn a�' w�rrk, i]��: cust uf w]�icM� s33:kS1 bc inc�udec� itt th� E�r-tcc l��d s�t tl�e Pr����osal
Co� eacl� ixici kt�.m_ Surl`3ce r��iora[i�rt� asrc! c:le���u�� si�'�; g��a4�'�l iicros of wark �v1��ch �, I I � n tl�e c�ate�r,r� o�
su�sidia�y��«rk�,
D-13 ��(:�T�'� O�� l�CC'��5; Represer�ta�i��c� ui'�3�e �'cx�s 1V��.u�'al 1Zcsou��oe Cn�se�v�lion �.oir�mtssion
(1C7�+�C��, �cc��pa�Eona] 5af��� �G1d I-I�;a�[Eti �1cia����ti*ir�Eion �OSHAj, an�i CE�� �ode fn�p�ctors s�7a�k h���e
ac�:e�s I o l�7� pro�e�t wl�erev��' ar�d v��}ter��vGr it k� in pr�p:tral3an nt� progr���, �nd Ihe C;nr�ir:�ct�r ���]]
prc��ric3c: �rc,per facilEt�e.� for ��c17 acc;�ss.
D.-.1,� t�SII�"� �T,�1!�!�)l�I�L�S: A]] w4�rk ��e�'�v�mvrt3 ua7��cr Ihis c��nirac[ sha11 �t�ee� ll�c �'c�y�GErcrnenis o# i�3�;
�ccu}�at�nr�al Sa�et�+,�r�ci H�aS�F� .4d�-ni��isEratinn (I�S�-IA),
a� is li�G ��sponsit�i���y cFf Ik�c: C.'ontr�ctur �o becoi�c fa�ti�ta� �,v��iti t�c prov3��ans of �egul��ic>��� p�blish�d l�}+
117� {�Si�A in t�� Federal R�.�is4cr F�nd la �crt�srnl a�l c�f [lz� r�s��on��i�ilitit�s � h�rcunder_
Fari 1}.Ju4 �-$ t��ll3ttl?
c��y,�r r��� wo�i;
ftolC�ng f�llls WT3'
Rw:kkti�ush i u�aEriy 5yeiam
j! is Eh� �onlr�cicrr's rcr;pr�s7�+il5ili�� it� �� il�aE lhe peo��ct is co�7sEr��i�:d tit� �c�t�3'c��€��� with C]5I-i�
�c���l:��io�t� �s�1c� �cf G1�ld�:triti���+ �lF][l �3v� kti�i'r���ess 4�i�; �;ity �rom &]]y pctl�ItieS ru��allG��� t'orrn l�� C:onl���t�r`s
failnrc tts sc, �i�:rlurr��.
1)-15 TIMF Or �C}N1FI.rT�C�1�: T17� t�w�tier desires �ha� all u�or� �tnder �his �niraci;ae cc+��pl�ted, in
�c�ta�, vritks�tr 4�(1(A�E�»d�� i�a}��_ Tk�� �}roje�i �1tal l 1�e Subs��tai! i�lly {}�����plcicd w��liin ���} (;alcn�ar �]���r�,
Su�s�dnlici� C;�xr��l,le[ic�� is dtw�zilred l�e��w:
Sxibsla3�Eial Curr��lc�ti��� �hall i�t�:i��ic �1! work i�eoessary fr�r ih� L��ckw�st� �Espply 5ysten3 as �escribe� i�i
lFl�: �,UillCdl:t I}t1C4ES1iGk1�S lV �]�: �ISR11�C; I�]C�LCdiltig �]urn�l 5l3tlOri; sl��k�c �ank: �3i}�in� t+� �nd f�rnm [i3� ;�un��p
sta�ion, ���)Y#�;;C'• GF�TI�{ Afi� fl��C� tllf}]17� ��3���Cj+; clearwel] modiFic�lscsns: �tec[�-ic:�] ae�d ins�rumer��ation
s�st�n�s, '�Cl� r7jl I]GC�$58]'� r2.�8�C�� I1�r21S IC] l7731Cf,' t�'1� l7CW J�SC.EiW�SEl �Ll]}�J�j' ��5tCTl7 Ll5$��C f{1� Il�c Ow��es,
�CC'C?T�1�'1�ACTOR �Etixuld �ie�,�c��, i'�il, c�r ref'use �o S�1�sl;�n�i�l�y C:sam�rletc �hc worEc �viihii� lllc time
�1C['�ltl Sj7�CC1'i�d} or �ny pr�����r ext�nsion lh�fen#' ��anReti 1,y Il�c: C1Vd�f �l�r C�If:1� E�l� ����I'i�1�11C,�1'{li� does
lxcr�b�+ agre� as pa�t nf'thc ����.�i�erat�oty i'o� ow�Grc�in� oF�ltts �on[rt�ct, I�$# �Wl�l�:r� inay �v�4��sol�i
�c;�'a��a1t�.E3[1y fit�m CDT�fTI�CTOR's iot�l �omp�:i�s�liun l�tc s�im cal'Tw� T�10115�il1{� alf]CI 1'l�rl' ��U31{E]'C�
�s�����'s �'��,S�Q,Oi}j for e��1t ��td e��ery C:a1a�i�ar .Uay il��[ !hc �(�A!'3'��AC�'�R is in tEcE`au�3 afier ihc tiin�
s�i�au��#ec� ��r Suirstatr�iall� ('t,rrt��lelirt� t�e work, nat �s u pera�3ty, Fati! ds Ltt���icla�ed L�a€��ages for the
b�'ca�h rr� cn��trac:�,
ff {'C�1�'�RAC'�'C}�1� �I�u��i� 5��sla�3t3a11y Con}piete th�: �vorlc wili�in thc sp��:ified t�me, b�t negie��. �ai1, or
r��u�e t�s To�31Ey �'nrri`�i�te attid 13��� ready fnr F�rra3 1'ayiner�i i17e v,�ork �villiin a#�e time he�ei� specii�ied, o�
a��y �ro��er exiens�nn tl�e��eof granied E�y thc C}1�JI����, then �he �(�IV'17�.A�"l'C)lt c�acs hefeE�y �gr�c as ��srt
4�'tI5£ COI55�CIC1'fl�10l1 CQk' t�l� 8kV81'{�117�* O1 tI3351:013ffilC�, t�iai� C�V�{�E-�� 137�i�+ �4'1�11�1���I F?C73i1�iECf]11}' �I�ffi
C(�T�]'1'R.4C"�'t]R }S EC]taI COCllf.}�fE5�it1flk'l 11�� SIiSIl U1 C}!�i'. '�`ktc��wsand [�ol3�r� (� i,{1{1(�,�1{'1'� for e�c� and ev�ry
f:a�ertdae Day �lis< <he �C7�h1TRA{'Z'[.�.Et is in deli�u�t :s�Yr �l�c 1 F€r�� �;E���t�k�lc;cl I'rsr li�vin� I�e wo�k '�'o�a11y
�o���}}le�e a�yd ready fnx f i�ta3 Pa}'aii��1�, nnt as � pcnalky, �i�G1 �� �.i€�uicC�k�t� I��im��cs for thc brcach ir�
ca1�[racL_
f� �I-}�lTRA�`TOR sl�ould negl�c�+ fail, �sr retii.se to Sub�kar�tia�ly �om�ictc: ihe woFEc �viihi�i �he t�r��e
l�e�e�tr� s�cc�f3ed F`or havir�g tF�� wnrkc Tolalky C�m�1cEc �ncl rcF�c4y fi�r 1{in;�i Yt�ym�r�l, or any prn��cr
extensi��t kil�.r�uf`grs3���+1 hy li�� [}��I�E��, i17[;€� l}�c C'()N'1'T{A��'�ft cloc:s it�:1'eby:��+rec as pari of lhc
�+�nsk(tc�alioa� for llle aw�a��k<«� a� lhis �:or�frac;f, th�t lk�c �l11C�4�kC�8lC� j)�171i3�CS 111'ciVESiC]11S W1�I L3�; �;Ui77�GG�i�i�e
urttil tE�e w�ric �s Subsl�nl�F��1y C:oG���rlel� anci �i�at OVkJ�f��� M���y wifhh�ld G�crn��r�eri�ly f�arn
Ci)�J'a'�;.A�'1'Cl�'s �o[�� cumpcn�a[ion th�: stam t>f T`hTee Tix€�tiksar�d aM�� Five � I�ndred C}nj I�rs ('�3,�(�0,1}(�j
f�� c��c�ti ai��i ever� C�iendar ��y ll��t [�c CCi�1TRACTC}Et �� ir� �e€ault a�ter ��ie tiitte �ti��u��t�:d fi��' �I��
wnrt� xo h�. Tnt��l� �o1��plx��� �r�d re.a�iy fi,r ��itt:�l P�y��7c��s, �u�Ril s�ct7 tiine as tk�e work is �s�l�s��nti$Ely
C;orr���c�e. tXu� ;�� � pero��t�r, bul srs l.�c�uicixl�:� f��rrk��es Fs�i• �he lt3�eaci� itt corGl��ac�, �lr,�er Ghts conci��iot�T
tF:e C.�(��VTR.4(„f'C�C� a���e�s �haE t�V��hli� may wiii�h�ld th�e sum �t"One ��usar�r� C�ollars (� I,�QO,#!�� #'�r
�actt a��� every C:aiund�r Da�+ frnr�� �l�� �o�ual �a�e af �ubs�a��[ia1 Com}�3et�o�1 u��Eil tEye u+�l`k i� 'foi�ily
�:on�}�lete atid ready f4�r �inaE Payme�t,
��'dii�on�l L�yuida�cd Ba�-sa��s wil l be assessed �o th�e C'c�nlracEor #'a� missii�g specif�c scitedulizf�
roc�uir�mcnts c��laalcd in �ecEion OI��Q,
i�•�1�i �7`lC}T�JSF�1
P��rt F1,dnc �}-�i U3�1.3�41,�
c'.ily uf N��sri V4�.�,���r�
Itoltin� NIII� W]'f'
13ail.,+r:�sh fiu�+g��y Sy�9ecn
1]�i7 1�fTfs.i�PRTT?�']�'1C)1�_ C]F PHRrh�L�; 1�'1}er�vei� a17�: v��a�'ds "�]irec�ed", "i�cquir��", `.Fe�rniE��d",
,.�e�i��tated", ,��-�ns�der�d 3�ece�s�{ry", "I'rescril��d", c,r �or��s c�f like ������ori s��e �sed of7 ��e 1'�a�s c+r ii}
t13� 5��ecif�catton5, it si�a3] h� �tt�lcrslcaod li�a[ [l�e�+ ar� iiX��n�iec� as Sp�co�cp�i�»s, ll 5�53]I �7C Saf1�L�5�{}U� i�]��
thay a3�e rr�u;�7dcd us prer�ga�iv�: r�f lhe Ci���ncr a��dro� tlXe �:n�Errc��r; ar�t�, sirr�ilatr�y, r��e �v{�rds, ,��1�pro��::k".
"Accepiai�l�:", `����jsfacl�ry.., o�` urard� �rf-like iR���r��i. �k�all n�c�r� a��pmv��, c:�c,, 1�}+ lii�: C}wr��:r ax�dlna•
E�3��i �teer_
Wlt�re��cr i �� �i�e tipc:�Eiicairt�s7� tar �n �he �'1a3�� fc�r Rlte w�erk t��c �e�n1� �s� dtsc�i���n�� crf' v�riaus �uajiti�.�
�e]a�ive Rra linisl�, wofk»1;�iY�l�a��, iF� t�l.iter qr�s���ics t;f simil:�r kin� cal�r�cat, bcc�k��U �rf'th�ir nztture, l�e
s���c.i�ic�l�y and l,riefly dewcrll��.d ar�� are c��t��ria�trily c���cr�hcd �n b�;r����1 te;n;s, �1�e ��vne� a�idlrar
�'rigittieer s�t�i1 bt fiu�t �ud}:�: �a� [o ���7e[hC� Or �1�F1 �Itc �+�t�rkmai2sl�i� �t� �IcSCTil�ed i� I�[�i»�; perfi}rrri�;(� Gn
acccsrd�uc� wi�i� llie int�a71 �sf lh� 1'�st�s at�il Spcc31��:�slic��tis l�s� wisrk �h�l� tie �.ot���lclecf in a�c��tc�r�n�� wi117
}11S lilt�.r'})r�:t��titrn tsf [i3� �71t�unln� of� sroa�l ��+Uril�, k�:rms, �x�� clau�e�_
E�- �$ TT�?�A 3�J�17-�C�hl: I� I.�., �afl{El:f5LC}L3� 3f1�� ii�;tlCl� CEt�l� t�115 C�11�1'8C� �17�i}� b� terlt�lJisal�ti %�r CF�� Cil�+
witl�nu� t�l�k�;��aEi�n ic+ ll�� �=�tilrucl�r, Ill 1+J�1S}]C d1F fCCI!]3 1 kITS� t{} C3171L' €n �}�r�, w��erte�'�:� st�r�h Eerr�tiin,#�j��n is
d�terr�k�sr�d �S�r �h� C�i�,y �o i��; in ��re� I�es� S�rEers�.*tw af th� ��Gt}°. Ter�r��n;�t�or� rr��y tx� et"fect�d L�y c�clivcrin� to
111e ['cF�1[k�li:lrrf or F��s d�51�;r1a[cd repfe�e111ativ� � n+3t�c� o�'tcrrr�ina�l+�li. ��a�ci[y�ry�; tc� wha[ ex#e�l
���r#o�nsncc of it�e� wor� ui�der �i�e coi3tr�ct Ms Ucft�� l�:rntiinated a��r� t}�c eft�ci.ivc d���; �f E�rn�i17�[i�n, Ai�er
reccip� uf i�c�tE�e nf �ern��r���lio� �:orkirac��xr sh��l E;
1. .�lop worlc s�}e+: ifiv�i 3n the ��ntice c�n th�: datc� and t� E��e �xtc;l�i. s�aec�fed ii� Chc notice of kc�mina�i�tt,
2, 1']ac� �o furt}te� vrdcr of sul}c«n�r�rcl �.xce�i �� ne�.~��sary I�a cc,mp�ete w�srk already un�i�;rway,
3. ']'crmin�ic all i��'�jcrs an� c4�i�lt:�c�:� !cr f�c e.�tenE tE�at �f�c:y r�:i:{te ta t��� ��erf�3rrr�ar.ce o�'i��: worEc
ic�rmie�:��ed 1�y �1��;1�lcrtic� crf�Terr���r��Tson.
�-i{I FlA1�li_ AC'i��]''1`1�3�f�r; A11ur ct�ftslr��fi�rr� w0i'k i5 S�iliSf�a�lnrily c��mpl�tc�, T�� Clv.•i�er s�all rtt�lce ;�
�r�al rnr��x�c�ink� c�f tC�� proje��. Ti�e C1��ner will ����i�fc: I�ic �nnt�ac�nr if t���:1,3�a�ect 33as ia�c�� sa4isfac�t�niy
co�n�te�ed irt a�:corciar�ce ��+ilh tht� �'�ai�s ai�� ti�ectfi��liar�s �iicl is�ue a��-riltc�� sfatet��c�7s u�`fi��al
a�c���ta��ce �n ac�orda3��� witl� �uccio�� {�R-8,7 F17�l�L AC;C�I''f��F�;�; Q�C� `i'� �E C.��'���,1�4L
C�ORiDIT��J��, 1Ll�er � i�tal �ccc�lai��e, tFM� ('n�alr���.l��' s?�{�11 providc a� c�ne-year guar�s�ty in �ccord�n�
�vii3� Sec�it��l � 3-'�.7 B��hi�lS and Cfi-K,10 C�T;1�IF;�tAL ULiA1ZA�'1'Y, nFlFs� {iet�e�'al {1o�idii�ons,
c�orn�r�encirig i lte �aie of fin�l ;sc;ceptance,
�-�u_�.p��r�r��xjo� �r cc�t�'1'l��.A�^I'(�RS .��3� C'ITY: I��iri�3� t�e ,:a�nwEruc�iun o#' Ihis 1'�o��.c�, rF�3�cr
coGtilr�GcE wr,r�C. Phasa 1—{��cx��;�t�nr� }�'�tcilrtie�. ��+i It ;aisc� �7C ]fl �F�E�T7'�55, T''-�C�l �.Q31�i'�CTf}Y SFI�G�I be r�c�ui�e�
l{� c�}��pefa[e xo l�c i'ii3�est, each witlt thc otl�er, ��� cnt��t�in�ting ��oei�, e1i�73�rti�tin� coni�«tr; ����il� �vo�'k or
aaersc�nnc] at.a�3 times. in �asc nj'cortfli�:ts. ��31: �i7�,J37L[,r 5��,�]� i��E4Ff11133� i�5� iC:S}7C11t�11}illl�f 4ST �f1�3']��+ C1�
wor�C aitd �ts deci�io��� si�al] b� tir��tl,
L�-�� lA"Tf?R}'1��TA'�'�Di�J_�FRFQ��I}�M�,lV'��.5-
a_ Ir�tci75rcEafiu�i° I�1��y uueslior� at fc� snkci��'eta�ion �rFdr�w�n�;� aiid sp�ckii��kinns s�r �n� q�esti�r�s
arisrCl� u���3-ext�111�nF�lac�il oi���rei7laS�:51��s1 1}e r�f�eire� [�t�3c Ln�i�le�r 1n u�e�#irig. i�la
inier�relalzan n�sr i�7siri�ctiot�s �ive�i vcr�i{Gl l� �y any perso�xs �+�i li t�� �r�r�sG�#ci�cd v�li�l,
PaH IT.duc r}_�
A3f I 3�?*
Ct�y �GC Fu�t Wsus�
lto��,ng Hi��s wF3�
f3ackw�yi� \ur��}' SSrvR4�
b. �.x�k �sf C�f�cie1^�la�rdir��. Lac�C c�f �Mi�ckers?anding oF Dra�uitl�,s aud Specirca[ior�s or !'ai�ur� ko sccure
inform�t�iort cc�t��eriy�r�j a11 c���c�iti��r,� wi�1 ��o� j��s�i�y:ir�v �;��r���s, an� ex�ra c�i21���7s�i�on will no�
Ue n�t�cic skrn}�iy [5ecar�sti nf' I�cic o!'s�icf� icr�ov+'le�gc:,
T�-2�� f��A�AI�[lC�I�S A]`�T} TE'O�CIC' ��h1'Er��l.�: i�s�frar {�s �ortttiittc:d l}}� la�v, ti�e Ov��ner si�all inden�ki�Y
a�1d h�ld i�ar�lcs� tk�e C'��ntir�ctor �rom an�i ��:� i1�sE an� and �i11 li:�i�il i���s, tc�sses, cos[, �a���age� ao�r3
expens�s. �n�rr��; �rut c�#'�s� o�-#he rn�tic�i�ts �[ the ()wrr�rs sitc xx��titi�:}� :,�� tio� �tri�er l�e direct ��rntrol �1'the
�:o�i[ra�l�r. ia��:lr�iliit�. �]Ll� ilC][ 111�31�{;� CLi, ui1}� ar�d ai] liabiji�� r�5llst1l�� #nrr�l �ersos�sl tn�u�y, inc�uc�in�
deaEh, pr+�pc�7� i���ii liiy�, a� a��y �iinc, ]Zc�v,'�.vcr �:aused, �ue �r� �lie pi��sence or r�l�a.we nf; ur exposufe,
�vh��her tc� i]Zc pe�'�4}�i ni- prnpe��ty inj �Grccj t�r {��i3e«vise, lc� :�ny f��r�raniis or t�rxi�: s2�l,sfance, }xravidr��,
i�nu�cx+c�. l�Sa� C��e �'i#y l�ai�i�ity s�ral! bc lirnit�d �n thal es��l3ltsh�;� itt A1�ti�E� (,�52�-1�, `rexas ���vise�f C'�tie
�i�d aElxcr �ppjic,�1�1�` S[a�� siaiuies al�d C'c�ns���uEin�yal �ro��i�ibz�s.
Cl-�3 ,���: �n acc�4rrc�r�t�c� wet�r [E3� ��oticy �"i'{�licv"} of�lh� ����t;llliVC �31'a11Clti �����7c reC��ral �in��r�7�i�cnl,
C:nntrscto� c�vc:�ia��� [ha�. ne1ilter �! nor an}� cr�' it� nfticei�, m�rnLicr�, ���n4s, �ntij�lc�y�es. ��re�gram
E}��K�cipanls or suf�uo�Gi�'�ctar�, u7�ile cr��:��ct� �oa ��erfnr�r�in� lhis c�n�xact, sk�all, ii� cnns7ection v��ttl� ihc
��7iR�so,yme�3t, �ilv���ce�r,eit4 r,r diwtl7orge o�'cn���3n��c�.s a�» ccr���t��:tic�tt wit�t llxe �erx�rs, L'.L3J1E�i�10l1S 4C
prE�il���s oi' tl��ir ���r�xl���+��re�tit, discri�nin�te ��,a ii�is� p�rsans b��:�use n!'ti�eir age exc�.�s� n�1 �37e°tiasis of a
E}4i18 �{�G' {}l:Ck1�7�JLl�iic�1 q11311j3CStsnn, ri:�lr�'fflCrlf p�Slt Or 5�.3I11�41i}' i�iCl1�1'�171E11�.
C;��nsra�:t�}r �t�rti�er c��ven�nls t��al n�il���r �I i���r its offi�:vrs, orie�r�l�e�'s, a�ee�ts. em�lc�ye�es, sub��nl����txsrs,
pi�s�,Tr~t�m �s11��lC:k}�8f1C5F 4�r pers�i�s ac�ing or� il��ir �el�a�j'. sh�l� �E�ec�fy, ��2 s{��tt;iidt���s or a�iva�iiscmcills f+�r
em}�lc,yees lo worlc or� �h�s contrack, � rn�xim�nt� age iim�t fo�� �uc�� ����pti�r�rneElt �n�less tltie speci�i�d
m�xi«��n7 a�;� �[r17iL k� l�ased ���n a b�i1s� rod� c��cu�aki�n��� q�u�IIflC�tinn, retiress7tinl pl�iti or statt�t��y
reqtiircmcnt.
�`�nlrt�ck;�r warrants Gt. will fl�ily cr�m��� kwith I��e �oi�cy �knc� v,�i il de�'e[3�. ir�d�nanii`y and hn�d ��3ly i3�knnl��ss
��aii7�t �n�+ c]aii�ls o� alt��si��sns A�se�'�.�:ci f�y t��rr� �art��:s c�r su��cvn�y�actnrs against �.�#y arismg oui a�'
C:c,rikr:�ctt�r's and�nr rts s��bcontractnr'� �ll�g�d tailurc icx ca�m1�i�r witin ihe above rere��e�ccd FulEcy
cs�ncer�7itig age �disc�iinin��ian irt khc ��er��rrrEa�tce a€�Il�is �gxce�7leiti.
TJ-�4 r�j;Aa�LI_r�': I�i xcc:��clspnC� wilh il�� �ror�t5ta�i� i�f. l�.�C �l�t�e��cafls WitE� D3�abtlifics ?Ict of I���
("�I�r'-1'F�, C:��i2�rac�a� w��a��€� Il��l Ef �aX]� af�d a11 ❑f its s���ccxt�lrac#nrs wi11 iiai u�ilawf�]ly d�scrimE��le u€�
Ih�; h;3s�� nf d�sah�i�4y in �he #ro�+i�ic�� c�€"�ervice.� t� tF�� ��:n�.rr�� 1r�i���c, E�crr �n tY:� availabiktty, [crrns ancll4�r
CUIkf,�11t[}ilS i7f� C!i]}]1G)'i'!7G'!7t fOl" r�F}�7ffG�likS$ F�C 8J114]i0]+t�7CfCt W�j'ik, i7r �txi�]�O'���5 Of��.blltl"SCl4f Clf dR� QFZfS
�11�Ct}�]�ra�Lors. �.nnEracloe w�r��n�s 1t wlll i�lly �a�iipCy wjf.h 1��)A's prov�sior� an� any otii�r ap�I���Gi,10
itc��ra�, �iate ai�d lotal 1�W� cc�nCCr�lkri� dicabi��t}+ and ���il] dcfe�,�, I Il��l�'3rilj}r 311� Y301� C-]�}r YlilT371IG`�S
a�gains� any e�l�inis �,r �lEc��ti�rr�s assu��ed ��y tkt�F�l ��triies or subc�����acturs a��ins� (�iE�• �arisi�g rtaui of
C'��3tra�tot`s ancilt,r �t� s�E�co�7��actnr's a1 keg�d i'���ur� �a c4rt���1y wilk� lhe ahavc-Te€�eeence� lxw cori�er�tiit�g
disabili�y disc:rin�u�yatu�n uz ihc }�crlor�n��ncc tff ��n�y agreeman�,
I�-25 €I�iDF,•.M1�1ir���AT1��!!: '�'o cEa�i f� Sccti�n C��i. I� of thc �err�rati �on�itiox�� ot-th� ['on�ract, i� is khc
inl��X of rhe (]wr��r thak CS�e Con�ract4�r ind�mttity, i�a�d h3nnless xrt�! �ofen� llx�: C?v.�er. $k1[1 �lle [�w�er's
c�f!'sccrs, ag���s, sc���+ants, �nd en�pl0}�c�� fr0�ri alld s�a�e�st �ny :�nd �II C�$1t71S �S j15t�d l��K�lrl, er�en ti3ougl�
��uses by th� Ov.���'s saEu nagiigcnc:c,
Porl D.doc D-�# 031131s1�
����y �r�{F�t w�,��r�
3�colling �lills 1VFP
]i���C�vas'n `;u��r1y tiyrsem
V�lil11 re.�pcGt to flie i�,s� ��tilcnct� oFthc firs# �aCt;�rti�,h saf ���:t�on {_'.6-�, l2, it �s the C}w��er'� intcr�t t�ax lhe
l�+ngr�ag� 3xe �it� s�7�c��ic to t�t�: �;�ncnG� :�rc� a�vhcrc [�ic �v�}rk tr� he ]�crfarmcc! �nder tt�e fia�7lr�c:�. is bc:ir�g
��r!`n�����d_ ii is �7�t ihe i7wn�r's i�iie�t that the �'urolr��cEc�r l�� rr.�{a��i'�d tu indtm3�� Cy i17e C)w�7e�' fc��'
dan�a�es �o a�rrs��erty i,tlYcr �han tl���l �:a��s�.d lc� pro���.rly 3�c���� in ��osc proxi�-nil� tc} �hi� pra��cc:�, ur�l�ss
s��:h �i�im��;�:� i� c'a�G+�cl ���holly of in part �y tE�e �:���tractor"s �eg�ig�nc�,
1}.�6 woR�Fr��� c�on�i��.tv��-��jor� rr.surt�►�rc�;
�I, C'anir��ctc}r's Wor�Ce:r`s �:r��s7pestsatir��� ]�2stira�ce. Co��tractor agree� to pr�vidc thc (lv��nee {�'i�y� a
CL"il! �3Cii�[: SI�[}IN117� I.�3�t 1� Fk:lS O�l�i]iiC� 3�34j lC}+ O� 1Yoric�r's cons���t�sa�ir,n ik�:�tt!'�r�Cc C�vcti»� eacli of iis
c�np�uyccs c:i�3��oy�.r1 ��n il��. pr��ccR in c�it�plE:�3��c �viil� slal�: jsw, IVu �Fcx[Ice l0 PI'4�:��;d vri11 �ie issuc�
u��t� I I��� i�t���raGltsr 11s�� co�i�p���.� }vi�h ��iis s�c�ie�n.
�#_ 4uiiconi�a�t�r's V�� qr�Cer�� ['n117�)eF�Satin�l irif�k�takxc�, f'c�ntractor a�c�s tc, rc�uire cac�h ar�ci every
su��cc��ytr�ctor wh� will 1�erfrs� �uc,�'� on th� p�v,�c�x lo ��rovid�: to ii a ceriific.at� tro��l suct� �ul�cisi�ir��:Iur
�tatiMt�!, [S�at fi]�a �ul��a>�xlr.`�c:t��r I�:�s a p��ii�y af �vorlcca''� ct}mE7c»s�;i iun �nsarraitce �c�verii�g e�t�i� c:ri��rluyee s�n
li�� Y}rr�,tes;!_ �;r�Tii�'F��itFr �v�ll nu� pe��i�! ��y sui,con��a�tc,r �a perfnrm w��ek 4�tt the �rc�J�:cs un�il such
certifica;e hs�s ��:�:n ���lui��ud, [:�ar��rac#or sk�xl� j�eavid� a copy of a�l sucl� certific;�;es 10 ilt� (1w�ier �[:iEY�-
�, V4+ear�Cer's {-`.omua�s�rti�t�n fnsur-�nce �'nverage,
l, I)e�riitttms;
�'e�����;�t�: �f cts�+�r�r�e �..c��fi�ica[�"), !� capy o�� a cc��ii�cate �f i�s�3�anc�e, a certir�-�ic of
8,tllh�}a'iky kc� sclf-ir�surt� isskted l�y Ih� `Cex�w 1��orker"s �omp�;nsatic�n C'o��llti�Gs*ickn. car �t c�sver��ge
�t�r�:�:aT�c��i �`f'W�.'C:-8 ], �I'1�4f(:C:-8�, `I'��1(�C-�53, or'1'W{:C:-$4}, shn�'si�� �1�1k�l�}�-y wor�t�:�'s
compcnsa�io� u�sue:�r��e cnveraoe tor }�e��5on's ar ent�t�' ��e�x�pin�ees �7r+:�v�dirrg scr��ioes on a
prujcc:l, Iu� �he d�rai�oi� of ille ��r�rject.
1}urfrl E�n �f [iic Frojeci - ii��ci�cla5 T.Y�c � i r«e f'rr�i11 �i3e l�egia'ir��i�g of il�� �ofk on �he proje�i ur��i1 �#�e
conl�aGt�r�s��serson'� k+rni•k on t��e �rpjeGE i�ds ��e�n C�n7��aete� �nd aCCv�fed by i��e Cs�ty,
f°�;rs��s }�r�vi�tt�� servi�e� uii ilyc ��1'{�ject {"sul�c:ro�iir��t�sr" iia T�.x�s L�b�sr C.r�d� ���ti�Mti 40�,09C�)
- 3��cludes �11 ��ei;�oM�� �r e�1wl��es prt;rf��rn�ir�� all or p�» ���J'tk�e sc:rwiccs lh� c�c�F�lrac�nr ]7as
untier���En� t� ��eri'orrtit ntt lrse �iroje�l. ���y:u-cll�ss of whe4��r ti,�; �,c��nn canlsa�t�d �irec�iy v,�ifh
i.hc conrrac��r a3�d r�gardles� of w�7�tk�Ur [Y��t 4�ers�n It�s en���t�ye�s. '1: hEs inclu�ed, u+itl�ou�
IE��itat�on, inde�]4�tder�i ccrtXi��a�.�t�r:�, �ul}�«atiir�c�c�r�, leasF�� �c�aYx�:�nics, ni�ta� �arriers, c�k�Rtc:�-
o�cra#c���s, ��il]JiICF�{�S (1f 11k1�+ C.CYL1�� W�liCI'l fUi'f11SEll'S �]�`i'S3]i}5 1{1 �1CC�V�L�C S�f1Ti��5 411 i�h� �Tii1�CC.I,
.,��.r��ices" i��c€ude �'ati�oul 1im31t71io�, p�c�vidin�;, ]ir�uhng, {�r de3�vc�in� e�luipr��e�fi nr ri�at�rii�ls, t�r
l�roviding la��or, tras���5oa'��l��r�, or o�1��.-r �cr�+i�c r�lat�d �a a�rojc�:�, "`5�rvicas" does ru�t ��3c�udc:
acEi���li�;s unr�3;�itd �tx �hc prn,�cc.t, su�h �s i'cxc�ci±�seve����. v�i7rlt�rs, off'iic s�pply deliv�;ri�;s, t���d
dclivery rrf pnr'�akrle t:��l�«,
+[`I�e �.ontra�tt�� si�a�] pra�•�d� coverag�. bss�d o�� proper rcpoi�ti�i� n�{CIFI-551�11:Ul1Uii CU{�GS �i]�
�)8}+�'C1�1 ifR14'}k!]lt5 :Sf!{� Ck�1336 O{ �Fi}� C�}V�]'B�,E 3�,SEEf3i�l34S, vY�hic�� i��ee�s 113e �k�st�Gic�ry ��c}�itei��e��ls cr�
�['e�:as T,al�c��'C�scic, 5��:lion ��1,�}i l{44j �or al1 �:mploy��s o�'[he co�tirai:�crr �r+��•i�.'lili�seevicc.s otti
�he �raje�l, Fc�r tlxr �lurz�t�nrs uf`the peo�ec�.
3. 'I�I�� C,or�iract�r mu�1 �rra�����e ��t1'Cifi�:xt� of��ov�r2��e !o Lhe C�iiy pr�or in ixcin�, �wardcd [he
C�}riCF�ct.
f'a�t U.rluc D-� Q�l13JU�.
C:ly o�Pun Wonh
E#a1GM�g]Zi31„ W'T1'
�rixCk54a51s S5L�7��� y $}�IIICMI
4, Ii' th� c�v�ra�e }��:riad r�l�owi� t�n ll��: c:b�lr��4�r'� curre�� ce�iilicsi� of` covera�� e��s �urGGti� tY�e
d�ratiors aflhe proje�:t, Ehe c�s�i��a�tar mi�sk, }��'ior tn �f�� e�3d nf �h� cn�erage �erind, lile s� �tiew
certi�icat� c�f` co�e�agc witl� t�c �.�t� slaowing the co�e�age Y�as bee�7 exien��d_
Tl�a cautiac[or slial� r�btain £rom c�ci� p�ts�s�ti providing servit��s o�� a�srnJect, at�d ��rovic�e l� tk�e
{�i#y:
(a} a certi�icat� oi�covei'ag�, p�ior to I�f�t p�:�'�re�7 ��ginnin� work nn t�c px��jc;cE, sr� �lt�: Co[y wial
have o� ��ia ccrtifica4cs �f co+�ur��c �l��e�uia7� c{xverage f�or all �e�sor�s �x�ovidi���; ��;rtiric� crn
[�ie �stnjeci; ���rl
(b) no �at�:�' �lian sc�e3� rJ�y� �� Ct�;� t�cv�ipt 1��� th� �:c�rr��actnr, a iyew cert�fica[e of ci�ver:�g�. sho�vi��g
ax��nsi��rt ok�cover:,�u, i�'Shc c:ov�rdge ��r�od shau� csn Eh� ti�arre��i cer�ificale �sFc�vera�e
cnds durin� l�ic ci�ir�lic,n ��f �he ��r�jec#.
�. 'C'k3e con�r��tor 4���k1 rei�in �l l��qui�'t��� �erii! Ecate� nf coverage For tyye dura�i�x�a of lh�: ��res�ecl aatid
i�ar nne ye��� ihtreat�er.
The C:an[ractr�r snall noli�y ihe C:ii� in writi n� b�r ce3��i�ed syiai] nr �crsn�t�1 d�:l�v�.fy, wiE€�in ten
(1{l) days al�ar i1�c ca�Lra�;loe k.�tc�v ��r �h���lt� 1a��re lc�lcrw, nf �oay chan�e tha� n�s��cr�all}�affuc�s thc
provision nCcove�a�e ai':�ny pGrsc,�z #r��viciin� ;�erv:ces s�i� �I�� ��rt�ject.
�. -lt�� c.c�ntr��l�sr s��Cl pus! on c�ci� pr�?jcck sF�� � r���Ec�, in fh� �ext, forn� ar�� »�aEtrter p��e�crihe�! l�y
+f'��c:G� V47o�kc�'S �:uGz1��:r1��li[}i1 {'csl�Ylni��ki,17, ie�lonni�i�! all persoi�s pr�vi�3ng 5��'v'tcea or� l�te
pra�}��I� th�l lhcy 3r� rtyk«rc:ci ld I�c; ���ve�'ed an� 3�e�,orl� I�c�: u€�coveeage.
�. `1�11e +;�nlrat�or sh�ll �ot�tr��lta�lly rci{uire cac�ti �sexsor� wiiii whu�n i� cun�ract� to p�'r���idc: �ervicr,s
o� a prtvju�k, R�:
{i�� �rovi�t� c�sverrz.ge, l�as�c�l c�n �rc���er re��ar�kr�g on �l�e c�assitica�io3� cr�d�s artic� �rayr{�I € am�un�s
81i(� �lllfl�ry OTBCj]I i;i�V£�'3�'� 8�+,1'��C13��]CS} wliich mce[s Eh� stalt�iory rcq�iire�n��G� nf Texas
f.a��cfr C,'od�, S�ctic��� �€}�.�1 I{�4� For a11 �f �ts crn�,,lcayccs ���ovi�iiu� s�rvsce; �i'ilie pro,jeci,
for tE3c d�rstio�r of tlle �ix�jecl;
��} pr�vi�e to tlta cc����ract�r ��ior to �hat pc�sor� bt�inrtr�g �+��rk o� ihe pr��,jtci, a c:crt3 Ci�att oi
C{}V�3'3�� 5�3{}W111� l�tfl� GtlVerag� is b�:i�g p3�uvidcd For all cmploy�:cs afil�c p�r�o� �rov��Ei��
serv�ce�s o�� �11e pro,Fe�!, �ar �lte �ue��ion o�'th�. �ec�j�:c�;
(c) �rov�dc tk�� c�r�trac�o�� �Fior ta [h� cr�d oi' i.he cr���r;��,e perio�l ���4w cc�Eificate ot covaragc
sl�owin� thc er��c�sa�� of c:c�vc;ra�*c, if �hc crrvcr��;c }s�:k�i�3rl �hr��+�lt c�r� thc �urr�:r�t ccrt���c�to af
�o�+�rta�,c an41� d�irir�g t�ic �iuratiun of th� prcx,j�.ct;
(d} o�itat� fr��an ea�k� s�th�r �ersa�� with it �ott#ract, and pr�v�de tn tY�� c�r,�rac��r:
(1}a carfifica�� a#'cnvera�e, ��i•ior �� the c�ilier p�rsan beg�nning [ha }a3�nj�cl, �i�d
Psr� n,du�: D-�4 �3r�3JUz
c'uy ur rur� wu�rt�
FCuliiug I�ills W'EE"
liuckwash Sunply lyslem
(2}a nekvi ce��i�cate {�f �ovc:ra�+�: s��«�4�i���; c�ctci�sir�n c�f cuvc�a�c, ���i�xr tn lhe �;r�c� oF I�x�.
cnv�:ra��. T�eriod. i�'thc wt���crt.�gc: peritr�i �l�sswn �i� th�: curre�t cek'�i�'��::��c of �ov���ge
e���s e�urErt�; Ihc c1���~at�on txf Ihe p�x,jecl.
(�;j retai» al] r�c��i�rei3 cr�lil�c�les o�' ��avcra�c on fi�� fur tlura�ic>rti nf ��a'asj�;r:l �me� 1'0� onc ye�
th���a#t�r,
{�j �t�ti k�y the C']ly kt1 W�ltin� by ccrtiricd m�i� or }��i�o�3at de3 i�+ury, ��'Itl��in l{� days �f#�r i��e
p�r,�n�ti kitic:�+r 47l` SL]Ulll� �1a�YC �Ql{}►V�I, o'� �-n� c�lar�ge lY�a� n��k�,rtul iy ;��fcats liic pr�sv���on o�'
�13���i$�� �?f i311� ]}CCSC1f1 ].}fOYl�iil� !'i�F+f1C�5 €i�l �jl� �71'iI�BCR; �t�ci
�g) cnr���`ac�ts;�El� r��Eui3�c e�ch persa�n wii.l� whor�i �l �oi�tracls. �c, perfurm �s r�q�ired i�y�
pa��a�ra��l7� �a) -(};j, xvilh Ef�� c�rtificat�s ul� ca��erage ta lxe 1�a�{,��iei�cC �o t��e �laers�r� fos• ►�i��m
�ltie�+ are ]xr�}+ridin� sc;rvices,
l0_ B}� si��ing ihis c�i�lra�l c}r �rovidin� or �ausin�, tn l�e ktr�vi�ed,�3 C.ea'1��Cz11� ciFc[�vef���.. titc
�nr�1raat;�r �s r�j�E���:r�si��g tc� rhe C;�i� tlt�t s�� e�n��lny�.e� n�'11t� wor3tr���tke ��?�o will prs����s�e sr.rvi�es
c}ri tE�� �rc���+�i wilE b� coverec� �,y w{�rk��'; c01T1��tlSatlnl� �:4�YCz;�k� �or fhe d�rat�Ori 0�' 11iC prUjc�l,
th�� ilic �ovcragc w�1� �ie ba��d �n t�� ��rs�p�r r�4�ortin�, of c�a��tfication code� a��r� }����7a] l�r�lr�unls,
€�nc� tF��l ��11 co��rage a�r���ner�l� will 1��: l��c�i with 11ic:����xfo�iu�e ���u��anc�: ��rri�r {�r, in ��ie case
�}f s� sc:l f-ins�ee�, wi��� 1he `fexns �'�'�,rkcr'� f`��rr����:n��sic�n c�,rnmiss�n�t's i?iv{tii4�r� ��f Se1�'-Ensursnc�
l�c��latio�. Prov��ix�g fslsu or rni��eatiing ini'orr�:�lion may s�tl��ect ��e cor�iru�� in �td�it€�is�rgt���e
penal�i�s, cri��tiiiai ��c�5a�l���. civil pr:n�l[ics c�r civil ��iEons_
31, `�'1i�. �;can�iacEnr's f3i I urc lc, cs}Tn�Ey wi[� �r,y c�f il�csc prtrv�sion is a bre;�ch 4rF c�,ntrac� t�y tC�e
ct�iit�~ac�ar vw��c� et�tilles t�h� C'iiv t� d�cla�e I�� c3}ntrKyct v��d if#�e coMtitra�lcr� doe-s no� rcincdv �he
�r�ac3� �vi�h�n ten t��y� ;�{�er rccc:i}�i c�f nu[i�c of �ise;�c1� fron� Ei�e City.
�l. 1'oint at-�ct��l1`�d V4+c�CEccr's C'om��ens�tioo ['o��cra�e. �11ie �on[r��;tor S�kall ��c�st � nof3c� qri ��C�1
proj�i sitc is7fnrt�.in� �lE perso�s prnv�d�e�� sa�vices n�2 #1ie ��rn�ect tE3at t}rey �rc rcc�u«ct� xo 13e cnve�r;�t, ;3nd
s�aiin� 1�ov�� a�xer�croti tnny vcri fy cu��rrl co��ra�e an� re�ort f'ai�ure ia �yrc�r�i�ic �u�urti��. `fhi� ���rlice �i�s�:s
�Zot s{�iisfy o�]rer �anata;��; r����aia'cmcnis 3r�po�cd iay ilie `I'e�:� 1�4'nrker's C�arCai�7�.�tiS{�Sickn Act t�r� n11tCl' �'cx�:�
4V�srkers' �.or�ti�xeiys�tann C'3smnussior� rules, i-liis natic� rrtusi k3e printed urilh ;� t�tle 3n at 1e��4 3{} �7uinl
1}olcl �}�e and Eext E�� afi I��SZ E�} ��3nE �oFnia! typc, an� s��af� b� in bnt]� Lzf�'kC3k� i1�!{� S�73II1�s�7 517� �!7'� C1Lt1Cf
lan�uti�c coiit�noi� t4� th�: +��i�r1[�:1` popxalatio�i. T�u �e�i far ��re notice sl�all ta� R�ie !'cxllu�vin� l�xt, wk[hout
�tc��i��ion�s] words �r c}�aiti�e�:
�{�[1U1..[t.EI? WORf�,�R�' C�t�i�fP�N���'1'IO�r C:{�1f�,I�i��:
'.i'C�c lau+ ���4uires ti��t eac1Y �cr�on worlcin� on �1�3s soLc ur pro��idi€�g service� rcl�icd lo ���is
l%(?fIS�Tki�tll}17 �31'O]�C'L IiillSi �?C C4f4'C:1'CL� L�� 1'.r0]'�c�rs' {:i3€fiF}Cf15i��11}f] lC75lltl�5E��;C, C�ll� 1[i�I4ls�ES Q�I'Srt7k3S
E}�w�vi4iin�, �a�3in�„ c�r cl�;�i w�:r�n� ec�4��pm�nt or rn��cr�als, or pr����di�tg la€�c��' s�r lr:�ns}�or�a�i�r�� ��`
{�lh�r scrvice ��1a�ed t� fi�s� pro�cc;1, r��ardle� o� l�e ic€�nti�y of tF��rr em�rio}��r. �i� s�a[�s as aro
e�n�r�o�y�c_
�'n� u.�+o� D- I 1 Gul31u�
(��yai'f�un Wai�h
l�uklin�, N�IIs 4+�'J'I'
j3acl.�rzyh Sup�}ly �yyiea5
�al! !h� `l'cxa� Wortcer�' Csomp�nsaiion �omrntsti�an �kt �] 2�40Y37S9 �o r�c�ive ir�ft3��xtialicxrt c}� lYe le��I
rcc����i�er�c�Y� f�r cc�vcra�c, lt� vcrif�� ��rh�Ei�cr yu�if �rnplovcF has �rovic��d 111e requio�eri �cxvc;�a��., or Ro �'�€>urt
�u1 c�7��oyc�'� f�ilkt�� iu provick� cr�vera�;e.
D4?.7 �E�5��1�11�1C'�: �'ropc�{}r ir�s�eanc� u�on lhc �.�iirc wcaek, ir�cl�c�ing matirial� i�t�t �n }�l�ce at the site lo
11�c fu�l ins�srabfc ����iu� lh�rec�t, is re4uired. Ai] Risk ]3�i]d��`s Rislc �i�s�rancc �17��1 ir��l��ilc si�� inlcrusis a�`
�hc L��ua7c�, kh� C:onkr��:t�,t. Su�4��+nir{�ctae ��nc! Su�-s��bct;n�����ctc>rs in �he ��ark �nd sl�is�l l iT�cl��{�e, but no! �e
iimi[w{I ts,, tl�e �acrt3s c,i' fire, CS�11�nin�, flood, col�apsa. winc�s���rm, l�atl, ex�losit��7, r�4�t, civil coirmt�lio�,
�rr�olc�. air.�.e�f�, 1:3n+� vc:�fici+�s, vaa��laiism a�d n�aii�:�a4Gs ��»s��E4�, '1'he 13uilder's itis�C insr�xan�:c st�all iae
cnrR�rscd ic� �ern�ii o�c:up�l3�Gy �rior su cor�plclion of c�rnsl�a�lior� an� pn�r to acc���taRycc 6}� C�c Owr�cr. A
copy c�f'titic Buil�Ec�''� ���lc i�olicy �hall �,� fz�ed witk� �hc (.l+xrser an�l sF�all inc�ude a tlii�'iy {30} t�ay no�ice vf
can�cii��ion o�paE�fiy provisi�r�3.
L�4a23'I'ItE;�10E3 SAI��['Y_�Y�'TLsl,+f: L��Foizt�a�i��i, dat�, �}'�1C8I �CS1��'ll SCEY�I]Z�S «'IS=�UCI#:C� L111 lF]C �i'i1WSTY�S
��d SpGcific.`��ic��i�, ��cr�c�n Ol{ib�, �ar��ct�d wiili tF�� �rce��h safc�y sy�t�t3� is ForgeM3�:rsl gari�lanccto the
�rr�s]�c��ive hiddcrs �;�nci �.onEr��tar} �r�d sC�all r�al b� cons�rned t� insRr��t Eh� C'ontracto� r�o� spccify to tlie
�ixi]tl'�cEO�' Ch� di:�s};r1 s�l` I'nclhod oii�nplen��€:t�r�g a Et�n�3� s;t�ciy s}�slcnt. T�3e Ct�iy[o�acCU1� �#�.�CI b�:
�a]e3� res�xa��sil�l�. f'rsr ulG ]�i� acli�rilies as se4 F�rt� i� E°.�ra��'aph �G-� uf IF�e CFe�ieral Ct����lisicsrG�, 'Tl�c
C:�,���racic�r s�t�l� irtirlri7���i�'y Gl�c ��wr�c� a�ci �i�e En�?I]1Ci;t �]'{.1911 �TC�/ C�B�ill FCIc��E� !O iC�pCFI �iiF�: i}', � IISlETa3fICC
cover�ge shall �onx�rly wilh �I�i� r�quir�r�er�ts.
Tl�c }�ros}�cciivc lyi�lc�ca'c (a1�� ��r�1�ra�.�c�r) sF��ll ���31ce st��h cxpl�r��ions, anal}�s�s and c�ther invcslE�,�tions
as �lte�+ dcem �7c�css�rp lo i�i�ar�� �1ic:�3selvcs cwf f.i�e act�ial c�andilion� to tie encnuir�ers:c� in E3c�'foi�ing 11ic
wns�lc reqr�i��d 1}� l�c C:t�nlrs�ci. L���umee�ts, includ�ng, b�al r�ot iim3tcd ia, inf'orn�atio�� necesr��Fy tr� ci��v4irr��
a iG'e��c�t saf'�ty� pro�n'am !�� corn�il�r kviih ��] �t�iEuircmen�s oi�{�SE�II, led�ral, sxa�e, and I�sc�fl ]�ws, rM�l�s aud
rr;gulaiio�7s_ Cono}xliar��c wal�a ki�tse I�w�, ��tl�s �a3arl rc�ul�iio�is, �r�c:l«d����, but noi ]imitecj Eo. F-l��3 Esb� aGYc�
FfB CabS ss �da�tl�d k�y� th�: 72�d S���ion ul'�hc i`cx��w I.,c�i�lal�xrc. slz��ll t�sE w��e�y wftf� ll�e �cmir��4tor.
€)-Z� PUE1APIi�Ci A1�]F) C3F:VIfA'I'F:��N� C�E.'.�;E�11'C'fC�1�'S: V�1�rk io b� Qcriornlcil will r�quo�'� dt's�inir�g,
��;��pii�g a�� de�wate�E��t�, aksil cer��in cl�;a�Yi��g c�pc:rali�rns ne�essar�+ la cc�mpl�l�: �he work �� �pcc�li�;cl anc!
a5 3i3i�tcalr.d oiry tlte T�r��VtCk�, Il is 13�� knl�:nt of 1.he�c spcul�icl��ir�a15 C��i suc�t drair�ii3�, Pttrr�poz��; an�
dewatering, at�� [:le�ni��� r�p�r�a�or�s sl�al� be i1�c ��li�atzt�n cs� l�C�t� �crntracto�.
TJti� ex�s�€ng s�z�u�.tr�re�, ��i��in�, anrl v;�ivcs r�ay leaf� �fld �he Ow�cr does no� guas�a�nec a c�ry �itc. '1`F�c
{:or��r��tor sh�l3 �r�xvrd� �il �tc�c:�s�ry p�Grrrpi��, �s rcc��i�re�i I>y Ili� �x��vatio� work s�cc't#'�e��ic,r�, In
rernn�e alt sur�ace wa�er, f�TC11117C�VJi�EG'S', Ii:#liC,#�G, i]]7(� 1'�H�4'T fT[3Cf1 ()�FICT S011l"C�5 f�"OT"[1 �XC�VB�ICIfCS,
D-3U CC�AIS-1-f�UC'-F1C�N..1v��?VAGi:R; TlteC;enera] Candiii�s��s, S�clit�tt �-],l� L:��iI?tir�� def�nc�
vari�x�s p�r��}R�s wlic+ maay aae de�i�r�al�d ss �17e �r,gEneer. Fnr lh�. a�r�we�:uti�an raf 1 his �.o»E��act, tl�e te�'��7
�rr�ineer slta3l tn��n ihe C.'nr��sr4�c�ioi3 [�a�ia�wr as �esi�*�ialed �?y Ch� Direcl�rt� o�' 111c �c��! 1�lortit 1�Valer
Departs�i�«t, tog�thcr }�3��a r�zc�nb��s o�`t3�o st�fii'of �hc Constr�ct��3r� ?1+Sa��a�er wha:� arc a�s�gnc� t� �l�e
Feoject. Any c��tEtac�s �17�: �r�nlf�c�ar rr3a� wisl� �a n�a�Ce wiih sn� �.i�y ��ersnaatticl ��r �:ons�it�€�g engineer�,
slaall be arTa��ed ti,r��u�h la�c G���slr4tcli4n 11�an�gcr, T�e {1ot�ifac�or s}�alE rt�l act �p�;n r��y reques�s �f
instruc�io�i� he �77�y r�ceivc fforr� any C,t�y pc�soane] or cohsul�it�� engin�eta r��}r ��,a3] hc give ir�strucEi�ar�s
ar �iir�ciior�s to suc�i �erss�r�s xviti�t3�k I�i� �pp3�aval or cons�r�t oi' tf�c C;anst��cti[�rt lv�.ana�ce.
J'�ut l?.aio� �-] � U3?13J42
c�ty �,er�� wqnn
E{U1IP�4�' j I I I I!i i�'i ���
[#ack+�exh S,spply 5yzicm
!]-31 PRC}J��:'1' ��1PE�]-N'�'�,T�]L�I�'['S; -1`h� C'.antr�c�or �}ta]] l�cep a�om�e#��it re,siilcnt s�}��:rknic��c�cof sl
ti�� prcxjec[ stt�; �t� a11 �irtts�� clkrr�ng �17e �}rc,�r�:�s �rf ��re w�1'k. +1 r+�sume lis� �n�; ti�� yuali�ca�Got3� �r��
ex}�er�er�c� eccor�k of t�e �ra�}osed r�:�ider�i su}�ari�ic�rl�nf, ��� wel3 �c C�1ir���c{s �rcrrri �i11111&r pro�e(;�s ���I�
b�� su��t��t�l�:�i tu the C�►��ncs`, pr�,c�r to ll�c tiwa��� txf Gkt�tl'ri�l. �]-f�i� rCS]c�Gl�t su��tkntcnd���t, if' ['ound to i��
acce�t�l�tc, shal� i�ot �b�: r��nn��ii cx���r� r�r74��r �:x���,�rdina�y c�r��rflstanc��_ Qk�alii i�a�io�� uf a��r{x��o�cd
re��I�c:cr�iciiE sl�all ��e s�bn��tt��i �v�a�n a rcqr�est rs m�de fo�� il�e rcp��ccmeni c}1'tF�� su���:rintcnden� �nc� sC�a�!
h� approv�d by t�e (]wner ��rit�T io w3li�ara�vin� �hc Ssjperiii[ettci�:ni,
Durti�� �hc cc�itwtruc"it�n �i` Ilte �}ru,jccl il�� resid4�tt su��er�r�tcndent s�;aii �errtnr�s�ra�e an �bEl�ly io ����}}�er�y
�xccul� thc wisrk o�Mtl3�ed is� tl�e coailr�ict dn�u�t�er�ls i� a�iinciv ��i�u3�cr and wl��ll �:c��7��s�cEytiy ��rc�duc�
�vorl� �t'an accept���lc y�altt�+al7d ir� �c��r�ar�cc wt�h sF�c can��'ac;t i�c,rumei�ts. !I`a��e C���rrts�r��all ftavc a
r�aso[��b?c +�b�ecLion I�+ lk�� �erfcrrrr�ar�cc oi� i1�� rcS�Cl��i ��p�rllil�I�rRent. CEl� C'i]]7iF�Gt{Ft Sik1k�I i��]�BC�, 1�1t
Cc'�I�tC�k s��pee��iEk:i7C�cri� �po:� �v1`[llcn nniic� ��Om thc (�v��er. �F�hC res�deFlt Sllpenr�ten(i�;nt s��sll l�e �cQl�sced
wft� :t s��p�firi[��[lcnt acc��xE�bEC to Ei�� QwI��T, �lt� cxt��2s�sail c71' tiin� �+�111 ��c allowcci fnr d�Ea�s �.���c:d by
thc r�p�a�e���r�1 0!'� r�sii�eut i��rese�i�a4�v�:,
'1`l���C:o������:1t,r sE��l� s�k��xtii t�s��rt�es for ti�e �lcctri�ai and lnslrurr�e�rt�E�o�� su}�ei•i�slcnden�,� ]is�ing
4j�aa�ific�4i��r�s �nd ex�,�ri�n�;c: rccarcis priur E� �hc akva�tE ��f cc,r�iracl �'nr ��pro�a] i�y tlzt� C�x�Mrer, Akl
ix:q�iren�carls ��r assignri3���1 a��d re��lac�:me�}� oC rc,�idc17� s��pr�i��tet�,Ic�wt� shal� a�x��ly eqt�alay� Is� Llcctri�.a3
�3�i� 1i15�3'L1i77�17�31�1U1� .£iLL�}CTITk�L37€�E]Z�S,
L1432 f�uL�T ZJ���L)
1}_33 C.C�1��T�R11�:-1'{�3R'; �]}�� f�j('.�; ��c �'crn�ra�;inr s1��1� Furnfsl� nece�s�ry corr�te���,lhon f��ld officc frai��.ts
fof tC�� C'��oti�r.'�ci�r's an� �ul}con��a�:tor's usc_ '3'ftiese f�cilili�s s��all !}e tucK�tc:� a�� il��c ���is�ing Cur�s�ru�:�is�R�
�l�i�aiEer ar�;� �eir�g used by ihc i'13�5C � C:o��tr�ct(sr aiiCi C=u�slr�c#isr�� l�ar�a�ef- {-;oa1���tcior to prc�k�id�
teinpora�'� w�tcr, s�tuc;r. ���+we�, �t�cl aE�oiti� u�i�itie� ?c} llic ��rn��r�i�:i��' �;i]]15�1"LICIIC�Il OI�1C�5 U�; 5�OV,'17 C1i1 �S�]ECt
C-�_ Thc �:�1V€:f �IIiG ;'r'1�� iC� 11i�t} tii: }}�3�t ��L4t'f SUl�i� �fi ���e traii ��r aeca :�r�d t€�c c�sflc�t�xr main will ]��ve
a cl�art��+�s �l lh� �tit�rll� cnd �rf-ti��: trat��r ��arlc_ ��0 1� � 1'h �3n�ver �vifC be s�E��?i�d fer�t�k �I�e existi«�; cCc;cE�ic
buitt�in� �I=C1-A, !1 k�;ti��or�ry a}rcalcer �s to i�c 1tr.�kF�Eled_ A teix�n4,�'�ry �sowe� �lc��er ic lca bc ir:stall�l.
i'n�v�rCosl�s wil] b� ��Ck��arg�.d la lf�e �or���raklc}�;i! lh� e�Rd r�f Ih�,jc�b by Ir«�r�s otde[iuc�iv� C']�ar7�c
l]r�er_ !1 kcrn�c�rary duci I�dn�c �s I.c� be. irrssa�lcd fra,m Ihe electri�: l,u�ldin� tt� � l�mpnra1y dis�nb��tc�o� pa�i�l
locsl�:�k i�'� lh�: trai�er p;�rk �rea, L��t1�v�d�aC iraw��:r s�:r��ic�s w�l� lxe ir�stilf�l:� Il'Ctill �t1C ���33�FC]Ci.!]�+ €�ititCI��LLGk{7]]
�at�ek tn si�e irai����. �t��Era�#cFr [� Fcnto��e �il ��m�orar}� f�cili�i�.±� �R Ihe ��id ��{' �trns�r�c1 ic�n.
L1�34 {N�7` L€��
�m3� :�A�#!'�A��Y 1�A{:'II.iTi]�� i=[7R �N��J�1CI��1i:I�: As sct �'�}��i�x i�� th� �c��aral C`�r,ditic�ns, Secti<sri �:C�-
6.+�, t�� Gontraetaxr �h�11 }�rovidc �ll nc�����'}� �i�r����ry cc��t����ii���'cs �03' the �Ms� �j' �varricmc�� at tl�e �,rojcct
sit�_ Tlze C't�ntr�c[4�r �h�IJ aEso �r�,��i43r �deqt�ate drrnicin� �vater f`aci lilics. 'f�e C=antract��� And his
�t�bco�fra[:iors �nd wor]cmon s��a31 >>n1 usc the exi��ing��l�ni sar�itary� f�ciHt�cs.
P4n I7,drx �7-� 3 03f I 3�42
Cl�yuff•on wtsr�n
kullia�gllill� W'i�P
Elaekwtish 5upply 4yslen�
T�m3fi PAYI�fiNT �'OR EVfOBiL17�iTTOI� (�1� L���M()BIL�3�+��'iC}1*!; ���r�x��n�� fca� «c�hil��ii��� an�lo�'
d�tttnYs�iizaii�n i��ay I.r� a���+roved �3r �e�iodicai es�ir�ale� fc�r illc �3circ:er�l��e �:c>m}�Ectud. 'r'he p�tyin�nl fbr
I�S�Ui�i��l3�n sl�all i�ot excee� #liree an� on� tliird (�'!}°��} per�ent ��F �he tot�l c�ontr�vl amu�mt.
Dei�i�bi�ix�aEiaii sliall v��a� °�2 4C'IIZ{3�}l�f1c"ttEOfl l:i}5�, fI'ota! pr�yr��e�[ �vi11 3�t made 1�s Ihe Contr�ctu� wh��
�ztohiiiaation or dornobli�•r.a��an �� c4mpi�to,
D-37 5�1�,U�i�lC'�. (]f� �'UNS't"Et.f1�:'!'EQIV: �'raor to 4he st;�rt �rf �t�}r work or� ��t� pro,juct, C'untr��:lar si��ll
i3�ee: �vith the I:ng�n�e� and de��e1�� a canslru�Eio� sc��c�ule attd scc}ucrtc� oI'opc��lic�n, '1'1ic cons�na�lit�n
��tted�i� sl��l€ i�� �r��a��d �n acc�rd�nc�: w�tk� ��cti4tris 0 I[�4{� :�a�d {11:, l�.
�-3.� [:C�1�1�'L:i��.JC:7-!O�! LrIY{]LC�: "1'hc Owr�er �vill pro�icie at t�� sit� r�f ihe }�rart� h��naontal �ontrot Tn
t�e !'orrn o� grid referen�e poi.�i4s a�id v�:riic�3 �ur�tres] �a, L�k�. �Oril� nF t�c:�rc17 i7l�C�(S, F�TOp17 1h�: �b��t��SS
cs��l�lis�r�d �y tE�e �w��:r, �l�e Con�ractorsl�a�l k�c rc�por��€L��� f�r �he cc�G�r}�1ete ]��au� �f tk�c w�rk;�3��1 fo�
esla�i1icliin� lines and cle��<<ixu»s �� n�ed�c3 clui�ttg �onstrk��ii�n. Tl�e C'an[ra�tcrr wh�la ilirr7ish ��t his t�witi
txpci�sc ttibt�e, IFY�IllL�IFl� I�]L' tiCfl'1[:CS C}� L:41R1�)#:ti:ll� ]?CCSOi7f1�E, ��lkk�]tTt�ttt, kTkC�llCj111�, ;3L`l'.Ur'�XC SSifV�V1f1�,
iusE��im��is, sl<<k�s, le€�pE:�ics, pl�l farms, tuots. �+€�{� ntat���als �s �7�ay l3e ���u�red fr�� 1ay13Yg �uE :��iy ;�17ci �1l
�arts of ll�e �v�e�C. '�'hc �ngir�car w�ll b� a��ai�ablc to� as�i��an�:e i�x ar� �d�xiscxry ca�3a�ity.
D-3;} 1Nrlf�Rr��lTY ��Si{'rI��]C'�i`fES: `I'��� Man�afact�G�:c� shali �vzx�7t�nt t3ti�t �II cquipm�t h��nish�d by it
ltee�undef coit�plies kr� �li re�spec[s 3�+�t�3 ti�e design und s�e�:k���ti�si7 ��f C�is �cxnt�act at�d canta�ris i�o dc�ecl
of` niai�;n�al ❑F v.'C}f�Fff�5lll]3_ 11l ELl2 �5���� �f t�iC��rt: af .i�� paa�t cr� p.`�rls c� f' tl�� �c�u'spmer�t d��ir�g 4i�e �'irs!
ye�� al'sefvicc, due �n del'ec�s o��design. ma�c��i�ils, «r �v�,�krna��slri�, Il�c �Ff��.E�c� }x�rl or paris s��l! t�e
r�;p�aced prom��ly upc�n naEicc by �h� Can����cl4rt, J11I re�l;��e�'n�nT a�z��ts sl�al i b� Cktrnisii�d, dcEEv�r�d :�nd
i»stal]�ri �sl R�� �xpens� atlt�� ?�3a�4Gf�tictuecr.
AEE v��rr:�n��r c:crlifEc:�lc� o� niur�t�l'�clurcr`s g�a�r�nl�:es, For �c}t�ipnre1t� ��or�:��a�s:tl a�y [��c [�..c�nl�ac�crr shall b�
issu�:[� Tn �hc �is�mu of �he �ii}r of �€rrt U�'orlh.
��-��} L�IIVF�T,� C3F�' E}CTR.r� ��M��}�;1�5l�`t'{��! I�QR f]F,I„A�'S; T17e C'4��Y�rac{c�� ;��z�x] l raGciv� �Zo
campert�aRitu� Fdr el�I:iys crr �Tnci�;�i�cr�s lo �he v.�csrk, vxc:cpl when t��rec� a��cE �a7avc,i�l�bj� c�clr�i cost tv li��
C�anTractor is ca�wscci ti� 1hc f��iE�n� af �hc: {;iaj� t0 pr�lVade 11�{�nCmnttorl nr rl�a[eC1a1, af.;irt�+, which �s tc� be
I�UC�k�511ed [��+ il��� C�Cv. Vk�11Cn 5rjC1� �;7Cti'� �[sri't�)c���aLani� is cla�ni�d, a u+ri��e« stat�.irteGl� �lY�:r�:uf s�tt�ll �e
�yr4�e3�ied k�y R]�c ���tisr��t��r l4� �hc �a��;iGtc:e� �nd i f l�� 11iit� l�ou»d c�rrect sha�l l?e a�a�]r�rv�.�i �ttc1 rt�:E'cfrcd b�.
��iir7 �o tlte C��y Gnurx�i� fcxr fi��ak ����ruvxl c�r dis�����rf}��al; ���d l}-ke a�i sai7 ���ere�n l}y lltic C'i�)r (:���ncil Kh�l l
�e #iiraE and i�in�i�7�, If dei�J+ t� caused hy speci�ic nr�ers given by �he �r�gkneer ir� s#[��] work, or l�y lh�
p�ri'ortz3aiice o�' ex�e� wnx�Cr C�1' �}�+ C�7C �31j11Yk': i]� U7� {'.11� �O �]fOYI�� T7S�EC1"i$� L31' 11�4:�55�1�' Ik1511 LlL'Ej�Jik$ F{71'
��C7�+11�� Oli i�l� kV{]i'�C, 1�3e�i �uch d�lay will �ntitle ��� ['ontracior !o an equi�aleo�i exte��in�� �f lia7x�, Iti��
a�xN��icatic��� f'or �uliic6� s�7a11, ��{�wc�+�r, l�e s�����ect 1 n �l�e a��prova� o�` �he {�il� C'au�7ci1; �nd rtc� s�ch �xtert;�i�n
oF �n�e shalt relea�e �F�� C��tr��tc�r �u fi}Xe su�et}� 0�1 �7is Per�`o�n�a��c� Roix� #'rni� a]] hts abGg�fit+ms
?n���eunder ��liic� s12a�1 re��yaiit in �'uli !'orcr; ur�til �i�c disc�arge i�!' �1�� Ca3i��-.�cE.
T�� ��'I�I�CiI�ES� �'1�IC?7'{)C#�tAP�-IS: `€��e C'on�a�:iof s€�a�l t�ke pllo�ographs �� Eli� pr���cl �ate p�'ior tt�
�onr�kruC�ivn, manLhiy �unn� the c�nstructior. ot� �17� gro,�e�t, ar�rE sfilct ct�m�letia�i ��iC�� ��roject,
.f.'ht:F���+,r'�}�l�s �i��ll b� ts�Ct�n wiih a quality d���kal c�mcra v�ilh daiie �2�c�t capa��lity, wf�t� 1e��ses rar��in�
fe}rr�� xvi+3e aa��;le i{, 135mrn, f'ho�o�r;�p3is sl�a]] be tukc:n at 3nc:��icxn� de::i�,�atcd by the E����neer.
p� fa_�i�� �-14 o��t3ro�
f�"ily �sf f�nri V.47rtli
l�nitin� Hills W�T'f'
fi:�ckw.4ch �u�q�iy sysG��o
�'wo �lc����� cax��r 3" x�'r pr��ts s�ss�� �� p��vided roi� each pi�ntc}�;F�E�Ii taken. �:��l7 }�rinl sk�all bc niaflce�
ott I�ie ]`�V�r��. S�4�c S�7 incjic�ic p�nte�t �1�IX:e, �ate an�i time, loc�tic��, da�cctinn of exp+>st�rc, ancE �i
d�;cr�a>�i�Fn nf ti�r�at os 13cin�; �hologra}��e,d_ Priiyt,� 53].�11 l}C Clc�r sln�C s��ar� ��+f�lt �)1'{��ac:]` �x}�c�sure, Il���riirl�
[}� B�i�U$fi`, L�ki�]]�}+ i!I'l: TJUi DCUljU4:Lij I'�(]1�� �74}�C15U1'CSr ��lcj�la�r��x� gholr��e�y�3as sk�:�ll ��� iai�en rntiilledi�tel�+,
E� ]n��j�y ��sk� �vi�h c�scl� ��` �l�e digi��l ���o�o�raf}hs st�r�d ��r�li ;ilso tte �favidc��.
Tl3c C'c�n#r�{ctaX sh�l� pr�vi��. tu�en�y four (2�4� �l�ato�!�'���l�s �+f lE�c sit� ��eocar li� cr�n�lruc�iot�. Sla,�liG�� {�n�
Gt����ttl� afle� thc da�c �f tl�c pr�c���strs�ctic��a ��1�{�ss,gra��ins. rt1T}4� 1:C111�111i1111� 3S iL71i�; tis li�� wnrlf. is i rr �ro�;rc:�s,
t��+�r��y ir,��r {�4} Rx�c�r�t� ly �ho#�gra�si�s s�7ai1 h� s��c�:r� ta� �s��u����ely recnrd 4�a�: w„tk �haE has }�ro�se-ssed
�i��a�inb tlxa� pe�is�ci, f'liotograp�� are 4rr he s4GLrr7�tt[e�� wilh �hc �ion�hly Pa����l P�,y .fteyu�st in �lasikc
�5ir�ders.
A�c.� si,c �r��ject Itas bee�� cnr�ti},1e���i ��cl ;�11 e�mst�e��liun 1r�i l�rs, materk:els etc. hav� beex� removed, ihc:
C'nntr�sc:4srr �h�� I cn�}�lay a ��r�r�essina��] pl7crEo�r�pi��r ap}�rc,��c�€1�y t�e� T�s��t�ccs ic� pl���o�3�ap37 �I�� �rcrj�}c�.
TweM�ty fc�ur (�4j phs�to�rapl�s are tc� bc �akc�t, `l'�ro {?} �EgF�� by ten (8" x� f1") �:lo�sy cnlcrr ���i �7lt; ��i��l
��s:�ativts ;�r� ic, bc pro��4ded lixr �;:��1� �l�c+��}�*raph. �1�gati�cs s�aEl be n�' a c��wa����y io }�errt�ii cni.ir�cmenis,
C'{��lr�t�tc�r �k�all a�sa prodx��e a ��ru;on�tructi�n �ida�tapc �f` tli4 s��e, tr���wd�r�� a�] at-�as �rt �l�c: vi�:rtiil�y of
cor�s�r�c���+n, `i7i�s ��ide�xape sh�ll bc pro�i�€cs� lis �:�c C]wr�e�.
I]-#2 SU.�3I�I1;I"i'AE..�; Tl�s: Cc����Fa�:to� shalE l?� r����unsil�le f�r ille ��cur�Rc� z�nd cc��r��letenes� cxf'the
infosmai���� coe�[aine�€ ia� s;���� submjtEa] and shaii �nsur�: th�t t��e v�l�at�s, n�tcr��l, ec��k�pni�nl, ur m�t��nd c�f
wor� s3�al3 b� as citsc�'il�ed i3� lE�c s���iz�i�tal. �111 sul�r�ri���i� r��u:�! ��c �tamped l�p"s�� �c�iylr�cEor, I!]�CCbE]ii�
thal �liey ha�e i�e��� c1���k��1 k�y t�te ('c�nt�'�cto�- fc7�' �c�t��1}li:3r�4c w��11 �c>n�r�c� �]n��Gmcr��s a�zd ap��r�,veri bJ�
�Fse C'oi��r�c�or, ol' Cr�nt�ln �:�:r3i ii�alro��s �s 1�e�tss��ed ���r thC C��?11rue.t E.}oci��iiet�t�_ Sl�l}n�itta�s ifta[ �q �e�t
k�ave t�sc s#sinp a��plicc� �rr in�E��dc tl�e �e�uired certific�iiof3s wkl] L�e rciur��ecl tt� tit�: C'ur�irac�or w3ihout
pr��ess3�g,
-1"he C'on���tcrr sl7��a c17su�� ihal �f�erU is oi� cnr�i�i�[ �vi �lt ntl�er �kMbrr�il#��s snd n�tilj� th� �n��n��e nf e��h
cK�s� wli��� t17e ��ropos�:d �hae��e ti3a�+ atf�ct tlxe wnrk� of �ttc�Ei3cr �;can�ractor o� Dw��er. -�i�e Co�tractt���
��yal l ee�sur� ca>�r�3���is�n �l's�bn�iit��s ��iy{���g i1�4 r�l;at�:ci ���{Ls �xnd S�L�cc�nTr�c�c�rs. �4�1�3�yttE��s ���ill 1ic�l b�:
accept�d fro��ti Suk�coniraclars or su����3ae��,
�"]�e [:os�ira�:rnr �k�s�ll �sst�*�3 a �3��x��ier t�a �z�ch �u1}�-,ission �rovide� to �li� ���inc�r tn al3ow e�ch skMb�i�ltal
t� t�e t��a��Ce� whilc �Foccssjng th�����}x �i�e rcv�e�v proccdures.
Su1�er���[�a�s sha] l i�c: �c�orr��nied hy t�ic �u]��,�wtt;�� ']'rr�n��t�i I I�GE �'crrni provr��d E]V CE�e �n�ineer. A*cp�T�i�
[`��rrn sk�al� be use� fc�r c��ch specific itern, CI�SR i}���k�;�l�T�ii�E, �r��n�m�nt, and �Ee3�7s s���ci�iud �n �epar��e
4H;scrcEe s�ctia���. et�„ f4sr w}�iriz a s�b�n�ual i� req�ored. St�l�i7r�ltais ti�� various �ten�� �Et�ll �� rrtade u+ittti �
s�n�l� furm w�cn �h�e �ten7s tukcn �o�e��ier cot�sii�ute a n�air�factu�'er's p�cka�e, or are �re f�Mnciiortally
ri:]�#cc� �ht�l thcv should l�e c;���:c:k�:� as t� unit_
A�st�,►r,mcni of n��i>e.r� s}�a�l be b}� 3nu�r�s of a leEEei• p�efix, a s�c{uc�tc:e r�urrt�a�r, a��� lcit�r s�fl'ix to
ii�dica�e rGs�brni�tals_
l�efef �� S��is�an U13Ui} !`oe de��il�c� st�9,Gr�its�! res�uire�ne��ls.
F��� �>-���� r�-1 � U3�13N1?
c;�,• ��rr�e w�,�h
ksFii�n� E����z w•i �
B�a�.kw�53o Supply 5yslem
�l�pli��lste Prefixes are:
�'C} • C'Jz�ngc c��der
�'.h�R - C'onlr�ie�or's Mcs�itica��,�n l��qu�t
CTI� - �erhfied 'fest Repcat�E
�;IR - �;��uiptr.����t lnstallalio�� i�epof't
I�(� • �icld C1�dcr
1.4�ti - [�isc�:llan�o�i� �tikbil�ittals
T�3C - ?���iifi�aiic�r�s �y C:oniraclar
Di�rS - (���c�lion �y�d NSaink�.r�ance �iant��l
P{'ivI - �r�>posed Cson[�act �fa�iftcaliot�s
�.� - I�GIi4L�IC�3I �.5[it338t� lOT I�dFLlB� J�7)+]1lEri�
P� - i'ro��rc:ss f'h�r�ogFapk�s
�� - a��Gi3f� �yQWtil�
RF� - 12�c���cst I�or Ce�#'orn�a�3an
SI} - �l�c,� �����wln�*
SC�II - S�`]�c�lul� ol'1'rogress
'I`]ie s�qkience nurrtE�er si,a�l] hc Tss�ad in cl�on�logica� ord�r to3� e�clY t}pe oF su%��ii#al. ��subntiiit�fs shai]
he fa] Icrwe� by a l�tter �� llte aEpi�;�b�4 �o �n�#icat� lhc numbct of �ii��es � s�ul�Friil?:�] I�as �ee� sen� [« il��
En��r�cer far prac�ssi�yg. �Is an cxum��le, a s��bm�i�al wii11 lh� num�xer i�D-U�5 1i7di�a�e� [i�a� F�e Suhmill�l
Fs ll��: �5111 it��m c�#'R�c�si�d E�alu s��i7n�siiccl,
��,rr��t �ssxgnm�n� �f num��ers �s �ss�.�tia! �s d�ff'crc�� su b3nik�a� �}�}7e�s are p�u�essed ir� difFerenl �4r�y�,
Sr�r�� su�imiiials 3�cceiv�d ilcx o��,4 rc:c{ui�z: is���l �ny r���onsG be gi ven For iltie a���tcri��l. �ontraclnr si�ail
G����i€�t��in ti log c}i`�ui�irxissio�ts �c� �Gl�w I�c ��tc��:e�si�� �s�(:unl�ra�Lor+s suE�n�rll�I� lo i�e fnvni�s�red. i.,c�gs�
wikl l�e revi�wad peeiodt���ly �� deterrninc th�� all s�bmilials arc r�ceiv�d and p�o�csse�.
�ubnv���E nu�l�e�'s are to lxe c��.:�r�y r�oleci �n ���:h }��ge or sheet c�i` �h� su�Mr�iEl�l.
fn �ddilion, e�c� sub��tta] 5hall �ks�v� a ctc�ssYrel'ircn��:d �d�n[i�Ec�tinr� 33�[1i�)�r rClptmg to the s�eGiflC�ti0i7
tk�at [�e �u�mitt�l ap��rtas. T�k�te i���Ca�kC�l lon r]�Crri�>el- S�i�ll bc }�er Scclion 0] 3[1�,
S��l�n�ilt�f� sh��l bc n�aeked to �}��w cl�a�ly ihc �gpkic:�L�lc s��tiai�s o�ti�� s�»c���;�,ti�n ar�d s}ieet nt�m}r�r c3f
d��;�wi�ti�s,
D-�� RF:[AC}RIl �H�IVJiR1G�:
$, iiei�ersl� Tlu�7ng prosc�u[ion n�!'tl�e �vorlc, th� ��mtrr��loF �h�ll mainaain a�nmplcte sct �f d��awi��gs
EEpon v.'�C1C�i ��I ii�V13RlC3RS �lild C�Yfl33�C5 Sjlr��1 �]� ���Qll3�}' I'��C1rC�CCC Wl��l �CL'l]'�'� WOI'�{3 �C111C.
.L�cvi�l�ons and chai7�e� �17;�i1 L}e rna�f€c� in rcc� on a iui]-six� s�l 4xf Kl�2�wii���_
h, T?elivcrv: 1��corr3 Drawit��� �1�;�11 �C dal�ve�'et� I[� �he �r�giite�r i�t good ��ndiEio�� u}�on tcrmpl�tion
�ttd •r+t�t�ept�nce o� tl7e w{�r� s�ncS b�ftrrr �i��i �ayrncnt �s 3t�ade.
c. ReUui�'er�cr��a: i�ec�3�d Dratiw�irt�;.w sl��ll b� ���luire� for sll w�rEc pcs'fi�rer�ed ss � par� asf 11�is prnjecl,
Pnrt fl,duc 1�- t� 43�13�Di
['ot}� oC ��un Worlh
Ralliak ]�[,�as w'I�1�
Rar3.,u��l, �uP� ly �ysum
U�� �H�P �f.t�1WlN�S; �quip�nent �n� ar�a�er�al covered trti PAI�"!' E Y:;!'�c('7Fj�`ATTCI��S sh;sll have
��as�� �r,�wir�gs #3nd f�p�ratin� nnt� lv�ai�]lc��anc� Mantia�5 s1.i�irili�.lCd in :�ccor��nce wii� �r;Cti�lr�s (�i3(}0
ani] (?17�U; r����rcllcss iCrct��enceis nr �s a�a� made;n Sc�qiu�tis Q13Q0 ur 01730 wiil�i�� il���c:�lion of tP��
spcc���c��ion ��n�Ce� v��hicl� ���e eyui}�s�er�E �r �x�a�eri�i is �x�rchasc�i.
Tl�.�_i�(�L1.��T.T'{7i� ]-M=(.li��if1T�01�'; 1�4'1�cn n�c�:ss��ry, t.k�e Cnntrac�nr �ha�l r�:c��ost ac�itit�onal
in�oi�r7at«��, C��ii'IIkCe1C10f1 c31' Ij7lG1�]YL'li�,�ill�] U�1�]C: i:{}fktlilL:� €�UG�1f13C���5 i?]' �4�5L:T] �i]{: C'.C113�i8C10C 1}��i�V�;fj C�}�3'L'
is a�anl�icC b�.tu--eert cr�3�lra�l i�nwurn�n�s: �rr w1i��t i��� (:ouir��tar ]�c3ievcs [�cr� f� t� ct���f]i�:� he��vc��t [I��
d�ak4�sn�s �ind �p�:c�ific��i{�r�s, �tr �k��ll i4i�nli�y IF� c[}n��iGl a�7� ��e.�uest Cl�rt�t4r1lT�rs� us�r�� tlle ReG��e&[ �or
�nfi�en�ati�3� (]�ij �i�rrn �>rnvic�ecl by thc L:��gincc�r, �u�`lic�cn� i3�f'urt���tio� s�i�l1 bc a��acl�e�i tn a�eri��t rt
wnEl�n res�onse vviillcau� I'ui7]��:r M�forn���ioiy.
-j'�3e Eng3»�cr wi�! �o� e��1G a'c:c�u�;�[ sn�E wii! rcviek� 11�e recluesl. I�rek�ieu• nf 11ic rc:s���csE far iiltinrR'��iir�r�
�nd�cates tt�at a cha��ge t� tlt� uox�trx�ct �fc��um�nts �s r�c�uired, tk:e �n��neer wi]] 3ss�c � rrn}�ns�� �r���r�sct
1vludri3cation as deu:�i�i�;d En Y���a��apli I��b.
C}m4Ci C'{]��'�"f2AC'1�t��2 i41O1]lk?IC'AT�{�� �F.(�iJF'ST 1 PRC,�1P(��C�] C:�}?�1'.E'f��C:�' i�Of.}�k'`t(_'.!�'1'[�3�:
�1�iy cf:ange aai �i�e co�Erat�t �acu371e�ts tltia# is requested w{ll I�c i��iti�le�i by 's�7C �i]3'Ilf�1{:�l)F lS�lllll� a_.
C417f1'�Ci�i''s 1v1�)dil�c,:�l[tan I��ques[ �r by I:rt�,if�eer ]ss�i�� ��'rr��1c}3c:d i�ur�lrac! 1v�{sdif���t1i�»4 c�rs tk�e i�r�rt11
��ovided l�y !]7e ]'a��;ira�,�3�, 1'rc+posals wi1� axe r�:v�ev�'cd l�y ti�� C}+��x�cr :�r�� i� faErild �c:wc.-�sla��e }vill l�e
tncor�arated itr �, C:I�.�n�;C {�C{{�F �f3 ACC�F€�837t;� W1iji SCCIIOtI C.� C1� 1IlC C�1vIV���AI. C'��T�I E7(�1dS, ar by
F'i�Jd �r�c� in acc,nrd�nce w�tF� !°ara��ea}�h B-5[7 of tEtie Sf'�.C:�A] ,��(}1V�f'I'1()I�5_
1'h� C'oi3[ea�.i���''� lV�od�fi�;aL���n 1�e���si si��ll i��l�y i��`�7�i�'y� ax��i ��ur'tbe lh�: devi��io��� �n� asscs�Eated
c�s�s, �31� R���C: ��]i: !'tHSl}fi CIl� C�tBfi�+� IS ��GLS#:S4CC�, �li�' 4:iVliJ�S 3!7 {:[}S� F���i�� E(} i�ll'. `iLl�lS[l�il�1QF! 15 �C] 11�
gt2ied li7 t��C f�L]�IcSi tOf CO]tSider8l10k1,
r�-a�r RrC�F� �� x����_.�.� ��cr�rd ����a si�all bc s�,bm;���r� �r.� �}F�v�ae i„fo�r�,�1G�,� �s �� �lze ge��er;�l c�h;�r�;t�cf,
�#�1C att�l Eri21n4� I��cturer a� t�s� ec�Uip��nE �a �]tlow thc C}v.�nrr i�, �c�equa�el�r ider�tify I�� it�atur1�l� «r
e�ui�xr7�er74 i,n�orpc�r���ed �r�t�3 Ilx� }�ro,G�cl, ]��c�rd I)���i s�ta1C l�c }�ro��id�.� �i�r 311 ci�ui�amci3E �nd tikaterE��ls of
c���s�r����cs�. i�ec�r� Da�a are ni,i r4����irc�1 fc�� �I�ms whj�:h �l�op Dra�vii��s att�l,`c,r �)p�faii��r�s �r�d
M.}int�.3i3T1Cl: 11339FilIajS d]'C fC(�L111'[:[j,
��.C{1Ti� l��li�} 5�1i��� E]C �C}1ii�]i�t� �Ct �111��CA�S: 1Vili:il: �Ii{: f]1�klCr3�3I W�S 1fICOE'�743'�iS:� ]t}tt1 k�}C �}F4��C[, �11'i7VILjL'
�c}��.d��l�:s �s�'1�alcr3als a��d il�ci� usc, �u�dr�, m�d�� n�sn�bei�s and aih�r iir#c��7ti��kicsn whEcli ws�uld ��Ec�t+� lh��
3�i�ter�aC to b� �oF��ace� �� sor�tc f�r1 ��r� d�tc. f�e�nrd �)at� vri �! L�e re��3ved b�+ IE�c Engir�eer and Ic}�;�cd ��r
Iransrni I k�l to the {)+�•ner_ I��,cc�rcl C3�ta wilt �ot be re��e�ue� tor ccrx���lent �nd no r�spor��e wiil L�e �adt to
lit� C:�nlruct�r,
D-4k 1:C�iJIi'�+�TF�I"1` 11�1S"l=ALL�ATi(l� R.r:PCl�t'�'; 1� x�ni�r:a� rG}��srl s1��111 lae su2>rriwll�d by t%e equi�xt�cnt
s��pplie� ��rto:��t�i���; li�e i nstall�tion c�s�ck fcrt� e�xs���rrrcnt «s rcc�uircci, ']'h�s r���n��t sha�] re��tiy tk�a� i� ttre
�cf�iipmen� i7as beun �i�o���r�y an:;[�i€cd aiid l��l�i•icaCed, �� hS ETt �GCtik'k7CC iill�,T33fii�]][, �� 1$ �TCC �IOi713l3� L1iji�UL'
s��c��w ;T17F}USG� I]}' C{}[t17CCLll3�, �71Pk1��,', cquipniee�i, or aEticlia� hol�s, a�7d A} ]t�w bcer� crp�r�lc�l ur�dcr f�ult lr��d
ccxncllllcx�i�i �r�(� li�al i1 is o}�Crt�kir3�; ��ktisf�ic�oril}•_
Pai1 D_cEt,t �)-1 i {r�+C311��
C;sy of F�ri# }V�s�1 h
i�u�I17i� � I1jE+� 1�U�i7'
�3acC�was1� 54Gf�ply Sy�irn,
D_�9 ��'T',�'IC�1'i0�! B�' �C}T�I'�'���;TC}R= '��ri#ten �oti�icatio�7 o#'tk�e r�e�d fnr t��ts��g, oh���v:�li�r� oF
work by �:ngine�r, inze�� to worlc t�uEs�de c�1-rL��lar wor�Cin� h��es, or ihe r���eqt to s��ti[�U�vn �he iac3lilies
or ��akc uliiily t;�ti��ec�in�ts ,l7al l��e ���e�� ln il �e r���i��e�r l�y issuat��.� nf a N��tii'i�;�li��i� 13y C:�n�ract«r ���i a
I-i}]7i1 �]Y�dYI��� I}�+ i11L' i:t�g111c�r,
D��� Ai._'Ti.�f�ATIC}N [}F �C)A!'1'T�11�T DQC,i.fMF..�+!'TS: f'aragraph CA-�_� 0���7� �irner�l Goi��ttions s�all
!�e �x�oi�iiit,� as fo��uws; --
13yChange [�tder 43r F�el� C)rder, �he Owne� rese�ves �k�e nght tn rr.alc; chai�g�s irx ih� �;tenRr��t Doctmi�nts
and En lhc chara�;[er or t�ua��titi�s a� t}�c +��orlc �s 3uay �a� noc�ss�ry or desiraUle to �n�tire com�}]ctic�€� in tk�c
rn�st sa�isiac�csry ir�anner, provid�d suci� chan��s ar� coitsis�cnt u�ilh ihe ����•all i�t#en� �f [hc Ccrnirac�
Drs�aiments.
A�'ield {lr�e3� is a wr�ttei3 �1•�e�� issk��:d b}r tj�c F:fr�,�ric�r wliicl� au�linrir�:� mi�or ch�ng�s c�f aji�ia�io��s 3n
[J�e ��oek l3iat �o �iol ir��oCve c�sr��;c� i�� tl�c C'r�ttirac€ur `Tii�ie €�r {:o��traci �rns>kGni, ���ii ficaiEr�ns �o il�e
CilflfC3£t i:8i1 �}91�� �3C BLIIIiC1l'I"l.�4� �}�+ :i C�'k�Cl�,'S; C��'��f ill' Fi��� ��ii�C�_ �LICjI ��1Fik1�,'�S `�11�1I R171 �� CO1�S1�E1'�d
as waiv�ng �r it���alidati:�rg �,iy cnatidisic�R� nr provts�on ot� ��7e C:�at�ra�l Dnc��1�ye�t�,
1L` C:car�t��ctoF be�ic�cs �lial a�z�iiior cktia3ig� or alieri�a�ion aut��artzed hy F'Rei� pa'de� cnl �kles h�r�l to a�
tncec�se in ccantracl amnur�! �� c���[rsct �it��e, Iti� S�tB�j Il{]t }}�OCCL't� WILIi E�1� 1�r'C1E'E{ �I�Cf 5�]iill, wilhin 1 U day�
aC�crr�c��v�r�� the �ie�d {�sder, s� a�v�se the �t7gineet in wri�ing and re�ues� �3�at ��'h�n�c (lyde.�e be
issuc.ci in ac�:carciancc wiLh para�xaph CA-�l_5 oi� L�ZC {i£i1CF�� �'Qlli�]�10115.
[}451 E�1���' C'C][19M1�1�j�ATj(�1�]_ I3l;ILf��l�f�a: Conva�tor si�bli prnvide ��rtod�lar b��it4iing. �ss�inb�ed
on s3�c ;�i �lic l�rGat�on sEzowri an tii� draw��gs for Eh� �as[ ['omn�uuica�ion l3u[I�€n�, '!'hc mr�dular I��ii3r�ing
shalG 1,�; rnc�kwnied or� a rou�forccd concr�t� slab as pres�n�ac� �n tC�c s�ruc�ura! draw�i��s. 'fhe L���ildin� s�ti11
Uc d�.�i�,rncd lc� �nec� lh� �0(�0 [r�tcrnation�l 13r�ild�fl� �.odc �ll�C' ZC1C�0� a3�� i��e {�ily� i,F�Fcxri V4+c�rkl� cic�lri�al
pt���er cff«:i�37�:y c�at�c req���Tcmer�is, '[-i�e nu�t�til:ar huildin� si�al� b� i�iar�u#a�:Eur��� by �:nvtr�-F�xi3l�13n�; �nd
m�et il�e foll���Rn� spec�f caCions:
�
3
4
(�usot��kty; C}n�
��w�x�cnsEa��; 15' - U" x E�l' -{}" x�i` - 0" ��'c�lir�g f��e�bhi)
�olor: V�hitc
lV�.atCrEa�s:
�
c,
�.
CCt�E��ani�c�E 4-inc�r wxlEs ar�c� cc:ili.ngs. {:LIFYSCSt1F]�T U��79T1��5 {7�'�G �;�tk�*G 1��11�C
�;alv�snia�:d stcel 1am:r:��ed to bcrEFs s�des t�f f�-� 8�iigk� de��skty �'�a-n� ��r�eEs l{�r.ks:�
Eo�e�hcr by cam la�k�s.
�'urc� °�r" rcani'�r�em��� {Circ: r�[�,r{ia�t tr�u�cd woad} For m€�uniing �a«r fram�:, w;�ll
i���un� aor c��7diti[�tt�:�s �io� crtEti�t� rci�yf�rce�t��.a7�,
F�air� rnoi`�viih Eabs -Tf��rma��lasr.�c sEt�glepiy FV� r�an�sv�lcm (fr�e s���id��g)
(in���tdcs Cr" W�i]�E EEfCt31118[1011 IJBP �f. j�SiC]1CrS� I r�.� �P,3!' J117i.1i�:(� ]7-1�331U��CEUF81"5
w�rFrtislY-
�'�as�r - �xtru�ed i��rc ti�ea�ed u��rcx� �'ein�`or�ed, 2i} ��ug� sMt��roth ��iv�ni�ed �ntenor,
W�II�C S�lICC4 �f['C�DC155�� ��5 �c�Llot. �JC��110E
Sriu�� lc�ck �'VL: t�nof ulc v��iL�t CDVL' �85� 3i3� r7d�t�RCV�, g�'�y �E;1� S'�5�, 4� 8], A] 1�}
$0 - �i4kt;�`�or mela€ �ascia �as� trini wil� # 10 x 1 #ec�ti �cre�us (F�13G5�j
l�:u� !},Jsrc ��� �' u7+�3lQ2
€'ily�+f f'or Wi�l��l
�#oA��t�, }{�lis }V'TT'
13�a�kwasls Sup�Gy 5�irnt
g, C�oa�, 3'0� x G'8" y��ycr� �4 ga �4'�llc-ir�, Wl1lt£, it141,1��IC.4�, wiily �ri1� �:,�},, k}viks��
levcrll�ver, I$#c��g,u�rd, fr:�a7�r,lh�t;sl�oid, wcatEtcr��:al. �tainl��s� is�n�cs, (S�O6, I 1(�$,
Slb9. ��{��}
h, � kcc�e�cai �aa��.lc�a�,e i00 �rn}� �e��tc� ] ��has� 1�rux�Cc�r ��ne11 �0 �:�17d��: }�ower ]aghti��g �
}++al] eecepiac��s; � per wa]] 1 switctti� 1�xcr e�s��+r ! anc! �cces�irrias 1 cmr �nourf��;c1— 3!a„
�' D1i� LI l [ _
i, 1- E..igh! #Gxtnfc � bu�b 1��orescerl� - s�wrf�c� �naunted-#�17-4-2��I�5-A V4fij��ams
{34�7}
�. � -- l.�glyE �xtu���:w � butL� tluarc�e�4 - �urf��;c r��oi�i�t�d�#�7-4-��OI�.S-�► ��lilli�tns
�3G57}
k, l-�:4�l,a�tic tx�crtie] #V�+'3i?C€�'07� �-T' I I A wall m�a�r�tod air cot��iilio�cr 30,Q00 T3'�'[_1
cooluYg ! 7.i�V�T hes�� u�iil� �upply ai�d re��rM� �;ti11�s. f�i���llokv ���'e�s�ir� control, far�
c�cle, s�a�#n T-si:�l :�n� �irip ca� included
]. ? - Pa'e��11 �ir cnnilitioner c��aenin�
m, E-��rt�x sysl�m ca��ie e�t�i�� �xnrt - C'S 32 fr�mc, lf�-('S 3[1�'J4U nicrdul�, �� 1�V1���10
E3l�iYk m�d�ile. and sda����t� E3Xa�c {cn��v pael for l0= 71l�" O.l], �ai�le;j
��, I-�'�eG�ii openin� for w�v�:�;uitle �nir�' �ori
�'ni3tsac�or �hal� �ul�rrrii s�op �raw��gs ��e�' S�ction 1,13 3f}fl i'or »evy�w pr��r to fabncalinit. 'I'I�c: cirawi��s
sh��3 b� }�eov�ded w�t� it�pr�}�nat� �'exas �t�Ee Proie�Eona] �n�E��eerir�� we�l,
Purl fr,d�rc E�-I�j
3r J _11�!
+ � �,vi� � �f �����,�r'} i� r-iv�� �ts�s �;���ue
� 5 f �Y y f'S11
� � L�
5 +
� r
5 �
4 �
��' % �{ ` �.�t+ i /]11
1
5 f� 1.�
; f
i f
i +
1• � i
i r '
�.�5" �____[ ' :
5 F
`1
5
� � � � ��
� 5
� II - .�y�
— —�1`i7
�"�� ��Y y�
—� � ��
�.��°' ;
� �
0
�
�
� 5'� �. .�
�—
,�{.�°��_I_
1.�1k �
4 5 1 �J
5��� , r 4 � 1 L G 5�L 1 +' 1� �� k+ ��� LI �� !
�
�
0
� �
a
a ��
I
�
�.�ol
� 1 �% �
'� !
; � 1
1 5 y
ti • , �`� �r��]L!�
a 5 1
P1���T��'� ����I
Fi��r� ��
� �
�� � �4L ���i �� �
`4
J ,� �iv�s ��� �F��u�}
�,
� y
'x ,
� —
�
f �
/ �
J � �3i " � .�aF
1 y
f � �
J y
f y
f �
� 5
, �
J 5
� i
+f 1
rs 11
�
�
�� a��f ��
�
t
� � � I I �
.� � � �/ � �� r� � � � � � �� �
� �.�S,R
�rafo�-�n�tior� al���t i���•r ��fvr�h 1��te��raEcx� ��-��a�an�i, rail 332-bI$p
5 Y
�Cafe �'" =1'
��1��1�� � E�-� ��n�tru�fio�,
��t� of �ort W�r�h
BllIL���� & ��N�Tk�U��'I�� TF�AD��
Pr��rai�in� 1IU�g� f�a��� F�r ��0�
���ss������r�r��
�Air �or�d�tior�€rag �1���ar�i�
�Air �ond�tk�n�ng N1e���ni� H�Ep��-
��oc��ti� �eifin� In�taii�r
R�a��#i� �eiking Ir���all�r I--��Ip�r
F��b����s VU�r�t�r
B�i�kla�r�rl�tan� �1a�on
Bric4cl��r�rf�ton� �I�lason He�per
��rp�nt�r
�arp�r�ter �-I�I�er
I�on����� Ffr��sh��
��n����� Ffin€�her E-lefp�r
��n��e�� Form B�ilder
� ��n�r�te Forr� �ui�d�r I�e€p�r
�D�ywa�� Taper
�Dryw�l� Tap�r F-l�Iper
El�ctri�ian .���,rr����-n�r�
��e�tri�i�n ��Iper W
�i�c�rani� T��hni�ian
�le��ro�i� Technici�n HeEp�r - �
�loor L.a��r {�arp�t�
�loor La�r�r {f�e�ilien�}
Floor Lay�r H�Iper
�lazier - -
�I�,zi�r F-E�I�O�r
Er�sul�tor � �
�ul2�tor �lelper �
' L.abor�r �orn�o�
Labor�r ��C��led — -
Lath�� - —
Lat#��r �ie��er
�U1e�al Bui��in� A��emb��r
'Saurc.�:s FartlNorth �hapler
Assooiated �eare�el Cars��d�lors
1 �+2�+�2
"`20D�
H�UF�LI�
RA�`�S
— -_, �----1�.98
� �I�.��
- - � ��.��
� �1�,88
$ �1 �.50
� �7'.�� �
� � �Q.�6
~ �$ � 3. ��
$ ��_38
� ��.�8 �
� y � �.�3
— - _..� �11.��..
� � �-�� �l
$ "I'1,3�
� $ 8. �0
� 'I �, ��
—�� -'f � . �0
� ` $ 1�.�0
� -� $ 8.�0
� ��.�0-
� ��.�0
� � � 3. 5D
� � 1 �, 02 �'�
j � 'I {�, ��...
` - ---� 12.Q�
� � �,�� ..
� 7.��
� 10.��_
- - � �14.QU �
� � 1 � . Q�..
$ 10_�D-
�
If1llet�l Bu�ldin� A�s�mbler H�Ep��
Painter
Paint�r H��p�r
P1 pefFt#e�
��p��t�er Heiper
Pl�ste�-er
Plas��r�r ���p�r
Pl�rr�b�r
Pl�rmb�r Helper - -
�e�nfar��ng ����I ��tt��' _ !
F���fer !
I��ofer �le�p�r �
�h�et f�ie�al 1lUork�r �
� �he�# fl��tal 1Nork�r �-le�p�r �
�h�e#ro�k Fiang�r
�#�e�tr�ck Hanger �-lelper
�prin�cf�r ��s��� In�tall�r
�prir�kl�r ��rs���n Ir��#�Cl�r �ielp��
�t��� 1�Vor}c�r �tru�t�r�l
�te�l 1��rk�r �t���t�r�l �-le�p�f
W�Id�r
UV�Id�� Help�r - -
$
$
�
�
$
�
��
$
�
$
_ �i
$
_—.. �
�-
_ �.
$
$
$
$
�
_ .�
..�
. HEAl1Y E(��1�P�1�[VT �PE��T�F�� '
�rane, �lamshell, Backhae, D��r��k, �r�g�in�, �ha�rel
Fofl�l�f� �p�ra�or — -
F�und�ti�n Dri!! �p�ratar
�'ront �nd L��d�f �perator
.. . . _ . ..._. .- -
T�-uck i�ri�r��
'�ourt� ie FoYa V�l�rlh �ha�ter
Aasaclaled Gen�pal �or��ra��pr�
13�'27�'00
�
�
$
$
�
�
�.��
9�,��
�, ��
� �. ��
� D,'� 8
'f�,�Q
� '� _�U
1�0.9�
9.7�
1 �.4�
� 1.87
8.�� �
`i�.��
9, ��
1 �.��
�.��
16.8�'
�0.�3
'11.3�
�.80
1�.�0
11.��
'I�.�Q
�_ �3
'f 3.��
1 'i .��
10_�'� �
2
�1TY �� FOR� WOL�7H
�#�C�HYIJAY �ON�Tf��1�7l�N
P[��IIAILIhlCy VhfAC�� RA�'� �OR ��#�Q
��.�4��IFI�ATION
Asphalt RaC��r
Asphaft �ho�r�ler
h�atchin� P1ant Wei�h�r
�arp�nk�� �#�os���}
Ga�cre#� �i�7ishee�P�ving
�vncrete �inlsher MeCper ff'avirig�
�vncret� ���Ish�r-�leuct�ares
�Ca�ger
��rrn BuMlder-�truci�res
Form Se!#er����r�rg & �t�rbs
Form Sel#er-�tr�cCu��S
�abvrer-��mrnon
Laborer-4Jtility
Me�hani�
$�rvip�r
Plpe �,aye�
f'ipe Layer �Ee���r
Asp�ait �astr�b�,tor �petator
Asp��lt �avir�g [�aci�i�e �����#�r
�oncrete [�av�rrg �aw
�r�ne, �I�msi��ll, �ac�shc�e, C�e�rtc:It, Dra�lir��, ��Savel (� 1 "�!� �Y}
�r�n�, �1ams�rell, B�ci�hve� De�rtcEc, Dr�glln�, �h�vel �� � fi!� �Y}
Fronl Ettd Laader {� �!2 CY & 1�ss}
F�ont ��d L�ader {cver � �i2 �'C}
MiEli�� il���hJne Dpe�t�r
M�x�r
I�a�or �Fa��r Qp�eatar ��ine ���tiej
I�ator �ra��r Qp�ratar
I��v�rnent I�fa�kir�� Machane
f2all�r, �#eek Wi�e�l f�lant-M3x Paverri�nls
R�II�r, �teei Wheel �th�r Flatwhe�t �r Tamping
Ra�lee, Pr�eu►r�a#rc. �a]f-Pro��EEe� ��raQer
Traveiing Mix�r
R�ir��orci�rg St�el ��tt�r (�'avin9�
Tr�ck €�rlv�r��ingl� AxCe ��i�h#}
Tr�ck Driv�r-T�nd�m Ax�e ��mi-7rai�er
7r�ack �]rl�+er�LQwbv���l�,at
Tr4�ck �?river-Trar�sRt Niix
Truck Drlv�rYWin�h
HOUF��Y �2A�'�
�� 0.3�
��.75
$9_65
��3,�4
$i0,1G
�9, 7�
�i�,�4
�7, 00
�13.�4
�10,25
�9.75
�7.BA
�B,S�
�+13, 25
�90.13
�7_35
$6.75
$71.45
�91_0�
�1 �_��
$10_00
$11.�2
�i�. ��4
�9.32
�8. 0�
$11_��
� 1 �_ 3'I
�1 �_75
�1'I.O�
��.88
�12_��
� 8.02
��0.�0
��,75
�8_�0
$i0,��
�,70_5+4
$'�0_F3
��_80
�
�
,1
,: �
l�
',�
��
.
,
,�
1` s
�
1:�
.�
r�
i
d
': �
.1
L
��� �
���;��
CONTR,ACTOR COli�IPLIAl�TCE WITTi
WORKER'S COMPENSAT�OI� LAW
'! Pursuant to Article $308-3.23 of Vernon's Annatated Civ7i1 Statues, Contractar Cerkif es that i� provides
I worker's compensation insurance coverage for all of its employees employed on City af Fort Worth
Project. Number PV+�77-06Q770510a50,
BAR Co�CiStruCtOx'si Inc.
CONTRACTOR
By: _ �� _� �o
�
Name: Zsidro Arrambide, ,7r.
Titila: president
Date: � �i n � I �! �� 0 �-L
I ' STATE OF TEXAS �
COUNTIES OF' TARRANT §
BEFORE ME, the undersigned autharity, on this day personally appeared
Isidro Arrambide, Jr. lrnown to me fn be the person whose natne is subscribed to the foregoing
instrument, �nd acknowledgec� to me that he executsd the sam� as the act and deed af
�,AR Construc�ors, Inc. _ for the purpo�e and consideration therein expressed and in the capaaity
therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this ?`�'�' of J u�� , 20 �'Z
. - ,r�a-� �1 ��
� ::.�`�s�����%�CIQ�i/.Jl.lL1�,F41�1�LL:v`�ati���� Y "
�,,,,,Y ��,,, � otary Public in and for the State of Texas
, ,, �; o.�=•`��c;-. RoxA��v� �n�. ��nci� �
�; ; �; • = Natary Pubiir,, 5tate ofTnxas �
� � � ;;��: �:��= �iy Cnmmiasian �xp.11-22.-7.009 �
�� '^�„„ �„«�•' �
`:` �r;�'Jt�i'r}�:'�� k3{?"�f;r!tlttl"Iw,i�C)i�C?%�"1CJ4'J"�(?�1��i
Page 1 of 1
.r
I`
Bon.d No. 46BC5B0 7556
F
PERFORMANCE BOND
STATE OF TEXAS §
COUNTY OF T�RRANT §
KNOW ALL MEN BY THESE PRESENTS That we (1) BAR Constructors, inc., a{2}
Corporati on , o� Lancaster, TX , hereinafter called Principal, and (3}
Hartford Fi.re Insurance Comr�any
a caxporatian arganized and existing under the IaWs of fhe State ar�d fuily authorized to transact business
in the Siate of Texas, as Surety, are held and firmIy bound unto the City of Fort Worth, a municipa.l
corporativn organized and exisiing under �he laws of the State of Texas, hereinafter called Ovvner, iz� the
� penal sum of:
'� Five 11�illion Two Hundred Fortv-One Thousand Two Hundred ($5,241,200.00) Dollars in �awfi.il money
^� of the Uzuted States, to be paid in Fort Worth, Tarrant County, Texas, for ihe payment of �vhich sum
, we11 and truly be made, we hereby bind ourselves, our heirs, executors, adminiskrators, and successors,
joir�tly and severally, firrnly by these presents.
� THE CONDITiON OF THIS OBLIGATION is such tha� Whereas, the Principal entered into a
� � _��► � - _.
certain contract with th� City of Fort Worth, the Owzaez, dated khe .�a� �'. __ . A.D.,
, a copy of which is hereto attached and made a part hereof, for the construction af:
Rolling Hills Water Treatment �lant
,, .
' Facilities Upgrade and 40 MGD Expansion
�, .
,�
Phase 2— Backwash Supply System
���� designated as Project No. (s) PW77-Q60770510050, a copy of which contract is hereby attached, referred
to, and made a part hereof as fully and to the same extent as if capied at Iength herein, such proj�ct and
,, � construction being hereinafter referred to as the "work".
� ._l
NOW, THEREFORE, if the Principal shall well, truly, and faithfully parform the work in
�� accordance vvith the plans, specifications, aaad contract documents during the original term ther�of, and
� any extension thereof which may be grantad by th� Qwner, wifh or without notice to the Suraty, and he
T' shall satisfy all claims and de�nands incurred under the contract, anc€ shall fu1ly indemrii�'y and save
� harm�ess the Owner froxn. all casts and damages which it may suffer by reason of failure to do so, and
�
; shall reimburs� and repay th� awner aIl outlay and expense rvhich the Owner may incur in making g�od
any default, then this obligation shall be void, otl�erwise io remain in full force and effect.
[-
PROVIDED, FURTHER that if any legaI action be filad upon this bond, venue shall lie in
Tarrant County, State of T�xas.
, AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulai�s and
. agrees that no charge, extension of time, alteration or addition to the terms af the contract or ta the vwark
to be perfoz�ed ihereunder, or the specifications accompanying the same shail in an.y way affect its
� I obligation on this bond, and it does hereby waive notice af any such change, extension of time, alteration
' � or addition to the terms of the contract or to tbe vc+'ork oz` ta the specifications.
� +�
� I�
4,1.
�
.�
� eight (8)
r 1 IN WITNE�S WHEREOF, this insfrumen.t is executed inX�4�xcounterparts each one of which
� s ha l l be deeme d an origina l, t� is t he day o f .. . _.. , A.D., 2002.
�
�
ATTEST:
BAR C0�lST�llCTQRS, INC.
PRIlVCIl'AL (4)
Jl
� d �--�
(Principal} Secretary
(SEAL)
BY: � �
� �
PO Bax 1(�
l.ancaster, 7X 75146
{Address)
f
u
v 1 Gt�'Z[X�G ��-t•C,�
� Witz�.ess as to Principal
PO Box 10, Lar�caster,. TX i514�6
Address
ATTEST:
HARTFQRD FTRE I�ISURANCE COMPANY
Surety
BY:���`�-
� (Attorney-in-�fact) (5}
h9i che7 e Degnon
Har��ord P1 ��a . Hartfn�T f1F rt 1�
(Address)
{Surety) S�cretaty
'f
.�
�
(sE�,)
� � � �J1�
� ess as to Surety
I2700 Par Ce tral Dr. #i700
Dallas, T 7 51
(Address)
NOTE: Date of Bo�d mus# not be prior ta
date of Canttact
(1) Correc� Na�ne of Contractor
(2) A Corparation, a Partnarship or an
Indivicival, as the case rnay be
(3) Correct name of Surety
(�4) If Contractar is Partnership, all Pariners
should execute Bond
(5) A True copy af Pawer of Attorney shall
be attached to Bond by Aitorney-in-fact
�
�b� ��������
HAATFORD PLAZA
HARTFORO, CONNEGTICUT 06115
� Hartford �'ire Insurance Company
0 Kartfard Casualty {nsurance Campany
0 Hartford Accident and Indemnity Campany
[� �lar#ford Underwriters Insurance Company
Twin City �ire �nsurance Com�any
Hartf�rd Insurance Company of Iltinais
Hartford Insurance Com�any of tha Midwest
Hartford Ins.urance Company af the Southeast
0
�
�
0
,�
KNOW ALL PER50NS BY THES.E PFiESEN�fS THAT the Hartford Fire lnsurance Compa�y, Hartford Accidenf and IndemRify
Campany and Hartford Urrder�vriters lnsurance Company, corporatians duly organized under the laws of the State of Connecticut; Hartford
lnsurance Camp�ny of Illinois, a corporation duly organized under the laws of #he State nf Illinois; Nartford Casualty lnsurance Company,
Twin City Frre lnsurance Gompany and Harttord lnsurance Compa�y of the Mrdwest, corpora#ions duly organized �nder the laws of the
State of Indiana; and Hartford lnsurance Company of the Southeasi,� a corporation duly organized under tha laws of the 5tate nf Florida;
having their home affice in Hartford, Connecticut, (hereinafter collectively referred to as the "Campanies") da hereby make, constitute and
appaint, up to ttte amount o� �+�MZTED - -
�I'QHN FULI{ERSON, DONNrE DOAN, KAE GYBBONS, MICHELE bEGNOPT ANLf TOM �LLIS OF DAI�I,AS, .
T�X�S '
tE�eir true and lawf�l Attarney(s)-in-Fact, each in their se�arate capacity ii more than one is named aboVe, to sign its name as sure#y(ies)
only as delineated ahove 6y �, and to execute, seal and acknowledge any and all bonds, uncfertakings, contracts and vther written
insEruments in the nature thereof, on behalf nf the Companies in tf�eir business af guaranteeing the fidelity of persons, guaranteeing the
performance of cantracts and executing or guaranteeing 6onds and undertakings required ar {�ermitted in any actions or proceedings
allowed by law.
In Witness Whereof, and as au#horized by a Resolutiqn of the Board of Directors of the Companies on Septemb�r 12th, 2000,
the Companies ha�e caused these presents to Be signed by its Assistant Vice President and its corpnraEe seals to be heretn affixed, duly
- attested by its Assistant Secretary. �'�rther, pursuant to Resqlutian ot the Board af Diractors af the Compani�s, the Companies herehy
unambiguously affirm t�at they are and will be �ound by any mechanically applied signatures applied to this Power of Aitorney.
�����
�tr)x�y .yiP ti� ' �c ��6, �'�, ' '-- �� ro„ t �
�¢ . �".'w' y+� f4} -0f�`r�'^°„� o
s 1i � it ; � ;yrt€�'yE�yu, � � �:'� `� ��� 3e � _� 3'�( ���� � = �d���
Z � � p �� -" a� ��,�'��j���,� , '�iy�1e]�s � �,�fA 78 1�€ ��f+y��r0 7 aJ�r o '� i 74
� ,.,. . .- g'r+�,�d �� �
� r Y '�A LY € } F'}�` �..,� � �,n {tit%tl�y � 40t�{►'� •R
��� � . �
Paul A. Bergennollz, Assistant 5ecretary
`� �
John P. Hyland, Assistant Vlce President
�"�F`•� `�I������t��1�1`� ,
� � Hartford
��� �� ��T���
On this 19'h day of 5eptember, 2000, before me�personally came John P. Hyland, to me knawn, who being by me duly sworn, did
depose and say: that he resides in the County of �iartford, 5tate af Connec#icut; that he is the AssistanE Vice Presider�t of the Gompanies,
the corporations descril�ed in and which executed the above instrument; that he knows the seals af the said corporations; that the seals
affixed to the said 9nstrumen# are such corporate seals; that they were so afflxed by authoriry of the 8oards of DErectars of said carporations
and that �te signed his name Ehereto by like authoriiy. �
�ci 7V 1GU�
lean H. Woxniak
�E����-� Notary Puhlic
My Commissian Hxpirrs June 3�, 200d
�[, the undersigned, Assistant Vice Presicfent of the Companies, ❑O HEREBY CERTIFY that the abave and foregoing is a true and
carrect capy of the Power of Atiorney executed hy said Companies, which is still in fuil farce effective as of ��,,�, ��-� �ac��
S[gned and sealed at the Gity of.Fiartforcl.
��TYII� t� � 1F � �- ' , �., i Ca,y �•
�.�� i.��� � 3��..��
a ��yJ6�pl� 7C ,i:,lG,�il��� � 1��1�.':�'.. �� 3�y �pFFeR�7�bi^s ����
v �� g ,�,"�i�� 8 � �9i'�$'h � ' � � .'! � � � ' � � k • - ��. Vr'--�
i`� �+4u'~4�{ _ 4' � d ��`v-+-T.,��k' �' �"�.�:1,9 ? 4f�n�� I y q 9 d s �&. 14''! 9
. .r`
� �T. �wts� �'s '� � MV_ � r�ftltlaf3� ���YIMih�� �
I �
�'La _ �
Calleen Mastroianni, Assisianl Vice Pr2sidenl
e
•r
MAINTENANCE BOND
THE STATE OF TEXAS �
COUNTY OF TARRANT 3
Bond No. 46�CS�0 7556
KN�W ALL MEN BY THESE PRESENTS: That we (1) B.A_R Constructors, Inc. as
Principal, acting herein by and ihrough (2)
its
dulyauthorized and{3) Hart�Fard Ftre Insurance Companya
� � corporation organized and existing under the laws of the State of Connecti cu� , as
L
surety, do hereby acknowledge th�mselves to be held az�d bound to pay unto the City of Fort
Worth, a Municipal Corporation, chartered by virtu� af Constitution and Iavvs of the State of
�,, Texas, at Fort Wort�., in Tarrant County, Texas, the sum of:
�, Five Millian Two Hundred Fartv-One T�.ousand Two Hundred Dollars ($ �,241.204.00�, lawful
money of the United States, for the payme�.t �f which sum we11 and truly be made unio said City
of Fart Warth and its succ�ssors, said Contractor and surety do hereby bind themseives, th�ir
heirs, executors, adrnini�trators, and assigns and successors, jaintly and severally.
This obligation is conditioned, however; tha.t,
� WHEREAS, the Principal has entered into a certain contract with the City of Fort'S]LTorth,
L the Own�r, dated ,u ',�1 �,L�� for the p�rformance of the �'ollowing desczibed
public work and ihe construciion of the following described public improv�rnents:
Ralling Hi11s Water Treatment P�ant
I; �
�L
Facilities Upgrade and 40 MGD Expansion
Phase 2— Backwash Supply System
a11 a:f the same being re�erred to herein and in said contract as the Wark and being designated as
Project No.�s) PW77-060770510050; and said cvntract, including aI1 ofthe specifications,
conditions and written instruments xeferred to therein as contract documents being hereby
incorporated herein by reference for a11 purposes �nd made a part hereof, the same as if set out
verbatim herein; and,
�
fl
WHEREAS, in said Co�tract, Contractor binds itseli to use such materials and io so
" construct the work th.at it will remain in good repai� and condition for and during the period
�n�p (:� �� YP� after the date afthe final acceptance o�the work by the City; and,
WHEREAS, sa.id Contractor binds itself to maintai� said work in good repair and
conditian for said term of one vear � I i ; and,
WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in
part at any tirne within said period, if in the apinion of the Directar o� the Water D�partment af
the City of Fort Warth, it is necessary; and,
WHEREAS, said Contractor binds itself, upon recei�ing notice of the need thereof to
repair or reconstruct said work as herein provided,
NQW THEREFORE, if saic� Contractor shall keep its said agreement to maintain, repa�r
or reconstn�ct said work in accordance with all the terms an.d canditions af said confract, these
presenis shall be null and void, and have no force ar effect. Otherwise, this Bond shall.remain in
full force and effect, and said City s�all have and xecaver �rom the said Contractor and its suraty
, damages in the premises as prescribed by said contract.
, I, This obligation shall be continuing one and successive recoveries may be had hereon for
successive breachas until the full amount hereof is exhaus#ed.
�� WHEREAS, a11 parties covenanfi and agree thai i� any legal action be filed upon this
bond, venue shail lie in Ta.rarant Cot�t�ty, Texas; and,
�
�
! �
I�
�
�i�
i
,,
�.
1N WITNESS WHEREOF, tiiis instrument is executed in e i g h t( 8)
each one of which shall be deemed an original, dated "'- -� -�-�
� �:.�-��._y�
ATTEST:
� {� �
�-
�Principle) Secretary
{S E A L)
��� �1`Z�[.(.t�
V+ritness as tv Principal
PO �ox 10, Lancaster, TX 75146
- -- -
Address
ATTEST:
(Surety) Secretary
(SEAL)
127D0 P
Dal l as ,
���1
� to Surety
ntra7 Dr. #1600
�51
(Address)
counterparts,
gAR CON5TREICTOR�,INC.
PRIlVGg'AL (4)
BY:�, _
�0 �ox 1(�, Lancaster, TX 75146
(Address)
HAR7FORD FIRE IMSURANCE COMPANY
S�ety -
By: ' ..,�-•-�...
(Atiorney-in-�act) (5) rq hel e Qegnon
Har�ford Plaza. F�..�ford. CT 06115
(Adc�ress)
NOTE:Date af Band must not be prior to
date of Contract
{1} Correct Name of Contractor
{2) A Corporation, a I'artnership or an
Individual, as the case may be
(3) Correct Name ar Surety
(4) If Contractor is Partnership, all
Partners should execute Bond
(5) A True copy of Power of Attorney
shall be a#tached to Bond by
Attorney-in-iact
�
a�
0 Harifard Fire Insurance Company
' 0 Hartford Casualty lnsurance Company
� Hartford Accident and Indemnity Cam�any
�] Harkfard lJnderwrikers Insurance Campany
Twin City Fire Insurance Campany �
Hartford [nsurance Campany af IIlinoEs �
Hartfard lnsurance Campany af the Midwes� �
Hartfard lnsurance Company of the Southeast �
- _�
KNOW ALL �ER50N5 BY T'H�S� PRE5ENT5 THAT khe Hartford Fire lnsurance Company, Hartford AcciBent �nd Irrdemnity
Campany and Nartfard Underwriters lr�surance Company, corporations duly organized ur�der the laws of the 5tata of Connecticut; Nartford
lnsurance Company of Nlrr�ors, a corparaiian duly arganized under the laws af the Stake of IIlinois; Hartford Casualty lnsura�ce Company,
T'win Crty Fire lnsurance Company and Hartford lnsurar�ce Campany of the Midwest, carporations duiy organized under the faws of the
State nf Indiana; and Hartiord Ins+�rance Campany of ihe Southeast, a corporatian duly organized under the laws of ti�e State of FlQrida;
having their home office in Hartford, Gonnecticut, (hereinafter collectively referred to as the "Companies") do hereby mak�, cons#itute and
appoint, up to the amo�a�t af ��IMiTED: . ,
.TOHN FLTLKERSpN, DpNNIE DQAN, KAE. GI$BpidS, MrCHELE DEGIVON AND 'FQM ELLIS DF DAIILAS,
TEXA,S �
their true and Iawful Attorney(s)-in-Faet, each in their separate capacity if more t�an one is named a�ove, tn sign its narne as surety(ies)
�� onl as deiineated above b
y y�, anc! to execUte, seal and acknowledge any and all bonds, uncEerkafcings, contracts and other writien
. instruments in the nature thereaf, on behalf af the Companies in their business of guaranteeing tYse fidelity of persons, guaranteeing the
perforrnance of cantracts ar�d exec�ting ar guarankeeing bonds and undertakings required or permitted in any actions pr proceedings
, � allowed by law.
� � ln Witness Whereof, and as authorized i�y a Fiesolution of tF�e Board of Qirectnrs of the Companies on September 12th, 20a�,
the Com�anies have caused these presents Ea he signed by its Assisiant Vice President and its carparate seals to he hereto affixsd, d�ly
atEested by its Assistant Secretary. Fu�ther, pursuant to Resoiution of th� Board of �irectors af the Cornpanies, the Companies hereby
� unambigunusly affirm that th�y are and wilt be bound by any mechanicaUy applied signatures applied to this Power nf Attomey.
�YY i'b4�� �Y� Z�sLl� �slkl�,tle�..� wYy .. y, � . C! c4� .i ti���� RT.
�.��s�y7 , ��k1i;i.��ik y e ��!' � a� ��,��t►}�{ �� /II~`S.li
.ia �i �,,,� i,,, � -M��' i }y`- �' � �" �f�'� -V5 � �'�'.`" 4�a � b �nW�t'�a
b` ;4 � 7�51if'��,•i a' 1�_ � S�_
�r . {y�lF� { _ . :? ' : . ��:��kiiiani�.a�`�'� �� 't d" t979 rr' ��=f=� ip74 ta' . � � �
� rr � z„ jel: 9' �� K.,,�.�.�� *_ ''i'+...�.�4� 'i�•�....�% 441C ;�. 3 4"i 9
• ratce� '+e.� ar ` �•. X f!' - 4''�4f�U�ais' ra�iyi�• ���.�
� , %�.,� � . � -
;
- i Paul A. Bergeni�o[tz, Assislant Secretary
� �.�k �� '�MI� �.���`a' f����`����` .
� �-� Hartfard
��rl�l`��'"�' �.�F �1�3`���� �
�.
� �
Jahn P. Hyfand, Assistant Vice President
On this 19`h day of Septemb�r,�2D00, before m� personally came Jahn P. Hyland, fo me known, wha 6eing hy me duly sworn, did
depose and say: that he resides in the County af Hartford, State pf Connecticut, tnat i�e is the Assistant Vice President of the Companies,
the corporatior�s descrRhed in and which execuFed the abpve instrument, Ehaf he lcnaws the seals of the said corporations; that �th� sea�s
affixed ta the said instrument are such corporata seals; Chat they weCa sa affixed by authority o� the 8oards of Dir��tars of saicE corparations
ancE that he signed his name thereEa by lik� authority. . .
a � �G�'���
: '�: �s�i
9.� .
lann H. Wnzaiulc
������-��� . ' Nulary Pu6lic
' , My Commission Expires June 70, 2�04
I, the u�dersigned, Assistant Vice President of the Companies, aQ HERE6Y CERTIFY that #he above and ipregaing is a tru� and
correct capy of #he Power af Attomey executed by said Companias, which is still In f�kl force effective as of -5,,,�,,�� 11� .Z a'�Z
Slgned and sealed at the City of.Nart€ord. �
�YYII�* tiLl! �7A�1, : , ' ' 1 �r�, ,, ,-,,��t N+Kr��
�f 'w..�"'a{--r�."� �►w �',!i��, e
a �"� � �� � ���nl�i-l;T � IL'�iiq;�':.. ����� �_ .�p'q°y .t^� Q�e°'►.°""
� � � ;9'� $ �.��r&sa� � �r * ! e 9� t i �'�� y
M �Ba�° _ _ .. ' � ��S�rr�ls_+na� �'�" � ��� i f� �'S i3 9�
.i�p ` o � ,�.dd�sy ,g�. Y79 ..� 197q •� zQ
" r �� � � ��rt�'� • . +.'�'r f�Y� � , � � ,75. ; � •I�L��walyy�' 3 �,� �4� �"' ��
IM�� I'
�..r ".`-��.V�1 • ' ,
TH� HA�i��R�
HARrFtlRO PLAZA
HAR7FOR�, C6NNECTICl1T 08115
Calleen Mastrqianni, As9'sstani Vice Prasident
�j���
��.��r�:��
Inau�ries Re a� rdin� Ciaxms
�
Hartford Fi.z'e Itisurance Company Twin City Insurance Company
Hartford Casualty Insuranc� Company Hartford Insurance Company of Illinois
Hartford Accident and Indemnity Campany Hartford insurance Campany of the Midwest
Hartfard Underwriters Insurance Company Hartford Insurance C�mpany of the Sautheast
Please address inquiries regarc3ing Claims for al1 surety and #"idelity products issued by
The Hartford's underwriting companies to the following:
Phone Nuz�aber
Fax - Claims
E-mail
. $S$-26b-3488 �
: 86D-757-5835 or 860-547-8265
: claims@lsiepsurety.com
Mailing �lddress : The Hartford
T�e Hartford Fideliry & Bonding (BOND)
Hartfard Plaza
G90 Asylum Avenue
Hartfard, CT 06115
��
�._—
�
�+ ' ��
,
:.�•� -- -
�
..... ....� .......................... .................................�::.::.::::::.::::
Bo�d No. 46B�S8Q 7556
PAYMENT BOND
STATE OF TEXA�
CQUNTY OF TARRANT
' KNOW ALL MEN BY THESE PRESENTS, Tha�t we (1} BAR Constructors, Inc.. {2)
�I Corpnr��-inn _ of�ancast�r. TX _,-her�inafter called Principal,
` and(3) Hartford Fire Insurance Comoany
,
,. a corparatian organized and �xisting under the laws of the State and fiilly authorized to transact business
� in the �tate of Texas, as Surety, are �.eld and firmly bound unta the City oi Fort Worth, a municipa�
� corporation organized and existing under the laws of tbe State of Texas, hereinafter called Owner, and
� unio all persons, firms, and corporations who may furnisb xnaterials, fpr or perform Iabor upon the
� f i�uilding or impzovements hereinaf'ter referrad to in the penal sum of:
Five Millian Two Hundred Fortv-Qne Thousand Two Hundzad ($5,241,200.00) Dallars in lawful money
, of the United States, to be paid in Fort Worth, Tarrant County, Texas, for th� payrnent of which sum
�
w�ll and tzuly be made, r�re hereby bind ourselves, our heirs, ex�cutors, ac�ministrators, and successors,
j ointly and severally, firmly by these presents.
, THE CQNDIT�ON OF THIS OBLIGATION is such that Whereas, the Principal �:ntered into a
;�
certain coniract with the City af Fort Worth, th� Qwr�er, dated the ��_ + i ���y of ,
_', A.D. , a copy of which is hereto attachcd and made a part hereof, for the construc�ion of;
Rolling Hi�ls Water Treatment Plant
_-� Facilitzes Upgrade, a.nd 40 MGD Expansion �
Phase 2— Backwash Supply System
�� designated a� Project No. {s) PW77-060770510050, a copy� of wbaich contract is hereb attach�d referred
Y �
ito, and made a part hereof as fully azxd to the same claimants supplying labar and rz�aterial in the
'' prosecution of tYae work pravided for in said Cantract, as c1aimants are dafined in said Artic�e 5164, and
' f all such claimants shall have a direct right of action under the bond as provided in Articie 5160 a� ttte
� Revised CiviI Statues. �
.�
.�
r�
I
'; PROVIDED FURTHER that if any legal action be filed upon this bond, ver�ue shall lie in Tarrani
County, State af Te�as, that said Surety, for value received, hereby stipulates and agr�es that no charge,
ext�nsion of tune, alteration or addition to tha terms extent as if copied at lengih herein, such project and
constructian being hereafter referr�d to as the "work".
NOW, THEREFDRE, the condition of this obligatian is such that, if the Principal shall pxomptly
rnake a payment �o a11 claimants as defined in Article �16fl, Revised Civi1 �tatues of Texas, supplying
labor and materials in the �arosecution of the work provid�d for in said Contract, th�n this obligatior�
��I shall be null and void; otherwise it shall remain in fulI force and ef%ct.
l
THIS BOND IS MADE AND ENTERED into soleiy for the protection of all of the cantract or to
the work to be performed thereunder or the specifications accompanying the same shall in any r�vay affect
its obligation on this bond, and it does hereby waive notice of any such change, extension of tim�,
alteration or addition to the terms of th� contract or to the work or ta the sp�cifications.
PROVIDED FURTHER, that no final settlement betvcreen t1�.e Owner and the Contra.ctor shall
abridge the right of any beneficiary hez�eunder whose claim may be unsatisfied.
,�
i
�i ght �8)
IN WITNESS WHEREOF, this instrurnent is execuied in�e� counterparts each one af which
shall be daEmed an original, this the day af �, N„ �'_,,,,.' , A.D., 2002.
ATTEST:
- ; J� Q �.�..
; � (Principal) Secretary
(�EAL}
�
� ���� ���
� Witness as to Principal
PO Box 10, Lancaster, TX 75I46
Address �
ATTEST:
I� Fi
(SEAL}
�
;�
�
�
{Sureiy} Secretary
� r � �� �1�
� i ess as to Surety
C ntraT Dr. #1700
"X 5251
{Addre�s)
BAR CONSTRI1CTOf�S, INC.
PRIlVCTPAL (�)
BY: � �
�
P� Box 10, Lancaster, TX 75146
{Address)
HARTFORD FiRE INSURA�ICE C(IMPANY
Sarety �
BY: �,�=�-� -�.
{Attorney�in-fact) {5) ti�
�lichele Degnnn
Nartford Piaza, Har�t�ord, CT D6115
(Address)
NOTE: Dafe af Bond must not be prior to
date of Contract
{�} Correct Narne of Contractor
(2) A Corporation, a Parinership or an
Tndividual, as the case z�ay be
(3) Correct name of Surety
(4) If Contractor is Partnership, all Partn.ers
shouid execute Bond
(5) A True copy of Power oi Attorney shall
be atiached to Bond by At�orney-in-fact
�
I,
Y�� �i�������
HAH7�ORfl PLAZA
HAATF4fiD, CONNECTICUT 06119
0 Hartford Fire insurance Company
� Hartford Casualty Insurance Company
• 0 Hartford Accident and lndemnity Company
� Hartfard Llnderwriters Insurance Gflmpany
iwin City Fire Insurance Campany �
Hartford Insura�ce Company of Illinois [�
Hariiord Insurance Company af t�e Nlidw,est �
HarCfflrd Ins.urance Company of the Southeast [�
KNOW ALL PERSONS BY TNESE PR�SEiV75 THAT tha Hartford Fire lnsurance Company, Hartford Accrdent and lndernnity
Company and Hartford Ur�d�rwriters ]nsurance Company, corporations duly organized under the laws of the State of Connecticut; Hartiord
lnsurance Company of !Ilinois, a corporatian duly arganized under ti�e laws of the State of �Ilinois; Hartfora' Gasualty lnsurance Company,
Twrn City Fire lnsurance Company and Hartford lnsurance Campany of the Midwest corporations duly organized �nder the laws of the
State of Indiana; and Hartford lnsurance Company af.the Sautheast,� a corporation duly organized under the laws of the State of Florida;
ha�ing their home office in Hartford, Cpnnecticut, (�ereinafter callectively r�#erred to as the "Gompanies") do herehy make, constltute and
appoint, up to the arrrount of �LIMITED :
�TOHN FUL�KERSON, DONNIE 17OAN, KAE GIBS�NS, MICHELE DEGNON ADTD 'TOM ELLIS OF DALLAS,
TEXAS . .
their true and lawfui Attorney(s)-in-Fact, each in Eheir separate capacity if more than ane is named aboVe, to sign its name as suraty(ies)
only as clelineat�d above by �, and to execute, s.eal and acknowledge any and all 6onds, undertakings, contracts ar�d other written
insiruments in tha nature thereof, on behal( of the Companies in their business af guaranteeing the fidelity of persons, guaranteeing khe
performance of contracts and executing or g�aranteeing bonds and undertakings required or permitted in any actions or proceedings
allowed by law.
In Wiiness Whereaf, and as authorized by a Resolution of the Board of Directors of the Campanies on 5epfember 12th, 2400,
the Campanies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly
� atiested by fts Assistant Secretary. Further, pursuant tn Fiesolution of the Board of Directors of the Companies, the Companies here6y
unambiguousfy affirm that th�y are and will be bound by any mechanically applied signatures applieci to this power of Attomey,
,��„� �
�YYIAi�y4 �1� µLIM,{y ,�.''.,�f.', .�, _..�4- iroN'� 1T�� �
� ,,�� y'+� `* 'i ,��7�fg''.,�'. !4'$"� �': ���,t ^�,rn�i�q�•� � 3 pctiwaatta
�= 'ros�- �
��� _.s H j 7k�`�$' �n� -° ' i' �-`- �R� � �a" ,g � $
r �bli� � �� �r� � .:'�K.. _, r '��ary§u�,�., f�� ' �s�stA7� �._ *r�Y079 �e'' Y,'r IST4
�1,�, �' :.i,�, � i ,.� . . � w� �� ��`.�+'
• Y a�tra a° K'�1 -�� -��ik . ����iiscts r��i�►�•
��Q � .
Paul A. Bergenhaltz, Assistani Secretary
�� ��
John �. Hyland, Assistant Vice President
���"��� ��� ������. '�
�, Hartfard
���i�� �I� ������ ;
On this 19`�` day of September, 2d00, before me personafly came John P. Hyland, to rne known, who being by me duly sworr�, did
depose and say: tha# he resides in the County of Hartford, 5tate of Cnnnecticut; that f�e is the Assistant Vice President af the Companies,
the corporations described in and which sxecuted ti�e above instrumen#; that he knows the seals of the said corporations; that the seals
affixed to the said instrurnent are such corporate seals; that they were so a[fixed by autf�ority of the Soards of Directors of said corporations
and that he signed �is name khereto by like autharity. �
� � �� 9�•r��'���
�
Jcan R, Wozniak
�.� . ����� Nota�y Pu6[ic
tvly Commission Expireslune 3�, 2D04
I, the undersigneci, Assistant Vice Presidenf of ti�e Companies, p0 H�R�BY CEFiT1FY that the above and foregoing is a true and
correct capy of the I'ower of Attarney execuied hy said Corr3panies, which is still in full force effective as of �$ wtic li ��aoi.
Signed and sealed at the City of.Hartfard,
�tY„��„ � ��;� n � � �,� 1� ���
� •� t ,,►�* �
,�. ... ,4, *�
o ,� �`:�eaF�Eir�;; ��F��• �'� a�,v�°�re.,he a �
�'r+v° • iv � Ea ■ s- F. 3;
,v .sav , ' � �w rq � rs � ' i a
�� �'�' �� ' ". � ' �'ay?mi� .a..n w . x - �L�`� . � `#i: � � () 7 � � �' 1'9 7 9 � x io �
n
t �' 9' +�m "`•.^ x�• ''�,�r�"`�-�«�= *�:'a � � 19'79
• �aro � �i:� -y k iio ' n,�n�aks. 'riOiRM•♦
���r �
l��-�-EJ..rt_. � ' ' .
� Colleen Mlastroianni, Assistant Vice Presidenl
1
��
', '.
�, �
i {
1
i
� �
� �
�
,
�
�
I .
,
,
�
� �� �
���I���A�I���
�
�
t-
.i
�IY��SY��T 1
G]EEloT]E�L 1��TJ��NI�I�TS
;�
��
;�
City of Fort Worth
Rafling Hiils WTP
Bacicwash Supply System
SECTI�N 01005
.ABBREVIATIONS
PART 1: GENERAI,
I A 1 SCOPE OF WORK
�.. Whenever in these Contract Documents the following abbreviatioz� are used, the intent and m.eaning
shalI be interpreted as follows:
AA Aluminum Association
�A Architectural Alurrunum Iv�anufacturers' Association
AASHTO American Association of State Highway and Transportation Offzcials
ACI American Concrete Institute
A�'BMA
AGA
� AGMA
AISC
T AISI
AITC
AMCA
• � 1�NSI
APA
AFI
AREA
� . ASAE
`� ASCE
i .. ASHRA�
ASME
ASTM
AWI
AWPA
AWPB
.Anti-Friction Beari.ng Manufacturers' Association
American Gas Associaiion
American Gear Maz�ufacturers' Association
American Institute af Steel Construction
American Tron and Steel Institute
.American Institute of Timber Constructian
Air Moving and Conditioning Association
American Natianal Standards Institute
American Pl}+wood Association
Ameriean I'etroleum Tnstitute
Amezican Railway Engineering Associatian
American Society of Agriculiural Engineers
�1.znerican Saciety of Civil Eng,�neers
American Society of Heating, Rafrigerating and Air-Conditioning Engineers, �nc.
American �ocie#y of Mechanieal Engineers
American Society of Testing anti Materials
Architectural Woodwark Institute
American Wood Freservers' Association
American Wood Preservers' �uxeau
AWS American V�elding Saciety
AWWA Ameriean Watex Vi�orks Association
BHM� Builders' Hardware Manufacturers' 1�ssociation
CBMA Certified Ballast Manufacturers' Association
CDA Copper Development Association
CISPI Cast Iron Soil Pipe Tnstitute
CMA.A Crane Manufactur�rs` Association of Ameriea
CRSI Cancret� Aeinforcir►g Steel Znstitute
Fed Spec. Federal Specificativns
HI Hydraulic Institute
HMI Hoist Manufacturers' Institute
ICBO International Conference of Building Officials
IEEE Institute of Electrical and Electronics En.gineers, Inc.
IFCEA Insulated Power Cable Engineer`s Assaciatian
NYMA Monorail Manufacturers' Association
NACE National Associatian af Coatings Engineers
�i-aioos OlOQS-1 �z�ziiati
Ciry of Fort Warth
Aolling Hi11s WTP
Backwash 5upply 5ystem
�B�
NEG
NEMA
NESC
NFPA
I�II..MA
NWMA
OEGT
OSHA
PS
RMA
SAE
�5PC
TCA
TEMA
UBC
CJI.
WWPA
Natianal Builders' Hardware Association
National Electrical Code
National Electrical Manufacturers' Association
Nationa] E]ectric Safely Cade
National Fixe Protec#ion Association
National Lumber Manufacturers' Association
National Woadwaxk Manufacturers' Association
Qverhead �lec�rical Crane Institute
Occupational Safety and Hea1tI1 Act (both Fed�ral & State)
Product Standards Sections - U.S_ Department af Commerce
Rutaber Manufacturers' Association
Society af Automotzve Engineers
Steel Structures Paintin� Council
'�ile Council of' America
TuUular Exchar�ger 1V,�anufactuxers' Association
Unifozm Building Code
Underwriter's Laborataries, Inc.
Westerr� Wood Prod�cts Assoczation
END OF SECTION
�i�oioos 010D5-2 iz�2i�oi
City of Port Worth
Rolling Hills WTP
Backwash Supply Syste�n
SECTION O 101 b
SUMMARY �F V4TORK
PART 1: GENERAL
1 A 1 SCOPE OF WORK
A. This 5ectinn descriUes the proj ect in general and pravides an overview of tl�e extent af the work to be
perfarmed. Detailed requirements axid extent of wark is stated in tiae applicai�Ie Specif�caiion Sections
and shawn on the Drawings. The Cantractors shall, except as otherwise specificaliy stated hexein or in
any applicable parts of these Contract Documents, provide and pay far all labor, znaterials, equiprnent,
tools, construction equipment, and other facilities and services necessary for proper execufion, testing,
and completion of the vtrork.
B. .Any part or item of the work which is reasonal�ly implied or normally required to xnake each
i�stallaticrn satisiactorily and campletely operable sha11 be performed by the Contractox and the
expense thereof shall be included in the applicable unit prices or lump sum pr�ces bid for the various
items of wark. It is the intent of these Specifications ta provide the Ovvtxer with cflmpleta operable
systems, subsys#ems, and other itertas of work. All miscellaneous appurtenances and ather items or
wark tiaat are incidental to meeting the intent of these Speciiications shall be considered as having
6een included in the applicable unit prices or lump sum prices bid for the various items of work even
- though these appurter�ances and items may not be specifically called for in the Specificatians.
C. The work shall include all civil, mechanical, structural, architectural, electrical, and instrumentation
wark.
1.02 DESCRIPTIC}N OF THE PROJECT
A. The work of this pro}ect is located at �ort Worth's Rolling Hills Water T�eatmenk Plant, 2504
Sautheast Loop 82Q Fort Worth TX 76144, as shnwn on the Lacatian Map on Sheet G-3 af tlie
I]rawings.
B. The groject shall include, but not be limited to, the follor�ing znaj or items oi work:
1. 500,404 gallon composite type elevated storage tank.
2. �acicurash Water Pump �tation — Construction of a vertical turbine can-type pump station with
fhree pumps, piping, valves, motors, etc.
3. Modi�ications of Existing Concrete Stxuciures -- Consists of removal of existing co�crete wa�3s,
construction of new concrete walls, insta3lation of sluice gates, construction. �f concrete masonry
unzt baffle r�valls, connections of yard piping to existing concrefie structures.
4. Buried and Non-Bur�ed Piping, Valves and Appurtenanc�s -- Consists of modifieations of
existing piping systems and installation of zaew burzed and non-buried pipzng, valves, etc.,
including concrete valve and meter vaults,
Electrical and Ynstrumentation Equipment and Systems — Consisfs of power, lighting and
instrumez�tation fnr equipment being furnished and installed on this project.
6. Trench Safety — Protection for trench�s for piping and exca�vations for bel�w grade sh-uctures.
Site Work — Cc�nsists af Site/ROW Preparation, Temporary SedimentationlErosion Control,
5eeding, Girading, Driveway Construetian, and related wark.
�o i o io.ao� Q 1010-1 sn2�az
City of Port Worth
RollingHiZls WTP
Backwash Supply System
1.03 CONTRAGTS
A. The vFrork of this project wiIl be executed in one {1) lump sum con#rac� as shown in t}�e Bid Form.
B. The wark is �enerally described below under CONTRACTt]R'S RESPONSIBIL�'I'I.ES. The
delineations noted there Uetween the vaxious sectia�as of the 5pecification� and contracts are for a
general overview of the work. The wark ta l�e �]C�Cllt�CY 15 not necessarily limited to thos�
d�scriptions. Accordingly, the Contractor shall t.�aoxoughly farniliariza hir�►self wit�i al]. of the Contract
Documents in order to fvllyunderstand the extent of his work and be aware of any "cross references",
The Contractar fully understands, and sha11 fulfill, his duties and re�ponsibilities regarding
coardination and cooperation wath other contractars warlcing on the project.
1.Q4 WO�K SEQUENCE
A,. The Contractor is required to det�rmine his a�vn nnethod af construction and detailed work sequence,
within the general terms af the Contz-ac# and the specific requi�'ements of Section 01 D44, sa long as the
restraints are observed and ihe overall proieet coxrzpletion tim� is achieved.
B. The Contractor sha11 serae as �n overall coordinator among alI SuUcontractors.
1.D5 CONTRACTOR'S DUTIES
A. Designate requiz•ed delivery date far each product in Construction 5chedule.
B. The Contractox shal� serva as an overall coordinator among all Subcontractors,
C. Haz�:dIing of inaterial and equiprnent at site, including uncrating, storage and security,
D. Prntect equipmex�t from clamage.
E. Repair ox replace items damaged as a result of t�e Contractor's operations.
F, Fnstali, connect and finish products.
1.06 CONTRACTQR'S RESPONSIBILITIES
A.. General Construction - Contractor.
1. Execuie, or be responsible for respective subcontractors, all woxk, including site, structural,
process pipin� and equipment, instrumei�tatian, and electrical wark,
2. Arrange for the necessary ternporary water service, including the secuxing of an.y necessary
permits, This sexvice sha.11 be metered separatelyto the Contractor as xequir�d hy the Ownez. At
least one 3/4 inch hose bibb, lcrcated where directed Uy the Engi.neer, shall be pro�vided fox �se
by a11 subcontaactors.
Provide adequate ternporary sanitary faczlities.
4, Secure all necessary permits, and fumish, uastall, maintain, and remo�e alI temporary �ieciric
service faciliti�s for construction purposes, and pay for alI elec�rical energy consurned foz
construction purpases for a�l the subcontrac�ars, including �e operation of ventilating
equipment, for heating of buildings, and also %r tes�ing and operating of all equipment after
permanent wiring has been xnstalled, until final acceptance by tiae Owner or until the Engi_neer
certifies Substantial Campletion. The Contractor shall be responsible for deterrr�uung tk�e total
te;mporary electrical need and sha11 provide it accordingly. The temporary electx�ical servi ce shall
meet �TEC, 05HA� and all oth�r local safety cades.
Fo�ol�,ao� 0101 D-2 3nz�oz
City of Fort Worlh
Rolling Hiils WTP
Backwash Supply System
5. Provide and pay for temporary service for lighting of temporary of�ces, including ofiices of all
suUconiractors and cQnstruction m.azaager, xesident engineer, etc.
C. Pro�ide initial and replacement lamps, wiring, sr�vitches, sockets and other necessary �lectrical
equipment required for texnparary Iighting and for small pnw�r tools.
7�. Provide wiring, equipment, and connections for portable or temporary heating units.
Provide temporary heat; malce a1i arrangements and pay all fuel costs, supervise and maintain ali
heating units.
9. Construct and maintain temporary access roads as required.
10. Provide and maintain fire iighting equiprnent in vvarking order during the entire construction
period.
11. Be responsible for providing adequate dewatering of the site as required for the work associated
wiY1i the Contract as specified throughau# the time required to complete his work as shown on the
Plans and specified hereinaf�er.
12. �uz�aisla all concrete equipnnent bases and set anchor bolts, and all ather required cast-in-place
appurtenances accarding to the manufacturer's recommendations and approved equipment
installation drawings af all other contractors, unless otherwise specified or shovvn an fhe Plans.
13. The Contractor shall keep one set af "R�cord Dravvings" and sp�cificatians available on the j ab
� at all tixnes. This set o� dacuments shall be clearly marked as such arid shall be used only far
i recording changes, elevatians, and other data pertinent to the construct�on operation for use in
' preparing "As-Built" docurnents. All cbanges, etc_, shall be clearly marked zn red pencil. The
Record Drawings shail be available for inspect�ian by the Engineer at all times and shall be
' turned aver to the Engineer upon written r�quest.
,
1.47 COORDINATiON WITH OWNER'S O�ERATIONS AND EXISTING FACII.ITIES
A. Several parts of the proposed work under this Contract will connect vaith or inta existing faciliti�s.
' Many af such contact locations are garticularly sensitive because of the attendant necessaty down-time
of existing water treatment operafions, or because of the possibility af contamination ofpotable water,
�� or because of the extraordinary inconvenience to the Owner's perstinneI and to the routine which is
, required in the cantinuous operation. Be�ause of this sensitivity, the Caniractor shall pIan carafully
the sc�aedule of that portion of the work which will affect the existing facilities. Such plans and
� �chedules shall he snbject to f.he approval of the Owner.
' B. Work which require� shutdawn ar in any way �mpedes the operations of existing facilities shall be
, clasely coordinated with the Eng�.neer. A rninimum of 48 hdurs written notice shall be given to the
Engineer before such approval will be granted.
C. 7rmnediately after the award of a contract for this project, the Cantractor shall outIine and submit a
- scheduled plan for installation of the work which requires interrupt�on of operations.
` 1.08 CONTRACTOR`S LlSE OF PREMISES
A. Contractor shall limit the use of the premises for his Work and for storage to allow for:
1. Work by otk�er cont�ractors.
2. Owx�er occupancy.
�oaaio.dp� 01010-3 ��zzr�z
City of Fort Warth
Rolling Hills WTP
Backwash 5upply 5y^stem
�ublic USe.
B. Coordinate use of premises with Owner.
C. Coz�tractox shall assume full responsibility for security af ail his and his suUcantractors materials and
equipzn�nt stoxed on the site.
D. Tf directed by the Owner, move any stored items which interfere with dperations of Qwner or other
contractors.
E. Obtain and pay for use of additional storage or work areas if'needed ta perform the Worlc.
�. Contractor shall submit to the Owner for approval a plan of operations, designating proposed areas of
th� property ta Ue used for his operati�ns, maierial storage, equipment storage, employee's parking,
offices and sho�s. The area shall effect minimal interference with the present operations.
G. Any damage to existing facilities, including contamination, which may l�e caused by Contractor's
personnel, callers, visitars, ma.terials or equipm�nt, shall be r�paired ar corrected at the sol� expense of
the Conf�actox,
_ H. Any fence that is damag�d or removed 6y the Cont�actor shall be replaced at the Contractor's expense
in like kind, and to the satisfaction of the Engineer.
1.09 OWNER OCCUPANCY
A. Owner will occupy premises during perfo�•�xi.ance of the work far the conduct of his/her normaI
operations. Coordinate all construction operations with Qvvner ta minimiz� conflict and to facilitate
awner usage.
1.10 COORDINATION WITH OTHER CONTRA�TORS
A. During the ca�nstruction phas� of this project, the Dwner will hava ather construction grojeets
underway on the Rnlling Hills Water Treatnnent Plant site. It wili be the Gontractor's responsibility to
cooperate with all otY�er contractors, as well as tk�e �wner, regarding space far offices,
stnrage/laydown, etc., and scheduling of work in areas common to both prajects and ail other matters.
The Owner will malce the final decision on all matters involving conflicts between contractar.s over use
of sgace, scheduling use af facilities and/or shutdowns, eta The Owner will not be xesponsible fax any
delays, conflicts, disagreements, etc., arising fronz his decisions.
B. Projects that wi11 be underway cancurrently with this project include, but are not limifed io, the
following:
RHWTP Phase I-- Ozone Facilities, which inc�udes the construction of:
o Ozone Contactor Basin
• Ozone Generator Building
o . LOX Storage Facility
� Powdered Activated Carbon Facility
� Major Yard Piping
• Roads, Site Work, etc
This work will generally accur west of Coordinate Line E 44b0, az�d these structures and roads
are shown an Drawing C-1.
In addition, a 12-inch diameter drain line �will be insta]Ied fram the Ozone Contactor Basin to the
exist�ng rectangular Washwater Recov�ry Basin at Coardinate N 520Q f IE 5100 f. This lina,
FO lO l 0.doo O 1 a� 4-4 31t zloz
��
City af Fort Worth
• Ralking Rills W'I'P
Sackwash 5upply System
which �vi11 run alang the south side of existing Clearwell No. 2 a� approximately N 5092, is
shown an Drawizag C-7 as an existing line.
`This project b�gan in October 2001 and is scheduled ta be completed in July 20D3, although
• Contractor may elect to iinish earlier.
G Th.e Ownex and Engineer ha.ve drawings that show t�ie details af this project available far the
Contractor's review if more information is desired.
PART 2: PRODUCTS (NOT USED)
� � PART 3: EXECUTION (NOT U�ED)
�
I ,�i
.�
��
�
iC
;�
��
�: L
�
.�
I
END OF SEGTION
0
�aioio.ao� 01010-5 3/l2/02
Ciry of Fort Worth
Rolling Hills W'I'P
Backwash Supply System
SECTIQN 01�11
SITE CONDITIONS
PART 1: GENERAL
1.01 SUBSURFACE INFORMATION
A. Subsurface invesiigations have been rnade to indicate subsurface conditions at particular locaiions. A
gentechnical r�port, "Geotechnical Investigation, 40 MGD Expansion Project, Rolling Hills Water
Treatment Plant," Terra-Mar, Inc. TMI Report Na. FE00-O50-II, January 12, 2001, with Addendum
No. 2 dated February 5, 2001, showi.ng a record of the data obtained on subsurface conditions is
available for examinat�on by appointment at Engin�er's Office during regular business hours. A copy
of the boring logs are attached to this section for the Contractor's convenienc�.
B. T�st borings hav� been made to indicate subsurface materials and conditians only at the particular
� Iocations af the �arings at the time the barings were made. These test borings are for informational
_ purposes. Bidders shall �erform any necessary investigations to determine the nature of the
subsurface ma�erials.
, 1.02 SITE 1NVESTIGATTON AND REPRESENTATION
' A. The Contractor aclrnowledges that he has satisfied hims�lf as to the nat�zr� and location of t�ae wark;
, the general and local �onditions, particuiarly those bearing upon availabiIity of transportation,
disposal, handling and storage of materials, availability of labor, water, electric power, raads, and
� uncertainties of weather, ri�erlstream stages, or sirnilar physicaj conditions at the site; the
eonformation and conditions of the gxound; the character of equiprnent and faci3itias needed
� prelinninary ta and during the prosecution af the work and all other matters which can in an.y way
� affect tlae woxk or the cost thereof under this Contract.
' B. The Contractor further acknowledg�s that he has satisiied hisns�lf as to the character, quality, and
. quantity of surface and subsurface materials ta be encountered from inspecting the sitc and from
e�valuating infornaation derived from exptoratory work that has Ueen d�ne �y ths Owner as presenfiad
' in the geotechnical repart, as well as frorn in�formation presented herein as a part of these Contract
, Docunaents. An.y failure Uy the Contrac#or to acquaint himseif with all the available infornaation wzll
not relzeve hz7m from responsibility for propezly estimating the difficulty or c�st of successfully
� performing tlae wark. Neither the Owner nor the Engine�r assume responsibility for any conclusion or
interpretation made by the Contractor on the basis af the in%rmation made available by the Owner ar
' the Engineer.
C. Existing ground profiles shown on the Plans were plotted from infortnation derived from field surveys.
1.03 RESPONSIBILITY FOR UTTLITY PROPERTIES AND SERVICE
A. Known utiliti�s and structures adjacent to or expected to be encountered in the work are �hown on the
Drawings. The locations sk�awn are taken from existing records and the best information available
from existing plans; however, it is expected that there may he same discrepancies and omissions in the
locations and quantzties of utilities and structures shown. Those shown are for tbe convenience of the
Contractor anly, and no respansibility is assumed by either the Owner or the Engineer for their
accuracy or completeness.
FOlOi Ldoc O1Q11-1 raioroi
City of Fort Worth
Rnlling Hilks W'I'P
Backwash Supply� 9ystem
B. N�ither the Owner nor his officers or agents shall be responsible to the Cantraetor for damages as a
result of the Contractor's failure to protect utilities encouni�red in the work,
C. The Contractor shall at all times grovide unobstnxcted access to fire hydrants, undergroctnd cnnduit,
manholes, and water or gas valve boxes.
D. Where the Contractor's operations could cause damage vahich r�ight result in cansiderable expense,
loss, and inconvenience when his operations are adjacent to or naar railway, telegraph., telephone,
te�evision, power, oil, gas, water, sewer, irrigation, or other systems, no operations shall be
cammenced until the Contractor has made all arrangements necessary for the protectian of these
utilities and services.
E. The Contractor shall notify all utility offices that are a�'ected by the consnuction operation at least 15
days in advance of commencing construction operatiQns. Th� Contractor shall not expose any utility
without first obtaining permission from the aifected agency. Once pennission has been granted, locate
and, if necessary, expose and provide temporarry support for all e�isting underground utilities in
advance of operations.
r. The Contractor shall Ue solely and directly responsible to the Qwxzers and operators of such utility
properties for any damag�, injiuy, expense, loss, inconvenience, delay, suits, actions, or claims of any
character brought Uecause of any injuries or damage that z�nay result frorn the cnnstruction operations
under this Contract.
G. In the event of interruptian to domestic water, sewer, storm drain, or atlaer utility services as a resuli of
accidental breakage due to canstruction operations, the Contractor shall promptly z�oti�y #he pxoper
authority and cooperate with said authority in restoration of service as promptly as passible and bear
all costs of repair. In na event shall interruptian of any water or utility service be allowed unless prior
appxoval is granted by the awner of the utility,
H. The Contraeior shaII replace, at xais own expense, any and all other �xisting utilities or stt�zctures
removed or damaged during �anst�-uction, unless otherwise provided for in these Contract Documents,
I. Where existing utility lines or structures are so located as to physically conflict with permanent
structuxes to be consU-ucted under this Contract, the c�nflicting utility Iine or stru�ture shall be
permanently relocated. Such relocations shall be cons�dered as required by this CONTRACT.
J. '�he Contractor shall give immediate notice tn the Engin.eer, the Owner and the owner of the utility
(where applicable) when a physical conflict is determined to exist. Any delays resulting fram the
required relocatians of the utilities are the respansibility af �e Con��ractor.
K. Where existing utility lines or structures are so iocated as ta interfere with the Contractor's prosecution
of the work, l�u� do not physicaIly conflict with completed manholes or oYl�er permanent structures #a
be cornstructed under this Cont�act, any modification, alteration, or relocation af interfering utility,
either perr,nanent ar temporary, sk�alI be accomplished at the expense of the Contractor,
L. The Contractor shall give immediate notice to the Engineer and the Owner af the utility when an
interference is detern�ined to exist and shall obtain approval to relocat� such utiIity ar to discontinue
service th�rein from the Engin�er and the owner of the utility. The owner of the utility shall have the
right to do all work required to discontinue, reiocate, an.d replace inter�'ering utili�ies and charge the
Contractor far all costs thereof. When approved by #he Engineer and the owner flf t�e utility, a11 work
�o�oii.ao� 01011-2 �o�ioin�
City af Fart Worth
Rolling Hills WTP
Backwash Supply System
required ta discontinue, relocate, and rep3ace interfering utilities may be done by, ar arranged for, by
f.�e Contractar. All such discontinuance, relocarion, and replacement shall be accomplished in.
accarciance with all requirernents af the owner of #he utility.
M. When notified by the Contractor thai an interference or conflict has been determined to exist, the
Engineer will determine vvhether such interference shall be considered as required by construction or
as incidental to constraction.
L04 INTERFERING STRUCTURES
A. Take necessary precautzons to pzevent damage to existing siructures whether an the surface,
aboveground, or underground. An attempt has been xnade to show major structures on the Plans.
While the information has laeen campiled from the best available sources, its completeness and
accuracy cannc�t be guaranteed, and zt is presented as a guide ta avoid Irnown possible difiiculties.
B. Protect existing struetures from daznage, whether or not they lia within the right-of-way or th� limiis of
the easements obtained 6ythe �wner. Where existing structures must l�e removed to properly conduct
the work, or are damaged during the work, they shall be restored at the Conlractor's own expense to at
Ieast their originaI aondition and to tbe satisfaction of the Engineer.
'' C. The Coniractor may, with the approval of the Engineer and without additional compensation, rennave
, and replace in a condition as good as ar better than o�iginal, any sma1� interfering structures such as
fences azad signposts that interfere with the Contractor's operations.
1.05 FiELD RELOCATTON
A. During the pragress of the work, minar relocations of the work may be necessary. Such xelacations
shall be made oniy by direction of ihe Engineer. If existing structures are encountered that will
prevent constructian as shown, notify the Engineer before continuing with the work in ordex that the
Engineer 7may make such field re,visions as necessazy ta avoid conflict with the existing structures. If
the Contractor fails to notify the Engineer wl�en an existing structure is encountered azad praceeds wit�
the work despite this interference, he shall be respot�sible for any damage that may occur,
1.06 LAND MONUMENTS
A. The Contractor shall preserve �r replace any existing Fedex�l, State, County, City, and private land
monuments encountered. All monument replacement by the Contractor shall be perfarrned by a land
surveyor licensed in the 5tata of Te�as.
1.Q7 PAYMENT
A. The work specified in this Sectinn shall he considered incidental and payment will be included as part
of the appxopriate lump sum or un.i.t prices specified in the Bid Farm.
PART 2: PRODUCTS (NOT USED)
, I PART 3: EXECUTION (NOT USED)
END OF SECTION
FOIDII.doc OI011-3 iaio�oi
n
L _ �� ��p t--� ^�--� � - . �- " _ .
/
I
/ � I
� 1 ! _ _ _ _- ' \ I 2
V � �� { - -
N.S Ii1PE$fl� k \
�
/]IAi 91F1G J 1
❑ ' o � ll 11 6-5 @-� � i
�'s"° � j
� va3� '- � � �a s ia E i
I� r � � ❑�, I i
\ ` I Q�,�, B-6 E-10 B-14
C enr.ne ` I \ �!S! �asw�u. � � �
ei�a E O � aioncu. e�cc 4-_ - -�' �- �� . I
e�.s� I
0�
- ai d, ' � B-7 B-11 H-15 8-1 B�
� o � � ❑ � � � �'
• ; i � y �, p . a
� �._.I _ - .
. � �° a .- �� . . �
i � il � I �� . �1
, , , � 1
�, i i a � l �� �
��
� � �—� � j � i I � �N� �'° ,
C �� MA� SCiAP� �
� Y-' � - � 'I � �� RE[�4E4T MEIX �
�� —. �� � ` I � �❑ � �
B-2 _ _ l - � �� e-12 � H-19
� 1 "�cf u �
�� V_ �� . -- - � �
� - — - - s_a a-s� a-�s e-zo
e—� " � s-�» B-� � � � &�
� � � �
�
�ti
�i�li�;"� U�F
NC' � :CN�
ROWNG HILL5 WATE� 3REA�AENT PLANT
40 MGD EXPA�lSIOiV rROJECT
FaR3 WORTH, TEXA�
TERRA—i�AR, INc. SCALE: 1"= 150' I
s+ao c�a� o�.
�at Warlh. Tnuas TAII Jab ko. �44-O�fl r FlGURE S I
LOG OF B�RING
ao�irv� s-�
Project: Rolling Fiills Wa#er Treatment Plant; Fort Worth, Texas Praject No.; FE��-450
Qate: a9-22-Op Elev.; 678' +1- Location; See Fig�are 1
Depth to water at completion af boring; 'i 5.0'
Depth to water when checked: 09-22-OD was: 11.�'
Depth to caving when checked; 09-22-00 was: 28.5'
ELEVATIQNI I SOIL SYMBOLS M� LL PL -200 d.D. P,PEN UNCON.
DEPTH SA�VIPLER 5�'M80LS D�SCRIPTIQiV AI
{feet) & FlEL� T�ST DATA °� � � % pcf tsf tsf
-- ----------------�., ._
p � ----��-
^ Hard brown, dark gray & light brown ' 4:�+ � "
GLAY wl some caicareous nadules a.5+
4.5 �-
675 — 12 51 2D 31 4.5+
—5
(POSSIBLE FILL} {CH�
- ----------------- -�---
- - -----��--- ---- --- �-----
Moderately hard to hard #an
6'0 — -_ - WEqTHERED LIMESTONE wl some
� ciay layers
— lo — 10011.8"
_ _S► _,`
— — — — — — — — — — — — — — — � � .-----�--—--�--- ---- -----------
s6s — Moderately hard to hard gray
- LIMESTONE w/ some fossils & shale
— 15 � 7oora.s�• layers
Run=5
Rec = 7595 5
66fl — Rqd=B3°/a
— 20 100/1.2"
]1
655 — �
Ru n =10'
— 25 Rec=99°/a
Rqd=99%
5
65Q —
b45 —
— 35
Notes: Cpmpletion Depth: 30.�'
139.9 8B.$
13�.8 22.9
147,1 124.8
FIGURE NQ,: 2
Yrnrin nann inir
LOG OF BORING
BORING B-2
Praject: Roliing Hiils Water Treatment Plant; �ort Worth, Texas
�� Date: 9-21-00 Ele�.: fi77' �-1- LocaCior�. See Figure 1
: Depth to water at completian o�f boring: Qry
Projact No.; FE00-050
----�
� Depth to water when checked: 9-22-OD was: Dry
' bepth ta caving when cF�ecked: 9-22-�0 was: None
- ELEVAT�ON! f SOlL SYMBOLS � � � � � �
D�PTH I SAMPLER SYM60LS DESCRIPTION MC LL FL P� -200 A,p. P.P�N UNCON.
- . �__(teetl & F1EI.p TEST OATA °� I °� % % pci , tsf ts(
� _ ° �i �Nard brown & dark gray to light - -------------�w--J� -4.s+------
brown CLAY wl some calcareous �� 7� 25 as' a.s+
fi��- notiules & iron oxide stains a.s+
, - - possible fill in upper 2' I 4.5 *
{CL-CN} 12 36 �6 20 '117.7 4.5t
� 5 --�--
- Moderately harcito hard tar� W���--�------------ ----f���
, - - W�ATHERED LIM�S7Q�lE wl some li
� , 670 - clay layers , ,
� - - - �
� - so 7001�.0„
i 665 —
, — — — — — — — — — — — — — — — -
----._..__--_------ ----------
� = Moderateiy hard ta hard gray '
LIMESTON� wl some fossils & shale
-� 15 �ooro.a�� layers I
: � 660 —
� Run =10'
— 20 RaG = 99 %
Rqd=99°,�
� �
655 —
�e L
� � — 25
� � 650 — Run=S' '
` ` _ Rec=99°�
6 Rqd =8995
131.6
10
5
145,4
38.6
127.8
� � 30 - — — — — — — — — — — — — — � ---------__.._--_—_�---__�___�-_
645 —
�
— 35
�
690 —
j Notes: Campletion ❑epth: 30.0'
� �
FIGU�E NO.: 3
_ _ _�
LOG OF BQRING
80RtNG B-3
Projeet: Roliing Hills Water 7reatment plant; �art Worth, Texas Project No.; FE00-05Q
Date: 09-2'�-DO Ele�.: 676' �1- Locatior�: See Figure '1
Depfh ta water at �ompletion of boring: Dry�
Depth ta water when checked: NIA was: IWlA
I]epth to caving when checked: Q9-22-❑D was: 29.0'
; I EL�VATIONI I SOIL 5YIV1BqLS MC LL PL -200 D.�. P.PEN UNCON.
DEPTH SAN�PtER SYMBOLS ❑�SCRI�T�QI�
(feet) & FIEL� TEST DATA °�0 6� °� pl °� Paf tsf tsf
._ � ------------------ ------ --
0 ----
� Hard to very stiff browr� & dark gray � a.s'+
6�s — CLAY wl snme calcareous nodu�es a.�+
3.5
(C�} i4 43 i5 2$ 122,5 4.5+
— -----------�"...._--- ---—-
/ --- ---._
Mard light brown CLAY wlsome � � � a:5-+ -
—5 calcareaus nadules & iran oxide
670 — / stains {��.}
- - --------------_----- �-------
-- -- --- --------- -----
_- Moderately hard ta hard tan
- - WEAiHEREb LIM�STON� wl some
- - - clay layers
� �p - 10010.5"
665— --
—15 — — �4011.2"
sso— ---- -------------------
-----� --� -- ---�----
-- Gray S�lALE wisome iron oxide �
� - ---
f��- stains
-----_..� -----� --- -- �--- ---• ---- ------
Maderataly hard to hard gray
� LIME�TpNE wl some fossils & shale
_Zp ioolo.8�� layers
655 -- 8 137.4 134.8
Run = 1 p'
— 25 Rec = 639b 4 146.1 149.3
Rqd =62%
650 —
— so • �aoro,5^ �
--��__.�----------�--,.___ _.- --- -- �---.143=� ----.._157,t--
645 —
— 35
640 —
Notes: Completion Qepth: 3Q.�'
* Prior to Coring RQck w! Water
�IGURE NO,: 4
rrnnn nenn +n�n
� ,,..,� . _� . � � �._... _ .�,
LOG OF BORING
BDRING B-4
Project: Rafling Hills Water Traa#ment P1ant; Fort Warth, Texas Project iVa.: FE�O-Q5fl
C]ate: 9-22-00 �le�,; 674' +I- Location: See Figure 'I
Depth to water at completion af boring: Dry
� Deptt� to water when checked: 9-2�-40 was; Dry
Depth to ca�ing when checked; 9-23-00 was; None
_ __ ,
ELEVA710NI SOIL SYMBflLS I
pEPTH � SAMPLEH SYMBdLS DESCRlPTIOf� �C LL PL P� - e00 D,D, P.PEN U�VCON,
_ � _Ifeetj __ & FIELQ TEST �ATA ____ °� °� °� k pcf tsf tsf
�: ,° �% Hard darfc brown to medium brawn -------------------�-4.�+------
CI.AY wl calcareous nodules & iror� a.s+
� - nadules I 12 56 20 36 4.5 i-
(C�� 4.5 fi
� 679— — — — — — — — — — — — ., � � ___._�-----------_--I--
� _S �oori.a° Mod�rately hard to hard tan
- WEATHEREQ LIMESTONE wl some
` - - clay iayers
„_ - - -
, ,. - i
665 — —
' _ ^ la 70011,0" 'I ! �
i
�_ ' _
1 • _ _ _ _ _ _ � _ _ — — — � .� � ., � _ _ _ _ _ _ _ _ _ _�' _ _ — _
Moderately hard to hard gray I i � �
, seo —
L1ME5TOiV� wl some fossils and
� • i ooro. s �•
; — i� • - ra shaie la ers
, , 9 Y Y
n
� _ I I
I I I
�
� 655— Run�10' - �Z" soft layer @ 19' � I �3a.�
i�_
— 2o Rec=98°� I I
Rqd�91°� '�
' I �
�� _
: — 7 I 137.0
- 650 — I
� — 25
40, 7
918.9
_ Run = 5'
Rac= i
, — 1Q0°� 5 10.3,2 51.1
645 — �qd=93% I
� —30 ____ 4 � — — — —' — — — — — — — ----------- --------------__'
� .
6A0 —
— 35
� _
� Notes: Completion bepth: 30.d'
F�GURE NO.: 5
LOG OF BORING
SOR[NG B-5
Proj�ct: Rnlling Hills Water Treatmer�t Plant; Fort Warth, Tezas Project No,; FE�O-05p
Date: 09-2fi-p0 Ele�.: 676' +l- Locat�on; �e� Figure 1 �
. De�th ta water at c�mpletian of baring: 13.0'
(7epth to water w�en checked: 09-27-Od was; 12.0'
Depth to ca�ing w�en checked: o9-z7-oa was; 33.0'
� ` _ ,
ELEVATtO1V/ SQfL SYM8�L5 � tvfC LL PL P� -204 �.�. P,PEN UNCON.
DEPTFt � SAMPLER SYMBOLS DE5Ci�lPTiON � o�, °� °� pci tst tsf
-- ifaatl _ _ . _ & FIEL� TEST DA7A _ — - — ----. _ .
^� ��/ �Hard dark hrown &yellnwish brown---�---�--4^------� -�'�$+----�-
, 675 — l S�LTY CL4Y w/ same calcareous a.s+
�- nadules & lirnestone fragments 4.s+
— 9 38 1 5 23 4.5 -F�
— 4.5 �-
�'� -
s70 - (P0551BLE FILL) (CL)
- Hard yellow & brown SHALEY CLAY u � - _ - �- - - 4 ~ _ _
_ � w/ some =imestar�e seams
�� t� iis.e a.5+ a.s
— �o �
665 — �
. �-/-- ��i'�� — — — ------------____---- ----------
— �_ �� - ._ — � — — — — — — -�
— � Modera�ely hard gray SHALE w/
� -- 15
iootz,s� some interbedded limestone iayers
6S0 —
— — — — — — -- — — — --- — — — — --__-------------___ ---�------
Mor�erately hard to very hard iigi�t
- gray LIMESTON� w/ same gray
-� shale layers & occasionaE fossi[s
_ 20 �onlo.s°
6S5 —
— fiun =10'
� 2� Rec=83°h
Rqd=$3%
650 --
— �o - 10010.2�.
645 --
� Run � 10'
— 35 Rec=99%
Rqr4 = 95 °,5
640 —
Nates: Campletion �epth: 5Q.�'
Seepage @ 14.d' During Dr911ing
9 135.6 152.2
5 141,6 249.9
FIGURE NO.: 6
_ • _..�
L�G OF BORING
80RIf�G B-5
Project; Rolling Hi11s Water Treatm�nt Plant; Fort Worth, Texas Project No.: �E00-050
eLEVATloN1 5oIL SYNs9aLs
� d�PTH � SAMPLER SYMeOL3 DESCRIPTIORI MC LL PL p� -2q0 D.�, p.pEN UNCOiV,
(teatf & FIELD TEST DATA � °� g° �n pCf tsf isi
� 5 143, 5 44.3
Moderately hard to very harc! light
� gray LIMESiQNE wl same gray
— aa — shale layers & occasianal fossils
635 -- �
_ Run=5'
Recw72°h,
— Rqd=68% 5 � 145,3 266.7
— 45 10010.5"
i '
634 —
i� �
,50 14014.5" �. � � � — — — -- — — — -- -- — --------- -- ----�_-- ---- ---- •
, � I
� : 625 —
. � — I
� — 55 . I I
i � i
620 — , I
f
i� I I
�� —
. — 60
1 , 615 — I
� n
I. I
� 6
f — 65
I 610 — I
u — I I
. li I
— 70
. � 605 = I
' — TS II
600 —
�
�--BO �-- - ------ --- - -.
1
. F1GUR� NO.: 7.
LOG OF BORING
B�R1NG B-6
.�roject: Rolling Hills Water Treatment Plant; Fort Warth, iexas
Date; a9-2fi-00 Ele�,: 676' + 1- �ocation: Se� Figure 7
Depth to water at campletior� of boring; Qry
Depth to water when checked; 09-27-00
Depth to caving when checl�ed: 09-�7-OQ
Project �fo.: F�OQ-050
was: bry
was; 50,0'
4.5 *
� ELEVATIDNI I SOII. SYMBOLS MC LL PL -2p0 �,p, P,pEN Ul�IC�N.
DEP7H SAMPLER 5YM60�S DESCfii�710N n PI
ffeet) & FIELD iEST DATA % � °�o °k pcf tsi tsf
= ° % Hard dark brown & yellawish brown--Y---------�~----- �a,5+1-�---
6�s — SILiY CIAY wl some calcareous 4,5+
_ / s nod��es & limestone fragments
s
� 17
—5 �1
670 — �
f�fE.l..) {CL1
— ------------—--�----
Hard yellow & browr� St�.TY CLAY ----u-�------- ��-------
_ / wl some lirnestone seams & iron
� oxid� stains 17 37 1i 20 4,5+
— io �ooli.s��
665 = �
� cc�}
— -----------_--__
. -------------------- ------
Moderately hard gray SNALE wl
— �.s
_.� iopfz,o�� some interbedded limestone layers
660 —
— — — — — — — — — — — — — -- ._ — —
Moderate{y hard to �ery hard lig�nt ��`--"�------- __________
gray LIMESTON� wl some gray
— shale layers & occasional fossils
_ 20 1D010.5"
B55 —
6
— Run M 10'
� 25 Rec=75%
Rqd =7090
550 —
— 30 1 ��10, 2"
645 —
6
^ Run =10'
— �� Rec=95%
640 -- R4d=83%
Notes: Completinn Depth: 50.0'
No See�age flloted Quring Dri[ling
7 40.1
l4p,Q
a
132.1
131.7
FIGUE�E NQ.: $
i _
�o� o� BOR��v�
BORING 6-6
�
Project: Raliing Hills Water Treatment Plant; Fort Worth, Texas Project Na,: FEflO-050
ELEVATIaN! 50IL SYNiBOLS
�EPTH � SAMPLER SYMBOLS DESCRiPTION �C LL PL P� 200. p,p, p,PEN UNCON,
�_;feetf & FIELb TE57 DA7A °+6 0� o� °h pct tsf tsi
' Moderately hard to very hard light ' 4 � i44.5 238,6
— gray LIM�STONE wl some gray I
— 90 - shale layers & occasional fossils
635 — ''
u i4010.8" I II
— 45
i I -
� 630 —
i
� 10010.5" — — — — — — — — — — — — — — -----�--= I -_ -__ I� --- --------- •
— 50 �
625 —
l.
I1 ' I
I � '' I I I
`° I I
�: — 55
620 — .
.� _ II I
I I
. � � I
��, — sn
" sis —
!� _ � I
_ �
� I
— 65
610 — i I
� —
— 7fl
605 — '
��
— 75
� 660 =
�-- 80 _--- — — -.
�
. FIC;IiRF iV(l � q.
LOG OF BORING
�oRiN� g-�
Project: �tolling Hiiis Water Treatmen# Plant; Far# Worth. Taxas Project f�o.: FE00-Q5�
pate: Q9-2.6-00 Elev.: 676' +!- �ncation: See Figure 1
Depth #o water at completian o� baring: nry
Depth tn water when checked; 09-27-DO was; Dry
De�th to ca�ing when checked; 09-27-0� was: 30.0'
ELEVATI�NI � S�IL SYMBOt5 MC LL PL -200 D.�. P,PEN UNCpN,
flEPTH SAMiPLEFi SYM8QL5 DESCfilPTION
{feetl & FIEL� TE5T OATA _ °� °� � PI °� pcf ts! tsf
° % ^Hard brown to figh-t #�rown CLAY w/ ----v-T------�---- -a.s�---_�.
s75 — trace gra�el (F1LL} {CHj a.s �
�Hard dark brown CLAY w/some � `-----^��-------'�J -4.5+.---��'
calcarea�s & iran nodules a,3+
Y6 106,3 4.5-}� 6.7
—S
570 — {�fi�
Moderate�y hard tan & �rown � � -----�__�--------W-- -------___
- - WEATHERED LIMESTONE w/ �
- numeraus clay layers
— �o ' 7oorz,o"
ss5 —� — —
— is — ioa1�.5" •
660 —
— -- -- — — — — — — — — — — -- --- ------.__---------� ----------
Moderately F�ard ta very hard light
gray LIMESTOf�E w/ some gray
- shale fayers & fossils
� 20 _ i0010.5"
655 — �
Run =10'
— 25 Rec =93%
Rqd = 92 °f�
650 —
4
142.5 75.8
ia�,� s2s.a
— 30 10010,8"
695 —
— 35
640 —
Notes: Complatinn Depth: 30.0'
No Seepage fVoted During Drilling
FIGURE NO,: � 0
I�
LOG OF BORING
BORING B-8
Praj�ct: Rolling Hills Water Treatrrtent Plant; For# Wor#h, Texas Project No.: F�00-05L}
�Date; Q9-25-00 Elev.: 66$' �-1- Lacation: 5ee Figure 1
�epth tn wat�r at corr�pletion of baring: �ry
�
Depth ta water when checked: 49-Z6-a0 was: 2$.0'
Depth to caving when checiced: 09-26-00 was: 37.5'
ELEVATiON! I SOIL SYMBOLS ' ' ' ' ' ' '
�- aEP7H j SAMPLER SYMBOGS DESCF{IPTION MC LL PL p� -200 D.�.— P-PEN UNGQN.
� Ifeetl � & FlEL� TEST 6ATA °� °� °� °/o pcf tsf tsf
� ° i �iard brown & gray CE.AY w/ trace ------------------- -4.a�. ---____
gravel & 1.s. fragments 4.5}
- -,GFILLI ICH} _/'--------------------a,s+`-----
; 66s — Hard dark brawn CLAY w1 some
4,5 +
- cakcareaus & iron noduEes y� 5s 2i 3� 3.75
i I,' ^ s
, � _ (CH1
--Moderately hard tan & brown — — --------�---------- ----------
� - __ - '
s6o-- WEATNER�p LfMESTONE w/ some
• _ clay layers
- 1oo��,s° � WI rlu►r�er4u5 Clay layefs 4.5+
� : - io -- _ @ 6.5'-1 1'
i 655 — -- —
1 _ — —
, ' —15 — 10011.Q" ;
— � �-- — — — — — — — — — — — — — ---------'---------- ----------
Moderately hard to very hard light
� ��0 gray LIM�STDNE �rvl same gray I,
- shale layers & fossils '
. _ _ 20 1aolz.o^
.`
645 --
f RLn =10'
� — 25 Rec=96%
a � Rqd=92%
� � 640 —
— so
I _
.� fi35 —
Run =10'
CI — 95 Rec=89°h
Rqd =96�
iVotes: Campletion Depth: 4�.�'
Na Seepage No#ed During Drilling
e �ao,a io�.o
5 344.7 138,8
�
FIGURE NO.; 11
�o� oF BOR�N�
BOi��NG B-8
�
Project: Rafling HiAs Watar �'reatment Plant; Fart Worth, Texas F'roject No.: ��00-050
� ELEVATI�N! I 5�IL SYMBOLS MC LL PL . -200 p,p, P,PEM1f UNCON.
DEPTH SAMPLER SYMBOLS D�SCRi�TIOiV
(feetl & FIELQ TEST pATA _ °� °� °� �I % pcf tsf tst
� 63a — Maderately hard to very hard light a ias.o 305,4
- gray LIMESTOfV� wlsome gray shaie
— 40 - I & f 'I
625 —
— AS
624 —�
— 50
615 —
— 55
G10 --
— 60
60$ �
— 65
600 —�
— 70
595 —�
— 75
590 —
— 64
, ayers ossi s r ------- -- ------- ----------
1- dark brown shale @ 39=40' _�
Fir,i iR� Nn • � �
. �
L�G OF B4RiNG
BORING B-9
Pro�ect; Ro3ling Hiils Water Treatment Plant; Fort Worth, Texas Praject No.: FEOQ-050
- Date: 09-2'1-QO Ele�.; 676' -�l- Location: See Fig�re 1
` Deptn to water at compietion of boring: flry
Depth to water when checiced: 09-28-00 was: qry
Depth to ca�ing when checke�: 09-28-00 was: None
ELEVATIONI SOIL 5YiNBOLS � MC I LL i'L �-200 D.b. P,PEN CINCON.
� ��pTH sAMPLe�SYMao�s DESCRIPTiON P� ---- --
[feet) & FIELO TEST DATA °�4 °�' °� % pCf tsi tsf
' - - -- - -- ------ ----
I
� , � � - - - - -- - - - - - - - -------- ----------'----------
Q Hard dark brown & dark gray CLAY a.5-�
= 67s � wl trace gra�el fCH) i I 4•� �
, - _ - - - - - ---------- --�----- ---- ------
� ~ Hard light brown to yellow brown 4.5+
'- SILTY CL4Y wl some calcareous $�� ' 1� 3o i � 4,5t
; � nodules I 4,5 �i-
—s �
� s�o -�
{CLl , ,
' � Moderately hard tan & lorown - � ^----�---�--------- -J-�-T��~�
�,
- WEATWERED LIMESTONE w/ � ��
� num�raus clay layers
� - l0 10013,2" �
� i - .
� - -
665 -�
I i��- • I
� -
.� _ ^ .� � - - - � -------�------- --- -----___--
II Moderately hard to �ery hard light �
•�= - gray LIMESTONE wl sorne gray I
— i� 7oa1�.�^ :
shale layers & fo�ssils
6b0 �
� - I I
, � 1 D0�0.5" ' .
�.2Q I
�
� 655 - I
: � . - i
' I
Run =10' � 136.6 15 5.8
C , -25 Rec=88°k
, liqd = 8396 I .
650 -
I -
.� -
- 7 1 38.2 38.G
� - 30 10010.2" .
+ �� SA5 -
�
- 35
� 640 -
- --------- -- �
Notes: Comple#ion Depth: 3D.0'
No Seepage f1loted Quring Qrifling
FIGURE NO.: � 3
. -
LOG OF BORING
BQRING B-� 0
Project. Ralling Hills Water Treatrrtent Plant; Fort Wortf�, Texas Project �fo.; FE00-�50
Date: 09-27-00 El�v.: 675' �-l- Location; See Figure 7
De�ath to water at carnpietion of boring: Dry
Depth to water when checked; 49-2$-�d was: Dry
pe�th to caving whe� ci�ec[�ed; 09-Z8-�0 was: None
EL�VATION/ SqIL SYMBOLS -- -
aEPTH SANiPi.ER SYMBOLS NlC LL PL -200 �,0. P.P�N UNCON.
_ (teetJ & FIELD TEST RATA
���CRIp�I�N °k °6 90 p� � pcf tsf tsf
s�s _ o ' / � Hard dark brown to light brown � � � � ` � 4,5 * �
l
C�.AY wl iron nodules (CH} 4.5+
� Hard light brown to yellow brown� -------� �-------�A- -4.5+---��
SILTY CLAY wl some calcareous 9 4.5+
� nodules 9 36 15 21 4.5-}
670 — 5
� [CL}
^Mocierately i�ard tan & brown � -'------���_^___ _____���_-
WEAT�iERED LiMESTQN� w/
� nurnerous clay layers
665 — 1Q 10012.0"
— — — — � � � — — — ---- -- -- — — --------------
Moderately hard to �ery hard light �� �
�oo�i.a° 9ray LIMESTONE w/ some gray
sso — as shaie layers & fossils �
ess — za iooro,s°
� 5
Run =10'
S50 — 25 Rec=9�4% '
Rqd = 94°/a
- more shale belaw 27' ��
143.3 127.7
118.6 26,9
¢�� _ �Q 100/0.2"
694 -- 35
iVates: Completion Dept[�: 30.0'
No 5eepage Nnted During Driliirsg
FIGUFiE Nd.: 14
Il �
�
LOG OF BORfNG
BOFiING 8-11
Projecf: Ra�ling Hills Water Treatment Pian#; Fort Worth, 7exas Praject No.: F�aO-D5�
�ate: 49-27-Ofl �lev.: 6i4' +1- Locatian: See Figure '�
.. De�th to water at completion of baring: Dry
De�th to water whan checked: a9-28-00 was: ory
"�� Depth to caving when checked: 09-28-00 was: [Vona
�' � ELEVATIONI k SOIL SYMBOLS MC LL PL 'I -200 d.b. P.P�N 11NCQN.
� — DEPTH ! SAMPLER SYMBOLS p�SCR1PTI�N - --
, (feetl � & FIEL� TEST QAZA °�" °�° °�° pl °� p�t tst ts(
•�� T° �� Hard dark brown to yellaw brown --------�-Y-------- -4.5+------
� / CLAY wl some calcarenus & iron 4,�+
� P,_ - nodules 4,sa�
; � — (C}-j� 6 121.5 4.5-� 15,2
G7C1— — — — — — — — — , ^ � _ � � -----------_I___--
— — -- ----------
, _ °° 3.0�� Mnderately hard tan & brown '
- —5 WEATHERED LIMESTON� w/
� - - - numerous clay layers
�, -
s�� - clay layer @ 9'-�0'
. , �. �o -
�' 6fi0 — — --
�5 _ _ 1001i.5•'
14 35 17 l8 , 4,5+ I
:1 _ _ T -----------—-------_------- I
Maderately hard to very hard light I -------- --� -----___
- gray LIMESTONE wl some gray
sss — shale layers & fossils �
! l 00I0. 5 " I
— 2° - 8" dark gray shale layer ,
- @ 20,2' �
i
, -
u
esa —
�, Run =10'
— 25 Rec= 92%
d R9d=929�
.� —
645 --
6
�i _
. � 640 —
— 35
z .�
� Notes: Completion Depth: 3a.�'
No Seepage Noted During Drilling
139.5 92.4
FIGURE ND.: 15
�,� , _
LOG OF BORfNG
BoRiN� $-��
Project: RoEling Hills Water Treatment Plant; �ort Warth, 7exas
�ate; �9-25-�0 Elsv.; 669' + f- Locatian, See Figure 1
❑epth to water at campletion of 6aring: 27.0'
Depth to water when checked: 09-2�-�Q
Depth ta ca�ing wf�en checked: 09-26-00
Project Na.: FE00-050
was; 9.5'
was: 23.4'
ELEVATIONI SQIL SYMBOLS ' � � � � � �
DEPTH I SAMFLEFi SYM80L5 D�SCRiPTION M� �� PL P� -260 �.�. P,PEN UNCON,
(feet) & FIEL� T�ST DATA °�' °� °� °� pcF tsf tsf
_° f� Hard dark brown & yellowish brown------+------------ -4.5+u�����
� S1L`�Y CLAY w/ some cafcareous a.5+
- 3 nodules & limestone fragrnents
- 4 {FILL) (CL]
s---------�--------------
665- Hard dark gray CLAY wltrace is ioo.s 4.�+ s,a
_ 5 I cafcareous & iron nodule�
- , {GH}
Hard yellow & brawn SILTY CLAY ^�
� wl some limestone seams & iron
66D — �/ OXIdE 5talfl5 Z2 32 76 1fi A.5+
� 10 - /'
— /
_ ICLJ
—___---------
_ � -----------
-------- ----------
- Moderately hard to hard tan
fiss --� WEATHERED �IMESTONE wl some
_�5 - - iool7.0�� clay laye�s & irQn axide stains .
-- - -- - - - - - - - - - - - ------------------- ----------
�� Moderately hard to very hard fight
dso - gray �IMES�OiVE wl same gray
_ 20 _�oo��.��� shale layers & accasianal fflssils
645 —
R�n =10'
— 25 Hec = 99 °/n
Rqd =97%
544 —
— 34 —
635 —
Run =10'
— 35 Fiec=8996
Rqd = 9 5 9b
Notes: �ompletion �epth: 40.0'
Seepage @ 19.q` Ruring Qrilling
7
138.2 178.0
1h9,6 39.9
4
FIGURE NO,; 16
��,_ _ ____.�
�o� oF eoRiN�
BORWG 8-12
� Project: Rolling Hills Water Trea#ment Rlant; �ort Worth, Texas Project No.; FE00-450
ELEVATIOIV� SOIL SYMBOLS '
�� DEPTH � SAMPLEFi 5YMBOLS —D�SCRIPTIQN � MC LL PL p� -200 D.D. P.PEN t1NCON.
__Ifeetl_ & FIELR TEST OATA '� '� °� � pcf tsf tsf
' _ Moderately hard ta very hard light 1z 1�5,$ 2�,s
�: gray I.IMES�ONE wl some gray
s�a — �
"� shale layers & occassional fossils
, —ao - �--�_ �' brown shale la1rer @ 37.5' � ----------- -------�----------
, - _ — —
: l- �
�. 625 I I I
— 45
I I I
620 — I I
— 5Q
. i �
.i —
bl5 —
�.
— 55
. I : _ �I I I I
� 1� u i
�I �
s�a —
, , — �o � 'I I ''
ii
.,
; I sos — I � , !
— ss
�f _
� soo —
� —�o
f '
��� -
, h . 595 — � I
— 75
J
59Q —
� —80 --- --- -- ----------, --•—�--- '
FiGU�E IUO.: 17
. �coon nnn❑ tn�r -
LOG OF BORING
BORING B-� 3
Project: Ralfing Niils Wa#er Treatrnent Plant; �ort Worth, �'exas Project No,: FE00-050
Date: 09-23-00 Ele�,: 670' fl- Location: 5ee Figure 1
Depth to water at campletion of baring: Dry
Depth to water when checked: �9-25-Cfa was: '19.0'
❑epth to caving when checked: 09-25-00 was: 36.0'
ELEVATIONI I SOILSYMBOLS MC LL PL -200 p,�. P,PEN UNCON.
�EPTH SAiVI�LER SYMBOLS DESCRIPTIOfV
{feetl & FIELD TEST IJATA
°� °/a °/o �k % pcf tsf tsf
s�o-To �lard tan crushed �.IM�STONE {FiLL)~`----------�~----- -��5+--"��
y 4, � +
f Hard dart� gray CLAY wlsome -^��+---------�J---V -a,5+-^"--
ealcareous & iron nodules 4,5+
/ 4.5 +
665 = 5 /
_ (CHj �
- - - - - - _ -� _ � � _ - - ------__------------- --
- Hard yellnw & brawn CLAY w/
_ /■� some limestnne seams & iron oxide 22 5o z7 Zg 4�*
sso — io ��I stams
� � ICH?
- -------._.__------
- -- Moderately �ard #a F�ard tan - -----�_------------- ----�------
' - -- WEATHER�D LIM�STONE w/ same
- - -- clay layers & iron oxide s#ains
s5s — 1s _ 1oa11.o° .
- — — — — — — — — — — — — — — ------------------
Maderately hard to very nard light
gray LIMESTONE WI some gray
- — shale [ayers & occasional fossils
65a —20 i�011.5"
Run=10'
645--25 RecM995'o 5 1a2.4 '{77.0
Rqd=96°/a
646 — 30
5 143.4 367.5
Run =10'
635 — 35 Rec=99°/n
Rqd=99°10
Notes: Completian Depth: 4D.0'
No See�age Noted During Dri�ling
�IGUR� NO.: � $
LOG OF BORING
BORrNG 8-13
Project; Rnlling Hills Water 7reatment Plant; For# Worth, Texas Project No,; FEOD-fl50
ELEVATIONI { SOIL 5YMBOLS MC LL PL •200 �.D. P.PEiJ UNCON.
� DEPTH I SAMPLER 5YM3BOL5 D�SC�tlPTiON P�
[feetf & FIELQ TEST �ATA °� �O °� I % pcf tsf tsf
_ Moderately hard to very hard light
gray shale fayers & accasaional
fO5S1i5 � 142.7 168.8
630-40 —, - 1' brown shale 1a�rer � 37.5' �-��_���-- ------------- ------
� - i
i
525 — 45
r i
i 1 � I I
. — I
I
� � 620 — 50 i
_ � I
I '' — I
I '
� fii5 — 55 I
�; _ I i
I ,
� 614 — 60 I
i
_ _ i I
_ — I , '
�� _ I
� I' 6U5 — 65 � i
L '
- - ' , �
e � I
eao — 70 �
� _ I
r
� 595 --- 75
. �
�590--86 — -- �—- - — ---— -
d
� FIGIJRE NO.: 19 _
�.o� oF Bo��N�
BQRING B-14
Project; Rofiing Hil1s Water Treatmen# Plant; Fort War#h, 7'exas Project No.: FEdO-05fl
� Date; 05-z�-aa Ele�.: 675' + 1- Location: See Figure 1
Dep�h to water at completion of baring: Dry
Depth to water when checiced: �9-2$-00 w.as: Dry
�ep�h to caving when checked; 09-28-00 was: None
, � ELEVATIOM1f! SO1L SYMBOLS — ' ' - - '
REPTN � SAn/iPLEA SYMBOLS DESCF�IP��ON �� Ll. PL p� -200 O.q. P.PEN UNCQN.
h ',6 % % pcf tsf ts1
(iee#1 & FI@LD TEST �ATA _ _ _
s�s--o Nard dark brawn & yellowish brow�----�u---------Ju�� -4.�+------
� � CLAY w/ same calcareous & iron 4.s+
- / nadules ICH} 4.s �
� „ vNard li ht brawn SILTY C�AY w!— --�-�--------�ry--�- -------�--
- � 2316 �
. � so�s� sor�e iron stains & tan limestone
670 -- 5 / layers
_ {CL}
_ � .._ _ _, _. _ — — — — — — — — --__---------------- -----------
Mqderately hard to hard ta�
VII�A7HERED LIMESTOfVE wl sorne
- - clay ]ayers & iron oxide stains
665 — 10 ���12.5"
_ �
100/�.0� J Moderately hard to �ery hard light ^-------- �T------- --�--�----
eeo — s.s gray LIMESTON� w/ some gray
-� shale layers
655 — 20 _ 100l0,5"
650 -- - 25
545 — 30
7
137.4 219,9
- 1' shale layer [� 2$,5` w!
some slickensides
640 — 35
f�otes; Cornpletion De�th: 3n.a'
No Seepage Noted During Dri{ling
Run=10'
Rac � 92 °,6
Rqd = 92 °Io
�«uR� No.: zo
,._.— _ . . _ . . — _,.� ., _
LDG OF BORING
BQRING B-� 5
Praject: Ralling Hills Wa#er �'reatment Plan#; fiort War#h, Texas Project No.: FE00-05�
Date; Q9-27'-00 Ele�.: 674` -� I- Location: 5ee Figure 7
Depth to vvater at corn�letion of boring� �ry
Depth ta water when checked: Q9-28-00 was: Dry
Depth to caving when cnecked: U9-28-Od was: IVone
ELEVAT1aN1 SOIL 5YM80LS " ' �
aEPTN I SAiv1PLER SYN,BOLS DESCRIPTION MC LL PL �,� -Z00 0,0. P.PEN UNCON.
� � _ (feet) & FIEL[] TEST bA7A _ _ _ _ % � °� _ °/6 _pci tsf tsf
�. J° �` � Hard dark brown to ysllow brawn --�--�------------- ��.5+�-----
� ClAY wl some calcareous & iron 4.5+
' nadufes 71 53 19 34 4.5+
' - 4.5 �
6�0 -_ ICHj ,
� � _ _5 _ ioo�z.s� �Nj4derately hard tan & brown - - � --------�I-�_____--- ---- � -----
. . _ WEA7H�R�D LIMESTONE wl
� _ numerous clay layers ',
, � . - - �
665 —
� 10 1 Q013.0" I �
; �- - I I ��
� �
� , _ - -- _ _ - - - - - - -- -- - - -- ' ------,---____ ---------
Moderately hard to very hard fight i
�_ sso - 140j1.0* g�ay L1ME5TONE wl some gray
� -15 shale Iayers & fossils
+'I = - - 3.5' shale layer @ 13' �
�u -
655 - -
+ � 10410.5" I I
— 20 i
. � I 5 144,1 104.4
650 — I
� Run=70' I
—25 Rec=97%
Rqd =92°%
� —
6 142.7 50.5
sa5 - I
�r
� —30 - — — — — — — — — -- — — — , � ,-------------------�--------
. �
640 —
� = 35
� 1
� Notes: Cornpletion Depth: 30.0'
No SeEpage Noted buring Driiling
Fi�u�� No.: zi
LQG OF BORING
BORING 8-16
�
Project: RoEling Hiils Water Trea#ment Flant; Fort Worth, 'Fexas Project No„ FEQQ-05�
Date: 09-23-OQ Elev.: 668' + 1- Lacation; See �igure 1
qepth to water at campletion af boring: Dry
Depth to water when checked; 09-25-pQ was; 'i 9.0'
�epth ta ca�ing wh�n checked: 09-25-00 was: 37'
� EL�VA71pN1 SpIL SYMBaLS --- — - _ __ _
DE£�TH I 5AMPLER 9YMBOLS DESCRIPTION �� �� pL p� -200 �.a. P.PEN UNC�N.
Ifeet} _ & FIELb T�ST �ATA � °� °� � pcf tsf tsF
�° Hard brown �L4Y w/ some crushed-------�W---------- -4.5+��-����
limestone {FILL1 (CH? 4.0
- — — — — — — — — ._ _. _ _ _ ._.. -------------__---- ------
Hard dark gray C�AY wl sarne , 4�5 �
S65 —
calcareous & iron nodules z3 60 23 �7 95,3 ¢.5�+
22 97,4 4.5+ B.4
� 5 ;GH)
- -- — — — — — -- -- _ _ -- _ _ _ _------------------- ------
- Moderately hard tan & brown
WEATHERED L.IME57DN� w/
660 � -- — numerous clay lay�rs
— io -- — ioo�2.0�
655 — _
— 15 100l0.5"
650— ' — — — — ---------- --------- -----------
,,�. . Moderately hard to very hard lig�t
iooii.2- gray LfMESTONE w/ sorne gray
- 20 shafe layers & fossils
- - 3.a' shale layer @ 13'
69,5 —
Run M 10'
— 25 Rec = 92 95
Rqd �92%
6ao —
— �o -
635 —
— Run=1fl'
� 35 Rec=58°�
Rqd = 56%
Nates: Gnmpletion Depth: 44.0'
Na Seepage Noted During �rilling
5 7 43.7 103,1
FIGURE NO,: 22
0
r --
���
LOG OF B�RING
BaR1NG B-16
Project: Ralling Hilis Water Trea#ment P1ant; �ort Worth, 7exas� P�oj�ct No.: FEOD-45d
EiEVA710N! SOIL SYMBOLS
QEPTN � SAMPLER SYMBOLS D�SCRIQTION MC l.l. PL I P� -200 D.a, P.PEN UNCON.M1
(teetj & FlELb 7ESi" bAiA °�° °� °� °� pcf tsf tsf
6so — Moderately hard to very hard light
— gray L�M�STONE w/ some gray I
—ao 10010.5u � shale Iayers & fassils — — — — — r---___.._, -- ----,---- ---------
G25 —
— 45
620 --
— 50
615 —
— 5S
61D —
— 60
605 —
— 65
600 —
— 70
595 =
— 75
$90 —
— 80
FIGURE NO,: 23.
�OG OF BORlNG
BORING 8-17
Project: Ralling Hills Water Treatment Plant; Fort Worth, T'exas Project No.; F�Oo-050
Date: 9-22-OQ �lev.; 676' -� 1- Location: 5ee Figure �
Depth tn water at completion of boring:ary
qepth to water when checked: 9-23-00 was: ❑ry
' Depth to cav�ng when checked: 9-23-Oa was: Nana
ELEVATIONI SDILSYMBDLS MC Lt PL -200 d.17. P.PENAUNCON,
�� DEPTH � SAMPLEA SYfvIe0L5 E]�SCRIP7ION y� n� g� P� g6 pcf tsf tsf
f#eetl & FIELD TE5T dA7A �
�v° � —Hard brown & dar€c gray CLAY w/ _4��------LL�~----- ��a----
^4.5+
67S —
Spfil� C3�CarEOUS f1pdUIBS 4.5 *
(POSSIBLE FE�L} ;CHj 4.�f �
Hard light brawn CLAY w! sa�-ne -�-------------___--- -4.s� ____--
calcareaus nnduEss & iron oxide 4.s �
. -5 stains {CL}
670-- .� � — — — — � ._ � — — — — — —____--------------- -----------
Moderately hard ta nard tan �
� - - WEATHEREQ LIM�STONE w/ same
� _ - c2ay layers
—10 - 1aol�.o"
665 —
— — — — — — — — — — — — — -- ------------------- -------
- Moderateiy hard to hard gray
�. - • LIMFST��f� w/ some fossils & sl�ale
- ,_ ls ioolo,s^ iayers
6sa —
7
Run=10' - � 2" soft layer @ � 8�
� -- 2o Rec=92%
Rqd = 9 2 °h
855 —
_ �
— 25 —
650 —
.- -slightly slikensided @ 26:5'
Run=10'
— 30 Rec � 92 °�
Rqd=92°k
645 —
-slightly slickensided @ 31'
^ 6
136.6 94.3
151.5 63.9
�39,5 37.2
64a —
Notes: Completion ❑epth: 35.0'
5eepage @ i7.0' During Drilling
FIGUR� NQ.: 24
� T— -
� LOG �� BORiNG
BORING B-18
� Project: Rolling Hi11s Water 7reatment Plant, �ort Worth, Texas
�Date: 09-25-00 Efev.: 674' -�1- Location: 5ee �igure i
Dep#h to water at campletion of boring: ❑ry
Praject �lo.: F�Oa-050
�Depth to water when checked: p9-2G-00 was: 29.0'
Deptn to ca�ing when checked: 09-26-00 was: None
ELEVATION! S01L SYMBOLS
L I O�,PTH � SAMP�ER SYivl8QL5 DESCFiIPT10� MC LL PL P� -204 �.�. P.PEN UNCQN.
lfeatl � & FIEL� TEST 6ATA °�' °� °% � cf [sf tsf
I `,�' - . --------- .T�..._— —�--------�---��- - p--� ---�------
° Hard brown CLAY vvl trace crushed 4•5�
� � _ �limestone IFILL} icH�------ J�-----��----- ---- ----.4_5+ __ ---
e p �} �{ard dark brawn to brown C�AY wll ' - � " - - - " - � - a.5+
Icalcareous nadules & iimey �aebbkes r��� �7 �5 4.5+
� e7o- / 1{GN}----__�W _._. �J
� Harc� light brown to yellowish brown 4�5*
� -s /
� i' / S1LTY CLAY wl same calcareous
- /
/ nodufes & iran nodules
_ �
� {�Lj
, � - - ---------------_--_ -------
----� --- ---- ---- ------
- Moderately hard tan & brown
I' sss- _ __ W�A7H�RED LIMESTONE wl
� 10411.5"
f - i0 numerous clay layers '
�� _
.� _ - -
660 -- - -
- is - � ooiz.a^
- ------------------- ---� ---_.
�--�--- ----�----��------
� Moderately hard to very hard ligi�t I
` gray LIMESTON� wl same gray shale
l 6ss - layers & fossils
^2p �ooto,a� _ 3.5' shal� layer @ 13'
; �i -
�
I -
� 650 --
Run =10'
° — 25 Rec-88%
_ Rqd=8$°h
� -
�'
� �` 645 — _
i
� -
640 —
— 35
� N4tes: Completiofl DePth: 30.Q'
� No Seepage Noted �uring Driiiing
�-r�pRrt_nnnQ �nir
5
142.5 108.3
FIGURE NO.: 2
m
LOG OF BQRING
BORlNG B—�9
Project: Rolling Hi[ls Water Treatme�t Pfa�t; Fort Worth, iexas Project No,: F�DD-050
Date; a9-23-40 Elev.: 668' fi!- Locatian: 5ee Figure'E
Depth to water at completion of boring: �ry .
Depth to water when checked: 09-25-00 was: Dry
Q��th to ca�ing when check�d: 09-25-00 was: None
ELEVATIQN! SOIL SYMBOLS MC LL Pl. -200 D,p. P.P�N 11NCON.
DEATH SAMPLER SYM80LS �ESCRIPTION
(feet) $ FIELp TEST nA7A "�p °�a % �� °/o pCF tsf Ssf
-° f/ HardbrownCLAYwltracecrus�sd ��------�----------� �a,5+--���_�
� � lirries#one �FILL) (CH) a.5+
__----------------•--------
�� Nard dark gray ta dark brown CLAY w! 4,�+
s6s � calcarea�ss nodules &[imey pe�bles �s ss zs �s io�.s 4.5+ a.a
� - - - -� (�H) �
— �-------------------- -----------
Hard brown to yeflawish brown CLAY 4.5+
-5 -�wlsom�calcareousar�dironnadules_______________________________
- - ( C H } � � � � _ _
- Moderately hard tan & brow�
660 - --_-- WEA7HER�D LIM�STONE wl
_ -_ � numerous clay layers
— lo
655 —
— 7.5
6sa —
- ao
645 —
— 25
640 --
— 30
635 —
�- 35
Nates: Completion Depth: 30.0'
No Seepage Noteci During Qri[ling
t OQ/1.5"
1 d010.5"
� � — — -�-- — — -- -------------�--------
Maderately hard to very hard light gray -�-- -----
LIMES70iV� wl same gray shale
layers & fossils
�oor�.o��
Run=1 p'
fteG=99°h
Rqd�93%
8
4
135.D
145.7 126.6
�IGUR� fVO.: 26
-��.,., . . . A � �. , �
i.- � y
LOG OF B�RING
� �.
so�iN� B-�o
Project; RollE�g HiEls Water Treatment Plant; For# Warth, Texas Project iVa,; FE�p-0�0
'' Date: U9-�2-00 Elev,: 667' +� 1- Location: See Figure 1
.�: bepth ta water at com�letion of bori�g: Dry
Depth to water when checiced: 09-23-00 was; Dry
Depth to caving when checked: 09-23-00 was: N�ne
, � @LEVATI�NI SOIL SYMSOLS ' ' ' ' '
� DE?TH I SAMPLER SYM80LS DESCRIPTION -- f''�C LL PL �� -200 D.�. P.P�N UNcoN,
Iteet) & FIELti 7E57 bA7A °� '°� °� % pcf tsf tsi
_ �
�- — - - - - - - - - � y. � � � �------------------- -.._..�___--_
-� ° hEard brown CiAY wl trace crushad 4.5+
, �Limestone (�ILL} (CHi_ _ � _ _ I--------�--~-------I:-a.s+------
�: 66� — Hard to �ery stiff dark brown ta light 4.5 fi
; - brnwn CLAY �vl some calcareous & 22 98,5 a.s+ z.s
_ - iron nodules 2a � 64 24 � 40 i00.8 3.75
r-
� —s I ,
� ' _ eso -- , �CH� �
� � --—-----------------------__
- - - Moderateiy hard tan & brown
� �° _ WEATHERED L.fMESTQNE w! �
_�o - _ 10011.0° numerous c�ay layers I I ',
,;
� I- - - --
655 -
I _ - _ .
'� -
. - - - i I
' - 15 1001fl,5" • I �
, �` � 650 - - -
- - - — - - - - - - .� � r � - � � .�.._._
-------------- ----------
_ - Moderately hard to �ery hard light
- gray LIMESTONE wl some gray �, �
; � _ZQ iooro.s•• shale layers & fossils '
- 4 142.4 42.5
� 645 --
- I
` r Run =10' I
! I, - 25 Fiec=9496
u Rqd = 94%
6ao — _
, � _ - 5 I 'l43.3 23.E
-
-30 � _. - � ._ .� - - - - - - - - ----- -------__f___._--»------
535 -
r
� _
- 35
. �
��a —
f Notes: Comple#ion ❑epth: 3d.0'
� Nfl Seepage Nated During Drilling
FIGURE 1U0.: 27
Ciry oiFort Worth
Rolling Hills WTP
Backwash 5upply System
SECTION O1Q25
MEASUREMENT AND PAYMENT
�
PART 1: GENERAL
1.01 GENERAL
A. The Total Amount Bid in the Bid Forr�t sball cover all Wark required by the Contract Documents.
The luxnp sum and unit pnces bid sha11 include �11 costs in connection with the proper and successful
completion of the VW'ork, including but not limited to: fumishing alI materials, equipznent, supplies,
and appurtenances; providing all co:t�truction equipment and tools; and performing all necessary laUor
and supervision to fu13y cornplete the Work. All Work not specifically set forth as to the pay item or
iterns in the Bid Form shall be considered subsidiary obligatinns of Contractor and all cosis in
connection therevvith shall be included in the prices bid.
1.Q2 BID FORM
A. The Bid Form is a part of these Contract Docunnents and lists eac� itern of wark for which payment
will be made. No payment wi31 be made for itenns other than those I�sted in the Bid Forna.
B. Required items af work and incidentals necessary for tiae satisfactory completion afthe Project which
are not speeifically listed in the Bid Form, and vvhich are not specified in this Section to be measured
or to be inc3uded in one of the ite}ns listed in the Bid Farm shall be considerred as incidental to the
work required under this coniract, and aIl casts thereof, including Contractor's averhead costs and
profit, shall be considered as ineluded in the prices bid for the various Bid Iteza�s. The Cont�actar shall
prepare his bzd accordingly.
C. Woxk includes furrzishing all plant, labor, equipment, tools and materials, and performing all
operations required to cornplete the work satisfactorily, in place, as speciiied and as indicated on the
Drawings.
1.03 MEAST.TREMENT AND PAYMENT
A_ Measurement af an item of work will be by the unit rndicated in the Bid Forrn.
B. Measurement will include aIl necessary and incidental related warlc not specified to be included in any
other itena of work listed zz1 the Bid Form.
C. Unless otherwise stated in individual sectic�ns of the specifications or in the Bid Form no separaie
payzxient vvill be rr�ade for any item of work, materials, parts, equipment, suppIies, nr related items
required to perform azid cornplete the requirernents of axi.y section. The costs fnr alI such items
required shall he included in the Contract price bzd for itexz� af which it is a part.
D, Payment will be made at the Contract price per unit indicated in the Bid Form with total price af the
Contract being equal ta the Total Bid, as specified and as modified, by extendi�ag unit priees
multiplied by quantities, as appropriate to xeflect actual work included in the Project. Such priee and
payment sha11 cnnstitut� iull cornpensa�zon. ta the Contractor for fumishing all plant, Iabar, equip�nnant,
tools, and materials, and far perfornling alI operations required to furnish ta the Ownez the en�ire
Project, camplete in place, as specified and as indicated on the Drawings.
�o i a2s
01025-1 ioiioroi
City of Fort Worth
Rolling Hills WTP
Backwash Supply System
E. Measurement far payment does not signify accep#azace of Wark.
F. Quan.tities shown in the Bid �nrm are appro�mate quantities only. Payment will be rnade only for
measured quantities acYually installed and accepted by Owner.
�. Measurements, such as linear feet, will be to the nearest whole unit,
H, Some individual technical specifieation se�tions rnay cantain measurement and/or payment provisions
that rnay or rnay not be consistent with this Section O I025 and #�e Proposal in Section
PTB. In all cases, �ection Q1p25 and the Proposal will take precedence over the technical
speeifications with regard to measurement and payment.
I. Wkaere estima#ed quantities ar� shown for lump suni payment items, such quantities are provided for
the Contractor's infoz-m.ation anly. The Engineer is nat responsible fpr the accuracy of such infornna-
tion and the Contractor shall perfonn his awn calc�lations ta �erii"y such quantities. Nn adjustrnent
will be nnade in the price due to real or alleged errars in the est�mated quantities.
If the Owner elects to delete any lump sum item, the dollar arnount ta be deleted frozn the Contract
shall be th� total amount shown in the 1'roposal/Bid Foz�rnl�chedule of Values for tl�at item, including
overhead and profit.
1.04 BIDITFMS
A. PHASE 2— BACKWASH SUPPLY SYSTEM (Ttem 1)
Measurem,ent and payment of the Lump Sum Uid in the Bid �arm for construction of the Phase II
— Backwash S�pply system, shall be full compensation for fumishing labor, materials, equipment
and incidentals, except the wark required in Bid Item 2 required to comp�ete the work in its
entirety as shown on the Drawings and/or as specified, including mobilization and cleanup.
B, TRENCH SAFETY SYSTEM {I#ezn 2)
1. Work under this item includes furnishing a111aUor, materiais and equipment, and perfoiming all
operations to plan, design, coxastruct, insiall, maintain,, monitor, modify as necessazy, and remove
upon completion, a Trench Safety System far trenck�es or structural excavations rnore than five
feet deep, as shown on tY�e Drawings and as sgecif�ed. This item: also includes the cost oi
obtaining soil L�orings and the associated geoteehnical analyses, and the preparation of a trench
safety glan by a regisiered professional engineer. This ite�rz does not include the typical work
ordinarily required for installing pipe without regard to the safety requirements, contained in
Section 01665 (e,g, excavation, dewateri�g, pipe installation, embedment, bacl�ill, etc.).
2. Measurement and payment for Item 2 shall Ue on the acival linear foatage o�'irench safety system
ins#alled at the unit price bid. Hotivever, the Contractor shall be paid no rnore than the maximum
linea�r footage of trench safety system determin.ed Uy the Contractor prior to the bid and i�aserted
in the Bid Fnrm (Proposal}. Trench safety systems for structural excavatians shali be paid by the
linear footage of the structures founda�ion perimeters that are moxe than five feet deep. Trench
saf�ty systems for gipe trenches shall b� paid by the linear footage of pipe trench greater than
five feet deep, izxespective of the nu�mber of gipes in the trench.
Foiozs 01025-2
i ori aio �
City of Fort Warth
Rolling �jills WTP
Bacl�vash Supply SysYem
C. ALLOWANCE FOR .APPLICATIONS ENGINEER WORK (Item 3)
1. The work associated vvith Bid Itexn 3 shall be performed by the Owner selected Applicatians
Engineer foz the allowance shown in �he Proposal. The Applications Engineex shall be HSQ
Technolagies. All associated Contract mark-ups shall be included as part of Bid Ztem 1.
Measurement and payment for Bid Ttem 3 will be far the wor% ztems delineated for the
Applications Engineer in the Speciiications and in the Drawings. All other instrumentation
related work, including work 6y the Process Cantrol Syst�m Integrator (PCSI), shall he included
as part of Bzd Item 1.
2. Contractar shall enter into a subcontract ag�reement wi� HSQ Technology for the Scope of Work
de�ignated for the Applications Engineer within the Cor�tract Dncuments and as sunimarized in
the attached proposaI Ieiter from HSQ.
• PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION (NOT USED)
.�
�:
,,
;
�,
7
1_d
. �
( L
,_ �
. -4
� F01025
END OF SECTION
01025-3
10/10lU1
City af �ort Worth
Rolling T-lills WTP
Sackwash Suppfy System
SECTION 01035
CONTROL OF WORK
PART 1: GENERAL
1.�1 �LANT
A. Tk�e Caniractor shall furnish plant and equipment which will be ef�cient, appropriate and large
enaugh to secure a satisfactory quality of work and a xate of pragress which wiil znsure the completion
of the work within fhe time stipulaicd in the Agreement. If at any time such plant appears to the
Engineer to be inefficient, i�appropriate ar insuff"xcient fox securing the quality of�vork required or far
producing the rate of progress aforesaid, he may order the Contractor to increase the efficiency,
chaaage the character or increase the plant and equipnnent, and �e Contractar shall conforzn ta such
ordex. Failure of the Engineer io give such order shall in no way relieve the Cantractar af his
ol�ligations to secure the quality of woric and rat� af progress required.
1.02 PRIVATE LAND
A. The Contractar shall not entear or occupy private land outside of City of Fort Worth Property, rigl�ts-of-
way, or easeznents, ex.cept by written pernussion nf the respective land�wner.
1.03 P3PE LOCATIONS
A. Pipelines, electrical conduits, and other underground utilities shall be located substantially as indicated
on the Drawings, but the Engineer reserves the right to make such modificataons in locations as may
be found desirable to avoid interFerence w�ith e�sting structures or for other reasons. Where fittings
are noted on the Drawings, such notation is forr the Contractor's convenience and does not relieve him
from laying and jointing different or additional items where required.
1.04 OPEN EXCAVATIONS
A. All apen excavations shall be adequately safeguarded by pro�iding temporary barricades, caution
• signs, lights and o�her means to prevent accidents, to persons, and damage to praperty. The Contractor
shal�, at his awn expense, pro�ide suitable and safe bridges and othex croasiz�gs for accommodating
#ravel by pedestrians and workmen. Bridges provided fax access during construciion shalI be removed
! when no longex required. The length or size of excavation will be controlled by the particular
surrounding canditions, but shall a3ways l�e confined to tk�e limits prescribed by the Engineer. If the
I excav�tian becomes a hazard, or if it exc�ssively restricts traffic at any point, the Engineer mayrequire
� special construction procedures, such as limitzng the length of the apen trench, prahiUiting stacking
excavated material in the street, and requirzzag that the trench shall not remain apen overnight.
B. The Coniractor shall take precautions, such as fences and barricades, �o prevent injury to the public
due to open trenches. All trenches, exca�ated snatetial, equipment, ar otk�er obstacles which could be
dangerous to the public shali be r�cll lighted at night.
�
F01035.dac 01035-i zrz6�oz
City of Fort Worih
Rolling Hills W`T'P
Hac3cwash Supply System
1.05 TEST PITS
A. T�st pits for the puzpose of locating undergraund pipelines or structures in advanee af the construction
shall be excavated and backfilled by the �ontractor at the direction of the Engzneer. Test pits sha11 be
backiilled immediately after their purpose has been satisfied and the surface restored and maintained
in a manner satisfactory io th� Engineer.
1.06 MAINTENANCE OF TRAFFIC
A. I7nless permission to close a street is received in writing from the praper authorifiy, all excavated
material shall be placed so that vahicular and pedestrian traifc may be maiz�tained at all times. If the
Contractor's operations cause traffic hazards, he shall repair thE road surface, provide temporary ways,
erect wheel guards or fences, or take other measuz-es foz' safety satisfactory to the Engineer.
B. Detours arou�ad canstructioil will l�e subject to the approval of the Owner and the Engineer. Where
detours are pennitted, the Cantrac�or shall provide all necessary barricades and signs as required to
divert the flaw of traffic. While traffic is detoured, the Contractar shail e�pediie construction
operations and periods when trafiic is being detoured wiil be sirictly contralled by the Owner.
C. The Cantractar shall take precautions �o pre�ent injury to the public due ta open trenches. Night
watchmen may be requir�d where special hazards exist, or police grotection prouided for traffic while
work is in pr�rgress. The Contractor shall Ue #'ully responsible �or damage or injuries whether or not
police protect�on has heen provided.
1.0'1 BLASTING
A. No blasting shall be allnwed unless approved in writing by tlae City of Fart Worth.
1.08 CARE AND PROTECTION OF PROPERTY
A. T'�e Contractox shall be rEsponsible for the preservation of a1] puUlic and private property, and shall
use �very precaution necessary to pre�ent damage thereto, If az�.y duect or indirect damage is done to
puUlic or private property Uy or on account af any act, annission, neglect, or miscanduct in the
execution of the work an the part of the Contractor, such property shall be restored by the Contractor,
at his expense, to a condition similar or �qual to that existing before the damage was done, or he shall
rzaa�Ce good the damage in sozne oY.her manner acceptaUle to tk�e Engineer.
1.09 MAJNTENANCE OF FLOW
A. 'The Gontractor shaII, at his own cost, provide fnr thE flow of watexnnains, sewers, drains and water
coursas interrupted during tlae progress of the work, ar�d shall immediately eart away and remove aIl
offensive matter. The entire procedure af maintaining existing flaw shall be fully discussed with the
Engineer well in advance of the interruptian of azay flow.
1.10 COOPERATION WITHTN THIS CONTRACT
A. The Contractor shall cooperate with Subcontractors or trades, and shall assist in incorporaiing the
work of other trades where necessary or required. �
B. Cutting and patc�aing, drill�ng and #itting shall be carried out whare required by th� Contractor ax�d his
Subcontractor ha�i�n.g jurisdiction, unless otherwise indicated her�in or directed by the Engineer.
xo�a3s.ao� 01035-2 ziz�oz
City af Fort Worth
Rolling Hills WTP
Sackwash Supply System
I.11 WORK PERFORl1�D BY OTHERS
A. General
1. Others will perform t�vork on this Sitc during times of the Work perfo�ed under this Contract.
2. Contractor shall interface and coordinate with Others perfarming work in accordance with the
requirem�nts in Section 01315. �'Vork under this Contract shall be interfaced and connected to
Work by Others as noted, especially as set out in this Section.
B. Cooxdination Witl� Other Coniractors
1. T�.e Contractor shall cooperaie with otlaer cQntractors on the premises to facilitate the progress of
all proj ects at or near the site of work,
�.. The Contractor shall coordinate with other contractors for connections and testing of facilities
w�ere there is an interface between prajects. Such coordination sha13 be perform�d under tbe
dixection of the Engineer.
3. Other praj ects which the contractor shall coordinate such connections and testiwg may include
the fnllowing:
a. Phase 1— Ozonation Facilities Froj�ct
�
4. Ii oif�er cantracts are not completed by such tirz�e that is necessary to facilitate testing, the
Engineer r�ill determine if, and for how long, th.e tizz�e far completio�n of the VVork under the
Contract should be extended, as provided in Section C7-7 of the General Canditions.
' ' 1.12 CLEANUP
A. During the course of the work, the Contractar shall keep �he siie aihis operations in as clean and neat
a condition as is possible. He shall dispose of all residue resulting from the construction wo�k and, at
the conclusion of the work, he shall rernove and haul away any surplus excavatitin, broken pavemcnt,
lumber, equipment, temporary s�ructures, and any other refuse remaining fram the consiruction
operations, and shalI leave the entire site of the work in a neat and orderly condition.
]..13 PAYMENT
A. Paym.ent for the wark in this Section will be included as part of the total lump sum or appropriate unit
prices stated in the Bid Form.
PART 2: PRQDUCTS (NOT USED}
, I, PART 3: EXECUTION (NOT USED)
END OF SECTION
�01035.dnc
[I] [IXI.�'
21261�z
City of Fort Worth
Ao]ling Hills W'I'P
Eackwash Supply System
SECTIDN 01040
CONSTRUCTTON SE(�UENCE
PART 1: SCOPE O�' WORK
1.Q1 GENERAL REQUIREMENTS
A. 'The intent of construction phasing as specified herein and as shown un the Drawings is to maintain the
xnaximum possible level of treatm�nt at the plant throughout the construction process, and to facilitate
coordination between the various parts of the project in order to bring the rnost critical processes
Qn-Iine in a specific arder aver a specific time frame. All tasks of the phased construction schedule
neeessary to maintain the highest possible level of treatment, whether descri�ed herein or not, are the
responsibility of the Contractor.
B. 'The work specified herezn and any other work requixed by the Engineer which may intezxupt the
normal p3ant operations shall l�e accomplished at times that will �e convenient ta the Owner. The
Contractor shall plan to work overtime if needed to complete construction of the project and shall
rnalce no claims for extra coxnpensation far overtime vvork req�ired to conform to these requirements.
The Contractor sha11 coordinate with the Engineer and plant personnel at least tvva weelcs prior tv tying
inio existing piping vvhich will ise out of service for less than one day, and at least foux weeks pz�ar to
construction requiring slautdown af portions of the plant for extended periods of tirne.
C. The Contractor shall maintain cantinuous access to the treatment plant site and fa�ilities an.d present
operations. Refer to Sheet C-4.
D. In the e�ent that underground piping or utilities are encountered which are nat shown on the
Drawings, such piping or utilities shall not be disturbed without prior appro�al af the Engirteer,
E. All plani operations shall be perfornned by City af Fort Worth plant persnnnel, coordinat�d through the
Engineer by �he Cantractor.
1.02 RELATED WORK DESCRIBED ELSEWIIERE
� Projecf Summary is included in Section �1010.
B. Constivction Schedule is included in Section Q 1315.
1.03 SUBMITTALS
A. The Contractor shall submit to the Engineer for approval a detailed 5chedule for Construction prior to
initiation of site construction. The Sahedule shall comply wvith all aspects of the work described
herein.
B. The Contractor shall update the Schedule as requir�d by Section Q 1315.
C. For a]I work which �vill require a temporary shutdor�m of plarnt operations or entire plant shutdovc+n, the
Contractar sh�.11 subrz�uit a prapased work pIan which indicates �the manpower, tools, equipment, and
construction procedure to k�e used at least seven days prior to the requested shntciown period.
�oioao.aoe 0104�-1 si�zroz
City ofFort Worth
Ralling Hills WTP
Baokwash Supply System
PART 2: PRODUCTS (NOT USED)
PART 3: EXECi7TIQN
3A1 SCHEDULE CONS�DER.ATIONS
A.
�
The construction �chedule sha�l be developed and carried aut to nainimize shutdowzls of pIant fa�iliti�s
and maximi�e the plant's treatment capacity.
The Cantractor shali be responsible for deveioping his own scl�edule #o meet the completion
req�irements and maintain the treatment capacity requirements of the plant.
3.02 CONSTRUCTION SEQUENC�
A. General
The following construction sequence is presented in order to indicate to the Contractnr what the
Engineer considers to be the �arious phases of the wark and the majax work items, tixn�
constraints anci plant operational requir�ments associated with each phase,. It is merely one
workable and acceptable sequence, but in no way is the Contractor being requirecl/encouraged to
blindly follaw it. To the eontrary, the Contractor is encouraged to fa�miliarize himself with ail
aspect oFthe project and to develop an acceptable sequence hased upon his proposed ways,
meat�s, rnethods, resaurces and experience, ingen;uity, etc,, that is connpatible with the specified
time and aperational constraints. If the Contractor elects to follow th� sequence cantained
herein, it vvilI be taken as if he deveIoped the sequence himse�f, and nei,ther the Engineer nor the
Owner will l�e responsiUle for any real or aIleged datnages claimed by the Contraetor as a result
of difficulties, delays, etc., by following the sequence presented.
B. Construction Sequence
1. �or purposes of ideniifying the major work items, tin�e constraints and plant aperational
requirements associated with meeting �e Owner's desired level of water pxoduction and quality,
the �vork has been divided into the following iive phases:
Phase I
Key Ttern: Glearwell {C� 3 out-oi service
Treatment: -80 mgd thru Filters 1-10 and CWs 1, 2
-40 no.gd ��u Filters 11-20 and CW 4(CW 4 feeds thni CW 2)
Major Work: -Ba:ffle walls
-Inlet box (except 78" and 72" x 72" sluice gates)
-ChlorinalArnmania piping
Construction Period: Navernber 2�]02 thru Fabruary 2QQ3
Phase II
Key Item: Clearwells 3,4 out-of-service
Treatment: -80 mgd t�u-u Filters 1-10 and CWs 1, 2
Major Work: -78" Inlet pipe ar�d 78" sluice gate into CW 3
-72" x 72" Sluice gate in inlet box
-78" sluice gate in common wa11 between CW3 and CW4
-3 - 36" sluice gatelpipe outlets from CW 4
E01040.doc 01040-2 3iizioz
c�tiy oe Fo,t wa�
Rolking FIills W'i'P
Bacicwash 5upply 5ystem
,;
Note:
Construction Period:
Phase III
Key Ttem:
Treatment:
Major Work:
Construction Period:
Phase N
Key Item:
Treatrnent:
Majar Work:
Construction Per�od
Phase V
Key Ttem:
Tzeatment:
Major Wark:
Construatioz� Period:
-Make new 24" cannactian to existing 78" CW feed pipe, ineluding 24"
BFV in vault
-Clean/disinfect CWs 3, 4
Priar to eompletian of Phases 1, 2 and sYart of Phas�s 3, 4, new 72" TW
pipe to existzx�g H�PS, �alves, etc., must be constructed and readied far
servic�. The tie-in to exis�ing 72" TW pipe shall be perfoFrned in Phase
III. B1ind flanges must be installed on 3-36" autlet pipe stubs for CW2
3anuary and Febzuary 2003.
Clearwells 2, 3, 4 out-of-service .
-4Q mgd thru Filters 1-10 and Clearwell No. i
Connection of new 72" TW to existing 72" TW, including Valve Vault
No. 11 and 72" BFV.
First two w eeks of March 2�Q3
CIearwells 1, 2 out-of servi:ce
-8� mgd thru Filters 11-20 an.d CWs 3, 4{CW 4 feeds nevw 72" TW)
Baff�e walls
-78" Inlet Pipe
-�nlet box, including '1$" and 72" x 72", sluice gates.
-Chlor�nelAminania piping
-78" siuice gate in common wall betwe�n CWs 1, 2
-3 - 36" sluice gatelpipe outlets from CW 2
Make new 24" eonnection to e�isting 78" CW feed pipe, including 24"
BFV in vault
-Cleanldisinfect CWs 1, 2
Last twn weeks of March, April and May 2003.
All CWs in Service
-New 72" TW pipe and 36" s3uice gate outlets from CWs 2, � out-af-
service or closed
-80 mgd thr�.t Filters 1-10 and CWs 1, 2
-$p mgd thru Filters I 1-20 and CWs 3, 4(CWs 3,4 thru CWs 1, 2)
-160 mgd toial
Remove 3- 36" Blind Flanges an CW 2 outlets and connect CW 2 autlet
piping
]une 2003 `
2. Work items not specifically id�ntified in Phases 1-5 (e.g., Backwash Pump Station, E1e�ated
Storage Tank, 42" BWW piping, etc.) may Ue constructed at the Contractor's discretion in
accordance with the overall project schedule and associated Substantial and Final Cornpletion
dates.
��
F0104U.doc
01040-3
3112/02
City of Fort Worth
ltolIing Hills W'I'P
Backwash Snpply System
3.03 LIQUIDATED DAMAGES
A. The Contracto.r understands and agrees that the time of completion is an essential consideration of
development of his proposal and that failure to camplete the work under this Contract, wif.�iin the
allotted tizne as specified or sul�sequently adjusted by Change Orders vvilI result in damages to �he
sustained Uy the O�vner. The Contractar and Owner further agree in applying Liquidated Damages
that such damages cannot he precisely measured or tl�at tlae ascer�ainment ofactual damages would be
unduly di�ticult after the fact. Therefore, the Con#ractar and the Owner agA'ee in applying Liquidated
Damages that for each and every CaIendar Dav tYie wark ox anyportion thereof, remairis uneompleted
after the specified times or adjusted times if modified by Chan�e Order, the Contractor shall pay as
agreed Liquidated Damages, the amounts specified in Paragraph D�15 of the 5pecial Condiiions (Fart
D}.
B. In the evenf ihe Contractor fails to complete the work itern.s presented in paragraph 3.Q2B within the
specifzed time frames, the Q�vner may withhold money permanently fram the Contractor's total
compensation at a rate of $2,0OO.OQ per Calendar Day as Liquidated Damages until these work items
are completed.
END OF SECTION
FO1D40.doc 01040-4 3��z�oz
City of Forf Worth
Rolling Hills WTP
Backwash Supply System
SECTION 01110
ENVIltONMENTAL FROTECTION PROCEDURES
PART 1: GENERAL
lAl SCOPE OF WORK
A. The work coverec� by this Section consists of furnishing all labor, materials and equipment and
performing all work required far the prevention of environmental pollution in confonnance with
applicable laws and regulations, during ar�d as the result of construciion operations under this
Cantract. For the purpose of this Specificatiaza, environmental pollution is defined as the presence of
chemical, physical, or biological elements ar agents which adversely affect human health or welfare;
unfavorably alter ecological balances af irnportance to human life; affect other species af impartance
to man; or degxade the utility af the envuanment far aesthetic and/ar recreational purposes.
B. The cantrol of environmental pollution requires consideration of air, water and land, and involves
mar�agement of noise azid solid waste, as well as other pollutants.
'' C. 5chedule and conduct all work in a manner that will minimize ihe erasinn nf soils in the ar�a of the
, work. Provide erosion contral measures such as sedimentati�n or filirafaon systerns, bern�, silt fences,
seeding, mulching or ather special surface treatments as are required ta prevent silting and muddying
'' of slreams, ri�vers, irnpoundments, lakes, etc. All erosion conirol measures sha11 be in place in an axea
. prior to arry construction activity in that area. Specific requirements for ernsion and sedimentation
controls are sp�c�ed in Secfion 02270.
�. D. These Specifications are intended to ensure that construction is achieved vvitk�. a minimum of
� disturbance to the �xisting ecological balance between a wa��r resource and its surroundings. These
are general guidelines. It is the Cantractor's responsibility to detertnine the specific constructian
, techniques to meet thase guidelines.
E. Al.l phases of sedimentation and er�sian c�ntrol shall comply with and Ue subject to fihe approval of
tlae Texas Natural Resource Conservation Cornnnission and the L7.S. EPA.
I.Q2 APPLIC.ABLE REGULATIONS
A. Cota�ply with all applicable Federal, State and lacal laws and regulatians concea�ing envzroz�amental
pollution cantrol and abatement.
L03 NOTIFiCATION�
A. The Engineer will natify th.e Conh-actor in writing of any non-compliance with the foregoing
provisions or of any environmentally objectia�able acts and Gorrective action to be taken. State or
local agencies respon.sible for verification of certain aspects of the en�vironmental protection
requiremenis shall notify the Contractor in writing, through the Engineer, of any non-campliance with
State or local requirements. The Contractor shall, after receipt of such notice from the Engineer or
from the regulatory agency through the Engineer, immediately iake correcti�e actaan. Such notice,
when delivered to tke Contractor or hislher authorized representative at the site of the wark, shall be
deemed sufficient for the purpose. �f the Contractor fails or refuses to cozxi.ply pron:zptly, the Owner
may issue an order stopping all or part of the work until satisfactory corrective action has been taken.
FO1110.doc 01110-1 � an o�ai
Ciry of Fnrt Warth
Rolling Hills WTP
Eackwash 5upply System
No part of the time losf due to an� such stop orders shall be made the suUjec# o�a claim for extension
of tim.e or for excess casts or darnages by the Contractor un]ess it is later determined that the
Contractor wa� in campliance.
1.04 IMPLEMENTATION
A. Prior to carnmencement of the warl�, meet with �he Owner to develop mutu al understandings relativa
to cotnpliance wiih this pro�ision and administration of the environmental pollution control program.
B. Rez�r�ove temporary environmental eontrol features, when agproved by the Engineer, and incarporate
permanent control features into th� praject at the earliest practicable time.
1.45 PROTECTION OF WATER�TVAYS
A. The Con#ractor shall observe the rules and reguIations of the �tate of Texas and agencies of �e U.S.
Government prohibiting the pollution of any lake, stream, river, or wetland by the dumping of any
refuse, rubbi�h, dredge material, or debxis therein.
�. Contraciors are specifically cautioned that dispasal af materials into any waters of the �tate must
conform with ihe requirements of the Texas Natural Resource Conservation Commission, and an
applicable permit frnm the U.S. Arrz�y Corps of Engineers.
C. 'I'Yte Contracior shall be responsible for providing holding ponds or an ap�roved method which vuill
handle, carry through, or divert around his work aIl flows, including storm flows and flows created by
construction activity, so a5 to preven# silting of �aterways or flooding darnage to the property or
adj acent properties.
D. The Contractor is res�ansible for researchin� the need for a U. S. EPA NPDES permit for the
consiruction site. If one is required, the Contractor is responsible for obtainin� the permit and for
monitorin�2 the site t�er the nermit reauiremcnts until final completion.
I.06 DISP05AL OF EXCE55 EXCAVATION AND OTHER WASTE MATERIALS
A. Excess excavated rnaterial not required or suitable for backfill and other waste material must be
dispnsed of at sii�s approved by the Owner a�d Engineer.
B. UnacceptaUle disposal sites, include, but are nat liznited to, sites within a wetland ar critical habitat
and sites where disposal will have a dctrimental e�fect on suxface water or groundwater quality.
C. The Contractor may make his own arrangeme�ats for disposal subject to submi�sion of proof to the
Engineer that the Owner(s) of tha prnposed site(s) has a �a1id #"iI1 pez�nit issued by the appropriate
governmental agency and submission of a haul route plan including a map of the proposed route(s}.
D. The Contractor shall provide watertight conveyance oi any liquid, semi-liquid, or saturated solids
which tend to bleed or Ieak during transport. No liquid lnss from transported materials wiil be
permitt�d whether being delivered to �he construction site or being hauled away for disposal. Fluid
materials hauled for disposal must be specifically acceptable at the select�d disposal site.
E. Refer io Sp�cial Coiiditions D-9 for additional requiremenfs.
Foii io.ao� 01110-Z iaio�ai
City of Fori Wor[h
Ralling Hills WTP
Backwash Supply 5ystem
1.07 USE OF CHEMICALS
A. All chemicals us�d during project constructzon or furnished %r project operatian, whether herbicide,
pesticide, disinfectant, palymer, reactanY ar af other classification, rr�ust �haw appraval of eit�er the
U. S. Environznental Protection Agency or the U.�. Department of Agriculture or any o�her applicable
regulatory agency. Use of all such chemicals and dispasal of reszdues shall be in cflnformance with
th� manufacturer`s instructions.
B. Any ail or other hydrocarbon spillad or dumped on the Own.er's site during construction must be
excavated and completely xemoved from the site prior to final acceptance. Soii contaminated by the
Contractor's operations shall become the property of the Contractor, who will bear all costs of testing
and disposal.
� C. Befare a Contractor commences w�ork, the following steps shall be completed.
l. The Owner vvill inform Contractor of his rights under the Texas Hazards Communication Act.
2. The Owner will pro�ide a copy of the Chemical List gi�ing the hazardous chennicals to which
the Contracfior, his employees and agents may be exposed to an the project site.
3. The Owner will provide capies of all MSDSs to the Contractor for the hazardous chemicals
which he may be exposed ta an the proj ect site.
4. The O�vner will inform the Cantractor o£his obiigation tQ inform his employees and agents of
each of the above requirennents.
5. The Contractor shall provide MSDSs for all hazardaus chemicals h� may brixag onto the project
site that Owner's einployees may Ue exposed to.
6. The Contractor shaSl sign a Contractor Acl�owledgem.ent certifying that he has received the
information provided by the Owner on hazardous chemicals and maintain ihe Acknowledg�rnent
with the original Contract.
1.08 PAYMENT
A. The work specified in this Section shall be considered incidental and payment will be included as part
of t�he appropriate lump sum or unit prices specified in the Bid Form.
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION
3 A 1 ER05ION C4NTROL
1�. Pravide positive means af erasion control such as shallow ditches or srnall diversion berms around
construction to carry off surface �vater. Erosion control measures, such as s�ltation basins, mu3ching,
jute netting and other equivalent teahniques, sha11 be used as approprriate. Flow of surface water into
excavated areas shall be preventad. Ditches araund construction ar.ea shall also be used to carYy away
water resulting from dewat�ring af excavated areas. At the completion of the vaork, ditches shall be
backfilled and the grQund surface restored to ariginal condition..
Foi i i a.ao�
O 1110-3 ianaoi
City af Port Worth
Ralling Hi13s W'I'P
Backwash Supply 5ystam
3.02 PROTECTION OF STREAMS
.A. Ca�re shall be taken to prevent, or r�duce io a minimum, any damage to any stream from pollution l�y
debris, sediment or other material, ar from the rnanipula�ion of equipmezat andlor materials in or near
such streams: Water that has been used %r washing or pracessing, or th at contains oils or sediments
that �c+ill reduce ihe quality of the water in the strsam, shall no# Ue directly retur�ed to the stream.
Such vvaters wi11 be diverted through a settling basin or filter before being directed into the streams.
B. The Contractar shall not discharge water from dewatering aperatians directly into any Iive or
inte�ittent stream, channel, w��lands, surface water ar any storm sewer. VJater from dawataring
operations shall be �reated by iiltration, settling basins, or other appro�ed method ta reduca the
amaunt of sediment eontained in the �vater.
C. A11 pre�venta�ive measures shall be taken to avoid spzllage of petroleum products and other pollutants,
Ita the e�+ent of any spillage, prampt remedial actian shall be taken in accordance with a con#ingenc�r
actian plan approved by the Texas Naturral Resouree Conservation Cominission. Contractor shall
subxr�it two copies of appraved contingency plans ta the Engineer.
D, Water being flushed from structures or pipelines after disinfectian, with a chlorine residue of 1 mg/l or
geater, shalI k�e treated with a dechlorination solution or otherwise treate� anci/or used in a�nethod
approved by the Engineer, prior to discharge.
3.03 PRQTECTI�N OF LAND RESOURCE�
A. Laz�d resources vvithin the project boundaries and outside the iimits of permanent wark shall be
restored to a condition, after cornpleti4n of construction, that will appear to he natural and no# detract
from the appearance of t�e project. Canfine all consiruction activities to areas s�iawn on the
Drawings.
B. Outside of areas requiring earthwork far th� construction of the nevv facilities, the Coniractor shall not
deface, injure, or destroy trees or shrubs, nor remove ox cut thenn vvithout prior approval. No rapes,
cables, or guys shall be fastened to or attached ta any existing nearby tre�s for anchorage unless
specifically authorized l�y the Engineer. Where such, special emergency use is pemut�ed, first �varap
the trunk with a sufficient thickness of burlap or rags o�ver which softwood cleats shall be tied before
any rope, cable, or wire is placed. The Contractor shalI in any event be responsible for any dam��e
resulting fram such use.
C. Wher� trees may possibly be defaced, bruised, injured, or o#herwise damaged by the Cantractar's
equipment, dumping or other operation.s, protect such trees by placing boairds, planks, ox poles around
them. Monuments and markers shall be pratected similarly before beginning operatzons near them.
D. .Any trees or other landscape feature scarred or damaged by the Cantractorls equipment or operations
shall be restozed as nearly as possible to its ori�inal conditinn. The Engineer will decide what method
of restoration shal� �ae used and whether damaged tire�s shall Ue tteated and healed or remo�ed and
disposed of. _
AIl scars made on trees by equipment, construction operations, or by ihe remaval of limbs larger than
1-in. in diameter shall be coated as soon as possible with an approved tree wound dressing. All
trimrning or pruning shall be performed in an approved manner by experienced worl�men with saws or
pxuning shears. Tree triinining with axes will not be permitted,
�ox t �o.dac Q1110-4 ioi�o�oi
City of Fort Wnrth
Kvlling �-lills WTP
Backwash Supply System
Climbing ropes shall be used where necessary for safety. Trees that are to remain, either witiiin ar
outside astablished cleaxing limits, that are sul�sequently damaged by the Contractor and are beyond
saving in the opznion of the Engineer, shall be irnxnediately removed and replaced.
E. The locations of the Contractor's storage, and other construction buildings, required temporarily in the
performance of the work, shall be cleared portions of the job site ar aireas to be cleared as shown on
the Drawings and shall require varitten apprfl�al of the En�ineer and shall not be within wetlands or
flaodplains. The preservation of the landscape shall b� an imperatit�e consideration in the selection of
all sites and in the construction of buildings, Drawings showing starage facilities sha13 be submitted
far appraval of the Engineer.
� F. If the Contractar proposes to consiruct temporary roads or embankments and excavations for plant
andlor work areas, he/she shall submit the following for approval at least ten days prior to sch�duled
v
� start of such temparary wark.
1. A layout of all temparary roads, excavat�ons and embankments to be canstructed within the work
� area.
2. Detai�s of ternporary road construotian.
Drawings and cross sections of praposed embanlanents and their faundations, including a
descriptzon of proposed materials.
4. A Saiadscaping drawing showing fhe proposed restoratian of the area. Removai of any trees and
shrubs �utside the limits of existing clearir�g area shall be indicated. The drawing shall alsa
indicate location of required guard posts or barriers required to control vehicular lraffic passing
close to trees and shrubs to be maintained undamaged. Tlae drawing shall pro�ide for the
obliteration of constzuction scars as such and shall pravide for a natural appearing final conditian.
-- of the area. Modification of tlie Contractar's approved drawings sha31 be made only with the
written approval. of the Engineer. No unauthorized road construction, excavatian ar
� embanlanent construction including dzsposal areas will be permitted.
G. Remove all signs of temporary construction facilities such as haul roads, work areas, structures,
foundations of iemporary structures, stockpiles of excess or waste materials, or any other vestiges af
consiructian as directed by the Engineer. It is anticipated that excavation, filling and plowing of
roadways will be required ta res�ore the area to near natural conditions which will pernut the growth
of vegetation thereon. The disturbed areas shall be prepared and seeded as described in Section
0249Q, ar as approved by the Engineer.
•� H. All debris and excess material shall be disposed of outside wetland or flaadplain areas in an
environmentally sound manner.
3.b4 PROTECTION OF AIR QUALIT"Y
I A. Burning. The use of burning at �ne project site far the disposal of refuse and debris wiIi not be
. pern�aitted.
�
FD1110.dac 01110-5 ioilaro�
Ciry af Fort Warth
Rolling Hills WTP
Sackrvash Supply System
B. Dust Cantrol. The Contractar will be required to maintain all excavation�, embankment, stackpiles,
access roads, plant sites, waste areas, borrow areas, and all other work areas within or with.out t�ae
project boundaries free from dust whieh cauld cause the standards for air pollution to be exceeded,
an.d which would cause a�azard or nuisance to others.
C. An appro�ved method of stabilization consisting af sprinkling ar other similar methods will be
perrnitted #o coniiol dust. The use of pe�roleum produc#s is prohrbited. The use of chlorides may be
permitted with approval from the Engine�r.
D. Spri�ling, to be approved, must be repeated at such intervals as to keep all parts ofthe disturbed area
at ]east damp at aIl times, and the Cantractar must have sufficient suitable equipment on the job to
acconnplish this if sprinkling is used. Dust control shall be performed as the work proceeds and
whanever a dusi nuisance or hazard occurs, as determined by the Engineer.
3.05 MATNTENANCE OF POLLUTION CONTROL FACTLITIES DL7RING CONSTRUCTION
A. During the li% of this Cnntract, maintain all facilities constructed for pollution contral as long as the
opexatzon.s creating the particular pollutant are being carried out or until the material concerned has
become stabili�.ed tn the e�ent that pollution is no longer being created.
3A6 NOISE CONTROL
A. The Gontractor shall make e�r�ry �ffort to miniznize noises caused by his/her operations. Equipment
shall be equipp�d with silencers nr mufflexs designed to operate with the Ieast possible noise in
complian,ee r�ith �tate and Federal regulations.
END �� SECTION
�o� i �o.ao� 01110-6 �oi�oioi
City of Fort Worth
Rolling Hills W'I'P
Backwash 5upply 5ystem
�ECTION 01170
SPECIAL PROVISIONS
PART I: GENERAL
1.01 GENERAL �BLIGATTONS OF' THE CONTRACTOR
A. General obligations of the Contractor shall be as set forth in the Cantract Documents. Unless special
payment is specifically provided in the payment paragraphs af the specifications, all incidental work
�� and expense in cannection with the completion of work under the contract will Ue considered a
� subsidiary obligation of the Contractor, and al1 such eosts shall be included in the appropriate items in
' the Bid Form zn connection with which the costs are incurred.
� ' 1.02 SYTE INVESTIGATION
A. 'I'he Contrac#or shall satisfy h7ixnself as to the conditians existing within the pxoject area, the type of
equipment required to perform the work, the character, quaIity and quantity of the subsurface
ma#erials to be encountered insafax as this infarmatian is reasonably ascertainabje from an inspection
of the site, as well as fram information presented by the Drawings and Specificatians. Any failure of
the Contraetor to acquaint himself r�vith the available infarmation will not relieve hszxi from the
responsibility for estimatin.g properly%he difficulty o� cnst of successfully performing the work. The
Owner assumes no respansibilsty far any conclusions or interpretation made by the Contractor on the
basis of t�.e information made available b}r the Owner.
1.d3 COORDINATION WITH CITY AGENCIES
A. The Contractor shall supply the Fart Worth Police Department, Fire Department, and Water
Department wiih the following i.nfornlation:
1. A list of streets and intersections wher� woxk will be in p�agress to be supplied at intervals as
required by the Engineer.
2. Areas where approved detaurs are in ef%ct.
3. Tmmediate natification of any gas, water, or sewer main breaks.
B. The Contractor will be required tn reiunburs� the City for �he actual cast of the servzces of Public
Works Department Personnel xequired hy him during ather than regular working hours.
1.Q4 SERVICES OF MANUFAC'TURERS' REPRE�ENTATIVE AND OPERATTON M�N[_TALS
A. Bid prices for cquipment shall include the cost of a compet�nt representati�e of tbe manufacturers af
all equipment to supe�vise the installatian, adjustment, and testing ofthe equipment and to insiruct the
Owner's operating personnel in ogera�ion and mainten.ance. Tiiis supervision may be divided into fvvo
or more time periods as required by the installation program or as directed by the Engineer.
B. See the detailed Specifications for additional requirements for furnishing the ser�ices of
manufacturer's representatives.
C. A certificate from the rnanufacturer stating tl�at the installation o�'the equipment is satisfactory, that
the unit l�as been satisfactorily tested, is ready for operation, that the opezating personnel have been
suitably instructed in the operafion, lubrication, and care of the unit shall be submitted.
D. Operatian and Maintenance manuals shall be submitted in accordance with Section 01300 a�rxd 01730.
Fot i�o.ao� 01170-1 ia�iofoi
c�ry ot'ror� worth
Rolling Hil�s WTP
Backwash Supply 5ystem
1.d5 GREASE, OIL AND FUEL
A. All.grease, ail, and fuel required for initial operatiozas and testing of equigment sha11 be fuxnished with
t1�e respective equipment. The Ovvner shall be furr�.ished with a year's supply af required lubricants
including grease and oil af the typa recommanded by the manuiacturer with each item of equipment
supplied under Divisions I I, 13, and 15.
1.06 TOOLS
A. Any special tools (including grease guns or other luUricating devices} which may be necessary for the
adjustment, operation, and maintenance of any equipment shall be furnished �uith the resp�ctive
equipment,
B. Toals shall be furnished in suitable iarge tool Uoxes.
1.07 POWER SUPPLY
A. Unless otherwise specified, all mo�ors 1/2 horsepower and la3t�ger shalll�e designed far apow�r supply
of 4$a volts, 3 phase, 60 He�tz, ax�d all znotors 1/3 horsepower and snnaller sha11 b� d�signed for a
power supply of 120 volts, single phase, 60 Hertz.
1.08 MOTORS
A. A11 motors shaIl have Class � insula�ion with a Class B tempera#ure rise and a service Factnr not less
than 1.I5,
1.49 MAINTAINIlVG EXISTING ELECTRICAL SERVICE
A. Due to Y.he unique existing canditions azzd existing eleetrical requirements and services to remain
during construction, the Contractor shall make all arrangements with Texas Utiliti�s for pole line
extensions, pale relocatians, etc., far fhe temporary electrical service and include all costs for the
temporary service in his bid.
1.10 M�INTENANCE t�ND LUBRICATION SCHEDULES
A. Each Contrac�or's attention is directed to Sect�an 013Qa for all requireznents relative to the submission
of shop and working drawings for tha mechanical and electrical and instrumentation equipm�nt. Far
all mechanical and electrical equipment furnished, each Contractor shall pravide a list including the
equipment name, and address and telephane nutz�bex ofthe zx�.azaufacturer's representa�ive and servic�
company so that service andlor spare parts can be readily abtained. In additian, a maintenance and
lubrication schedule for each piece of equiprnent shall be submitted alang with shop drawings.
l.l l SHIPMENT AND DELNERY OF EQUIPMENT
A. Equipment shall not be shipped until apprav�d by the Engineer. The intent of this requirement is to
reduce sit� storage time prior to installation andlox opexation. Under na circurnstanoes shall
equipment be delivered to the site more ik�an. ane month priar to anticipated installation without
wri�ten authonzation from the Engineer.
B. During shipment and de�ivery, the following pxoceduxes shall appiy:
I. All parts shall be properly protected so that no damage or deterioration will occur during a
prolonged delay between time of shipment and installation, inaluding any prolonged period at
the site.
Foi i�o.ao� 01170-2 ioi�a�o�
City of Fort Wortii
Ro[ling Hills WTP
Backwash 5upply 5ystem
2. �actory assemhled parts and camponents shall not be disassembleci for si�ipment unless
pertnission is received in writing from the Engineer.
3. Finished sUrfaces of all exposed parts shall be properly protected against adverse conditions that
may prevail from time of shipment until ready for operation.
4. All finished suriaces of all exposed flanges shall be protected by wooden blank flanges, stoutly
built, and securely balted.
5. Finished iron and steel surfaces nat painted shall be protected against rust and corrosion.
R� 6. After hydrostatic or other tests, all entrapped water shal3 be drained, and care taken to prevent
the entrance of water during shipment, storage, and handlin�.
7. Each box or package shall be legibly marked to show its net weighi and cantents.
Demurrage, or other charges resulting from failure to fuz�tiish these items shall be absorbed by the
Contractor.
9. The Contractor shall malce suitable provisian for the handling ax�d delivery of aIl equiprnent and
material at the site.
1.12 STORAGE AND HANDLING OF EQUIPMENT ON SITE
A. Special attention shall be given ta the storage and handling of ec�uipment on site. As a rz�.inirnum, the
procedure outlined helow shall be followed:
I. Ail equipment having moving parts such as gears, eleclric rnotors, etc,, and/or instrurnents sl�all
b� stored in a temperatuxe and hunaidity confrolled building apgrnved by tlae Engine�r, until. such
tinne as the equipment is to be installed.
2. All equipment shall Ue stored fully 3ubricated with oil, grease, etc., unless otherwise instructed
by the rnanufacturer.
3. Manufacturer's stoxage in�tructions shall be carefully studied by the Contractor and reviewed
with the Engineer by him. These instnictians shall be carefuIly followed and a written reeord of
this kept by the Con�ractor. ,
4. Moving parts shall be rotated a minimu;x� of once weekly to ensuxe proper lubrication and to
avaid metal to-metal "welding". Upon installation of the equzpment, the Contractor shall start
the equipment, at least half Ioad, once weekly for an adequate period of time to ensure that the
equipmen� does not deteriorate from lack of use,
Lubricauts shall be changed upon completion of installation and as frequently as required
therea�ter during the periad between installation and acceptance. New lubncants shall be put
into the equipment at the time of acceptal�ce.
Prior to acceptance of the equipment, the Contractor sha11 have the manufactuxer inspect the
equipment to certify that its condition has not been detrixrzez�tally affected by the long storage
period. Such certification by the manufacturer shall be deerned to mean that the equipment is
judged by th� tnanufacturer to be in a condit�on equal to that of equipxiaent that has been shipped,
installed, tested and accepted in a minimutx� tirrie period. As such, tlae manufacturer will
guaranty the equzpment equally in Uoth instances. If such a certificatzon is not given, th.e
equiprnent will be jud�ed ta be defective. It shall be removed and replaced at the Cantractor's
expense.
FD1170.dac � �. � ��-� 1U1101p1
City of Fort Worth
Rolling Hills W'I`P
Backwash Supply 5ystcm
I,13 SPECIALPRECAUTTONS
A. The Conn'actor is advised that the Clearwells will be aonsidered as Confined Entry Space. As such,
all work conducted therein shaIl be d�ne in camplete compIiance with all applicable safety regulations
from OSHA and ather entities ha�ing jurisdiction, includzng pxoviding adequate lighting, ventilation,
access, and other safety equipment, procedures, etc.
1.14 OPER.ATION OF EXTSTING PLANT
A. The exist�ng watex treatment plant shall remain in service during canstruction activities as outlined in
Sectinn 014�}0. The existing pIant shall not be shut down during the construc�ion period except for
the times specified. The Cantractor shall provide proper eoardinatian of all activities to ensure that
the e�cisting plant remains in service throughout the constructian pez�od exeept for �►e times specified.
The Contractor shall also provide the Owner's personnel reasonable access throughout the existing
plant for operation an.d maintenance.
1. i 5 INSTALLATION 0� EQUIPMENT
A. Special care shall be taken to ensure praper alignment of all equipment �vith particular reference to the
pumps and elect�ic drives. The units shall be carefully aligned on their foundations by qualified
millwrights af�er their sole plate� have been shimmed to true alignment at the anchor Uolts, The
anchar bolts shaIl be set in place and the nuts tightened against the shims. After tl�e foundation
alignments have Ueen approved by the Engineer, the bedplates or wing feet of the equipment shall be
securely bolt�d in plac�, The alignrnent of equipment shall be further checked after securing to the
foundations, and after confirmaiion af all alignmen#s, the sole plates shall be finally grouted in place.
The Contractor shall be responsible for the exact alig�n.rnent of equipment with associated piping and
under no circumstances, will "pipe springing" be allovved.
B. All wedges, shinas, filling pzeees, keys, packing, grout, or other materials necessaxy to pzoperly aIign,
le�el and secUre apparatus in place shall Ue furnished by the Contraator. All paris znten.ded to be
plurnb or level must be proven exactly so. Perforan all grinding necessary to brin� parts tn proper
bearing after eraction.
1.16 SLEEVES AND OPENIIVGS
A. The Contractor shall provide all openings, channels, chases, etc., in new construction and furnish and
install anchor bolts and other items to be embedded in concrete, as required to complete the wark
under this Contract. The Cantractor shall do all cut�ing, cnring and rough and finish patching required
in existirig construction far the wark of all trades.
B. Subcantractors sha11 furnish all sleeves, inserts, hangers, anchor bolts, etc., required for ths execu�ion
of their work. It shall be their responsibi3i�y before the work o� the Contractar is begun to furnish
hirn�her with the above items and with templates, dxawings or written information covcring chases,
openings, etc., �hich they require and to follow �p the work of the Contracior as it progresses, making
sure that their drawings and written instructions are followed. Failing to do this, they shall be
respansiUIe for the cost of any cort-ective m�asures which may be required to provide necessary
openings, etc. If the Contractar fails to follow the directions given him/her, covering details and
locations of openings, etc,, he/she shall be responsible f4r any cutting and refinishing required to make
the necessary corrections. In no case sha13 beams, lintels, or other structural meml�ers be cut without
the approval of the Engineex.
� .17 PIPE MARKING
A. �ipe marking is included in Div�ision 9 under Painting, but it slaall be the Contractor's r�sponsibility to
assist, as required by the Engineer, in identifying pipe conteaats, direction af �low and all else required
for proper rnarldng of pipe.
F01170.doc O 11 � �-4 l Of l OID 1
City of Fort Warth
Ro1{ing Hills WTP
Back�vash 5upply System
1,18 VALVE IDENTIFICATION
A. The Contractor shail prepare a valve schedule for ail vaIves required for #1ze Work shawir�g a number,
the locatzon, type, function, and normal operating position for each valve. The schedule sha11 be
submitted to the Engineer for appraval nat less than 12Q days prior to start-up.
B. The Contractor shall furnish tags for all valves required for the Wark. Valve tags shall be 2-in
diameter, 19 gauge, brass or plastic, with brass hooks suitable for attachin� the tag ta the valve
operator. Tags shall be stamped or etched with ihe valve number an� the infarmation on the valve
schedule coded in a system provided by the �w�aer. Submit two samples of the iype af tag proposed
and the manufacturer's standard color chart and letter styles to the Engineer for approval.
C. The Contractor shall install valve tags on all valves required for the Work.
1.19 NOISE LIMITATIONS
A. All equipment to be furnished under this Contract, ur►less specified otherwise in the technical
specifications, shall be designed to ensure that the sound pressure levei does not exceed 85 decibels
� over a frequency range of 37.8 to 9600 cycles per second at a distance of three feet from any portian
of the equipment, under any load conditian, when tested uszng sta�dard equipment and methods.
Noise levels shall include �he noise fram the motor. Mufflers or external baffles shall not be
acceptable for the purpase of reducing noise. Data on noise levels shall be included with t1�e s�iop
drawing submittal.
1.20 SPARE PARTS
A. Spare parks foz certain equipment have been specified in the pertinent Sections of the Spec�cations.
' The Contractor shall collect and store aii spare parts so required in an area to be designated by the
Engineer. In addition, the Contractor shall furnish to the Engineer an inventnry listing all spaxe parts,
� the equipment they are associated with, �tie name and address af ihe supplier and the delivered east of
� each item. Copies of acival invoices for each item shall be furnished with the inventory ta suhstantiate
tlae deli�ery cost.
B. Spare parts shall be pacl�ed in cartons, properly labeled wi�h indelible markings with complete
desc�iptive information includizag manufacturer, part number, part name and equipment for whieh the
part is to be used and shall be properly treated for one year of storage.
1.21 WEATHER PRC?TECTION
A. Ii-i tiie event of inclemient rueather, the Contxactor shall protect the Work and m.ateria3s from damage or
injury frorn the vveather. If, in the opinion of the Engineer, any portion af the Worlc oz maxeria3s has
been damagedbyreason offailuxe on the part oft�e Contractorto so protectthe Work, such Work and
materials shall be remo�ed arnd replaced with new materials and Work to the satisfaction of �he
Engineer.
PART 2: PRODUCTS (NOT USED)
PART 3: EXECLTTION {NOT Z7SED)
END �� SECTION
,i,
Foi i�n.ao� d ll 70-5 io�i o�a i
City af F�rth WorYh
Rolling Hills WTP
Sackwash Supply System
SECTIDN 01172
PII'E PENETRATIONS
PART 1: GENERAL
iAl SCOPE 0� WORK
A. Furnish all labor, materials, equipment and incidentals required and install pipe peneiration
asseznblies as shown. This Sectzon covers materials for the various pipe penetration
configurations. Refer to the Cantract Drawin�s for details of assemUly and for lacation.
1.02 SUBMITTALS
A. Submit to the Engineer, as provided in Section 013Q0, manufacturers' literature on a11 iter�as to be
�'urnished, installation instructions, and where applica6le, fire rating and certiiied test results oi the
various components.
PART 2: PRODUCTS
2.01 PIPE SLEEVES
A. Unless atherwise shown, all pipe sieeves shall be Schedule 40 galvanized steel pipe confornain.g ta
ASTM A53. Where indicated, provide a 2-in minzrt�um cireumferential water stop welded to exterior
of s].eeve at its midpoint. Ends af sleeves shall be cut, ground smooth and shall be flush vcrith t�ae wa11
or ceiling arzd extend 2-in abo�re finished floors. Sleeves ta be sealed by caullang shall be sized as
required. Sleeves to be sealed with mecharuca3 seals sk�all be sized in accardance with the seal
manufacturer's recaznmendations. Sleeves for insulated piping shall be sized as required.
2.02 WALL CASTINGS
A. Unless otherwise shown, wall cast�ngs shall be ductile �ron confor;ning to ANSUAWWA
A21.511C 151, thickness Class 53, diameter as required. Flanges and/or mechanical joint bells shall be
drilled and tapped for studs where flush with the wajl. Castings shall be provided with an intermediate
2 in minimum circum#'erential flan�elwaterstop, integrally cast wit� or welded ta the casting, located
as follows: fo� castings set flush with walls lacated ai the center of the overall length of the casting; for
castings which ex�end through wall lacated such that ii falls within the middIe third flf the wall.
2,03 SEALTNG MATERIALS
A. Mechanical seals shall be modular, adjustable, bolted, mechanical type cansisting of interlocking
synthetic ru,bber linics shaped to continuously iill the annular space between the pipe and sleeve. The
seal sball be rated by the manufacturer for 40-ft a� hearl ar 20 psig. M�chanical seals s�►all be
Link-Seal LS-300-M, LS-40a-M, or LS-500-M, depending on gipe size, manufactured by Thunderline
Corp., Wayne, MT or equal.
B. Caulking for PVC piping sha11 consist afbraided aakum paclang or fire retardant pliable tnate�ial, Fig.
310 by 5ealtite Co.; White Oakum W. 5.-600 by American Manufacturing C�., or equal, followed by
lead waol, compacted ta farm a watertight seal.
FO 1172.doc
01172-1 ionoroi
c�ty orxortr, wortr,
Rolling Hills WTP
Backwash Supply System
C. Sealant shaIl be a two part foamed silicone elastomer as ra�anufactured by Dow Corning Co., produci
No. 3-6548 silicone R.T,V.; 3M brand fire baxrier products caulk C.P. 25 and 3M brandputty 303; or
Flame-Safe fir� stop systems Fig, No. FS-SQa by Thonaas & Betts Corparation. Sealant bead
co�nf'iguration, depth and width shall be in accordance with znanufacturer's recornrnendations.
2.04 MIS�ELLANEOUS MATERIALS
A. Bonding compnund shall be Sikadur Hi-Mad epoxy Uy Sika Coxporation, equal by Euclid Chemical
Carporation; Master BuiSders Company, ar equal.
B. Non-shrink grout shall Ue Masterflov�r 713 by Master BuiIders Campany; Euco N-S by Euc�id
Chemical Co.; Five Star Grout by U.S. Grout Corp., or equal.
PART 3: EXECU'�ION
3.01 INST ALLATION
A. Assemble and install components of pipe penetraiion assemblies as detailed nn fihe Drawings.
END OF SECTION
Foi »a.ao� 41 I72-2 ioiio�oi
City of Fort Warth
Rolling Hills WTP
73ackw'ash 5uppky 5ystem
SECTION 0120Q
PROJECT MEETINGS
PART 1: GENERAL
1.01 SCOPE OF WORK
A. Schedule, attend, and adzzainister as specified, preconstruction conference, periodic progress meetings,
and specially called meetings throughout progress af �he Work,
B. Representativ�s of Contractor, subcontractors and suppliers at�ending meetings shall be qualified and
authorized to act on behalf of the entity each represents.
• C, Meetings administered by Owner may be tape recarded. If recarded, tapes wi13 be used to prepare
minutes and retained by Owner fax future reference.
:. D. Meetings, in addition ta those specified in this Section, may be held when requested by the �wner,
Engineer or Coniractor.
. _ 1.02, RELATED WORK
�� A. Pre-bid conference is incIuded in Information to Bidders.
I
! 1.(i3 PRECONSTRUCTION CON�'ERENCE
I A. A pxecanstrucnon conference will be held within ten days after award �f Contract and before Wark is
started. The conference will be scheduled and administexed by tbe Owner.
� � B. The Owner will preside at the conference, prepare the rninutes of the zneeting and distribute capies oi
- same to a13 participax�ts who so request by fully cornpleting the attendance forim to be circulated at the
, beginning of the conference.
` C. Attendance:
1. Contractar's ra�ect mana er.
�
P J g
2. Cantractar's superintendent. _
t 3. Any subcontractor or supplier representatives whom tlae Contractar may desire to invite or the
Owrier may request.
. 4. Construction Manager
S. Engineer's representatives.
6. Owner's representatives.
7. Others as appropriate.
Foizoa.ao� �1200-1 ionoioi
City af Fart Worth
Ro]]ing Hilis WTP
Dackwash 5upply 5ystem
D, Preliminary �lgenda:
Iniroductians
1. Schedule campletion dates and Liquidated Damages.
2. Canstruction Schedulzng, in�Iuding critical path.
3. Designation of responsible personnel.
4, Authority of Contractor.
5. Authority of Consi:rruction Manager and Engineex.
6. Submittals.
7. Procedures for Change Orders, CMRs, PCMs, Field Qrders, RFIs, etc.
8. Record Drawings
9. Quality control.
�0. Safety Procedures.
11. Temporary construetion facilities.
12, Use of City Facilities.
13. Security and Wnrk after Normal Hours.
14. Measurennent and payrnent.
15. City Adtninistrative Procedures, includ�izi.g M/WBE procedures.
Ifi. Project Work Summary
17. Gorrespondence Routing
18, Pay Reques� Procedures
1.04 PROGRESS MEETINGS
A. Formal praject coordination mee�ings wiI1 he held periodically {not more than once wee�ly, nor less
than once monthly). Meetings will be scheduled and administered by Construction Manager.
Additianal progress meetings to discuss s.pecific topics �rill be conducied on an as needed basis. 5uch
additional meetings shall include, buf not be limited to:
1. Coordinating plantlequipment shutdoru�as.
2. Installation of equipment.
�oi2ao.ao� 01200-2 io�ioro�
City of Fort Wnrth
Rolling �iills WTP
Backwash 5upply 5ystem
3. Start-up of equipment or plant.
4. Problem Axea Resolutions
5. Equipment appraval.
B. The Construction Manager w ill preside at progress meetings, prepare the minutes of the meeting and
distribute copies of same to all participants who so request by fu31y completing the attendance form to
be circulated at the beo nning of each. meeting.
C. Attendance: Same as preconstruction conference.
D. Preliminary Agenda:
� 1. Review, approval of minutes of previous meeting.
" 2. Review o� work progress since previous meeting.
3. Field observations, problerns, conflicts.
4. Problerxas wJ�ich impede constructzon schedule.
� 5. Re�iew of off-site fabrication, delivery schedules.
6. Re�view of constzuction interiacing and sequenc'rng reauirements with other construct'ran
contracts.
7. Corr�ctive measuxes and procedures ta regain projected schedule.
8. Revisions to construction schedule.
, 9. Progress, schedule, during succeeding work periad.
10. Coordinaiion of schedules.
I 1. Review submittal sc�iedules.
e
12, Maintenance of yuality standards.
�� 13. Pending changes and subs�itutions.
�
� 14. Re�iew propased changes for:
a. E�f'ect on construction schedule and on coxnpletion date.
� b. Effect on other contracts of the Project.
15. Review Record Documents.
16. Review monthly pay request.
Foizao.ao� 012D0-3 �onaoi
City of rort WorCh
RnllingHills WTP
Backwash Supply System
17. Review status of RFFs.
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION (NOT USED)
END ��` SECTION
F0120fl.dnc 01240-4 30/16/01
City of Fort Vl�arth
Rolling Hills WTP
Backcwash Suppiy System
SECTrON 013�0
SLTBMITTALS
PART i: GENERAL
1.01 DESCR]PTION OF REQUIREMENTS
A. This Section speciiies the general methods and requirements of submissions applicab3e to the
fallawing work-related submit�als: Shop Drawings, Product Data, Satnples, MockZTps, Conshuction
Photographs, and Construction or Submiiial Schedules. Deiailed submit�al requirements will be
specified in the technical specifieations sections.
B. All submittals shall be clearly identified by reference to Specification Sectioza, Paragraph, Drawing
No. or Detail as applicable. Subtnittais shall be clear and ]egible anc� of suffici.ent size far sufficient
presentation o£ data.
1.02 �HOP DRAVi�NGS, PRODUCT DATA, SAMPLE�
A. Shop Drawings
� 1. Shop dxawings, as speciiied in individual work Sections include, but are not necessarily limited
, to, custonn-prepared data such as fabr�cation and erection/installation {working) drawings,
scheduled infarmation, setting diagrams, actual shopwork manufacturing instiuctions, custorn
� templates, special wiring diagrams, coordination drawings, individual system or equipment
inspection and tesi reports including perfon�ance curves an.d certifications, as applicable to the
Work.
� 2. All shop drawings submitted by subcontractors for approval shall be sent directly to the
;� Contractor for checking. Tk�e Contractor shall be responsible �or their subr�vssion at the proper
` time so as to prevent delays in delivery of xnaterials.
3. The Canfractor shal] check all subcontractor's shop drawings regarding measurements, size of
members, materials, and details to satisfy himself that they canfornr� to the intent of the Drawings
arid �pecifications. Shop dxawings %und ta be inaccurate or atr�.erwise in enrox shal] be returned
to the subcontractors far conection before submissian thereof
4. All detai3s an shop drawings suUmitted for appraval shall show clearly the reiation of ihe various
parts to the main me�nvers and lines of the structure, and where correct fabrication of ihe work
depends upon � eld measurements, such nr�easurements shall be made and noted an th� drawings
before being submitted for approva�.
$. Product Data
1. Product data as speczfied in individual Sections, include, but are not necessarily Iimited to,
standard prepared data for manufactured pxoducts (some�imes referred to as catalog data}, such
as the nnaz�.ufacturer's product specification and installakion instructions, availability of colors and
patter�as, zxaanufacturer's printed statements of compliances and applicability, roughing-in
diagrams and templates, catalog cuts, product pY�otographs, standard wiring diagrams, printed
performance curves and operational-range diagrams, production or quality cantrol inspection and
test rc;ports and certi�ications, mill reports, product operating and maintenance instructions and
recommended spare-parks listing and printed product wa�rranties, as applicable to the Work.
FOl300.doc O l 3U0-1 3113/02
City vf Fort Worth
RoEling Hills W'I'P
Backwash Supp3y System
C. Sam,ples
Samples specified in indi�idual Sections, include, but are not necessaz�ily limited ta, physical
exampies of the work such as sections of manufactured or fabricated work, small cuts or
containers of materials, complete units of repetitively-used products, coiorltexturelpattern
swatches and range sets, specimens �ox coordination of visual effect, graphie symbols and uniis
af work io be used by the Eng�neer or Owner far independent inspection and tesiing, as
applicable to the Work.
1.03 CONTRAGTOR'S RESPONSTBTLTTTES
A. The Co�tracto� shall review shop dravaings, product data and samples, including those by
subcontractors, prior to sub7mission to determine and verify the following: �
1. Field measurezxaents
2. Field construction criteria
Catalog numbers ar�d similar data
4. Conformance with the Specifications
B. Each shop drawing, sarnple and product data submitted by the Cont�ractar slaall have affixed to i# the
follawing Certi�cation Statement including the Cantracior's Comgany name and signed by Xhe person
who actually reviewed the suUmiital. "Certif'ication Statement: By this submittal, I hereby
reprEsent t�.at Y have determined and verified field tneasurements, field cqnstruction criteria,
materials, dimensions, catalog �uxnbers and similar data and I have checked and taordinated
each itenn with other appvcable appz-oved shop drawings." Shop drawings larger than $ 112" x
11" shall be folded to S 1/2" x 11 ". Shop drawings and praduct data sheets sk�all be bound together in
an oxderly fashion and bear the abo�e Certifieatit�n Statement on the caver sheet. The cover sheet
shall fully describe the packaged data and include a listing of alI items within the package. Pravide to
the Cons�ruction Manager a copy of each submittal transmi,ttal sheet for shop drawings, product data
and samples at the time of submittal of said drawings, pxoduct data and samples to the Engineer.
C. The Contractar shall follow the subz�:iittaI numbering requirements provided in Paragraph D-42 of the
Special Conditions. In additzon, the Contractor shall utilize an 8-character subnnittal cross-reference
identification numbexing system in the following manner:
The first five digits shall �e the applicaUle Specificati�n Section Numver.
2. The next tvvo digits shall be the numbers 01-99 to sequenfially ni,unber each initi�al separate item
or drawing submitted under each specific Section number.
The last character shall be a letter, A-Z, indicating the resubmission flf the same Drawing (i.e.
A=2nd suUmissian, B=3rd submission, C^4th subxnission, e#c.). A typical submit�al number
would be as follows:
03300-08-B
03300 = Specification Section far Goncrete
08 = Th.e eighth uutial submittal under this specification se�tion
B = The third submission {second resubrnission) of that particular shop drawing
D. Notify the Engineer in writing, at the time of submit�al, of any deviations in the subnnittals from the
requirerrtents af the Contract Documents.
F01300.doc Q 13 QQ_2,
3113/02
City of Fort Worth
Ttolling Hil1s WTP
Backwash 3upply System
E. The review and approval of shop dxawzngs, samples or product data by t1�e Engineer shall nat relieve
the C�ontractor from hislher responsibility with xegard to the fulfi�3ment af the terms of the Contract.
AIl risks af error and omission are assurned by the Contractor and the Engineer will have no
responsibility therefare.
�. No portion of the work r�quiring a shop drawirng, sazx�ple, ar product data shall be start�d nor shall any
' materials be fabricated or installed prior to the approval ar qualiiied approval of such item.
Fabrication perfarmed, rr�aterials puzchased or on-site construction accoxnplzshed which doss not
' conform ta approved shop drawings and data shall be at the Contractor's risk, The �wnex w�ill z�ot be
, liable for any expense or delay due to carrections or remedies required to accomplish conformity.
, G. Project vvnrk, materials, fabrication, and installatian shall conform with approved shop drawings,
. applicable samples, and product data.
n
1.04 SUBMISSION REQiTIREMENTS
A. Make submittals promptly in accnrdance with approved schedule, and in such sequence as to cause no
delay in th� Work or in the work of an� ather cantractor.
B. Each submittal, appropriately coded, will be returned w�iihin 30 calendar days fallowiung recezpt of
' subnnittal by the Engineer.
� C. NumUer of submittals reqi.ured:
1. Shop Drawings as defined in Paragraph 1.02 A: Eight copies for electrical, instrumentatian,
architectural and HVAC sub�aittals, Seven copies for all other subm�zttals. If Contractor requires
more than three copies of Shap Drawings returx�ed, Contractor shall submit more than the
n�zrriber of copies listed above.
2. Praduct Data as defined in Paragraph 1.02 B: Four copies.
3. Samples: Submit the number stated in the respect�ive Specification Sec�ions.
I � D. Submittals shall cantain:
1. The date of submission and the dates of any previous submissions.
, 2. Tk�e Proj ect title and number.
3. Contractar sdentification.
�. The names af:
a. Contractor
b. Supplier
c. Mariufacturer
5. Ideniiiication of the product, with the specif cation section number, page and p�agraph{s).
6. Field dimensions, clearly identified as such.
7. Relation to adjaeent or critical features of fihe Work ar materials.
S. Applicable standards, such as ASTM or Federal Specification nurnbers.
9. Identificatian by highlighting of deviations from Contract Docurnents.
Fo13oo.doc OI300-3
3113/02
City af Fort Wortt�
Ralling Hills WTP
Backwash 5upp7y System
10. Identi�catian by highlighting of revisions on resubz�ittals.
1 I. An 8-in X 3-in blank space for Contractox and Engineer stamps.
l.QS REVIEW OF �HOP DRAWINGS, PRODUCT DATA, WORKINGDRAWINGS AND S��MPLES
A. The review af shop drawings, data, and samples will be for general c�nformance wit� the design
concept and Coniract Documents. They shall not ba construed as:
1. petmitting any depariure irom the Contract requirernents;
2. relieving tk�e Cantractor of responsibility for any errors, including d�tails, dimensions, and
materiafs; a:nd/or
approvin.g departures from detaiIs furnished l�y the Eng�neer, except as otherwise provided
herein,
B. The Contractar remains responsible for details and accuracy, for coordinating the work with all other
associated work and trades, for selecting fabricaiion processes, for tecY�niques of assembly, and far
performing work in a safe manner.
C. Tfthe shop drawings, data or samples as suUmitted describe variations and show a departure frnm the
Contract requir�ments whicb Engineer finds to be in the interest af the Owner and ta be so �inor as
not to in�nlve a change in Contract Price or �ime for performance, t�e Engineer may return #he
revie�,ved drawings without n.oting an exceptinn.
D. Submittals will be xeturned tn th� Contractor under ane of the following codes.
Code 1 C "APPROVED" is assigned when there are no notations or comments on the subrnittal,
When returned ur�der �ais code the Confractor may release the equipment andlor
matarial far zx�azaufacfure.
Code 2 C "APPROVED AS NOTED". This code is assigned when a confirmation of the
notations and comments �5 NOT requzred Uy the Contractor. The Contractor rnay
release the equipment or material for manufacture; however, al1 notations and
cnmments must be incarpoz'ated iz�.to the final product.
Code 3 C "APPROVED AS NOTED/CONFIRM". This comlaination of codes is assigned when
a confirmation af the nata�ions and comments IS required by the Contractor. The
Contractor may releas� tha equipment ar material for manufacture; however, all
notations and coxnments rnust be incarporated into the final product. This conrrmatian
shall specifically address each amission and nnnconforini�ng item that was no#�d.
Canfirmation is ta Ue received by the_Engineer within 1S calendar days ofthe date of
th� Engineer`s transmittal requiring th.e confirmation.
Code 4 C "APPROVED AS NOTEDIRESUBMTT". This combination af codes is assigned
when natatians and cornments are extensive enough to require a resuUmittal of the
package. The Contractor may release the equipxnent or material for manufacture;
however, all notations and comments must be incorporated into the final product. This
resubmittal is to address all comrnents, omissions and non-confoz�ning items that vvere
noted. Resubmittal is to be received by the Engineer within 15 ealendat days of the
date of the Engin.eer's fxansmittai requiring the resubrrrittal.
F013QO.doc d13fl0-� 3I131Q2
City nf Fort Worth
RollingHilks WTP
Backwash Su}�ply 5ystem
Code 5 C "NOT AYPROVED" is assigned when the submittal does not meet the intent af the
Contract Docurrtents. The Gontractor n;�ust resubrnit the entire pacicage revised to bring
the sul�mittal into conformance. It rnay be necessary to resubmit using a different
manufacturerlvendor to meet the Contract Documents,
Cade 6 C "COMMENTS ATTACHED" is assigned w�.ere there are camments attached ta the
retumed submittal wluch provide additional data ta aid th� Contractar.
� Cades � through S designate the status of ihe reviewed submittal with Code 6 shawing there h:as Ueen
an attachrnent of additional data.
,.
E. Resubmittals will be handled in the same manner as first submittals. On resubrnittals the Contractor
shall direct speci�ic attention, in writing on the letier oitransmittal and onresuiaxxaitted shop drawings
by use ofrevisian triangles or ather similar methods, to revisions a�aer than the corrections requested
by the Engineer, on previous subrnissions. Any suchrevisians which are nat clearly identified shall be
mad� at the risk af th� Cantractor. The Contractax shall m�ake corrections to any work done because
of this type revision that is not in accordance ta the Cantract Docurnents as may be required by the
Engineer.
F. Parkial submittals may not be reviewed. The Engine�r will be the only judge as to the carnpleteness of
a sul�mittal. Subnnitta3s deezned by the Engineer to be not complete will be returned to the Contractor,
and vv�ill be considered "Not Appro�ed" until resubmitted. The Engineer may at his�er option provide
a list or mark the submittal c3irecting the Contractor to the areas that are incomplete.
G. �#'the Contractor considers any cozrection indicated on the sbop drawings to constitute a change to the
= Contract Documents, the Coniractor shall give written natice thereof to the En�in�er at least seven
worldng days prior to release for manufacture.
H. When the shop drawings have been completed to the satisfaction of the Engineer, the Contractor s�iall
' carry out the construction in accordance therewith and sha.Il make no further changes t�erezn except
. upon writte� instructions fron� tlae Engineer.
1.06 DISTRTBUTION
A. Distribute reproductians of approved shop drawings and copies ofappraved product data and sample�,
where required, to the job site file and elsewhere as darected by the Engineer. Number of copies shall
be as directed by the Engineer but shall not exceed the number specified in Faragraph 1.04C.
1.07 MOCK UPS
A. Mock i�p units as specified in individuaI Sections, include, but are not necessariSy limited to, complete
units of the standard of acceptance for that type af work to be used on the Project. Ramove at the
completion of the Work or when directed.
�� 1.08 PRO�ESSIONAL ENGINEER (P.E.} CERTIF'ICATION FORM
A. If specifically required in ather 5ections of these Speciiications, the Gantractar shall submit a P.E.
Certification for each item required, in ihe form attached �o this �ect�on, co�npletely filled in and
stamped.
{ 1.09 GENERAL PROCEDURES FOR SUBMITTALS
A. Coordination of Submittal Tirnes: �repare and transmit each subrniftal sufficiently in advance of
per%rming the xelated work or other applicable activities, vr within the tim� specifed in the individual
work sections, of the Specifications, so that the iz�stallat�ion. wilI not be delayed by processing times
� includuag disapprnval and resubmittal (if required), coordination with other submittals, testing,
�a �3ao.aoG p 1300-5 ��i 3/oz
City of Fort Worth
Ro]]ing Hills WTP
Backwash Supply 5ystem
purchasing, fahricatian, deli�ery and sirt�ilar sequenced acti�ities. No e�tension of time wi1I be
authorized because of the Contractor's failure to transmit submittals suffieiently in advance of tk�e
Work.
1,10 REPETITIVE REVIEW
A. Submittals for each item will be reviewed no more than twice at the Owner's expense. All subsequent
reviews will be performed at times conveni�nt to �e Engineer and at the Contractar's expezase, based
on the Engineer`s then prevailing rates. The Contractor shall reiznburse the Owner within 30 Calendar
Days for all such %es invaiced to the Owner by the Engineez.
B, The need for more than ane resubmission ox any oEher delay in oUtaiz�ing Engineer's review of
submit�als, will not enYitle the Contractor to an extension of Contract Time.
PART 2: PRODUC�TS (NOT USED)
PART 3: EXECUTION (NOT USED)
END OF SECTION
Foi3on.aa� 01300-6 3113102
City of Fort VJorth
Rolling Hills WTP
Backwash Suppiy Systam
P.E. CERTIFICATION FORM
The undexsi�ned hereby certifies that helshe is a Professional Engineer registered in the State of
and that he/she has Ueen employed by
(Name of Contractor)
to design
{insert P.E. Responsibilities)
in accordance with Speciiication Sect�on for the
(Name of Project)
The undersigm.ed furtlaer certifies that heishe has performed the design of the
(Name of Proj eci)
, that said design is in conformance �vit�
all applicable local, State and �'ederal codes, rules and regulations, and that his/her signature and P.E. stamp
have been affixed ta all caiculations and drawings used in�, and resulting from, the design.
The undersigned hereby agrees io make all o�iginal design drawings and calculations available to the
Citv of Fort VrJorth or Owner's represeniative within seven days
following wri.tten request therefore Uy the Owner.
P.E. Name
Signature
Address
Place P.E. Stamp Here
�itb Date and Signature
ContractQx's Nam.e
5ignature
Title
Address
F�1300.doc 01300-7 3113102
City of Fart Worth
Ro1Gng Hills WTP
Backwash Supply System
SECTION 01315
FROGRESS SCHEDULE AND REPORTS
PART 1: GENERAL
1.01 PROGRAM DESCRIPTION
A. A Critical Patk� Metlafld (C�M} construction schedule sha11 be used to control the work of this Contract
and to prQvide a de�nitive basis far determining job pragress. The con�struction schedule shall be
prepared by the Contractor. Work shall be performed in compliance with the established CPM
schedule and the Cor►tractor and his subcontractors shall Ue responsible for cooperating fully wit3a #he
Owner in effectively utijizing tlae CPM schedule.
; B. The CPM schedule tn he grepared and submitted by the Contractor shall cnnsist of a Cl'M network
(diagram of acti�ities) and a camputer-generated schedule (print-aut) as specified. The format shall be
•� the activity-on-node precedence netw�rk as indicated on the Preliminary Guideline CPM Schedule.
C. The Contractor shall ntilize PRIMAVERA and PRLMAVISION or aqual scheduling program in
analyzing the consSruction schedules. If the Cantractor desires to utilize a different scheduling
program than PRIMAVERA and PRIMAVISION io prepare its scheduIes, it must first ahtain
approval of the Owner. Contractor sha11 provide ane autharized copy of the scheduling software to the
, Owner.
' D. Wathin ten calendar days following writ�en Notice to �roceed, the Contractor is to submait ta the Owner
, for review and appraval a Preliminary Guideline CPM Schedule covering the first 60 calendar days of
work ta l�e perfom�.ed.
_ E. A Pzelzminary Guideline CPM Schedule shall include:
1. I1lustrate a feasible CPM schedule for completion of tlae Work under this Contract within the
time specified,
2. Provide an elernentary exazn.ple of a CPM schedule in the format to be used far th� detailed CPM
schedule specified. The Preliminary Guideline CPM Schedule is not as detailed as ihe CPM
schedule required und�r this Contract.
3. Establish rnandatory nnilestone dates. Milestones are designated on the Preli�inary Guideline
CPM Schedule wi� asterisks.
F. The Prelzrninary Guideline CPM Schedule is not io be considered binding cxcept far Y.he time required
far contract corn.pletion and the mandatory milestones.
G. The Contractor shall develop his Qwn outline oithe Wark and prepare his propnsed CPM schedule.
Contractor shall zeference the construction constrain#s and sequencing issues presen�ed in Section
0104Q. The computer based schedule shall be �e praduct of a recognized cammercial corz�puter
software producer and shalI meet alI of the requirements specified.
�o���s.�oc 01315-1 3it�ioz
City of Fort WoRh
Roiling Hills WTP
Back�wash Supply System
�.oz z��rwo� xEQun��NTs
A. Tlae network shall show the order and interdependence of activzties and the sequen.ce in which the
work is to be accomplished as }alanned by the Cantractox. The basic concep� of a net�vvork analysis
diagram shall be followed to shaw how the s#art of a given activity is dependent on the completion of
preceding activities and its completion restricts the start of the following activities,
B. Detailed netv�ork activities shall include: construction activzties, the suUmittal and approval of
samples of materials and Shop Drawin�s, the procurement of materiaJs and �quipment, fabrication af
materials and equipment and thair delivery, installation, and testing, start-up and training. 'I'he
Contraetor shall break the woxk into acti�ities with durations no langer than ZO working days eacka,
except as to nonconstruction activities (such. as procuretn�nt oi materiais and delivery af equiprrient)
and any other aefivities far vvhich the Ownez' mray approve the shawing of longer duration. To the
extent %asible, activities related to a speci�c ph.ysical area of the wark shall be grouped on the
netwark for ease of understanding and sim.plifieation.
C. Separate activities shall be pro�ided for each significant ident�fial�le function in each trade area in each
facility. Activifies shall sk�ow duration and remaining duration. Specific activities which shall be
zncluded are: interface work between. the Con�ractor and a�her contractars, subcontract work, intezface
work between suUcontractors and between the Cantraetor and suUcontractors, leakage tests of tanks
and pipelines, Electrieal cannections to each item of equipment, supplier azzd manufacturer technical
assistance, rnechanicaI connections to each item af equipment, tests, concrete finishing, each itern of
site wazk, (including restraints on other activities}, and utilities, fueSs and chemicals.
D, Each activity on the netvvork shall have the folIowing indicated on the node representing it.
1. Duratian and remaining duration for #hase activities in progress.
2. A five character {ar Iess} code indieative of the pari� responsible for accomplishing the aetivity.
A brief descripfiion af the aetivity.
E. The selection and number af activities shall Ue su6j ect to the Owner's approvai. The detailed network
shall be tit�e s�caled. In addition to the brief description, the Contractor shall submit a separate list of
acti�ities containing a detailed narrative of the scope of each aetivity, including the trades and
subcantractors involved, the acti�ity duration, and the cost ai each acti�ity as it pertains to the pay
items an the Schedule flf Values. The cost for each worlc activity shall include mobilization, materials,
laUor, equi�znent, overhead, and profit.
F. To the extent that �e network or any revision fhereo� shovvs anything not j aintly agreed upon or faals
fo show anything j ointly agre�d upon, it shall nQt be daemed to have been appro�ed by the Owner.
Failure to include on a network any element of work required far tha performance of this Contract
skzall not excuse the Contractar from completing work requirec� within any applicable completion date,
not�vithstanding the review of the network by tkie Owner.
G. Except where earlier completions are speci�ed, CPM schedules which shaw completion afvvorkprior
to the Contract completian date may be approved by the 4wner, but in na event shall be acceptable as
a basis for claim for delay against the �wnex by the Cnntractor.
Po 131 s. aoc 01315 -2 3/I31o2
City af Fort Worth '
Rolling I-�ills WTP
Backwash Supply System
1 A3 COMPUTER-GENERATED SCHEDULE REQUIREMENTS
A. Each comguter-generated schedule subznittal from the CPM activity netwozk sh.all include the
following tabujations: a list of activities in numerical arder, a list af activity preeedences, a schedule
sequenced by Early Start Aate, and a schedule sequenced by Total Float. Each schedule shall include
tne following minimum iterns:
�
1. Activity numbers
� 2. Estimated duration
T 3. Activity descriptian
4. Early start date (calendar dated)
��
,, 5. Early finish date {calendar dated}
• 5. Latest start date (calendar dated)
7. Latest finish date (calendar dated}
S, Status (whether critical)
9. Total float and free float.
I 10. To�al cost af each activity per the approved ,ScheduIe of Values.
I B. In addition, each schedule shall be prefaced vv�ith the followin.g surnmary data:
J
1. Contract nazx�e and nuznber
� 2. Contractor's name
, 3. Contrac# duration
�
� 4. Contract schedule
� I 5. The effective or starting date af the schedule (the da�e indica�ed in the Notice ta Praceed).
;` C. A narrative shall accompany the diagram providing�for each activzty:
1. Ac�i�ity number
2. Activiiy descriptian
3. Fredecessors
�
` �4. Successors
D. Ad�ise ihe Owtimer of the calendar usEd for the Schedule. The Calendar should be based on the actual
work week anticipated by the Contractor; whetl�er 5, 6 ar 7 days a week will be worked.
�or� is.�o� 0131 S-3 3113102
City of Fort Worth
Rolling Hills WTP
Backwash 5upply System
1.04 TNITIAL CONFERENCE
A. Witliin 1 Q days following the receipt of th� Notice to Pro�eed, t1�.e Contractor shall meet vc�ith the
Owner to discuss and agree on the proposed standards for the CPM schedule. At tbis conference the
Contractor sha�l submit to the Owner a praliminary network defming the planned operatians during th�
first 60 catendar days aft�r Notice to Proc�ed. The Contractor's general approach for the balanc� of
the Praject shal� be indicated. Cost af activities expected ta be camgleted or partially completed
before submission and appraval af the complete net4vork shaIl be included.
1.05 APPROVED CPM SCHEDULE
A. Within 45 days following the receipt of the Notice to Praceed, the Contractox shall submit t�ro prints
of fhe proposed CPM acti�rify network and a computer-generated schedule to the Own�r. Following
review l�y the Owner, �he Cantractor shall incorporate the Owner's comments into th� network and
submit five prints and one reproducible of the revised network and two capies of ihe generated
schedule. This fanal suUmittal shall be dalivered to the Owner within 60 days a�ier the Notice to
1'raceed.
B. CPM sahedules which cantain acii�ties showing negative float ar which extend l�eyand the Contract
completion date in the computer- g�nerated schedule �uill not be approved.
C. The Contractor shall partici�ate in the initial review and evaluatian of the proposed network diagrarn
and schedule by the Owner. `I'he approved netwark shall #hen be the appraved Cl'M schedule to be
used by t�e Contractor for planning, organizing and directing the vvark, and reparting progress,
D. Approval of �e CPM activity network hy the Owner is advisory only and shall not relieve �ie
Contractar af responsibiIity for accomplishing the woxk within the cantract completion date.
Omissions and erirors in the apgroved CpM schedule shaI1 not exeuse performance l�ss than that
requited by the Cantxaci. Approval by the Owner in no way makes the Ownex az� insurer of the CFM
sch.edule's succeas ar liaUle for time or cost overruns flowing fram i�s shortcomings. The Owner
�.ereby discIaims any abligation or liability Uy reason of approval of the CPM schedule.
E. The network shall l�e suUmitted on sh�ets 22 inches H 34 it�ches, and may be divided into as many
separate sheets as required.
1.b6 PROGRESS REPORTING
A. Pragiress shall be reparted on a monYhl� Uasis, The Cantractflr and Qwner shall evaluate tha status ��
the wark at the end af each �anth; to show actual progress and ta identify problem areas. Between
the lst and the Sth of each month. the Contractar sh�all submit a preliminary updated schedule with
narrative usir�g the end ofthe montln as tlae Data Date. A iinal schedule update shall be submifted by
the ] Oth day of each month.
B. The pragress and associated costs show� on the Cl'M each month sh.all he used in conjunction with
the Schedule nf VaIues in determining tkze azx�ounts to be paid through the Pay Estimate each mantli.
Activities as they pertain to the pay items of the base bid schedule will ba separately totalled iar the
cosi of each activity and value of work in place for this period.
F01315.doe � 131 S-� 3/13/�2
City of Fort Worth
Rofling Hilis WTP
Backwash Supply S�rstem
1.07 RESPONSIBILITY FOR SCHEDULE C�MPLIANCE
A. Whenever it becornes apparent from the current CPM schedule and CPM Status Repart that delays to
the eritieal path have resulted and the Contract completion date w�ll not be met, or when so directed by
the Owner, the Cont�-actor shall take some or all of the following actions at no additional cost to ihe
Owner. He shall submit to the Owner far approval, a written statement af the ste}as he in.tends to take
to remove or arrest the delay to the critical path in tiae approved schedule.
1. Increase construction manpowez in such quantities and cxaf�s as will substantially eliminate the
back3og of work.
2. Increase ti�e number of worlcing hours per shift, shifts per day, warking days per week, the
amount af construction equipment, or any com�ination of the foregaing, suf�ciently ta
substantially eliminate the backlog of work.
,, 3. Reschedu�e activities ta achieve maximurn practical concurrency of accomplishment of
activzties, and aonnply with the revised schedule.
B. If, wheza so requested by the �wner, the Cantractor should fail tn submit a written statament af ihe
�� steps he intends to take ar shauld fail to take such steps as appraved by the 4wner, th� Owner may
� direct the Contractor to increase the level of effart in manpower (trades}, equipment, and warlc
schedule {averkime, �veekend and holiday work, etc.} to Ue ernployed by the Coniractdr in order to
rernove or anrest the delay to the critical path in th� appraved schedule, and the Contractor shall
promptly provide such level of effart at no additional cost to th� Owner.
�,0$ ADJUSTMENT OF CONTRACT SCHEDULE AND COMFLETION TIME
A. If the Contractor desires to make changes in his method of aperating which affect t�:e approved CPM
schedule, he shall notify the Owner in writing stating what changes are proposed and th.e reason for the
change. If the Owner approves �fiese changes, the Contractor shall revitse and subnnit for appxoval,
without additianal cost to the Owner, all of the a£fected portions of the CPM netwark. Tha CPM
schedule shall be adjusted by the Contractor only after prior approval of his proposed changes by the
Qwner. Adjustments rnay consist of changing portions of the aatzvity sequence, acti�ity durations,
division of approved activi�ies, or o�her adjustrnents as may be approved by the Owner. The addi#.ion
of extraneaus, nan-warking activities and activities w�.ich add unappraved restraints to the CPM
scheduie wz�l not be appraved.
B. If the conapletiax� of arny activity, whether or not critical, falls rnore than 100 percent behind its
approved duration, the Contractor shall submit for approval a schedule adjustment showsng each such
activity di�ided irzto two activities reflecting completed versus uncampleted wark.
C. Shop Drawings which are not apprflved on the �rst submittal or within the schedule tim.e, and
equiprnent which do not pass ihe specified tests shall be immediately resck�eduled.
D. The Contxact completion time will be adjusted only for causes specified in this Contract. In the event
ihe Cantractor requests an �xtensian of any Contract campletion date, he shall fiirnish such
justifcation and supporting evidence as �e Owner may deem necessary to deteria�ine wheth.er the
Contractor is entitled to an extension af time under the provisions of this Contract. Tlae Own.er will,
afier receipt of such justificatian and supportirig evidence, ma�e findings af fact and wil] advise the
Contractor in wri�ing thereof. If the Owner finds that the Contractor is entitled to any extension of any
Contract caznpletion date, the �wner's determination as to the total number of days extensioa� shall be
FOL3i5.doc �1�15-$ 3/13/02
City of Fort Worth
Ralling Hilks WTP
Backwash Supply System
based upon the currently approved CPM schedule and on all data relevant to the �xtension. Such data
shall be included in the next updating of #he schedule. Actual delays in activitzes which, according to
the CPM schedule, da not affect any Contract cornpletian date shown by the criiical path in the
netwark will not be the basis for a change therein.
E. Each request for change in Cant7ract cornpletion date shall be submitted by the Contractor io the
Owner within 30 days af}er the begznning of the delay %r which a tinri.e e�ension is requested but
Uefore the date offiinal payment under this Cnntracf. No time extension will be granted for requests
which are not suUmitted within the foregoing time limit.
1. From time to tinne ii may be necessary for the Contract schedule or com.pletion time to be
adjusted by tk�e Qwner to reflect the effects of joU condztions, w�ather, technical difficulties,
strikes, unavoidahle delays on the part of �he Owner or its rapresentatives, and other
unforeseeable conditions which may indicate schedule adjustments or conapleiian tirne
extensions. LTnder such condi#ions, the Ovvner will direct the Cantractor to reschedule the work
or Confract campletion. time to reflect t1Ye changed conditians, ar�d the Contractor shall revise his
schedule accordingly. No additianal cornpensation will be made to the Coz�tractor for s�ch
schcdule changes except for una�voidable overall contract time extensions �eyond the actual
aompletion of unaffected work, in which case the Contractor shall take aII possible action to
minimize any time extension and any additianal cost to the Qwnar. 1�vailal�le flaat time in the
CPM schedule may Ue used by the Ovcmer as well as by t�e Contractor.
F. Float or slack time is defined as the a.�r�ount of time between the earliest si:art date atzd the latest start
date ar between the earliest finish date and Yhe latest iinish date af a chain of activities an the CPM.
F1oat or slack time is not far the exclusive use or benefit of either the Contractor or th� Owner.
Contractor's work shail proceed according to early start dates, and the Owner sha11 have the rzghf to
reseive and apportion floa# time according to t�e n.eeds of the proj ect, Th� Cantractar aclrnawledges
and agrees that actual delays, affecting patkas of acti�ities containing fiaat time, will not have any affect
upan cnntract completion times, pro�iding Yhat the actual delay does not exceed tt-�e float time
assaciated with those activities.
1.09 CQQRDINATING SCHEDULE� WITH OTHER CONTRACT SCHEDLTLES
A. Where wark is to be pe�formed under this Contract concurrently with or contingeni upan work
perfarzned nn the same faciIities or area under other contracts, the Cantractor`s CPM 5cherlu]e shallbe
coordinated with the schedules of the other contracts. The Contractar shall abtain the schedales of the
other a�propriate contracts from the Owner fox t�ae preparation and updating of his CPM schedule and
shall make fhe required changes in his schedule when indicated by changes in corresponding
schedules.
B. In case of interference Uetween the operations of different contractars, the Owner wi�l determin.e th�
work priority of each contractor and the sequence of work necessary to expedite the completiQn of tlae
entire Project. In such cases, the decisian of the Dumez' shaIl be accepted as fnal. The temporary
delay of the Contractor's work due to such circamstances shall not be considered as justificafion for
claims �or additional compensation.
Fat 3� s.aoc 0131.5-6 3/13/02
City of Fori Worth
Rolling Hills WTP
Backwash Suppfy 5ystem
1.1D SCHEDULE OF VALUES
A. The approved CPM schedule shall be the schedule to be used by tk�e Contractor for reparting progress.
A separate payment schedule, not tied to the CDM schedule, shall lae used for requesting payment oi
work accomplished. Payment items for the specific activities and values of the indi�+iduai rtems shall
be approved by ihe En�neer.
S. If the Cani�actor does not follo�v his planned schedule or desires to make changes in his method of
operating a�zd scheduling, he shall notify the Engineer i� wziti7ng stating the reasons far tl�e change.
Progress payments will be awarded based on amount judged camplete in conjunction with tbe
approved activiiy sequence, Progress paynnents on work out of sequence will not be allawed unless
logic changes are made and approved by the Engineer to trie approved CPM.
C. The payment request shall include the activities or portions of aativities completed durin� the
reporting period and their total value as basis for tl�e Contractor's peziodic requsst for payment.
Payment made will be based on the total value of such aetivities campleted or partially comgle�ed a.f�er
verificatian Uy the Engineer. The request shall state the percentage oftb.e wark actually completed as
of the repart date.
1.11 PROJECT E�ECUTT�N AND CONTROL REYORTIl�G
A. All change propflsals shall be submitted to the Engineer using the "Cantract Changa Prdposal" form to
be provided hy the Engin.eer.
,
B. Each day the Cantractar sha13 submit to t�.e Engineex daily construction report information using the
"Daily Cons�ruchoza Report" form to be provided by the Engzneer.
C. Each week, after coordination meeting;s with subcantractors, the Contrackor shall submit to the
Engineer a three (3} week schedule using the form to be provzded Uy the Engineer. This schedule
shall identify work schedulad for the eun-ent week and projected for two additional weeks.
D. If the �wner elecis to delete any lurnp sum item, the dailar arnount to be deleted frozx� the Contract
shall be ihe tatai amount shown in the Snhedule af Values %r that item, including overhead and profit.
PART 2: PRODUCTS (NOT USED)
�ART 3: EXECUTTON {NOT USED)
�
�
.c
END OF SECTION
F01315.doc 01315 -7 3/� 3�p2
Gity of Fort V1�orth
RollingHills WTP
Baekrvash 5upply System
SECTION 01410
TESTING AND TESTING LABORATORY SERVICES
PART 1: GENER AT •
1.Q1 REQULI�EMENTS INCLUDED
A. Owner will employ and pay far the services of an Independent Testing Laboratory to perform testi.n.g
� specifically indicated on the Conixact Documents and may at any other time elect to have mat�7als and
equipment tested for conforznity with the Contract Dacuments,
� 1. Cooperate with the laboratory to facilitate the execution of its required services.
'' 2. Employment of the laboratory shall in na way relieve Contractar's obligations to perform the work
. , of the Coniract.
' B. Al.l other testing, including testing of materials as requixed for approval of submittals, shall be at th�
, expense af the ContsactQr.
1.02 RELATED REQUIItEMENTS
A. Conditions of the Coniract: Xnspections and testiz�g xequired by laws, ordinances, �rules, regulations,
orders or approvals af public authorities.
B. Each Section listed: I.aboratory tests required and standards for testing.
C. Testing Labaratory inspectian, saxx�pling and testing is required for but not lirnited to the following:
1. Earthwork is included in 5ection 02200.
2. Excaval;ion, Trenching, and Bacl�°illing for Utiliiies and Process Piping is included in Section
02221.
'" 3. Cast in-Place concrete is r�.cluded in Section 03300.
,
1.Q3.1 LABORATORY DUTIES
,.
I A. Cooperate with Engineer an.d Contractor; provide qualified personnel a$er due naiice.
' B. Perform specified inspections, sarnpling, and �esting of materia�s and znethods of construction:
1. Comply with specified stax�dards.
2, Ascertain compliance of materials with requirements of Contract Documents.
C. Pro�ptly notify Engineer ar�ci Contractor of observed irregularities or deficiencies of work or products.
F41410.doc Oi4i0-1
ia�io�a�
City af Fort Worth
Kolling Hills W'I'P
Backwash Supply System
D. Proznptly submit five capies of vvr-itten repart of each. test and insgactian to Engineer. Each repart shall
include;
1. Date issued.
2. Praj ect title and number.
3. Tes�ing laboratory nam�, address, and telephone number,
4. Natzae and signature of laboratary inspector.
5. Date and time of sampling or inspection.
6. Record of temperature and weather conditions.
7. Date of iest.
8. Tdentification of product az�.d specificat�on section.
9. Locatian of sarnple ar test in the project.
10. Type af inspection or test.
11. 5tatement of specification requirements of material being tested.
12. Result of tests.
13 , Clarification of testing procedures and observations, wheza requested by Engineer.
E. Perfortn additional tests as required by Engin�er or the Owner.
1.04 LIMTTATION�S OF AUTHORI'1'Y OF TESTTNG LABORATORY
A. Laboratory is not authorized to:
1. Release, revoke, alter or enlarge on requirements of Conlract Doc�r�aents.
2. Approve or accept any porEion of the work.
3, Perform any duties of the Contractor.
1.05 CONTRACTDR'S RESPONSIB]LITIES
A. Cooperate vwitl� Iaboratory persannel, provide aecess to work and to manufacturer's operations.
B, Secure and delivar to the laboratory adequate quantities of representational samples af materials
praposed ta be used and which require testing.
F41410.doc � I410-2 10/10/Dl
Ci4y of F'ort W orth
Rolling �iills WTP
Saokwash Supply System
a�
�
C. Materials and equipment used in the performance of work under this Contract are subject to inspection
and testir�g at the point of manufacture or fabricat�an. Standard requirement� for quality and
workmanship az-e indicated in the Contract Documents. The Engineer may require the Cantractor to
provide staternents or certi�'icates from the rnanufacturers and fabricators tIaat the materials and
equipment prvvided by them are manufactured or fabricated in fu3l accordance with the standard
specifications for quality and workman.ship indicated in the Contrac� Documents. All cos�s of this
testing and providing statements and certificates shall be a subsidiary obligation of the Conlractor, and
na extra charge to tlae Owner shall be allo�+ed on account of such testing and certification.
D. Furnish incidental iabor and facilities:
Tn prnvide access to worrk to be tested.
, 2, To obtain and handle samples a# the project site ar at th� source of the product ta be tested.
To facilitate inspections and tests.
4. For storage and curing of test sam.pl.es.
E. Notify laboratory sufficiently i�a advance of operations to allow for la�oratory assignment ofpersonnel
and scheduling of tests.
1. When tests or inspections cannotbe performed after s�ch notice, reimburse Qwner for laboratory
I personnel and travel expenses incurred due to Conixactor's negligence,
F. Employ and pay for the services of the same or a separate, equalJy qualified independent testitig
I lahoratory to perform m.aterials development of concrete mix designs, and additional inspec�ions,
: samplin� and testing raquired far the Coniractpr's convenience.
G. If the resuIts of tests indicate the material or equipment complies with the Con�ract Documents, tl�e
Owner shall pay for ihe cost af the testing Iai�oratazy. If the tests and any st�bsequent retests indicate
the materials and equipment fail to meet the requirements of the Contract Documents, the Contrac�or
� may pay for the laboratory costs directly to the testing fum or ihe total o� such costs shall be deducted
� from any payznez�ts due �lie Contractor.
PART 2: PR�DUCTS {NOT USED)
PART 3: EXECUTION (NOT USED)
END OF SECTION
�
�O l4i O.doc
OI41p-3
iana�oi
City af Fort Worth
Rolling Hills W'i'P
Backwash 5upply Syskem
SECTION 0150Q
TEMPOR�ARY FACILITZES
P.A.RT 1: GENERAL
1.Qi TEMPORA�tY OFFICES
A. Temporary offaces shall be established on the job site where approved or dzrected by the Engineer,
adequately furnished, and maintained in a clean, orderly oonditzon by the Con�ractnr. The
Contractor or his/tier autharized re�res�ntative shall Ue present in the iield office at all times while
work is in progress. Instructions received there from the Engineer shail be considered as delivered
to the Contractor.
� B. The Contractor shall supply alI fuel �ar heating and pay all elecnic bills.
1.02 TEMPOl�RY T,TGHT AND I'OWER '
� A. Furnish temporary light and povwer, eomplete with wiring, lamps, and similar equipment as
�� required to adequately light all work areas and �vith sufficient power capacity to rneet �he
reasonable needs of all suUcontractors. Make ali necessary amrangements wi�h �he local electric
� company for temporary electric service, and pay all expenses �n connection therevrith.
B, Provide properly can�guxed NEMA polarized outlets to prewent insertion of 11 Q-120 volt plugs
., inta higher voitage outlets, For connectian of power tools and equipment, provide outlets
� equipped with ground-fault circuit i.�n.terrupiers, reset button and pilot light.
C. Provide grounded extension cords. Use "haz-d-service" cozds where exposed to abrasion and
traffic. Provide waterproof connec�ors to connect separate len�ihs af electric cords if more than
Qne lengtl� is required.
., D. Provide generaI service incandeseent lamps as required for adequate illumination, Provide guard
; c�ges or tempered glass enclasures, where expQseci ta breakage. Provide exterior fixtures where
- exposed to moist�e.
� I.03 TEMPORARY AIR, STEAM AND WATER
I
A. The Con�ractor shall provide a11 air, steam and water, including temporary piping and
: i appurtenances required therefar, as may be required far the cleaning and testing of pipelines and
equipment necessary for hislher work. Temporary piping and appurtenances sha11 be rempved
upon appxovaI of equipment being tested. Goordinate use of water with Owner's plant personnel.
1.04 TE1I�ORAAY SAI�ITARY �'ACII,ITIES
A. Provide self-contained, single-occugant toilet units of the chemical, aerated recirculation, ar
combustion type, properly vented and fully enclos�d in a fiberglass or other approved
nan-absorbent sheIl.
1.05 FIlZE EXTINGUISHERS
A. Provide portable UL-rated, Cla.ss A fire extinguishers for temporary affices and simijar spaces. In
other locations, pravide portable iTL rated Class ABC dry chemical extinguishers or a com-
bination of NFPA recommended Classes for the exposure. CompIy with NFPA 10 and 2�41 for
classification, extinguishing agent and size requi.red by location and class of �re exposure.
Fa� soo.aoc O 1500-1 3ii2�o2
C'rty af Fort Worth
Ra[ling Hills WTP
Backwash Supply 5ystem
1.05 LAi''OUT OF TEMPORARY FACILITIES
A. Before siarting the work, the Contractor shall submit ta tl�e E:ngineer his requixeznents �'or space
far temporary sfiructures and storage of materials. Whexe onsite space for �emporary facilities is
limited, the ailocation of tlae available space will be xnade by the Engineer. Should the Contractor
require space in additian to that allacated, the Con.traetnr shall maka his ov�m arrangements for
starage of materials at�.d equipment in locations off the construction site. �'or the alloeated space,
th� Contractor shal� submif to the Engineer for appra�al, his propased glan and layout far all
iemporary offices, sanitary facilities, temporary construction xaads, storage buildings, starage
yards, tempaxazy water service and distribution, ternporary power service and distribution, and
temparary telephnne service.
1.07 STORAGE BUII..DINGS
A. The Cantractor shall erect, or provide as approved, temporary storage Uuildings af the various
sizes as required fnr the protection of inechanical and elecirical equipment and�materials as
recommended by manufacturers of such equipment and materials. The Uuildings shall be provided
with such environmental control systems that meet recarnmendations of manufacturers of all
equipment and materials stored in the buildings. The buildings shall be of suff'icient size and so
arranged or partitioned to provide security for their contents and provide ready access for
inspection and inventory. At or nea�r the complet�on oithe work, and as directed by the Engi�eer,
the temporary starage Uuildings shall be dismantled, r�moved from the site, and remain. the
property of the Contraotor.
B. Co7nbustible materials {�aints, solvents, fuels, etc.) shall be stored in a well-ven�ilated Uuilding
rem,oved from other UuiIdings.
1.Q$ STORAGE YARDS
A. The Contractar shalI constxuct temporary storage yards for the storage of materials that are not
subject to damage by weather conditions. Materials such as pipe and reinforcing and structural
steel shall be stored on pallets or racks, off the graund, and zn a manner that allovvs ready access
for inspectian and inventory. Teanporary gravel surfacin� af the storage yards shall meet with the
approval o#� the Engineer.
1.09 CC}NTRACTOR'S WORK AREA
A. The Contractox shall liinit his operatians and storage af equipznent and materials to the areas
designated and as directed by the Engineer.
B. Contractor shall erect a suitaUle %nce around each tree ar group af trees shown as "protected" or
"to Ue saved" on the plans. Any such trees damaged shall b� repaired or replaced, as directed by
f.he E�agineer, at the Contractar's expense.
C. Except� as provided herein, no sidewalk, private prnperty, or other area adjacent to the plant site
s�a11 be used for sto�age of the Cnntractor's equipment and materials unless prior written appraval
is obtained fram the legal oWner.
D. The Con#ractox sk�all rnaintain the area during construction in a manner that will nat obstruct
operations on street areas. He shall proceed wit�i his work in an orderly zx�,anner, maintaining the
construction site free of debris and unnecessary equipment or materials.
E. At all times, rnain.tain areas covered Uy the Contract and puUlic properties free from accumulatian.s
of waste, debris, and rubbish caused by construc�ion aperafions. Cantractor sha13 provide weekly
street cleaning and rnonthiy wet street broaming.
FD 1500.doc �� S��-2. 3/l 21Q2
City af Fort Worth
Rolling Hills WTP
Backwash 5upply System
F. Excavated materials sha11 be removed from the site in a manner that will cause the least damage to
adjacen.t law�as, grassed areas, trees, gardens, shrubbery, or fences regardless of whether these are
on private property or on public xight-of-ways.
G. Cleaning and disposal operations shall comply with local ozdinances and antipollution laws. Do
not burr� oz bury rubbish ar�.d waste materials on the project site. Do not dispose of volatile wastes
such as mineral spirits, ail, chernicals, or paint thinner in storm or sanitary drains. Do not dispose
of wastes into slxeams or waterways.
H. Wet down dry materials and rubbish to a11ay dust and prevent biowing dust.
I. Provide approved cantainers for callection and disposal of �vaste rnaterials, debris, and rubUish
and make a�rangeznents for appropriate periodic emptying of the containers.
1.10 TEMPORARY ACCESS ROADS AND PARKING SPACE
; A. The Cantractor shall construct temporary consiructian access roads and d�tours as are required to
execute the v�ork. The roads shall meet with the approval of ihe Engineer, and be maintained in
.� good condition until no longer needed; at which time the temporary raads shall be remaved and
the area left in a condition satisfactory to the Engineer.
�
B, The Contractor s�all construct temporary parking facilities for his employees, his Sub-Cnntractar's
employees, other ernplayees and the Engineer.
1.11 PROTECTION OF THE FINISHED C�NSTRUCTION
A. The Coni�actox shall assuzxie the responsibility for the protectian of all finished construction and
shall repair and restnre any and all daznage to finished work to its original or better state.
B. Where responsil�ility can be determined, the cost for repiacement or xepair of damaged work shall
be charged ta the party xespansible. If responsibility cann.ot be fixed, the cost shall be borne by
the Contractor.
C. 'VVheeling of any laads over finished floors, either with or withouk plank protection, shali not be
pern�itted ixi anything except rubber-tired wheell�arraws, buggies, trucks, or dollies. This applies
to all iinished flo�rs and to aIl e�cposed concrete f�oors as well as those c4vered with �ompositian
tile or other applied s�facing, and shall apply to a11 trades.
D. Where structural concrete is also the finished surface, care shall be taken to avoid marking or
damagin� those surfaces.
1.12 REMOVAL OF TEMPQRARY FACILITIES AND UTILITIE�
, I A. At such tixrke or ti:m.es any tezxiparary construciian faciiities and uiilities are no longer required for
� the work, the Cfln�ractor shall na�ify the Engineer af his intent and schedule far removal of the
iemporary facilities and utilities, and abtain the Engine�r's approval before zemoving t�ie same. As
approved, the Contractnr shall disconnect and/or dismantle the temporary facilities and utilit�es
a:nd remove them from the site as h.is propert�. Leave the siie in such condition as speeified, as
' directed by th� Erigineer, andlor as shown on tl�e P3ans.
B. Tn unfinished areas, the condition of the site shall be le#� iu� a con.dition ihat wiIl restore original
drainage, evenIy graded, seeded or planted as neeessary, and left with an appearance eyua3 to, or
better than original.
�oisao.do� Q1500-3 3�12roz
City of Fart Worth
Rolling Hills VJ'I'P
Backwash Suppty System
1.I3 PAYMENT
A. The wark speciiied in tlais Sect�on shall be considered incidental and payment will be included as
part of t1�e approprzate Ium}� sum or unit prices stated in the Proposal.
PART 2: FRODi 7CTS {NOT USED)
PART 3: EXECUTION (NOT USED)
END OF �ECTION
�o� sao.ao� 01500-4 a��2�o2
City af Fart Warih
Ralling rIills W'I'P
Backwash 5upply System
SECTION 01 � 14
CONSTRUCTION TEMPORARY GONTROLS
PART 1: GEl�IERAL
1.01 M�BILIZATION AND PROGRESS OF THE WORK
A. The Owner will issua a written Natiee to Proceed, indicating the date when the Contract Time shall
begin. The Work shall pragress as required tn prevent delaying completion of the �'rojeat.
B. The Contractar shall fur�aish plant and equipxaaent which will be efficient, appropriate and large
enough to secure a satisfactory quality of work and a rate of progress which will ensure the completion
of the Work within tlae tixne stipulated in tha Contract Documents. If at any time such plant appears to
the D�mer to Ue inefficient, inappropriate or insuificient £or securing the .quality of work required or
for producing the rate of pxogress specified, he may order the Contractor to increase the efficiency,
change the character or increase the ptan.t equipment at the expense of the Contractor, and the
Contractor shall conf�orm to such order. Failure of �e Owner to give such order shall in no way
relieve the Contractor of his obligat�ons to secure the quality of work and rate of progress required.
C. The Contractor shall be iully responsible far providin.g all temporary diversion and dewatering
pumping and piping, plumbing, heating, veniilating, air conditioning, lightzng, temporary struciures,
and such other items required to eomplete all indicated urorrk in these contract specifications and
drawings.
, D. No work shall be done l�etween 6:fld p.m. and 7:00 a.z�.., nor an Saiurdays, S�ndays or legal city
ho�idays, except with the written permission of the Owner. Con.tractor sha31 submit a request to C�e
' Owner two weeks in advance far work on Sundays and legal holidays. Owiaer sha�i be notiiied 48
, hauxs priox to any work planned for Saturdays. T`he Cantractor's superintendent must be onsite ta
supervise aIl overtirr�e work.
1.02 TEMPORARY CONSTRUCTION
A. Open Excavations
All open exeavations shall be adequately safeguarded by groaiding temporary barri.cades, caution
signs, ]ights and other means to pre�ent accidents to persons, and damage to property. The
Contractar shall, at his own expense, provide suitable and safe bridges and otlzer crassings for
accommodati.ng travel by pedestrians and worlQnen. Bridges provided for access during
construction sha11 be remov�d when no langer required. The length or size of e�cavation will be
�controlled by tlae particular surroundi�g conditions, but sha11 always be eanftned to the limits
prescribed by the Owner. If the exca�ation becames a hazard, or if it excessively restricts traf�ic
at any point, the Owner rnay require special construction procedures such as limiting the length
of the open trench, prohibiting stacking excavated matexial i.n the street, and requiring that the
trench sha11 not remain open ovemight.
2. The Contractor shalI tal�e precautions to pre�ent injury to the public dua to open trenches. All
trenches, excavated znaterial, equipment, or other obstacles which could Ue dangerous to ihe
public shall be well lighted at night.
FU 1510.doc � 151 �-1 l 6/10101
City of Fort Worth
Ro3ling Hills W'I'P
IIaekrvash Supply System
B. Tesf Pits
Test pits far the purpose of lacating underground pip�lines ar structures in advanc� of the
cons�ruction shall be excavated and bacl�illed by the Contractox at the direction of the Owner.
Test pits shall be bacl�'illed immediately after their purpose has been satisfi�d and the surface
restared and maintained in a manner satisfactory to the Owner,
1.03 TEMPORARY CONTROLS
A. Maintenance of Flow
1. The Contractor shall at his owri cost, pro�ide for the flow of drains and water courses inte�rupted
during the pragress of the Work, and shall immediately haul aw�y and remave all offensive
matter. The entire procedure of maintaining existing flow shall be fully discussed with the
Own.er well in advance of the interruption of any flow.
B. Protection of Sewers
Take adeguate measures to prevent the izxapairment of the operatian of the exi�ting sewer system.
Pre�ent construction rnaterial, pavement, concrete, earth, or other debris frozn entering a sewer
ar sewer structure.
All sewage flaw interfering wiih construction and requiring diversion shall b� diverted to a poini
acceptable to the Owner.
C. Protection af Watervvays
1. The Contractor shall observe the rules and regulations of the State af Texas an:d agencies of the
U.S. Government prohibiting the pallution af any lake, stream, river, or wetian.d bythe du�-nping
of any refuse, rubbish, dredge material, or debris therein.
2. The Coniractor is specifically prohibited irom disposal af maierials into any waters of the S#ate.
3. The Contractor shalI be responsible for providing holding ponds or an approved method vvhich
will handle, carry through, ax divert around his work all flows, including storm flovvs and flovvs
created by construction activity, so as to prevent excessive silting af waterways or flooding
damage to the property.
4. The CQn�ractor shall comply with the procedures outlined iri the C7. S. Environmental Protection
Agency rnanuals entitled, "Guidelines for Erosion and Sedirnentation Control Planning and
Inaplementaiion" and "Processes, Procedures and Methods ta Control Pollution Resulting from
All Construc�ion Acti�ity", as welI as erosian control measures indicated on the Drawings.
D. Disposal of Excess Exea�at�d and Other Waste Matenals
Excess excavated znaterial not required or suitable for back#`ilI and other waste material shall be
disposed of aff site as approved by the Owner.
2. LTnacceptable disposaI sites include, Uut are not lizxiited to, sites withi;n a wetland or critical
habitat and sites where disposal will have a detrimental effect on surfaae water or groundwat�r
c�uality.
F41510.doc O 1510-2 i o�i aai
City of Fart Worth
Rolling Hills WTP
$ackwash 5upply 5ystem
3. The Cont�actor shall make his own arran�ernents for disposal subj ect to submission of proof to
the Owner that the owner(s) of the proposed sites(s) has a va3id fill permit issued by the
appropriate governmental agency and submissinn of a haul raute plan including a map of t1�e
proposed rnute(s).
4. The Coniractar shall provide watertight conveyance of any iiquid, sezni-liquid, ox saturated solids
which tend to ble�d or leak duxin.g transport. No liquid Ioss from transported materials wil1 be
permitied whether being delivered to the constructian site ar being hauled away for disposal.
Fluid materials hauled for disposal nnust be specificaljy acceptable at the selected dispasal site.
The Owner may suspend aperations Qf the Contractar, at their discretion, far alleged
non-compliance with Texas Water Cornrnission or En�ironment Protectian Agency regula#ians.
E. Proteetion of Air Quality
1. Air pallution shall be minimized by wettzng down bare soi�s during windy periods or, as
� requested by Qwner, by requiring the use of properly aperating combustion ernission control
devices on construction vehicles and equipment used by Contractor and by encouraging tne
shutdown af motorized equipment not actually in use�
2. Trash burning will not be permitted on tY�e construction site.
; 3. If temporary heating devices are necessary far proteciion of the Work, such devices sha�Z be of a
type that wixl not cause pollution of the air.
F. Use of Chemicals
1. All cheznicals used during Project constructian ar furnished for Project operation, wh�fit�er
^ herbicide, pesticide, disinfectant, polymer, reactant ar of ather classification, shall show approval
of either the U.S. Environmental Protection Agency or ihe U.S. Department of Agriculture or
any other applicable xegulatory agency. Use af aII such chemicals and d�sposal of residues shali
be in con.fazxnance witb the manufacturer's instructions.
2. The Cantractor shall naaintain Material Safety Data Sheets (MSDS} an site and available far
re�iew by the Contractor's employees and City of Fort Worth emplayees. A copy of each MSDS
sheet sha11 be pravided to the Owner.
G. Noise and Dust Conirol
The Contractor shall so conduct al3 his aperations that they will cause the least annoyance to the
residents in the vicinity of the wark, and shall comply wiih all applicable local ordinances.
Coxnpressors, hoists, and other apparatus shall be equi}�p.ed with such m�chanical devices as may
be necessary to minimize noise and dust. Campressors shall be equipped with silencers on
intake lines. All gasoline or oi1 operated eyuipm�ent shall be ec�uipped with silencers or rnu�fl.ers
on intake and exhaust lines. Storage bins asid happers shall be lined with maierial that vuill
deaden the sounds if directed by Owner. The opexation of dumping rock and of carrying rock
away in firucks shall be sa conducied as to cause a minimum ofnaise and dust. Vehicles carrying
rock, concr�te, or other material shall be routed over such streets as will cause the least
annoyance to the public and shall not be operated on pub�ic streets between the hours of 6 p.m.
and 7 a.m., or an �aturdays, Sundays or legaS holidays unless appraved by th.e Owner.
FQ1510.doc � 1 S 1 �-3 l DIIOlOi
City of Port Worth
Ralling Hills WTP
Backwash Supply Syskem
H. Nigl�ttirz�.e Wark
1_ If the Contractor f�r his convenience and at his ov�n expense, should desire to earry on his wark
at night or outside the Contractor's regular working hours as established at the preconstructian
conference, he shall submit a written request to the Owner allowing ample tixz�.a for saiisfactory
arrangements to be made for inspecting the woxk in progress. The Contractor shall pro�ide
lighting for active areas of the Proj eet and shall provide noise abaten�ent measur.es as required to
comply with all applicable Federal and State regulations and with all applicable requirements of
the City of Fart Worth.
2. Night work may be established by the Contractor as a regular procedure with the written
pern-tissinn of the Owner. 5ueh permission, however, rnay be revoked at any time by the Owner
if the Cantractor fails to maintain adequate ljght�ng equipment, noise contirol, and supervision for
the proper grosecution and controls of �he work at night, or if the off-site effects of night
construction are deemed by the Ownex to be unacceptable.
I. Care and Protection of Property
The Cantractor shall be responsible for the preservation of all public and private property, and
shall use every precaut�on necessary to prevent damage thereio. If any direct or indirect damage
is dane to public or private property by or on accaunt ai any act, ornission, neglect, or
miseonduct in the execution of the Work on the part of the Contractor, such praperty shall be
restored by the Cantractor, at his expense, to a cQndition equal to that e�stizag before �a damage
was done, ar he shall repair th� damage in a manner acceptable to the Owner.
2. The Contractor shall not enter or occ�py private land autside of easements, except by written
perniission oithe respective landowner.
J. Protection af the Finished Construction
1. The Contractor shall assume the responsibility for the protection of alI firiished con.structi�n and
shall repair and restore any and alI damag� to finished waxk to its original ar better state.
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTYON (NOT USED)
END QF S�CTION
roislo,doc Q1510-4 io�iaroi
City of Fort Worth
Ralling Hiijs WTP
Backwash Supply System
sECTzorr a16aa
DELIVERY, STORAGE AND HANDLING
PART 1: GENERAL
�.OJ. SCOFE OF WORK
A. This Secfion speaifies the general requirements for the delivery, handling, storage and protectton far al�
items required in the construction of the work, Speciiic requirements, if any, are speciiied wi�h the
� related item.
B. Contractor shall schedule deliveries witliin the guidelines se� farth by the City to meet piant security
requirements.
1.02 TRANSPORTATION AND DELNERY
A. Transport and handle i�ems in accordance wi�a manufacturer's instructions.
B. Schedule deliv�ery to reduce long term on-site stora�e pridr to installation and/or aperation. Under na
� circu�stances shall equipment be delivered to the site mor� than one month prior to installation without
written authorization from the Engineer.
C. Coordinate delivery with installation to ensure minimum holding time for i�ems that are hazardous,
flalnmable, easily damaged ar sensitive to deterioration.
.-.• D. Deliver produets to the site zn manufacturer's original sealed containers or ather packing systems,
compiete with insiructions for �aandling, storing, unpacking, protecting and installing.
. E. All items delivered to the site shall be un3oaded and placed in a manner which will not hamper the
Contractor's noz mal construction operatinn or those of subcontractors and other c�ntractors and �vill not
� interfere with the flaw of necessary traffic.
�
�,
F. Provide necessary equipment and personnei to unload all items delivered ta the siie.
;, G. Prompily inspect shipment to assure that products comply with requirements, quan�ities are carrect, and
items are undamaged. Far items furnished by others (i.e., Owner, other Contra�tars), perform
� inspection in the presenoe of the Engineer. Notify Engineer verbally, and in wriiing, of any problems.
1.03 ST�R.AGE AND PROTECTI�N
�
A. Store and protect products in accordance wiih the manufacturer's instructions, with seals and labels
intact and legible. Storage instruct�on shall be studied by the Contractor and reviewed with th�
Engineer by him�ner. Znstruction shall be careful.ly �ollowed and a written record af this I�ept by the
Contractoz-. Arrange storage to pertnit access for inspectio:n.
B. Store ldose granular materials on solid flat surfaces in a well-drain�d area. Preventmixing with foreign
matter.
�ai �oo.aoc 016Q0-1 a�i 3�oz
City of Fort Wart�
Ralling Tiills WTP
Backwash 5upply System
C. Cement and lime shall be stored under a roof and off the ground and shall be kept completely dry at aIl
times. All structural, miscellari.eous and xeinforcing steeI shall be stored o�fthe ground or atherwise to
prevent accurz�,u�atians af dirt or grease, and in a position to prevent accumulations of standing water
and to rzainimize rus�ing. Beams shall be stored with the webs vertical. Precast concrete shall be
handled and stored in a manner to prevent accurnulai�ons of dirt, standing water, staining, chipping or
cracking. Brick, block and similar rnasonry products shall be handled and stored in a znanner to z-educe
breakage, cracldng and spalling to a minimum.
D. All mechanieal and electrical equipment and instruments subject to corrosive damiage by tha
atmosphere if stoared outdoors (even though covered by canvas) �hali be stored in a weathertigh�
building ta prevent injury. The building may be a�emporary stx-ucture on the site or elsewhere, but it
must be satisfactory to the Engineer. Building shall be provided with adequate ven�ilation to prevent
condensation. Maintain temperature and hvmidity withi� range required by t�aanufacturer.
All equipment shall be stored fully lubricated with oil, grease and other lubricants unless
atherwise instructed by the manufacturer, All space heaters in equipment shall be energized
during construct�on.
2. Moving parts sl�all be rotafed a minirnum of ance vveekly io ir�sure prop�r lubrication and to avoid
metal-to-metal "welding". Upon installation oi the equipment, the Contractox shaII siart th�
equipnrzent, at �east half-load, once weekly for an adequate period of #ame to ensure that the
equi.pment does not detez-iorate from lack of use.
Lubricants shal� be changed upnn cornpletion of installataon and as frequently as requi�ed
thereafter during the period between installaiion a�d acceptance. New lubricants shall be put into
the equzpment at the time af acceptance.
4. Prior to aeceptance of the equipment, the Coni,i-actar shall have the manufacturer inspect the
equipment and certify that its condition has not been detritnentally affected by the Iong storage
period. Such cert-ifications by the manufacturer si�all be deemed to �xaean that the equipment is
judged by the manufacturer to be in a condition equal td that of equiprnent that has been shipped,
installed, tested and accepted in a minimu�n tirrze period. A.s such, the manufacturer will guaran�y
the equipment equally in both insfazices. If such a certiiication zs not given, #he equipment shall be
judg�d to be defective. It shall be removed and replaced at tk�.e Contractor's expense.
PART 2: PRODUCT� (NOT USED)
PART 3: EXECUTIOAi (NOT USED}
END OF S�CTION
F01600.doc 41(��-� 3l13/02
City of Fart Warth
Rol3ing Hills WTP
Backwash Supply 5ystem
SECTION O1.61fl
MATE�TAL AND EQUIl'MENT
P.ART 1: GENERAL
1.01 ACCEPTANCE OF MATERIALS AND EQU]PMENT
A. Only new materials and equiprx�ent shall be ineorporated in the Work, except for �wner furnished
equipment and materials listed on the Drawings. Materials and equipment �urnished by tl�e Con,tractar
shall be subject to the inspection and approval of the Owner. No mateirzal shall be delivered to tbe
Work without priar approval af the Owner.
B. Matexial and equiprnent incorporated into the Work shall:
I. Be new or listed on the Drawings as Owner furnished, in current pxaductian, and confarnaing to
applicable specifications and staudards.
2. Comply with size, make, type and quaIity specified, or as specifically approved in writing by tlae
Engine�r.
C. Manufacture Iike parts of duplicate units ta stan.dard sizes and gages, to be interchangeable.
.,I D. Two or more items af the same l�nd shall be identical, by the same manufacturer.
'� E. Products and equipment shall be suiiaUle for service conditions.
�,
F. Equipment capacities, sizes and dimensians shown or speei� ed shall be adhered to unless variations
' are speci�ically approved in writing.
G. lla not use rnaierial or equipment for any purpose dther than that for which it is designed or is
� specified.
�� H. The materials and equipment used on the Work shalI correspond to the approved samples or other
, , submitted data.
1.02 REUSE AND REPLACEMENT OF EXISTTNG MATEI�IALS AND EQUIPMENT
A. Except as specificaIly indicated or specified, materials and equipment removed from any existing
�� structure shall not be used in the completed Work.
B. For the pieces of aquiprnent to be reused in ihe work:
1. Use special care in removal, har�dling, starage and reinstallation, to assure praper function in the
compleied Work.
2. Arrange fox transportation, storage and handling of products which xequire aff-site storage,
restoration or renovatian. Pay ai3 costs for such work.
Fa��10 01610-1 tanoroi
City of Fort Warth
Rolling Hills WTP
Baokwash Supply 5ystem
1 A3 TRANSPORTATION AND IIANDLING
A. Arrange delivez�es of products and equip�x�ent in accord with construction schedules, coordinate to
avoid conflict with vvork and cflnditions at the site.
B. Deliver products in undamaged condition, in rnanufacturer's original cantainers or packaging, rvith
identifying labels intact and legible.
C. Pipe and other materials delivered to the j ob shall be uriloaded and placed in a manner which will not
hamper the normal operation of the exis#ing plant or interfere with the flow of necessary traffic.
D. �rmnediately on delivery, inspect s�aipments to assure cornpliance with requirennents of Contract
Documents and approved subrnittals, azxd that products are properly protected and undamaged.
1.04 INSPECTION AND TESTING FOR ACCEPTANCE
A. Fumish all materials or specimens for testing and all labnr at�d facilities for inspection o#' equipment
and materials. .
B. �'urnish suital�le evidence that the materials proposed to be incarporated into the Wnrk ar� in
accordance with the Speczfications, MiII tests for reinforcing steel and cement wi]1 be aeceptaUle if it
i� deiinite that the test sheets apply to the material being furnish�d, Manufacturer's ox supplier's test
results will be acceptable for such items as pipe, �alves, hydrants when it is de�in.ite that the rnaterial
being fumished is in accordance with the manufacturer's or suppli�r's specification�s to which the test
results apply. Should the Co�atractor �aiI ta pro�ide the above in%rmation, the Ovvrzer shalj have the
right to require tests to be made by the Owner's labaratory to abtain #he inforzn.ation and the cost
ther�fnr shall be l�orne by the Can#ractor. The Owner zr�ay have further inspection and tests rnade by
the Iaboratory or may make tests himseIf, to ensure that the Contractor is com.plying vvith the
Specifications.
C. DetaiIs for testing equipment and materials are found in the individual Sections of these
Speci�ications.
D. If the Owner requires, either prior to beginning or durin� the progress af the Wark, tt�.e Contractor
shall subrnit samples or materials for such special tes#s as may be necessary to demonsixate that they
comply with the Specifieations. Such samples shall be furnished, siored, packed, and sia�ipped as
dxxected at the Contractor's expense. Except as otherwise noted, the Owner will make arrangernents
for and pay for the tests.
E. Delay of approval resulting from the Contractor's failure to submit samples or data promptIy shall not
be used as a basis ai a claim against the Owner ar Engineer.
1 A5 STORAGE AND PROTECTION OF EQUIPMENT AND MATERTALS ON SITE
A. Materials and equipment to be incorporated in the Wark shall be handled and stored l�y the
manuiacturer, fabricator, supplier and Confrac#or before, during, and after shipment in a manner #o
prevent waxping, t�visting, bending, breaking, chipping, rusting, and any injury, theft ar damage of any
kind whatsnever to the material or equipment.
�oibio 01610-2 lUl14101
City of Fort Worth
Rolling Hills WTP
Backwash Suppiy System
B. Sp�cial attention shall be given to the storage and handling of equiprriez�t on site. Equipment starage
will be approved by the awner. As a minimum, the procedure outlined below sha11 be followed:
1. Equipment shall be shipped as late as possible to assure its availability w�en required by the
Cantractox's schedule. The intent of this requirement is ta reduce on-site starage tirr�e prior to
installation and operatian. Under no circumstances shall equipment be deliv�red ta the site more
than one month prior to installation without prior written auihorization from the Owner.
Equipment shall not be shipped untzI the Contractor has received an approved submittal from the
Owner.
2. Equipment having rr►avin� parts such as gears, electric motors, and instruments shall be stored in
a temperature and hurnidity contralled building approved by the Owner, until such time as the
equip�ent is io be installed. All space heaters in equipment shall be energized during
constructiox�.
� 3. Equipment shall be stored fully lubricated with oil or grease, unless otherwise instructed by the
manufacturer.
� 4. Manufacturer's storage insiructions sha13 be carefully studied by th.e Cantractor and reviewed
with the Owner. These instructions shall be carefully followed and a wri.tten record shall be kept
F
by the Contractor. �
5. Mo�ing parts shall be rotated a mininnuzn of ance weekly to insure pxopex lubrication and to
' avoid metal-to-metal "welding". Upon it�stallation of the equipment, the Contractor shall start
the equipment, at least half Ioad, once weekly far an adequate period of tim.e to ensure that the
equipz�ent does nat deteriorate frorn lack of use.
6. Lubricants shall be changed upan completion of insta�lation and as frequentiy as required
thereafter during the periad between installation and acceptance. New lubricants shall be put
into equipment at the time of accep�ance.
7. Prior to acceptance of tlae equipment, the Contractor shall have the manufac�urer inspect the
equipinent and certify in writing to the Owner that its conditinn has not been detrimentally
affected by the long storage period. Such certification by the manufacturer shall be d�emed to
mean that fhe equipment is judged by tlie manufacturer ta be in a condition equal to that of
� equiprnent that has been shipped, install�d, tested and accepted in a mit�imum time geriad. As
5UCI1, the manufaciurer vvill guarantee the equipment �qually in both instances. If' such a
� certificatian is not given, the equipment shall be judged to be defective. It shall be remov�d and
. replaced at the Contractar's expense.
' I C. Store rnaterials in aecordance vvith manufacturer's instructions, w�th seals and labels in#act a�d legibl�.
1. 5tore produots subject to damage by the elements in weathertignt enclosures.
2. Maintain temperature and humidity witt�in the ranges required by manufacturer's instruchons.
D. Exterior Storage:
�
Foibio 01610-3 ioira�oi
City of Fort Worth
Rolling Hills WTP
Backwash Supply Systern
1. Stare fabricated praducts and equipment above the ground, an bl�cldng or skids, to prevent
soiling or staining. Cover products which aze subject to deterioration with imperviaus sheet
coverings; provide adequa#e ventilation to avoid condensation.
2. Store loose granular rnaterials in a well-drained area on solid surfac�s to prevent mixin�; with
foreign matter.
Cement and lime shall be stored under a roof and off the ground �� s�all be kept campletely
dry. Structural, miscellazaeous, and reinforcing steel shaIl be stored off the gro�znd oz otherwise ta
prevent accurr�ulatzons of dirt or grease, and in a positiaza to prevent accumulatians of standing
water and to avoid rusting.
4. Beams shall be stored with the webs vertical. Precast eancrete shall be handled and stored in a
rnanner to prevent aocumulatians of dirt, standing water, staining, chipping or crackzng. Brick,
block and similar mason�y products shall be handled and stared in a manner to prevent breakage,
chipping, cracking, and spalling.
E. Mechanical equipment subject tn corrosi�e damage by�he atmosphere if stored outdoors (eeen though
covered) shall be stored in a building �o prevent injury. The Uuilding xnay be a temporary structure on
the Site or elsewhere, but it shall be satisfactory tq the Owner,
F. Arrange storage in a manner to prpvide easy access for inspection. Make periodic inspectzons of
stored materials and equipment to assure that they are maintained under specified conditions, and free
from damage or deterioration.
G. Pratection Aiter Installation:
1, Pro�ide sul�stantial coverings as necessary to protect installed materials and equipm�nt from
darna�e frorn traffic and subsequent construction operations. Remove when no langer ne�ded.
H. Off-Site Storage:
Contractor rriay store materials and equipment off-site with Owner's approval.
Rejection of Materials and Equipmeni:
i. Materials and equipment which, in the opinion of the Own�r, have Uecame so damaged as to be
unfit for the use intended or specified shal� be promptly remo�ed from the site of the Wark. Tlae
Contractor shall recei�e no campensation for the dannaged material or its remaval,
2. Damaged material and equipment shall be replaced at tke Gontractor's expense.
1,d6 INSTALLATION STANDARDS
A. Handle, store and install equipment in accardance with the manufacturer's drawings and
recommen.dations.
B. When Contract Documents require that installation of work shall comply with manufaciurer's printed
insttuctions, obtain and distribute copies of such instructians io parties involved in the installation.
Maintain ane set of complete zns#ructions at the jab site during installation and until completion.
Rai6ta 01610-4 toiioioi
City af Fort Worth
Ralling Hills WTP
�ackwash Supply System
C. Handle, insiall, connect, clean, conditiqn and adjust products in s�rict accord with such instructions
and in confarmity with specified requixements. Do not omit any preparatory siep or installation
procedure unless specifically rnodified or exempted by Contract Dacuments.
1, Should job conditions or specified requixeznents con#lict with xxaanufacturer's instructions,
cansult with Owner for further instructions.
2. Do not proceed with work without clear instructians.
D. New equipment and e�sting equipment to be relocated shall be carefuliy aligned on the new
foundations after their sole plates have been properjy sh�im�nned to #xue alignment at the anchor bolts.
The anck�or bolts shall be set in place and the nuts tightened against the shirns. Afker the foundation
alignrnents have been approved by the Owner, tha bed plates or wing feet of the equipment shall be
, securely bolted in place. The alignment of equipmant shall be further checked after securing to the
fnundations, and after con�rmation of alignments, the sole plates skall be finally grnuted in place.
�,
E. Provide wedges, shims, filling pieces, keys, packing, red ar white lead, grnut, or other mate�als
� necessary to properly aligz�., level, and secure apparatus in place. Parts intended to be plurnb ar level
�• shall be proven exactly so. Grinding necessary to hring parts to proper bearing after erection shall be
done.
�. Special care shall be taken to ensure proper alignrnent of sluice gates, oparating mechanisms, stezns,
siem guides, and accessories. Care shall be taken ta avoid warping thc: ga�� frames and to rnaintain
tolerances between seating faces. Gates, stems, and operators shall be pluxnbed, shimmed and
accuraiely aligned. -
G. Provide openings, channeis, and chases, and install anchor bolts and ather items to be embedded in
concrete, as required to complete �he Wark under this Contract and do al1 cutting and patching as
required.
H. Furnish sleeves, inserts, hangers, and anchor 6olts, required for the execution of the eleeirical, HVAC,
and plumbing ivark speci#ied and shown on the Drawings. In no case shall beams, lintels, ar other
structural members be cut withflut the approval of the Owner.
��� 1.07 SUBSTITUTIONS AND PRQDUC"I' OPTIONS
A. Subst�tut�on of Equipment;
1. The Contractor shall note that the Engineer's design is based upon the first lisied manufacturer
far items of equipment, though not necessarily the manufacturer's "standard" product.
2. If the Coniractor chaoses other manufacturer's equipment he shall be responsible for the total
cost, including engineering design, of modifications, alteratians, adjustment, and caordin.ation
neces�ary to make the proposed equipment cornpatible with the treatment process and with the
speci�ied equipment, structures, spaces, and other featvres of the original design.
B. Products List:
1. Within 30 days after Contract Date, sublxut to Owner a complete list of xnajor praducts proposed
tfl be used, with the name of the zx�.anufacturer and the installing subcantractor,
Fqid�o 01610-5 iaioroi
City af Fort Worth
RaIling Hills WTP
Backwash Supply �ystem
C. Substitutions:
1. For a period o� 90 days after Contract Date, Engineer will consider wri�ten requests from
Contractor fox substitution of products. Af�er tha# tune period, no substituiions wiIl be allowed
and listed nnanufacturcrs shall be pro�ided.
2. Submit a separate request for each product, support�d with camplete data, with drawings and
samples as appropriate, including:
a. Comparison of the qualities af the prop�sed suUst�tution with that sp�cified.
b. Changes required in. othex elements of the Work because af the substituiion.
c. Effect on the canstruction scheduIe.
d. Cast data comparing the proposed substiiution with the product specified.
e. Any required license fees ar royalties.
f. A�ailability af maintena�nce service, and source of replacement materials.
3. Engineer shall be the judge of the acceptaUility af the proposed substitution.
D, Contractor's Representation:
1. A request for a substitution constitutes a representation that Coniractor:
a. Has investigated the proposed product and deter�nined that ii is equal to or superior in all
respecis to that specified.
b, Will pravide the same warranties or bonds for the substitutian as for the product speczfied.
c. Will coordinate the installation of an accepted substitution inta the Work, and make such
other changes as inay be required to make the Wark complete in all respects.
d, Waives all claims for additional costs, under his responsibility, which may subsequently
Uecome appar�nt.
E. Engineer wiI1 review requests far substitutions with reasonable pro�nptness, and no#ify Contractor, in
writing, of the decision to accept ar rej ect the requested substitution.
PART 2: PR�DUCTS (NOT USED)
PART 3: EXECUTION (NOT USED)
END 0� SECTION
roi6io pl(10-b ionaot
City ofFort Worth
RollingI�3ilis WTP
Backwash Supply System
SECTION 01G56
DISINFECTION OF POTABLE WATER FACII,ITIES
PART 1: GENERAT"
i.oi scoPE o� woxx
. A. Furnish all labar and materrials reyuired and disinfect tk�e patable water facilities.
� B. The potable vvater facilities include:
1. AlI piping, valves, etc., installed on the project
i �
2. Elevated Stnrage Tank
� 3. Backwash Water Pump Statian cans, pump columns, etc.
� �. Ciearwell�
PART 2: PRODUCTS
2.Q1 �HLORINE
A. Liquid chlorine shall meet the requirements af AWWA B301.
B. Calcium hypoehlorite shall meet the requirezlaents of AWWA B300.
�
."
PART 3: EXECUTION
� 3.01 GENER.AL
; A. Piping shall be cleaned and disinfectedin compliance with all appl�cable seations of AWWA Stazadard
. C-60I. The "slug metlaod" shall be �sed for disin€ection. interior surfaces of pipelines shaJl be
exposed tn a conceniration af l00 ppm for a period of not less than three hours, after which the lines
- shall be flushed clean until the chlorine c�ncentration in the water Ieaving the line is no higher tha�n.
� I that generally prevailin� in the system, or less than 1 ppm. Chlorine solution with a higher residual
may remain in the Iine, vai.thout flushing, if appraved hy the Owner.
�
� B. Drsin%ctian o�'thc; clearwells shall be as specified herein and in compliance with applicable sections
of AWWA C-652.
� J
3.02 PROCEDURES
A, p1�7e�127eS
1. During installation, the interior of all pipe, iittings and other accessories shall be kept as free as
possible from dirt and foreign nnatter at alI times. If, in the opinion of the Owner, the pipe
i contains dirt or foreign matter that could not be rernaved during the flushing operation, tlae
interior of the pipe will be cleanec� and swabbed with a bactericidaI s�lutinn. When pipe �aying
F01656.doc 01656-i 3lI2102
Ciry af Fort Worth
Ralling Hills WTP
Back�vash 5upply System
is nat in progress, the open ends of it shall be sealed with watertig�t plugs, If water has
accurnulated in. the trench, the seal shall remain in place until th� trench-water has baen rernoved
to such an extent tkiat it wzll not enter the pipe.
2. After com�p�etion of hydrostatzc pressure tests and prior to disinfection, the pipeline sha11 be
flushed as thoroughly as posszble, with the water pressure and outlets available. If feasible,
flushing rate shnuld develap a velacity in the pipeline of at least 2.S fps, If a velocity of 2,5 fps
is not abtained, the requirements of �'aragraph 3,02 A.1 abave shall be rigidly enforced. he
zninirnum quantity of water used for flushin� shall be in excess of the storage capacity af the
pipeline to insure that clean wat�r has tra�ers�d the entire length of line.
3. After flushing has been completed to the pnint tliat apparent dirt and #'oreign matter have been
rerno�+ed from the pipeline, either liquid chlorine or calcium hypochlorite soIution sha11 be
injec#ed intn the pipeline as provided in AWWA C-601,
4. FQllowving chlorination, tr�aied water shall be flushed from the ne�rvly installed pipeline at i�s
extremities until the replacernent water thraughout its Iength is proved by test to a) meet
regulation� of Texas Natural Resources and Conservation Gomuaission, or U} meet requirements
of t.�e �uUlic health authorityhaving ju�-isdiciion. �'ne satisfactory quality af water delivered by
the nev�r pipeline shall continue for a period af at least t�vo days, Samples will be taken from a
tap located ancl installed in such a way as to prevent ou�side contam.inaiion. Unless o#h�rwise
directed, the sample tap shall either be a hose biU or a disconnected ser�ce tap of a 114 inch
coppex riser (with stap-cock), wh.ich shall be provided hy the Co�tractor. ShouId the initial
treatment fazl to achiet�e the satisfactary qualify described al�ove, the ariginal chlorination
procedure shall be repeated until satisfactory results are obtained.
B. Clearwells Na, l, No. 2, No. 3 azid No. 4
1. Clearwells Na. I, No. 2, No. 3 and No. 4 shall be cleaned of all solids, deUxis and fbreign matter
following canstructian af the Uaf'fle vtJalls and ather modifications. Following cleaning, the
clearwells shall be given a thorough wash.do�vn.
2. FolIowing cleaning and washdown, and pxior to disinfection, al] water and solids shall be
removed from the clearwelI and properly disposed af off site.
3. Cleaning shaI1 be followed by s�raying the roof, walls, and floor with a chlorine solution of at
least 200 parts per million of ch�orine. The solu�ion shall remain in contact with the surfaces at
least 30 minutes prior ta �lIing the l�eated water reservoir with water.
4. The area to be cleaned and disinfected shall cor�er fhe fiaor, ceiling, and all existing and new
walls, including new baffle walls. The total estimated surface area far cleaning and disinfectian
is:
Floox C�ilXn�
Clear�reli No. 1, 2
Clearwell No. 3, 4
Walls
E�st New
25,4a0 2,900
25,400 2,900
Baf�es Tatal
17,704 180,200 sq. ft.
17,700 18Q,200 sq. ft.
67,100 sq. ft. 67,1DO
67,100 sq. ft. 67,100
5. All disinfection work shall be performed under supervision of the Owner. Contz�actox shall
submit a writien plan far disinfeciian to the Owner far review and approval prior to performing
ar�y disinfection work.
F01656.doc 01 b56-2 3�12ia2
CityofFart Worth
RollingHills WTP
Backwash Supply System
3.�3 WA'TER SOURCE
A. Water for disinfection purposes will be provided by Owner per Sectian O 1 S QD.
3.0�4 BACTERIOL�GICAL SAMPLING AND TESTING
A. The Owner tuill perform all sampling for bacteriological tests and sh.all pay for the initial tesi�n.g to be
performed by Owner seiected Saboratary. All subsequent testing, should the initial test fail, shaII be
,� paid for by the Contractor.
END O� SECTION
,
�,
;�
���
�
L�
� �I
�
�,
F01656.dac a ��� 6-3 3112162
City of Fort Wotth
Raliing Hills W'I'P
Backwash Suppfy 5ysYem
SECTION 01665
TRENCH SAFETY REQUIREMENT�
PART 1: GENBRAI.
1.01 SCOPE OF WORK
A. Furnish aIl labor, materials, and ec�uipment and perform all operations to plan, design, construct,
, instali, maintain, rnonitor, rnoc�ify as necessary, and rernove upon completion, a Trench Safety System
as specified herein.
B. The req�irements of this Section apply io aIl trenches which equal or exceed a depth of five (5) feet,
' measured frnm ihe grourid surface at the highest side of the trench to t%e trench bottom.
�
C. All applicable and non-conflicting partions of Sectson 02221 - Trenching, Backfilling and
Co�:pactian apply as appropriate.
I 1.02 RELATED REQUIREMENTS
A. �ection Oi035 - Control of Work.
�� B. Section 02221 - Trenching, Backfilling and Compaction.
.,
C. Texas Statute: HB 1569, 71st Regulax Legislative Session.
.,
D. U.�. Occupational Safety and Healfi.h Administration (OSHA} Standa�rds, 29 CFR 1926, Subpart P-
�' Excavations, latest revisian at time of construction Agreement execution.
PART 2: FRODUCTS
2A1 GEN�RAL
� A. All materials and products incorporated into the Trench Safety Sys�em shall be suitah�e fQr their
intended uses; shall meet all design criteria and paxameters used by the Trench Safety �ystem
desigx�er; and shall meet al] applicable requirer�aents of OSHA Standards.
PART 3: EXECCTTION
3.01 PROCEDURES
A. At least tezz (10) Calendar Days priar to trench e�cavation ar any excava�ion operations, and nat more
than thirty (30) Calendar Days fol�owing the execuiion dats of the const�uction Agreement, Contractor
shall submit a site sbeci�c Trench Safety System Conf'ormauce Affidavii stating that operations wili
Ibe conducted in full confa�az�.ce with the OSHA Standards. .
1. The Conformance Letter shall also deseribe the Trench Safaty System techniques praposed ta be
Used on the project.
�oc6�s.ao� 01665-1 �n3ioz
City of Fort Worth
RQlling Hills WTP
Backwash 5upply 5ystem
2. Sp�cific references to the applicable OSHA Standards sections shall be included for each
technique ta be used.
B. The Trench Safety System Plan shall be in writing, site st�ecific and sufficiently detailed and cIear t�
be understandable and usable by alI personnel who wi11 be executing, supervising and witnessing the
trencking aperafions, A copy �f the Trench Safety System 1'lan shall l�e available at the site of
trenching operatians at all times. A secand copy shall be provided to the Engineer for the Owner's
records.
C. If Uorings andlor detailed geotechnical analyses are required to develop Y1�ie Trench Safety System
1'lan, they shall be exacuted by the Contractor at his cost.
D. �ar trenches having depths greater than the various limits given in the C}SHA Standards {8, 12 or 20
%et, dependin� on the techniques used), a site specific prntective systezn shall be designed by a
Registered Professianal Engineer experienced in soil m,echanics and strt�ctural desi�n. The desi�
sha116e sigmed, sealad and dated by the Professianal Engineer, and it shall identify those speczfac
locations where the design is applicable.
3.02
A.
METHODS O�' 1'ROVIDING FOR TR�NCH SAFETY
I'rotective systerns refer�nced in this Section shall Ue as defined and described in 29 CFR I962.652,
"Requireinents �or Protective Systems."
B. It is the duty, respansibility and prerogative of the Cantractor to det�mune ttae specific applicability of
a proposed Trench Safety System for each field condition enco�ntered on the project. Cantrae#or
specifically holds the Owner, Engineer, and any of their designated representatives harmless in any
actions resul�ang from �Iie failure or inadequacy of the Trench 5afety Systezn used to complete the
proj ect.
C.
0
Unless otherwise z�oted on the drawings or axcluded Uelow, Sloping/Benching, Trench Shielding with
trench boxes, andlox Sheeting/ShanngBraeing �ratective systezns may Ue used on this project.
Restrictions on the use of the various protective systerr3s far this project are as follovcrs:
Sloping ox Benching.
2. Treiicl� 5�azeldslBoxes.
Sheeting/Shorzng/Bracing.
3.03 INSPECTTON DUTIES 0� CONTRACTOR
Not allowed on this project.
No restrictions.
No restrictians.
A. Provide a Competent Person, as defined in the OSHA Standards, to make frequent inspections of tk�e
trenching operations and the Trench Safety System in �ull confortnance wiY.h the 05HA Standards,
B. If �vidence o�' a possible cave-in or landslide is apparent, all work in �e trench shall unmediately
cease and no# be resumed until all necessary precautions ha�e been taken to safeguard personnel
�ntenng the tren.ch,
FO 1 GfiS.doc 01665 -2 s�i 3roz
City of Fort Worth
Rolling Hills W`I'P
Backwash 5upply System
C. In an emergency situation which may tlazeaten or affect the safety or welfare of any persons or
properties, the Contractar shall act at his discretion to prevent possiUle damage, injury or loss. Any
addifi�onal compensation or time extensian claimed for such actions shall Ue considered in view of the
cause of the emergency and in accordance with the Ag,�-eement.
3.04 MEASL3�EM�NT AND PAYMENT
. A. Payment for the Treneh Safety System shali be an a urnit price basis, the unit price �eing as given in
the Bid Proposal, and the unit of ineasure being linear feet of trench exceeding five feet in depth, or
the perim.eter of stzucture foundation for structural excavafions exceeding i'ive feet in depth, withoui
,, regard to whetl�er spec�if�ic trenah safety precautians were required or used for the treneh reach being
' x�n.easured.
,�
.k
�y
� ��
�
0
END OF SECTTON
FD1665.doc Q 1 �(S -3 3113102
City of Fort W arth
Ralling Hills W7'P
Backwash 5upply System
SECTION 01666
TESTING O�' PIl'ELINES
I'ART 1 GENERAL
1.01 SCOFE OF WORK
A. Furnish all labor, materials, toojs, equiprnent and reIated items required to perform
infiltrationlexfiltratian testing and deflection testing of gra�ity pzpelines and to perform
pressure and leakage testing of pressure pipelines.
1.42 REFERENCE STANDARDS
,
� ASTM C-828 Ldw Pressu�re Air Test of Vitrified Clay Pipe Lines
ASTM G924 Testizag Concrete Pipe Sewer Lines by Low 1'ressure Air Test Method
'� ASTM C-969 Iniiltration and Exfiltration Aeceptance Testing of Installed Precast Concrete
� � Sewer Lines
ASTM C-1103 Jaint Acceptan.ce Testiz�.g of Installed Precast Concrete Pipe Sewers
'' ASTM F-1417 Installation Acceptance of Plastic Gravity Sewer Lines Using Low Pressure Air
1.Q3 RELATED WORK
A. Buried Concrete Pressure Pipe is �avered in Section 02613.
�� B. Buried Ductile Iron Pipe and Fittings is covered in Section 02616.
�' C. Buried Steel Pipe and Fittings is covered in Sec�ion 02615.
PART 2 PRODUCTS (NOT i�SED)
PART 3 E�ECUT�ON
3.01 G�NER.AL
�' A. The entire lengih of the installed �ravity Iin.es and the pressure Iines shall be field tested for
:� , waker tightn.ess.
' B. Hydrostatic pressure and leakage tests shall be �nacle on all pressure pipelines carrying
wastevvater or water.
�� C. Ail labor and equipment, including test pump with regulated by-pass meters and gauges required
far conducting pipeline tests, shall be furnished by the Contractar. 'The Cnntractor shall furnish
eguipment and necessazy piping as required to transport water used in testing from source to test
- location.
' D. Time and sequence af testing shali be scheduled by the Contractor, subject to observaiion and
. approt�al by the Owner. The Contract�r shall provide adequate labor, toals and equipnnent to
operate valves and to Iocate and repair az3y leaks discavered during the initial filling of the
� pipeline prior to actual tes�ing or during the course of the tests.
F016G6.dac 01666-1 3ir 2�02
City of Fart Worth
Rolling Fiiils WTP
Backwash Supply 5ystem
3.02 CLEANING
A. At the conclusion of the work, thoroughly cleaz� all pipelines by flushing witla water or other
means to rem.ove all diri, stones, pieces of wood, or other material u�hich may have entered the
pipes during the constarructzon periad. Debris cleaned from. the lines shall be removed frorn. tk�e
low end of the pipeline, Zf, after this cleaning, obstructions z-eznain, they shall be remo�ed in an
apprnved manner. After the pipeiines are cleaned and if the groundwater l�wel is above the pipe
or folIowing a heavy rain, the Engineer will examine the pipes for leaks. If any defective pipes
or jain#s are discovered, they shall be repaired.
3.03 TEST PROCEDURES FOR GRAVITY PIl'ELiNES
A. Gravity Yipelines, General. Gra�ity pipelines shall be installed and backiilled and then tested
using either InfiltrahonlE�'iltration Water Testing or Law �'ressure Air Testing and deflection
tested uszng an Allowabl� Deflection Test {far flexible piping).
B. For constr-uction wiihin the 25-year floodplain, the IrlfiltranonlE�iitration shall not exceed IO
gallons per inch diam�ter per mile of gipe per 24 hours at the minimum test head.
Exfiliration Water Testing
a. The section of pipe to be tested shall be fil�ed vv�ith water and aIloaved to stand for such
tirne as is required far the pipeline to adsorb such water as it wi11 and for the escape of
all air from the line. The sections undergoing test shall be carefully examined for
leakage. All l�own leaks sha31 be xepaired, regardless of these test requirements.
b. The line shall then be filled to a reference level in a manhole or in a reservoir of
sufficient capacity to allow for a reference level to be establislaed. The reservair must
be of sufticienl: capacity to na� allow the vvater level to drop below the crown of the
pipe during the 24-laour test period. If the water le�vel drops below the crown of the
pipe, the test shall be voided and run again ar until such tzme the water level is
rnaintained above the crown throughout the duration of the test,
c. At the end of a 24-hour period, water, i�needed, shall be added tn thc line to bring the
water 1eve1 back tn tha referenced line. Ail water added shall be accurateiy measur�d
by an approved water zneter so that an e�'iltration zaie can be established.
d. Leakage during the above test shall not exce�d a raie equal ta 25 gallons per inch of
internal diameter per mile per 24 houxs.
AlI observed leaks shall be repaired regardless of the measured leaka�e rate.
2. Iniiltration VVater Testing
a. When gravity sewers are installed below th� groundwater level an Infiltration Test
shall be used in lieu of the Exfiltration Tes�.
b. The total infil�ration, as deiernnined by a hydrostatic head test s�all not exceed 25
gallnns pe�r inch diameter per miie of pipe per 24 hours at a minimum test head of two
feet above the crown af th� pipe at the upstream manhole, ar at least two feet above
the exisiing grnundwater level, wIazclaever is greater.
Faisb�.ao� 01G66-2 3nz�oz
City af Fort Worth
Rolling Hifis WTP
Backwash Supply 5ystem
Low Pressur� Air Testin.g
This test shall conform to the procedure described in ASTM C828, ASTM C924,
C-1103, F-1417 or other appropriate procedures. Far safety reasons, air testing of
seetinns of pipe shall be Iimited to lines less than. 3b-inch average inside dia�neter.
Lines 36-inch average inside diameter and la�rger shall be air tested at each jaint per
ASTM C-1103. The minimum time allowable far the pressure to drop fram 3.5
pounds per square inch gauge to 2.5 paunds per square inch gauge during joint t�st,
regardless of pipe size, shall be 2Q seconds. For sections af pipe less than 36-inch
average inside diameter, th� minimum time allo�able f�r the pr�ssure to drop from
3.5 pounds per squaxe anch gauge to 2.5 pounds per square inch gauge shalI be
compuied by the following equatzan:
T = O.Q&5 (D) (K)1(Q)
Where T= time for pressure to drop 1.0 pound per square inch gauge in seconds
� K� 0.040419DL, but not less than 1.0
� D w averag� inside diameter in inches
L=length of Iine of same pipe size being tested in feet
' Q= rate of loss, assurne 0.00 J.5 ft31min/sq.ft, inte�-�aal surface
All observed Ieaks sh.all be repaired regardless of ihe air �est results.
A�. Allowable Deflection. Test
a. Pipe deflection �esiing shal� be conducted on all gravity pipes constructed of flexible
materials.
. b. Pipe det�ectian measured not less than ninety (90) days after the bacicf-ilI has been
; compleied as speci�ied shall no� exceed five (S.0) percent. De£lectian shall be
� connputed by �n�ltiplying the aznount of deflection (nominal diameier less minimum
_ diameter when measured} by 100 and divid�ng by the n�minal diameter of the pipe.
� c. Deflection shall be measured with a rigid mandrel(Go/No-Go) device cylindri�al in
shape and constructed wiih a minimum of nine evenly shaped arms ar pr�ngs.
Drawings of the mandrel with cornplete dimensions shall be submitted to the Enguneer
u for each diameter of pipe to be tested. The naandrel shall be hand pulled by the
Contractor through all sev�er lines.
d. Any section of sewer not passing the mandrei shall be uncovered at the Cont�actor's
expense and the bedding and backfill replaced to prevent excessive deflection.
Repaired pipe shall be retested and/or replaced as directed by the Engineer at no
additional cost to the Owner.
3.04 TEST PROCED[]RES FOR PRESSTJRE PIPELTNES
A. General
1. After the pipe has been iaid and backf"illed and the backfill laas been otherwise
eonsolidated, all newly Iaid pipe, or any valvec� section thereof, shall be subjected to the
F016GG.doc O 1 b6�-3 3/12/02
City of Port Warth
Rolling Iiills WT`P
Backwash 5upply Systam
hydrostatic pressure speci�ed below for that particular type of pipe. The duration oi eaoh
pressure test shall be at least two haurs and each leakage test at least four hours, unless
other�uise speciiied or noted on the Drawings. All meters, fixlures, devices or appliance�
whzch are connected to the pipeline system and which migh.t be darnaged if sub�ected ta the
speciiied test pressure sh.all be disconnected and the ends of the branch lines plugged or
cagped during the testing procedures.
2. Eac� valved (capped or plugged) section of pipe shall be filled slowly with water and all azr
shall be expelled. If permanent air vents are not located at all high points, the Contractar
shall install corporatian or blow-of� cocks at such points so that air can be expelled as
filling takes place. After verification that all air has been expelled, the cocks shall be
closed and the pipe kept filled until tested. All exposed pipe, fittings, valves, hydrants and
joints shaIl be e�am.ined wkule uzadez test pressure and alI visible �eaks shall be stQpped.
�ny cracked or defective pipe, f�ttings, valves or hydrants discovered during testing shall
be removed and repI�ced by the Contracior. Replacement shall be rvith sound material az�d
the test shall be repeated until satis�acto�y ta the Owner.
B. Special Requirements
Where any section of pzpelzn.e is provided wiik� concrete thrust blocking, the hydrastatic
pressure test shall not be made until at least 5 days have elapsed after installation of tk�e
blocldng. However, if high-early-strength cement is used �n the concrete, 2 days shall have
elapsed prior to testing.
C. Pressure Tests
After complianee witb all applicable procedures described above, pressure of 150 percent
af the pipe's maximum op�rating pressure, but not more than th.e pressure indicated helow
nor Iess than the: gressure indicated below, shall be applied, unless another test pz-e�sure is
specified £or the type of pipe being tested. Tlais pressure, based on the lovvest point nf the
line ar section under test, shall be coz-rected to the relative elevation af the test gauge and
the pressure maintained for a period of not less than two (4} haurs.
Pi�in� Descri�iion
Max. Test Pressure
24" Upstream oiBackwash 1'ump Statian
24" Bacicwash Pump Statian Disaha��ge
Piping, rncluding EST Inlet Piping
24" EST Outlet 1'iping and 42" to Filter
Piping Gallery
72" From Exast�n.g Clearwells to
�'uture HSPS
42" Bacicwash Pump Station I7isch.arge Piping
�
Leakage Tests
50 psi
100 psi
140 psi
54psi
100 psi
Min. Test Pressure
50 psi
100 psi
100 psi
5� psi
1D0 psi
Leakage shall be defined as the quantity of water that must be supplied into t�e newly laid
pipe, or any valved section thereof, to mazntain the specified leakage test pressure after ihe
air in the pipeiine has been expelled and the pipe has been �illed with �ater.
FO 1 G66. doc fl 1�b�-4 3112/02
CityvfFort Worth
Roiling Hills WTP
Backwash Supply System
2. Leakage sha11 he detertn.ined by recording the measured quantity of water puznped into the
pipeline to maintain a pressure within 5 psi of the specified test pressure. Leakage rate
shalI he calcu�ated by extrapolation of tlae total leakage during the testing period to a 24-
hour period. Leakage iest gressure shall be at the pressures shown helow and test pressure
shall be maintained for a period of 2 hours.
Pitain� Descriu�ion
�
24" Upsiream of Backwash Pump Statian
24" Backwash Pump Station Discharge
Piping, Including EST Inlet Piping
24" EST Outlet Piping and 42" to Filter
Piping Gallery
72" From Existing Clearwells to
Future HSPS
42" Backwash Puzx�.p Station Discharge �iping
Test Fressure
SOpsi
100 psi
100 psi
SO psi
100 psi
Allowable leakage for the types of pipe used shall be as follaws:
a. Cast Iron, Ductile Iron and PVC. Allawable as permitted by AWiNA Standard C-60D-
82, "Installation of Gray and Ductile Cast-Tron Water Mains and Appurtenances",
which is not to exc�ed that determined by the formula:
L = {5D �P)1 133,200
wheze L is the allowable leal�age in gallons per hour, S is the length of pipeline tested
in feet, D is the nominal diatneter of �he pipe in inches, and P is the average test
pressure during the leakage tests in pounds per square inch gauge.
-- 4. Tn the event an.y seciion of the line tested fails fio meet the above specified requirements for
water tig�itness, �he cause of the excessive leakage shall be determined and remedi�d at the
expense of the Coniractor, including retesting if required.
3.05 FINAL ACCEPTANCE
A. Na pipe installation will be accepted until all known leaks have been regaired whether or not
3eakage is within allowable limits. Lacating and repairing of leaks shall be performed by the
Contractnr at nn additional cast to the Owner.
B.
3.06
.1�.
3.07
The Owner's representativ� will certify that all required pressur� and leakage tests ha�e been
successfully campleted before the pipeline is accepted.
WATER S�URCE
Water for testi�g pwrposes may be obtained in accardance with Section p I S�Q.
MEASi1REMENT AND PAYMENT
A. Paymant for tes�ing of pipelines shall be included as part of the tdtal lump sum stated in the Bid
Farm.
END OF SECTION
k'O1G6G.doc 01666-5 3�tzioz
City of Fort Worth
Rolling Hiiks WTP
Backwash Supply System
sECTzoN al�oa
CONTRACT CLOSEOUT
PART 1; GENERAL
1 A 1 SCOPE OF WORK
' A. This 5ection outlines the pracedure ta be %llow�d in closing out the Contract.
1,Q2 SUBSTANTIA.L COMPL�TION
A. The Substan�ial Completion dat� shall be established as stated in tlae Cantxact.
I.03 F1NAL CLEANING
A. At the campletion nf work and ixraxn.ediately prior to iinal inspection, c]eaa�,ing of the ent7ire project
sha11 be accomplished accarding to the following provisions:
' I. The Contractor sha11 thoroughly clean, sweep, wash, aud po�ish all work and equipment
provid�d under the Contraci, including finishes. The clean�ng shall leave the structures and site
in a complete and fnished condition to the satisfaction of the Engineer.
,
i 2. All Subcontractors shall similarly perform, at the sanxe time, an equivalent thorough cleaning of
all work and equipment provided under theix cantracts.
3. The Contractor shall remove all temporary structures atad all debris, including all dirt, sand,
' gravel, rubbish and waste material. See ,Section fl15p0, Te:�a�porary Facilities.
4. Should the Contractor not remove rubbis�a or debris, or not clean th� buildings and site as
speciiied above, the Owner reserves Yile right to have the cleaning done at the expense of the
Contraetar.
� 5. The Contractor shall mow the newly planted grassed areas.
B. Use only cleaning rnaterials recomrnended Uy manufactur�r of surface to be cleaned.
C. Use cleaning materials anly on surfaces recommended Uy clea�ing material manufacturers.
D. In preparatian� for substantial completion or occupanc�, cflnduct iinal inspection of sight-exposed
interior an,d exterior surfaces, and of conceal�d spaces.
�� E. Rernove grease, dust, dirt, stains, labels, iin�erprints, and other fareign ma.ieriaIs from sight-exposed
interior and exterior finished surfaces. 1'o�ish sur�'aces so designated to shine finish.
F. Repair, patch, and tauch up marred surfaces to specif'�ed finish, ta znat�h adjacent surfaces.
G. Replace air-handling filters if units were c�perated during construction.
Fa G�oo.aoo Q 1704-1 ia�i t��i
City aF Fort Worth
Rolling Hil1s W'I'P
IIackwash Supply System
H. Vacuum cleara all interior spaces, including inside cabinets. Broam clean paved surfaces, rake clean
other surfaces of grounds.
I. Handle materials in a controlled manner with as few handlings as passible. Do not d�op or throw
matexials frozn heights.
T. Schedule cleaning operations so that dust and other contaminants resulting fram cleaning process will
not fall on wet, newly-painted surfaces.
1.04 �'INAL INSPE�TION
A. After final cleaning aztd resioration and upon writ�en no�ice fronn the Contractor that the work is
enmpleted, the Engineer will make a preliminary inspection witla the Owner and the Contractor
present. Upon completion of this prelirninary inspection, the Engineer will notify the Cannactor, in
writing, of any particulars in which this inspectinn reveals that tbe wark is defecrive or incomplete.
B. Upon receiving written notiae fram the Engineer, the Contractor shall irnmadiately undertake the worlc
r�quired to remedy deficiencies and �arnplete the work to the satisfaction af the Engineer,
C. When the Contractor has corrected or completed the items as listed in �ie Engineer's written notice, he
shall inform the Engineer, in writing, that �e required work has been eompl�ted. Upon receipt of this
notice, the Engineer, in the prese:nce of t.kie Owner and the Contractor, will make his final inspection
of ihe project.
D. Should the Engineer fin.d all work satisfaatnry at the time of his inspection, the Contractor will be
allnvcred to make application for final paymen.t. Shauld th� Engineer stiIl find deficiencies in the wark,
the Engineer will inform the Contractor of the deficiencies and will deny the Contractar's request for
ftnal payment until such ti7ne as the Cantractor has satisfactorily campleted the required work.
1.05 I'INAL SUBMITTALS
A. No application for iuial payment will be accepted until all subrnit�als have been made and approved by
the Engineer, including, bui nat limited ta, the foIlowing:
Final shop drawings.
2. Project Record Documents
All interface informat�an.
4, All Qperat�ion and Maintenance Manuals.
All required indices and schedules.
6. All Manufacturers' Certifcates of Proper Tnstallation.
7. All construction photographs, including those o�f the completed praject.
8, All State required submittals.
9. Certiiicate that all outstanding debts are paid and that fhere are no liens on ihe proj�ct.
Fo»oo.ao� � 1700-2 ioil voi
City of Fort Worth
Aolling Hills W'i'P
Backwash 5upply System
1 A6 ACCESSORY ITEMS
A, The Contractor shall provide to the Owner, upon acceptance nf the equipment, all special accessories
required to place each itern of equipment in full operation. These special accessory iterns include, but
are not limited to, the speeified spare parts, adequate oil and grease as required for the first Iubrication
of the equipment, initial fill-up af all chemical tanks and fuel tanlcs, light bulbs, fuses, h.ydrant
wrenches, valve wrenches, valve keys, handwheels, and other expendaUle items as required for initial
start-up and operation af all equipm�nt.
B. TYie Owner shall provide all process chemica3s used in the operation of the plant for purposes of
starting up equiprnent.
1.07 GUAR.ANTEES, BONDS, AND AFF'IDAVITS
A. No application for final payrrient will be accepted until all guarantees, bonds, certificates, licenses, and
� affidavits required foz work or equipment as speci�zed are satisfactorily filed with the Engineer.
' 1.08 R�LEASE OF LIENS OR CL.A.TNIS
A. No application for final payment will Ue accepted until satisfactory evidence of release Qf liens has
been submitted to ihe Owner as required by the General Conditinns.
1.09 FINAL PAYMENT
A. Finai pa,yment will be made Eo the Contractor in accordance with the Agreement.
PART 2: PRODUCTS (NOT USED}
� � PART 3: EXECUTION (NOT USED)
;�
a !,
I �1
� .�
END OF SECTION
I �oi�oo.ao� . 0�700-3 �aivoi
City of �'art Worth
Railin$ Hills WTP
Backwash Supply System
SECTION Q1710
CLEANING
PART 1: GENERAL
1.01 REQUIREMENTS 1NCLUDED
' A. Execute cleaning, during progress of the Work, and at comple�ion af the Work.
,
1.02 RELATED REQUIREMENTS
t
A. Each Specificatian Section: Cleaning for speciiic products or wark.
� 1.03 DISPOSAL REQUIItEMENTS
'' A. Canduct cleaning and disposal operatioras to comply with cades, ordinances, regulations, and
� .. anti-pollution laws.
' ' PART 2: PRDDUCTS (NOT U5ED)
PAAT 3: EXECUTION
3.01 DURTNG CONSTRUCTION
� A. Execut� daily cleaning to keep the Worlc, �lie site and adj acent properties free from accumulations of
. waste materials, rul�Uish and windblawn debris, resniting from construction operations.
B. Provide oa-site eontainers for the collec�ion of waste materials, debris and ruUbisY�. AlI waste
� materials including containers, food d�bris an.d ather miscellaneous materials must be disposed of
" daily in an-site containers.
�
�, C. Remove waste materials, debris and rubbish from the site periodically and dispose o£at iegal dispasal
� areas away from the site.
� D. Provide weekly cieaning afplant roadways.
�
3.02 DUST CONTROL
. I A. Clean interior spaces prior to the start of finish painting and continue cleaning on an as-needed basis
until painting is finished.
, B. Schedule operations so that dust and other contaminants resulting from cleaning process will not fall
on wet or newly-coated surfaces.
3.03 FINAL CLEANING
A. Employ skilled worlanen for iinal cleaning.
FQ17l0.dac a��io-i �o����o�
Ciry af k'art Worth
Aplling Hi1ls WTP
Backwash Supply System
B. Remo�e grease, mastic, adhesives, dust, dirt, �tains, fingerprints, labels, and other foreign materials
fronn sight-exposed interiox and exteriorr surfaces.
C, Broom cl�an exterior paued surfaces; rake clean o�her surfaces of the grounds.
D. Prior to final completion, ar Owner occupancy�, Contractor shall canduct an inspection o�
sight-exposed interior and exterior surfaces, and all work areas, to verify that the entire Workis clean.
END OF' SECTION
F01710.doc �� � 1 �-2 30l11/01
City of Fort Worth
Rolling Hiiis WTP
Backwash 5upply 5ystem
SECTION 0172.0
PROJ�CT RECORD DOCiTMENTS
PART 1: GENER ar .
1.01 R�QjJIREMENT5 TNCLUDED
� A. Maintain at the site, for the Owner's use, one xecord copy of:
1. Drawings.
� 2. 5pecifications.
3. Addenda.
� 4. Change Orders and a�her Modifications to the Contract.
� 5. Engineer's Field Orders ar writ�en instructions.
6. Approved Shop Drawings, Working Drawings and Samples.
� 7. Field Test records.
8. Constructian photographs.
9. RFZs
� 10. Subnai.ttal Logs
1.02 RELATED REQL]TREMENTS �
A. Section 01300: Subm�ittals.
•� 1.03 MAINTENANCE OF DOG2TMENTS AND S1�M1'LES
�� A. Store documents and samples in Contractor's field office apart ftom documents used for constructi�n.
a:
1. Provid� iiles and racks for storage of documents.
.. 2. 1'rovide Iocked cabinet ar secure storage space for storage of samples.
' B. �ile documents and samples in accozdance wiih CSUCSC forrnat.
C. Maintain documents in a clean, dry, legible condition and in good order, Do not use record
� � docurnents for construction nurnoses.
' D. Make documents and samples available at all tirnes for inspection Uy the Engineer.
i
E. As a prerequisite for monthly progress payments, the Contractor is to e�chibit the currently updated
" "record documents" for review by the Engineer and the Ownar.
�.
1.04 MARKING DEVIGES
A. Provide feit tip �na�rking pens for recarding information in the color code designated by the Engineer.
- 1.05 RECORDING
� A. Label each dacument "PROJECT REC�RD" in neat large printed letters.
� Fo��zo.aoc 0172p-1 �aiE�o►
Ciry nf Fort Worth
Ralling Hills WTP
$ackwash 5upply System
B. Record information cancurrently with construc#ion pxagress.
1. Da not conceal azly work until xequixed informataon is recarded.
C. Drawings - Legibly znark to record actual consi�ruction:
1. AIl underground pipin� with elevaiions and dimensians. Changes ta piping lacation. Horizonial
and verticallocaYions of pipe fittings, underground utilities and appurtenances, re%renced to
permanent surface improvements. Acival in.stalled pip� material, class, etc.
2. Field changes of dimension and detail.
3. Changes made by Field Order or by Change Order.
4. Details not on originaI contract drawings.
5. Equipment relocations and piping.
D. Specifications and Addenda - Legibly nnaxk each Section tn record:
1. Manuiactuxex, trade name, catalog nuzx�ber, and Supplier of each Produet and item of eqaipment
actually installed.
2. Ch�nges made by Field Order or by Change Qrder,
E. Shop Drawings (after final review and approval):
1. �'ive sets of recard drawings for each piece of equipment, piping, electrical system and
insfirumentatian system.
1.06 SUBMITTAL
A. At every six rnonth interval a copy of the up to date Record Drawings shall be provided to the
Engineer. At Cantract close-out, deliver Recard Docurr�ents to the Engineer for the Owner.
B. Accompany submittal with transmittal letter in duplicate, cantaining:
1. Date.
2, Project title and number.
3. Coza�ractor's name and address.
4. Title and numb�r of each Record Doeument.
5. Signatuxe of Contractor or his authorized representative.
PART 2: PRODUCTS (NOT USED}
PART 3: EXECUTTON (NOT USED)
END OF SECTION
Ffl17zQ.do� 01�Zo-z 10/111D1
City of Fort Worth
Rolling Hills 4YTP
Sackwash Supply System
SECTI�N 41730
OPERATTNG AND MAINTENANCE DATA
1'ART 1: GENERA.I.
1.01 REQUIREMENTS INCLUDED
• A. Compile product data an.d related information approgriate far Owner's maintenanee and operation of
products furnished under Contract,
'1. Prepare operating and maintenance data as specified in this Section and as referenced in other
pertinent sec�ions of speczfications.
� B. Instruct Owner's personnel in mainten.ance of products and in operation of equipment and systems,
] .[?2 RELATED REQI7IREMENTS
A. Section 0130D: SuUmittals.
B. Section Q1700: Contract Closeout.
� C. Section 01720: Project Record Documents.
D. Sectzon 0174U: Warz�anties and Bonds.
1.03 QUALITY ASSURANCE
.. A. Preparation of data shall be done by persannel;
1. Trai�ned and experienced in maintenance and operation of described products.
2. Familiar with requirements of this Section.
� 3. Skilled as technical writer to the extent required to carnmunicate essential data.
�� 4. Skillsd as draftsman competent to prepare required drawings.
�
� 1 A4 FORM OF' SUBMTTTALS
A. Prepare data in form of azi instructional manual far use by Owner's personnel.
B. Format
1. Size: S i/2 inches x 11 inches.
2. Paper:
a. 40 pound minimum, white, for typed pages.
b. Hales reinforced witla plastic, cloth or metal.
Foi�3o.ao� 0173Q-1 iai iioi
City of Fort Worth
Rnlling Hills WTP
Backwash Supply System
3. Text: Manu�acturer's printed data, or neatly t}Tpewritten.
4. Drawings:
a. Provide reiz�f'flxced pun.ched bindex tab, bind in with text,
b. Reduce larger dra�rings and fold to si�e of text pages but not larger than 1� inches x 17
in,ches.
5. Provide fly-leaf for each separate product, or each piece of opexating equipment.
a. Provide typed description oipxoduct, and major component parts of equipment.
b. Provide indexed tabs.
6. Cover: Identify each volume with typed or printed title'-'OPERATING AND MAiNT�NANCE .
INSTRUCTIONS". List;
a. Title af Project.
b. Identity af separate structure as applicable.
c. Identity af general �ubject matter covered in the manual.
C. Binders:
1. Commercial quality tk�ee-z�ng binders with durable and cleanable plastic cavers.
2. When multiple binders are used, correlate f1�e data in.to reiated cansistent groupings.
D. If' a�ailable, an electronic form of the O&M Manual sk�a13 be pravided.
1.p5 CONTENT O� 1VIAN[.JAL
A. Neatly t�ewritten table of contents for each volume, arranged in systematic Qrder.
1. Contractor, name of responsible principal, address and telephone numUer.
2. A list of each product required to be included, indexed to content of the volume.
3. List, with each product, name, address and telephone nuzx�ber af:
a, Subcontractor or installer.
b. A list of each product required io be inclu.ded, indexed to content of the valume.
c. Identify area of responsibility of each.
d. Lacal source of supply for parts and replacement.
4, Identify each product hy produet name and other identi�ying sy�nbols as set forth in Contract
Documents.
B, Praduct Data
1. Include only those sheets which are pertinent ta tlae speciiic product.
�ni7sa.ao� 01730-2 ian Sioi
City nPFort Worth
Rolling Hills WTP
Sackwash Supply 5ystem
2. Aruiatate each sheet to:
a. Clearly identify speciiic groduct or part installed.
b, Clearly identify data applicable to installation.
c. Deleie references ta inapplicable infarmation.
C, Drawings
1. Supplement product data vait� drawings as necessaxy to clearly illustrate:
a. Relations of cornponent parts of equipment and systezns.
b. Control and flow diagraz�as.
2. Coordinate drawings with information in Praject Record Docuxnents to assure correct illustration
of completed installation. �
3. Do not use Proj�ct Reeard Drawings as mainten.a�ace drawings.
D. Wriiten text, as required to supplerrient product data for the particular installation:
1. Qrganize in consistent format under separate headings for different procedures.
2. Provide logical sequenca of instructions of each procedure.
E. Copy of each warranty, l�ond and service contract issued.
1. Provide information sheet for Owner's personnel giving:
a. Proper pracedures in event of failure.
b. Instances which might affect validity of warranties or bonds.
' 1 A6 MANUAL FOR MATERIALS AND FINISHES
i A. Submit five copies ni con:�plete manual in final farm.
B. Content - Far architeetural products, applied nnaterials and iinishes:
• 1. Manufacturer's data, gjving full infor�m.ation on products.
a. Catalog numbe�r, size, composition.
b. Colar and texture designations.
e. Infnrrnation required for re-ordering special-nzanufaciured products.
, 2. �strvctions for care and maint�nance.
a. Manufacturer's recommendation far types of cleaning agents and methods.
b. Cauti�ns against cleaning agents and meY.hods which are detrimenta3 to product.
� c. Recommended schedule for cleaning and m.azntenance.
C. Content, far moisture-protection and weather-exposure products:
�ai�3n.da� Q1730-3 ron �ro�
City of Fnrt Worth
Rolling Hills WTP
Backwash Supply 5ystem
• L Manufacturer's data, giving fu11 information on products.
a. Applicable standards.
b. Chemical compositian.
c. Details of installation,
2. Instructiozas for inspection, rnaintenance and repair.
D. Additional requirerrzent,s for maintenat�.ce data: Respective sections of Specifieations.
I.07 MANUAL FDR EQUIPMENT AND SYSTEMS
A. Submit ii�e co�ies of cornplete manual ua �nal form.
B. Content, for each unit af equiprnent and systern, as appropriate:
1. Description of unit and component parts.
a. Function, normal operating characteris#ics, and limiting eonditions.
b. Performance curves, engineering data and tests.
c. Complete nomenc�ature and commercial number of reglaceable parts.
2. Operating proceduxes:
a. 5tart-up, Ureak-in, xoutine and narmal operating instructions.
b. Regulation, control, sto�ping, shut-down and emergency instructions.
c. Summer and winter aperating instructions.
d. 5pecial operating instructions.
3. Maintenazace proc�dures:
a. Routine operations.
b. Guide to "�rouble-shooting".
c. Disassembly, repair and reassembly.
d. Al�gnment, adjusting and checking. -
4. �ervieing and lubrication schedule:
a. List of lubricants required.
S. h�Ianufacturer's printed operating and maintenance insm�ctions,
6. Description of sequence of operation l�y control manufanturer.
7, Original rnanufacturer's parts list, illustrations, assembly drawings and diagrams required for
maintenance.
a. Fredicted life of parts subject tn wear.
b. Ttems recomn:�,ended to he stocked as spare parts.
8. As-installed control diagrams by con�ro�s ma7nufacturer.
F01730.dac 01730-4 ion tiai
City af Forl Worth
itoliing Hil1s WTP
Backwash Supply System
9. Each cantractor's caordinatian drawings.
a. As�installed colar coded piping diagranas.
10. Gharts of valve tag numbers, with Iocation attd function of each valve.
11. List of original manufac#urer's spare parts, manufacturer's current prices, and recommended
quantities to be rnaittfained in storage.
12. Other data as required under pertinent sections of specifications.
C. Cantent, for each electric and electranic system, as appropriaie:
1. Description of syst�rn and companent parts.
a. Function, normal operating characteristics, and limiting conditions.
' b. Performance curves, engineering data and tests.
� c. Complete n�menclature and commercial number of replaceable parts.
"' 2. Circuit directories of panelUoards.
a. Electrical service.
� b. Controls.
c. Communicaiions.
3. As-instaJ.led color coded wiring dia�rarns.
� � 4. Operating pracedures;
a. Routine az�d nozznal operating instructians.
' b. Sequences required.
, c. Speczal operatix�g instructions.
�� ' S. Maintenance procedures:
I a. Routine aperatians.
� b. Guide ta "tra�uhle-shooting".
c. Disassembly, repair an.d reassembly,
d. Adjustrnent and checking,
6. Manufacturer's p�inted operating and rnaintenance instructions.
f
7. List of original manufaeturer's spaz�e parts, manufa�turer's aurrent prices, and recommended
quantities to be maintained in starage.
, 8. Other data as required under pertinent sections of specifications.
; D. Prepare and include additional data when ihe need for such data becomes apparent during instruc�ion
L
of Owner's personnel.
F0173D,doc D i 73fl-5 � o� i vo i
��cy of �a� wo�
Rollin� Hills WTP
Sackwash Supply 5ystem
E. Additional requixennents %r operating and maintenance data; Respecti�e section.s of Specifications.
1.p8 SUBMITTAL SCHEDULE
A. Subrnit five copies of preliminary draft of propased formats and outIin�s of contents of Operation and
Maintenance Manuals wit�in 60 days after Notice to Proceed.
The Engineer will re�view the preliminary draft and retuxn two copies with comrnents.
B. Submit five copies of completed data in iinal form no later than 30 days following the Engineer's
review af the last shop drawing andior other suUmittal specified under Section 013�0.
1. Tvvo copies will be returned with comments to be incorporated inta final copies.
�. Subxaait %ve {5) copies of appro�ed manual in final fonn directly to the offiees of the Engineer withi�n
3Q calendar days of product ship�nnerat ta th.e project site and preferably within 30 days after the
reviewed copy is received.
D. Submit six eopies of addendum #o the operation and maintenance manuals as applicable and
certificates within 30 days after final ins�ection and plant start-u}� test.
1.09 INSTRUCTION OF QWNER'S PERSONNEL
A. Prior to �nal inspectian or acceptance, �ully instruci Owner's designated operating axad rnaintenance
personnel tn operation, adjustment and maintena�nce af produats, equipment and systezns.
B. Operating az�d maintenance manual shaIl constitute the basis of instruction. The O&M IVIat�.ual shall
b� appraved prior to commencing trazning.
Re�view contents of manual with persazanel in full detail to explain all aspeets of operations and
maintenance.
C. As a minimuzz7, instructian of Owner's personnel will require two days on site. Four 2-hour classes for
the four operations groups and one 4-hour class far instrument technicians and one 4-hour class fnr
mechanics wilI be requir�d. This training will not reduce the training required in the individual
equipmen� specificatians.
PART 2; PRODUCTS (NOT USED)
PART 3: EXECUTION (NOT USED)
END OF �ECTION
�o i�3o.aoC Q 1730-6 io�i iroi
City af Fort Worth
Ro�ling Hi11s WTY
Backwash 5upply System
sECTroN ai��o
WARRANTTES AND BONDS
P ART 1: GENER.AL
1.p1 REQUIItEMENTS INCLUDED
A. Cornpile specifted waarranties and bonds, in accordance with the General Conditians.
B. Co-execute suUmittals when so specified.
C. Review submittals to verify compliance with Contract Documents.
D. Submit to the Engineer for reviev�+ and transmittal to Owner.
1.02 RELATED REQUIREMENTS
A. Tnstructzons to Bidders: Bid Bands.
B. Conditions of the Contract: P�rfornaance Bond and Payment Bond.
C. Agre�ment.
D. Section 017Q0: Contract Closeout.
E. Specia3 Conditions: Maintenance Bond.
1.03 STIBMITTAL REQi3II�EMENTS
A. Assemble warranties, l�onds and service and maintenance contracts, executed by each of the respective
manufaeturers, suppliers, and subcontractors.
B. Number of flriginal signed copies required: Two each.
C. Tab3e of Contents: Neatly typed, in orderly sequence. Provide complete infarmation for each item.
1. Product or wnrk item.
2. Firm, with nam.e of principal, address and telephone number.
3. Scope.
�4. Date of beginning of warranty, bond or ser�ice and maintenance contract.
S. Duratian af warran�y, bond or sarvice rriaintenance cantract.
6. Provide information for Owner's personne1:
a. Proper procedure in case of failure.
�0�7�o.aoC 01740-1 ian �roi
Gity of Fori Warth
Rolling Hills WTP
Backwash 3uppiy S�stem
SECTION 02050
DEMOLITION
PART 1: GENERAL
1.�1 SCOPE OF WDRK
A. The Contractor sha11 iurnish all iabor, materials, ec�uipment and incidentals required to pxa�ide a11
dismax�tling, modifications, and salvage vvork required, as shnwn on tkie Drawings and speczfied
herein.
B. The Contractor shall comply vvith applicable laws, codes, ordinax�ces andregulations, and shall obtain
and pay for necessary perrnits.
C. The Comt�ractar shall remove from site and legally dzspose of dismantled mate�ials, trash, debris, etc.,
except any iterns specifically indioated to l�e reused and any items designated on the Drawings ta be
sai�aged for Owner's own purposes. Such items shall be carefully removed utader the Contract and
moved fo an area designated �� the Owner on the pzoject site. Refer to Special Condition D-9 for
additional rec�uiremenis.
D. All other rz�aterials removed under the modification wark and not called for to be reused or tuined
over �o the Owner on the project shall be disposed of legally, off the site, by Contractar, who will,
upon remavaI from site, have the rights of salvage o�'materials.
E. The Contractor shall visit the site af the woxk and exarnine the premises so as to fully understand all of
the e�sting conditians relative to the worl�. No increase in cost or extension ofper�'�rmance tirne will
be considered for faiZure to lmow the conditions of the site azzd structures.
F. The Contractor shall be responsible for remaving and modifying piping and structures in such a
seguence that th�re will �e no disruption of operations. The Contractor's cnnstruction schedule, to be
provided per Section 01315, shall include demolitian vvork at times that meet the canstruction
sequeneing issues presented in Section 0104Q.
1.02 CARE, PROTECTION AND REPAIIt
A. Th.e Contraciar is cautioned to e�ercise great caxe in protecting existing structures anci property of the
O�w�aer while proce�ding with work of this Secfion and the entire Contract. All darnage shall be
repaired at once to the satisfaction of the Engineer. AlI such repairs shall be at the expense of the
Contractor and no clainas for additional payment will be accepted.
1.03 CONDITIONS OF STRUCTURES
A. The Owner and the Engineer assume no respansibility for the actual condition of the structuxes to be
demolished or modiiied.
B, Conditio�s existing at the time of inspection %r bidding purposes wrll be maintained by the Ovvner
insof� as practicable. However, variatians vvithin a structure may occur prior to the start of
demolition work.
xozosa.d4� D�,a50-1 roit iio►
City of Fort Worth
Rolling F�ills WTP
Backwash Supply System
C_ The Engineer may, upon inspection, direct tha Contractor to repair or replace deteriorated or damaged
structures, piping ar mechanical equipment,as extra work. Extra warlc, if any, witl be performed and
paid for in accordance with other portions of this Project Manual,
1.04 TRAFFIC AI*1D ACCESS
A. Special attention is directed towards maintaining safe and canveniant access at all times ta and
through the e�is�ing facilities by piant personnel and associ�ied vehicles.
1.OS EQUIPMENT TO BE SALVAGED FOR 0'V�NER
A. The following equipment shall be removed during the course af this construction praject, but shall
remain as praperty of the Owner:
I . None #his j ob
B. Contractox shall he respansible %r removzng and delivering the equipment to a site designater� by the
Qv�mer at the Rolling Hills Water Treatment plant.
�axT a: �xoDuc�s �voT Us�n�
1'ART 3: EXECUTION
3A� MANNER OF CONDUCTII�TG WORK
A. Execute work in careful, orderly manner. Provide and maintaan barriers, dust screens, waxniTig 3ights
as may be necessary to protect persons and property. Perform work wi�h utmost care, using tools and
methads that wi�7 not transfer any hea�y shvcks to adjacent structures to remain in ser�+ice and in
place. Take all possible care ta avoid vibration and other dist�urbance. Conduct work in a manner
giving prime consideration ta, but not necessarily limited Uy:
I. Protection of puUlic and Owner's personneJ..
2. Protection from weather.
3. Con,trol of noise, shacks, vibratican.
4. Con#rol of dirt and dust,
5. Maintenance of orderly access.
6. Protection of existing structnres or portions �hereQf to remain.
7. Coordination arid cooperation with Owner.
B. Debris shall not be allowed ta accumulate.
C. No fires will be permitted on site.
D. The use of explosives will not be permitted an the project.
Fp2D50.dnc �Z�SD-2. 10111/Oi
Ciry of Fa�t Worth
Rolling Hil1s WTP
Hackwash Supply Systern
E. Provide t�mporaty support and shori�g as required for existing materials until new work is installed.
F. Pollution Controls: �[Tse vvater sprinkling, temporary enclosures, and other suitable methods to limit
dusk and dirt rising and scattering in air to lowest practical level, Camply with goveming regulations
pertaining to environmental protection.
Do nat use water �vhen. it may ereate hazardous or ob3ectionable conditions such as ice, floading,
and pollution.
2. Clean adjacent structures and improvernents of dust, dirt, and debris caused by demolition
operations, as directed by Owner or go�erning authorities. Reiurtt adjaceni areas to condition
existing prior to start of work.
Prior to demolition inside existing structures, provide covers consisting of plastic sheeting az�d
framing over existing pumps, motors, switchgear and controi panels. Maintain co�ers during
demoiitzon operations.
3.02 MODIFICATIONS
A. Modification consists of demolitian as required, removing, replacing, ar altering existing concrete.
Also included is such work as plugging pipe and wall openings, ihe removal of partions of an eacisting
structure, and construction af additions to existing structures.
3.03 CONS�RUCTTON METHODS
A. G�neral: Concrete to be demolished and removed under this item shall be broken inta pieces by
methods approved by the Engineer. . The use of explosives will not be permitted for any purposes.
Disposal of d�molished materials shajl be as specified in Section 0220Q.
B. Modifications of Existing Structures:
Where onTy a portion of the existi.ng structure is to be r�moved, special care shall be taken to
prevent damage to that portion that wil�l remain in place. Portions of concrete structures to be
removed shall be saw cut, if directed by the Enginaer, in order to minimize impact Ioads on. the
remaining structure. No "headache" balls or other swingin.g weights may be used. Where not
connecting to new st��uctures, the existing conerete shall be removed to neat lines as show�a on
the Plans or as established by the Engineer, and reinforcing steel shall be saw cut, if directed by
the Engineer, and removed to a depth of tvvo inches from the finished surface and coated, or as
noted on the Drawings. The new apening shall be patched and finished with nonshrink
nonmetallic grout or other treatment as required io function as intended.
2. Execute cutting and demolition by methods which. will prevent damage to other work, and will
provide proger surfaces to receive installatian of repairs. Torch cutting will not be permitted.
3. Where physical cutting is required, cut work with sawing and grinding too3s, nat with
hammezing and chopping tools. Unless otherwise speciiied, core drill or saW cut openings
through all cancrete work. Care drilling shall be done utilizing diamond bits. Corners shall not
be overcut without priar written approval from the Engineer.
rozoso.ao� 0205�-3 � o�i iio �
City of rort Worth
Rolling Hills WTF
Dackwash 5upply System
4. Where a partian of the e�sting canarete is to be remaved and nevv concrete is to be added, a
minimum of 1-inch saw cut is xequired to provide a straight, neat edge at the surface. Care s1aa�1
be taken to maintain existing rei�forcement where indicated an the plans.
5. Patch with seams wlaich are durable and as invisiUle as possible� Restore exposed finisY�es of
patched areas and, where necessary, �x�end finish restoration anto xetained work, adjoining, in a
manner which will elizninate e�idence of pa#ching.
6. Take care in the removal a� equipm�nt and materials to be saivaged ta prevent damage to such.
END O� �ECTION
�
F�ozasa.ao� D2050-4 lon voi
Ciry of Fo�Y Warth
Rolling Hills WTP
Bacl�wash 5upply System
SECTION �21a0
STTEIRIGHT-OF-WAY PREPARATTOI�1
PART 1: GENERAL
1 A 1 SCOPE OF WORK
A. This item shall consist af furnishing all laUor, materials, equipment and incidentals, required and
preparing the right-of-way for construction operations by removing and disposing of all abstructions
�� from the right-of way and fram designated easements, where rezrzoval of such obsixuctions is not
otherwise indicated.
Such obshuctions shall be considered to include remains af houses and other structures not completely
: removed by others, %undations, floar slahs, concrete brick, lumber, plaster, cisterns, water wells,
� septic tanks or basernents; abandoned utility pipes, c�nduits or foundations; underground sexvice
stations tanks, equipment or other foundations; fenc�s, retaining walls, outhouses, shacks and aIl other
� debris.
This item sha11 also include clearing, grublaing and the removal af topsoil and the removal of trees,
� stumps, roots, bushes, shrubs, c�arb and gutter, driveways, paved }�arking areas, miscellaneous stone,
brick, concrete, sidewalks, concrete riprap, asphalt and concrete paving, drainage structures,
' znanholes, inlets, abandoned railroad tracks, scrap iron, sfeel and wooden barr�iers, steel and wooden
. gates, all rubbish and debris whether abawe or l�elow ground, except li�e utility facilities.
I.02 RELATED WORK
A. Earthwoxle is included in Sec�ion 02200.
B. Trenching, Backfilling and Cozxipaction is included in Section 02221.
C. Demolition is included in Section 02050.
PART 2: PRODUCTS (NOT U�ET�}
1'ART 3: EXECUTION
3.01 GENERAL
A. Prior to comnaencing this work, all erosion control and #ree protectifln measures required shail be in
place and utilities located and protected. Areas within the construciion limits as indicated shall be
cleared of all obstructions, vegetation, abandoned structures as deiined above; except traes or shrubs
indicated for preservation, whiah shall be carefully trimmed as directed and shall be protected frorn
scarring, baxking or other injuries during construction operations. Exposed ends of pruned limbs or
scarred bark shall be pruned, triznmed and treated vvith an approved asphaltic material within 24 hours
of the pruning or injury.
B. Construction equipment shall not be aperated within the drip line of irees, unless atherwise indicated.
Constructian rnaterials shall not be stockpiled und�r the canapies of trees. i�io excavation or
embankment shall be placed within the drip lie of tre�s until tree wells are constnacted.
C. Unless otherwise indicated, all underground nbstructions, stumps and roots shail be removed to tx►e
following depths:
FD21UO.doc D210�-1 �on iia�
Ciky of Fort Worth
Rolling Hilis WTP
Bacic�vash Supply System
1. In areas to recei�e 6-inches or more emk�ankment, a minimum of 12-inches below natural
ground.
2. In areas to r�ceive embanl�ment less �an 6-inches and areas to be excavated, 18-inches belaw
the lower the lower eievation of the embankment, structure ar excavation.
3. A11 other areas, 12-inches belaw natural ground.
D. Holes remaining after removal oi obstrucnons, ob�ectionable mate�al, trees, stuznps, etc., sha11 be
backf'i11ed with select embankment tziaterial and tamped.
E. Wk�en a urility in service conflicts witla the construction, it shall Ue znodifZed as set forth in other
specification sections.
F. Where �n aban.doned existing undexgxound piping utiliiy is �'ound, it shall be cut an.d plugged with 6
inches of concrete, brick and martar or a precast stopper grouied in place.
G. No stumps, trees, limbs or brush shal� be butied in any fills or embankments.
3.D2 CLEARING AND GRUBBING
A. All trees, stumps, brush, shrubs, roots and ather obj ectionable material shall be cut, grubbed, remflved
and disposed of from areas need�d to consixv.et buildings, structures, roads, pipelines and any othex
areas to be stripped as shown on the D�awings.
B. Protect trees ar grou�s of trees, designated by the Engineer to remain, from damage by ali construction
operations by erecting suitable Uarriers, or by atk�er approved means. Clearing operations shall be
conducted in a manner to pr�vent ialling trees from damaging trees designated to remain..
C, If desired by �wner, cleared iree trunks and limbs exceeding 4-i�. in diameter shall be cut into 4 foot
lengths and stockpiled on Szte whera direeted Uy the Engineer.
D. .t�eas outside the easernents or limiYs of clearing shall be protected from damage andno equipment or
materials shall Ue stor�d in these areas.
E. No stumps, trees, lirr�bs, or bz-ush shall be buried in any fills or embat�lanents,
3.Q3 STRIPPING
A. Stxip any topsoil encountered frozn. all areas to be occupzed by buildings, structures, pipes, roadways
and aIl areas to be excavated or filled. Avoid mixing the top layer with lower layers and stockpile it in
areas on the Site as acceptaUle to the Engineer. �oils shall Ue stockpiled free from brush, trash, large
stones and other extraneous material and pxotected until it is placed, if appro�ed, as specified under
Sectian 022Q0.
B. Tapsoil shall be stockpiled separate fram the underlying more clayey, soils.
C. Topsoil ta be reuse� shall be kept alive by periodic watering as deemed necessary by the Engineer.
3.D4 DIS�OSAL OF MATERIALS
A. � AIl wa.ste, debris and other material not designated by #he Owner ta be salvaged shall be xemoved
fram the site and dispased of in a manner satisfactory to tIae Owner.
�azioo.ao� 02100�2 iai vai
�o
l
�
;�
,
L�
,�
1�
Y l
1.
Gity �f Forl Worth
Rolling i3ills VVTP
Sackwash 5upply System
B. No burning of an.y materials will be allowed.
END OF SECTION
�o2ioo.ao�
��y�i[�I�c�
ioniroi
City af For! Worth
Rolling I3ills WTP
Backwash 5upply 5ystem
SECTION 02140
DEWATERING ANn DRAINAGE
PART 1: GENERAL
1.01 SCOPE OF WORK
A. Furnish, install, operate, monitor, maintain and remove temporary dewatering and drainage sysiems as
required and Iower and maintain groundwater levels below subgrades ofexcavation�. Prevent surface
water runoff from entering or accumulating in excavations.
,, B. Furnish the services of a licez�sed professional engineer, registered in the State in which the woxk is
, located, to pxepare devvatering and drainage system designs sulamitta3s.
C. Collect and groperly dispose of all discharge water from dewatering and drainage systems in
accordance with State and locai requiremerits and any required permits.
D. Repair damage caused by dewatering and drainage system aperations.
E. Remove temparary dewatering and drainage systems when na longer needed. Restore all ciisturbed
az'eas. �
1.02 RELATED WORK
A. Sed�mentatian and erosion control is included in Section 02270.
B. Trench excavation, embedrnent, backf'ill and enrcasement is included in Section 02221.
C. Excavation, Backfill and Earthwork for Str�ctur�s is included in Section 02220.
1.03 SUBMTTTALS
A. Submit to the Engineer, in accordance with Section 01300, the ten:�porary dewatering and drainage
system designs. De�avatering and drainage system designs shall be prepared by a licensed pxafessional
engineer, registered in the State in �which f.he work is located, having a minimurn of 5 years of
professional experience in the design and construetion of dewatering and drainage systems. Subzxai.ttal
wil� be for infor�natian only. Contractar shall remainresponsible for ad�quacy and safety of construc-
tion means, mathods and techniques.
1.04 DEFINITIONS
�. Where the phrase "in-the-dry" is used in this Section, it shall be defined as in situ soil moisture conient
of na more than two percentage points above the optix�au�n moisture content for that soil.
�az�aa.aa� 0�140-1 io�li/oi
City af Fart W arth
Rolling Hills WTP
Backwash Supply 5ystem
PART 2: PRODUCTS (N4T USED)
PART 3: EXE�UTION
3.Q1 GENERAL
A. Conlrol surface water and groundwater such that excavation to final grade is rnade in-the-dry, and
bearing �ails are maintained undisturb�d. Preveni softening, or instability of, or disturbance to, the
suhgrade due to groundwater seepage andl4r surface nynoff.
B, P�rovide praiection against flotation for aIl work.
C. The impact af anticipated subsurface soil/water conditions shall be considered when selecting methods
of excavation and tempnrary dewatering and drainage systems. Where graundwaiex levels are above
the proposed bof�oms of excavaiians, a pumped dewatering systern is expected for predrainage of the
soils prior to excavation ta final grade at�d for rnaintenance of the lowered groundwater Ievel until
consiruction has been completed to such an extent that the founda�ion, structuz'e, pip�, conduit, or fil]
wi11 not be floated or otherwise damaged. Type of dewatering system, spacing and capacity of
devtiratering units and other details of the work are expected to vary vvith soillwater conditions at a
particular laca�ioii.
3.02 �URFAGE WATER C�NTROL
A. Control snrface wa�ter runoff io pre�ent flaw into excavations. Provide tempaxary rneasures such as
dikes, ditches and sumps,
3.Q3 EXCAVATIDN DEWATERING
A. Provide and maintain adequate equipment and facili�ies ta remove prarnptly and dispose ofprop�rly all
water entering excavations. Excavations shall be k�pt in-the-dry, so as to maintain an undisturbed
subgrade condition throughaut constructian Uelow grade, including backfill and fill placeme�t.
B. Collect precigitatian or surface runaff in shallow ditches around the perirr�eter of the excavation, drain
to surnp and pump from th� excavation, or di�ert around the work by construction of srnall diversion
dikes, to maintain in-the-dry condi�ions. �
C. Pipe and conduit shalI na� be instalIed zn water or allowed to be submerged prinr to backfilling. Pipe
and conduit r�hich becomes submer�ed shall be removed and the excavation dewatered and restared tn
proper conditions prior to reinstalling the pipe and conduit.
D. Excavations for foundations and struotures shall be maintained i,n-the-dry for a minimum of � days after
cnncrete placement. In no event shall water be allowed to enter an ex.cavation and rise to cause
unbalanced press�are on foundations aixd str�actures until the conerete or rnortar has set at least 24 hours.
E. Dewaterin g and drainage operations shall at all tiines be conduc#.ed in such a manner as to preserve the
naLural undisturbed bearing capacity of the subgrade at the bottom of the excavation. Zf the subgrade
becomes disturbed for any reason, the unsuitable subgrade rnaterial s�all be remaved and replaced with
cancreta, campacted granular fill, or other approved material to restore the bearing capacity of the
subgrade to its original undist�.u�bed can:dition.
F02140.doc 02140-2 lail lio�
CiYy ofFort Worth
Roliing Hills WTP
Backwash Supply System
F. Dewatering and drainage operatians shall be conducted in a manner w�ich does no# cause loss of
ground ar disturbance to the pipe bedding or soil which supparts ov�erlying or adjacent structu7ees.
3A4 DISPOSAL OF DR.AINAGE
A. All water disoharged fronn temporary dewaterin� and drainage systems shall Ue disposed nf in
accordance with the Sedimentation and Erosion Cont�al p�ans as specified in Section 02270. Exisiin�
or new sanitary sewer systems shall not be used to dispase of drainage.
END OF SECTION
.1
��
��
I ;�
� ��
I .�
F0214Q.doc
02140-3
1DlI ]101
Cits+ of 3�ort Worih
Rolling Hilis WTP
Backwash 5upply System
SECTION 02200
EARTHWORK
��
PART l: GENERAL
1.01 SCOPE OF WORK
A. Furnish a311abor, equipment, materials, and incidez�tals n.ecessary to perform the earthwork
consistmg of excavation, embanlm�ent and zough graciing as shown on the Drawings and specif ed.
B. The work ta be performed under tlus Section of the Specifications shalj include, but not be limited
to, excavatian for the project roadways and access areas; placernent of embanlanent materials for
and around the project structures and other facilities for roadways, parking and access areas;
disposal of waste,-surplus and unsuitable material; grading, and alI relat�d work such as sheet�ng
and bracing and pumping and drainage.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Site preparation, includang clearing and grubbing is includ�d in Section 0210Q.
B. Dez�aolition is included in Sectian b2050.
� C. Stxucture excavat�on and backfilling is included in Sectian 02220.
;
D. Txenching, backfil3ing and compaction is included in Section 02221.
,
E. Granular fxli materials are specified in �ection 0223Q.
. 1.03 SUBNIITTALS
A. Plan for excavation support systerns as required under Article 1, D4 af these specifications.
! B. 1'lan for handling surface runoff: The plan s�:all describe (in text and Drawings) how the
Contracior plans to handle surface runoff around the perimeter o� excavations; haw the collected
. or diverted surface runoff is tQ be con�eyed ta adj acent and Iocal storin drainage facilities, or to a
ternparary on-site retention basin if used� If the eontractor uses a temparary on-site retention basin
to store and percolate collected surface runoff, the plan sha11 describe safety features deszgned into
retention basin to handle overflows from the facilities and mitigati�e measures ta prevent flood
� damage to private properiy beyond the p�ant site slaauld the basin overflow.
1.44 EXCAVATION 5AFETY
A. All apen excavatinns greater than five feet in depih shall be constructed using nnetkiods approved
in Section 01665 and according to details shown an the Drawings.
�ozzoo.ao�
022Q0-1
taiiiai
City of Fort Warth
Rolling Hills WTP
gackwash 5upply 5ystem
Prior to coxnmencing tk�e wark, the Con#ractor shall submit kais plans far trench and excavation
support systems to the Engineer for review and coanment. No excavations shall Ue started until the
Engineer has furnished wr�itten acceptance of the excavation support system. Said review will be
to assure the Engineer af general compliance wi#h and shall not be construed as a detailed analysis
far adequacy of the suppart system, nar shall any provisiozas of the above requirerr�ents be
construed as relieving the Contractor of his overall responsib{lity and liability for the Work.
B. It s�all be understood that the preceding req�zirements are to be considered to be the minimum to
be provided. It shall be the Con�rac#'s responsibility to pxovide the strength requzred ta support the
sides of the exeavation against loads which may exceed those employed to dez�ve the criteria set
forth in the Industrial Safety Orders. The Contractor sk�all be solely responsible for any and all
liabilities which may ari.se from his faiiure to provide adequate shoring, bracing or sloping (to the
extent allowed by the Ezagineer) or sheeting as necessary to support the excavatian under any and
a11 of the conditions of loadYng which may exist or which rnay arise during the construction nf the
proj ect.
C. Azi ongoing excavation and slope absen�ation and monitoring program shall be initiated at the
on.set of excavation and continued at periodic intervals durin� constnaciion. Monitoring s�aIl be
performed by a qualified Geotechnical Engineer licensed in the State of Texas and acceptable to
the Engineer. Modifications ta the excavation slopes or supports may he required be �e Engineer
based on the results of these observations. Costs oi the manitorzng program and any required
slope or excavation support modifications shall be borne by the Contractor.
1.OS STJRFACE WATER AND DRAINAGE CONTROL
A, At alt times while necessary during canstruction, provide and maintain proper equipment and
facilities to remove any and all suriace water entering the excavatians. Keep the excavations dry
so as ta obtain a satisfactory undisturbed subgrade faundation candition until embanlanents, fill
materials, seaI slabs, stzuctures or pipes tn be Uuilt thereon have Ueen cornpleted to such extent that
neithex they nor the subgrade will be floated, softened or othen�vise dazxzaged by ihe entrance af
watar into the bottom of excavations.
B. Waier that may enter an excavation as sur�ace runoff shall be collected in shallow ditches around
the perim,eter af the excavation, drained to a sump, and pumped or otherwise diverted away from
the excavarion., ta a local surface water caurse, storrn drain, or temparary on-site retention faciIity
acceptable ta tk�e Engineer. If surface runoff is diverted to an on-site reten.tion Uasin, the basin
shall be located in aa� area of tb.e plant sita acceptable to the Engineer sa tha# flow ar seepage back
into the excavated area(s) will be prevented and the xetezation basins do not inter:f'ere with the
project construction actiVities.
C. Protect all graded and sloped areas from damage due to erosion fram runaff. Repair a11 erosion
dat�nage to sloped and graded areas to the satisfaction af the Engineer.
D. The ContractQr shall correct all damage resulting from flooding of the construction site ar
inadequate control of surface water at no additional cast to the Owner.
1.a6 SO1L TESTINGIQUALITI' ASSLTRANGE
A. AII field testing and inspeetian serviees will be provided per Section Q 1410.
�a�2oo.ao� D2200-2 ao�t iiai
City of Fort Worth
Rolling Hills WTP
Backwash 5upply System
B. Prior to the placement of any embankment xx�aterials the Engineer may have the material inspected
and test to ensure that it confornts io the requirez�ents o� Section 02230 of these specifications.
During the placezx�ent af material in embankmen.ts, the Engineer may select areas wi�ain. the limits
of any Waxk for testing the degree of compaciion obtained. The Contractar sha11 cooperate fully
with t�e Engineer in obtaining representati�+e material sarnples fot tesiing and conducting the
compaction tests requested.
C. Pa}nnent %r testing vvill be m.ade hy the Owner. If test results are unsatisfactory, the Contractar
shall correct all deficiencies with. the pIaced materials to �he satisfaction of the Engineer.
D. Notify the Engineer, at the start of site clean-up, the initiation of exca�ation or grading, and any
tirne thaf earthwork nperations are resumed after an interruption. Each step of the eartYiwork
should be approved for specific areas Uy the Geotechnical Engineer before proceeding with
subsequent work.
PART 2: PRODUCTS
2.01 GENERAL
A. Specifications %r fill ma��rials are included in Section 0223Q.
, B. Concrete for seal s1aUs and fi31 shall t�e as specified in 5ection 03300.
, PART 3: EXECUTION
� 3.01 GENERAL
A, Perform aIl excavation, placement of emban.kxnent, and grading necessary to compete the project
� ' rough grading,
B. Perform ail remaining miscellaneous earthworl� required far the Work. Make all excavations,
embankments, fills and grading necessary for placing oi Iandscaping, and for constructing
roadways, parking areas, or any other such itezns reguired for tlae construction of the Wark u�ndez
� this Cantract.
3.02 DISPOSAL OF Z7NSUITABLE, WASTE ANDIOR SURPLUS MATE1t7AY.5
A. Unsurtable waste and surplus material resulting frorn the earthwork operafions shall be remnved
an.d disposed af aff-site in a manner acceptable to the Enganeer. Organic materiai, such as
i vegetation, tree root systerns and brush, pavernent, broken concrete and similar consiruction wastes
shall be disposed af off-site at a landfill licensed by the State of Texas to accept such wastes.
B. Unsuitable waste and surplus rnaterial to be disposed of off-site may be teznporarily stockpiled in
� an area of the plant site that does not disrupt construction activities and is acceptable to the
Engineer. Such material stockpile areas shall be pratected so that tY�ey do not create any nuisances
or safety hazards. Remove the sYockpiled material fram the proj ect site and dispose of it if
requested to do so by the Engineer.
�
. 4
Fozzflo.aoc 0224a-3 io�i �iot
City of Fo�t W4tth
Ro[ling �-iills WTP
Backwash 5upply 5ystem
3.Q3 EXCAVATION BELOW GRADE - GENERAL
A. �xcavations shalI be made to #he limits and depths indicated on th� Drawings or speciiied. Se�
alsa Section 02220 for details of excavations #'or structures and placement of concrete seal slabs.
B. Excavations for the Work are expected to pass through c1ay, silty clay, tan lzzalestone, light-gray
li�nestone and/or gray shale layers depending on the reqtaired depth. �n general, it is anticipated
that the clay overburden sails can be excavated with ordinary excavation equipment while
linnestone and shale layers wili require signi�cant addifional effort to excavate. Drilling and
blast�ng will not be pertnitted as mef.hods of exca�atio:n.
C. Pastpone final Exca�ation immediately above the subgrade on which structures will be p�aced until
shortly be�ore placing of the new work. Properly controI ground and surface verater to maintain the
subgrade in praper condition prior to f�nal excavation and/or placement of seal slala.
D. If, in the opininn of the Engineer, the material at or below tlae normal grade of tlae excavation as
indicated on the Drawings is unsuitable for foundations, it shall be removed to such depfih and
wid�a as he may direct and Ue replaced with s�aitaUle matexial as directed l�y the Engineer. Costs of
s�ch overexcavation and replacement shall be paid in corn.pliance with the General Conditions of
this Specificatidn.
3.04 PLACEMENT OF EMBANI�MENT
A. No embankment ar f ll mat�ria�s shall be placed until the subgrade has been prepared in
accordance with the pro�isions af Ariicle 3.04B.
B. In any proposed fill or ernbankment areas, existing topsoil, organic matter, and loase �Il rnaterials
shall be stripped prior to fill placement. Separate iill and organic matter for disposal as specified
in Article 3_D2. Stockpile topsail for reuse at he site. Scarify the exposed subg�rade to a depth of at
least 6 inches and recompact at or near optimum moisture eontent to an average density of at Ieast
95 percent of Standa�rd Proetor density as measured by ASTM D 698.
C. Place common fill emban.knae�at matexial to tha grades required. Spread ernUankment in uniforrn,
loase, relatively horizantaI lifts 6#0 8 inches deep. This could required benching of the subgrade
in sorne areas. Adjust the moisture content af the material to -1 to +4 percent of optimum and
compact to at least 95 percent Standard Proctor densiiy as determined Uy ASTM D 69$, Fie1d
density tests shall Ue perfarmed an each li#� as directed by the Engu�eer to verify compactian,
D. Each lift of the eomman fil� eznbanknaent zx�aterial shalZ be compacted hy sheepsfoot raller,
multiple-whe�l pneumatic tired xoller oz- other zneans acceptable to the Engineer. Each layer sha11
be co�pacted only after the material has been placed, mixed and evenly spread. Campactinn slaalI
be accomplished whiie the material is at the specified moisture content. R�lling of each layer shall
be continuous over its entire area and t�ie roller shall nrzake suificient trips to insure that the desired
density has been obtained.
E, W�en the mnisture cantent of tIae nnaterial is below that �gecified, water shall be added until the
moisture content is as specified, When the riaoisture content of the mat�rial is above that specified,
the material shall be aerated by blading, discing or other rneans acceptable to the Engineer until �he
moisture is as specified.
�azzoo.ao� Q2204-4 ion iio i
City ai Fori Watth
Rolling Hills WTP
Hackwash Snpply System
F. Oversized material (rocks and boulders) tnay be placed in areas away from construction as directed
hy the Engineer, Oversized material shall be p3aced in. such a manner that nesting of the material
will nat occur and �he oversized material will be cbmpletely surraunded by fine mate�.al {with
maximum dimension less than 3 inches), O�ersized material sha11 be placed in lifts having a
maxitnum thickness af 3 feet. Each kift shall be mixed sufficiently to assure that sufficient fines
surround each oversized pariicle.
G. Existing slopes shall be reconstructed as showri on the Drawings.
H. No excavation for pipe or any structures sha11 begin until the surface af the embankment is at least
, 1 faot above the top af the proposed pipe or footing.
- I. if the Cantractor completes constructian af embanknients after pipe is install�d; fh.e methods
adopted shall be acceptable to the Engineer, The pipe shall not be subjected ta construction
� equipment loading until at least 2 feet of compacted backfll has been plaeed over the initial
� bacl�ill. Campaction equipment shall be operated in a slow and careful manner. Any pipe
damaged during construetion aperations shalj be promptly axzd satisfactorily replaced at the
� Contractor's expense.
3.a7 GRADING
A. Grading shall be performed at all places that are indieated on the Drawings, to the Iines, grad�s,
and elevations shown and otherwise as directed by tlne Engineer and shall be performed in such a
manner that the requirements for formation af slopes, lines and gtades can be followed. During
the process of grading, the subgrade shall b.e maintai�aed in such condition that it will be we11
drained at a1I times.
B. If at the time af �rading it is not possib3e to place any material in its proper sectian of the
perxnanent emhankment it sha�1 be stockpiled in approved areas for later use.
C, The right is reserved to make minor adjustrnents or revisions in lines or grades if found necessary
as the wark progresses, due to disczepancies an the Drawings or in order to abtain satisfactozy
constructzan.
D. '�n cuts, aIl loose or protxuding rocks on the back slopes shall be barred lo�se or otilerwise removed
io line or finished grade of slope. All cut and fill slopes shall be unifornily dressed to the slope,
cross-section and aligiaxnent s�flwn on the Drawings or as directed by the Engineer.
3.0$ REMOVAL OF NON-ENGINEERED FILLS
A. Any non-engineered fiIls encountexed during the earthwark shall be completely xemoved and the
underlying natural g,rauz�d shall be prepared in aecordance with these Speci�cations.
3.09 COMPACTION TE�TS
A. Where backfill is required to be compacted to a specified densiLy, tests far comp�iance shaIl be
mad� by the �amer, at the expense of the Owner, using the test procedwre speciiied in ASTM D
698.
F�220D.doc �22��-� I0/11lfl1
City of Fort Worth
Rolling I�Cills WTP
Sackwash Supp[y System
B. In the event such tests reveal non-campliance with the requirements of these Specifications,
remove, replace and recompact unacceptable wark untiI retests �ndicate t�.at the Wark conforms to
these Speczfications. It is understood aaad agreed that the making of test shalI not cQnstitute an
acceptance of any portion of the Work, or relieve the Contractor fra�n camp�iance with the ter�ns
of the Contract Daouxnents and these Specificatians.
ENU OF SECTION
F02200.doc 02200-6 ion �iai
City ofFart Worth
Aolling Hills WTP
Backwash 5upply System
sEcz�oN ozzao
EXCAVATION, BACKFILL AND EARTHWORK FOR S'I"RUCT[.]RES
PART 1: GENERAL
1.00 STATVTORY REQiTIItEMENTS
A, All excavatian, trenching, sheeiing, bracing, etc., for structures slaall comply with the requirements of
.- OSHA excava�ion safety standards (29 CFR Part 1926.650 Subpart P), and any state and kocal
requiremenis. Where conflicts exist between OSHA, state, and local regulations, the most siringent
requirernents shall apply.
� LO1 SCDPE OF WORK
A. Furnish all labor, materials, equipment, and incidentals necessary to perform all excavation work and
grading; place and compact backfill and fill; and dispose of unsui#ahle waste and surp3us miaterials as
shown on the Dravvin�s anrd as specified herein.
B. Pravide the services oi a licensed professional engineer, registered in the stafie in which the work is
,' lacated, to prepare iemporaxy �ccavation support system design.s and submiLtals.
' C. Furnish and install terrlporary excavation support systems, including sheetin�, sho�g, and bracing, to
ensure t1�e safety of personnel and protect adj acent structures, piping, etc., in accordance wifi.h federal,
state, and local laws, regulations, and requirements.
; D. Casts for laboratory testing for quality con.trol purposes shall be per Section Q1410.
' E. All areas disturbed by the Cantractor's operati�ns shall be hydroseeded in accordance with
Section 02�90.
1,02 RELATED WORK
�
A. 5itelRight-of-Way Preparation is included in Section 02100.
B. Dewatering az�d Dzainage is included in Section Q2140.
G Trenching, Bacl�'illing and Compaction axe includeci in 5ection 02221.
D. Concrete is included in Seciion 03300.
E. �edirnentation a.r�d Erosion Control is uicluded in Section 02270:
F. Loaming and Hydroseeding ar� included in 5ection U2490.
G. Earthwork is included i�n Section 02200.
F02220.doc
02220-1
L0111101
City of Fart Worth
Rolling Fiills WTP
Backwash Supply 5ystem
1;03 Si7BMITTALS
A. Design Data
1. Excavatian support system desi�ns shall be prepazed by a licensed professianal engineer,
registered in the state in which ii�e work is located. The engineer shall have a rninimum of five
years of professional exp�rience in the desi�n and coz�struetion of excavation support systezxas.
Submit an original and three copies of the lic�nsed professiflnal engineer's certification, an the PE
form specified in Sectian Q1300, sta�ing that the excavation support system desigxas have been
prepared by the professional engineer. Do not submit exca�ation support systen� designs unless
requaste$ by the Engineer in writing. Review of any information requested wiI� be #'or
in.formaiion only. Ix� any event, the Contrac�ar shall remain responsible for the adequacy and
safety of consiruction means and methods.
B. Test Reports
Reports of compaction testing for fi�l materials.
C. Qualifications
Excava�ion support system design engineer: Name, address, and qualXfications, includ�ng
engin�ering registration_
�.04 REFERE�ICE STIINDAKDS
A. .American Society for Testing and Materials (ASTM)
ASTM 1�698 - Test Method for Labaratory Campaction Characteristies o�' Soils Using Standard
E£forts.
2. ASTM D 1557 — Test Method for rLabaratary Campactian Characteristics of Soils Using Modified
Ef�pTtiS.
B. Whexe reference is made to one of the preceding standards, the revision in effect at the tirne of bid
openin� shall a�ply.
lA5 QUALITY ASSURANC�
A. All field testing and inspection sertrices shall he provided by the �onfiractar's independent testing
laboratory in accordance wiih Section 01414. Testing methods s�aall comply with the latest applicable
ASTM Standards.
B. Materia�s sha�I he tested at�d observed as described in the foU.awing paragraphs. Cooperate hy aliowing
&ee access to the rvork for seleation of mate�als and observation.
At all structures, prior to placement of bedding material, concret� working mats, crushed s�one
base, or concrete fill, the Owner's geotechnical engineer shaI1 observe the prepared subgrade �o
confum its suitability for supporting the woxk to be placed thereon. Such observation shall
include visual review and in-plaee soil densify tests as required.
F02220.doc 02220-2 io�� i�ol
City af Fort Worth
Rvlling Hills W17'
Backwvash Supply System
2, Before and during plaeement af fill and backfill, the tesiing laboratory shall provide at least one
derasity and moisture con�ent test foz each 2,500 square feet of surface area for each compacted lift
of fill.
1,06 PROIECT/STI'E CONDTTIONS
A. �ubsurface Conditions
1. Geotechnical explorations at the si�e were performed by Ter�ra-Mar, Inc., Fort Warth Texas. The
results o£ this explaratian are summarized in a report entitled "Geotechnical investigation 40
, MGD Expansion praject, Rolling Hills Water Treatment Plan�, Fort Worth, Texas," dated October
17, 2000. The boring lags %r the lift station site fram this xepart are attached to Sect�on 01011,
� and the full report is available fnr review at the offices af Camp Dresser & McKee Inc., 801
Cherry Street, Suite 2340, Fart W orth, TX 76102. Review shall be by appointment during regular
business Iiours.
_ 2. The data and recommendations presented in the report axe l�ased on observations at spscific boring
locatians as designated therein. Conditions between or away from the borings may vary from
those indicated in the report. Nn warranty of subsurface conditions, either e�cpressed or implied, is
iniended or made to any reviewer af the report.
B. If subsurface conditions at variance wi� those described in the re}aort are encountered during
constructian, immediately notify the Engineer in accordance �vith the requixements of fihe General
Canditions.
1.07 DEFINITIONS
A. Where the phrase "in-the-dry" is used in these �pecifications, it shall be defined to mean a soil
conditian such that the in-place znaisture cantent of the soil at the time of work is no nnore than 2
percentage points above the op�imum moisiare content af that soil as determined by labaratory tests for
ihe maisture-density relationship appropriate io t�e specif ed level of c�mpactzon.
B. Where used in this Specification "structures" refers to aI1 bui�dings, we� wells, manholas, junction
boxes, and below grade vaults. Stormwater stntctures and duct banks are not considered struatures in
ihis conte�.
PART 2: PRODUCTS
2.01 GENERAT•
A. Fill materials designated for use in this Seciion are specified in Section 02230.
B. Timber used for excavaiion support systems shall be pressure treated with wood preservative for
g�round cantact.
C. Vapor barrier �nder slabs shall be 10 mil polyetlaylene sheeting.
D. Geotextile fabric shall be non-woven filter fabric such. as Mirafi 104N by Mira�i Inc., or approved
equal.
F02220.doe 02220-3 � o�i �iot
City of Fort Worth
Ralling Hitls W7'P
Backwash Supp�y 5ysiam
PART 3: E�ECUTiON
3.01 �REPAR.ATION
A. Test Pits
1. Perforrn exploratary excavation work {test pits) to verify the lacation of underground utilihes and
structures and to check for unknown utilities azid structures prior to camznencing excavation �ork.
2. Backfill test }�its as soon as the desired information has been obtained. Backf �led �urfaces shall
be stabilized in accardance with appro�ed erosian and sedimentation conirol plans.
B, De�vateriz�:g and Drainage Sysfems
Temporary dewatering and drainage sy�tems shall be in pIace and operational �riar to beginning
excavation work.
3.Q2 EXCAVATION SUPPORT
A. Furnish, install, manitor, and maintain exca�atian support (e.g., shoring, sheeting, bracing, trench
baxes, etc.) as requ�red by federat, state, oz' local iaws, ordiz�anaes, regulations, and sa�ety requirements.
Suppart the sides of excavation ta prevent any movement, which cau�d in any way reduce the width of
the excavation below that neces�ary for proper canstructian, and protect adjacent structures frorn
undermining, settlement, or other damage. Take care to grevent the forn�ation of voids outside af
sheeting. If voids occur behv�d sheet�ng, iintnediatelybac�ll and compact the voids with cornmon f�ll
material. Vaids in lncations that aannot be properly campacted upon, b.aCl�iliing shall be ii�led with
lean cancrete.
B. 7nsta1l excavation supports outside the neat Iines of faundations. S�pports shall be plumb and securely
hraced and tied in pasition. Excavation support shalI be adequate to withstand all pressures io which the
support� will be subj�cted. Any movenxent or bulging of supports shall be carrected in provide the
necessary clearances, dimensions, and structi,�ral integrity.
C. Excavatio� Supports Left in Place
Excavation supports thai are required to r�main in p1ac�, if applicable, are indicated on ihe
Drawings.
2. The Uwner or Engineermay direet that certain excavatian suppnrts rem�in in place axbe cut off at
a specified elevation. Supports directed by the Owner or Engineer to be left in place and not so
desi.gnated on the Drawings or otherwise specified herein to remain in glace, will be paid for in
accardance with the Genexal Cond'rtions. If the Contrac�or believes ihat such a directive increases
Contractor's c�st and would thereby en�itle Contractor to a change in contract cost, Cflntractor
shall na�ify the Engin�er in accordance with the applicable article(s) in the General Conditions
pertainir�g to changes in the work.
F0222a.dac � �.z2d-� 14/11/01
City of Fart Worth
Ralling I-iills WTP
Backwash Supply Syslem
The right of the �wner or Engineer to direct that certain exeavatinn supports rernain in place shall
not be construed as creating any obliga�ion an fi.he Owner or Engineer to give such direction, nor
shall failure to give sueh direction relie�e the Contractor frarr► liability far damages to persons or
praperiy occutring fram or upon the wark occasinned by negligence or otherwise, growing out oi
a iailure on the part of the Conlractor to leave in place sufficient excavation supports to prevent
any m��verneni of the graund or damage ta adjacent structures.
D. Excavation supports shall be carefully removed in such manner so as not to endanger tl�.e Work or other
adjacent siructures, utilities, ar property. All vozds Ieft or caused by withdrawal af supparts s�all be
immediately filled with sand aand compacied.
3 A3 STRUCTUR.AL EXCAVATTON PROCEDURES
, A. Excavations %r str-uctures shail be suitably �vide for constructian of the structures, including excavation
' supports, dewatering and drainage systems, and warking clearances.
B. Excavation shall be perfrnmed in-the-dry and shall be accomplishEd by methods which preserve the
undisturbed state of subgrade soils, Drainage and dewatering systems shall be in place and operational
pr�or to beginning excavation work. In no cas� shall the earth be plowed, scraped, or excavated by any
nneans that would disturb �he finisY�ed subgrade. Hand excavation nf th� final3 to 6 inches may be
required to obtain a satisfactory, undisiurbed subgrade. Subgrade soils which beeome soft, lnose,
"quick," or atherwise unsatisfactory for support af structures as a result of inadequa�e excavation,
dewatering, or ather construction methods shall be rernoved and replaced with lean concrete,
compacted structural fi11, or suitahle crushed rack, as approved by the Engineer, at no additional cost to
the Owner.
C. Subgrade Preparation
At areas belovv and within 10 feet of structures, remove existing vegetation and surface clay soils
overlying limestone bedroc�C. Stockpile s�trface soils on the site at a location directed hy the
Engineer.
2. Remove weaihered or loose limestane bedrock materials an.d additional bedrack as required to
excavate for and to p3ace a crushed stone base helow the structures where showin on the Drawings.
D. When excar�ations have reached the required subgrade, including any allowances for working mats or
hase materials, before placing working mats or base materials, notify the soils testing labaratory to
observe and verify the suitabilily of the existing subgrade soils far the anticipated fills, fatmdations, and
structural laadings, If the e�sting subgrade soils are determined to be unsuifable, direction will be
provided by the Engineer regarding removal and replacement witli suitable materials. If Contractor
balieves that such directi.on would increase Coniractor's cost and would thereby entitle Cantractor to a
change in Coniract cost, Contractor shall no�ify the Engineer in accardance with the applicable
article(s) in ihe General Condations p�rtaining to cha�nges in �he wark.
E. Over-excavation beyond the limits and depths required by the Contract Documents shall be replaced at
no additianal cost to the Owner by lean concrete, structuraI fi11, crusheci stane base, or other approved
mat�riai as directed by the Engineer.
.L
xozaza.ao� 02220-5 to�t zro�
City of Fort Warth
I�olling I-Iills WTP
Backwash 5upply 5ystem
3.0� GE�RAL �IL,L�iG AND BACKFILLING YROCEDLTRES
A. �'ill and backfill materials shall be pl aced in lif'ts i� suit the specified coz�paction require�ents to the
lines a�.d grades required, znaking allawances for settlearnent and placement of cover Xnatcrials {i.e.,
topsoil, sad, etc.). Soft spafs or uncompacted areas shall be corrected.
B. Fill and baclfiill materials shall not be placed on deteriorated ar frozen surfaces, ar on surfaces covered
by water, snow, or ice. Fill and bac�`zll zzaaterial shall be free of snow, ice, and frozen earth.
C. Compaction in open areas ma� be accomplished by any of the following methods: suitablelapgropriate
compac�ion equipment, fully loaded ten-wheel trucks, tractor dozers w�ighing at least 30,4001�s, az�.d
operated at full speed, or heavy vibratoYy rollers, Compaction in confined areas (including areas �3vithin
a A�5 degiree angle extending upward and ouiward from the base of a wall) and in areas wk�ere the use of
large equipment is impractical, �hall be accflmplished by hand opera�ed vibratary equipment or
�tx�.echanical tampers. Lift thiclrness sha]1 not exceed 6-i�iches {measuredbefore compaction) when han.d
aperated equipr�i.ent is used.
D. Fill and backfill shall not be placed and compacted when the nlaterials are tao wetto praperly �ompact.
E. Da not backf'ill against walis or grade beams until tk�e st�uctures bracing t�►em at the top and battom
have been installed and, in the case of cast-in-p]ace cancrete, have achieved their 2$-day compressive
strength as specified in Sectian Q330Q. Place fill so that its depth is increased unifonnly and gradually
around the penmeter of any st�ucture.
3.05 FILL AND BACKFILL pROCEDURES
A. Fill and backfill material placed belarv, imrnediately adjacent to, and witkiin 10 feet o£ aIl structures
shall be struatural fzll material per S�ction a2230, except where noted atherwise an the Drawings. AlI
structzare water-�ightness tests and dampproofing/waterpxoofing shall be completed priar tn placing fill
or backfill araund structures. Place structural iill in loose, even lif�:s oi 6-inches or less and compact
uniformly under and around the slructure to 95 percent m�imum density as determined by TEX-114E
at a moisture content of +- 2 pereerit of optimum.
B. Cornmon fill may be usad in areas beyond those designated for se�ect common £�i11 or structural fill,
unless shawn or specified ntherwise. Comman fi�1 shall bc placed in even lifts h.aving a maximuna
thickness {measured befare compacrion} af 12-inches.
C, �ill required beneath foundaiion slabs or slabs on gra�e (except sidewalks) shallbe slructural fill. Place
and compact fill in Ioose, even lifts of b-inches or ]ess and compact as specified in 3,OS.A above.
3,aG EMB.ANI�MEI�I'T F]LL FROCEDURE�
A. Prior to placing embanlanent fill materials, all tap soil and organ.ic materials (including peat and l�atn)
and Ioose inorganic silt material (loess} shall be retnoved frozn areas beneath the embankia�ents. If the
subgrade s�opes are excessive, the subgrade shall be stepped �a produce a stable, horizontal surface for
fhe placement af eml�anlcrrient m�terials. The existing subgrade shall then be scari�ed to a deptx► of at
Ieast 6-inches. Adjust the moisture content of the scari�ed zone to ar slightly above optimum, and
compaet the subgrade as specified.
Fozzza.ao� 42220-6 iari vo�
City of Fort Warth
Rolling Hills WTP
Backwash 5upply 5ystarrt
B. Embankrn.ent fzll shall consist of common fill material and shall be placed and campacted in even lifts
af 9-inches measured before carnpaction.
C. Rock �nay be used in embai�ltnZent fill only with prior, written approval of the Engineer.
3.07 Il1�IP�RVIOUS FILL
, A. Innpervi.ous fill shall be placed in controlled, e�en 3ifts having a ma�um thickness (measured befare
'` cnmpaction) of 6-inches. Compaction shall be sufficient to attain a perrneability of less than 1 x i 4-'
� cm/sec.
B. Moisture content of impervious fill to be compacted shall be maintained at or near its optirnum
rnoisture content (minus 2 to plus 3 percent).
3A8 COMPACTION REQUIREMENTS
A. . Ten feet araund structures: Compact each layer oi fill or backfill as specifed zn. 3.OS.A above.
B. Ernbanlrnients (exc�pt under roadways), lawn, or unimpraved areas: Compact the top G-inches of
scarified subgrade and each Iayer o�fill io a minimum. of 95 percent Standard Proctor (A�TM D698) at
or near its optimum moisture content (nainus 0 to plus Z percent}.
C. Baneathbuilding slabs and siabs on grade (except sidewalks): Compac� each layer of fill or baclsfzll as
specified in 3.OS.A above.
D. 5idewallcs: Compact fhe top 6-inches af e�sting scarified suhgrade and each layer of fill to a nzinin�um
nf 95 percent Standard Proctor (ASTM D698) at ar near its optimum �no�sture content (minus 0 to plus
3 percent).
E.Roads, paved areas, and roadway embanlQnents: See Section p2200.
3.09 DISPOSAL OF UNSUITABLE, WASTE, liND10R SURPLUS EXCAVATED MATERTAT •
A. Unsuitable, waste, and suiplus excava�ed material shall be removed and disposed of affsite. Materi als
may be temporarily stockpiled in an azea within the lizxuts af canstrucfion that does not disrupt
construct�on activities, create any nuisances ar safety hazards, or otherwise restrict access to the site of
th� Wark.
3.10 GR�DING
A. Grading shall be performed to the lines and grades show� on the Dra�c�vings. AIl objectional ma.terial
encountered within the Iimits indicated shall be removed and disposed of. Suhgrades shall be
completely and cont7nuously drained and dewatered throughout the grading process. Insf.all temporary
drains, drainage ditches, diversioY berms, eta, to interce�at or divert surface water which may affect the
execution or condition of grading work,
B. If at the time of grading it is ndt possible ta place any material in its proper section of the Work, it shall
be stockpiled in approved areas far later use. No extra payment will be made for tt�� stockpiling or
dau�ale handli.ng af excavated material.
�pzzzn.aQ� 02220-7 ian irot
City of Fart WorEh
Ro[lingHills WTP
Backwash Supply 5ysiem
PART 2: FR�DUCTS (NOT USED)
pART 3: EXECUTII�N
3.01 TRENCH EXCAVATION
A. Trez�ch excavation shall inelude material of every description and of vvhate�er substance encountered,
regardless of the methods or equiprnent required to reznove tha matexial. Pavement shall Ue cut with a
saw, 5,vheel c�r pneumatic chisel alang straight lines l�efore excavating.
B. "The Contractor shall strip and stockpile tapsnil from �,rassed areas crossed by trenches. At the
Cantraciox's option, topsoil may be otrierwise dispased of andxeplaced, when required, wi�li appxoved
topsoi] af equal quality.
C. �vVhile excavatzng and Uackfilling is in pragress, traffic shall be maintained,.and all util�ties and other
property protected as pravided i� tk�e A�eement.
D. "I'renches shall be excavated to the depth inciicated on tl�e Drawiangs and in widt�as sufficient for Iaying
�he pipe, bracing and for pumping and drainage facilities. The battom afthe excavations shall be fizm
and dry and in all respects acceptab�e ta the En�ne�r. Trench wxdtY� shall be practical minimum, but
not less than 12-inches �nar more than 24-inches greater t13an the pipe outside diameter.
E. Excavatian and dervatering shall be accomplished by methods which preserve the undistuxbed state of
subgrade soils. The trench may be e�cavated by rziachinery to, or just below, the designated subgrade,
provided that material remaining in the bottom of the i�ench is no mare than slightly distuxbed.
S�bgrade soils which become soft, Ioose, "quick", or otherwise unsatisfactory as a result of inadequate
excavation, dewatering or o�Yzer constxuetion metlaods shaXl be removed and replaced by gravel iill as
required by �ae Engineer at the Con#ractor's expense.
I', Clay and organic silt soils are particularly susceptible to dzsiurbance due to construction operatians.
When excavation is to end in such sozls, ihe Cont�actar shall use a smooth-edge buc�Cet to exca�vate tY�e
last one foot of depth.
�. Wkiere pipe is to be ]aid in gravel bedding, the trench may Ue excavated by r�.achinery tc� the noxmal
depth of the french provided that the material remaining in the Uottom, of the trench is no more tl�an
slightly disturUed.
3.Q2 DISPOSAL OF MATERIAI,S
A. Excavated materia] shall Ue stack�d withaut excessive surcharge on the trench Uank or obstructing free
access to hydrants az�d gate valves. Incanvenience to traffic and plant operations sha11 be avoided as
much as possible. Excavated n�aterial shall be s�gregated for use in backfil�ing as speci�ed below.
B. It is expressly understood that no exeavated material shall be removed from the site of the �,vork or
disposed of by the Contractar until zz�ormatipn on the disposal sites has been provided to the
Engineer. Contractor shall Ue respansible for pzoviding suitable sites far disposal �f such surplus
material.
C. Should conditions make it impracticable or unsafe ta stack rnaterial adjacent to the trench, #k�e rnaterial
shall be hauled and stared at a locat7ion provided by the Gonnactor. When xequired, it shall be
re-handled and used in backfilling fhe trench.
�ozzz � .ao� 02221-2 snz�a2
City of Fort Worth
Rolling Hills WTP
Backrvash Supply System
3.03 SHEETING AND BR.ACING
A. Furr�sh, put in place and maintain sheeting and bracing required by Federal, State ar lacal safety
xequirements to suppart fihe sides of the excavation and prevent loss of ground wh.ick� could endanger
personnel, damage or delay th.e wark or endanger adj aeen.t structnres. If the Engineer is af the opinion
that at any point sufficient or proper supports have not been provided, he may ordex additional
supports placed at the expense of ihe Caniractor. Compliance �vith such order shall nat relie�e the
Contractar from his zesponsibility for the sufficiency of such supports. Care sha11 be taken to pxevent
voids ouiside of the sheeting, but if vvids are for�ned, they shall be irnrriediately filled and ramarnied.
B. Where sheeting and bracing is required to support the sides of trenches, the Contract�r shall engage a
Professianal Engineer, registered in the State af Texas, to design the sheeting and bracing. The
sheeting and bracing insta]led shall be in conformity with the design and certification of this shali lae
provided by the Professional Engineer.
C. Wh�n moveable trench bracing such as trench ba�es, moveable sheeting, shoring or plates aze used to
support the sides af the trench, care shall be taken in plac�ng and rnoving the boxes or supporting
bracing to prevent movernent of the pipe, or disturbance af the pipe bedding and the gravel backfill.
1. When installing rigid pipe (R.C., D.I., V.C., etc.), any portion af the box extending below mid
diameter shall be raised above this paint prior to moving the box ahead to install the next pipe.
This is to prevent the separation of installed pipe j oin�s due to movernent of the box.
2. When installing flexihle pipe (PVC, etc.} trench boxes, mn�eable sheeting, shoring or plates
shall not be aSlowed to extend below mid-diameter af the pipe. As trench boxes, moveable
sheeting, shoring or plates are moved, gxavel bacl�ill shall be placed to fill any voids create�l and
the gravei backfill shall Ue reeompacted to provide uniiorm side support fox the pipe.
D. The Contractor wi11. be permiited to use steel s�eeting in lieu of wood sheeting fox t�e entire joh
-- wherever ihe use of sheeting is necessary. The cost far use of sheeting shall be inc3uded in the bid
items far trench safety and shall include full compensation for driving, bracing and later removal of
a _
sheeiing.
E. All sheeting and bracing shall be carefully removed in such manner as not to endanger the
construcrion nf other structures, utiJities, ar property, whether public or private. All voids lefi after
withdrawal of sheeting shall be immediately refilled with gravel backfill Uy ramming with toals
especially adapted to that purpose, or otherwise as directed.
3.04 TEST �ITS
A. The Contractor may lae required to excavate test pits for the purpose of locating undezground utilities
or struc�ures as an aid in establishing t�e precise ]pcation of new work.
B. Test pits shall be backfilled as saon as the desired information has been obtained. The backfilled
surface sk�all �e maintained in a satisfactory condition far travel until resurfaced as specified.
.l
F42221.doc 02221-3 3nva2
City af Port Worth
I2oUing Hills WTP
Backwash 5upply 5ystem
3.05 DRAINAGE AND DEWATERING
A. The Contractor shall fr�rnish all materials and equipm,ent and perform a�l incidental work rec�uired to
install and maintain the draina�e system �ae proposes far handling giround �nvater or surface water
encountered. He shall assume all responsibility for the adequacy of the methods, materials, and
Equipment employed.
B. The Contractor shall provide punaping equipment and d�vices to properly remove and dispose of all
water entering trenches and excavations. The subgrade shall be maantained acceptably dry until tha
faciliti�s to be built tlaerein arre completed. All drainage reIated work shall be perfazmed �vith.aui
damage to the trench, pavement, pipes, electrical conduits, ar other utilities and witiaout darn.age to
puUlic or privata property.
C. Yipe and masanry shall not be laid in water or su�merged within 24 hnurs after being pIaced. Water
shall not flow over new zziasonry withzn four days after placement,
D. In no event shall water rise ta cause unl�alanced pressure on facilities until the concrete or mortar has
set at least 24 hours. The Contractox sha11 prevent flotation af the pipe by promptly placing backfill.
E. See Sec�ion 021�0 for additional requirements.
3.06 EXCAVATI�N BELOW GRADE AND REFII.I,
A. Wb.atever the nature of unstable material encountered or fhe groundwater conditions, trench drainage
shal] be complete and effective.
B. If the Contractar excavates Uelow grade through �i�vr ar for his own convenience, or through faiiure
to properly de�rater the trench, or disturbs the subgrade before de�vatering is sufficientlycomplete, he
may be directed by the Engineer to excavate below grade as set forth in the following paragraph, in
vvhich case the work af excavating below grade ai�d furnishing and placing the refill shall lae
pe�for►ned at his own expense.
C. if the xnaterial at the level of french battam cansists o� fine sand, sand and silt or soft earth which may
warl� i�►to the graveI Uackfill notwithstanding effective drainage, the subgrade material sha11 be
remaved ta the extent directed and the excavation re�lled with a 6-in layer of coarse sand, or a
mixture graded from coarse sand io fine peastone, as appro�ad by the Engineer, ta fnrm a iilter layer
preserving the vaids in the gravel bed of the pi�e. The co�npasition and gradation of gravel shall be
approved by the Engineer prior ta pIacement. Gravel backfill sha11 then be placed in 6-in. layers
thoroughly compacted up to the normal grade of the pi�e.
D. Geotextile fiIter fabric may be substituted for granular filter layer if approved by the Eng-ine�r, Filter
fabric shall be Mirafi 140N, Supac equivalent, or approved equal
3.07 EMBEDMENT
A. Embedment for water lines shall be as shown, on the Drawings using bedding material meeting the
requirements of PART 2 of Section 02230.
B. The initial layer of embedment placed to receive th,e pipe shall be hrought to grade and dimensions
indicated on the Drawings, and the pipe shall be placed thereon and brougl-it io grade by tamping, or
by removal of the slight excess amount o£ ernbedment under the pipe. Adjustment to grade shall be
Fozzz�.ao� 02221-4 artz�o2
City af Fort Worth
Ttaliing Hills W'fP
} � Backwash 5upply System
I mad� b scra in awa or fillin with eznbedment material. Wed 'n or blockin u of i e will not
Y P g Y � �� �� pP
be permitted. Each pipe section shall have a uniform bearin� on the embedment for tile full length af
1 k the pipe, except inn�ediately at the joint. Ail embedmen� and encasement shall exten.d tiae full width
of the trench bottom..
C. After the pipe has been laid, jointed and inspected, emb�dment material shall be brought up in
mechanically tannped Iayers nat exceeding eight inches in thiclrness of loQse fill, approxzz�na.tely equal
on each side of the pipe, to 12 inches above the top of pipe. Compaction sha11 be 90 pexcent of
Sfiandard Proctor density far embedment matexial below the tap of pipe. F�r th� 12 inches o£
embedment above the top of pipe, compaction shall be 70 percent of Standard Proctar density.
3.08 BACKFILLING
A. As soon as practicable after the initial bedding has been placed and the pipe has been laid and jointed,
backfilling shall begin and thereafter be prosecuted expeditious�y. Bedding, as spe�ified for the type
of pipe installed, shall be placed as shown on the Drawings and as specified in: Paragraph 3.07 above.
B. Where the pipes are laid in tha yard, the remainder of the trench shall be filled with common iill
material, as defined in �ectifln 02230, in layers nnt io exceed S-in in loose measure and compacted to
8S percent stand�rd proctor density at aptimum moisture content. The bael�fill shall be mo�nded 6-in
above tYze existing grade ar as directed. Where a grass, loam ar gravel surface exists prior to
excavations in the yard, it shall be removed, conserved and r�plaeed to the full ariginal depth as part
of the work under the pipe items. In some areas it may b� necessary to remove excess matezial during
ihe clearn-Up process, sa that the ground nnay be restored to its or�ginal le�el and canditian.
C. WY�ere the pipes are laid in paved areas oz designated future paved areas, the remainder of the trench
• above the ennbed�nent shall be bacl�'�lled with select common till material in layers not to exceed 8-in
, loose zneasure at�d compacted at optimu�m moisture content �0 90 perceni Modified Proctor density.
`� The top I 8-inches belaw sul�grade level shall be compacted at optimum moisture content to 95 percent
, . of 1Vlodified Froctor densiiy.
D. To prevent longitudinal moven:�ent of the pipe, durnping back�ilI znaterial into the trench and then
spreading will not be pemiitted until the bedding rnaterial has been placed and corapacted ta a level
1-ft over the pipe.
E, Backiill shall Ue brought up even.ly on both sides of the pipe. Each Iayer of bacic�ll material shall �e
thoraughly compacted by rolling, tamping, or viUrating with mechanical cnrnpacting equipme�t or
hand tamping. If rolling i� employed, it shall b� by use of a suitable roller or lractor, being careful to
comgact the fill throughout the full width of the trench.
F. Compaction shall be by use of hand ar pneumatic tamping with tools wei�hing at least 201bs. The
material being spread and compacted shall be placed in layers not over 8-in laose thick. If necessary,
sprinkling shall be employed in. conjunction with rolling or rarnrning.
G. S�bject ta the approval of the Engineer, fragments of ledge au�d boulders smaller than 4-in may be
used in trench backfill providing that the quantity, in the opinion of the Engiu�eer, is not excessive.
Rock fragments sha11 not be plac�d until the pipe has at least 2-ft pf caver. SmaII stones and rocks
shall be placed in thin Iayers alternating with earth to insure that all voids are completeiy flled. Fill
shall not be dropped into the trench in a nnanner to endanger the pipe.
Faazzr.aoc Q2221-5 3ir2io2
City ofTort Worth
Rolling Hills WTP
Bactcwash 5upply Systezn
B. Common �ill shall consist of silty clay, sandy clay, or clayey sand material free of arganic materia�,
loam, wood, trash, and other objectionable material which may be compressible or which cannot be
cornpacted properly. Comrnon fill shall not contain stones larger than 4-inches in any dimension,
broken concrete, masonry, ruUUle, asphalt pavement, or other similar mate�ials. Tt shall ha�ve physical
properties, as approved by the En�ineer, such that it can be rsadily spread and compacted,
C. Select Common Fill shail consist af hard, granular mat�rial free from organic maferiaLs, trench loam
and alay, unif�rmly graded, coniaining no stone ha�ing a.ny dimension greater than 314-inch, and
having less than 50 percent fine� Uy weight passing the Na. 20� sieve. The materzal shall classi�y as
SC, SM or Sl' accozding to the United Soi] Classifications System az�.d shall have a Plasticity Index
Iess than 12, and a I,iquid Limit less thaz� 35 percent.
D. Gravel Backfill shall consist of hard, durable, particles of pxoper size and gradation, free from sand,
loam, clay, exces� fines and del�terious rr�aterials. The size af tihe particles shall be uniformly graded
such that nat less t�ian 1QQ percent o£the particles will pass a 1!2-inch sie�re, 98-100 percent will pass
the 3/8-inah sz�ve, 15-64 percent wilt pass the No. 4 si�ve, and 0-5 percen.t will pass a No. 10 sieve.
E. Coarse Grave� Backfill shall co�sist nf hard, durable particles of proper saze and grada�ion, free from
sand, l�am, clay, excess fines and delcterious materials. The size of the particles shall ba uniformly
graded such fhat not less than 100 percent of the particles �vill pass a 1-inch sieve, 100 to 94 pereent
will pass a I-inch sieve, 90 ta 40 percent will pass a 3l4-inch sieve, 6p to 15 percent wilI pass a 112-
ineh sieve, and 5 to 0 percent will pass a No. 4 sieve.
F. Sand Bacl�ill shall consist oibank run sand with 5a-100 percent passir�g fhe No. 4 szeve and nat more
than 15 percent passing the No. 200 sieve.
G. Structural Fill shall oonsisf of sound, durable stone, free o�any foreign material, angulaz' in shape, free
fram strucfural defects and cazxiparatively free of chemical decay. This material shall comply with
Tx.DOT Item 247, Type S, Gxade 3. The size of the particles shall be such that l OQ percent of tha
particles pass a 2 1/2-inch sieve, 90 to 100 percent pass a 1 3/4-inch sieve, 25 to 7� pexcent pass a No.
4 sieve, and 15 to 50 percent pass a No. 4Q sieve, �1rlatexial passing tlae No. 40 siave shall have a
�tiaximum Liquid Limit of 40 and a maximum P3.asCicity Index af 12.
H. 3 x 5 Hard Stane shall cansist af hard, durable particles ofpraper size and gradation, free from sand,
clay, excess fines and deleteriaus materials. The size of tlie particles shall Ue uniformly graded such
tYiat 100 percent p�the particles Will pa55 a S-inch sieve, 100 to 84 percent will pass a 4-inch sieve, 70
to �0 percent will pass a 3-inch sie�e, 20 to 0 percent will pass a 2-inch sieve, and 5 to �} percent will
pass a J./2�inch sieve.
I. Select Fill shall consist of non-expan.sive sandy clay or clayey saz�;d having a liquid limit of 30 or �ess
and a p�asticity index of 5 to 15. The select fill shall Ue compacted in maximurn of 9-inch laose lif�s at
a moisture content in the range af �inus 3 to plus 3 percent of optimum mozsture content, to at least
95 percent of the standard proctor maxim.um dry denszty, ASTM D-b9b.
PART 3: E�ECUTZON (NOT U�ED)
END OI' SECTION
�o2zsa.ao� 02230-2 3iiz�oz
city of Fort worth
Rolling Hills WTP
Backwash Suppiy System
SECTION 02270
SEDIMENTATIDN AND EROSION CONTROL
PART l : GENERAL
1.01 SGOPE OF W�RK
� A. Fu�-t�ish all labar, materials, equipment and in.cidentals necessary to perform all installation,
, maintenance, removal and area cleanup related to sedime:ntatian cantral work as shovsm on the
Drawings and as specified herein. The work shall include, bui not necessarily be limited ta;
� in.stallation. of texnpoxary access ways and staging areas, silt fe�ces, sediment r�moval and disposal,
device main�enance, rennoval of temporary de�ices, tamporary mulching, erosion con�rol blankets and
' � final cleanup.
I.d2 RELATED WORK
, A. Granujar fill materials axe included in Seciion 02230.
' B. Loaming, Hydros�eding and Erosion Control is included in Section 02A�90.
C. Earthwork is included in Section 022Q0.
D. ConstrUction Temporary Cantrols are included in Section 01510.
1. Q 3 SUBMITTALS
A. Within 10 days after a.ward of Cantract, the Contractor shail suUmit to the Engineer for approval,
technical product literature for aII cammercial products to be used for sedimentation and erosion
control.
1.�4 QUALTTY AS SLJRANCE
� A. The Contractar shall be responsible for the timely installation a�ad nnaintenance of all sedimentation
controi devices necessary to prevent the movement of ssdiment from the construction site to a�f site
areas ar into the streazn system via surface runof� or underground drainag� systems. Measures in
� addition to those shown on tY�e Drawings necessary to pzevent the mavernent af sedirnent off site shall
be installed, zx�aintained, removed, and cleaned up at tha expense af the Contractor. No additional
; I charges to the Owner wi11 be considered.
FART 2: PRODUCTS
2A 1 MATERTALS
A. Crushed stox�e for stabilized construction entrances shall be 3 H 5 Hard Stone per 5ection 0223(}.
B. Silt Fence
Fa2270,doc
0227(}-I
10/1 I/Dl
Ciry nf Fort Warth
Rolling Hills WTP
Baclewash Supply System
1. Posts shall l�e painted or galvanized steel Tee posts a minimum of S feet in length, with a
minimum weight of I.3 paunds per foot with self-fastening tabs and a S-in by 4-in (nominal)
steel anchor piate at bottom. Pasts and anchox plates shall conform to ASTM A702.
2. Welded wire fabric shall be �.-in by 4-in anesh. of 12 gauge by 12 gauge steel wzre.
Silt fence fabric shall be a woven, polypropylena, ulira�iolet resistant material such as Miraii
100X as manufactured t�y Mir�, Inc., Charlotte, NC, ar approved equal.
4, Tie wires for securing silt fence fabric tn wire mesh shall be Iight gauge rnetal ciips (hag rings),
ar 1132-in diameter soft alumuium wire.
Prefabricated commercaal silt fenca rnay be substituted for UuiIt-in-field fence. Pre-fabricated silt
fence shall be "Envirofence" as zzranufactured by Mir� Tnc., Charlotte, NC, or appro�ed equal.
C. Erasion control blanket shal] be installed as shown on the Drawings. The erosian control blanket sha11
he �1MXC0 Curlex Blanket as manufactured by American Excelsiar Company, Arlingion, TX or
�qual.
PART 3: EXECUTION
3.01 TNSTALLATION
A. Silt �'ence
Silt fences shall be pasitioned as indicated on the Drawings ar�d as necessary to pre�ent offsite
movement of sediment produced by construction activities as directed by the �ngineer.
2, Dig trench approximately 6-in wide and 6-in deep alon� groposed fence lines.
3, Drive metal-stakes, 8 feet an center (ma�cimum) at bacic edge of trenches. S#akes shall be dri�en
2 feef (miniinum} into ground.
4. Hang 2 Uy 4 wt�ven wire mesh on posts, setting bottom of wire in bottom of trench. Secuxe wire
to posts with self-fastening tabs.
Hang filter fabric on wire carrying to bnttom of trench with about 12-in of fabric laid aeross
�ottoxn of trench. Stretch fabric fairly taut along fence leng#h and secure with tie wires 12-in
D.C. both ways. The silt fence shall be a minimum of 24 inches high.
6. Bac�ll treneh with excavated maierial and tamp.
7. Tnstall pre-fabricated silt fence accordia�g to manufacturer's instructions.
B. Erosion cantrol blankets shall be instailed as shown on the Drawings and as directed by the Engineer
in accardance with manufacturer's ins�ructions. The area to be covered shall be pxoper]y prepared,
fertilized and see$ed before the blanket is applied. When the blanket is unrolled, tk�e r�etti.ng sha11 be
on top and the fibers in contact with the sail over the entire area. The blankets shalI be applied in the
direction of water flow and stapled. Side vverlaps shall be 4-in minimum. The staples shall be made
of wire, 0.091 ineh in diameter or grea�er, "[J" shaped witk�. legs 10-inches in length and a 12-inch
Faaz�o.ao� 02270-Z ion sroi
City of FaR Worth
Rolling Hills VJTP
Backwash 5upply System
crown. The staples shal� be driven vertical3y into the ground, spaced ap}�roxinaately two linear feet
-� apart on each side with ane row in the center alternately spaced between each side row. Adjoining
blankets shall be o�erlapped and sha11 utilize a con�mon raw of staples to attach.
3.02 MAINTENANCE AND INSFECTIONS
A. Inspectior�
1. Contractor shall make a visual znspection of all sedimentation control devices once per week and
promptly aiter cvery rainstorm. If such inspection reveals that additional zneasures ar� needed to
, pravent movement of �ediment to offsite areas, Contractor shall pronnptly install additional
deviees as need�d. Sedimenf cantrols in need of maintenance shall be repaired promptly.
B. Device Maintenance
�'
� 1. Silt Fences
�' a. Remove accumuIated s�diment once it builds up to one half of the height of the fabric.
b. Replace damaged fabric, or patch with a 2-ft minimuxn overlap.
a Make other repairs as necessary to ensure that the fence is filtering alI runaff directed fo the
fence.
3.03 REMOVAL AND FINAL CLEANUI'
A. Once the site has been fully stabilizeci against erosioza, remove sediment control devices and alI
accumulafed silt. Dispose of silt and �vaste materials in proper mannar. Regrade all areas disturbed
during this pxoeess and stabilize against erosion with surfacin� rnaterials as specified and as shnwn on
the Drawings.
_'
END OF SECTTON
d
F02270.doo
az2�o-3
] 0/11/01
City �f Fort Worth
Rolling Hills WTP
Backwash 5upply System
SECTION 0249Q
LQAMING, I3YD1tOSEEDING AND EROSTON CONTROL
PART 1: GENERAL
1.01 SCOPE OF WDRK
A. Furnish a111abor, materials, equipment and incidentals required, provide erosian control and place
topsoil, fizush gxade, apply fertilizer, hydraulically apply seed and znulch and rnaintain all seecied areas
� as shawn on the Drawings and as specified herein, incl�ding all areas disturbed by the Cantractor.
` 1.Q2 RELATED WORK
A. Site �reparation includang clearing, grubbing and stripping is included in. Section 02100.
;, B. Trenching, Backfilling and Compaction is included in Section 02221.
�� C. Sedimentaiian and Erosion Control is i�cluded in Section p2270.
1.03 SUBMI'I"TALS
A. Samples of all materials shall be submitted for ins}aection and acceptance upon Engineer's request.
PART 2: PRODUCT�
' ` 2.(}1 MATERIAT,S
; A. Tapsoil shail be fertile, friable, natural topsoil typical of topsoil of the locality and shall be obtained
• ftom a well drained site that is free of flooding. The material locallv referred ta as sandv 3oam sha11
not he accentable. It shall be without aclmixt�.tre of stzbsail or slag and free of stones, lumps, plants or
their roots, sticks, clay, peat and other exfraneous matter and shall no� be delivered to the site or used
• while in a frozen or muddy canditian. Tapsoil as delivered to the si#e or stockpiled shall have pH
between 6.0 and 7.a and shall contain r�ot less than 3 percen� organic matter as determined by lass af
� ignition of maisiure-free samples dried at 100 degrees Celsius. The topsoil sha11 meet the foilowing
� , mecharucal analysis:
Percenta�e Fin�r
' 1 �in screen opening 100
Na. l d mesh 95 - I00
� No. 270 mesh 35 - 75
0.002 rnm* 5 - 25
`' * Clay size fraction determined �y pipette or hydrometer analysis.
, At least ten days prior to anticipated start af topsoiling operatians a twenty-five {25} pound sample of
tapsoil material shall be delivered to the Engineer for testing and appraval. Based on tests performed
� by the En�;ineer, the tapsail shall l�e identified as accepta�le, acceptable witl� eertain fertilizer
F02490.doc 02�90-1 10/] IIDI
City of Fort Worth
Rolling Hi]]s WTP
Bacicwash Supply 5ystem
applications, or unacceptable. If the topsoil as found acceptable, the fertilizer requiremen,ts will be as
specified or as recommended Uy the Engineer. If the topsoil is faund unacceptable, the Contxactor
shall be responsible far identifying another sau�rce of topsoil and shall incur aIl expenses assoeiated
with testing addition.al samples. All topsail incorpora#ed into the site warlc shall rnatch the sample
provided to the Engineer far testing. TopsoiI stockpiled under other Sections of this Division may be
used subjeet to the testing and appxoval outlined above. Contraetor will beresponsible for screening
stockpiled topsoil az�d pro�iding additional topsoil as required at his awin expense.
B. Fertiiizer shall be cammercial mixed free flowing granules or pelleted %rtilizer, 10-20-14
{N-P205-K20) grade for lav�m and naturalized areas. Fertilizer shall be delivered to the site in
orig,-�nal unopened containers eacf� shawing the manufactur�r's guaranteed analysis conforming to
applicable state fertilizer laws. At least 40 percent of the nitrogen in the fertilizer used shall be in
slowly available {organic) form. ,
C. Seed shall be Iabeled in accordance with USDA Rules and Regula�ions under the Federal S�ed Ac#
and applicable State seed laws. �eed sha11 l�e furnished in sealed bags or containers bearing the date
af the last germination, which date shall Ue within a period of 5 months prior to commenc�ment of
planf�ng operations. Seed shail be from same or previous year's crop; each variety of seed shall have a
purity of not less than 85 percent, a percentage of germination of not less than 90 percent, shall have a
weed con,tent of not more than 1 perc�nt, and contain no naxious we�ds.
D. The seed shall be furnished and delivered premixed. A manufacturer's certificate afcona:pJ.iance to the
speci#'zed mixes shaIi be submitted by the manufacturers for each se�d type. These certificates shall
inctude the guaranteed percentages ofpuri#y, weed content and germination a�the seed and also the
net w�ight and date of shipment. No seed may be sawn until the Cantractor has submitted the
certificates.
E. Seed shall be deliv�r�d in sealed containers bearing the dealer's guaranteed analysis.
F, Fiber Mulch shall be a specially processed cellulose fiUer containing no growth or germination-
inhibiting factors. It shall be rnanufactured in such a manner that after addit�on and agitation in slurry
tanks with water, the fibers in the material becorne uniformly suspended tn form a homogeneous
slurry. When sprayed on the ground, the rnaterial shall aIlow absorption and percalation of maisture.
�ach package af the cellulase fiber shall be markad by the manufacturer to show #he a� dry weig�at
c�ntent and not contain in excess af 10 percent rnoisture.
G. Erosion control blanket installed in al� drainage swaIes and ditches as directed Uy the Engineer shall be
AMXCO Curlex Blanket as manufactured by American Excelsior Cannpany, Arlington, TX.
FART 3: EXECiTTTON
3.�1 APPLICATION
A. Unless otherwise shown on the Drawings, topsoii shall be placed to a minimum compacted depth of
6-in and seed applied on all disturbed areas of the site not co�ered with structures, pa�ement, or
existing woodland.
B. For ali areas to be seeded:
Fo2a9o.aoc 02490-2 t oii t�o i
City of Fort Worth
Rolling Hilis WTP
Backwash 5upply System
1. Fertilizer (10-20-10} shall be applied at the rate of thirty pounds per 1,000 square feet ar as
determined by the soil test.
2. Seed shall be applied at the rates described helovv,
Planting Season
March through August
September thraugh February�'�
September through February�'�
Grass
Bermuda �h�lied)
Rye
Bermuda (unhealed}
Application Rate
8 Ibs.Iacre
351bs.lacr�
9 2 lbs.lacre
t'� �oth rye and bermuda re�uired if planted Septem6er through �ebr[aary.
b. A11 planting shall be done befvveen tl�e dates specified except as specif�cally autharized in
writing. If planting is authorized to be done outside the dates speaified, the seed sha11 be
, plantecl with the addition of winter fescue (Kentucky 31) at a rate of 100 lb. per acre.
3. Fiber muIch shall be applied at the rate of 40 pounds per 1,000 square feet.
C. The application of fertilizer may be performed hydraulically in ane operation with hydroseeding and
� fiber muIching. The Cantractor is responsible for cleaning all structures and paved areas of unwanted
deposits of the hydroseeded mixture.
3.02 INSTALLATION
A. Previously established g�rades, as shown an Drawings shall be maintained in a true and even condition.
B. Subgrade shall be prepared by tilIing prior to placement of topsoil to ohtain a more satisfactory bond
� between ihe two layers. Tillage aperations shall be across the slope. Tzllage shall not take place on
slopes steeper than 2 horizontal ta 1 vertical or where tillage equipment cannat be operated. Tillage
shall be accomplished by discing or harrowing to a depth of 9-in parallel to cantours. Tillage shall not
be performed when the subgxade is frazen, excessively wet, extremely dry ar in other conditions
which would not permit tillage. The subgrade shall be raked and a11 rubbish, sticks, xoots and stones
� larger than 2-in sha11 be removed. Subgrade surfaces shall be raked or atherwise loosened
� immediately prior to b�ing covered with topsoil.
' C. Topsoil shall be placed over apprnved areas to a depth sufficiently gxeater than required so that aftex
natural settlement and light rollir�g, the complete work will conform to the lines, grades and elevations
indicated. No topsoil shall be spread in water or while frozen or muddy.
D. After topsoil has heen spread, it sk►alI be carefully prepared by scarifying or hanrowing and hand
raking, All stiff clods, lumps, roofis, litter and other foreign material shaIl be removed from t�e
� topsailed area and disposed of by the Contractar. The areas shall also be free of smalSer stones, in
excessive quantities, as deternune by the Engineer. The whole surface shall then be ralled with a hand
� roller weighing nat more �han 100 pounds per foot of width. During the xolling, all depressions
. caused by settiement or rolling shall be fill�d with additional topsoil and the surface shall be regraded
and rolled until a smooth and e�en imished grade is created.
.�
F02490.dac 0249Q-3 taii �ro i
City of Fort Worfts
Rolling Hills WTp
Backwash 3upply System
E. Seeding, rnulching and conditioning sha11 only be performed during those periads within the seasons
which are normal for such work as determined by the weather and lacally accepted practice, as
approvsd by the Engineer. The Cantractox slaa�l hydroseed only on a calm day.
F. Seeding sha13 be done within ten days follawing soil preparation. Seed shall be ap�lied hy�iraulically
at the rates and percentages indicated. The spraying equipment and mixture shall be sa designed t�at
wk�en the mixture is sprayed over an area, tiae grass seed and rnulch shall be equal in quantxty to th.e
specified rates. Prior to the siart of worlc, the Contractor shall furnish tbe Enganeer with a certi�ed
statexr,.ent as to the number of pounds of materi als to be used per 100 gallons of water. This statement
shaIl also specify the number of square feet of seeding that can be covered with the quantity oi
solution in the Contractor's hydrosecder. LJpon completion nf seeding operations, the Contractor shall
furnish the Engineer with a certified statement on the actual quantity of solution applied.
G. In order to pre�ent unnecessary erosion of newly topsoiled a:nd graded slopes and unnecessary siltation
of draina�eways, the Contractor shall conduct seeding and rzzulching as soon as he has satisfactorily
completed a unit or portion of the project. Far the purpose of this project a unit is defined as 10,000
square feet. When protection of newly topsailed and gz�aded areas is necessary at a time which is
outside of the normal seedin� season, �he Cantractor sha11 profect those areas by whatever means
necessary as approved by ihe Engin�ar and sha11 be responsible for prevention of silta�ian in the areas
beyond the lirnit of work.
H. Erosion con�rol blankets shall be installed in aI1 drainage swales and ditches and on slopes exceeding
15% as directed by the Engineer in accordance manufacturar's instractions. The area to be covered
shalI be properly prepared, fertilized and seeded before the l�lanket is applied. When the blanket is
unrolled, the netting shall be an top and tY�� fibers in contact with the soil nver the entire area. The
blankets shall be applied in the direction of water flow, and stapled. Blanlcets shall be placed a
minimurn of three rows (of four foot eaah) wide (total I Z-ft width) witkun the drainage swale/ditch and
stapled together in aecordance witn manufacturer's instruetions. Side ot�erlaps shall be 4-in.
minimum. The staples shall be made of wire, .091-in. in diameter or greater, "U" shaped with legs
10-in. in length and a 12-in. crown. The stapl�s sha�l be driven �ertically into the graund, spacad
approximately two linear feet apart on each side with one row in the center altemately spaced be#ween
each side row.
I. When newly graded subgrade areas cannat be topsoil�d and seeded because of season or weather
conditions and will remain exposed for more than 30 days, the Con#ractar shall protec# those areas
against erosion and vvashouts b� whate�ver means necessary such as straw applied with a tar tack, wood
chips ar by other measures as approved by tlae Engineer. Prior to application of topsail, any such
materials applied for erosion control sha11 be thoroughly incarporated into the subgrade by discing.
Ferti�izer shall be applied prior to spreading af topsoil.
J. On slopes, the Contractor shall provide against washouts by an approved method. Any wasl�out which
occurs shall be regraded and reseeded at the Contractor's expense until a good sod is estabIished,
3.03 MAINTENANCE AND PROVISIONAL ACCEPTANCE
A. The Contractar shall keep all seeded areas water�d, lawn areas �ow�d and in good condition,
reseeding aIl s�eded areas if and vahen necessary until a good, healthy, uniform growtrt is established
over the entire area seeded and shall rnaintain all saeded areas in an approved condition unt�l
provisional acceptance..
F02440.dvc 02�}40-4 ioii vo�
City of Fart Worth
Rolling Hills WTP
Backwash 5upp]y System
B. The Engineer will inspect all work for provisional acc�ptance upon the written request of the
Contractar received at least ten days hefore the anticipated date of inspection.
C. A satisfactory stand will be defined as a section of turf of 10,000 square feet or laz�gex that has:
1. No bare spots Iarger than three square feet.
2. No znore tkaan ten percent of tatal area wiih bare spots larger than ane square foot.
3. Not more than fifteen percent of total area with baxe spots larger than 6-in square.
D. The inspection hy the Engineer will deta�i.ne whethex additional seeding sha11 be conducted in any
area.
E. After all necessary corrective work and clean-up has l�een cornpleted, the Engineer will certify in
writing the prn�isional acceptanca of the seeded areas.
3.04 GUARANTEE PERIOD AND F1NAL ACCEPTANCE
� T A. All seeded area� shall be guaranteed by the Con�ractvx for not less than one full year from the time of
accep�ance.
B. At the end af the guarantee periad, inspection will be made by the Engineer upon written request
submitted by the Contz�actar at least ten days before the anticipated date. Seeded a�eas not
� demonstrating satisfactary stands as ou�iinad a6ove, as determined by the Engineer, shall be
„, renovated, reseeded and maintained until me�ting aIl .requirements as s�ecified herein.
C. After all necessary corrective work has been completed, the Engineer shall certify in writing the iinal
, acceptance of the seeded areas.
END OF SECTION
i L
1 11
� �
e L
� l,
�
F02440.doc 02490-5 ion vo i
city of Fort Worth
Rolling Hills WTP
Backwash Sup}�ly System
SECTION 02613
BURIED CONCRETE PRES5URE pIPE AND FITT]NGS
P,ART l: GENERAL
1.01 SCOPE �� WORK
; A. Furnish all labor, materials, tools, equipment and incidentals n.ecessary to install, ready far
� aperation and test buried concrete pressure pipe and fittings, rubber gaskets, mortar for inside
., joints for pipe 30-in diameter and laxger and for outside jain�s of all pipe as shown on the
Drawings and as specified herein.
B. If concrete pressure pipe is used on this project:
,, 1. Prestressed concrete cylinder pipe (AWWA C-30I) shall be used for pipe 48-inch diameter
and smaller.
2. Prestressed concrete cylinder pipe ��mbedded type per AWWA C-301) shall be used for pipe
� larger than 4$�inch dianneter and maybe used for pipe 24-inch diameter and srrialler.
' I.02 RELATED WORK
� A. Trenching, backfilling and compacting are included in Sectian Q2221.
B. Granular materials are included in Section 02230.
�
C. Valves and appurtenances are inelude�3 in Sections 026�0 and 151�0.
D. Disinfection is included in Section 01656,
1.fl3 SUBMITTALS
�� A. Submit shop drawings to the Engineer %r review in accordance with Section p 1300, showing all
details of reznforcement, concrete and jaint dizx�ensions foi a.11 pipe and fittings. Submi� a
tabulated laying schedule which references stationing and ii�vert elevations as shown on. the
, Drawings as well as all iittings, beveis, restrained jaints, outIets, tees, bends, adapters, closures
and specials, along with the manufacturer's drawings and specifications indicating complete details
. of all items. 'I'lae laying schedule shaIl sh.ow pipe class, cIass coding, station liznits and lransition
� stations for various pipe classes. The aho�e shall be subma.tted to the Engineer for appxoval before
'' rnanufacture and shipment. The locations of all pipes shall conform to the locations indicated an
t.�ie Drawings. Pipe shall not be supplied frarn inventory.
� B. Su�mit an�icipated groductian and delivery 5chedule.
C. Design Data
� 1. �ubmit aII design data in accordance with AW�WA C304 for prestressed concrete cylinder
pipe.
, D. Test Reports
1. Shop test results as applicable per AW WA C301-92,.
- 2. Field pressure/leakage tests.
F02613,doc d2� 13-1 3112/0�
City af Forl Warth
Rdllir,gHills WTP
Backwash 5upply S�+stem
E. Certificates
1, Prior to shipment of �ipe, submit certi�ed affidavit of coznptiance stating that the pipe for
this Contract wa� manufactured, inspected and tested in accardance with the AWWA
standards specified h�rein.
1 A4 QUALIFICATIONS
A. The mat�r�ais s�ecified herein a�re intended to be standard types of prestressed cancrete cylinder
pipe and fittings for use in �ransporling water.
B. AlI prestressed concrete cylinder pipe and itttings shall be furnished by reputable manufacturers
with a minimuzn of ten years of experience in rnanufacturing concrete cylinder pipe 3Q-in dia�neter
and larger. The pipe and fittings shall be manufactured and inst�lled in accordance .with industry
standards and methods and shaIl comply in aII xespects with requir�tnents of these specifications
and wi1:h the 1at�st edition of all referenced standards and specificatinns.
1.05 REFERENCE STANDARDS
A. The AWWA Standard and Design Standard for Prestxessed Goncrete Cylinder Pipe, for Water and
Other Liquids (AWWA C301, latest revisio� and AWWA C3Q4) are made a part r�f these
Specifications. Documents referenced in AWWA C301, Section 1.3 form a par� of AWWA C301
to �he exten� specified therezn.
B. Other standards applicable to the work specified herein at'e, Uut not Iimited to, the foll�wing:
1, AWWA C200 - Steel Water Pipe 6-in and Larger
�, AWWA C3Q1 - Frestressed Concrete Pressur� Pi}�e, Steel-Cylinder Type, for Water and
Other Liquids
3. AWWA C6Qa - Installation of Ductile-Iron Water Mazns and Their Appurtenances
4. AWWA C651 - Disin%ction of Watermains
AWWA M-9 - Concrete Press�re Pipe
AWWA M-11 - Steel Pipe Guide far Design and Insfallation
AWWA C304 - Design for Prestressed Concrete Cylinder 1'ipe
C. American Assoaiation of State Highway and Transportation Officials {AA5HT0)
D. Where reference is made to one of the above standards, the revision in effect at the �ime of bid
openir�g shall apply.
1.06 QUALITY ASSLTRANCE
A. The grestressed conc�rete cylinder pipe manufacturer shall ve certifi�d under #he ACPPA Qualify
Assurance Pragrarn for meeting the requirezzaents af AWWA C30I-92.
The Qwner reserves the �-ight ta provide, at Owner's expense, the services of an independent
testing agency to veri�y testing of the pipe.
F02613.doc 02613-2 s�iaroz
CiEy af Fori Warfh
Rolling Hilis WTP
Bacicwash Supply System
B. Tns�ection of the pipa and fittings will be made by the Engineer upon delivery at the site. T�ie
pipe shall be su�ject to tejection at azry tixne on account of failure to meet any of the specification
requirements, e�en though the pipe tnay have heen accepted as satisiactory at the place of
manufacture. Pipe rejected after delivery shall be marked for identification and shall be removed
from the jQb at once, unless otherwise approved by the Engineex.
PART 2: pROD�C]CTS
2.01 MATERIALS
A. Unless otherwise speci�ed, the design materials and vvorl�rrianship for pipe shall conform to the
requirements of AWWA C3�1 for Prestressed Concrete Pressure Pipe, 5tee1-Cylinder Type, for
Water and Other Liquids. Core and coating thicl�ess for pipe shall be as specified in AWWA
C301.
B. Concrete pressure pipe and fittings shaIl be rrzanufactured by Giffnrd-Hi11�American, Inc. (Hansan
Cancrete Praducts, Inc.), or approved equal.
� C. Design Conditions
•' 1. Pipe shall be designed in accordance with the A'WWA G304-92 Design Siandard, using the
fallowing design conditions; these conditions shaIl also be used in designing iittings that
�` include a reinforced concrete exterior coating of the steel cyli�adez:
a. External Loading
I) The earthload shall be taken as the greater of the following:
(a) Depth from existing ar #"inished ground level to top of pipe as shown on plans,
or
(b) Six feet minimum in aI� cases.
I 2) Earthlaads (deadlvads} shall be camputed as outlined by the "Concrete Pipe Design
`" Manual" and the "Concrete Pipe Handbook", American Concrete Pipe Associatian,
latest edatioz�s. Trench width is assumed to be that giving the inaximum load on the
! pipe (transitioza width) for the following parameiers:
(a} Soil W�ight = 130 pounds per cubic foot
(b) Ku' = 0.130
3) Live loads shall be calculated as:
(a) Pipe in Str�ets: AASHTQ H�2� for two trucks passing
{b} Pipe within railroad right-of-way: Coopers E-80.
{c) Bath H-20 and E-801oads shall t�e computed in accordance vv�tln the "Concrete
Pipe Design Manua�" and the "Cancrete Pipe Ha7ndbook".
b. Intezx�al Pressure
2. Design working pressure(Pw) for ail plant piping shall be 100 psi
FD2G13.doc 02613-3 3rtaioz
Ciry of Fott W orth
Rolling Hills W`I'P
Sackwash Supply System
D. Fittilags
1. Steel thiokness of all fittings shall be desigtled t�vith a maximum deflectaon of two percent of
the intemal diametex fox the e�ternal loading condition specified in paragraph 2.Qi C1 of tk�.is
Section. In additian, under the internal loading conditions described in Section 2.01. C2 of
this specificat�o�, the thickness shall be determined in accordance with Chapter 8 of AW WA
Nlanual M9.
2. Fabrication of the �ttings sha�1 be as per the applicable standard and AWWA ManuaX M9.
3. Interiar and exterior concretelmartar coating s�all �e as per the applicaUle standard.
E. The date of manufacture ar a serial number traceable to the date of manufacture az�d the mark or
trademarlc of the manufacturer shall be clearly marked by stencil with waterproof paint at the be11
end of t}�e pipe barrel. Pipe shall not be shipped un�il the compr�ssive strength of the cancrete is a
minimum of 4,500 psi, ar 7 days after manufacture, andlor repair, whichever is the ]onger.
Unsatisfactory or damaged pipe will be eithez permanently rejected or returned far minor repairs.
Pits, blisters, rough spots, minor breakage, and oiher imper�ections may be repaire�d, subject to ihe
approval of the �ngineer, after deixionstration by the manufacturer that strong and permanent
repairs result. Repairs shall ba ca�-efully inspected Ue£ore final approval. Cement mortar used for
repairs shaIl have a inznzznum campressive strength of 3,C�00 psi at tl�e end of 7 days a:nd 45a0 psi
at the end of 28 days, when tested in cylinders stored in the standaxd rnanner. Epoxy rnartar may
be utilized for repairs subject to the appro�al of the Engineer. Major breakage or spalling from
in�erior of pipe shall be reason for the rejectiaz� af pipe. Pipe nnay be repaired under unloaded
conditians (remaval of prestressing wzxe). New prestxessing vt�ire may be applied when t�ae
compressive strength as detez-rxzined by cylinder testing equals ar exceeds ihe strength required for
prestressing as stated z�. A�VVVA C301.
F. Cernent shall be Type 1 ar II and sha111�e in accordance with ASTM C150.
G, TI�e pige core shail be manufactured by tY►e centrifugal or �rerti.cally cast process.
H. Mortar co�tings shall consis# af on:e part cement to a maxirnurti of 2-1I2 parts fne aggz-egate, Uy
weight. Rebound, not to exceed on� fourih Qf the totaI mix w�ight may be used, provided the
rebound is treated as fine aggregate,
T. Bela and spigot joint rings shall Ue steel, seif centering type, and oth�rwise as specified in AWWA
C301.
J. The rubber gaskets shall be in accordarzce vvifh AWWA C301.
K. Bell and spigot wall fittings sha�l be equal io those manufaciured by Gifford-HiJ1-Ar�erican, Tnc.
WaII fit�ir�gs shall be supplied v;rith adequate bracing to lceep them raund and true during
transportation and construction..
L. Restrained joints, instalIed as indicated on the Drawings or as directed by the Engineer, shaIl be
the #'zeld welded, clainp type or snap ring type as manu�'act�red by Giffard-Hill-American, Inc.
�Hansnn Concrete Praducts, Inc.}, or approved equal.
M. Radii for curved sec�ivns as specified ort the Drawings may be produced by joint deflection up to
75 percent of that recommended by the manufacturer. Deflections rer�uir�d which are in excess of
those recomm.endations sha11 be produced by beveling one or both ends of the pipe.
N. Bends shall be �abricated to the degree of curvature requ�red.
F02613.doc Q2613-4 3�iz�oa
City a£Fort Worth
Ralling Hills WTP
Ciackwash Supply System
a,
PART 3: EXECUTION
3.Q1 GENERAI.
A. Care sha11 b� taken during loading, transporting, and unloading to prevent injury to d1P �ines,
fittings, ar coatings. Pipe or �ttings sha13 no� Ue dropped. All pipe and fit�ings shall be tharoughly
cleaned before laying, shall be kept clean until they are used in the work, and when laid shall
conform to the lines and grades shown on the Drawings.
B. All �ipe and fit�in�s shall be subjected to a eareful inspection and mortar coating disbon.ding and
soundness test by tapping v�+ith a hammer prior to installation.
C. If any defective pipe is discovered afker it has been laid it shall be removed and replaced with a
sound pzpe in a saf�sfactazy ma�ner.
"' D. Regulate and control equipment and construction aperations such that the loading an the pipe does
not exceed the loads for which the pi.pe is designed and manufactured. For presiressed concrete
cylinder pipe, pipe found to have langitudinal cracks from construction equipment or other loading
u� shall be xemoved from ti�e line and replaced with sound pipe and closures as required.
E. The method ot' j ointin.g the pipe shaSl be in stxi.ct accordance wz#h the manufactuxer's instructions.
Anan�e for the rnanufacturer to supervise the installa�ion of at least the first three stan.dard joints
� and the first restrained joint.
3.02 INSTALLING CONCRETE PRESSiJRE PIPE
A. C�ncrete pressure pip� and fittings shall be instailed in accordance with requirements of AWWA
M9, Concrete Pressure Fipe, except as otherwise provided herein. A firm, even bearing
throughout the Iength of the pipe shall be provided by providing bedding material as shown on the
Drav+�ings and specifiad in Section 02221. BL(3CKING WILL NOT BE PERMITTED.
B. All cnncrete pressure pipe shail have a minimum of three feet of caver. Pipe shall be laid suc�
that the invert eievatians shovsm on the Drawings are not exceed�d.
C. The pipe interi4r shall be maintained dry and Uroom clean throughout the construction period.
� D. Gasket, gasket groove and bell sball be cleaned and lubricaied �with a vegetaUle lubricant furnis�ed
by the pipe manufacturer. The lubricant shall be approved for use in potable water and shall be
harmless to the rubber gasket. Pipc shall be laid with bell ends looking ahead. As soon as the
tongue is centered ir� the groove of the previously laid pipe, it shall 6e farced home with approved
autonnatic equipment. Ai�er the gasket is connpressed, verify the positzon of the gasket with a
• feeler gage provided by the �ipe manufacturer.
E. Place a cloth diaper approved by the pipe manuiacturer around each exterior jnint recess and
fasten it in place with either wire or steel strapping stitched inta its edges. Mix a 1:2 rnartar gxout
of sufficient liquid consistency to flow easily and pour it into the joint recess beneath the cloth
band. To assist the flow and to assure complete filIing of the entire recess completely around the
pipe, rod the joint recess with a stiff wire curved to the radius of the pipe. Close the joint recess at
the top with a stiffer mix of the sarne za�ortar.
F. Pack interior joints Qf pipe 3Q-in in diameter and Iarger with martar after bac .k�illing is coxnpleted,
Mortar grout s1nall be empioyed, consisting of one part by volurne of Portland cement, 1-1I2 parts
by valunne of well graded caarse concrete sand meeting the requirements of ASTM C33 and
suificient water to rr�a�e a stiff mortar suitabl� for averhead vaork. fihe mixture shall have a dry,
crurnbly cansistency and shall be pushed into place and troweled ta make a smoath }oint.
FU2613.dac d2613-5 3/12/0Z
city of.Fort Worth
Rolling Hills WTP
Backwash Supply System
G. AII pipe shall Ue sound and clean Uefore laying. `IVhen laying is not in progress, including
lunchtime, the open ends of the pipe shall be clased by watertight plug or oY.her approved means.
Good alignment shall be preserved zn laying. Tlae deflections at joints shall not exceed 75 percent
of that recommended by the mariufacturer. Fittings, in addition to those shown on the Drawings,
shall he pxovided at no additional cost to the Owner, if requiared, in crossing utilities ar other
obstructions which may be encountered upon opening the trench.
H, Have on hand a su�czent supply of assorted short pipe Iengths, adaptors, and any other fittzngs
necessary ta prevent delays in pipe layings.
I. Where cancrete thrust blocks are required, minimum bearing area shail be as shown on the
Drawings or as directed by the Engineer. Joints shall Ue protec�ed Uy felt xoofing paper prior to
placing concrete. Concrete shall be placed against undisiurbed material, and shall not co�er joints,
bolts or nuts, or interfere with the removai of any jaint. Wooden side forms or sand bags shall be
pra�ided for thrust blocks.
J. Provide joint restraint per AWWA Manual M9 guidelines, usin.g friction coefiicient =0.25, at alI
canditions listed in Section 02221 and oth�r locations as directed by the Qwnez or shown on the
Drawings. Except where shown otherwise on the Drawings, provide mechaz�ical joint restraint as
specified. Concrete thrust blocks sha�l noti be used except where specifically directed by Owner or
Engineer.
3.03 TESTING
A. Hydrostatic and Leaka�e Tests
I. Furnish all r�ecessary equipment and labar %r conducting a pressure test on the pipelines.
The procedures and method for conducting the pressure tests shall be approved by th�
Engineer.
2. Ma1ce any taps and furnish aI� necessary caps, plugs, hulkheads, etc., as required in
conjunctian with testing portions of the pipe. Furnish test puznps, gauges, meters and an�
other equip�nnent required in conjunetinn with conducti�g th� tests. Hydrastatic pressure and
leakage tests sha11 nonform with AWVJA M-9 and Sectian 01666.
3. AlI pipe]ines shall Ue subjected to a hydrostatic pressure oi 50 percent above the normal
operatin� pressure at the lowest point of the section being tested an.d this pressure maintained
for at least one hour. The arnaunt of leakage wk�ich will be permitted shall be in accordance
with AWWA C640.
4. Lines which fail to rneet ihe requirements af the test shall he repa.ired and retested as
necessary until test requirements are met. Defective materials, pipes, valves, and accessories
shall Ue removed and replaced.
5. �'he O�wner will supply at no cost to the Cantractor a maximum quantity of water for testing
purposes equal to 11 Q percent of the volume o� the pipeline. Tlae Contractor shall furnish
and install the necessary conneetions wizich may be r�quired ta tiransport the water to tk�e pipe
being tested. Additional waier required vvill be provided at the Owner's standard rates for the
volunne requ�r�d.
3.04 CLEANING
A. At the conclusion of the wark, thoroughly clean alI of the new pipelines by flushing with water or
other means to rem�ove aIi dirt, stones, pi�ces of wood or other rnateria� wbich may have entered
during the construction periad. Debris cleaned from the linas sha11 be retn.oved from the lowest
manhole. If, after this cleaning, obs�ructians remain, they shall be removed.
kaz6i3.ao� 02613-6 3f12102
City af Fart Worth
Rofling l�ills WTP
Backwash Supply System
B. After the pipe lines are cleaned and if the ground-water level is abave the pipe, or follov�ring a
heavy rain, the Engineer will exannine the pipe for leaks. If d�fective pipes or joints axe
discovered at this time, they shall be repaired or replaced.
3.05 DISINFECTION
A. Before beir�g placed into service, pipelines which will convey potable water, including backwash
water, shall be disinfected in accordance with Section 01656 and AWWA C-651.
END O�' SECTiDN
��
I
,- ,
. I,
�
4 J
1__!
�
F02613.doc d2613-i 3/12102
ciry of Fort worth
Rolling Hills WTP
Bacicwash Supply System
sECTTorr o26 i s
Bi7RIED DUCTILE IR�N PIPE AND FTTTINGS
PART 1: GENERAL
1.01 SCOPE OF WORK
A. Furnish all Iabor, rnaterials, equipment and incidentaIs required and install buried duc�ile iron pipe and
fittings for yard piping oomplete as shown on the Drawings and as speciiied herein.
1.02 RELATED WORK
A. Trenching, backflling and compaction is included in Section 0222 i.
B. Granular #`ill materials are included in Section 02230.
,. C. Testing of pzpelines is included in Section 01666.
' D. Disinfection of potai�le �vater facilities is includec� in Sect�on 0165b.
�
E. Trench safety rec�uirements are included in Section 01665.
F. Nan-buried ductile iron pip� is included in Section 15Q72.
� � - 1.03 SUBMITTALS
' A. Submit to the Enginear, within thirty days of the Effective Date af the Agireement, the name of tha
��
prapQsed pipe and fitting suppliers and a list of materiaIs to be furnished.
° B. Submit to the Engineer, as pxavided in Section 01300, completely detailed working drawings and
schedules of all ductile-iron pipe and fittings requireci.
I
' C. Prior to each shipment of pipe, su6mif certified test reports that the pipe for this Cantraci was
manufactured and tested in accordance with the ASTM and ANSUAWWA Standards specified herein.
1.04 REFERENCE STANDARDS
A. American Society for Testing and Materials (ASTM)
1. ASTM A307 - Standard Specification for Carbon Steel Balts and Studs 60,d04 PSI Tensile
Strength.
B. American Watex Works Associatian [AWWA)
1. AWWA C I04 - Cement-Mortar Lining for Ductiie-Iron Pressure Pipe and Fittings.
2. AWWA C 105 - Polyethy�lene Encasement for Ductile-Iron Piping for Water and Other Liquids.
F02616.doc ��616-1 1DI11101
City of Fort Worth
Rolling I-Iills WTP
Bac[cwash 5upply System
AWWA C114 - Ductile-Iron and Gray-Iron Fittangs, 3-in Through, 48-in for Water and Qther
Liquids.
4. AWWA C111 - Rubber-Gasket Joints for Duct�le-Iron Pressure Pipe and Fittings.
5. AWWA C115 - Standard for Flanged Ductile-Iron Pipe with Tl�readed Flanges_
b, AWWA C I 51- Ductile-7ron Pipe, Centrifugally Cast in Metal Molds or Sand-Lined Mo�ds for
Water ar Other Liquids. .
7. AWWA C 153 - Duetile-Iron Compact Fittings, 3-in Tlirough 16-in for Water and Other Liquids.
AW�A C6d0 - Standard for Installation of Ductile-�-on Water Mains �nd Their Appurtenances.
9. AWWA C551 - Disinfection Water Mains
C. American Natian.al Standards Institute (ANSI)
ANSI B 16,1 - Cast �ran i'ipe �'iang�s and Flanged Fittings.
D. Where referenae is made to one of the above star�dards, the revision in effect at the time of bid
opening shall apply.
1.05 QUALITY ASSURANCE
A. All ductile-iron pipe and fittings shall be fram a single manufacturer�, All ductile-iron pipe ta be
inst.alled under this Contract may be inspected at the foundry for compliance with these Specifica�ions
by an. andependent testing labaratary provided by the �wner. The Cantractor shall require t�ae
manufacturer's cooperation in these inspections. The cost of foundry inspectian. of all pipe approved
for this Coniract, plus the cost of inspection of a rcasonable an�.ount af disappraved pipe will be borne
by t�e Owner.
B. Inspection af the pipe will be made by the Engineer or other r�presentatives af the O�ner after
delivery. The pipe shall be subject to rejectian at any time due to fazlure to meet any af the
Specification requirements, e�en though pipes mayhave been accepted as saiisfactory ai the pSace of
ma�nufacture. Pipe re�ected af�er deIivery shall be marked for identificatian and shall immediately Ue
removed frorn the job. �
C. All �ipe and fittings shail be m�nufactured in the United States.
F0261 b.doc 026I b-2 IOl l 1lO1
Cit� of�ort Worth
Rolling Hi1ls WTP
BacEcwash Supply System
PART 2: PRODUCTS
2.01 MATERIALS
A. Ductile iron gipe shalj conform to AW WA C 151, with the pressure class listed l�elaw or per the depth
of cover, internal pressure and other conditions shown in the documents, whichever is greater.
Pipe Diameter
�
6
8
IO
12
14
16
18
20
24
30
36
�36
B. Ductile iron fittings shall conform to AWWA C110.
350
350
350
350
250
250
250
250
200
200
260
200
20Q
" I C. AlI pipe and fittings shall have a bituminous ouiside coating zx� accardance with AWW'A C151 and
, CJ.10, respect�vely, All pipe and �ttings shaIlbe cement-�aaortar lined and seal coated in accordance
witk� AWWA C104. Cement tnortar lining shall be dauble tbickness.
D. 3oints for buried pipe and iittings shail be push-on or mechanical j oints canfornvng to AW WA C 111.
E. Restrained jaints shall be restrained push-on j oints, TR F�ex by U. S. Pipe and Foundzy; Lok-Fast by
Arnerican Cast Iron �ipe Company, or approved equal. 7oints shall be suitab�e for 250 psi working
pressure and be fabricated of heavy seation ductile iron casting. Bolis aaad nuts shall be galvanized
low carbon steel conforming to ASTM A307, Grade B.
F. Sleeve typ� couplings shall be of stcel and shall be Style 38 by Dresser Mfg. Div.; Smith Blair; or
appra�ed equal. Couplings sha11 be furnished with black steel balts and nuts and with pipe stap
removed. Gaskets shall be of a matez-ial snitable for e�posure to liquzd within the pipe,
2.02 POLYETHYLENE ENCASEMENT
A. Encasement shall be polyethylene tube conforn�ing to AWWA C105. Class usage shall be:
1.
2.
ro2st6.ao�
Class A- Natural Color where exposure to weather (including sunlight) is less than 4S hours
total hefore burial.
Class C- Black where exposure ta weather (including sunlight} may be more than 48 hours.
02616-3
Pressure Class
iaiiroi
City of Fort Wnrth
�iolling Hills LVTP
8ackwash Supply System
B. Exposure ka weather shall be kept to a minimum, and in no case shall it exceed 10 days. Th� Glass of
polyethylene used sha11 be appraved by the �ngineer.
PART 3: EXECUTION
3.OI LAYING DUCTILE IRON PLPE AND FITTINGS
A. Care shall be taken in Ioading, transporting and unloading to prevent injury ta the pipe, linix�g or
coatings, Pipe or fiitings shall not be dropped. All pipe or fittings shaLl be examined befare laying
and no piece shall be installed which is found to be defective. Any dar�age to the pipe linings nr
cnatings shall be repaired as directed by the Engineer. Handlzng and layin.g of pipe and fittings sha11
Ua in accordance vvith the manufacturex's instruction and as specified herezn.
B. All pipe and fittings shall be thoroughly cleaned before laying, shali Ue icept clean until they are used
in tkie work, and when laid, sha12 conform to the lines and grades required. Duc�Cile iron pipe and
fittings shali be installed in accordance with requirements af AWWA C6D0, except as atherwise
provided herein. A firm, even bearing throughout the length of the pipe shall be constructed l�y
plaeing bedding rziaierial per SectiQn 02221 and as shown on tk�� Drawings. Blocking will nat be
pennnitted. Tf any de%ctive pipe is discavered after it has Ueen laid, it shall be xemoved and replacad
wit�a a sound pipe in a satisfactory manner by the Contractor, at his/her own expense.
C. All pipe sha116e sound and clean bafore laying. When laying is not in progress, i.ncluding lunchtime,
the open ends af fhe pipe shall be closed by watertight plugs or other approved means. Good
align�anen# shal�l be }�reserved in laying. The deflectzo�n at joints shall not exceed 75 percent of that
recoznmended by zx�anufacturer. �ittings, in addition to those shown on the Dxawings, shall be
provided, if requirea, for crassing utilities ar other obstructions which may be encountered upon
opening the trench. Salid sleeves shall be used only where appro�ed by the Engineer.
D. When eutting pipe is required, the cutting shall be dane by machine, leaving a szx�oath cut at right
angIes to �he axis of the pipe. Cut ends oipipe to be j ointed with a bell shall be beveled tn con%rrn to
the manufactured spigot etad. Cement lining shall be undamaged.
E. Concreta thrust blacks shall nat be used on this proj ect except as specifically directed by the Owner or
En�ineer_ Where concrete thrust blocks are required by the Owner or Engineer, minirnuzn bearing
area shall be as shown on the Drawings or as directed by t�e Engineer. Joinfis shall be pratected by
felt rooiing paper prior to placing concrete. Con�rete shall be plac�ci agaanst undisturbed mat�rial, and
shall not caver joints, bolts or nuts, ar interfere with the remo�ral af any joint. Woaden sade forn� or
sand bags shall be provided far thrust blocks.
F. Provide joint restraint per AWWA guidelines, using friction coefficient =0.25, at all conditit�ns listed
in paragraph 3.06 oF Sec�ion 02221 and otlaer locations as directed by the Ov�mer or shown on the
Drawings. Except where shorun otherwise an ihe Drawings, pravide mechanical joint restraint as
specified. Concrete thrast blacks shall not be used except where specifically directed by Owner or
Engineer.
3.02 PUSH-ON 70INTS
A. Push-on jain.ts shall be made in accordance with the manufacturer's instructions. Pipe shal� Ue Iaid
with bell en�s looking ahead. A xubber gasket shall be inserted in the groove of the bell end of the
pipe, and the j oint surfaces cleaned and Iubric�ted The p�ain end of the pipe to be laid shall then be
aligned and inserted in the bell af the pipe to which it is ta be joined and pushed home with a jack ar
Foasi�.aoc 02616-4 ian iia�
� �
„
� I
i ,
I �
Ciry uf I'art W❑rth
Rolling Hills W7'P
Backwash Supply System
by ather means. After joining tk�e pipe, a rnetaI feel�r shall be used to make certain that the rubber
gasket is correctly Zocated.
3.03 MECHANICAL JOINTS
A. Mechanical joints shall be made in accordanc� with Append� A of AWWA C11.J. and the
rnanufacturer's instructions. Thoroughly clean and lubricate the j oint surf'aces and rubber gasket with
saapy water before assembly. Bolts sha11 Ue tightened to the specified torques. Under no conditions
shall exten.sion wrenches or pi�e over handle a£ ardinary ratchet wrench be used to secure greater
leverage.
3.04 RESTRAINED JOINTS
A. Restrained joints shall be installed as required, andlor as shown on ihe Drawings, to prevent
rr�ovement af the pipe during testing and nor�nal operation. The join.t assemblies shall be made in
accordance with the manufacturer's recommendations.
3.05 SLEEVE TYPE COUPLINGS
A. Couplings shall be installed where shown. Couplings sha11 not be assembled until adj oining push-on
j Qints have been assembl�d. After installation, apply a heavy bitumastic coating tn bolts an.d nuts.
3.06 POL�'ETHYLENE ENCASEM�NT
A. T'he paiye�hylene encasement shall be installed in accordance with either method specified in. AWWA
C105. �
3.07 TESTING AND CLEANING
A. Tasting shall be as specif�ed in Section 01666.
3A8 DISINFECTION
A. Disinfection sh.alI be as speciiied in Sec�ion 01656.
END OF SECTTON
�
F02G16.doc
Q2� 16-5
10/11/01
City of Fort Worth
Rolling �Iills W'I'P
Bacicwash Supply System
sECTiorr o�6�a
BURIED VALVES, H�'DRANTS AND A�'PURTENANCES
PART 1: GEN�R AL
1.01 SCOPE 0� 'V4?'ORK
� A. Furnish alI labor, rnaterials, equipment and incidentals required to provide all buried valves, hydrants
� and appurtenances complete with acivatoxs and all accessories as shown on ihe Drawings and as
, speciiied herein.
. B. Valves specifically excluded from tilis Section are as follows:
t- ' 1. All interiar valves, including valves in vaults, far process piging.
� 2. All val�es fQr plunnbing wark.
„
3. All valves for heating and ventilation work.
.�
4. All val�ves specifically included with equipment.
� 1.Q2 RELATED WORK
A. Trenching, bacl€�lling arid compactsng are included in Secti.on D2221.
. B. Concrete is incIuded in Division 3.
- C. F'ield painting is included in Section 49902.
� ' D. Tzxteriar process valves and appurtenances are in included in Sec�ion 1 S 100 and 15120, respectively.
,
i I E. Electrical wark is included in Division 16.
L03 SUBMITTALS
A. Submit materials required to establish compliance with these �pecifications in accordance with
� Section 01300 for shop drawings. Subz�tCats shall include the follovv�ng:
1. Man�facturer's literature, illustrations, specifications an.d engineering data includi�g:
a. Dimensions.
b. Size.
c. Materials df construction.
d. Weight.
e. Protection coating.
f. Actuator weight.
g. Calculations for actuator forque where applicable.
F02640.doc 02640-1 3113J02
City of Fort Worth
Rolling Hi1Fs WTP
Backwash 5upply System
h. Wiring diagram including:
(1) Ladder diagrams.
(2) Point-to-poix�t wiring.
B. Test Reports
1. Four copies of all ce�ified shop test results specified herein.
C. Operation and Maintenanc� Manuals
1. Submit compl�te operation and mazz�tenance manuals including copies of a�l appro�ed Shop
Drawings.
D. Certificates
1. Certificates of compliance where required by refer�need standards: For each valve s�aecified to
be manufactured and/nr ins�alled in accorrdance with AWWA and ather standards, suvrnit an
afiidavit of compliance with the appro�riate standards, includit�►g certified results of required
t�sts and certification of proper installation.
1,Q4 REFERES�C� STANDARDS
A. Comply with applicable provisions and recammendations of the follovaing, except as otlaercvise shown
or specified.
B. American Watex Works A.ssociation (AWWA)
1. AWWA C500 - Gate Valves, 3-in'I`hrough 48-in NPS, far Vi7ater and Sevvag� Systems,
2. AWWA C502 - Dry-Barrel Fire Hydrants.
3. AV�WA C504 - Rubber-Seated Buiterfly Valves.
4. AWWA C5�9 - Rasilient-Seated Gate Valves, 3-in Through 12-in NPS, for Water and 5ewage
Systems.
C. Annerican National Standards Tn.stitute (ANS�
1, ANSI B16.1 - Cast-Iron Pipe Flanges and �'Ianged �ittings.
2. ANSI C 111 - RuUber-Gasket loints far Ductile-Iron and Gray-Iron Pressure Pipe and F'itt�ngs.
D. American Saczety for Testing and Matarials (ASTM)
1. ASTM A4S - C'rray Iron Castin.gs.
2. ASTM A126 - Gray Iron Castings for Valves, Flanges and Pipe Fittings.
3. A.STM A153 - Zinc Coating (Ho�-Dip) on Iran and Stee1 I�3ardware,
4. ASTM A276 - 5tandard Specif'ication far Stainless and Heat Resisting Steel Bars and Shapes.
5. ASTM A536 - Ductile Tran Castings.
Pa264a.doc 02640-2 3113/02
City of Fort Warth
Rolling Hills WTP
Backwash Supply Systam
E. Steel Structures Painting Council {SSPC)
1. SSPC SP-6 - Connmercial Blast Cleaning.
F. Where reference is made to one af the above standards, the revision in effect at the time af bid
apening shal� apply.
1.05 QUALITY ASSURANCE
A. Manufacturer's Qualiiications
l. Valvea and appurtenances provided under this Section shaSl be the standard product in regulax'
production by t�nanufacturers whose product� have proven reliable in similar service for at least
five years. If required, the manufacturer shall furnzsh evidence of installation in satisfactory
operation.
2. All units of the same type shall be the product of one ma.nufacturer.
1'
�,
B. Design Crsteria
1. All valves and appurtenances shall be new an.d zn pe�-�'ect vvorking condition. Valves sha11 be
designed for continuous use wi#h a minimum of m.ainienance and service requirred and shall
perform the required funct�on vwithout exe�eding the safe limits for s�ress, strain or vibration. Jn
no ease will used or damaged valves be acceptable. The selection of equipment tc� meet the
specified design canditions is the responsibility of the Cantractor. Both workmanship and
material shall be af the very best quality arid shall be entirely suitable for the service conditions
specified.
C. Source Quality Control
1. Valves shall be sh.ap tested in accordance with the following:
a. Gate valves. AWWA C500 or C509.
� I b. Rubber-seated butterfly valves: AWWA C504.
Z. O�tain each type of valve fxam the same manufacturer.
Y 3. P1ug valves shall be hydrostatically tested for 30 minutes at fwo tirnes the maximum worlcing
pressure, witl� no evidence of distrress, leakage or weeping. Plug valves shall Ue capable of
� providing drop-tight shut-off up to the fuli pressure rating.
1.06 SYSTEM DESCRIl'TIDN
A. General
1. Buried valves are used on raw water, filtered water, patable water piping and uiility water
Pip�g•
2. iTndergraund va3ves shall be a£ the type shown on the Drawings.
1.07 DELNERY, STORAGE AND HANDLING
A. Deliver materials to the site to ensure uninterrupted progress of the work.
F02640.dve
02640-3
3I13102
City oFFari Worth
Rolling Hills WZ'P
Backwash 5upply System
B. Protect threads and seats from carrosion and damage. Rising sterns and �xpQsed stez� vatves �hall he
coated wi,tb. a protective oil film which shaJl be nnaintained until tirne of use.
C. Furnish covers for aIl openings,
1. All �alves 3-in and Iarger shall be shipped and stored on si#� until tzme of us� with waod ax
plywood covers on each valve end.
2. All valves smaller than 3-in shall be shipped and stnred as above except that heavy caxdbaard
eovers may be furnished instead of waod.
D. Store equipment to permit easy access for inspection and identific�tion. Any corrosion in evidence at
the time of Qw�ner acceptance shall be removed, ar the �alve shall be remaved from the job.
E. Store all equipment in covered starage off th� gr�und.
1.08 CDORDINATION
A. Review installation procedures under ather Sections and coordinate vvith the v�ork t�vhich is related to
this Section zncluding buried piping instalIatian, site utilities, piping insuIation, �eating, ventilating
and air conditioning, �iumbing and chenazcal feed facilities.
B. Coordinate the location and placez�ent of restrained joints or concrete tl�rust blocks when requir�d.
1'ART 2: PRQDUCTS
2.01 GENER A T ,
A. UnIess athervvise noted, all manual operating inpui shafts shall turn to the right (cIocicwise) to open
the valve.
B. The use of a manufacturerr's name and/or model or catalog number is for the purpase af estaUlishing
the standard of quality and general eor�iguratiQn desired.
C. Valves shall be of Y.he size shown on the Drawings or as noted and as far as passible equipment of the
sarne type shall be identical and from one manufactarer.
D. Valves shall have tlae name of the maker, nominal size, flow directional at7rows, warking pxessure for
which they ate designed and standard to which ihey are znanuiactured cast in raised letters on some
apprapriate part of the body. The operator open direction shall be cast on the �aaa�dwheel or stem
extension.
E. LTnless otherwise noted, valves shall have a rrunimum working pressure of ISO psi ar be of the same
woxking pressure as the pipe they cannect to, whzchever is iiiglaer, and suitable for the pressures noted
where they are installed.
F. VaIves sha11 be of ihe same naminal diameter as the pipe or fzt#zngs they are connected to. Except as
otherwise noted, joints shaIl be mechanical joints, with joint restraint where the adjacent piping is
required io be restrained.
G. Va�ves shall be especially constructed for buried service. .
H. Buried valves shall hav� mechanical joints. All non-buried valves, including those in va�.lts,
manholes, etc., shail have flanged jQints.
�oz6ao.ao� 02640-4 siis�az
City of Fort Warth
Ro[ling Hills WTP
�acitwash Supply 5ystem
2.02 VALVE BOXES
A. All gate, but�erfly an.d plug valves shall be provided with extension shafts, operating n�ts and valve
boxes as follows:
Extension shafts shall be Type 304 stainless s�ee3 and the operating nut shall be 2-in square.
Shafts sha11 be designed to prnvide a factor of safeLy oinot less than four. Opezating nu#s shall
be pi�ed or welded ta the shafts.
2. Top of the operating nut shall l�e located 2-in below the rirx� of the valve Uox.
., 3. Valve boxes shall be as manufactured by Clow; Mueller; Tyler; Westerzi Iron V4�orks, or
approved equal, and shall be a heavy-pattern cast iron, three-piece, telescopzng type box with
.. dome base suitabie for installation an the huried �alves. Inside diameter shall be at least �L
112-in. Barrel length sha11 be adapted ta the depth of cover, with a Iap of at least 6-in when in
` the most extended pasition. Co�ers sha].1 be cast iron with integrally-cast direction-to-open
arrow. Aluminurn and plastic are ntit aoceptal�le. A rneans af latexal support for the valve
� extension sha.fts shall be provided in the top portion of the val�ve box.
4. Covers shall have "WATER", "SEWER", "�LUDGE", or "PROTECTED WATER" cast into the
tap as appropr�ate for the service of the valve.
The upper sactivn af each box shall have a battom flange of sufficient bearir�g area to prevent
settIing. The bottom of the lo�er sectzon shall enclose the stuffing box and operating nut of the
valve and shall be oval.
6. An approved operating key or wrench shall be furnished.
7. All fasteners sha11 be Type 304 stainless steel.
2.03 GATE VALVES
A. General
1. Valves 2 112-zn and srnaller shall be all Uranze construction; valves 3-in and Iaxger shall be iron
body, Uranze rnounted.
2. All gate val�es sha11 confc�rm to the require�ments of AWWA C5D0 or CSp9, except as may be
speci�cally modified herein.
B. Gate valves 2 1/2-in and sraaller
Screwed ends, solid wedge, xising stem and screvwed-in bannet with minimum nonshock working
pressure of 1S0 psig.
2. Product and Manufacturer: Furnish valves as manufactured by one of the fol�owing:
a. 7ez�kins Brathers, Figure 47.
b. Crane Company, Figure 431 UB.
C. Gate valves 3-inch through 1�}-inch
Valves sha11 be resilient seated gate valves with minimum workiug pressure of 150 psig.
2. Valves shail be as speczfied in Paragraph 2.04.
Foa�ao.ao� 02640-5 �ii��o2
City of Fort Worth
R�lling Hills WTP
Backwash Supply System
D. Gate valves I4-inch and larger.
I. 15Q psig working pressure.
a. Valves sha11 be double disc-type with a zx�inimum nonshock rating of 200 psig,
l�. Buried valves shall have nozariszng stems, mechanical jaint ends and 2-in square operating
nuts. 'Valves shall be furnished v,�ith 0-ring seals.
c. Furnish valves and accessaries as manufactured by one af the following;
(1) Buxied Valves:
{a) M&H Valve
(b) Mueller Coinpany, D150,
2. 25Q psi� working pressure
a. Valves slaall be soIid-�vedge type with a rninimum nonshock ratzng of 4D0 psig,
b. Buried va�ves shall have nonrising stems, meehanical j oint ends and 2-in square operating
nuts. Valves sha�l be furnished with O-ring seaIs.
c. Furnish valves as manufactured by one of the following:
{1} Jenkizas Brothers, Figure 244.
2.44 RESiI,iENT SEATED GATE VALVES
A. Valves shall be manufactured in accordanee with AWWA C509, by Arrierican. Darling; Clow;
Dresser; Kennedy; Mueller Wate�raus or U.S. Pipe, as xnodified herein.
B. Valves shall be provided with a minimum af two O ring stem, seals.
G Bonnet and gland bolts and nuts shall be ezYher fabricated from a law a11oy-steel for cnrrosian
resistance or electroplated with zinc or cadrmium. The hot-dip process in accordance �ih ASTM
A153 is not acceptable,
D. Wedges sha11 be totally encapsulated.
E, Units shall be, in addition, UL and FM approved,
2.05 TAPPZNG SLEEVES AN�D TAPFING VALVES
A. Tapping sleeves shall be of cast iron, designated for warlcing pressure nat Iess than 200 psi. Aimored
end gaskets shall be provided far fihe full area of the sleeve flanges. Slee�es shall be as rnanufaciured
by A.�, Smith Division of U. S. Pipe; Mueller; Clow, ar approved equal. Nuts and bolts sha11 be Type
304 stainless steel.
B. Tapping valves shall aonf�rm to the requirements specified above for gate val�es �xoept that ane end
sha11 ve flanged and one mechanical, ar wiih two flanged �n�s as shown an the Drawings. Tapping
valves shall be provided with an o�versized opening to permit the use of fuI1 size cutters.
F02640.doc 0264p-5 3�i3�az
CiryafForl Warth
Rolling Hills W'I'P
Backwash Supply Systein
2.06 PLUG V.ALVES
A. AlI p�ug valves shall be of the nanlubricated, eccentric type with bodies and plugs of semi-stsel
construction. Val�ves shall be rated for a minixzzum worldng pressure of 150 psig. The area at the
valve part shall be at least 80 percent of the full pipe azea. All valv�s shall open by tuming clocl�wise.
B. Valves shall ha�e ba�anced plugs with a resilient facing of n.eopzene solidly bonded thereto to assure
bubble-tight shutoff law torque requirements.
C. Seats sball ha�e a welded-in averlay of �0 percent pure nickel on all surfaces cozatacting the plug face.
D. Valves shall be furnish�d witk� bolted bonnets and self-adjusting chevron-type packing. Packing shall
� be replaceabla withaut disasseznbling the valve or removing the bannet from the valve.
E. Corrosion-resistant, permanently-lubricated bearings shall be provided at both ends of the valve shafts.
F. All valves shall be supplied with rnechanical jflint ends coziforming to ASI�TIB16. I, Class 125, unless
otherwise noted herein. Valves in vault� shall be flanged.
, G. A11 exterior hairdware on valves sha31 be of Type 304 stainless steel.
.�
2.07 BUTTERFLY VALVES
A� Valves shall be manufactured in strict aceordance with AW WA CS 04. Valves sha11 l�e bubble tight at
' rated pressures. Va1ve discs shall rotate 9Q degrees from full closed to open. Operators shall be
assembled to the valve by the valve rr�anufacturer. The valveloperator shall be te�ted as a complete
assembly by the valve rnat�ufacturer. The manufacturer sha�l have produced AWWA butterfly valves
fnr a rninimum of iive years.
B. Valve bodies shall be constructed of cast iron ASTM A126, Class B.. Valves in vaults shall be
flanged. Flange drilling shall be in accordance with ANSI B16.1, Class 150. Laying len�th shall be
shart body as listed in AWWA C504. Buried �alves sha11 be mechanical joint end conforming to
ANSI C11�.
C. Val�e discs shall be constructed of east iron ASTM A126 or A48, duatile iron ASTM A536. Disc
edge sha11 Ue either Ni-c�rome or Type 3 I6 stainJ.ess stee3.
D. Rubber valae seats shall be B�na-N. The seat shall be located in the valve body. If seat retaining
hardvvare such as screws and segments are used they sha11 be 3Q4 stainless steel. Seats znust be fully
mechanically adjustable %r valves 30-inch and larger.
E. Valve shafts shall be Type 3i}4 stainless steel, ASTM A27G and sk�all be of a diarneter not less than
those listed in AWWA C5a4, Class 1508.
�'. Shaft seals shall Ue furnished where the shaft prajects through the valve body. Shaft seals shall h�
standard splxt-v type packin.g.
G. Valves shali be fitted with sleeve type bearings contained in the trunions of the valve body. Bearing
material shall be nylon far valves through 20-in and iiberglass with teflon lining for valves 24-iu and
3axger.
H. Valve manufacturer shall fumish and mount operator suitable for buried service. Operators shall be
self-loeking and suitable for submexgence to 20-ft. A 2-in square operating nut shall be furnished.
Op�rator siops shall be capable af withstariding an input of 450 ft lbs.
I. All valves shall be hydrastatically and leak tested,
Fp2640.doc fl26��-7 31131D2
City of Fart Worth
Rolling Hips WTP
Backwash 5uppiy System
J. Valve class shall be AWWA Class 15(�B wi#h operators szzed for bi-directional flow.
K, Valves shalI be ma�ufactured by one of the following:
1. Prati Company, Aurora, IL.
2, DeZtu-i3�
3, Mueller
2.08 YARD HYDRANTS
A. Yard hydrants shall be lacated and instalted as s�.own on the Drawings.
B, Cau�ion sign, as shown on the Drawings, shall i�e provided on each yard hydrant connected io plant
protected water systern.
2.09 FIRE HYllRANTS
A. Fire hydrants shall be dry-barrel type conforming to the requirements of AWWA C5Q2. Hydrants
shall be designed such that the hydzant valve clases with line pressure preventing loss of water and
consequent flooding in the event of traffic damage.
B. Hydrants shall have 6-inch mechanical joint inIet connections, two 2 1/2-inch hose conneciions and
ane 4 J.12-inch pumper connection, Thxeads For the hose and pumper connections shall be in
accardance with National Standard Thread. Hydrants shall be according to rnanufaciurer's standard
pattern. Hydrants shall be eq�ipped wiih "O" ring pacldng. Each nvzzle cap shall be pravided with a
Buna-N rul�ber �asher.
C. Hydrants shall be arranged so that the direction of outlets nnay be turned 90 degrees without izxter-
ference with the drip mechanism or oUs#zucting the discharge from any outlet.
D. A bxonze or rustpraof steel nut and check nut shall be provided to hold the main hydrant valve an its
stem.
E. Hydrant valve opening shall have an area at least equal to that area of a 5 1/4-inch minimum diameteX
circle and l�e nbstructed anly by the valve rad. Each hydrant shall be able to deli�er 500 gallons
minimum through its two 2 112-inch hose nozzles �hen opened together with a loss of not more than
2 psi in the hydrant.
F. Hydrants shall Ue designed for installation in a trench that will provide nunimum coVer as noted nn
Drawings. Hydrant extensians shall be as rmanufactured b� the company furnishing the hydrants and
of a style appropriate far the hydrants as furnished. �
G. Hydrants shall open by turning aperating nut to right {clockwise) and sha11 be marked wit% a raised
arrow and the work "open" ta indicate ti�e direction to turn stem to open hydrant.
H. Hydrants shall be fumished with caps, double galvanized steel hose cap chain, galvanized stael
punnper hose cap ahain, a galvanizcd steel chain holder and any other hooks ancVor appurtenances
required for proper use.
I. Hydrant operating nut shal] be AWWA 5tandard pentagonal type r�easuring l. 112-inch point to flat.
�. Hydrants shall be hydrostatically tested as speci�ied in AWWA C502.
F02640.doc OZ6��-g 3113lOZ
City oC Fori Worth
Ralling Hills WTP
Backwash Suppty System
K. Hydrants shall be manufactured by the follawing:
1. Kennedy.
2. Eddy type as manu�actured by Clo�v Corp., Fi.gure F-2640 "Break Flange".
3. Arnerican Daxling.
L. AII iron work to Ue set belaw ground, after being thoronghly cleaned, shall be painted with two caats
of asphalt varnish specifieci in AWWA C562. Jaron wark to be Ieft above ground shall Ue shop painted
with two coats of paint of quality and color ta carrespond to the present standard of the Owner.
r�
2.10 CORPORATION STOPS
A. Corporation siops shall be brass with Mueller-ty�ae threads, not less than 1-inah in diameter and shall
�� be installed where shown, specified ar required.
B. Furnish corporatioza stops as manufactured by ihe following:
1. Mueller Company, Figure H-10003.
2.11 SURFACE PREPARATION AND SHOP COATINGS
A. The interior ferrous metal surfaces, except iuushed or bearing surfaces, shall be blast cleaned in
accordance with S SPC SP-6 and paiu�.ted with fusion bonded epo�y coating speci�ically formulated for
patable water use. Tlae coating used must appear on the currenf editian of the L7nited States
Environmental Protection Agency's list entitled "Accepted Categories and Subcategories af Coatings,
Liners and Paints far Potable Water iTsage".
B. Exterior ferrous znetal surfaces of all huried valves and hydrazats shall be blast clearied in aecordance
with SSPC SP-6 and given two shop coats of a heavy coal tar enamel or an approved two-comgonent
coal tar epoxy paint.
C. Exteriar ferrous rnetal surfaces af all nonUuried vaives shall be shop painted with one coat of primer in
accordance with the requirernents of Section 09901.
PART 3: EXECUTION
3A1 INSPECTIDN AND PREPARATION
A. During installation af all �alves and appurtenances, verify that all items are clean, free of defec�s in
material and workmanship and function properly.
B. All valves shall be closed and kept closed until otherwise directed by the Engineer.
3.02 INSTALLAT�ON OF BLFRIED VALVES AND VALVE BOXES
A. Buried valves shall be cleaned and manually operated before installation. Buried valves and valve
boxes shaIl be set with ihe stem vertically aligned in the center of the val�e box. Valves shall be set
on a�rna fvundatian and supported by tamping pipe bedding inaterial under the sides of the valve.
Valves 8-inch. and larger shall be set on a lean cancrete pedestal. The val�e box shall be su�ported
duxing bacicfilling and maintained in vertical alignment with ihe top flush wzth finish grade. The
valve bax shall be set so as not to transz�nit traffic loads to the valve.
B. Before backfilling, all exposed poriions of anybolts shall be coated with two coais ofbituminous paint
comparable to Bitumastic No. 50 by Kop-Coat, Inc., and w�rapped �vith polye�liylene.
�oz6aa.a4� Q2540-9 �n3�Qz
City af Fort Warth
Rolling Hills WTP
Sackwasli 5u�ply System
C. Install valve floorstand opexators with stainless stee� bol#s.
3.03 INSTALLATIQN OF TAI'PING ST�EEVES AND VALVES
A. The proper authority shall be cantacted and their permissian granted priox to tapping a"live" lina.
The requ�red procedures and time table shall be followed e�actly.
B. Installation shall be rnade under pressure and flow shall be anaintained. The diazxieters of the tap shalI
Ue a minimum of 1/4-in less than the inside dianneter of the branch line.
C. The entire o�eration shall be conducted by workers experienced in the in,stallation of tappin.g sleeves
and valves. Th� tapping machine shall be furnished Uy the Contractar,
D. Determine the location af the line ta Ue tapped to con�nn that the proposed loeation vv�ll be
satisfactory and that no interference will be encountered such as joints or fittings. No tap nr sleeve
will he made clasez than three feet from a pipe joint.
E. Tapping sIeeve and ualve with boxes shall be set squarely centered on the li�ae to b� tapped. Adequate
support shall be provided under the sleeve and valve during the tapping operatian. Thrust blocks or
ather pezmanent restraint aeceptable tn the Engineer slaaIl be provided belund all tapping sleeves.
Proper tamping of supporting pipe Uedding rnaterial around and under the val�e and sleeve is
mandatary for buried installations.
�. After completing the tap, the valve shall be flushed to ensure tY�at tkre valve sea,t is clean. All proper
regulatory procedures (including disinfection) shall be followed exactly.
G. Tapping coupons shall be tagged and delivered to thc Owner.
3.04 FIELD TESTS r�ND AD7USTMENTS
A. Conduct a funetional field test of each �alve, incIuding actuatars and valve control equipment, in
presence of Engineer to demonstrate that eaah part and a11 companents together function correctly.
AIl testing equi�mant required shall be furnished by the Contractor,
END OF S�CTTON
F02640.doc Q254�-10 3�13�0�
City af Fnri Worth
Ralling Hi]]s WTP
Backwash Supply System
SECTION 02658
CONNECTIONS TO AND WORK ON THE EXISTING SYSTEM
PART 1: GENERAL
1.01 SCOPE OF WORK
A. The Gontxactor shail supply all materials, equipment and Iabor required to maintain flow in existing
, piping, ha�adle existing flows, construct and main#ain all temporary conneations and diversions and
construct the permanent connections to the new system as shown ar� the Drawings and as dixected by
'• the Eng,ineer,
�, � B. The Cantractox shall sUpply all ma#erials, equipm.ent and labor required for plugging existing piping,
�• all wark on existing manholes (including all work and materiaSs xequired to reshape existing nr�anhale
inverts with con.crete and connecting new sewers to exzsting manhaies) and all additianal work
' ; required.
C. Should damage af any kind occur to tha existing piping, khe Cozatractor shall at hislher own expense,
"" as part of the work under this Itern, make repaus Yo the sa#isfaction of'the Engineer.
D. The Contractor shall notify ihe Engineer immediately of any discrepancies in elevations af existing
piping and mannoles between those shown on the Drawings and those estahlished durin� constxuctian
in order thai the Engineer oan make the necessary modifications.
1.02 RELATED WORK
A. Construction scheduliag and sequencin� are inciuded in Section OIC140.
B. Trenchizlg, backiilling and compaction are included in Section 02221.
C. Concrete is specifi�d in Section 033d0_
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION
3.Oi HANDLING FLOWS
A. The Contractor shall provide alllabor, equipment and materials necessazy ta maintain existing flows,
ineluding temporary diversions that rx�ay l�e required.
B. AlI procedures for maintaining flows must meet the approval of the Engineer and the Cantractor sha11
be required to submit to the Engineer, for approval, a detailed written plan of all methods of flow
maintenance ten days in advance of flot=v interruption.
END OF SECTION
�aa6ss.aoo 02658-1 �on tioi
.�
tr
l
, .�
]D�CV����I�t 3
C�l�T��ET'E
��
�
�L
:�
.�
City af Fort Worth
Rolling Hflls WTP
Dackwash Supply 5ystern
SECTION 03100
CONCRETE FORMWORK
�
� .
PART 1: GENERAL
l.bl 5COPE OF WORK
A. Furnish a11 labar, rnater�ials, equipment and incidentals required to d�sign, install and remove
formwork for cast-in-pl.ace cancrete as shown on the Drawings and specified herein.
1.02 RELATED WORK
A. Concr�te R�inforcernent is included in Section 03200.
B. Concrete 3oints and Accessoz�es are included in Section 03250.
C. Cast-in-Place Concrete is included in Seciion 03300,
D. Concrete Finishes are included in Section 03350.
E. Grout is included in Sectian 03600,
F. 1Vladi�`ications to Existing Gonerete are included zn Sec#ion 03740.
1.03 SUBMITTALS
A. Submit shop drav�rings and product daia in aceorclance with Section OI300, showing materials of
canstructian and details of installation for:
1. Location and seyuence of concrete placements. Indicate locations of joi�ts and panel sizes and
patferns. Show location of forn�. ties on architectura3 surfaces.
2. Form release agent
3. Bond breakers
�. Review of pour sequence shall be for appearance and strength of the completed structure only.
Appraval by the Engineer of fornung plans ar procedur�s shall not relieve #he Contractar of
responsibility for the strength, safety or correctnes� ofinethods used, the adequacy of equipment,
or from conducting the Work in full compliance with ihe requirernents of the Drawings and
Specifications.
B. Certificates
1. Certify form release agent is suitable for use in cantact with potable water after 3� days
(non-toxic and free of taste and odor).
1.04 REFERENCE STANDAR.DS
A. A�nerican Concrete Institute (AC�
Fo3iaD.aoc 03160-1 io�t iioi
City of Fort Worth
Rolling Hills WTP
Backrvash Supply System
1. ACI 301 - Specifications for Structural Concrete for Builtlings
2. ACI 318 - Building Cade Reqwizements iar Reinfarced Cancrete
3. ACI 347 - Recommended Practzce for Cancret� Foz7nwark
B. American Plywood Assoeiatian (APA)
1. Matexial grades and designat�ions as speci�'ied
C. Where reference is made to ane of the preceding standards, tY�e reviszon in effect at the #ime of bid
opening shall apply.
1,QS SYSTEM DESCRIPTION
A, Genera�: Architeotural Concrete is wall, slab, Ueam or colurnn cancrete which will have surfaces
expased to view in the iinished work. It includes similar exposed surfaces in water contaimx�.ent
sfxuctures fram tk�e top of walls to 2 feet below the narmal opening �atex surface in open tanlcs and
basins.
B. Structural design responsibility: All #'oz-tns and shoring sha11 be designed at the Contractorr`s expense
by a Prafessional Engineer re�istered in the Staie af Texas, Formwork shall be designed and erected
in accordance v�riih the requuements a�ACI 301 and ACI 318 and as recarnrnended in ACI 347 and
shall comply with all applicahle regalatzons and codes. Tha desigr�, shall consider any special
requirements due to the use of plasticized and/or retarded set concrete.
PART 2; PRODUCTS
2.01 GENERAL
A. The usage of a manufacturer's name and madel or catalog number is for �e purpose of establishing
the standard af quaIity and general configurations desired.
2.02 MATERTALS
A. Forms for casi-in-place concrete shall be made af wood, metal, or o#her approved material. Woad
forms for the pro�ect shall be new and unused. Construct woad fortn,s af sound Iurnber or plywood of
suitahle dimensions and free from knotholes and loose knots. Where used for exposed surfaces, dress
and match baards. Sar�fl plywood srnooth and fit adjacent panels with tight join�s. Metal forms may
be used when appraved by the Engineer and shall be of an appropriate type for the class of worI�
involved. All fortns shall be designed and constructed tn provide a flat, uniform concrete surfaee
requiring minimaI finishing ar repairs.
B. Wall �artns
L Forms for all exposed exterior and interiar cancrete waIls shall be ne�wv and unused °Plyform"
extenor grade }aJynvood panels manufactured iri compliance with t.�,e APA and bear.ing t�e
trademark of that g�roup, or equal acceptable to the Engineex. �rovide S Grade ar better venaer
on aIl faces ta be placed against concrete iiuring forming. The class af material and grades of
interiar plies shall be of su�'ficient strength and stiifness to provide a flat, unifarm concrete
surface requiring zninimal finishing and grinding.
P031p0,doc d31�Q-Z 10/] 1101
City of Fort Warth
Roliin�; T�ills WTF
Sackwash Supply SysYem
2. All joints or gaps in f�rms shall be taped, gasketed, plug�ed, and/flr caulked with an approved
material so ihat the joint wi11 remaiz� watertight and will withstand placing pressures without
bulging outward ar creating surface patterns.
3. Forms for circular structuzes shall conform to the circular shape vf the structure. Straigb.t panels
may be substituted for circuiar panels if the straight panels do not exceed two feet in width nor
deflect more than 3-1 I2 degrees per j oint, and their use does not conflict with specific nates an
the Drawings.
�
C. Column Porms
1. Rectangular columns shall be formed as specified for wall £o�ns. AIl corners sha11 have a 3l4-in
chamEer unless otherwise noted on the Drawings.
2. Circular columns shall b� fornned with steel, fiherglass reinforced piastic, or seamless cardboard
column forms. The farms shalI be continuous far the height ofthe columun between consi.ruction
joints indicated on the Drawings unless otherwise approved by the Engineer.
D. Rustications ar�d chamfers shall be at the location and shall conform to the details shov�n on th�
� Drawzngs. Moldings for chamfers and rusticatior�s shall be milled and planed smoath. Rustications
and corner stz7ips s�all be of a nonabsorbent material, cornpatible with the %�rn surface, and fully
sealed on ail sides to prohibit the loss of paste or water between the two surfaces.
E. Form Releass Agent
Coat alI forming surfaces in contact with cancrete using an effective, non-staining, non-residual,
water hased, bond breaking form coating unless otherwise nated. Form release agents used in
potable water containment structures sha�l be suitable for use in contact with potable watex and
shall be non-toxic ar�.d free of �aste or Qdor.
F. Concrete surfaces which are to be painted shall be formed with hard plastic finished plywoad or a
sirnilar material which does nat require a forn�: release agent unless the Contractor can substantiate ta
t�e satisfaction of the Engineez that the form release agent will not remain on the formed surface after
it is stripped.
G. Forms for Architectural C�norete or Concrefe Receiving Architectural Finish.
I, Forms for architectural concrete shall be constructed of materials and in a manner that will result
in rigid forn�s with suFficient strength to wit]:�stand, without noticeable deflection, mavement, or
Ieakage, the hi�h hydraulic pressures resulting from rapid �illing of the forms and heavy high
frequency vibration of the concrete. Deflection in formwork sha11 be limited to 11360 af each
component span. Form joints shall be laid out in a uniform pattem ar as indicated on the
Drawings.
H. Form Ties
1. Form ties encased in concrete other #han those specified in the following paragraphs shall be
designed so that, after removal of the proj ecting part, no metal shall remain within 1-].12-in ofthe
face of the concrete. The part of the fie ta be remo�ed sha11 be at least 1-in. diameter or shall be
provided with a metal ar plastic cone at least 1-in dia�etez at the suzface and 1-112-in deep.
Fornn ties in concrete exposed to view shall be the cone-washer type.
F03100.doc
0310Q-3 �aitrot
City of Fort Worth
RallingHills WT'P
Backwash Supply 5yscem
2. Flat bar ties for panel forms slaall have plastic or r�bber inserts having a minimum depth of
1%z-in and s�fficzent dimensions to pernui proper patching of the fie hole.
Ties for liquid contaitunent structures shall have an integral waterstop that is tightly welded to
the tie.
4. Comman wire shall not be used for farm ties,
Alternate form ties consisting of tapered thraugh-bolts at least 1-in in diameter at smallest end ar
through�bolts that utilize a r�movable tapered sleeve of the same minimum size may l�e used at
the Contractor's option. Obtain Engineer's acceptance of systern azld spacing of #ies prior to
ordering or purchase of forming. Clean, fill, and seal form �ie hale with non-shrink cement
grout. The Con#xactor shall be respansible for watertightness of the fnrm ties and any r�pairs
needed.
I. Bond breaker for precast construction when cast a�;ainst concrete shall be a nonstaining, non-residual
type, which wilI provide a pasitive bnnd prevention. Bond breakers s�all be Williams Distributors,
Inc., Seatile, WA - Williarns T'ili-Up Compound; SCA Canstruc�ion Supply Division, Superior
Cancrete Accessories, Franklin Yark, �L - Silcosea177, or appro�ed equal.
PART 3: E�CUTTON
3 A 1 GENERAI,
A. Forzns shall be used for all cast-ir�-place concrete including sides of footing�. Forms shall l�e
con�tructed and placed so that the resulting concrete wi.11 be of the shape, Iines, dimerisions, and
appearance indicated on the Dravv�ings.
B. Farms for walls shall have removable panels at the Uottana for cleaning, inspection, and j oint surface
preparation. Forms for walls of considerable height shall have closable interrnediate inspection ports.
Trernies and happers far placing concrete shaI1 be used to allow conorete inspection, prevent
segregatzon and prevent the accumulation of hardened concrete on the forms above the fresh concrete.
C. Malding, bevels, or other types of chamfer strips shall be placed to produce biockouts, rustications, or
chamfers as shown on the Drawings or specified. Chamfer strips shalI Ue provided at horizantal and
vertical proj eoting comers to produce a 3l4-in chamfer. Rectangular or trapezoidal moldings shall be
placed in locations requiring sealants where specified or shown on the Drawiz�gs. Sizes of moldings
shall confarnn to the sealants manufacturer's recornrnendations.
D. Forms shall be sufficientl� rigid to withstand construction loacis and vibration and to prevent
displacement or sagging between supports. Cons#ruct forms so that the conerete will not be damaged
by their r�rnoval. The Contractor shall be entirely responsible for the adequacy ofthe fozxning system.
E. Befare form material is re-used, all surfaces �o be in contact with concrete shalI be thoroughly cleaned,
all darz�aged places repaired, aIl prajecting nails withdrawn and a�l protrrusions smoothed. Reuse nf
wooden forms for other than rough finish will be permitted only if a"like new" condition of the form
is maintained.
F03100.doc 03100-4 iat i�o�
City of Fart Worlh
Rolling Hiils WTP
Backwash 5upply System
3.02 FORM TOLERANCES
A. For�ms shall be surfaced, designed, and constructed in accoxdance with the recommendations of ACI
347 and shall meet the fallowing additional requirernents for the specified finishes.
B. Formed �urface Exposed to View: Edges of all farm panels in contact with concrete shall be flush
within 1132-in and forms for plane surfaces shall he such that the c�ncrete will be plane within 1/16-in
in four feet. Forrns shall be tight to prevent the passage of mortar, water and grout. The maximum
deviation of the %�ish wall surface at any point shall not exceed 1/4in from the intended surfac� as
shown on the Drawings. Form panels shall be arranged syminetrically and in an orderly manner to
minimize the nurnber af seams. All texturred faces form lines, embeds, or rustications shall be straight,
plumb, and tr�te with_a variatian oi not xnore than 1/4-inch in 10 feet measured in any direction.
C. Formed surfaces not exposed to view or �uried shall meet requirements of Class "C" 5urface in
�� ACI 347.
D. Formed rough surfaces including znass concrete, pipe encasement, electrical duct encasement, and
' other similar instalIations shall have no minizx�um requirements for surface smo�thness and surface
deflections. The Qverall dimensions af tha concrete skall be plus or minus 1-in.
� 3.�3 FORM PREPARATION
A. Wood fornls in contact with the concrete sha11 be coated with an effecrive re3ease agent prior to form
installation.
�
B. Steel forms shall be thoroughly aleaned and rnill scale and other ferrous depasits shall be sandblasted
or otherwise xemoved from f.he contack surface for all forms, except thase utilized for surfaces
receiving a rough. finish. All forms shall have the contact surfaces coated wit1� a release a�ent.
3.04 REMOVAL OF FORMS
A. The Contractor shall be respansible for ali dama�e resulting from rem.oval of forms. Forms and
shoring for structuxal slabs or beams shall remain in place in accordan.ce with ACI 30 i and ACi 347.
Forrn removal shall conform tn ihe requirements specified in Section 03300, Cast-in-Place Concrete.
3.05 INSPECTION
A. The Engin�er shall be notified when the forms are complete and ready for inspection at least six hours
prior to the propased canczete placement.
B. Failure of the farms to comply with the requirements specified herein, or ta produce concrete
complying with requirements of these Specificatians, shall be �rounds for rej ection of that portion of
th.e concrete worlc. Rejected wor� sha11 be repaired or replaced as direcied by the Engineer at no
additional cost to the Owner. Such repair or replacement shall be subj ect #o the requirements of these
Specifioations and approval ofthe Engineer.
END OF SECTION
.�
Fo3 ioo.ao� D 3100-5 10/11/01
City of Fvrt Worth
Rolling Iiills W'i'P
Backwash Supply System
SECTION 03200
C�NCRETE REINFORCEMENT
PART 1: GENERAL
1.01 SCOPE OF WORK
A. �urnish a11.laUor, materials, equipment and incidentals required and install all concrete zeinforcement
complete as shovvn on the Drawings and as speciiied herein.
B. Furnish aIl deformed steel reinforeement required to be built into masonry unit cattstructian,
1.02 RELAT�D WORK
A. G�ncr�te Formvvork is included in Sectian d3100.
"� B. Concrete roints and Accessaries are included in Section D3250.
C. Cast-in-place Cflncrete is included in Section 0330�.
D. Grout is included in Sectian 03b00.
E, Modifications to Existing Conczete are included in Sectian Q374Q.
F. Cancrete Electrical Duct Encasement is included in Sectian Q38Q0.
�. Reinforced Masonry is included in Divisian 4.
H. Concrete Finishes are in�Suded in Section 03350.
�I
� 1.03 SUBMITTALS
A. Subrnit shop drawings and product data, in accardance with 5ection 01300, showing materials ai
construction and details of installatson for;
L Reiz�'orcing steel. Placement dzawings shall confarn� to the reaammendations of AGI 315. All
reinforcement in a concrete placement shall be included on a sin.gle placement drawing or cross
referenced to the main pertinent placement drawing. This dr�wing shall clearly show the portinn
of each structure described by the submittal and the placement of all required reinforcement
(includi.n.g additional reinforoeznent around openings, af carners, etc.} shown on the standard
detail sheets. 5how all splice locations and lap lengths. Bars to h.ave special coatings and/ar to
be of spacial steei or special yield strength are to be clearly identified.
2. Bar bending details, The bars shall be referenced to the same identification marks shawn on fhe
placement drawings. Bars to have special coatings and/or to be of special steel or specia3 yield
stren�th are to be clearly identified.
3. Schedule af all p3acements to contain synthetic reinforcing iibers. The amount of fibers per
cubic yard to be used for each of the placements sha1l be noted on the schedule. The name ofthe
r.nanufactu�rer of the iibers anci the product data shall be included with t�e submittal.
F03200.doc 032Q0-1 L0/1 IIDI
City of Fart Worth
RollingHills WTP
Back�vash Supply 5ystem
S. Submit sarnples o�' each of the following items.
1. Two samples oi each type of inechanical reinfarcing steel conr�ectors.
C. 5ubmit Test Reports, in accordance wifh Sectian 01300, of each of the following iterns.
1. Certified cnpy of mill test an each steel proposed for use showing the physical properEies af the
steel azad the chemical analysis.
2. Certified cop� af test reports for each foreign manufactured steel proposed for txse in t�ie
fabrication of r�inforcement. The test� shalI be speci#ically rnade for this project at the expense
af the Contractor by a domestic independent testing Iaboratory certified to perform the tests.
The testing sha11 be for conformity to�the applicable A�TM standard.
3. Weldex's certification. The certification sh.all be in accordance wi#h AWS D1.4 when �elding of
reinforcement required.
1.04 REFEIZENCE STANDI�RDS
A. American Society far Testing and Materials (ASTM)
I. ASTM A82 - Specif cation for Steel Wire, Plain, for Concreta Reinforceznent.
2. ASTM A185 - Specificatian for Steel Welded Vi�ir� Fabri.c, Plain, for Concrete Reinforcement
3. ASTM A615 - Specification for Deformed and Plairz Billet-SteeI Bars for Concrete
Reinfarcement
4. ASTM A767 - Specification for Zino-Caated {Galvanized} Steel Bars for Concrete
Reinforcement
B. American Concrete Ti�stitute {ACI�
1. ACT 301 - Specifications for Structural Concrete for Buildings
2. ACI 315 - Pu��ication SP-65, ACT Detailing Manual
3. ACI 318 - Building Code Requirements for Reinfarced Concrete
4. SP-6b (ACI 315) - ACI Detailing Mat�.ua�
C. Goncrete Reinforcing Steel Institute (CRSI)
1. Manual of Standard Practice
D. American Welding Society �AWS}
1, AWS D 1.4 Structural WeI�iing Code - Reinforcing Steel
E. Where reference is made to one of �e precedin� standards, #he revision in effect at the tinne of the bid
apening sha1l apply.
F03200.doc 03240-2 rar� iroi
City of Fort Worth
Rolling Hills WTP
Backwash 8upply 5ystem
1.05 QUALTTY ASSURANCE
A. Provide services of a manufacturer's representative having at least trvo years experience in the use of
the reinforcing fibers for a preconstruction meeting �nd assistance during ihe first placement of the
material.
1.06 DELIVERY, HANDLING AND ST�R.AGE
A. Reinforcing steel s�all he substantially free from mill scale, rust, dirt, grease, or other foreign rnatter.
B. ReinForcin� steel shall he shipped at�d stored with bars of the same size and shape fastened in bundles
with durable tags, marked in a legible manner with watezpxoof markings showing the same "mark"
designa�ians as those sk�own on the submitted Placing Drawings.
C. Reinforcing s#ee1 shall be stored off the ground, protected from moisture, and kept free from dirt, oil,
� � or other in,}urious cnntaminant5.
D. Coated reinforcing steel shall be s�ored on padded wooden or steel cribbing. Coatings damaged by
"` fabrication, handling or installation shall be repaired to conform to tlie applicable coatzng
, speeification.
" 1'ART 2: PRODUCT5
2.01 MATERIALS
A. Materials shall be new and shall comply with the following material specificatians.
- B. Defarir�ed Concrete Reinforcing Bars: ASTM A615, Grade 60 deformeci bars.
C. Welded Stee1 Wire Fabric: ASTM A185.
D. Galvanized Reinforcing Stee1. ASTM A767 zt�cluding Supplementary Requixements S 1, S2 and S3
` and ASTM A615 Grade 60 deformed bars.
E. Reinforcin� Steel Accessories
1. Plaskic 1'rQtected Bar Supports: CRSI Bar Suppo�t Speciiications, Class 1- Maximum
Protection.
�
2. Stainless Steel Pratected Bar Supports: CRSI Bar Support Specifications, Class 2- Moderate
Protection.
3. Precast Concrete B1ockBar Supports: CRSI Bar Support Speciiications, Precast Blocks. Blocks
shall have equal or greater strength than tha surrounding concrete.
4. Supports for galvanized reinforcement ar embedded steel iterns in contact with galvanized
reinforcement shall be zinc-coaied.
F. Tie Wire
l. Tie Wires far Reinforcemenf shall be 16-gauge ar heavier, hlack annealed wire.
�o��,00.aoo 03200-3 tan �ro�
City af Fort WorCh
Rolling Hills Vit'I'P
Bac'.�wash Supply System
2, Zir�c-coated (galvanized) rein%rcing steel bars shall be tied with zinc-coated tie wire, or
non-metallic-caated tie wire.
G. �Viechanical reinforcing steel butt splices shall be positive contaecting threaded type employing a
hexaganal caupler such as Lenton rebar splices as manufacfuredl�y Erico Praducts, Inc., Solon, Ohio;
Richmond Dowel Bow Splicer System as manufactured hy Richrnond Screw Anchor Co., Ft. Worth,
TX; or equal. Mechanical splices shall rr�eet alI ACI 31$ Building Code requirements. Bar couplers
shall be torqued to manufacturer's recommended value.
Unless otherwise noted on the Drawings, mechanical tension splices shall be designed to
produce a splice strength in tension or compression of not Iess thaz� 125 percent of the ASTI�I
specified minimum yield strength of the rebar.
2. Campression type rnechanical splices shall provide concentric bearing fro�n one bar ta the ather
bar and shall be capable of develaping the ultimate strength of the reUax zn compression.
FI. �iber Reinforcement
Synthetic reinforcin� fiber for concrete shaIl be 100 percent poJypropylene collated, fibrillated fibers
as rnanufactured by �'iUermesh Company of Shyt�ietic Yndustries, Inc. Chattariooga, TrI-Fibermesb: or
equal. Fiber length and quantity far the concrete mix shall be in strict compliance with tha
man.ufacttzrer's recoznmendaiions as approved by the �ngineer.
2.02 FABRICATION
A. Fabrication of reinforcement shall be in compliance with the GRSI Manual of Stazidard 1'ractice.
B. Bars shall be cald bent. Bars shall not be straightened or rebent.
C. Bars shall Ue bent around a revolving collar having a diameter af not less than that zecc�mmended by
the CRSI.
D. Bar ends that are to be Uutt spliced, piaced through limited diameterhales in metal, ar threadec�, shall
have the applica�le end(s) saw-cut. Such ends shall termi�ate in fiat surfaees within 1-112 de�rees of
a right angle to the axis of the bar.
PAR`� 3: EXECUTION
3 ,Q 1 INSTALLATION
A, Surface condition, bending, spacing, and taleranc�s of placement of reinforcement shall cam.ply with
the CRSI Manual of Standard Fractice. The Contractar shall be solely respansible for providi�g an
adequate number of bars and maintaining the spacing and c�earances shown on the Drawings.
B. Except as otherwise indicated on the Drawings, the minimum cancrete cover ofrexnforcem�nt shall be
as follows:
I, Concrete cast against and permacnently exposed to earth: 3-in
2. Concrete exposed to soil, water, sewage, sludge and/or �eathex; 2-in
3. Concrete �aot exposed ta soil, wa�.er, se�va�e, sludge and/vr wea�lner:
po�zao.doC 0320�-4 iqr� tioi
Ciry of Fort Worth
Rolling Hills WTP
Backrvash 5upply 3ystem
a. Slabs {top and botiom cover), walls, joists, shells and folded plate m�mbers -1-in
b. Beams and columns (principal reinforcement, ties, spirals, and stirrups) -1-1I2-in
C. Reinforcem.ent which will be exposed for a co�siderable length o� tixne after being placed shall be
coated with a hea�y coat of neat cernent slurry.
D. No rein%rcing steel bars si�all be welded ezther during fabrication or erection unless specifically
showri nn the Drawings or specified, or unless prior written approval has been abtained from the
Engineer. All baxs that h.ave been welded, including tack welds, without sueh appra�al sha11 be
immediateIy removed from the work. When welding of reinforce�nent is approved or called for, it shall
comply with AW S D 1.4.
E. Reinforcing steel interfering with �he location of ot�er reinforcing steel, canduits or embedded iteins,
may be moved within th.e specified talerances or ane bar diarneter, whichever is g7reater, G-reater
displacement ofbars ta avoid inCerference, shall only be made with the approval ofthe Engineer. Da
not cut reinfarcement to install inserts, canduits, mechanical opu�ings or ather items without the prior
approval af the Engineer.
,�, �, 5ecurely support and tie reinfarcing steel to prevent movement during concret� placernent. Secure
dawels in place befor� piacing concrete.
G. Reinforcing steel Uars shall not be field ben4 except where shawn on the Drawings or specifically
authorized in writing by the Engineer. Tf authorized, bars shall be cold bent around the standard
diameter spool specified sn the CRSI. Da not heat bars. Closely inspect the reinforcing steel for
breaks. If the reinforcing steel is damaged, replace, Cadweld or o�iierwise repair as directed by the
Engineer. Do not bend reinforcement atier it is embedded in conerete unless specifically shawn
otherwise on the Drawings.
H. When coated reinforcing steel bars are fieid Uent, coatin� damage sha31 be xepaixed in accordance with
the applicable ASTM Sfandard.
r. When coated reinforcing steel bars are cut in the iield, the ends of the l�ars shall be coated with the
same material used for repair of coating damage.
Incorporate synthetic reinfarcing fi�iers into m�es in full enmpliance with manufacturer's
recommendations.
3.02 REINFORCEMENT AROL]Nll OPENINGS
A. Unless specific additional reinforcement araund apenings is shown an the Drawings, provide
additional reinforcing steel on each side of the opening equivalent to one half of the cross-sectional
area of the reinforcing steel interrupted by an opening. The bars shall have sufficient length ta
de�elop bond at each end beyond the opening or peneiratian.
3 A3 SPLICING OF REINFORCEMENT
A. Splices designated as campression splices on the Drawings, unless otherwise noted, sha11 be 30 barr
diameters, but not less than 12-in, The lap splice length for column vertical bars shall be based on the
bar size in the colurnn above.
F032DO.doc a3200-5 1011 l/�l
City af Fart Worth
Rolling Hills WTP
Backwash 5upply System
B. Tensian lap splices shall be provided at a111aps in cornpliance wi#� ACI 318. Class A splices maybe
used when 50 p�rcent or less af the bars are splicsd within the required lap length. Class B splices
shall be used at all other locations unless splice dimensions are explicitly shawn,
C. Except as otherwise indicated on the Drawings, splice� in circuznferential reznforcement in circular
walls shall be Class B tension splices and shall be staggered. Adj acent bars shall not be spliced wiihin
the required lap length.
D. Splicing of reinfarcing steel in concrete elements noted to be "tension mezn.bers" nn the Drawings
shall be avaided whenever possible. However, if required for construetability, sglices in the
reinfarcement subject to direc# tension. shall be welded to de�elop, in tenszon, at least 125 percent of
the specified yield• strength of the bar. Splices in adj acent bars shaIl be offset the distance of a Class B
splice.
E. Tnstall vvire :fabric in as long lengths as practicable, Wire fabric shall be rolled flai and firmly held in
place. 5plices in welded wire fabr�c shall be Iapped in accorda�ace with t�e requirements of ACI-318
but nat less than 12-in. The spliced fahrics shall be tied together with wire ties spaced not more than
24-in on center and laced with wire of the same diameter as the vvelded wire fabric. Do not position
laps midway between supporiing beams, or directly aver Ueams of contiz�uous structures, Offset
splices in adjacent widths to prevent continuous splices.
F. Mechanical reinforcing steei splicers shall be used anly where sho�vn on the Drawings. Splices in
adj acent bars shall be offset by at least 30 Uar diameters. Mechanical reinforczng splices are only to be
u�ed for special splice and dowel conditions approved by the Engineer.
3.44 ACCE550RiES
A. Tk�e Contractor shall Ue solely responsiUle for deteznaining, providzng and installing accessori�s such
as ch�irs, chair bars, and the like in suf�cien# quantities and strength to adequate�y support the
reinforcement and prevent its displacement during the erection of the reinforcement and the placement
af cancrete. '
B. Use precast cancrete blocks wher� the reinforcing steel is to be supportecl over soil,
C. Stainless steel bar supports or steel chairs with stainless sfeel tips shaIl Ue used where the chairs are set
on f4rms for a concrete surface ihai will b� exposed to weatl�er, high huinidity, or Iiquid (incIuding
bottam of slabs over liquid containing areas). Use af galvanized or plastic tipped metal chairs is
pernussiUle in all other locatians unless otherwise noted on the Dz-awings or specified. �
D. Altemate methods of supporting top steel in sIabs, such as steel channels supported on the boftom
steel or vertic�l r�inforcing steel fastened to the bottom and top mats, may be usad if approved by the
Engineer. �
3,OS INSPECTION
A. In no case shall amy reinforcing stee] be covered with concrete unnl the installation of the
reinforcement, including the size, spacing and position nithe reinforcement has been observed bythe
Engineer and the Engineer's release to proceed wifh tlae cancreting has been obtazned. The Engineer
shall be given ample priox notice of the readin�ss ofplaced reinfarcement for obser�ration. The fomis
shall be kept op�n until the Engineez- has completed obser�vations af the reinforcing steel.
END OF SECTION
P03200.doc 03200�6 �o�� voi
City af Fort Worth
Ra]ling Hills WTP
Backwash Supply System
sECT1oN n�zso
CONCRETE JOINTS AND ACCESSORIES
PART 1: GENERAL
1.OI SCOPE OF WORK
• A. �urnish all Iabor, materials, equipment and incidentals required and install accessories fox concrete
joints except armored expatasion dams, bacicer rods, caulking and sealants as shovvn an the Drawings
and as specified herein.
,
1.Q2 RELATED WORK
.. A. Concrete Formwork is included in Section 03100.
'' B. Concrete Reinforcement is included in Secrion 03200.
C. Cast-�ia-Plaee Concreie is included in Section 033Q0.
D. Cancrete Finishes are included in Sec�ion 03350.
E. Grout is included in Section 03600.
�
� F. Modifications to Existing Concrete are included in Section 03740.
,
G. Miscellaneous Metals are included in Sectian 05500.
, H. Sealants and Caulking are included in SectiQn 07900.
,�
' 1.03 SUBMITTALS
� A. 5hop drawvings and product data, in accordanee with Section 0130(}, shall in�lude �he following:
1, Waterstops: Product data including catalague cut, technical data, storage requirements, splicing
methods, and conforn�ity to ASTM standards,
2. Prernolded joint fillers: Product data including catalogue cut, technical data, storage
requirements, insiallation requirements, location ofuse, and confornuty to ASTM standards.
3, Bond breaker: Product data including catalogue cut, technical data, storage requi�eznents,
installation requirexnents, location of use, and conformity to. ASTM standards.
4. Expansian joint doweIs: Prdduct data an the complete assembly including do�vels, coatings,
Iubricants, spacers, sleeves, expansion caps, insiallationrequirements, andcanformztyto AST1�I
standards.
5. Compressible jaint filler: Product data including catalogue cut, technical data, storage
requirements, installation requirements, location of use, and coz�'orzxaity ta ASTM standards.
FD3250.doc 03 250-1 t on ��o i
City of Fort Worth
Rolling Fiills WTP
Backwash Supply 5ystem
6. Banding agents: Praduct data including catalogue cut, technical data, storage requzrements,
product life, application requirernents, and conformity to ASTM standards.
B. Ce�tifications
1. Certzfication that all materials used within the jaint system are compatible with each other,
2: Certification ihat materials used in the construction of join.ts are suitable for use in contact with
potable water 30 days after installation.
1.Q4 REFERENCE STANDARDS
A. American Society fox Testing and Materials (ASTM)
1, ASTM A675 - Standard 5p�cification for Steel Bars, Carlaon, Hot Wrought, Special Quality,
Mechanical Properties. _
2, ASTM C881 - Standard Specifieation for Epoxy-Resin-Base Bonding Systems for Concrete.
3. ASTM C1059 - Standard Specification for Latex Agents far Bonding Fresh to Hardened
Cancrete.
4. ASTM D1751 - Standard Specifica�ion for Preformed Expansian Joint Fillers for Cancrete
Paving and Structuxal Construction.
5. ASTM D 1752 - Standard 5peci�caiion for Preformed Sponge Rubber and Cork Expansion Joint
Fillers for Concrete Paving and Structural Canstruction.
B. U.S. Army Corps of Enginaers (CRD).
1. CRD C572 - Specificatian for Poly�inylchloride Waterstops.
C, Where reference is made to one of �e preceding standards, the. revision in effect at tl�e time of bid
-opening shall apply.
PART 2: PRODUCTS
2.01 GENERAL
A. The use of manufacturer's name and model or catalog number is t'or the purpose of establishing the
standard of quality and general eonfiguration desired.
B. All materials used together in a given joint (bond breakers, Uac�er rods, join.t �llers, sealants, etc,)
shall be compatible with one another. Coordinate selec�ion of suppliers and products to ensure
compatiUility. Under no circumstances shall asphaltic bond breakers ar joint fillers be used in joints
receiving sealant.
F'03250.dac 03 25 Q-2 i on ua �
City of Fort Wori6
Rolling Hills WTP
Backwash Supply System
a.az MATERIALS
A. Waterstops
Plaskic waterstops - Expansion joints; liquid retaining structure. 9-in by 318-in ribbed type
waterstops with a center bulb made by extruding elastorneric plastic compaund with virgin
palyv�nylchloride as the basic xesins. The comgound shall contain no repxoeessed materials.
Minizx�.urn. ten.sile strength of vva#erstop shal� be 175 Q psi. i'he waterstop sha13 conform ta CRD
C-572. Waterstops shall be Style CR-938D by Paul Murpby Plastics Co., Roseville, MI; Style
696 by Greenstreak Piastic Products, St. Lauis, MO; Style RLB 9-3$ by Vinylex Corp.,
Knoxville, TN or equal.
2. Plastic Waterstop - Non-expansion j oint; liquid retaining structure. 6-in by 3/$-in ribbed type
waterstops rnade by extruding elastome�c plastic compound with virgin polyvinylchloride as the
Uasic resins. The cc�mpound shall �ontain no reprocessed materials. Minimum tensile strength
of r�aterstop slaall be 1750 psi. The waterstop shall conform to CRD C-572. Waterst�gs sha11 be
style FR-63 SO by Paul Murphy Plastics Co., Roseville, MI; �tyle 580 by Greenstreak Plastic
' Prnd�cts, St. Louis, MO; Style R 6-38 by Vinylex Carp., Knoxville, TN or equal.
3. Preformed adhesi�ve waterstops - Constnrction joints between new and existing concrete or
' concrete pipe and cast-in place concrete. Rope-type preforrr�ed plastic waterstop meeting the
; requirements of Federal Specificatian SS-S-210A. The rope shall have a cross-sectional area of
approximately dne square inch unless ofl�erwise specified or shoum on the Drawings. Waterstop
shall be Syriko-Flex waterstop as manu�actured by Synko-Flex Products, Houston, TX, or equal.
Pximer for the material shall be as recommended by the waterstap n�anufacturer,
4. Grout tube injection watexstop - Constr�action joints between new and existing con�rete or
betwee� pipes and cast-in-place concrete.
a. PertneaUle grout tubes, herein Teferred to as "injection tubes," shall be composed of a
reinforcing spiral, covered with inner and outer protective membranes. The tube shall be
permeable far the resin injected material and impermeable ta cement particles. The tubes
shall be equal to IN3ECT0 as distributed by DeNeef America, Tnc., or equal.
b. Resin material shall be a polyure�hane grout with accelerator system. The acce3erator shall
be capable of controlling the reaction time up io one hour. After reaction, the polyurethane
grout shall form a flexible closed cell polyurethane faam with the following properties:
Tensile strength: 30 psi min., per ASTM D 3574
Elongation: 2D0% min, per ASTM D 33333357�1
Non-toxic, approved for potable water use
Resin rnaterial shall be produced by the inj ection tube manufacturer and shall be Flex LV as
supplied by DeNeef America Inc., ar equal. Resin shall be mi�ed and handled in
accordance with manufacturer`s recommendations.
B. Prernolded Jaint Filler
Premolded jaint fillex - structures. Self-expanding cork, preznolded joint filler shall canform to
ASTM D 1752 Type III. The thicl�ess shall be 3/4-in unless shown otherwise on the Drawings.
F03250.doc 03250-3 � o� i iro i
City af Fort Worth
Rolling Hills WTP
Baskwash 5upply System
Z. Premolded joint filler - sidewalk and roadway concrete pavements or joints where fiber joini
filler is specifically noted on. the Drawings. Joint filler shall be asphalt impre�,-�.ated fiberboard
confnrming ta ASTM D175I. Thickness shaIl be 3/4-in unless othez�wise sho�wn on the
Drawings.
C. Bond Bxeaker
Bond brealeer tape shall be an adl�,esive-backed glazed butyl or polyethylene tapa which will
satisfactorily adhere #a the prenaolded joint filler or concrete surface as required. T'he tape shall
be the same width as the jaint.
2. Bond breaker far concrete other than where tape is specificall� called for shall be a nonstaining
type bond prevention coating such as Williams Tilt-up Compound Uy Williams Distril�utors Inc.,
Silcosea177, by SCA Construetion Supply Division, Superior Concrete Accessories or equal.
D. Expansion Joint Dowel
Dowels shall be smooth steel Gonfornaing to ASTM A675, Gxade 70. Dowels rriust be straight
and clean, free of loose flaky r�st and loose scale. Dowels rr�ay be sheared to length pra�ided
defaz�nnation from E�ue shape caused by shearitag does not exceed D.04 inch anthe diaznater of the
dowel and extends no more than 0,04.it�.ch from the end. Bars shall be coated with a bond
breaker on the expansion end of the dowel. Expansion caps sha11 be provzded on the expansion
end,
2. Expansion dowel caps shall be No. $7 dowel caps as manufactured by Hack Building Products,
Ine. type F-46 Dowel caps as manufactured by the Dayton Sure-Grip and S�ore Company, or
equal.
E. Bonding Agent
1. AdY�esives for bonding plastic concrete to hardened concrete shall Ue as specified in Section
03740,
F. CompressibJe Joint �'iller
The joint �'zller shall be a non-extruded watertight st�ip material use to fill expansion joints
Uetween structuxes. The material shall be capable af being compressed at least �D percent far 70
hours at 68 degrees F and subsequentlyrecovering at least 20 percen# ofits original thickness in
the first one-halfhour after unloading. Compressible Join� fiiller sk�all be E�asot� 380 E. S.P, by
E Poxy Industries, Inc., Rar�ena, NY, or equal.
PART 3: EXECUTION
3.01 TNSTALLATION
A. V�aterstops
1. Install waterstaps for all jaints where indicated on tlae Drawings. Waterstops shall be continuous
around aIl corners and intersectians sn that a continuous seal is prov�ided. Splices shal] be miade
by welding in accordance with tl�e manufacturer's recomrnendations, subj ect to acceptance of the
Engineer. Only manufacturer's speczal approved tools sha11 be used for welding. The fiz�:ished
splices shall pro�ide a cross-section. that is dense and free of porasity.
P03250.doc 03250-� �oi� iioi
City af Fort Worth
Rolling Hi11s WTP
Baeicwash Supply System
2. To properly secure waterstops in wa11 j aints before concrete is placed, center tlae waterstop in �he
j oint. Tic or clarnp both edges of the vvaterstop to reinforcing steel with black annealed steel tie
wire as specified for tying reinforcing steel and secure in place so that the waterstop wi11 be
perpendicular to the joint and remain in the required position during concrete placemen�.
The spacing of the waterstop ties s�aall match the spacing of the adjacent xeinforcing, but need
not be spaced closer than 12-in on center.
�4. Horizontal waterstops in slabs sha11 be clamped in position by the bulkhead (unless previously
set in concrete) arid the edge of t�e waterstop shall be lifted whiie placing conerete beIow the
vvaterst4�. Then the waterstop shall be manually forced against and into the placed eoncrete and
� co�ered with fresh concrete, to ensure adequate encasement af ihe waterstop in conerete.
S. Eacln piece of tl�e waterstop shall he of maximurn practicable length to pro�vide a minixn�uxn
, number of splices.
' 6. Waterstops shall be installed so tha� half nf the varidth �vill be embedded nn eaah side af the joint.
, Care shall he exercised to ensure that the waterstop is completely embedded in vozd-free
cancrete.
�7. Grout Tube Ixxjectian Watersto� System
a. Joint Yreparation. Rout e�sting}oint �o deg�h shown on Drawings. Wire brush or scrape
joint surfaces to remove aIl residue. Clean joint of alI debris with pressurized air.
b. Injection Tube Installation. Insert open cell backer rods and resin injectian tube where
shown on Dravv�ngs. Maximum spacing of injection ports shall be in accordance wiih
manufaciurer's recom:mendations but no greater than 25 feet. After piacing suxrounding
concrete, seal surface o� joint with hydraulic cement to prevent resin leakage in accordance
with injection system zx�anufacturer's recommendatians. Hydraulic cement shall have cured
and be capable of resisting a hydrostatic pressure of 75 psi prior to resin injection.
Immediately prior �a initiation of resin inj ection, injection tubes shall be flushed witli water
to clean and moisten the full length of tube. The entire length af a single jaint shall be resin
injected in a continuous vvatertzght seal. Resin in}ection shall start from the Iower inj ection
port and shall continue untiI resin flows aut of the next higher port. Then the end of
injection tube sha13 be sealed and injection shall continue to the ma�z�num pressure
recan:�mended by the manufacturer: Inj ection tube shall be sealed and in.j ection commenced
an #he next adjacent injection tube length priax to setting of the resin.
B. Constructian Joints
1. Make construction joints only at locations shown on the Contract Drawings ar as approved by
the Engineer. Any additional or relacation of construction joints proposed by the Contractor,
must bE submi�ted to the Engineer for written approval.
2. Additinnal nr relocated jaints should be located where they least impair strength of the membar.
In general, �ocate joints within the middle third of spans of slabs, beams and girders. However,
if a beaxn intersects a girder at the joint, offset the joint a distance equal to twice the widtll afthe
member being cannected. Locate joints in walls and columns at �he underside of floars, slabs,
beams or girders and at tops of footings ox flaor slabs. Do not lacate joints betwzen beams,
F03zs�.doc 03250�5 10/11/01
City af Fnrt Worth
Ralling Hills WTP
gackwash Supply 5ystem
girders, coIumn capitals, or column drap panels azad the slahs aUove them. Do not locate j oints
between brackets or haunches and walls ar colurnns supporting them.
3. All j oints shall be perpendicular to main reinforcement. Continue reinforcing sieel through the
joint as indicat�d on the Drawings. When joints in beams are allowed, pravide a shear key and
inclined dowels as approved �y the Engsneer.
4. Provide sealant grooves for joint sealant whexe indicated on the Drawings.
At a11 construction joints and at cancrete joints designated on the Drawings to be "roughened",
uniformly roughen the surface of the concrete ta a full amplitude {distance between high ar�d low
points or side to side) of approximateIy 114-in with suitable toals to expose a fresh face,
Thornughly ciean jaint surfaces of loose or �veakened materials 6yvvaterb�asting or sandblasting
az�d prepare for bonding. At least twa hours befare and again shartly before the new concrete is
depasiied, th� joints shall be saturated with water. After glistening water dis�ppears, the joints
sha11 be giv�n a ihorough coating of neat cement slun-y m�ed to the consistency of very heav�
paste. The surfaces sha11 receive a coating at least 1/S-in thick, wel] scrubbad-in by means of
stiff bristie brushes whenever possible, Horiz�ntal wa11 join#s wzth na acc�ess to the earIier
concrete placement surface shaII have the raughe�zed surface tharoughly coat�d vvith a neat
cement slurry of pouring consistency. New concrete sha11 be depasited before the neat cement
dries.
6. Iu lieu nf the above method for securing bond between new and set concr�te, the following
opi�onal method may be us�d. Concrete must Ue allawed to set a minim.um of 28 days. Y7se an
epaxy bonding agent applied to raughened and cleaned surfaces of set concrete in strict
accordance with manuiacturer`s recommendations and as specified in Section 0374�] with respect
to preparation af surfaces and applicatians of bonding agent.
7. Frovide waterstops in all wall and slab construction joints in Iiquid containment s�ruct�u-es and at
other lacations sho�n on the Drawings.
8. Keyways shall not be used in construction joints unless specifically shown on the Drawings or
approved by the Engineer.
C. Expansian Join#s
Do noi extend reinfarcemen#, or ather ernbedded metal items that are continuausly banded fo
concrete on each side, thrc�ugh expansion joints.
2. Positian premolded joint fillerr znaterial accurately. Secure the joint filler against displacement
during concrete placement and consolidat7ion. Place joint �1ler over the face of the jaint,
allovving for sealant grooves as detailed on the Drawings. Tape all j oint filler sp�ices ta prevent
intrusion oimortar. �eal expansian jaints as shown on the Drawings.
Expansion joints shalI be 3/4-in in thiclrness unless otlierwise noted an il�e Dravvings,
4. Where indicated on Drarvings, install srnaoth dowels at right angles to expansion j oints. A1ign
dowels accurately with finished surface. Rigidly hoId in place and support during concrete
placement. Unless otk�erwise shovsm on the Drawings, apply oil or g�-ease to ane end of a11
dowels through expansion joi.nts. Pro�vide plastie expansion caps on the lubricated enfls of
expansion dawels.
F03250.doc 03250-5 ian ua�
City af Fort Worth
Rolfing Hills'WTP
Backwash Suppiy System
5. Provide center bulb type waterstops in a31 wall and slab expansion joints in liquid containment
structures and at other locations shown on the Drawin�s.
D. Control Joints
1. Provide sealant grooves, s�alants and waterstops at control joints in slabs an grade or walls as
detailed. Provide waterstops at all wall and slab control joints in watar containment sfructures
and at oiher lacations shown on the Dxawings.
2. Control }oints may be sawed if speoifically approved by the Engineer. �f control joint grooves
are sawed, properly tirn.e the saw cutting with the time of the concrete set. Start cutting as soon
i� as concr-ete has hardened sufiiciently to prevent aggregates from being dislodged by the saw.
� Cortaplete cutting before shrinkage stresses have developed sufficiently to induce cracking. Na
reinforcing shall be cut during sawcutting.
� 3. Extend every other bar of reinforcing steel through controT jaints or as indicated or� the
Drawings. Where specifically noted an the Drawings, coat the concrete suzface with a bond
breaker prior to placing new concrete agazn:st it. Avoid coating reinforcernent or waterstops with
� bond breaker at these locatians.
END OF SECTI4N
�
�
,l
F032SO.doc 03250-7 i ai voi
City af Fori Worth
RolVing I�il1s W'fP
Backwash 5upply System
SECTION 033Q0
CAST-IN-PLACE CONCRETE
PART 1: GENERAL.
1.01 �COPE OF W�RK
,, A. �urnish aIl labor and materials required and install cast-in-place concrete cornplete as sh.own on the
Drawings and as speeified herein.
1 ,
B. Furnish all sarnpling and testing of products and materia3s by an independent testing laboratory
�' acceptable to the Engineer but engaged by and at the expense o� il�e Contractor.
1.02 RELATED WDRK
I, � A. Concrete Formwork is included in S�ction 43100.
B. Concrete Reinforc�ment is included in Sec�ion 03200.
C. Concrete Joint Accessaries are included in Sectian 03250.
D. Concrete Finishes are included in Section 03350.
E. Graut is included in Section �3600.
F. Modifications to Existing Concrete are included in Sec�ion 03740.
G. Goncrete Electrical Duct Encasement is included in Section 038a0.
1.03 SUBMITTALS
A. Shop drawings and product data, in accordance wikb. Section 01300 shall include the foilawing:
� 1. Snurces af cement, pozzoian, and aggregates.
2. Material Sa�'ety Data Sheets (MSDS) for all concrete components and admixtures.
3. Air-entraining admixture. �roduct data including catalogue cut, technicaI data, storage
requirements, product Iife, recommended dosage, temperature considerations and canformity to
ASTM siandards.
4. Water reducing admixture. Product data including catalogue cut, technical data, storage
requirements, produat life, recommended dosage, temperature considerat�ons and con%rnutyto
ASTM standards.
5. High range water-reducing admixture (plasticize:r). Praduot data including catalague cut,
technical data, storage requirements, praduct life, xeco�nnmended dosage, temperature
con.siderations, xetarding effect, slump range and confar�nnity to ASTM standards. Identify
proposed Iocations of use.
�o3soQ.aoG 03 300-1 io�i tiai
Gity of Fort Worth
Ralling Hills WTP
Backwash Supply System
6. Sheet curing material. Product data including catalogue cut, technical data and conformiiy to
ASTM standard.
7. Liquid curing compound. Product data including ca�alogue cut, technical data, storage
requiremenfs, product life, application rate and conformity to ASTM standards. Identify
proposed loeations of use,
B. Samples
1. Fine and coaise aggregates if requested far examination by the EnginEer.
C. Test Re�arts
1. Sieve analysis, mechanical properties and deleterious substance content for coarse and fine
aggregate.
2. Chemical ar�alysis and physical tests nf each type of cement.
3. Chernical analysis and physical tests of pozzolan.
4. Concrete z�aix far each formulation of concrete proposed for use including constituent quantities
per cuUic yard, water cementitious ratzo, conerete slump, type and manufacturer of cernent.
a. Standard deviation data for each proposed concrete mix based on statistical records.
b. Water oementitious ratio cur�e �orr concrete mixes based on laboratory tests. Gzve average
cylinder strength t�st results at 2$ days for laboratoxy cancrete mix designs. Provide res�lts
of 7 and I4 day t�sts if availal�Ie.
D, Certifications
1. Certi�y admixtures used in the same concrete mix are cornpatible with each other and the
aggregates.
2. Certify admixtures are suitable for use in contact with potable water after 30 days of concrete
curing.
3. Certify curing compound is suitable for use in contact with potable water after 30 days
(non-toxic and free of taste or odor}.
4. Certify the Coniractor is not associafed with the in.d�pendent testing laUorato�y nor does the
Contractor or its officers have a beneficial interest in the laboratQry. �
E. Qualif cations
1. In,d�.penden# testing laboratory: Name, address and qualifications. Laboratories affiliatad with
tl�e Contractor or in vvhich the Contractor or its officers have a beneficial interest are not
accep#able.
F033DO.doc 03300-2
iai i�at
Ciry of Fart Worth
Ralling Hills W'I'P
Backwash Supply 5yst�m
1.04 REFERENCE STANDARDS
A. Arnerican Saciety for Testing and Mater�als (ASTM}
I. ASTM C31 - Standard Method for Mal�aing a�d Curing Conerete Test Specimens in the Field.
2. ASTM C33 -�tandard Specification for Concrete Aggregates.
- 3. ASTM C39 - 5tandard Test Method for Compressive 5trength of Cylindrical Concrete
Specimens.
� 4. ASTM C42 - 5tandard Method of Obtaining and Testing Drilled Cores and Sat�ved Beams of
Cancrete.
. 5. ASTM C94 - Standard Specifieation %r Ready-Mixed Concrete.
' 6. ASTM Cl 43 - 5tandard Test Method for Slump of Portland Cement Concrete
7. ASTM C15� - Standard Specification for 1'artland Cement
S. ASTM C157 - Standard Test Method for Lengih Change of Hardened Hydraulic - Cez�aent
Mortar and Cancrete
9. ASTM C171 - Standard Specification far Sheet Materials far Curing Concrete
- 1Q. ASTM C173 - Standaxd Test Method for Air Content of Freshly M�xed Concrete Uy the
� Valumetric Method.
11. A�TM C231 - Standard Test Methad fpr Air Content oFFreshly M�ed Concrete hy the Pressure
Method.
12. ASTM C260 - Standard 5peciiication for Air-Entraining Admixizares for Concrete.
� 13. ASTM C309 - Standard Speciiication for Liquid Membrane-�orming Coznpounds for Curing
Concrete.
, 14. ASTM C311 - Standard Test Methods for Sampling and Tesking �ly Ash or Natural Pozzolans
�or Use as a Mineral Admixture in Portland Cement Concrete.
. 15. ASTM C�9�4 - Standard �peciiicatiQn for Chernical Admixtures for Cancrete,
16. A�TM C596 - Standard Test Method for Drying Shrinkage for Mortar Cantaining Portland
Cement.
17. ASTM C618 - Standard Speciiication for Fly Ash and Raw or Calcined Natural Pozzolan fox
Use as a Mineral Admixture in Portland Cement Concrete.
B. Americaaa Concrete Institute (ACI).
1. ACI 21 Z.1 - Standard Practice for 5eleciing Praportions far Normal, Heavyweight and Mass
Concrete.
P033D4.doc 03300-3 l Ull I/Rl
City af P'art Warth
RallingHills WTP
Backwash Supply Systern
2. ACI 3Q1 - Speci£�ications for �tructural Concrete for Buildings.
3. ACI 304R - Guide for Measuring, Mixing, Trans�orting and Placirng Concrete.
4. ACI 304.2R - Placing Concrete by Pumping Me�hods.
�. ACI 3QSR - Hot WeatY►er Concreting.
6. ACI 306R - Cold Weather Concreting.
7. ACI 318 - Building Code Requ�rements for Reinforc�d Cancrete.
ACI 350R - Envixonm.entat Engineering Concrete Structures.
C. Where xeference is made to one of the preeeding standards, the revision in effect at the time of bid
opening shall agply.
1.05 � QUALZTY ASSLJRANCE
A. Only o�.e source of cement and aggregates shall be used on any ane structure. Gancrete shall be
uniforn� in color and appearance.
B. Well in advarice of placing cancrete, the Contractar shall discuss with the Engineer the sources of
individual xnaterials and batched concrete proposed for use. H�/She shall disouss place�nent znethads,
watersiops and curing. He/She shall propase methods of hot azad cnld weather cnncreting as required.
C. A rneeting sha]l be heId prior to placement of plasticized concrete. The plasticizer {high range water
reducer) manufacturer's representative am+i the Contractor shall be available ta discuss the prapertzes
and techniques of batching and placin�; plasticized concrete.
D, 7�, during the progress of the work, it zs impossible to secure concrete of the required workability and
strength vvith the materials being furnished, the Engineer may order sucla changes in pxaportions ar
materials, or both, as may be necessary to secure the desired praperties. A11 changes so ordexed shall
be made at the Coniractor's expense.
E. If, during the pragress of the work, the materials from the saurces originally accepted change in
characteristics, the Contractor shall, at hislher expense, make new accegtance tests of aggregates and
establish new design mixes. Such testing and desig�n shall be accomplished with the assistance af an
independent testuag labaratory acceptable to the Engineer.
F. Reinfarced concrete shall camply with ACI 318, the recommendations of ACI 350R and other stated
specificati�ns, codes and standards,
G. All field testing and inspection services required vvill be provided by the Owner. The cost of such
work, except as specifically stated otherwise, will be paid for by the Owner. Methods of testing shall
conaply with the latest applicable ASTM methods.
H. Sam.ples of constituents and of concrete as-placed will be subjected to labaratory tests. AIl rnaterials
incoxporated in the Work shall conform ta accepted samples.
Fp3300.doc � � ����4 i0/11/91
Gity of Fori Worth
Rolling Hilis WTP
Saekwash 5upply 5ystem
1.06 DELIVERY, STORAGE AND HANDLING
A. Cement: Store in weathertight buildings, bins or silos to provide protection from dampness and
contamination and ta zninimize warehouse set.
B. Aggregate: Arrange and use stockpiles to avoid excessive segreganan or contannination with other
rnaterials or with other sizes of like aggregates. Build stockpiles in successive horizontal layers not
exceeding three feet in thickness. Complete each l�yer befor� tiie next is started. Do not use frozen or
partially frozen aggregate.
C. 5and: Arrange and use stockpiles to avoid contamina�ian. Allow sand to drain to a uniform n:ioistura
content be�ore using. Do not use frozen or partza.11y frozen aggregates.
j� D. Admixtures: Stor� in closed containers to avoi.d contamination, evaporation or damage. Provide
, suitable agiiating �quipment to assure unifarm dispersian of ingredients in admixture solut�ons whick�
tend to separate. Protect liquzd admixtures fram freezing and other temperature changes which could
' adversely affect their characteristics.
E. �ozzolan: Sfore in wea�lriertight Uuildings, bins or silos tn provide protection from dampness and
cantaznination.
F. Sheet Ctz�i.ng Materials: Store in weathertight buildings or off the ground and under cover.
G. Liquid cuxing compounds: Store i� closed containers.
PART 2: PRODUCTS
2.01 GENERAI,
A. The use of nnanu£acturer's name and madel ar catalag nurnber is for the purpase of establishing the
standard of quality and general canfiguration desired.
B. Like items of maierials shail Ue the end products of one rnanufacturer in order to prouide
standardization for appaarar�ce, maintenance and manufacturer's s�rvice.
2.02 MATERIALS
A. Materials sha11 cornply with these Specifications and any applicabla State or loca] xequirements.
B. Cernent: Domestic portland cement complying with ASTM C150. Air entraixaing cements shall not
be used. Cement brand shall be subject to approval. by The Engineer and one brand shall be used
thrnughout th� Work. The following cement type(s) shall be used:
Class A, B, D�oncrete - Type I with fly ash resulting in C3A being belaw 8 percent of total
cementitious content, Type n or Type III limited to S percent C3A.
C. Fine aggregate: Washed inert natural sand co7nforming to the requirements of ASTM C33.
D. Coarse aggregate: Well-graded crushed stone ar washed gravel confornung to the requirements of
ASTM C33. Grading requirements shall be as listed in ASTM C33 Table 2 far ihe specified coaxse
aggregate size numher. Limits of Deleterious Substances and Physical PropertyRec;uuements shaIl be
F0330p,doc D3300-5 ifln iror
City of Fart Warth
Rolling fiills WTP
Backwash Suppiy System
as listed in ASTM C33 TaUle 3£or sevexe weatherin� regions. Size numbers far the cancrete mixes
shall �e as shown in Tabie 1}aerein.
E. Water: Potable water free from izajurious arnounts of oil, acid, alkali, arganic matter, or other
deleterious substances.
�. Admixtures: Admixiures shall be free o�chlorides and alkalis (except for �ose attribu#able to water),
When it is requir�d to use more than one admixture in a cancrete mix, tl�e admixtures shall be frorn
the sar�e manufaciurer. Admixtures shaIl be compatible with the concrete mix including other
admixtures and shall be suitable for use in contact with potable water after 30 days of cancrete curing.
G
1. Air entraining admixture. Tl�e admaxture shall c6mply with ASTM C260, Proportioning and
mixing shall be in accordance with m.anufacturer's recora�.mendations.
2. Water reducing agent. The admixture shall camply with ASTM C494, Type A. Proportionfng
and mixing shall be in accordance with trtanufacturer's recommenda�it�ns.
High-Range Water Reducer (Plasticizer). Th.e admixiure slaall comply with ASTM C494 Type F
and shall result in non-segregating plasticized concrete with littie 1�leeding and with the physical
praperties of low water(cement ratio concrete. The treated concrete shall be capable of
maintaining its plastic state in excess of two hours. Proportioning aztd rnixing shall be in
accordance with rnanufacturer's recamr�endations.
4. Admixtures causing retarded ar accelerated setting of concxete sha11 not be used without written
approval from the Engineer. When allawed, the admixtures shail be retarding or accelerating
water reducing or hi�h range water reducing admixiures.
Pozzolan {Fly ash)
1. Pozzolan shall be Class C or Class F fly ash coxnplying wztla ASTM Cb18, including the
requirements of ASTM C618 Table 1 except the Loss on Ignition {LOI} shall be lirnited to 3
percent maximum.
2. Testing of the fly ash and/or the fly ash and concrete mixture is requixed to provide tast data
con.firming that the fly ash in comUination with the cement to be used meets aIl strength
requiremants and is compatible with the other concrete additives. The testing shall be perfartn�d
by the independent testing laboratory engaged lay the Contractor.
a. Pozzolan shall be tested in campliance with ASTM C311 with the foIlowin� restriction: A
minirnum of one sample wei�;hing four pounds shall be taken �rnrn each 2a0 tons of
pazzolan suppIied for the pxoject.
f�
Sheei Curing Ma:teriaIs. Waterproof paper, polyethyl�ne film ar white burlap-polyethylene sheeting
all cornplying witla ASTM C171.
I. Liquid Curing Compound. Liquid membrane-forming curing cornpound shall nomply with the
requirements of ASTM C309 Type 1-D (clear or translucent with fugiiive dye) and shall contain no
wa�, paraffi�n, or oil. Curing campound shall be appraved �nr use in contact with potable water after
30 days (non-toxic and free of taste o:r odor),
ro33oa.do� �3300-6 loic voz
City of Fort Warth
Rolling EIilis WTP
Backwash SuppVy System
z.o3 �s
A, Concrete shall be aornpased of portland cement, fine aggxegate, caarse aggr�gate, water and
admixtutes as specified.
B. Development af mix designs and testing sha11 be by an independent testing laboratary acceptable to
khe Engineer engaged by and at the expense of the Contractar.
C. Seleet proportions of ingredients to meet the design strength and materials 3imits spe�ified in Tab1e 1
and to produce concrete having proper placability, durability, strength, app�arance and other required
properties. Froportion ingredients to produce a hoxnogenous mixture which will readily work into
- corners and angles of forms and around rei.nforcement without pemutting materials ta segregate or
allowing excessive free �water to collect on the surface.
. D. Tlae design mix shall be based an standard dsviation data of prior mixes r�ith essentially the same
proportians of the same constituents or, if such test data is not available, shall be developed by
� laboratory tests, Water cantent of fihe cancrete sha11 be 6ased on a cuive showing the relation vetween
water cernentitious ratio and 7 at�d 28 day campressive strengths of concrete made using the prQposed
materials. 'Tk�e curves shall be determined by faur ar rnore points, each representing att average value
�� of at least three test specimens at each age. The curves shall have a range of values sufficient to yield
� the desired data, including the compressive strengths specified, without extrapolation. The water
content af the concxete mixes to be used, as deternaixied from the c�urve, shall correspond to strengths
- 15 percent greater than the required design strengths. Tk�e resulting rnix shali not conflict with the
� limiting values for maximum water cementitious ratio and n.et znini�num cementitious content as
� � sp�aified in Table 1.
E, Cornpression Tests: Provide testing of the proposed concrete rnix or mixes to demonstrate eompliance
with the compression strength requirexnents in con%rmity with the provisioz�s af ACI 318.
F. Entrained air, as measured by ASTM C231, shalS be as showri in Tabla 1.
1. If the air entraining agent prvposed for use in ihe mix requires testing tnethods other than ASTM
C231 to accurately determine air content, make special note of ihis requirement in the admmixture
suUmittal required under paragraph 1.03.
G. Slump of the concrete as zneasursd by f�STM C 143, shall be as shown in Table 1. If plasticizer is
used, the slump indicated shall be that measured l�efore �lasticizer is added. Plasticized conerete �hall
have a slump ranging from seven to ten inches.
H. Proportion admixtures according to the manufacturer's recammendations. Twa or more admixtures
speciiied may be used in the same mix pr�vided that the adrnixtures in combination retain full
efficiency and bave no deleterious effect on the concrete or on the properties af each other.
I. Where pozzolan (fly ash) is included in the mix it shall not exceed 25 percent of the total weight of
cementitious material. Pozzolan conte�t in the range of 15 to 20 percent of cementitious material is
preferred.
�os�oa.aoc 0330Q-7 �oiiiroi
City of Fart Worfh
Rolling Hills WT'P
Backwash Supp3y 5ystem
TABLE 1
Ciass
A
B
D
Class
:
�
Design
Sfrength
1
2,500
3,000
4,000
W/C
Ratio
5
�.6�. ma�c.
0.54 max.
0.44 max.
Cement
2
C150 Type II
C150 Type II
C150 Type lI
Fine
Aggregate
2
C33
C33
C33
Coarse
Aggregate
3
57
57
57
AE
FIy Ash Range WR
6 'i S
— 3.5 ta 5 Yes
— 3.5 to 5 yes
— 3.5 to 5 Yes
HRWD
9
No
No
No
Cementitious
Content
4
440
4$0
560
Slump
Rang�
XO
1-4
1-3
3-5
NOTES:
L Minimum compressive strength in psi at 28 days.
2. ASTM designation.
3. Size Number in ASTM C33, TaUle 2.
4. Minimum cementitious content in pounds pex cubic yard.
5. W/C is water cementitious ratio by weight.
6. Fly ash may be used in any mix in accardance with the requirements of Paragraph 2.43I
and ather provisions of this section.
7. AE is percent air en�.rainment.
8. WR is water reducing admixture.
9. HRWR is high range water reducer.
10. Permissible sluz�ap range, ir�ches.
PART 3: EXECUTTON
3.01 MEASURIIVG MATER.iALS
A. Concrete shall be produced by a concrete mixing plant acceptable to the Engineer. All constituents,
including admixtures, shall be batched at the plant.
B, Measure materials for batching eoncrete by w�ighing in confarmity with and vs+iihin the tolerances
'given in ASTM C94, exc�pt as otherwise specified. Scales shall have been certified by the local
SeaIer of Weights and Measures wi�vn one year of use.
C. Measure the amount af �ree water in fine aggregates wif.hin 0.3 of a percent with a moisture meter.
Compensat� for �aryitag moisture cantents of fine aggregates. Record the number of gallons of water
as-batched on printed batching tickets.
�
�o3soa.aoG 03300-8 10/l 1161
City of Fort Warfh
ltolling Hills WTP
Backwash Supply System
D. Admixtures sh.all be dispensed either manually using calibrated contai�ers or measuring tanks, or by
rneans of an automatic dispenser appro�ed by the rnanufacturer of the specific admixture.
Ck�arge air-entraining and chemical admixtures inio the mixer as a solution using an automatic
dispenser or similar metering device.
2. Inject multiple admixtures separat�ly during the hatching sequenoe.
3.02 MIXING t�ND TRANSPORTIl�IG
A. Concrete shall be ready-xnixed concrete produced by equipment acceptable to the Engineer. No
hand-mixing will be permitted. Clean each transit mix truck dn�m and reverse drum rotatir�n befare
tI�e truck proceeds under the batching plant. Equip each transit-mix truck with a continuous,
nonreversible, revalution cflunter showing the number of r�vnlutions at mzxing speeds.
B. Ready-mix concrete slaall be transparted to fihe site in watertight agitator or mixer trucks Ioaded not in
excess of their rated capacities as stated on the name plate.
C. Keep the water tank va�ve on eaeh transit truck Iocked at all times. Any addition of wateF' must be
directed by the Engineer. Added water shall be incorporated by additional mi�ng of at least 35
revolutions. AlS added vvater shall be metered and the amount of water added shall be shown on each
de�ivery ticket.
D. All centrai plant and rolling stock equipment and methods shalS comply with ACI 318 and
ASTM C94.
E. Select equipment of size an.d design to ensure continuous flow of concrete at the delivery end. Metal
or metal-lined non-aluminuxn discharge chutes shall be used and shall ha�e slopes not exceeding one
vertical to two horizontal and not less than one vertical to three horizontal. Chutes more than 20-ft
long and chutes not meeting slape requirements znay be used if concrete is discharged into a hopper
before distribution.
F. Retempering of concxete or mortar which has partially hardened (that is, mixing with or witlaout
additional cement, aggregate, or water) will not be pertnitted.
G. � Handle concrete from mixer to placement as quickly as practicable while providing cancrete af
required quality zn the placement area. Dispatch trucks from the batching plant so they az-rive at the
work site just befare khe concrete is required, thus avoiding excessive mixing of concxete while
waiting or de3ays in placing successive lay�rs of cancrete in the forrns.
H. Furnish a delivery ticket for ready nnixed concrete to the Engineer as each truck arrives. Each ticket
shall provide a printed record of the weight of cement an.d each aggregate as batched individually.
Use th.e type of zndicator that returns for zero punch or returns to zero after a batch is discharged.
Clearly indicate the weight of fine and coarse aggregate, cement and water in each batch, the q�antity
delivered, the iime any water is added, and ihe numerical sequence of t3ie delivery. Show the time of
day batched and time of discharge from the fx-uck. Indicate the number af revoluti�ons of mixers iar
transit mix trucks.
I. Ternperature and Mixing Time Control
F�33DO.doc
03300-9
�nriiroi
City of Fort Wa�'th
Rolling Hills WTP
Backwash Supply 5ystem
In cold weather (see Paragraph 3,06D), maintain the as-mixed temperature of the concrete and
concrete ter�peratures at the tiine of placement in the forms as indicated in Table 2.
2. If water or aggre�ate has been heated, combine water with aggregate. in the na:ixer be%re cement
is added. Do not add cem�nt to mixtures of water and aggx-egaie when tlae ternperature of the
mixiure is greater than 90°�'.
In hot weather, (see paragraph 3.06E} caol ingredients before mixing to mazn#ain temperature of
the conerete below the maximum placing ternperature af 9D°�. Tf necessary, substitute
waIl-crushed ice for all or part of the mixing water.
4. The maxirnuzx�, time interval between the addition af mixing water and/or cernent ta the batch
and the placing of concrete in the forms shall not axceed the following:
TABLE 2
Air or Concrete Temperature {whiche�er is higlaer)
�z�°c� $o°� ta 90°� ��2°c� ....................................................
(21°C) 70°F to 79°F (26°C) ....................................................
( 5°C) 40°F to 69°F (20°C) .....................................................
Maximum Ta�ne
........................45 rninutes
........................b0 minutes
........................9� minutes
If an approved high range water reducer (plasticizex) is used to praduce plasticized concrete, the
maxiznum time interval shall not exceed 90 minutes.
3.03 IN�PECTION AND COORDINATION
A, The batching, naixing, transporting, placing and curing of eoncrete shall be subject to the inspection of
the Engineer at all tirnes. The Coniractor shall advise the Engineer of his/�►er readiness to proceed at
least 24 hours prior to each concrete placement. The Engineer will i�spect fhe prepara�ions for
con.creting includin� the pr�paration of previously placed concr�te, fhe reinforcement and the
alignment, cleanliness and tightness of formwork. No placement shaIl be made without the inspectzon
and acceptance of the Engineer.
3.04 CONCRETE APPEARANCE
A. Concrete mix showing either poor cohesion or poor coating of tbe caarse aggregate with paste shall be
remixed. Tf fhis daes not carrect the condition, the concrete sball be reje�ted. If the slump is within
the allowaUie lirnit, but excessive ble�ding, paar warkability, or poor finishabiIity are observed,
changes in the conerete amix shall be obtained only by adjusting one or mare af the follawing:
1. The gradatian af aggregate.
2. The proportion of fine and coarse aggregate.
The pexcentage of entrained air, within the allowable limits.
B. Concrete for the Work slaall pravide a hamageneous structure which, when hardened, will have the
required strength, dura6i�ity and appearance. Mixtures and wor�ianship sha11 be such that cancrete
surfaces, when �xposed, will require no finishing. Wk�en concrete stufaces are stripped, the cancrete
Fo33oo.ao� 033D0-10 ion uar
Ciry af Fort Worth
Rolling Si1Ls WTP
Backwash 5upply System
vahen viewed in good lighfing ftam 10-ft away shall be pleasing in appeatance, and at 20-ft shall shov�
na visible defects.
3.�5 PLACING AND CONSQLIDATING
A. Placing
1. Verify that alI formwork completely eneloses concrete to be placed and is securelybraced prior
to cancrete placement. Rernove ice, excess vvatar, dirt and other foreig� materials from �azms
ax�d exposed concrete j oints. Confirm that reinforcernent and other ennbedded items are securely
� in place. Have a competent worltman at th� location of the placement who can assure tk�at
reinforcement and embedded items remain in designated locations while concrete is being
placed. Sprinkje semi porous subgrades ar%rms ta eli�ninate suctian of water from the nnix.
`' SeaI extremely porous subgrades in an approved manner.
2. Deposit concrete as near its final positinn as possihle ta a�oid segregation due to rehandling or
flav�+ing. Place concrete continuously at a rate which ensures the concrete is being integrated
with fresh plastic concrete. Do zaat deposit concrete which has partially hardened or has b�en
contaminafed by foreign materials or on conczete which has harciened sufficiently to cause
formation of seams or planes af wealrness within the section. If the section cannot be placed
continuously, place construction joints as speciiied or as approved.
Pumpin� of concrete will be permitted. Use a mix design and aggregate sizes suitable for
pumging and subxnit for approval.
4. Remove temporary spreaders from forms wk�en tbe spreader is no langer us�ful. Temporary
spreaders may remain exnbedded in conc7rete vnly when rnade of galvaniz�d metal or concrete
and if prior approval has been obtained.
5. Do not place concrete far supported elenaents un�il concrete previausly placed in the supporting
element (coSumns, slabs and/or walls} has reached adequate strength.
6. Where surface martar is ta £orm �he base of a finish, especially surfaces designated to be painted,
work coarse aggregate back from forms with a suitable tool to bring the full suriace of tlae mortar
against the form. Pre�vent the formaiion of excessive surface voids.
7. Slabs
a. After suitable bulklaeads, screeds and j ointing materials have been positianed, the concrete
shall be placed continuously between canstruction joints bep nning at a bulkhead,
edgeform, or corner. Each bafch shall be placed into fihe edge of the previously placed
concrete to avaid stone pockets and segregation.
b. Avoid delays in casting. I.f there is a delay in casting, the conerete placed after the delay
shall be thoroughly spaded and consolidated at the edge of that previously placed to avoid
cold jaints. Concrete shall then be brought ta correct le�el and struck off with a
strazghtedge. Bullfloats or darbies shall be used ta smooth the surface, leaving it free of
humps or hailows.
c. Where slabs axe to be placed integxally with the vvalls below them, place the walls and
consalidate as specified. Allow one hour ta pass between placement of the wall and the
F03360.doc 03 3 00-11 i��� iro �
CityofFort Warth
Rolling Hills W'I'P
Backwash Supply System
overlying slab to permii consalidation of the wall concrete. Keep the top surface of the wall
moist so as to prevent cold joints.
Formed Cancrete
a. Place concrete in forms using tremie tubes and taldng care to prevent segiregatian. BoEtom
of tremie tubes shall preferably be in contact with the cancrete a�eady placed. Do not
pertnit concrete to drop freely more #han 4-ft. PIace concrete for waIIs in i 2-in to 24-in lifts,
keeping the surface horizontal. If plasticized concrete is used, the maxinnum lift �hickness
may be increased to seven feet and the maxirnum free fali of concrete sha�l not exceed 15-ft.
B. Consalidating
Consolidate concrete by vibration, puddling, spading, radding or forldng so that cancrete is
thoroughly warked around reinforcement, embedded items and apenings and into carners of
forms. Puddling, spading, etc shall i�e continuousl� perfarmed alang with vibratzon of the
placement to eliminate air or stone pockeis which n�aay cause honeycomUing, patting or plazies af
weakness.
All cancrete sha11 be plaoed and consolidated with rnechanical vibrators, The number, type and
siza of the units sl�alI be approved Uy the Engineer in advance of placing operations. No
concrete shall be ordered until sufficient appraved vibxators (including standby units in working
arder) are on the jab.
A rninimum frequency of 7p00 revolutions per minute is required far zx�echanical vibrators.
Insert �ibrators and withdraw at poin.ts frnm 18 to 3�-in apart. At each insertion, vibrate
�ufficiently ta consolidate concreie, generally from 5 to I 5 seconds. Do not over vibrate so as to
segregate. Keep a spare vibrator on the site during con.crete placing operatians.
�. Concr�te Slabs: Concxete far slabs less than 8-in thick shall be consolidated �wif.h vibrating
sareeds; slabs 8-in to 12-in thick shall be compacted with internal vibrators az�d (np�iona�Iy) with
vibrating screeds. Vibrators shall always be placed into conerete vertically and shall not be laid
horizontally or iaid over.
5. Walls and Columns: Tnternal vibrators (rather than form vibrators} shall be used unless
otherwise appraved Uy th� Engineer. In general, for each �ibrator need�d ta melt dawn the batch
at the poznt of discharge, one or more additional vibrators must be used to densify, k�omagenize
and perfect the suriace. The �ibrators sha1l be inserted vertically at r�gular intervals, through the
fresh concrete and slightly into the pre�ious li�'t, if any.
b. Amount of Vibration: Vibrators are to be used to consoIidate properly placed concrete but shall
not be used to move or transport concr�te in the farr�ts. Vibration shall continue untiI:
a. Frequency re�urns to normal.
h. Surface appears liquefed, flattened and glistening.
c. Trapped air ceases to rise.
d. Coarse aggregate has blended inio surface, but has not disappeared.
Fo3sQo.ao� 43300-12 ioiit�ai
City of Fori Worth
Ralling Hills WTP
Backwash Suppiy System
3.Ob CiJRIlVG AND PROTECTION
A. Protect all concr�te work against injury fro�n the elements and defacements of any nature during
eonstruction operations.
B. Curing Methods
1. Curing Methods for Concrete Sur�aces: Cure concrete to xetain moisture and maintain specified
temperature at the surfaca far a minimum of seven consecutive days a�er placement. Curing
rnethods to be used are a�s follows:
� a. Water Curing: Keep entire concrete surface wet by ponding, continuous sprinkling or
covered with saturated burlap. Begin wet cure as soon as concrete at�ains an initial set and
� maintain wet cure 24 hours a day.
b. �heet Mater�al Curing: Cover entue surface with sheet rn.aterial, Securely anchor s�eeting
to prevent wind and aix from lifting the sheetzng or entrapping air under the shaet. �1ace
� and secure sheet as soon as initial enncrete set occurs.
" c. Liquid Membrane Cunng: Apply curing compound nver the entire concre�e surface except
for surfaces to receive addi�sonal concrete. G�ring compound shall NOT be placed on any
concrete surface where ad�litianal concrete is to be placed, where surface coatings are to be
used, nr where the eoncrete finish requires an integral fldor product. Cur�ng compound
� shall be applied as soon as the free water on th� suriace has disappeared andno water sheen
is visihle, but not af�er the concrete is dry or when the curing compound can be absorbed
into the conerete. Application shall b� in cQmpliance with the manufacturer's
recommendations.
2. Specified application� of curing rnethods.
a. Slabs fQr Liquid Containment Siructures: Water curing only.
b. Slabs on Grade and Faotings (not used to contain water): Water curing, sheet material
curing or liquid membrane curing.
c, Structural Slabs (other than water containment): Water curing or liquid mer�nbrane curing.
d. HorizontaS Surfaces which wili Receive Additional Concrete, Coatings, Grout or Other
M�terial that Requires Bond to the substrate: Water curing.
e. Farzned Surfaces: Nane if nonabsorbent forms are left in place seven days. Water cure if
absorbent forms are �sed. Sheet cured or liquid rnembrane cured ifforms are xemaved prior
to seven days. Exposed harizontal surfaces af formed wa11s or columns shall be water cured
for seven days or until next placement of concrete is made.
f. Concrete 3oints: Water cured or sheei rna�erial cured.
C. Finished surfaees and slabs sha11 Ue protected frarn the direct rays of the sun to prewent checking and
crazing.
Fo��oo.ao� 033D0-13 ion voi
City nf Fo�t Worth
Rolling Hiils WTP
Sackwash 5upply 5ystem
D. C�ld Weather Concreti�g:
1. Far this Speci£'ication, "cold weather" is d�fined as a period when for xnnre �hanthree successive
days, the average daily outdoor ternpera�ure drops beiow 40°F, The �verage daily temperat2ue
shall be calculated as the average af th� highest and the lowest temperature durin.g tha period
from midnight ta midnight.
2. Concrete placed during cald weather shall be batched, deiivereci, placed, cured and prote�ted in
complianca with the recommendations of ACI 305R and the additional requirements of this
Secfiion.
The Contractor shalI discuss cold weather work plaz�,.s with the E�gineer. The discussion shall
encompass the methods and procedures proposed for use during cold weaiher including the
production, transportation, placement, grotectian, curing and ternperature monitaring ai the
cozzcrete. The procedu�•es to be implernented upan abrupt changes in weather conditions ar
equiprnent failures shall also be ciiscussed. Cold weather concrefing sha11 npt be�ra until the
work plan is acceptable ta the Engineer.
4. The minimum temperature of concxete immediately after plao�ment and during the protecti.on
periad shall be as indicated in Table 3. 'I'he ternperature of the concrete in place and during #he
protectian �eriod shall not exceed these values by mare than 2a°F, Pre�+ent vverheating and
nan-u�iform heatzng of the cancre#e.
TABLE 3
Concrete Temperatures
Minimum Dimension of Secfian
< � Z-in 12 to 36-in
Min. conc tenap: 55°�' S4°F
5. During periods o�cold weatl�er, concrete shall l�e protected to pravide continuous wazm, maist
curing (with supplernentary heat when required) for a total of at least 350 degree-days of curing.
a. Degree-days are de�ned a� the total numUer of 24 hour periods multiplied by tl�,e weighted
average daily air temperatiure at the surface of the conerete (eg: 5 days at an average 70°F =
350 degree-days).
b, To calculate �he weighte� avera�e daily air tempexature, sumhaurly measurements af th.e air
tezn.peratur� in the shade at the su�rface of the cancrete taking any measurement Iess tb.an
SO°F as 0°�. Divide the sum thus calculated by 24 to abtain the weighted avexage
temp�ratura for that day.
b. Salt, manure or other chemicals sha11 not be used %r pratection.
7. At the end af t�e proteotion geriad, allow tk�e ooncrete to cool gradually to the ambzent
temperature. If watex curing has been used, the conerete sl�atl not be exposed to temperatures
belovv tk�ose shown in Table 3 until at least 24 hours a�ter water curing has been terminated.
P033DO.doc �330a-14 ] OtI 1J01
City of Fori Wnrth
Rolling F3ills WTP
Backwash Supply 5ystem
During periods not defin.ed as cold weathex, but when freezing iemperatures are expected or
'occur, pratect concr�te suxfaces fram freezing foz the first 24 h�urs atier placing.
E. Hat Weather Concreting
l. ��r this Specificatian, "hot weatk�er" is defined as any cornbination ofhigh air temperatures, low
r�lative humidity and wir[d velocity which produces a rat� of evaporatiaz� as estimated in ACI
305R-77, approaching or exceeding 0.2 pounds per square foat per houx (Ib/ft21hr).
2. Concrete placed during hot weaflaex, shall be batched, delivered, placed, cuzed and protected in
compliance w�ith the recommendations of ACI 305R and the additional raquirements of this
Specification.
� a. Temperature af concrete being placed shall not exceed 90°F and evezy effort shall be made
, to maintain a uniform concrete mix temperature below this level. The temperature of the
concrete shall be such that it will cause no difficulties from loss of slump, flash set or coid
' joints.
b. All necessary precautions shall be taken ta promptly deliver, to promptly place the cancrete
�' upon its arrival at the job and to pxovide vibration immediat�ly after placement.
c. The Engineer may direct the Contxactor to immediately cover plastic concrete vvith sheet
material.
3. The Contractor shall discuss with the Engineer a work plan describing the methods and
procedures helshe gropQses to use for cancrete placement and curing during hot weatlaer periods,
Hot weather concreting sha�l not begin until the work plan is acceptabie to the Engzneer.
3.0'7 REMOVAL Or FORMS
A. Except as othszwise specifinally authorized by the Engineer, forrns shaII not be remnved hefare the
concrete has atiained a strength af at least 30 percent o� its specified design stren�h, nQr before
reaci�ing the fallawing number of day-degrees of curin.g (whichever is the longer}:
TABLE �
Forms for Degree Days
Beams and slabs . 500
Walls and ver�ical surfaces 100
(See de�nition of degree-days in Paragraph 3.06D).
B. Shores shall nat 6e rennoved untiT the concz-ete has attained at least 6D percent of its specified design
strength and also suf�cient strength to support safely its own weight and the construction live loads
upon it.
3.08 FIELD TESTS
A. Sets oi field control cylinder specimens will be taken by the Engineer (or inspector) during the
progress of the Work, in compliance with ASTM C31. The nuinber of sets of concrete test cylinders
ra33oo.ao� 03340-15 ion iro�
City af Fart Worth
Rolling Hills W1`P
Backwash 5upply System
taicen of each class of cancrete placed each day shall not be less than one set on any day, nax less than
one set for each 150 cu yds o�concrete, r�or Iess than one set each 5,000 sq f� of surface area for s1aUs
or walls.
A"set" of test cylinders consists of four cylinders: one to be tested af seven days and two to be
testad and their strengths averaged at 28 days. The fourth may Ue used for a special break at 3
days ar to verify strength after 28 days if 28 day Ureaks arre low.
2. When the average 28 day compressive strengCh af the cylinders in any set falls below the
required compressive strength ar beiow proportianal z�ainitnum seven-day strengths {where
proper relation between seven and 2$ day strengths have bean establisk�ed by tesis}, proportions,
water content, or temperature conditions shall be changed to achieve the reqUired sfrengths,
B. The Cantractor shall cooperate in the making af tests by allowing free access to the work for the
select�on of samples, providing an insulated closed curing box for specimens, affording protection to
the specit�aens against injury or loss through hislher operatians and furnishing material and labor
required for the purpose of taking eoncrete cylinder samples. All shipping of specirnens will be paid
for by the Qwner. Curing boxes shall be acceptable ta the Engi,neer.
C. Slump tests will be made in tke field immediateIy pripr ta placzng th� concrete. Such tests shall be
made in accordanc� with ASTM C 143 . If the slump is greater �e specified range, the cancrete shall
be rejected.
D. Air Content: Test �ar air content sha1I be made on a f'resh conerete sample. Air conten# �'or concrefe
made of ardinary aggregates haaing low absarption shall be made in compliance. with either the
pressure method complying with ASTM C23 � or by the vo�umefric method complying with ASTM
C 173. If lightweight aggregates or aggregates with high absorptions ara used, the Iatter test method
shali be used.
3.09 FIELD C�NTROL
A. The �ngineer may have cores taken from any questionable area in the concrete work such as
conatz-uciion joints atad other locat�ons as required far deternunation of cancrete quality, 'I'h.e results of
tests Qn such cores shall be the basis for acceptance, zejection or determining the continuation of
concrete wark.
B. The Cantractor shall caopera#e in obtaining cares by aIIowing free access to th� Work and perzx�itting
the use of ladders, scaffoldzng and such incidental equipnnent as may be required. The Contractor
shall repair all core holes. The worl� of cutting and testing the cares wi1� be at the expense of the
Owner.
3.1Q �'AILLJRE TO MEET REQUIREMENTS
A. Should the strengths shawn by fhe test specimens zxiade and tested in comp�iance wifh the previous
pravzsions fall below the values given in TaUle 1, the Engineer shall hav� the right to require changes
in propartions outlined to apply to the remainder of the Work. Furthertnore, the Ea�gineer shall have
the xzght to require additional curing on those partions of the structure rep�esented by �h� test
specimens which failed, The cost af such additional curing shall be at the Contractor's expense. �n
the event that such additional curing does not give the strength required, as evidenced hy core andlor
laad tests, the Engineer shall ha�ve the right to require strengthening or replacement ofthos� portions
of the structure which fail to develop the required strength. The cost of all such co�e borings and/ar
F03360.doc 033 04-16 t o�i i ia �
City o£Fort Warth
Rolling Hills WTP
Sackwash Supply System
load tests and any strengthening or concrete replacementrequired because strengths oftest specimens
are below that specified, shall be entirely at the exper�se afthe Contractor. Iz� such cases of failure to
meet strength requirements the Contraetor and Engineer shall canfer ta determina what adjustment, if
any, can be made in compliance wi�h Sections titled "Strength" and "Failure ta Meet Snength
Requirements" of ASTM C94. The "purchaser" referred to in C94 is the Contractor in this
Specification.
B. When the tests on contrc�l specimens of concrete fall below the required strength, the Engineer will
pernnit check tests for strengths to be made by means of typical cores drilled from the structure in
cornpliance with ASTM C42 and C39. In ease of faiiure of the cores, the Engineer, 7n addition to
othex xecourses, may require load tests on any one of �he slabs, beams, piles, cags, atad columris in
which such conerete was �used. Such testing shall be at the Contractor's expense. � Test need not be
made until concrete has aged 60 days.
C. Should the sfa-ength of test cylinders fall below 6Q percenf of the required minimum 28 day strength,
the conerete shall be rejected and shall be removed and replaced.
3.11 PATC�ING
A. As soon as the forms have been st.ripped an.d the cancrete surfaces expased, fins and oiher projections
shall be remo�ed; recesses left by the remaval of farm ties shall he filled; and surface defects which do
not impair structural strength shall be repaired. C1ean al1 exposed concz-ete surfaces and adjoining
t�ork staaned by leakage nf concrete, to approval of th� Engineer.
B. Irnrnediately after remaval of forms, remove plugs and break oif inetal ties as required by Section
03I�0 Formwork, Promptly fill holes upon stripping as follavUs: Moisten the hol� with water,
follovved by a 1/16-in brush coat of neat cement slurry mixed fo the consistency of a heavy paste.
Tmmediately plug the hole with a 1 to 1.5 mixture of cement and concrete saaad mixed s�ightly damp to
the iouch (just short of "ballulg"}. Hammer the grout into the hole until dense, and an excess of paste
appears on the surface in the form af a spiderweb, Trowel smooth with heavy pressure. Avoid
burnishing.
C. When patching exposed surfaces Yhe same source of cement and sand as useci in the parent conerete
shall be employed. Adjust calor if necessary by addition af proper amounts of white cement. Rub
Iightly with a fine Caxborundum stone at an age of one tfl five days if necessary to bring the surface
down with the parent concrete. Exereise care to avaid damaging or staining the virgin skin of the
sunrounding parent aoncrete. Wash thoroughly to remove aIl rubb�d rnatter.
3.12 REPALRS
A. It is the intent of these Specificatio� to require quality work including adequate forming, proper
mixture and placenaent of cancrete and curing so completed concrete surfaces will require no
paiahing.
B. Defective cor�crete and haneycombed azeas as determined by the Engineer shall be rep�aced ar
repaired as speciiied in Section 03740.
3.13 SCHEDULE
A. Th� %llo�ving {Table 5} are the g�neral applications fox the various concrete classes and design
strengths:
F03300.doc 03 3 00-17 i on i�o i
City of Fort Worth
Rolling Hi11s WTP
Hackwash Supply 5ystem
TABLE 5
Design Strength
Class (psi) Description
A 2,500 Concrete fill and duct encas�ment, exterior sidewalks vn
grade, thrust bZack fill
B 3,000 Concrete curb and gutter, and cancrete storm inlet
structures.
D 4,a�0 Walls, slabs on grade, susp�nded slab and beam systems,
columns, gz�ade beams and all other struct�ral concrete
END aF SECTTOI'�
�Q�3oo.ao� 03340-18 io��t�ol
CiEy of Fon Worth
Rolling Hills WTP
� Backwash 5upply System
SECTION 03350
CQNCRETE FINISHES
PART 1: GENERAL
lA1 SCOPEOFWORK
, A. Furnish al1 labor, rnaterials, equipment and incidentals required to iinish cast-in-place concrete
surfaces as shown on the Drawings and as specified herein.
1.02 RELATED WORK
�. A. Concr�te Farmwoxk is included in Se�ction 03100.
" B. Cast-In-PIace Concrete is included in Section 033�Q.
, C. Modiiications to Existing Concrete are included irz Section 0374Q.
D. Grrout is included in Sectiota D36Q0.
� E. Moisture Protection is included in Division 7.
F, Painting, toppings and special surfaces aF'e included in Division 9.
` ` 1.03 REFERENCE STANi]ARDS
A. American Sociei3+ for Testing and Materials (ASTM)
'�
` l. ASTM C33 - Concrete Aggregates.
B. American Concrete Institute (ACI)
k
1. ACI 302.1 R-89 - Guide for Concrete Floor and Slab Con�truction
� C. Wt�ere referenae is made to one af the precedin� standards, the revision in effect at the time of hid
opening shall apply. _
, 1.04 QUALITY ASSURANCE
A. Fin.ishes
1. For concrete which will receive addiiional applied f�ishes or mate�ials, the surface iinish
specifi�d is that whicb. is required �or the proper application of the specified manufaciurer's
products. VJh�re alternate products are appro�ed for uae, determine if changes in imishes are
required and provide the proper finishes to receive these products.
2. Changes in fmishes made to accommodate praducts different from thase specified shall be
performed at no additional cost to the Owner. Submit the proposed new fmishes and their
construction methods to the Engineer far approval.
F03350.dQc �335Q-1 ion �ro�
City of Fort Worth
Rolling Hilis WTP
Bac3cwash Supply 5ystem
PART 2: PROT]UCTS
2.01 MATERIALS
A. Portland cement and aggregates required for the wor1� af this Section shall be as speci�'ied in Section
03300.
PART 3: EXEC�TTI�N
3.01 FORMED S[TRFACES
A. Forms shall nat be remn�ed be%re the requirements of S�ction Q3300 have been satisfied.
B. Exercise care ta pzer�ent damaging edges or obliterating the lines of chamfers, rusticatzQns or corners
when removing the forms or performiag any other work adjacent thereto.
C. C1ean all exposed concrete surfaces and adj oining work stained by leakage ai concrete.
37. Raugh-Farm Finish
1. Irnmediately after stz�pping forms and before concrete has �hanged color, carefully remove all
fsns and projections.
2. Promptly fill holes Ieft by tie cones and defects as speciiied in Section 03300,
E. Rubl�ed Finish
Immediately upon stripping forms aaad before concrete has changed eolor, car�fully remove aIl
fins. Prornptly fill holes left by tie cones and defects as specified in Section 03�00. While the
wall is still damp apply a fhin caat of inedium consisten.c}� neat cement slurry by means af br�istle
brusk�es to prQvide a bonding coat within all pits, air holes or blem�ishes in the parent concrete.
Avoid coating lazge areas wifh the slurry at one time.
2. Before the slurry has dried or Ghanged color, apply a dry {aImost crurz�bl�r) grout proportioned by
volume and consisting of ane part cernez�t to 1-1/2 parts of clean masonry sand ha�aing a fin.eness
modulus of approximately2.3 and camplying with the gradation reqtiirements of ASTM C33 for
such a material. Grout shall l�e uni%r�nly applied by zneans of darnp pads of coarse burlap
appro�ately 6-in square used as a float. Scrub grout into the pits and air holes to provide a.
dense martar in all imperf�ctions.
3. Allow the z�c�artar to }�artially harden for one ar two hours depending upon tk�e vveather. If the air
is hot and dry, keep Y.he wall damp during this period using a fin�, fog spray. Wlien the grout has
hardcned suff"�ciently so it can be scraped from the surface wit�. the edge of a steel trawel wit�out
damaging the grout zn the small pits or holes, cut off all that can be xemoved with a trowel.
(Note: Grout allowed to xernain on the wall too lon.g will haz'den and will be di�zcult to remove,)
4. A.11ow t.�ae surface to dry thoroughly and rub it vigorously with clean dry burlap to completely
remove any dried grout. No visible fi�n of �out sh.alI remain after this rubbing, The entire
cleaning operation for any area must be cvznpleted the day it is started, Do not leave gxout on
surfaces Qvernight. Allow suf�icient time for graut to dry after it has been cutoff with the trovvel
so ii can be wiped off clean �vith the b�rlap.
Fo�3so.aa� 03350-2 �an var
City of Fort Wartit
Rolling Hills WTP
Backwash Supply System
S. On the day followi.n.g the repair ofpits, air holes and blemislaes, the walls sha11 again be wiped
off clean with dry, used pieces of burlap containing ald hardened m.aztarwhich will act as a mild
abrasive. After this treatment, there shall be na built-up filrn remaining o� the parent surface. If,
however, such � film zs present, a fine abrasive stone shall be used to remove all such material
without breaking through the surface film of the original concrete. S�zch scrut�bing shall be light
a�ad suff�cient only to remove excess naaterial without changing the textuxe of the concrete,
6. A thorough vwash-down with stiff bristle brushes shall follow the fina] bagging Qr stoning
operation, No extraneous materials sh.all remain on the surface of the wa11. '�he wall shall be
sprayed with a fine fog spray periadical�y to znaintain a continually darnp condition for at least
three days after the appXication of the repair grout.
3.02 �'LO�RS ANp SLABS
A. Floated �inish:
Machine Floating
a. Screed floors ancl slabs with straightedges ta the estahlished grades showr� on the Drawings.
T�nmediately after final screeding, a dry cementlsand shake in the proportinn of two sacks
of portland cement to 350 pound� of coarse na#ural concrete sand shall be sprinlcled evenly
over the surface at the rate ofapproximately 500 pounds per 1,040 square feet of floar. Do
� I not sprinkle neat, dry cement an the suxface. The application af the cementlsand shalce may
be eliminated at the discretion of the Engineer if tl�e base s1�.b cancrete exhibits adequate
fattiness and ho�ogeneity,. and the need is not indicated.
b. When the cancrete has hardened sufficiently to support the weight of a power iloat vvithout
its digging into or disr�pting th.e level surFace, thoroughly flaat t�ie shake into the surface
with a heavy revolaing disc ty��e power compactir�g machine capable of pro�iding a 2Q4
pound compaction force disfributed over a 24-in diameter disc.
c, 5tart floating along walls and around columns and Yhen rnave systematically across the
suxface leaving a m.atte finish.
d. The com�acting machine shall be the "Kel1y Fower �loa� with Compaction ControP' as
nnanufactured by Kelley Industries af SS�' Construc�ion Equipment, Inc., Pomona, CA, or
eQual. Troweling machines eyuipped with float (shoe) blades that are slipped aver the
t�-owel blades may be used far flva�ing, Floating with a troweling machsne equipped with
:narmal trowel blades shaIl not he pez-mitted. The use of any floating or troweling machine
which has a water attachment for wetting the concrete surfaee during fmishing shall not be
pernutted.
2. Hand Floating
a. In lieu af power floating, small areas r�ay be cam.pacted by hand floating. The dry
cementlsand shake previously specified shall be used unless specifically eliminated by the
En.gineer. Sereed the floars and slabs �vith straightedges to the established grades shawn on
the Drawings. While the concrete is stXll green, but sufiieiently hardened to support a
fnisher and lrneeboards with no more tilan 114-in indentation, wood float to a true, e�en
plane with no coaxse aggregate viszble. Use sufficient pressure on the woad floats to bring
moisture to tlae surface.
Fd3350.dOc 0335b-3 larl vot
City of Fort Worth
Rnlling Hills WTP
Backwash Supply SysYem
3. Fin,ishing Tolerances
a. Level floors and slabs #o a tolerance of plus or zminus 1/$-in when checked with a 10 foot
straightedge placed anywhere on the slab in any direction. Where drains occur, pitch floars
to drains such that there are no low spots Ie$ undrained. FaiIure ta meet either af the above
requirements shaIl be cause for removal, grinding, or ather correction as directed by the
Engineer.
B. Broom Finish
1. Screed slabs with straightedges to the establisi�ed girades indicated on the Drawings and provide
a fioated �inish as specified in Paragraph 3.02A. VJhen the conerete has stiffened snfficiently to
main#ain small surface indentatians, draw a stiff bristle broom lightly across the surface in the
direction of drainage, or, in the case of walks and stairs, perpendicular ta the direction of traffic,
to pro�ide a non-slip surface.
C. Steei Trot�veled Finish
1. Pravide a floated finish as specified in Paragraph 3,p2A. Then, hand steel trowel to a perfecily
smooth, hard, even finish, free from high or low spots ox other defects. Provide two trowelin�s
unless additional trowelings are specifiad. Where a n;onslig steeX t7rorveled finisY� is specified,
lightly broom the conerete after the final troweling as specified in Paragraph 3.02B.
3.�3 APPROVAL OF FTI�IISH�S
A. AlX concrete surfaces, when fmished, will be inspected by the Engineer.
B. Surfaces which, in the opinion of the Engzneer, are unsatisfactary shatl be refinished or reworked.
C, After finishi7ng horizontal surfaces, regard�ess of the �inishing pracedure specified, the concrete shall
be cured in compliance vwith �ectiQn 03300 utaless otherwise directed by the Engin�er.
3.04 SCHEDULE OF FII�IISHES
A. Concreta shall be finished as specified, either to rernain as natural concrete or to reaeive an additional
applied iinish ar material under another section.
B. Cancrete for the followin� conditinns shall be finished as noted an the Drawings and as further
specified herein:
1. Cancrete to receive dampproofmg: Rough-farzn finish. See Paragraph 3,OID.
2. Concrete nat exposed ta view and not scheduled to r�ceive an additional applied finish or
matarial: Rough-form finish. See Paragraph 3A1D,
3. Exterior vertical concrete abave grade exposed to view: Rubbed finish. See Paragraph 3.O IE.
4. Interior �ertical concrete exposed to view except in water containtx�ent areas: Rubbed finish.
See Pazagraph 3.fl1E.
�o3aso.ao� 03350-4 �o�� iroi
City of Fort WartYi
Raliing Hiils WTP
' Backwash Supply 5ystem
5. Vertical con.creie in water containment areas. Rubbed finish on exposed surfaces and extendir�g
�o two feet belaw normal aperating r�vater level: Rough-form finish an rernainder of submerg�d
areas. See Paragraphs 3.OlE and 3.O1D, respectively.
6. Tnterior and exterior underside of eancrete exposed to view: Rubbed finish. See Paz�agraph
3.O l E.
7. Exterior horizontal concrete: Floated iinish. See Paragraph 3.02A.
8. Concrete for exterior walks, interior and ext�rior stairs: Broamed finish perpendicular to
�� direction of traffic. See Paragraph 3.02B.
9. Cancrete slabs on which process liquids flow vr in contact with sludge: Steel t�owel f�nish. See
" ' Paragraph 3.02C.
10. Interior concrete slabs: Nonslip steel troweled finish. See Paragraph 3A2C.
� �� �
� . ��
��
i��
;�
�
:1
END OF SECTION
F03350.d0� 03350-5 io�i vai
City of Fort Worth
Rolling Hills WTS'
Backwash 5upply Systam
SECTION 03600
GROUT
PART 1: GENERAL
1.01 SCOPE �F WORK
A. Furnish all labor, mat�rials, equipment and incidentals required and install grout cornplete as sk�awn
on the Drawzz�gs and as specified k�erein.
��
� .02 RELATED �VC)RK
.- A. �ormwork is included in 5ection 0310D.
'' B. Concrete Reinforcement is included in Seciion 03240.
C. Concrete roints and Accessories are included in Section Q3250.
D. Cast-in-Place Concrete is included in Section 03300.
E. Modifications to Existing Conerete are inciuded in Section 03740.
F. Grout for reinforced masonry is included in Division 4.
G. Miscellaneous Metals are included in Section 05500.
, 1.03 SUBMiTTALS
' A. Shop drawings and prnduct data in accordazace with Section 01304 showing materials of eonslzuctinn
� and details of installatinn for:
� 1. Commercially manufactured nonshrink cementitious grout. The submittal shal.l include catalog
cuts, technical data, storage requirem.ents, pr�duct life, working time after mixing, temperature
cansiderations, conformity to required ASTM standards, and Material Safety Data Sheet.
2. C�mmercially manufactured nonshrinl� epoxy grout. The �ubmittal shall in�lude catalog cuts,
technical data, storage requirements, product life, working time after mixing, teinperaturs
cansiderations, conformity to required ASTM �tandards and Material Safety Data Sheet.
3, Cement grout. `�ie submittal shall inelude t11e type and brand of the cement, the gradation of the
fine aggregate, product data on any proposed admixtures and the proposed mix of the graut.
4. Canerete grout. The sul�rnittal shall include data as requixed far cancrete as delineated in
Section 0330b and for ii6er xeinforcement as delineated in Section fl3200. This includes the mix
design, constituent quantiti.es per cubic yard and the water/cement ratio.
B. 5 amples
1. Samples of commercially manufact�red grout products when requested by the Engineer.
['D3606.doc
fl3600-1
10/1l/Dl
Ciry of Fort Worth
Rolling Hills WTP
Baokwash 5upply 5ystem
2. Aggregates for use in concrete grout when requested by the Engineer.
C. Laboratary Test Reports
1. St�bmit laboratory test data as requued under 5ection 03300 for concrete to be used as concrete
grout.
D. Certifications
1. Certify that commeroially znanufaot�red grout products and concrete grflut adxza�ixtures are
suitable for use in contact with potable water aftex 30 days curing.
E. Quali�ications
�. Grout manufacturers shall submit documentation that they have at least ten years experienc� in
the praduction and use of the praposed grouts whic�. they will supply.
1,04 REFERENCE ST�AI�IDARDS
A. American Saciety for Testing and Materia�s (A5TN1)
1. AST`1bI G531 - Standar� Test Methad for Linear Shrinkage and Coefficient of Thermal
Expansion of Chemical Resistant Mortars, Grauts and Monolithrzc Surfacings.
2. ASTM C579 - 5tandard Test Method for Compressive Strength af C�emical Resistant Mortars
and MonoIi�hic Surfacings.
3. A5TM C827 - Standard Test Method far Change in Height at Early Ages of CyIindrical
Specimens from Cementit�ous Mixes.
4. ASTM C1.107 - 5tandard Specificatian for �'ackaged Dry, Hydraulic- C�ment Grou#
(Nons�z'ink).
S. ASTM D695 - Standard Test Method for Cornpressive Properties of Rigid Plastics
B, LT.S. Army Corps of �n�ineers Standard (CRD)
l. CRD-C 621 - Carps of Engine�rs Specificatian for Nons�u-uak Graut
C. Where reference is made ta one of the abo�e siandards, the revision in effect at the time of bid
opening shall apply,
1.Q5 QUALITY ASSURANCE
A. Qualiiications
1. Grout manufacturer shall ha�e a minamum of ten years experi�nce in the praduction and use of
the type of grout proposed for the Work.
xo3600.d�� 03600-2 f o�i voi
City of Fort Worth
Rolling Hills WTP
Backwash 5upply System
B. Field Testing
1. All field testing an.d inspection services requzred shall be pravided by the Owner. Tlae
Contractor shali assist in the sampling of maierials and shall provide any ladders, platforms, etc.
for access to the Wark. The methods of testing shall comply i� cietail with the applicable ASTM
Standards.
2. The field #esting of Cancrete Crraut shall be as speciiXed for concrete in Sec�ion 033D�.
Lp6 DELNERY, ST�RAGE AND �IANDLING
A. Deliver mater�als to the j obsite in original, unopened packages, ciearly labeled with the manufacturer's
name, product identiiicatinn, batch numbers, and printed instructions.
B. 5tore materials in full compliance with the manufacturer's recommendations. Total storage time from
date of manufacture to daie of installation shall be limited to 6 months or the manufactureir's
`, recommended storage time, whichever is 1ess.
C. Material which becomes damp ar otherwise unacceptable shall be immediately removed from th� site
and replaced with acceptable mate�ial at no additional expense to the Owner.
D. Nonshrink cement based �-outs shall be delivered as preblended, prepackaged rtai�ces requiring only
the addition of wate�r.
E. Nanshrink epoxy grouts shall be delivered as prerneasuxed, prepackaged, three corn.ponent systems
requiri.ng anly blending as directed Uy the manufacturer.
1.07 DEFINITI�NS
A. Nonshrink Grout: A commercially manufactured product that does not sku-ink in either ihe plastic or
hardened state, is dimensianally stable in the hardened state and bonds to a clean base plate.
PART 2; PRODUCTS
2.01 GENERAL
A. The use of a manufacturer's natx�e and product ar catalog number is %r the puxpose of es#ablishing the
standard af quality desired.
B. Like materials shall be the products of ane manufacturer or supplier in order to provide
standardization of appearance.
2.02 MATERIALS
A. Nflnshrink Cementitious Grout
1. Nonshrink cernentitious grauts shall meet or exceed ihe requirements of ASTM C 1 I 07 Grades B
or C and CRD-C 621. Grouts sk�all be portland cement based, cantain a pre-proportioned blend
of selected aggregates and shrinkage compensating agents, and shall require only the addition of
water. Nanshrink cementitious grouts shall nat contain expansive cement ar nnetallic particles.
The grouts shall exhibit no shrinkage when tested in conf4rnuty with A�TM C827.
F036UO.dac Q3 bQQ-3 � ai uo i
City of Fort Wocth
Rolling HS]]s WTP
Bacicwash Supply 5ystem
a, General purpose nonshrink cementiziaus grout shall canform to the preceding standards and
shall be SikaGrout 212 by Sika Corp,, Set Grout by Master Builders, Inc., Gilco
Construction Grout by Crifford Hill & Co,, Euc� NS by The Euclid Chemical Co., NBEC
Grou� by U. S, Grout Garp., ar equal.
U. Finwable (Precision) nonshrink cementitzous grout �haXl conform to the prec�ding standards
and shall be Masterflow 928 by Master Builders, Inc., Hi-Flow Graut by th.e Euclid
ChemicaI Co., SikaGrout 212 by Silca Corp., Supreme Crrout by GifFvrd Hi11 & Co., Five
Star Gxaut by U. S. Grout Carp., ar equal,
B. Nanshrink Epoxy Grout
Nonshrink epaxy-based grout shall be a pre proportianed, three component, 104 percent salids
system consisting of epoxy resin, hardener, and b�ended aggregat�. It shall have a compressive
s#ren,gih of 14,OQ0 psi in 7 days r�hen tested in eonformity with ASTM Db95 and have a
maximum thermal expaa�sion of 30 x 10-6 when tested in car�forrnity with ASTIwI C531. The
grout shall be Ceilcote (48 GP by Master Buildexs, Inc., Five Star Epoxy Grout by U.S. Grout
Corp., Sikadur 42 Grout-Pak by Sika Corp., Hig� Strength Epaxy Grout by the Euclid Chemical
Co. or equal.
C. Cement Graufi
Cement grauts shall be a mixture of Uetween one part portland cement conforming to ASTM
C 150 types I, Il, or III and one to #wo parts sand conforming to ASTM C33 with s�fficient water
to place the grout. The water content shall be sufficient to impart workability to the graut but nat
io the degree tha� it will allow the graut to ilow.
D. Concrete Grout
1. Goncrete grout shall conform ta the xequirements of Section 0330� except as specified herein. 7t
sha11 Ue proportioned with cement, pozzolan, coarse and fine aggregates, water, water reducer,
and air e�atraining agent to produce a mix Yaaving an average strength of 2900 psi at 28 days, ar
2500 psi nominal strength. Goarse aggregate size shall be 31$-in ma�naum. Slump sbould not
exceed 5-in and should be as low as practical yet sti�l retaiz� sufficient workability.
2. , Synthetic reinforcing fibers as sp�cified in Section 032Q0 shall be added to the edncrete grout
mix at the rate af 1, 5 pounds of fibers per cubic yard of grout. �ibers shall be added from the
manufacturer's prerneasured bags and accordixig ta the manufacturer's recoznmendations in a
manner which will ensure cnmplete dispersioia af the fb�r bundles as single rnonofilaments
vvithin the concrete grout.
E. Water
1. Potable water, free frvm injurious amounts of ail, acid, alkali, organic matter, or other
deleterious substances.
�03600.doc 03600-4 ioli i�oi
C'rry of Fort Worth
Rolling I-�ilis WTP
Backwash 5upply System
PART 3: EXECUTION
3.01 PREPARATION
A. Grout shall be placed over cured concr�te which has attained its full design sirength unless otherwise
approved by the Engineer.
B. Concrete surfaces to receive grout shall be clean aud saund; free of ice, frost, dirt, grease, oii, curing
compounds, laitance and paints, and free of all loose material ar foreign matter which may effect the
bonc� or perforznance of the grout.
. C. Roughen concrete surfaces by chipping, sandblasting, or other m.echanical means to ensure bond of
Che grout to the cancrete. Remove loose or broken concrete. T�rregular voids or prajecting coarse
' aggregaia need not be removed if they are sound, free of laitaz�.ce and firmly embedded into the parent
concrete.
� 1. Air compressars used to clea� surfaces in cantact wi,th grout shall be the oilless type or equipped
witb an oil trap in the air iine to prevent oil frorz� being blown onto the suriace.
D. Remove all Ioose rust, ail or other deleterious substances From metal embedments or bottom of
baseplates prior to the installation of the grout.
E. Concrete surfaces shall be washed cleazi and then kept moist %r at least 24 hours priar to the
placement af cementitious or cement grout. Saturation may be achieved by covering #he eoncrete with
saturated burlap bags, use af a soaker hose, flooding the surface, or other method acceptable ta the
Engineer. � il�on completion of the 24 haur period, visihle water shall be removed from the surface
p�ior to grouting. The use af an adhesive bonding agent in lieu of suxface saturation shall only be used
when approved by the Engineer for each specific location of grout installation.
�'. Epoxy-based grouts do nnt reyuire the saturation of the concrete substrate. Surfaces in contact with
epo�y grout shall be completely dry before grouting.
G. Construct grout %r�ns or other leakpraof contair�ment as required. Forms sha31 be lined or coated with.
release agents recommended by the grout manufacturer. Fomzs shalI be of adequate strength, securely
anchared in place, and shored to reszst the forces imposed by the grout and iis placement.
Forms for epaxy graut shall lae designed to allow th� formation of a hydraulic head and shaZ1
have chamfer strips built into fflrms,
H. Level and align the structura3 or equipment bearing plates in accordance with the structural
requirements and the recomrnendations of the equipment manufacturer.
T. Equipxn.ent sk�all be supported during alignment and installation af graut by shims, wedges, blocks or
other approved means. The shims, wedges and bloclting devices shaJ.l lae pre�ented frombonding to
the grout by appropriate bond breal�ng coatings and removed a�er grouting unless otherwise
approved by the Engineer.
3.02 INSTALLATION — GENERAL
A. Mix, apply and cure products in strict compliance with the manufacturer's re�ommendations and these
specifications,
Fa�6on.ao� 03600-5 tan irot
City of Fort Worth
Rolling HiEls WTP
Sackwash SuPply System
B. Have sufficient manpawer and equipment available for rapid and continuous mixing and placing.
Keep a11 necessary toals and rnateriais ready and close at hand.
C. Maintain temperatures of the foundation pla�e, supporting concrete, a�d grout between 40°F and 90°F
during grouiing and far at least 24 hours thereafter or until graut compressive strength reaches I000
psi ox as recommended by the grout manufacturer, whicheaer is longer. Ta%e precautions to minimize
differential heating or cooliun.g of Uaseplates and grout during the curing period,
D. Take special precautions for hot weatYfer or cold weather grouting as recommended by t�e
manufacturer when ambient tempera�ures anrUor the teanperature of the materials in cantact with the
grout are outside af the 60°F and 90°F range.
E. Install grout in a manner whieh will preserv� the isolation Uetween the elements on either side of the
joint uvhere groui is placed in the viciz�ity of an expansion ar contral joint.
F. Reflect all existing underlying expansion, cnntrol and canstrucfion joints through the grout.
3.03 INSTALLATION — CEMENT GRQUTS AND NONSHRINK CEMENTITIOi7S GROUTS
A, 11+Iix in accordance with manufact�rer's recommendations. Do not add cement, sand, pea gravel or
admixt�xes without prior approval by tk�e Engineer.
B, Avoid mi�ci�ng by hand. Mixing �n a zn.ortar mixer (with maving blades) is recommended, Pre-wet the
mixer and empty excess water. Add prerAaeasured amount of water for m.ixing, followed by the grout.
Begin with the minimum amatint of water recornmended by the manufacturer and then add the
rninimum additional water required #a obtain warkability, Do not exceed the manufacturer's
maximum recoznmended water content.
C. PIacernents greater than 3�in in depth shall include the addition of cIean, washed pea gravel to the
graut mix when approved by the manufaciurer. Comply with tb,e manufacturez's recommendations for
the size and amount af aggr�gate to be added.
D. P1ace grout into tk�e designatad areas in a manner t�vhich wilI avaid segregation ar �ntrapment of air.
Do not vibrate grout to release air or to consalidate the rriatenal. Placerraent should proceed in a
mariner which �vill ensura the f Zling of all spaoes and provide full contact betwveen the grout and
adjaining surfaces, Provide grout holes as necessary,
E. Place grout rapidly and continuously to a�roid cold joints. Do not place cement grouts in layers. Da
not add additional water to the nni.x (r�temper) after initial stiffening,
F. rust before the graut reaches its final set, cut back the grout to the subsf�ate at a 45 degree an�Ie from
the lower edge af bearing plate unless atherwise approved by the Engineer. Finish this surface with a
woad float or brush finish as directed by the Engineer.
G. Begin cur�ng immedia�ely after form removal, cutback, and finishing. Keep grout moist and vviihin its
recorram�nded piacernent temperature range far at least 24 hours after placement or longer if
recomrnended by the manufacturer. Saturate the �"out surface by use of wet burlap, soaker hoses,
ponding or other appraved mea�ns. Provide sunshades as necessary. Tf dzying winds inhil�it the ability
of a given curing method to keep gz�out moist, erect wit�.d breaks umtil wind is na langer a problem or
curing is finished.
F03GDO.doc 03600-6 l OJl lfO l
City of Fort Worth
Rolling Hills 1�TP
Sackwash SuppVy System
3.a4 INSTALLATIQN — NONSHRINK EPDXY GROUTS
A. Mix in, accordance with the procedures xeconnmended by ihe manufacturer. Do not vary the ratio of
eomponents or add solvent to change the consistency af the grout mix. Do not overmix. Mix full
Uatches only to rnazntain proper proportions af resin, hardener, and aggregate.
S. Monitor ambienY tweather conditions and contact tlae grout manufacturer for special placement
pracedures to be used for temperaiures below 60°F or above 9p°�,
C. Place grout into the designated areas in a manner wh.ich wi11 avozd trapping air. �lacement methods
� shall ensure the filling of all spaaes and pro�ide iull contact between the grout and adjoining surfaces.
Pro�ide grout holes as necessary.
_ �
E.
Minimize "shouldex" length (extension of grout horizontally beyand base platej. In no case shall the
shoulder length of the grout be greater than the grout thickness.
Finish grout by puddling to cover all aggregate and provide a sn:�oath finish, Brealc bubbles and
smooth the top surface af the grout in confornuty with the rnanufactuxer's recommendatians.
� F. Epoxy grouts are self curing and do not require th� applicatzon af water. Maintain the forrned grout
within its recommended placem�nt temperature range far at least 24 hours after placing, ox longer if
recommended by the manufacturer.
3.05 INSTALLATION — CONCRETE GROUT
/_�
:
Screed underlying concrete to the grade shown, �n the Drawings. Provide the surface with a Uroomad
finish, aligned to drain. Protect and keep the surface clean until placement of eancrete grout.
Remove the debris and clean the surface Uy sweeping and vacuuming of all dirt and other foreig�
materials. Wash the tank slab using a strong jet afwater. Flushing of debris into tank drain lines will
nat be permitted.
C. 5aturate the concrete surface foz at least 24 hours prior #o placement af the concrete grout. Saturation
may be maintained by ponding, by the use or soaker hoses, or by other methods acceptable ta the
Engineer. Remove excess water jusi prior to placement of the eoncr�te graut. Place a cement slurry
immediately ahead oft�e concrete grout sa that the slurry is moist when the grout is placed. Workthe
slurry over the surface with a hroom until it is coated with approximately 1/16 to Il8-in thick cemerit
paste. {A bonding grout composed of one part partland cement, 1.5 parts fine sand, an approved
bonding adrnix.ture and water, naixed to aclueve the consistency of thick paint, rx�ay be substituted for
the c�ment slurry.)
D. Place concrete grout to ftnal grade using the scraper mechanism as a guide for surface elevation and to
ensure high and 1dw spots are eliminated. Unless specifically approved by the equipment
manufacturer, mechanical scraper mechanisms shall not be used as a finishing machine or screed.
E.
F.
Provide grout contrc�l joints as indicated on the Drawings.
Finish and cure the concrete grout as speciii�d for cast-in pIace conerete.
Fo36�a.ao� Q3�00�7 �o�itioi
City of Fort W orth
Ral]ing Sills WTP
Sackwash Supply System
3.46 SCHEDULE
A. The following list indicates where the particular iypes of �-out are to be used:
General purpose nonshrink cementitious grnut: Use at all locations where non shrink grout is
cailed for an the plans except for base pFates greater in area than three feet wide by three feet
lang and excep# for the setting of anchor rods, anchor bolts or rein%rcing steel in concrete.
2, Flowabie nonshrink cementitzous graut: Use under all base plates greater in area �lian three feet
Uy three #'eet. Use at all locati ons indicated to receive flowahle nonshrink grout by the Drawings.
The Contractor, at hislY�er option and conven.ience, nnay also substitute flowable nonshrink grout
for general purp.ose nonshrink cementitious grout.
3, Nonshrink epoxy grout: Use for the setti�rg of anchor rods, anchor bolts and rein�foreing steel in
concrete and for all lacations specifically indica�ed to receive epoxy �rout.
4. Cement grout: Cement grout may be used for grouting of incidental Uase plates for structural
and miscellaneous steel such as past base plates for platforms, base plates for beams, ete. Tfi shall
not be used when nonshrink grout is specifically called for on the plans or far grouting of
primary structural steel members such as columns and girders.
Concrete grout; Use for overiaying the base cancrete un.der scraper txiechanisms af clarif ers ta
alIaw more cantrol in placing tl�e surface grade.
ENl] OF SECTION
F03600.da� 03600-8 io�i voi
City of Faft Worth
Rolling Hills W`1'P
' Baekwash Supply System
SECTION 03740
MODIFICATI�N OR REP1-1IR OF EXISTJNG CONCRETE
PART 1; GENERAL
1.01 �COPE OF WORK
A. Furnish a13 labar, materials, equipment, and incidenia�s required to modify or repair existing cancre#e
as sho�vn on khe Drawings and as specified herein.
B. Work under this Section may be performed as a remedy for improperly placed or poorly plaeed
concrete. Perform such v�ork only after receiving written directians from the Engineer.
1.02 RELATED WORK
A. Demolition o� existing structures is zn.cluded in Section 02050.
B. Structural e�cavation axad backiill are incl�ded in Section 02220.
G_ Concrete reiniarcement is included in Section 0320�.
D, Concrete joint accessories are included in Section 0325Q.
E. Cast-in-place concrete is included in Section d33Qa.
F. Grout is included in Section 03600.
G. Anchor bolts and anchors to be inserted into concrete are included in. Section 05540.
' 1.03 SUBMITTALS
�
A. Contractor's proposed methods of cancrete surface preparatian at concrete repairrs.
B. Shap Drawings and product data, in accordance vv�ith Section 01300, showin� materials of
construction and details of installation for ihe following products. With each submittal, indicate far
which structuxes and what lacations the material is submi.tied.
1. Bonding adhesi��s. Product data including catalog cuts, technical data, storage and handling
requirements, product life, mixing and application instructions, temperature considerations, and
co�afozmity to ASTM ar other standar�s specified. Subrnit Material �afetyData Sheets (MSDS}
for all adhesives.
2. Repair mortars and toppings/overlays. Product data including catalog cuts, technical data,
storage and handling requiremenfs, product 1�fe, xnixing and applicat�on instruetions, temperature
considerations, and confarmity io A�TM ar other standards specified. Submit Material Safety
Data Sheets (1�I�DS} for each material.
C. Samples
1. Samples of adhesiv� capsule atachoring system if requested by the Engineer.
2. Sample of aggregates for e�tending repair mortars and overlays if requested by the En�ineer.
F03740.doc 03 74p-1 ] 0/11101
Gity of Fort Warth
Rollmg Hills WTP
Backwash Supply System
D. Test Reports
Manufactuz�er's certif ed tests for adhesives, performed by an independent testing laboratary,
indicating the following properties and the ASTM meihod used ta detemiine each: Compressive
strength, tensile strength, bond streng�h, modulus o� �lasticity, shear strength, and moisture
absorption.
2. Manufacturer's certif ed tests for icpair martars ar�d tappings/ov�rlays, performed by an
independent testing Iabaratory, indicating the following properties and the ASTM method used
to determine each: Cornpressi�e streng�, tensile strength, bond s�rengih, modulus of elasncity,
shear strength, ar�d moisture absorption.
E. Certificates
Certify that bonding adhesives are suitable for use in contact with potable water a£ter 30 days
curing.
2. Certify that patching materials are suitable for use in cantact with pataUle water after 3Q days
curing,
F. Manufacturer's Instr�ctions
S�zbxx�it manufacturer's surface prepaxation and product installatian instructions.
G. Qualificatzons
Adt�esive rnanufacturer: Demonatrate at least iive years experience in th� manufacture af
products of the type to Ue provided. Dacument manufacturer's program for training and
technically supporting field personnel.
2. Patching material manufact�azer: Demonstrate a# least five years experienee in the manufacture
of products of the type to be provided. Docuzner�� manufacturer's program for training and
technically supporting field personnel.
H. Project Record Docur,�ents
1. Accurately record actuallocations of structural repairs and the specific mater�als used at each.
1,OS R�FERENCE STANDARDS
A, American Society for Testing and Materials (ASTM)
ASTM C881 Standard Specification foz Epoxy-Resin�Sase Bonding Systems for Concrete
B. Where reference is made to one of the preceding standards, t�e revision in. efFect at the time of bid
opening shall apply unless specifically indicated otherwise.
1.06 QUALITY ASSURANC�
A. Qualificat�ons
Manufacturer: The manufacturer �f the products specified shall have not less than five years
documented experience in the manufacture of such pxoducts and sha11 have an ongoing pro�ram
to provide training and technical sup�ort for �he contractor's personnel.
�o�74a.ao� 03740-2 ia�i z�oi
City of Fort Worlh
Rolling Hills WTP
Backrvash Supply System
B. Pre-in.stallation Conference
1. Arrange a meeting with the Engineer to examine the areas to be repaired and to deterrnine the
extent of repairs. The Engineer will designate areas for repair, and the Cnntractor sha31 markthe
designated areas ta delineate the location and extent of repairs to be made.
2. Provide at least 48 hours notice to the Engineer of all conferences.
�
C. 5ervices ofManufacturer's R�presentative
1.� Provide the services of tha repair materials manufacturer's representative to train Contractnr's
personnel in the correct surface preparaiion fox and installation of concrete repair produets.
2. A representative of the manufacturer of the concrete xepair products shall Ue present during the
initial installation af each type of product, and shall certi�y in writing that such producks were
installed in accordance with the manufacturer's recommendations.
D. Field Testing and Inspection
1. All field tesiing and inspeciion services reguired shall be provided by the Owner. Assist in the
sampling of rnaterials and pravide any eguipment required foz access to tl�e Work.
1.07 SYSTEM DESCRIi'TION
A. Modify and repair concrete at locations shown on tYte Drawings and specified.
B. The Engineer may, frQm time to time, direct the Contracior to make additional repairs to existing
concrete. Make such repazrs as specified or by other methads as rnay be directed by the Engzneer.
Payment far such repairs will be in campliance with the General Canditio�s of this Specificatian.
1.08 DELNERY, STORAGE AND HANDLING
A. Packing and Shipping
Clearly and indelit�ly Ynark aIl containers with the manufacturer's name, manufaciur�r's product
identificatian, manufacturer's instructions for mixing, and warnings for hand3ing and taxiczty.
B. AccepYance at Site
1. Deliver t�naterials in sealed eonfainers with labels legible and intact.
C. Storage and Handling
l. Store aIl materials in fu11 campliance with the manufacturer's storage instructions.
2. Handle materials in a safe manu�er. Avoid breaking cantainer seals.
1.09 PROJECT/SITE REQUIIZEMENTS
A. Environmental Requirements
1. Comply fully with manufacturer's recann�ner�dations as to the environmental conditions under
which the products of ihis Section may be placed.
�o3�aa.anc
03740-3 zan voi
City of Fari Worth
Ralling Hills WTP
Backwash Supply 5ystem
PART �2: 1'RODUCTS
2.01 GEI�IERAI.
A. i'he use of a rnanufacturer's name azad model or catalag number is for the purpose of establishing the
standard of quality and general cQnfiguraiion desired.
B. Like items shall be the end products of one manu�ac�urer in order to provida standardization far
appearance artd material com�atiUility.
C. Materiais shall corr�ply with these Specifications and any federal, state, ar local regulations.
D. The follawing specifications for caz�nmernially manufactured concreie repair materials designate
producis by specific manufacturers which ar� cansiderad to conform ta the respecti�e performance
requirements of the specification.
1. Use of commercially manufac#ured concrete repaix products other than those designated wi11 be
considered, prflvidad that �e Contxaator submits a vvritten request for such suhstitutions to the
Engineer, For each proposed substitute, such a request shall Ue accornpanied by:
a. Certified test data indicating the strength properties speci�ied in paragraph 1.03D, and th�
test methods used to determine those properties.
b. Documen#ation that the substitute product has at least a twn-year history of successfully
perfornvng the funetion for which it is speci�ied. Provide five references for the product
demonstrating sirnilar application and exposure canditions ta those expected for this Wark.
Include praject �arne, contractor natx�e, owner contaci name and telep�aone number, ancl
description of nnaterials and surface preparatio� methods used.
2.Q2 ADHESNES FOR $ONDING 1'LASTIC CQ�ICRETE T� HARDENED CONCRETE
A. Cement 51uzry.
Cement slurry shall be water and portland cezx�ent, bot� as specified in Sectian 0330Q, mixed to a
heavy paste. Cement slurty shall not contain fly ash.
B. Solvent-Free Palymer Adhesives
1. Epaxy Adk►esives.
a. Epoxy adhesive shall be a two-component; salvent-free, asbestas-free, maisture-insensitive
epoxy resin material conforrmu.ng to ihe requirernents of ASTM C881-90, Type V. Epox�
adhesive shall be sui�able for use in contact with potable wat�r a$ex 30 days curing. Curing
tempera#uxe requirements (�Iass} and viscosity (Grade) sktall be deter�nined by supplier and
Contractar after praject canditions have been estab�ished.
b. Epaxy adhesi�e bonding systems shall co�%zm ta the precedi�g requiremenis and shall be
Sikadux series hy Sika Cazporation, Lyndhurst, New Jersey; or equal,
2.03 ADHESIVES FOR BONDING 1NSERTS ]�ITO CONCRETE
A. Adhesive Capsule Anchors sha31 consist of a sealed glass capsule systenn containing premeasured
amounts of polyester or vinyl ester resin, quartz sand aggregate and a hardener contairzed in a separate
vial within. #he capsule.
F03740. doc 03740-4 i oii � io 1
City of Fort Wnrih
Rolling Hills WT'P
Sackwash Supp�y System
J, Adhesive capsule anchors shall be HEA Adhesive capsule by Hi1ti Corporation, Tulsa,
Oklahoma; Parabond capsule by Molly Fastening Systems, Temple, Pennsylvania; or approved
equal.
B, Doweling Adhesive shall be a two-catnponent vinyl ester hlend system supplied in single cartridges
separating the resin from tk►e hardener, and capable of ciispensing an accurately proportioned adhesive
mixture.
Doweling adhesive shall be GI00 Cartridge by Hz1ti Corporatian, Tulsa, Oklahoma; or appro�ed
equal,
2A4 CONCRETE REPAIlZ MATERIALS
, A. Repair Mortars and Toppings
1. Concrete repair mortars shall be polymer rnodified portland cement-based mortars faz patching
or overlay of properly prepared concrete surfaces_ Repair martars shall be supplied in factory-
proportioned units ready for mixing and formulated of a 3iquid palymer emulsion, port�and
cement, special�y graded aggregates, and acizz�ixtures.
a. Repa7iz mortars shall not contain asbestos, nitrates, ox chlorides in excess of those
attributable to any potable water content, nor slaall they contain added gypsurn or 1ime.
b, Repair mortars sha11 be suitable for use in contact wxtk� potahle water after 30 d�ys' curing.
c. Repair znartars shall be concrete gray in color.
d. Repair mortars shall be suitable for application at the zninimum thiclmess speciFied. Where
thickness of mortar to be applied exceeds the xecaza�mended maximum thickness for the
unmodified product, add aggregaie if recommended by the rnortar manufacturer to extend
the product.
�. Repair rnortars shall na� produce a vapor barrier.
f. Mortar and its constituent components shall be noncombustible l�oth befare and after cure.
g. Aggregates for inclusion in repair mortars shall be sound, well-graded material of law
absorption and high density, and shail be as specified by the martar rnanufacturer.
2. Trowel-grade mortar shall be pxoportioned for hand-applicataons from -inch to 1'/z-inch in depth
over horizontal surfaces, and suitable for use at �reater depths by the inclusion of aggregate zn
accardance witk� the manufac#uxer's recommendations. Trowel-grade rnortar shall be SikaTop
122 by Sika Corporation, Lyndl�urst, New rersey, or approved equal.
Non-sag xz�ortar shall �e praportioned for hand-applications fram -ineh to 1%z-inch in fhick�ness
per lift an vertical and overhead surfaces. Non-sag mortar shall be SikaTop 1Z3 by Sika
Corporation, Lyndhurst, New rersey, ar approved equal.
TD3740.doc 0374D-5 io�� iro�
City of Fort W orth
Rolling Hills WTP
Backwash 5upply 5ystem
PART 3; EXECUTIQN
3.01 GENER_AL
A. Cut, repair, or otherwise rnodify e�isting cancrefe as indicated on the Drawings, as specified, and as
may be required by Contractor's error. Work shalI comply with the requirements of this Sectian and
other requirements as nated on the Dxawings.
B, No existing concrete shall be shifted, cut, removed, or othe�ise altered untii authorization has been
reeeived frorn ihe Engineer,
G. When remaving materials, or when repairing concrete elemen�s, take all necessary precautions and
erect barriers, shoring, bracing, or other prntec�ive devices as required to prevent damage to areas
beyond the limits af the work and to protect personnel.
D, Locate penetrations driiled or c4red znto exisfiing concrete to avaid existing reinforcement w�ienever
passible. Where possible, identify reinforcement loca�ions priar to drilling and ad�ust ihe locations of
hales ta avoid interference. Advise Engineer of any locations where reinfarcement has been cut.
E, Mechanically cFean existing exgosed reinforcement ar conerete embedments to remove contaminants
and rust befoze praceeding with any concrete r�nodificaiion or zepair.
Where existing reinforcement is shawn to be salvaged for incorparation into new or repaired
constructian, carefully remove the existing cancrete surrounding it, and cut, bend, or lap such
bars as shown on the Drawings to pravide r�at less than one inch of cancrete caver between suck�
reinfarcement and the exposed surface of the cancrete.
2. If more tb.an half the diameter of any xeinfarceznent is exposed, chip out the concrete Uehind that
rsinforcement ta a depth of not less than 'lx-inch in prepalratian for placing concrete repair
tnaterials around it.
F'. Where cancre#e is ta be repaired in the vicinity of a contral, expansion, or isola#ion joint, nnake repairs
so as tn preserve the line af and isolation across the joint,
3.02 REMOVII�IG CONCRETE
A. Where xnaterials are to be retx�.aved, ta�e all necessary precautions and erect barriers shoring, bracing,
or other prat�ctive devices as required to pre�ent damage to areas beyond the limits of the work and to
pratect personnel.
B. Remo�ve designated concreie by �ine drilling at the limits and then chippi�a.g or jack-�ammering as
appropriate wiihin the areas where the conerete is to be removed. Exercise caution to ensure that
surrounding equipment or concrete, and existing rein%rcennent to be lef� it� p�ace, is not damaged.
Sawcuttuag at the limits of concrete removal wi11 be permitted only where specifically indicated on tbe
Drawings or approved by the Engineer.
C. At all concrete removals where joints between new and existing concrete wzll be exposed to view in
the finished work, the edge af the concrete remova� s�all be made using a 1-inch deep saw cut on the
exposed surface of the existi.rig concrete. Maintain this edge undarnaged during remo�aI of adjacent
concrete.
D. Wher� e�isting reinforcement is expased by sawcutting or coring and wou�d not normally be protected
by new concrete placed agai�st it, caat the exposed surface using cementitious repair mortar app3ied
over epoxy adhesive on the entire cut surface of the existing concrete.
xaa�ao.aoC 037�0-b �oi� �roi
City of Fort Warth
Rolling I-iills WTP
� Backwash Suppiy SysYem
E. Concrete to be left in. place which is damagea by the Contractor shall be repaized to the satisfactian of
the Engineer using approved means.
3.03 BONDING, REPAIKING, OR GROUTING CONCRETE
A. Dry fr�ished surfaces ofrepaired concrete shall rnatch the color and texture of the adjoizung concrete
to the greatest exteni possible,
B. Surface �reparation
Pratect surfaces laeyond the Iimits of bonding, repairs, or grouting against damage, abrasion, or
spills.
2. Apply znaterials only to prepared suxfaces af sound concrete, with coarse aggregaie exposed, and
free of any loose ar unsound material. Concrete surfaces shall free af deleterious materials such
as laitance, curing compounc3s, dust, dirt or oil. Trregular voids or surface stones need not be
rem4ved if they are sound and firmly embedcied into the parent concrete. Remove debris
resultia�g from surface preparation fechniques,
3. Mechanically prepare surfaees by sandblasting, chipping, or ather means specif ed ar approved
� - by the Enginear.
a. Air coznpressors used to clear surfaces in contact with grout, bonding, or repair materials
shall be oilless type or equipped with an oil trap in the air line to prevent oil from being
l�Iown onta the surface.
4. Moisture cantent of the concrete at the surfaces ta be bonded, r�paired, or grouted shall be as
recornmended by the manu facturer oithe products to be used.
a. Evaluation of moisture content of concrete may be made by iaping a 4-foot x 4-foot
polyethylene sheet to the concrete surface. If moisture coll�cts under the sheet Uefore
bonding or repair products would cuXe, allow the eoncrete additionaX drying time before
placing repair products if a dry or cured concrete substrate is recomnnended by th� repaaz
product maz�ufacturer.
5. Mainiain temperature of the concrete surfaces surrounding the work, and of the bonding, repair,
flr grout maierials, within the limits recornrn�nded by ti�� manufacturer of the product being
used. In no case, hawever, shall temperatures be belaw 40°F ar abav� 94°F.
6. Mechanically clean exist,�ng ex}aosed xeinforcer�aent to remove contaminants and rust before
proceeding with any concrete repair or groutirig of the anchorage.
C. Bo�►ding and Repaitr Procedures
Preparation
a. Canstruct forms as required For repair materia�s. Line or coat forms wiih release age�ts
compatible with the products to be placed therein. Forms shall be af adequate strength,
seaurely anchorad �n place, and shored as required to resist the �'orces imposed by the grout
and its placenaent. Anchor forms to existing concreie by xr�eans which will not damage the
post-tensio�ing tendons in the slab, nor leave embedxnents subject to connsion on the
surfaee af the concrete.
b. Condition cort�ponents as recornrnended by the manufaaturer prior to mixing.
F4374�.doc 03 %��-7 l4111/01
City af Fort Worth
Rolling Hills WTP
Backwash Supply System
c. Mix components clean containers, free of harn�ful residue or foreign. particles. Thoroughly
ialend components to a uniform and homogeneous mixture in compliance with the
�nn.anufacturer`s xecomrnendatians. Do not add addition.al constituen.ts to the prepackaged,
pre-blended materials withaut priar approval by the Enginaer. Avoid mixing matez�ials by
hand.
2. Application of Ad�esives
a. Apply adhesive to concrete in strict compliance wi�h. the manufacturer's recomrr�endations.
Apply adhesives at a thicl�ess sufficient to fill, with slight excess, the gap betwe�n the
substrate and the elernent to be bonded.
b, Place fresl� plastic concrete within contact time of adhesi�e as recommended by the
martufacturer. If epoxy adhesive cures to extent of losing its tack or beyond the
�manufacturer's recomzaaended "open time" befare the plastic concxete is in cantact with
adhesive, remave or slzg$tly abrac�e the �rst coat as recommended by the rr►anufacturer
before placing any additional coat or concrete.
c. Cortsolidate freshly placed plastic concrete in accordance with ACI 301 and ensure full
bonding to existing concxete. At the completion of finishing operations, cure concrete in
accordance with the gravisions o� S�otion d3304.
Applicatian of Repair Mortar
a, Apply repair rnortar to concrete surface by trowel Qr screed in strict compliance with the
manufaeturer's recommendations. Thiclaiess sha�l be �nnaintained within the limits
recomm.e�.ded Uy the manufacturex. �
b. Wark mortar intn place and consolidate thoraughly so that all contact surfaces are wet by
the mortar, and ent�apped air is reduced to the level recommended by the mant�fac�urer.
c. �'inish mortar surfac� to texture, color, and smoothness requu'ed for the speci�fic application.
d. Upon completion of finishing operatiaz�s, protect and allow nnortar t� cure in accardance
vtrith manufacturer's recommendatians.
4. Clean.up
a. Iznmediately rempve any materials applied or spilled beyond the desired area. For
adhesives, use materials designated by the manufacturer for adhesive removal. Avoid
cantamination of tY�e waxk area. �
Field Testing
a. The Engineer will avaluare the bonding of plastic concrete or repair products to hardened
cancrete after fil�e plastic concrete has cured for not less 1�,han 28 days. First evaluation will
be rnade by saunding methQds. �
b. Detectian of a hollow sound in any area sha11 b� reason to suspect inadequate bonding.
Wk�en requested by tt�e Engin�er, the Contractor shall core any such areas to deternirne the
adequacy of bond. Length af cores shalI be twice the core diameter ar twice the %hickness
of the new concrete as requested by the En.gineer.
Fp3740.dnc 03740-8 � on i�o i
City of Fart Worth
Rolling Hifls WTP
Backwash Supply System
a Cares shall be �isually observed. If the bond is adeguate, casts of coring shall be borne by
the Owner. If the bond is inadequate, costs af coring and any repairs ordered by the
Engineer shall be borne by the Contractar.
3.04 .�,.NLHORING II�ISERTS INTO EXISTING CONCRETE
A. Bonding using adhesive capsule anchors
Drill hole af daameter reeamrnended by t.�ie capsule rnanufacturer for the item to be embedded.
Depth of hole shail be as shown an the Drawings or as specified. If no depth is indicated, drill
and set end of anchor at least 2 inches inside the inner face of the near-face concrete
reinforcement. C�ear dust and debris and place capsule and insert according to manufacturer's
recomm.endations. Locate insert in hole io provide the indicated embedment and proj ection. Do
not distuxb or load insert before the adhesive cure tirne is camplete.
B. Bonding using doweling adhesive
' 1
- C
Drill hole of diameter and depth as shown on the Drawings or as specified. Unless otY�erwise
shown, deforrned bars shall be dri�led and set to a depth af at Ioast 10 bar diameters, and smooth
bars shall be drilled and set to a depfih af at least 15 bar diameters. Clear dust and deUris and
place dow�Iing adhesive in hole according to manufacturer's recommendations. Locate dowel in
hole to pravide the indicated embedment and projection. Insert the dowel slowly, tapping it into
the full depth af t11e hole and turning zt slightly to iill voids in adhesive. Do n.ot disturb or load
the dowel before adhesive cure time is eomplete.
Waterstops set into existing concrete
� 1. Where waterstops are required to be set into existing concreie, cut in reglets as shown on the
, Drawings. Tharoughly clean the surface of alj debris and apply epoxy bondit�g agent to th�
e�isting concrete surface at the reglet. Embed the waterstop in the reglet, packing the void
- between the reglet and the waterstop with non�shrink cement grout as specified in Section
� 03600.
3 AS PLACING OF CONCRETE OVERLAYS
A. Before placing overlay, roughen existing surr�'ace ta an arnplitude (difference between hzgh and low
points) of E/a-inch. Clean surface oF dus� and debris in compliance with overlay xnanufacturer's
recommendations.
B. Unless otherwise noted, place overlays over epoxy adhesive.
3.06 SCHEDULES
A. The following are specific concrete surface preparation and bonding "methods" to be used where
inciicated an the Drawings ar specified, or where directed by the Engineer.
1. Method A- Cement slurry bond: Prepare the existing concreta surface at the cannection. Brush
on to the cannection surfaae a'/1G-inch layer of cement slurry mixed to the co�r►sistency of a
heavy paste. Immediately place new plastic cancrete or grout miacture against the slurry and
existing cancrete.
2. Meth.od B- Adhesive bond: Prepare the e�cisting concrete surface at �Yie connectian. Apply
epoxy adbesive to the connectian surface unless anoth�r adhesive is specified on tk�e Drawings.
P1ace new plastic cancrete while ihe adhesive remains tacky.
R03740.doc 03740-9 � an rro i
City of Fort Worth
RoFling Hills W'i'P
Backwash Supply 5ystem
3. Method C- Embedment of dowels, bolts or �lareaded rads: Drill a hole of diameter and depth as
required. Clean hole of ldose particles and dust using compressed air. Fill hole with azld butter
the steeI insert rnember to be inserted with epoxy paste. Inset the steel member, tapping it into
the full depth of the hole. Unlass otherwise shown on the Drawings, deformed bars shall bs
drilSed atid set ta a degfh of at l�ast 10 bar diameters and smooth bars shall be driIIed and set to a
depth af at least 15 bar diameters. The Engineer will provide details regarding the size and
spacing of the steel ernbeds where no� noted an the Drawings.
4. Method D- Adhesive bond with embedded dawels: Cambine Methods B and C.
5. Method E- Adhesive capsule anchor syste�n: Drill holes into existing cancrete to that depth
required to develop the full tensile and sh�ar strength of the anchor material used. Hole diameter
shall be as recoixumended by fihe manufacturer, Anchar stud bold, reinforcement bar, or other
embedment shall be tipped wiih a double �l5 degree chamfered point and drilled into an adhesive
capsule anchar placed into the hole.
6. Method F- Surfaee repai:r; in the area where concrete has been de�molished, cut offreinforcing
steei %z-inch below final surfa�e. patch surface of concrete with.polymer modified cementitious
zn.ortar. P1ace mortar ovex epaxy adhesive if recommended by the mortar rnanufacturer. Surface
preparatian and appiication of mortar s�all be in accordance with xnanufactu�rer's
recommendations.
END OF SECTION
F03740.doc 03 740-10 i o�i iro t
Clty of Fort Worth
Rolling Hills WTP
Sackwash 5u�ply System
SECTION 03800
CONCRETE ELECTRICAL DUCT ENCASEMENT
PART 1: GENERAL
lAl ,SCOPE OF WORK
, A. Furnish alllabQr, materials, equipment and incidentals required and place concrete encaseaaaent around
underground electrical ductwork as shown on the Drawings and as speoiiied herein.
1.02 RELATED WORK
� A. Excavation, backfilling, fill and grading are sp�cified in Division 2.
� B. Furnishing and installing elecirical ducts and conduit are specz�ied in Division 16.
PART 2: PRODUCTS
I 7
2.01 MATERIALS
i A. Cement, lime, aggregate and a11 othez concrete components shall be as speci�ed in Sectian 03304
except that ag�regate size shall not exceed 318-inch. Concrete shall have a rninj�num compressive
strength at 28 days of 2,500 psi.
PART 3: EXECUTION
- 3 .D 1 GENERAL
` A. Concrete shall be measured, mixed and placed, and compacted as required in Sectzon 03300 for
. 2,500 psi canerete and as specified belaw.
� B. Provide not less than 3-inches af concreie between. the outside of a duct and the earth. Provide not
less than 2-inches of concrete l�etween adjacent ducts,
i' C. All duct line concrete pours shali be confiinuous hetween manholes or handholes and between
manholes or handhol�s and structur�s.
� D. Where duct lines pass through concrete walls, concrete envelopes shall Ue extended through the
finisk�ed flush with inside surfaces. Watertight eonstruction joints af an approved type shall be
provided.
E. Duct banks shall be reinforced when laid on backfill covering new pipelines, roads, parlcing lots or any
area subject to vehicular traffic. Beneath these areas, install No. 4 reinforcing bars at 6-inches on
center each way, extendiung 4-feet beyond area needing pratection.
�. Duct lines sha11 be Iaid in trenches on xnats of gravej not less than 6-inch�s fhick and well graded.
G. The minimurn cover for duct banl�s sball be 2A�-inohes,
H. All eleetriaal duct banks shall be colored red for safety purposes.
END OF SECTION
F03800.doc 03800-1 �oi� i�o�
i�
'1
.�
,�
�DgV�SI�I�T 4
�A���:��
�r
rl
t�
��
City of Fart Worth
Roliing Hills WTP
Backrvash Supply System
SECTION OA�200
CONCRETE i3rTIT 1VIASONRY
PART 1: GENER A i.
1.01 SCOPE O�' WORK
A. Furnish all labor, materials, equipment, and incidentals required to construct a11 masonry work as
shown an the Drawings and as specified herein.
B. Work vnder this Section includes, but is nat necessarily limited to, the following:
- 1. ilnit xnasonry including:
' a. Concrete masonry units (CMiJ)
b. C1ea7rvvell baffle walls using concrete masonry units {CMU}
2. Installation of deformed steel reinforcement provided �ander Section 032pQ.
3. Masanry horizontal joirtt reinforcement, ties, and anchors.
4. Installation in rn.asanry of Iintels; window, door and louver framcs; and other itexns fumished by
other trades,
5. Grouting af masonry cells, bond beams, arid lintels.
6. Insulation in masonry.
t
� C. Provide rnasonry unit, masonry prism, mortar, and grout testing priar to delivery and installation by an
' independent testing labaratory. The costs of this testing to substantiate compliat�ce of prop4sed
materials with the Contract Docuxnents shall be borne l�y the Contractaz.
1.U2 RELATED WORK
� A. Reinforcernent for Masanry is included in Section 03200.
B. Grou�ing of base plate and equiprnent is included in Section 03600.
C. Mzscellaneaus Metals are included in �ection 05540.
D. Sealants and caulking are included in Section 07900.
1.03 SUBMITTALS
A. Shop drawings and product data, in accordanGe �vith Sect,ion D 1300, showing materials of construction
and details of installatinn for:
1. Masonry reinforcenaent. Fabrication and placing drawings and details for mild stee3 and
, prefabricated joint reinfarcement. Reinfarcement placing drawings shall conform to the
�aa2oo.a� 44200-1 ta� �io�
City af Fort Worth
Ro4iag Hills WTP
Backwash Supply System
rec�uirements of Section 03240. Submit xnill certi�"icates for mild steel reinforce�nent
demonstxating compliance �vith the requirements of SectiQn Q3200.
2. Cement, hydrated lime, and any mortar or grout admixtures.
3, Proposed mortar and graut proportians.
B. Samples: 5ubmit sarnples for review sufficientJ.y in advance of installation of the materials to allow
investigation and re-submittal of new sarnples if the origi.nal samples are faund not to conform to the
contract requiremen.ts. Submit samples of the follo�ving in sizes and quantities stated:
1. Concrete Masanry Units (CMU): Two samples of each type.
2. Azlchors and ties: Twa each type,
3. Wall and horizonial joint reinfarcem�n�: Two samples, each at least 16-inches long, of each
type.
4. Masonry jaint material: Two samples, each at Ieast 6�zr�ches long, af each type.
C. Test Reports
Z. Sie�e ar�alysis, mechanical properties, and deleterious substance content far coarse and fine
aggregate for mortar and grout.
2. Chemi.cal analysis and physical t�sts for each type af cex��nt.
3, Chemical analysis and physical tests for hydrated lirne.
4. For each type of masonry unit, certi��ed preconstruction test reports including compressive
strength, absor�atian, dirxiensional analysis, unit r�veight, and moisture content.
5. Mortar test results during construction.
6. Grout test results during construction.
1.Q4 REFEREI'�TCE STANDARDS
A. American Concrete Institute (ACI)IA�erican Saciety for Civil Engineers (ASCE)
1. ACI 530 /ASCE 5- Building Code Requirements for Masonry ,Structures
2. ACI 530.I/ASGE 6- Specifications %r Masanry 5tructures
B. American Society for Testang and Materials {ASTM)
1. ASTM AI53 - Standard Specification %r Zinc Coating (Hot-Dip) on Iron and Steel Hardvrare
2. ASTM A615 - Standard Specification for Defor�ed and Pla�n Billet-Steel Bars for Concrete
Reinforcement
3. ASTM C33 - Standard Specificatior� for Concrete Aggregates
F04200.doc 04200-2 ian vai
City of ForE Worth
Rolling Si11s W'1'P
Backwash Supply System
�
,,
4. ASTM C90 - Standard Specification for Load-Bearing Cancrete Masonry Units
5. ASTM C114 - Standard Test Methods for Chemical Analysis of Hydraulie Cement
6. ASTM C].4Q -�tandard Test Methods of Sampling and Testing for Cancrete.Masanry Uniis
7. ASTM Ci44 - Standard Specification for A�gregate foz Masonry Mortar
8. ASTM CI50 - Standard Specification for Portland Cement
9. ASTM C207 - Standard Speciiicataon for Hydrated Lime for Masonry �urpases
10. ASTM C270 - Standard Specification £or Mortar for Unit Masonry
11. ASTM C404 - Standard Speci�catian for Aggregates far Masonry Grout
12. ASTM C426 - Standard Test Metlaod for Drying Shrinkag� of Concrete Masonry Units
13, ASTM C�176 - Standard Sp�cification for Grout for Masonry
14. ASTM C780 - 5tandaxd Test Method far Preconsiruction and Canstruction Evalua�ion of
Martars for P3ain and Reinforced LTnit Masonty
15. ASTM C1019 - Standard Test Method for Sampling and Testing Grout
� I C. Souihern Building Code Congress Intemational, Itic. (SBCCI}
1. Standard Building Code, 1994 Edition
D. Where reference is rnade ta one of the preceding standards, the revisioz� in effect at the time of bid
opening shall appIy unless atherwise indicated.
1.05 QUALITY ASSiIRANCE
A. Testing services required to demonstrate that the nnaterials praposed for incorparation into the work
comply with tha requirennent of the Con.tract Documents shall be provided by the Contractor. The
cost of such testing, unless specifically stated otherruise, shall be paid by th� Contractor.
B. Field inspections wi.11 be provided by ih� Owner. Field testing, to coniir�n that the praperties of the
materials actually incorparated into the work conform to these SpecifYcatians, will be provided by the
Owner. Facilitate inspections and testing as fallows:
I. Advise Engin.eer of installanon far enough in advance to allaw for assignment and scbeduling of
inspec�ion personnel.
2. Furnish any labor necessary to assist the testiar�g agency in obtaining and handling sa�mples.
C. Mefihods of testing shall oonform to ASTM or other standards as indicaYed. Include in reports far
p�.sms or test specimens a description of the portian of construciion repres�nted by tY�e specimen(s},
and a summary of conditinns undex which the specimens were stored p�iar ta te�ting.
D. Inspectinns during construction shall be as follows:
1. Observe the preparation of all grout or mortar test specinnens.
Foaaoo.ao�
04200-3
ian uo�
Ciiy of Fort Worth
Rolling Hi11s WTP
Backwash 5upply System
2. �bserv� reinforcement placement i�r�cluding sizes, pQsitioning, embedment, and splices.
Obseroe the condition of grout spaces just prior to each grouting operatzon.
4. �bset�ve all grauting aperatians including:
a. Size and Iocatjon of clean-out openings
b. SIump of grout
c. Consolidation and reconsolidation of grout
d. Height of each grout lift
e. Elapsed iime hatwe�n placement of successive grout lifts
E. Campression strength of masonry, f'n„ is specified in Paragraph 3.07 - Schedules. The Engineer has
selected this campression strength based on the Unit 5trength Methad.
F. Can�irm properties of materials used far construciion and test materials far can�pressive strength as
follaws.
Before the d�livery of any masanry units or nnaterials:
a. Submit a letter from tI►e masonry unit supplier certifj�ing that units conforn�, to Yhe reference
standards specified when sampled and tested in compliance with ASTM C14{l {concrete
masonry).
b. Suhmit a letter indicating the mortar type and proportions ta be uscd, and 3al�oratory test
data demonstrating that the rnortar has the minimum cornpressive strength speciiied when
sampled and tested in accordance vvith ASTM C780, Appendix A7.
c. Submit a letter from the g�rout supplier certifying that grout propartions confoarm to
ASTM C476, and laboratory test results demonstratin.g that the graut has the minimum
compressive strength specified wlaen sampled and tested in accardance with AS'F1VI C1019.
2. During consiruction, test the following specimens for compressive stren�h. Provide and test one
set of specinzens for each 5,004 square feet af masonry wall area, but nat less than one set per
proj eet.
a. One set of three 2-inch diameter by 4-inch cylindrical znortar specimens constructed and
tested in compliance with ASTM C780, Appendix A7.
b. Ozae set of three grout specimens constructed and tested in compliance with A�TM C 1 Q 1.9,
G. Cold and Ho# Weather Constructian: Masonry construction in cold and hot weaYher shall aonform ta
the applicabl� requirements of ACI 530.]./ASCE 6 unless otherwise specified her.ein, Heat and
enclosures will be ti�e s�nly protection method allowed for cold weather construction. No mortar
additives shall be used for this purpose. �
1. Cold weather canstruction procedures: Subrxait an outline of procedures to be us�d.
Foazao,ao� p4200-4 ioft �rot
Ciry of Fort Worth
Rnlling Hips W'i'P
Backwash Supply System
2. Hat weather constructian pr.ocedures: Submit an outline af pracedures to be used.
�I. Construction tolerances shall be in accordance with ACI 534.11A�CE 6.
I. Erection sha31 conform to ACI 530.1/ASCE 6 Article 2.3.3.
1.06 DELNERY, STORAGE, AND HANDLING
' A. All materials for the t�aork of this Section shall be delivered stored and handfed so as to preclude
, dama�e of ariy natuxe. Store materials off the ground and protected fram vveather and absorption of
moisture. Preveni wetting by capillary action, rain, oz snow. �
, i., Manufactured materials, including cement and i#me, shall be delivered and stared in iheir
onginal cantainers, plainly marked with identification bf materia3 and rnaker. Materials in
� broken containers, or in packages showing water marks or other evidence of damage, sha11 not be
used and shall be removed from the site.
2. Store masonry accessories to prevent corrosion, dirt accumulation, or other dsterioratian.
B. AlI masonry shall be shipped stacked with hay or siraw protection or other suitable protectzve devzce,
and shall be similarly protected and stacked nff the ground on the site. Masonry sY�all be protected
from the weather an d staining wiih the use of tarpaulins or other covering approved by �1�.e Engineer.
PA.RT 2: PRODUCTS
2.Q1 GENERAL
A. The use of a manufacturer's narne and model ar catalag number is for the purpose of establishing the
standard af quality and general configuratia� desired.
B. Like materials shall be tI�e end products of one manufacturer in order to provide standaxdization for
appearance. Te�t�are and colox shall be uniform, or of a unifarnn blend acceptable to ihe Engineer.
C. Matez�als shall canform to the staz�dards listed herein and ta any applicable state or local building code
standards.
2.02 MATERIALS - MA�ONRY
A. Masonry Units: Cancrete
1. General
a. Outside corners of ini�rior partiYions shall be made with bullnose units. Provide special
units required by the drawin�s, including soJid, corner, control joint, pilaster, lintels,
bullnose, and jamb units.
b. Use formed U-shaped units for reinforced masaruy lintels.
c. Obtain similar units frQm vne manufacturer to ensure even color and texture.
d. Units shall be �ound and free of cracks or other defects that would interfere with the proper
placing of the units or impair the strength or permanence of the construction. M�nor crac�Cs
or defects incidental to the usual method of manufacture, or minor chipping resulting from
F04200.doc 04200-5 10/1114i
Ciry of Fort Warfh
Rnlling Hills W'i'I'
Backw�ash Suppfy System
2.03
�
a.
�
Hooks. The term "standard hoak° as used herein ar as shown an the Drawings for masonry
reinforcement shall be as de�ned in the following paragraphs. Inside diameter of the bend shall
not be less #han that shown in Table 1,
A 18�-degree l�end plus an extensian af ai least 4 ba�r diameters, but not less than 2'/2-inches
af the free end of the bar.
A 90-degr�e bend plus an extension of at l�ast 12 bar diameters ai ihe free e�d of Yhe Uar.
c. For stirrups or ties, either a 90-degree or a 135-degree bend plus an extension of at least 6
bar diameters but nnt less than 2'/2-inches at the free end of the bar.
TABLE 1
REINFORCEMENT BEND DIAMETER
Bax
Stirrups and Ties: #4 and smaller
Oth�r: #3 through #8
#9 through #I 1
Minimum Tnside Diameter
4 diameters
6 diameters
S diazneters
B. Joint reinfarcernent shall be welded wire uzaiis fabricated from cold-drawn steel wire with de�'ormed
continuous side rads and plain cross-rods, erirnped for cavity �aIl consixuction if xequired, and having
a widf.h of 1%z-inches to 2-inches less than tlae nominal thickness of wall or partition. Joint
reinforcement shaIl conform to the requirerz�ents of ACI 530.1/ASCE 6 and shall be prefabricated in
st.�-aight lengths af not less than 10 f�et with matching corner and tee units. Units shall be galvanized
after fabricatian to conform ta ASTM A153, Class B-2, 1.5-ounces per square foot,
I. Single wyttae masonry reinforcement shall be truss type, fabricated with single pair of 3116-inch
side xods welded at 16-inch intervals to a contuauous 9 gauge diaganal cxoss-rod.
custoir�ary methods of hand�ing in shipment and delz�ery, shall nat be deamed graunds for
rejection except that nat mare than 5 percent of a shipme�at shall contain ch,zps larger than
'/a-inch from any edge or corner on the faces.
e. Provide UL-approved units vvhere required far f�re-rated constructinn where designated.
2. Hollor�v and solid concrete masonry units (CMU) shaIl o�onform to ASTM C90, Light Weight,
Type I, hoJ.low, load bearing units of 8-inch by 16-inch nazninal or �2-inch by 24-inch face size
ar�d nominal bed dimension as shor�vn an the Drawings.
REINFORCEMENT, TIES, ANCHORS
Deformed steel reinfi`orcing bars shall confor:m to ASTM A615 arad shall be as sp�cified in Section
Q3200.
1. Fabricate reinforcennent for masonry in accordaaace with the provisions of Sectian 03200, except
as a�e�ded by th� foll�wing paragraphs.
Foa2oo.ao� 04200-6 i4�i lro�
City af Fort Warth
Rolling Hills WTP
Backwash 5upply System
2. Cavit}+ wall reinforcement shall l�e tab type, fabri.cated with single pair of 3116-inch parallel
longitudinal side rods and rectangular laox type cross-ties with center wall drip and spaced not
more tk�an 16-inches on center, 5pace side rods for embedment in each face of back-up wythe
and extend box ties far proper ernbedment in �acing wythe.
a. Provide units with adjustahle iwo piece rectangular ties where horizontal joints of �acing
wythe do not align with �ack-up j oints, or when facing wyt�e is constructed separately from
back-up wythe.
3. Joint rein%rcement shall be as manufactured by Dur.-Q-Wal; Hohmann and Barnard; AA Wire
Products; or equal.
��
C. Dovetail anchdrs shall be fumished for anchorage to cflncrete frame�vork, walls, ar ceilings. Anchor
slots s�,all �e fabricated from 22-gauge galvanizad steel and shall be furnished wi�h polystyrene fillers.
Sizes are to be coardinated with the anchors used. Provide 16-gauge corrugated galvanized steel ties
manufactured %r use with the anchor slots provided.
D. Masonry Straps shall be minimum l/a-inch thick by 1-incY� wide, and af the required length, fabricated
fram hot-dipped gal�anized steel. Straps s�.all be similar to Heclanann Building Praducts No. 273, or
equal.
E. W�ld on adjustaUle anchors and ties shall be'/4-inch diameter hat-dipped galvanized si�el. AriC�'lOI'5
shalI be Heckmann Building Products No. 315, or equal. Triangular ties shall be Heckmann Building
Products No. 316, or equal. Web ties sball be 12-inches long by a width %r the wall where it is used.
H�ckmann Building Products No. 318, or equal.
F. Pravide and install miscellaneo�s anchors and attachment members, required bath �or the anchorage
af work of ti3is Seetion and that of other trades requiring attachznen.t to masonry, which are not
specifically provided under separate Sections.
2.04 MORTAR AND GRDUT MA.TERIALS
A. Cementitious materials
1. Cementitious materials for mortar and grout sha11 not contain epoxy resins and derivatives,
phenols, asbestos �Sber, or iireclays.
2. Portland c�ment shall conform to ASTM C 150, Type II. Masonry cern.ents, mortar c�ments, and
plastic cenaent shall not be useci.
Lime for masonry mortar shall be hydrated lime confo�ing tv ASTM C207, Type S.
B. Aggregates
l. Sand shall be elean, durable particles, free from injurions amounts of organic �►atter, dust,
lurnps, shale, alkali, or surface caatings.
a. Sand for mortar shall canform to A�TM C144.
b. Sand for grout shall conforrri to ASTM C404, Size Na. 2
2. Coarse aggregate far gr4ut shall conforrn to ASTM C404, Size No. $.
�oazao.ao�
Q420D-7
ioit ila�
City of Fori Worth
Rolling Hi13s WTP
Bacicwash Supply 5ystem
C. Water shall be frarn a patabl� water supply. Waterr shail be free from deleterious amoun#s of orls,
acids, allca�is, or organic matter, and shall ba clean and fresh.
D. AdrnixtureslAdditives
1. Additi�es and admixtures ta martaz ar grout shall not be used unless approved by the Engin�er.
2. Antifreeze Compounds/Acceleratars. Antifreeze liquids, chloride salts, or other sueh substances
shail not be used in mortar ar grout. Accelerators shalt nat be used unless appro�ved by the
Engjixieer.
3. Aix En�trainment. Air entraining substances shall nat be used in mortar or grout.
2.05 MORTAR MIXES
A. Mortar far concrete masonry shali be portland cem�nt - lirne mortar praviding a minimum
compressive strength of 1,8Q0 psz at 28 days. Martar proportions shall comply with ASTM C270
exeept that increases in lime content may be pearmitted ta adjust the mixture for initial rate of
absorption of the masanry ar far temperature if martar streng�h tests are perfonnned. Admixtures shall
not be used in the mortar mix.
1. Mix znortar in accordance with the requzzezaaents aiACI 530.1, using a mechanically oparated
mixer in which the quantity of water added can be accurately and uniformly controlled.
Accurately measure mortar constituents by volume.
2. The consistency of the mortar shall lae adj usted to the satisfactian of the mason with �vater added
as necessary to produce a workable m,ix. Mortar may be re-tempered by adding water as
frequently as n.eeded to restore the required consistency. When water is add�d, it shall be mixed
inta fhe mortar, not splashed over the suxface.
3. Mortar, w�ich has begun to "set" or whicla has not been used wiihin 2%z hours af�er inifial mixing
water was added to the dry ingredients, shall Ue disearded.
2.06 GROUT MIXES
A. Masonry grout for use in bond beams, lintels, reinforced masonry cells, and at other locations shown
on the Drawings shall conform to ASTM C476 and shall provide a rninimum compressive strength of
2,000 psi at 2$ days when sampled and tested in accordance with ASTM C 1 p l 9. Admixtures shall
not be used without pri.or approval Uy the Engineer. Control grout materials and water content to
provide adequate fluidity for placement without segregatian. Grout shall have a sl�mp of $-inchas to
I 1-inches and shall be cohesive �vithout s�gregation. Provide fine or coarse grout as required by
Table 2,
B. Mixing and Handling
I. Accurately �measure all ingredients according to the praportions specified for the batch ar�d znix
in a rnechanicall� operated batch mixer. �ix gtout for at Ieast 5 minutes, l�ut not more than 10
minntes, after aIl ingredients ha�e been added. Add water as required to provide the desi�ed
warkability.
2. Do nat handle ar punnp grout using ahuninum equipment.
Fo4zoa.ao� 042D0-8 ioii t�o�
City of Fort l�orth
Rnlling Hills WT'P
Backwash 5uyply System
Transit mixed grout may be used. Continuall� rotate transit mixec� grout froin the tirne the water
is added until the grout is discharged.
4. Grout mixing dnims shall be campletely emptzed before the succeeding batch of materials is
introduc�d for nnixing.
C. Temgering
The consistency af grout shall be adjusted so that it will flow into place without segregation of
ingredients. Water may be added to compensate for loss.
' 2. Grout that has begun final "set" and becomes harsh or which has not been used within 1'/z hours
after initial mixing water was added to the dry ingredients shall not be used.
• PART 3: FXECUTION
3.OI PREPARATION
A. Befora beginning masonry canstructian, verify thai tolerances of supporting members are within
allowable linnits, and that any required reinforcing dowels have Ueen placed in accardance rvith the
requirements of the Contract Documents.
Bearing surface For masonry shall be such that the tl�ickness of ths initial bed joint shall be not
less than'/a-inch nor more ihan �/4-inch in thickness.
B. Before laying masonry, rers�ave laitance, loose aggregate, or anything else which would interfez-e with
bond betr�veen the znortar and substrate.
3.02 MASONRY - IIJSTALLATION
A. Cold Weather Canstruction. When the ambient temperaiure or the temperature of masonry units falls
below A�Q°F, conform to ACI 530.1/ASCE 6, and the following requirements.
Qn any day when the minimum anticipated nighttzme temperature is 32°F or less, heat grout at�d
mortar aggregates or mixing watex ta produce in-pIace t�mp�ratures afnot less than 70°F at the
end af the work dxy. Do nat add cement or linne to aggregates or mixing water when the
temperature of either exceeds 90°F. Cover newly placad work vc+ith protective insulating
blankets or enclosures, and maintain protection for at least 4$ hours.
B. Hot Weather Construction. Where the atnbient temperature exceeds IDO°F or 90°F with a wind
velacity greater tlaan 8 miles per k�our (mph), conform to ACI 530.11ASCE 6, and the following
requirements.
1. Cover and shade rnasonry units and mortar materiais and use cool water for mixing mortar and
grout. At ambient temperatures of 85°F and above when hurzaidity is less than 30 percent ar
wind speed exceeds 15 mph, pratect masonry by immediate3y covering newly eonstructed work,
by providing windbreaks, ar by using fog spray to reduce the rate of evaporation.
C, Wetting Masonry Units
Do not wet zaaasonry units befar� laying unless grior approval is obtained from the Engineer.
roazoo.ao� 042�0-9 in�r �roE
City of Fort Vsrorth
Roll'mgHills WTP
Backrvash Supply 5ystem
D. Masonry units shall be laid in running bond, with full stretchers, unless otherwise indicated, Tool
joints dense az�d neat. I'lacing of mortar a�ad units shall conform tn ACI S30.I . Befl webs solidly in
martar at cells to be grouted.
1. Where soldier or �tack bond is indicated, take care to maintain vertical j oiz�ts exactly verticaI.
2. Acnustic CMU shall be laid in running bond. Tool joints dense and neat,
E. 5izes shall be as specified and called for an the Drawings. Where cutting is required, use power saws
to provide clean, sharp, unchipped edges. Avoid using masonry units oF less than half s�ze. Do not
use units of Iess than 4-inches horizontal face dimensian at corners or jambs. Do nat use wet cu�ting
techniques with canerete unit masanry. Where "Soaps" and "Splits" are used, the space between Y.h�se
merr�bers and the l�ackup matexial shall be slushed full of mortar.
�'. Joints of alI masonry shall be taoled in accordance with the follawing:
1. Wait un�il unit mortar is thumb print hard befaxe toaling joint.
2. The requued personnel sha11 be kept on the �ab after hours, ifnecessary, ta properlytool joints.
Bat� vertica� and horizontal joznts shall be maintained uniforrn. in spacing.
4. Joints far all types of CMU shall be _-inch and concave.
C. Install all frames required to be set in masonry, set masonry tightly against #'rames, build in alI frame
anehors, and fi�l frames witln mortar.
H. Contxol jaints shall be installed at the intersection of masonry wails with structural cancrete and
elsewhere as detailed on the Drawings, The maximum length, harizantally, between vertical control
joints shall be 30 feet, Uut joints shall be lacated only as directed or shown. Jaints shall be equal in
vvidth to t�e standard mortar joint. Extended control anc� expansion joints through bond Uea.zns and
discontinue horizontal reinforce�ment acr�ss joint unless atherwise shown on the Drawings.
I. All masoz�.ry slots, chases, or openings required for the proper installation af the wozk of other
Sections shall Ue constructed as indica2ed on the Dravwings or in accordance with informatio�.
�urnished before �he work is started at the points affected. No cl�ase shail be cut into any wall
constructed af hollaw units after it is built, except as di.rected and approved by the Engine�r. Provide
at least 8-inc��es of masonry between jamUs of openings and edges of ch.ases and recess�s.
7, Surfacas shall be brushad as work progresses and maintained as clean as is practicable. Protect sills,
ledges, offsets, ete. from mortat- droppings. UnfinisIied work s�all be raked �ack where pnssible, and
toothed anly where acceptabla to the Engineer. The top of partially comple#ed vvark shall be covered
at all times while work is not in pragress. Before leaving fresh or un#'inished wor�, walls shall be fully
co�ered and protected against rain, wind, frost, ox the elemezats. Covers of waterproof paper,
tarpaulins, or other tx�eans acca�table to the Engi.neer, shall be dra�ed over the wall, sha11 extend a
muumum of 2 f�et down both sides, azld shall be iirmly held in place,
K. �uild-in aII zxaiscellaneous items to be set �n masonry for which placement is not speczfzcally provided
under separate Divisions, including reglets, lintels, ties, electrical panel boxes, process equipment,
sleeves, vents, grilles, anchors, grounds, and exteriar electric conduits and fixtures. Cooperate with
other trades whase work is to be coardinated with the work under this Section.
F0420p.doc 04204-10 i01! 1/O1
c�ri of Fo� wo�h
Ro1ling Hills WTI'
Back'wash Sugply System
Da not embed pipas or electricai conduits in z�nasonry unless their location has been detailed on
the Structural Drawings. Pipes or canduits placed in unfilled cells afhollow unit masonry will
not be considered as embedded. Sleeves through masonry shall not be placed closer than 3
diameters, center to center, nor shall they be placed through reinfazced courses ar cells.
2. Do not place dissi�i.lar metals in cantact with each other.
Do not embed aluminuna conduits, pipes, or accessories in masonry, grout, or mortar, unless they
hawe been coated or covered with materials which will effectively prevent chemical reactions
with cement or steel.
'' 4. Do not insert through wall flashing or other elements which stop bond in masonry j oints unSess
: apgroved by the Engineer.
�� L. Set all anchorage, attachment, and banding devices shall be set so as to prevent slippage. Where huilt-
in iterns are ko be connected to hollow unit masanry, solid3y grout cores to provide adequate
� anehorage.
I M. All ties and reinfarcin� for masonry shall be furnished and insialled under this Section. Harizon�al
reinforcement shall be installed continuously in every ather course or 16-inches on center vertically.
N. Loose steel lintefs shall be furnished under Division 5 aiad izastallsd under this Section. Loose lintels
shall be set in a full hed of znortar and supported by solid or mortar filled hollow CMU as detaiied.
O. Furnish and place pxecast concrete or masanry lintels of the type ancl dimensions shown an the
Drawings and speci�ied. Extend lintels beyand the opening and iu�nly bed the bearing ends in mortar
as shown on the Drawings.
P. Bed and grout for ikems coming in contact with masonry wh�re grouting is required, includiz�.g, but not
limited to, door bucks and fra�nes set in masonry. Install all ancl�or balts, base p�ates, and seats in
masonry walls, and build in aIl items required for the completian of the building as they apply to
masanry.
3.03 BONDING, ANCHORS, �ND TIES
A. Unless otherwise shown, corners and intersections of laad-bearing masonry walls shall be bonded in
each course with a irue masonry bond, except that when necessarily erected separately, they shall be
anchored with z�gid steel ar�chars spaced not more than 2 feet apart vertically.
B. 7ntersectians of non-laad-bearing partitions with other waIls or partitions shall be tied with carrugated
metal anchors at vertical intervals af not more than 1 b-inches, ar with rnasanry bonding in alternate
courses.
C. Anchar masonry to structure ai points of adj acency, az�d as fallaws:
Maintain open space of l inch or more beiween faee of framing mem6er arid masonry elements.
2. Fasten anchors to structure and embeci in moxtar as masonry is laid.
3. Anchors shall be spaced not mQre than 16-inches on center vertzcally and not more than
24-inches on center Y►orizontally.
F042DQ.doc 0�200-11 � o� � � ro �
City of Fort Wort�
Rolling Hills W'i'P
Backwash Supp]y 5ystem
3.04 REINFORCED MAS�NRY
A. Provide zeinforcement ofthe type, size, and spacing, and at locations as indicated oza the Drawings and
specified herein.
B. Concrete masonry unit walls shall he laid in. such a manner as to preserve the alignment and
unobstructed vertical continuity of cells. Cross webs adjacent to vertical cores that ara to be filled
with groui shall be fully beddad vvith martar, to prevent grout Ieakage. Martar �ns protruding from
j oinis sball be rernoved before grout is placed. The minirt�um clear dirnensions of vertical eores to be
grouted shall Ue 2-inches by 3-inches.
C. Reinfarcement shall be free 4f dirt, oil and other materials that will adversely affect bond, and shall be
straight except �vhere bends or hooks are detailed on tl�e plans, Reinforcement which, in the opinzon
af the Engineer, is bent or otherwise damaged so as to affect its structural capacity shaI1 not be
incorporated into the Work.
D. Bnnd beams and horizontal j oint reinfarcing shall be continuaus with lapped splices as specified
except at vertical expansian and contraI joints, ax at ather locaYions noted an the Drawings.
E. Reinforcing Around Qpenzngs
1. Unless atherwise shown on the Drawings, at openings in znasonry greater than or equal to 16-in
in any direction, provide a minimum of one #4 in gxouta� cells or bond/lintel beams on all sidas
of ihe opening. Bars shaIl extend at ieast 48 bar diameters past the opening on each side.
F. Reinfarcin� Details
1. Suppart and f�sten masonry reinforcement to prevent c�isplacem�nt beyand the talerances noted
herein.
2. Ir�stall horizontal wixe joint reinforcement in the secand bed joint abave the support for nr�asonry
and thereafter at 16-inch vertical intervals and at other Iocations as detailed on the Drawings.
a. Wire j oint reinforcement shaIl be continuous throughout the wa11 and around carxiers except
that it shall zaat �ass through vertical rmasonry control joints tanless so indicated on the
Drawin.gs.
b. �Lap side rods at l�ast 12-inches at splices.
c. Embed joint reinforcement in masonry bed joints with not less than 5/$-inch mortar
ca�erage. �
Position and accurately space reinforcement in units as shawn on the Drawings. Maintain a clear
distance between reznforcament and any xnasonry surface or adjacent bar of not less than `/4-inch
fnr fine grout or %z-inch for coarse grout.
4. Tojerances for placing reinforeement shall be as fallows, where d equa�s distance frorn centerline
of steel to the compressian face of masnnry.
F042QO.doc �4200-12 i on � ro �
City of Fort Worth
Rolling T-Iiqs WTP
Backwash Supply 3ystem
a. Walls, beams, lintels, and bond beanns:
"d", in Tolerance, in
d �g +%Z
S<d S24 +1
24 < d � 1'/4
b. If it becomes necessary to move reinforcement to avoid interf�rences with other
reinforcement, conduits, or embeds, bars shall not be rnoved beyond their specified
kolerances nor more than one dianneter without prior acceptance by the Engineer.
Splice-deformed reinfoxcing steel at least 40 bar diameters unless otherwise noted on the
Drawings. When lapped bars are spaced 3 inehes apart ar less, increase ihe lap length to 52 bar
diameters, or stagger the laps at least 24 bar diameters wzth no increase in Iap length.
� 6. Ciear spacing between vertical bars in colurannns or pilasiers sball be noi less than 2%z times the
, bar diameter nor 1%x inches. Stagger adj acent splices vertically.
- 7. Completely embed all reinforcing bars in mortar or grout with rivnimurxi cover (including the
masanry unit) as %llnws:
Interiar exposure: 1 %-in
8. Provide rnasonry c�owe�s cast into the supporting concrete at all corners of the structure, in the
first adj acent cell in each direction from the c�rner, at cells requiring vertical reinforcement, and
elsewhere as shown on the Drawings.
3.Q5 GROUTING
A. General
I. Walls shall be grouted at reinforced ceSls only unIess oth.erwise indicated on the Drav�tings. Cells
containing anchors or inserts shal� be fully grauted for at least 8 inches each way past the embed.
Walis for clearwell baffling shall have all ceils grouted.
2. Prior to grauting, the grout space shall be clean and free of mortar proj ections gr�ater than %x-
inch, mortar droppings, or other %reigrz xnaterials,
3. Reinfor�ement shall be in plaee and adequately supported before cormmencing grouting
operatians. Reinforcement shall be cle�n and �ree of mortar droppings or other debris. Notify
the Engineer at least 24 hours prior to any grouting operations so that reinforcement placemant,
support, and laps may be ahserved before grouting. Accurately set embedded �olts with
templates and hald in place to preve�t movement. Provide minimurn 1-inch grout space between
any bolt and an adjacent masonry surface.
4. Install bairiers so that spaces designated far grouting will Ue iilled with grout and t�.e grout will
be confined to those specif c spaces. Place vertical barriers consisting af masonry units, or
mortar in hollow bond beam uniis and grouted collar joint at xnaximum intervals of 30 feet to
Iimit the harizontal fiow af grout. The grouting of az�y section of wall between barriers shall be
completed in ane day wiih no interruptions gr�aier than 1 haur.
F042QO.doc 04200-13 �on i�oi
City of Fort Wnrth
RollingHills WTP
Backwash S�tpp3y System
5. Control grout materials and water content during grouting to pravide adequate fluidity far
pl�cement without segregation. Place �rout �cvithin 1%z hours af�er the introduction of water an,to
the mix and prior to initial set.
b. Solidly fill with grout all reinfarced cells and other cells as indicated a� the Drawings. Solidly
fill cells b�lo�v bearing plates, ]ivatels, and other similar %atures. Place graut in a continuous
pour to its max.imum placement height using lifts oi 5 feei ar less, and consolidating the grout
after each lift.
Consolidate grout Uy mechanical vibratian before ioss of plasticity, in a manner which wi11
solidly �11 #he grout space and minimize voi.ds due to absorption af water into the masonry,
Reconsalidate grout by mechanical vibration after initial water loss and set�lement has occurred.
Cansolidation should nozxnally occur when the plasticiiy of the grout ap�roaches that of stiff
mortar (when. a touch leaves an indentatian).
8. Complete grouting of beams o�er apenings in one continuous aperatinn. Frovide approved
rnaterial to confuie the grout in a beam where grou�ing occurs over ungrouted cells below.
Material used for oanf nement shall not inhibit Uond between maso�-}+ units and mortar.
9. Use extreme care to prevent any grout ar mortar from staining the face of masonry to be lefi
expased or unpainted. If any grout or rnortar does not contact the face of such masonry, it sha11
be removed immediately. Protect alI sills, ledges offsets, etc. from grout drappings.
10. Limitations on grout type (fine or coarse), and height of grout pours shall be as shown in
Table 2. Units may be laid to the maxixnum height af the grout pour Uefore grouting unless
otherwise nated on the Drawings or specified. Where this table ar notes on the Drawing indicate
�-iat walls are to be grouted at intervals less than their final height, use "low-lii�" grouting
procedures. Wlaere vvalls ara grouted to their �nal height in, one pour, use "high-lift" grouting
procedures.
�aazoo.do� 04200-14 � o�i i�a t
City of Fort Worth
Roliing FIiils W'CP
Backwash 5upply 5ystem
TABLE 2
Grout Type
Fine
1
5
12
24
Coarse 1
5
, 12
24
3�4
2
2'/2
3
1 ��a
2
�%z
3
1%X2
2x3
2'1z�c 3
3x3
1'/a x 3
2%zx3
3x3
3x4
Notes: �'7 Maximum paur heights may be used, when approved by the Engineer,
' when it can be demonstrated that the grout spaces ean be
propexly filled.
�Z� The cl�ar dimension is �he cell width less mortar �rojections; or tk�e grout
space width less the sum of mortar projections plu� th�
j width of any horizontal reinforcement inside the space.
�3� For grout spaces between masanry wythes.
�4} For grouted cells in hollnw unit masonry.
:
Law-Lift Grouiing Procedures
Between grout pours in vertical cells, form a horizontal construction joint "k�y" in walls hy
stopping all wythes at the same elevatian, and stopping the graut Iift a minimuxx� of 1%a-inches
beiaw the mortar jaint, except at the tap of a wali. Cansalidate ihe graut and then continue the
pour. �or horizontal band beams, grout cells below the bond beam and c�nsolidate, then grout
tk�e bond beam itself stopping the grout pour %z-inch below the top af the masonry. At the
finished course af both walls and bond beams, bring the last pour flush wxth the top of the
masanry during initiai �Iacin� and again after consolidation.
C
High-Lif� Crrauting Procedures
1. Do not erect masonry to a height of rnore than 80 tirnes the rninim.uz�a clear cell or grout space
dimension nor higher than 3o feet befare grouting unless approval is obtained in writing from the
Engineer.
2. In multiple-wvythe masonry, tie wytlies together with xinetal ties ar horizantal j aint reinfarcement
adequate io resist the l�teral forixz pressures produced by the grout.
3. Where graut pours exceed 5 feet in height, pravide elean-outs in the bottam course of masonry,
Claan-vut openings shall be not less than 12 square inches in area and the least dimension of any
opening shall not be less than 3 tnches. Tn partially grouted reinforced masonry, provide clean-
aut apenings at each vertical har. In solid grouted masonry, space clean-vuts at each vertical bar,
but not more than 32 inches on center.
GROUT AND POUR HEIGHT LIMITATIONS
Grout Paur Max. Least Glear Dimensions �z}
Height �3} Width of Grout Space �3� Cell Dimensions �4?
��� (in} (in x in}
Faazoo.ao� ��2�Q�15 in�i voi
City of Fort Worth
Rnlling I�ills WTP
Sackwash Supply System
4. Before grouting, clea� cells and collar joints and close and seal cIean-out openings. Brace
clos�es fo resist grout pressure. Pour grout at a rate which will rninimize the potential for
"blor�vou�s" at the clQsed clean-out openings, Uut rapidly enough to aIlow consolidatian before
loss af p�asticity.
3.06 REPAIR, PQINTING, �IVD FINAL CLEANiNG
A. Exposed masonry shall b� protected against sta�iz�ing by wall coverings, and excess mortar shall be
�viped aff #h� surface as the wark progresses to reduce need far cleaziing at completion of the wark.
B. Where ordered, remove masoz�ry units which are loose, chigped, broken, stained or otherwise
damaged, and units whieh do nat match adjoining units and insiall new �znits in fresh mortar ox grflut,
pointed to eIiminate, as approved by the Engineer, evidence of replacement.
C. Pointing
During the tooling of joints, except far vcreep holes, esalarge any �oids ar holes, and cozxipleteIy
fill with mflrtar matching the calar of the surrounding work as approved by tlle Engine�r and tool
to match. Point�up all joints at corners, openings and adjacent warkto pravide a neat, uniform
appearance and properly prepare joints for applicaiion of sealants where required.
2. Be%re final clean.ing, repoint all unsatisfactory joints as speoified above and as required bythe
Engineer.
D. Final Cleaning of Masonry
After mortar has thoroughly set and cured (three weeks minimum during the summer; five weeks
minimurn during the winter), a sazn.ple wall area (appraximately 20 square feet), shall be cleaned,
with an appraved commercial masonry cleaner, diluted and mixed with potal�le water as
recommended by the manufacturer and as approved. The sample axea may be the sample wall
panel specified above or an area in the finish work as approved by the Engineer.
2. Th� Engineer's accaptance of sample cleaning sha11 he abtained Uefore proceeding to clean
remainder of masonry work. A miniznuin af one �veek of dry weather is required ta evaluate
effectiveness of cleaning and effect on masonry and mortar, LTpan acceptance by the Engineer,
all maso�zry shall be cleaned by the sazne method to �e satisfaction of the Engineer.
E. Acid solutions shall not he used for cleaning any C1t�IU. Upon completion of the wark, all surfac�s of
CMU shall be washed vvith soap powder and warm water, applied with a scz-ubbing brush, and then
rinsed tl�orou�hIy with clear water. �ther cleaning methods may be ordered to ok�#ain required
appea�rance.
F. Masonry areas not satzsfactorily cleanable will be ord�-ed to be repiaced at no extra cost to the Owner.
3.fl7 SCHEDULE
A. Reinforced conerete masonry unit prism r�et area campressive strength; �',,,: 1,5�0 psi
END O�' SECTION
�aazoo.do� 04200-1 b ian va�
11
��
. �.
,�
� .
,`
���
f
, .
��
0
.�
, +
1
i
a
-q�.�I'�I�� 5
����
City of Fart Worth
Rulling Hil]s WTP
Backwash Supply 5ystem
SECTION 05540
MISCELLANEOU� METALS
PART 1: GENERAL
1.0 SCOPE OF WORK
A. Furnish a�l la�ar, materiaIs, equipment and incidentals required to complete and install fabricated
meta3 items. Furnish all supplementary items necessary for their proper instaIlation.
, B. Check Drawings carefuliy and furnish all anchors, sleeves, bolts, brackets, clips, inserts, angles,loose
lintels, tubing, bar stnck, plates and other miscellaneous metal not distinctly specified under other
� sections but necessary to coznplate the Wat�.
� 1.02 RELATED WORK
,.
A. Cancrete and masonry reinforcement is included in Section 03200.
�,
,, B. Metal concrete joint accessoxies are included in Secfion 0325�.
� a C. Masonry tzes and accessories are included in Dzvision 4.
I�' D. Structural steel and holts for anchorin.g such steel to masonry or concrete are included in Sectzon
OSSQQ.
�- E. Metal grating and cover plates are sncluded in Section 05530.
F. Pipe hangers, supports and concrete in�erts are included under Division 15.
� � G. Pipe sleeves, wall slee�es and wall castings are included in Division 15.
H. Amchor bol�s for equipment are included in the respective Sections of Divisions 11, I4 and 1 S.
� � 1.Q3 REFERENCE STANDARDS
� � A. Aluminum Association {AA)
�
i. ASD-1 Aluminum Standards and Data.
; 2. �pecifications for Aluminum 5tructures.
B. American Instituie of Steel Canstruction (AISC)
1. Manual of Steel Canstruction - A1lowable Stress Design, Ninth Edition.
C, American Society for Testing and Materia�s (ASTM)
1. ASTM A36 - Standard Specification far 5tructural5teel.
2. ASTM A48 - Standard Specification far Gray Iron Casfings.
F05500.doc 05 500-1 � oii tia i
City of Fvrt Worth
RollingF�ills GVTP
Backwash 5upply System
3. ASTM A53 - 5tandard Specifeation for Pipe, Steel, Black and Hot-Dipped, Zinc-Caated,
Welded and Seamless.
4, ASTM A108 - S#andard Specification for Ste�l Bar�, Caxbon, Cold Finished, Standard Quality.
5, A�TM A 123 - Standard Specif�cation for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel
Praducts,
6. ASTM A153 - Standard Specification for Zinc Coaiing (Hot-Dip) on Iron and Steel Hardware,
7. �1.STM A1b7 - Standard Specification for Stainless and Heat-Resisting Chromium Ni.ckeI �teeI
Plate, Sheet and Strip,
8. ASTM A193 - Standax'd Specificalaon for Alloy-Steel and Stainless Steel Bolt'rrig Materials fnr
High-Temperature �ervices.
9. ASTM A276 - Standard Specif�a#ian for StaxnIess Steel and Heat Resisting Steel Bars and
Shapes.
10. ASTM A283 - Standard Specificatian for Low ar�d Intermediate Tensile 5trengtl'i CarUon Steel
Plates,
11. ASTM A3Q7 - Standard Specificatian for Carban Steel Balts and Studs, 60,Oa0 psi Ten,sile
Strength.
12. ASTM A325 - 5tandard Specificatian for Structural Bolts, Steel, Heat Treated, 1201105 ksi
Minimum Tensile Streng�h.
13. A�TM A366 - Standard Specificataon for Steel, Sheet, Carbon, Cold-Rolled Commercial
Quality,
14. ASTM A540 - Siandard Specification for Cold-Formed WeJded and Seamless Carbon Steel
Structural Tubing in Rounds ar�d Shapes.
15. ASTM A501 - Standard Specifcation for Hot-Formed Welded and Seazniess Carban Steel
Structuxal Tubing.
I5. ASTM A563 - Standard Speci�icatian far Carban and Alloy Steel Nuts.
17. A�TM F436 - Standard Specificatian for Hardened Steel Washers.
18. ASTM F594 - Standard Specification for Stainless 5tee1 Nuts.
D. American Iron and Steel Institute (AISI)
E. American National Standards Institute (ANSI)
1. ANSI B 18.22.1 - Lnck Washers.
F. American Welding Society (AWS}
1. AWS D1.1 Structural Welding Code - Steel
Fossoo.ao� 05500-2 ionvoi
� �
City of �ort Worth
Rolling Hills WTP
Backwash Supply 5ystem
2. AW� DI.2 5tructural Welding Code - Aluminunr�
3. AWS A2.0 Standard Welding Symbols
G. Steel Structures Painting Council (SSPC)
1. SSPC SP-1 - Surface Prepa�ration Specifieation No. 1"Solvent Cieaning"
2. SSPC SP-2 - Surface Preparation Specification No. 2"Hand Tool Cleaning"
3. SSPC SP-3 - Surfaee Preparation Speciiication No. 3"Pow�r Toal Cleanzng"
4. SSPC SP-6 - Surface Preparat�on Specifica�ion No. 5"Cammercial Bl'ast Cleaning"
5. SSPC SP-10 - Surface Prepazation 5peciiication No. 10 "Near-White Blast Cleaning"
H. Where reference is made to one of the preceding standards, the revision in effect at the time ofbid
openran.g shall apply uniess speci�ically noted otherwise.
" ' 1.04 SUBMITTALS
A.
� B
d
�
lA5
Priar to fabrication, submit shop drawings, erection or setting drawings, pxoduct data, etc., shawing
methods af assernhly, anchorage and connection to other members. Indicate welded connectians in
acevrdance with AWS A2.Q. 5hap drawings will be required for ali itexns ineluded under this Sectinn.
1. Shop dxawings for rr�scellaneous metals shall, with each fabrication, clearly indieate the
Contract Drawing and Detail Number{s) for w�ich that fabrication is provided.
Submit samples as requested by the Engineer duxing the course af construction.
CDORDINATION
A. Coardinate completely the Work of this Section with the Woxk of other Sectians. V�rify at the site
bath tt�e dimensions and Work of other trades adjoining items of work in this SectiQn befare
fa�rication and installation of the items specified.
B. Furnish to the pertinent trades aII items included uncier this section that are ta be built into ihe Work of
other Sections.
1 A6 DELIVERY, STORAGE AND HANDLING
A. Deli�er items to be incorparated into the wark af other trades in sufficient time to be checked prior to
installation.
B. Deliver anchorage devices with settiz�g drawings, templates and instructions for in.stallation.
' C. Store delivered items off the grQund and prntected from dirt and weather.
D. Repair items which have become damaged or corroded to the satisfaction of the Engineer prior �o
' incorporating thern inta the Work.
�
F05500.doc
05500-3
ioii tiot
City of Sart 1Worth
Rolling Hills W'iP
Backwash Supply System
PART 2: PRODUCTS
2.01 STEEL F.A_BRICAT�ONS
A. Materials
1. Structural steel shapes, plates, bars and rods
2. Steel plates - Uent or cold-farmed
3. Steel sheets
ASTM A36
ASTM A283, Grade C
ASTM A366
4. Welded and seamiess steel pipe
ASTM ASO I or ASTM A53, Type E or S,
Grade B Schedule 40. Use standard
malleabie iron fittings, galvanized for
exterior work
5. Welded and seaml�ss rectangular steel tubing ASTM A504, Crrade B
6. Caxbon steel bolts and studs
7. High strength bolts, nuts and washers for
s#ruciural steel
-- elevated temperature expasures
— general applicatian
8. Headed Anchox Studs
9. Welding Materials
I0. Galvanizing
a. genera1
b. hardware
c. assembled steel products
11. Shop and Touch-up 1°rimer
B. Fabxication
ASTM A307, �rade A
hot dip galvanized where noted
ASTM A325 rnechanically galvanized tti
A�TM B695, Class S0, Type II where
noted
ASTM A325-Type I
ASTM A325-Typ� I or II
Neison Type H4L or S3L by Nelsan
Stud Welding Cam.pany, nr �qua1
AWS D1.1
ASTM A123
ASTM A153
ASTM A I23
SSFC 15 Type T red oxide
1. See general fabricaiian requirements in Paragraph 2,47.
2. Fabricate miscellaneous stsel in accordance with the Dravvings. �'abrications include: beams,
angles, support brackets, splice piates, anchar bolt� (except for equipnnent fumished in Divi.sions
11, 13, 14 and 15), and any other miscellaneous steel called for on the Drawings and not
o#herwise spacified.
Fassoa.ap� 05500-4 ion voi
City of Fart W orth
Rolling Hills WTP
Liackwash Suppfy System
3. Thoroughly clean steel fal�ricatians of all loose rrull scale, rust, grease or oi.l, moisture, dirt, or
other fozeign matier, and finish in compliance with Pa�ragiraph 2.01.C,
a. Remove scale, rust an.d atk�er deleterious materials before shop caa� of paint is applied.
b. Clean off heavy rust and loose mill s�ale in accordance vvith SSPC SP-6, unless oth�rwise
i�dicated.
c. Remov� oil, grease and similar contaminants in accordance with SSPC SP-1.
C. �inishes
,�
;, 1. Items in areas which are not exposed to weather or rnoisture, shall ha�e exposed surfaces painted
vc+if,�i a shop coat of primer com.patible with the finish coaCings specified in Division 9, a�er
�� fabrication but hefare shipping. Apply two shop coats of pria�►er to surfaces that will be
inaccessible af�er erection.
a. Remove scale, rust, and other deleterious material before shop coat of paint is applied.
Clean aff heavy rust and loose rnill scale in accardance with SSPC-2, SSPC-3 or SSl'C-6.
Remave oil, grease and siznilar contaminants in accordance with SSPC SP-1.
b. Immediately after surface preparation, brush ar spray on metal prsmer paint, applied in
accardance with manufacturer's instructions and at rate to provide a unifarm dry iilm
thiclrn�ss of 3.0 znils per coat applied. Use painting methads which will result in fiYll
coverage afjoints, comer, edges and all exposed surfaces.
c. As soon as possiUle after exection, touch up any scraped, abrad�d ar unpai.nted surfaces
using primer as specified for shop coats.
2. Items exposed to weather, submer�sd in water or subject ta splashing, or located in corrosive
environments shall be hot dip galvanized after fabrication, unless otherwise noted on the
Drawings or specified.
a. �'allowing all manufaeturing operatians, items to be galvanized sha11 be thQro�ghly cleaned,
pickled, fluxed and complEtely im:mersed an a bath af molten zinc. The resulting coating
shall Ue adherent and shall be the normal coating to be obtained by immersing tY�e items in a
bath of rnolten zinc and allovc�ing them to remain in the ba�i until their temperature becomes
the same as the bat�. Coating shall be not less than 2 ounces per square �oot af surface.
b. W�ere field welding af galvanized material is necessary, welds shall be wire brushed clea�
and irnrnediately regalvanized in the field using "Galvalloy" galvanizing stick cannpound or
coating with ZRC zaztc coaiing by the Sealube Company.
2.Q2 STAINLESS STEEL FABRICATIONS
A. Materials
1. Plates and Sheets
— exterior, submerged or industrial use
— interiar and architectural use
FDSSflO.doc
05500-5
ASTM A167, Typ� 316
ASTM A167, Type 304
10/11/01
City of Fort Wor�h
Rolling Hills WTP
Sackwash Supply System
2. Structural Shapes
— exterior, sut�merged or industrial use
-- interiar and architectural use
3. Bolts, Nuts and Washers
B. Fabrication
ASTM A276, Type 316
ASTM A27�, Typa 304
A�TM A276, Type 316
1. See generaI fabrication requirements in Paragraph 2.07.
2.03 CAST 7RON FABRICAT�ONS
A. Materials
1. Gray iron castings ASTM A4$, Class 30
2. Far manhoIe rings and covexs, see City of Fort Warth Standard �pecifications.
B. FaUricatian
1. See general fabrication requirements in Paragraph 2.07.
2. Pravide frames, cavers and grates far mazaholes, catch basins and inlets fab�cated from good
quality, strong, tough, e�en grained cast iron. Cas#ings shall l�e as rnanufactured by the Neenah
Foundry; Mechanics Iron Foundry; ar equal, Sizes sha]1 6e as shawn on the Drawings or
sp�cified.
3. Provide solid manhole and lzold�ole cavers and frames for electrical azid telephone undergraund
systez�as. Covers shall have letters "HIGH VOT.TAGE", "LOW VOLTAGE" "SIGNAL",
"TELEPHONE", as applicable, emUossed on top.
2,04 ALT_TMIN[7M FABRICATTONS
A. AIuminum Frarning and Fabricai�ons
1, Materials
a. Aiuminum structural shapes and plates AIloy 6061-TG
b. Extruded aIuminum pipe
c. Fasteners, Stainle5s �tee]
Alloy 6063�T6
ASTM A27b, Type 316
2. Fabrication
a. Se� general fabrication requirements in Paragraph 2.47.
b. Fabricate miscellaneaus aluminum shapes and plates as sk�own. Furnish welded an.d
mitered angle frarnes and other fabrications complete r�ith welded anchors aitached.
Furn.ish all miscellaneous aluminum shown but not otherwise detailed. Structural shapes
and �xtnxded items shall comply vvith the dimensions an the Drawings within the tolerances
published by the Aluminum Association.
F055QO.dac �5504-6 iai iro�
City of Fort Wnrth
Rolfing Hills �W'TP
I3ackwash 3upply 5ystem
c. Weld aluminum work on the unexposed side when possihle in order to pravent pitting or
discoloration of exposed alurninum surfaces.
3. Finishes
a. All exposed aluminu7m surfaces sha11 have fabricator's standard mill finish uzaless otherwise
specified.
B. Aluminum Nnsings for Concrete Stairs
1. Nosings shall be Woaster Products, Inc. - Ty�ae 115 3-in wide nosing with 1-in nose depth,
"Alumogrit" surface, or equal.
2.. Provide canceaSed integral anchors extending at least I'/a-in below th� tread and spaced out mare
than 12-in on center. Drilled anchors are nat acceptable. Furn.ish treads with heavy duty
protective kape cover.
2.45 ANCHORS, BOLTS AN�] FASTENING DEVICES
A. Furnish anch.ors, bolts, fasteners, etc, as necessary for installation of the Work of this �Section or for
� securing the Work of ather Sections to in place construction.
B. For structural purposes, unless otherwise noted, drilled concrete anchors shall be adhesive capsule
' type or expansion type anchor bolts.
1. Adh�sive capsule an�hors shall be a two part stud and capsule chemical resin anchoring systern.
Capsules shail be self contained, exacily proportioned, sealed glass units containing
prerneasured amounts of resin, ag�regates and hardener. Stud assemblies s�all be as indicated
on the Drawings and shall include stain3ess steel all-ihread anchor rod with nut and washer, or
deformed reinforcing stael complying with the reauirennents of Section Q3200. Provide
� znataufacturer's recommended dzxve units and adaptors for installing capsules and studs. Install
anchors ir� full cornpl�anee with the manufacturer's zecozx�.naendations.
�i
a. Threaded anchor rad assemblies shovvn on the Drawi.ngs shali be manufactured fram the
following rnaterials:
1. StainSess Steel
b. Acceptab�e Manufaeturers
Rad: ASTM F594 (AISI Type 344)
Nut: ASTM FS94
Washer: ANSI B 18.22.1, Type A, Plain
Hi1ti "HVA Adhesive Anchor", Mo11y "1'arabond
Capsule Anchor", ar equal
2. Expansion Anchors shall be drop-in wedge type anchors of the sizes nated on the Drawings
complete with nuts and washers. Unless otherwise noted, provide stainless steel anchors.
Stainless stee] anchars, where required shail be all ATSI Type 316 construction. When the 3engih
or ernbedment of the balt is not noted on the Dravvings, provide length sufficient to place the
wedge and expansion sleeve portion af the bolt at least one inch behznd the reinforcing steel
within the concrete. Expansion anchors shall be "Kwik Bolt" by Hilti; "Parabolt" by Molly; or
equal.
F05500.doc
05504-7 io�i iioi
City of PorY Worth
Rolling Hills W7'P
Backwash Supply System
3. Threaded rads set in epoxy paste shall Ue Type 316 of the ma�erjal types indicated on the
Drawings and as specified in the preceding paragraphs for adhesive capsule anchors.
C. Headed anchor studs shall be #lux ended, welded to plates or ather embeds as shown on the Drawings.
Studs shall be made from cold drawn steel Grades G101Q through C-1020 per ASTM A108 and
shall be welded per the manufact�zrer's recommendations. Headed anchor studs sha11 be Neison Stud
Welding Company, Loraine, OH - Type H4L or S3L, or equal.
2.Ob SPECTAL PREFABRICA'I'ED ACCES� HATCHES AND ACCESSORIES
A. �it, Floor and Sidewalk Hatches skaaIl be Type "r" ar "JD" as specified by Bilco Campany, ar
approved equal.
1. Materials and Pabrication
a. Prefabricated access laatches shall be single or double leaf type dependzn.g on sizes shown
on the Drawings andlor specifed. Door leaf(s} shall be minimum 1/�4-in aluminum
diamond pattern plant with suffiaient stiffening to withstand a live Ioad of 304 pounds per
square foot. Unless othezwise noted on the Drawin.gs, use pivot tarsion bars fnr
counterbalance or spring operators for easy operation along with automatic door hold open.
Channel frame shall be 1/4-in aluminum equipped with emU�dded strap anc�ors or
perimeter anchor flange as required. Hardware shall Ue durable and corrosion r�sistant with
Type 316 stainless steel hardware used throughout. Provide removable Iock }�azxdle.
Frovide factory mill finisk� and bzturninous coating to the �xterior oi the fraznes. Furnish
safety chains both op�n ends with harness snaps. Hatches shaSl be watertight using a 1%z iz�
drainage coupling provided in the channel frame.
2. Ladders below hatches shall be equipped wiiY� a ho# dip galvanized ielescapiz�g ladder
extension as rnanufaetured Uy the Bilco Co., or approved equal. Break band between
dissimilax metals as speczfied in Paragraph 3.41.H.
2.07 FABRICATION - GENERAL
A. Form all zzliscellaneous m�tal work true to detail, wi#h clean, straight, sharply defined profiles, and
smooth surfaces of uniform calar and texture, Pro�ide fab�ications free from defects impairing
str�ngth ar durability. Drill or puneh holes and smoath edges. Ease exposed ad�es ta a small,
uniform radius. Fabricate supplementary pieces necessary to camplete each item thaugh suah pieces
are not definite�y shown or speci�ed. �
B. Supply components required far anchorage af fabrications. Connections and accessories shall be of
sufficient strength to safely witY�stand stresses and strains to which they will be subjected. Steel
accessories and connections to steel or cast iron shall be steel, unless othezwise specified. Tlueaded
eonnections shall be made so that the threads are concealed by �'itting.
C. Welded jaints shall be rigid and cantinuously welded or spot welded as specified or shown. Dress the
face of welds flush and srnooth. Continuausly weld and grind snaooth walds that wi11 �e exposed.
Expos�d j oints shall be close fittirng and jainted where least conspicuous. ConceaI fastenings where
practical. �unch or drill for temparary fi�ld connections and fox attachment of the Work of atk�er
trades.
D. Welding ofparts shall be in compliance with the laiest editian of the AWS structural welding code far
steeI (D 1.1) or aluminurn (D 1.2), as appropriate, and shall only be done where shown, speci�ed, or
pernutted by the Engineer. Welding shall �e performed anly by vvelders certi�ed tn perform the
Fossuo,ao� 05500-8 ioii irot
City of �ort Worth
Rolling Hills WTP
Backwash 5upply 5ystem
required welding in compliance with the xequirements af the AWS Code. Com�onent parts �f
built-up members to be welded shall be adequately supported and clamped or held by other adequate
rneans to hald the parts in proper relation for welding.
E. Castings sk�all be of good quality, sirong, tough, even-grained, smooth, free frarz� scale, lumps, blisters,
sasid holes and defeets of any kind which render thern unf t for #he service for which they are intended.
Thoroughly clean castings. Castings may be subjected to a hammer inspectior� in: the field by the
Engineer. AlI finislned surfaces shown on the Drawings andlor specified shali be machined ta a true
plan surface allowing pieces ta seat at all points without rocking. Make allowances in the patierns so
that thiclaYesses specified or shown wi11 not be reduced in obiaining finished surfaces. Castings will
not be acceptable if the actua3 weight is less than 95 percent ofthe f3leoretical weight cornputed from
th.e dimensions shown. Provide facilities f�r weighing castings in th� presence af the Engineer and
show true weights, certified by the supplier.
,� F. Shop painting will not be required for galvanized rnetal, stainless steel, aluminum, oopper, brass and
' branze, unless specifically speciiied.
2.08 FALL PREVENTION SYSTEM
A. Provide complete rigid-rail and locl�ing sleeve fall prevention systern at ladder shown. Systetn shall
be "Saf-T'-Clitnb" by North Consuzx�er Products, or appro�ed equal. �ystem shall be com�plete with all
maunting hardware and accessories furnished i�t� the same metal as the rail unless atherwise noted.
B. Rail material shall be Type 316 stainless steej.
C. Provide basic systern accessories, including: two (2) branze lockuig climbing sleeves (Saf T-Lok
Sleeve), twa {2) climhing belts (Saf-T-Be1t), two (2) hamesses (Saf T-Climb Harness), and one (1}
removable extension ldt.
D. Where ladder begins below tlae access platforrn of a structure (e.g., meter waults, hatchways, etc.},
provide a permanently znstalled mandrill on each laddar to allow use of the removable extension
previously specified.
PART 3; EXECUTION
3, O 1 INSTALLATION - GENER A i,
A. Install all items furnished except items to be ernbedded in concrete or masonry, wl�ich shall be
installed under Division 3 and Division 4, respectively. Iterns to be attached to concr�te or masonry
after such work is campleted shall be installed in compliance wiih the details shown. Furnish to
appxoprzate trades aIl anchors, sockets, or fastenings r�quired for securi.ng V1'ark to other constructi4n.
B. Set metal work level, true to line and plum.b as indicated.
C. Weld field connections and grind srnooth where practicable. Clean ax�.d strip primed, steel items to
bare rn.etal where s�te welding i.s required. Conceal fastenings wher� practicable.
D. Secure metal to wood with lag screws, of adequate size, with appropriate vvashers.
E. Secure metal ta masonry with er�bedded anchars, setting compound, lead callfing and sleeves, or
cement-sarid groutin�. Fastening f.o wood plugs in masonry will not be pemlitted.
�assao.do� 05500-9 iflii �ioi
c�� orxort woMn
Rolling Hi13s WTP
Backwash Supply 5ysiem
F. Touch-up abrasions to finish or primer coatings immediately after erectian azld prior to bo�h final
coating and final accep#ance.
G. Break cantact betvveen dissimilar metals as shawn on the Drawings or as specified in Paragraph
3.O1H.
H. Field-apply coat�ngs for installation of inetal fabricatians according to the following schedule. {For
embedded itezns, coat the embed.)
AIl steel surfaces in contact with exposed concrete or m�sonry shall receive a protective coat�ng
of an approved heavy hitumastic troweling mastic applied in compliance with #he manufacturer's
instructians prior to installation.
2. Where aluminurn contacts a dissimilar metal, apgly a heavy brush coat ofzinc-chromate primer
fallovved by two coa#s of aIurninurn rn�tal and masonry paint ta tk�e dissimilar metal.
Where aluminum contacts nnasonry or concrete, apply a heavy coat ai zinc chromate primer to
�he surface of the alurninum,
�. Where aluminum contacts wood, appIy two caats o� aluminum metal and masonry paint to the
wood.
3.02 INSTALLA�'I�N - STAIlZ NOSTNGS
A, Extend nosings to within 4-in of ends oftreads. Set top flush with tread a�nd edg� �lush withriser. Set
nosing anchors into concrete as concrete is poured, Do nat remave protective tape until completion of
Proj ect.
3.03 ��TALLATIQN - HATCHES AND LADDER EXTENSIQNS
A. Access hatches, roof scuttles and talescoping ladder extensions shall Ue installed in compliance with
manufacturer's instructions.
3.04 SCHEDULE OF FABRICATED METAL ITEMS
A. Steel Lintels. Galvanized or stainless steel of size and shape as indicated with minimum of 4-in
bearing at jambs unless otherwise shown.
B. Shelf Angles/Veneer Relie�' Angles. Gat�anized or stainless steel of size and sl�ape as indicated,
Pravide nzinimurn 4-inch bearing at jambs unless otherwise shown.
C. Steei Supports and Rxatnes for Lnuvers, Ga��anized structural steel of size and shape indicated ar as
xequired for windlaads.
D. Roof Curb Framing, Galvanized structural steel sections as it�dicated.
E, Ceili.z�g Mounted Equipmeni Supports. Galvanized sfizctural steel as indicated.
�'. �teel Pipe Guard Post (Boll�rds), Galvanized Schedule 40 stee� pipe as indicated, fill with concrete to
formed crowned cap.
G. Break MetaI Closure Angles and Plat�s. GaI�anized. ,Size, gauge and anchorage as indicated, fit tight
against surfaces.
xossoo.aa� OSSQD-10 ion zroi
City of Fort Worth
Rolling Hills WTP
Backwash Supply 5ystem
H. Wall Sleeves. Gal�anized Schedule 40 steel or cast iron pipe with end jainta as shown on the
Drar�vzngs. Provide center anchor around circumference as sbown.
�. Balts, Anchor�, Brackets, Clips and Inserts. Type and size requixed to rigidly secuF� members far
which they are to be used.
r. Miscellaneous Angies, Plates, Gratings, Tubing, Bar Stock, Bxeak Metal, etc. As req�ired for the
proper installation oi various items thraughout the building if not otherwise furnished.
END O� SECTION
i�
I'L
,
�
��
�f
�ossoo.aoc �5500-I I �onva�
City of Fort Warth
Ralling Hills WTP
Sackrvash 5upply 5ystem
SECTION 05530
METAL GRATINGS AND COVER PLATES
PART i : GENE� Ar .
, 1.01 SCOPE O�' WORK
' A. Furnish a11 la�or, materials, equipment and incidentals requixed to install metal gratings and floor
,, cover plates along vvith embedded or attached support frames as shown on the Drawings ar as
speciiied herein.
s�
1.02 RELATED WORK �
�- A. Miscellaneaus grating or cover plate intermediate suppart beams and anchoring devices far attaching
these supports to concrete are included in Section Q5540.
, 1.�3 SUBMTTTALS
A. Submit to Engineer detailed Shop Drawings showing sizes of inernbers, rnethod of assemb3y,
_ anchorage and connection to other me�nbers. Submit Shop Drawings ta the Engineer far approval
before fabrication.
, � B. Suhmit manufacturer's praduct data for gratings inciuding span and deflection tables and detazLs and
materials o� construction.
C. Submit manufacturer's installation instructions.
, D. Submit 2 grating satnples 10-in by 10-in ixa size, illustrating surface finish, colar, texture and j ointing
' details for each type of grating pravided.
. 1.04 REFERENCE STANDARDS
A. Aluminum Association
1. Engineering Data %r Aluminum Siz-uciures {Publication 33)
B. American National Standards Institute (ANS�
l. ANSI A202.1 - Metal Bars Grat�ng Manual for Steel and Aluminum Grating and Stair Treads.
C. American Society for Tesi�ng and Materials {ASTM}
1. ASTM A276 - Standard Specification %r S#ainless and Heat-Resisting Steel Bars and Shapes.
D. American Welding 5ociety (AWS)
1. AWS D1.2 - Structural Welding Code - Aluminum
E. Where reference is made to one of $ie above standards, the revision in effect at the time of bid
apening shall apply.
�osso.ao� 0553D-1 �on iroi
c�ty a� ro� wonn
Rolling Hil[s WTP
Backwash Supply System
I.05 QUALITY ASSURANCE
A. The �tvork of this Section shall be comple#ely coordinated with the work of other Sections. Verify at
the site the dimenszons and the work af other trades adjoining ifems of work in this Section before
fabricating or installing the items speczfied.
B. Furn.ish to �he pertinent trades all items zncluded under this Section that are to be built into the work af
otlaex Sections.
1.Ob DESIGN CRI�'ERIA
A. Grating provided shall meet or exceed t�e follo�+ing load and deflection criteria for the number of
spans and span Iengths at which it will �e used:
1. The span at which the grating is insYalled shall not exceed the �abricator's maximum
recornmended span for the size and spacing af the bearing bars.
2. The grating shall produce a deflectian of 1/360fh af the span or Iess under a uzuform live Ioad of
100 pounds per sc�uare foo�.
3. Crrating shall produce a deflection of 1/360t�. of the span ar Iess und�r a concentrated live laad of
300 pounds applied at mid-span.
1'ART 2: PRUDUCTS
2.fl1 GENERAL
A. The use of a manttfacturer's name and model or catalog number is for the purpase of establisk�ing the
standard of quality and general canfiguratian desired.
B. Like items of materials shall be th� er�d products of one maz�ufacturer in order to pro�ide
standardization fox appearance.
C. Matarials shall comply vc�ith these Specifications and any federal, state, or local regulation.s.
2A2 ALUMINUIvI BAR GRA.TING AND Al'1'URTENANCES
A. Pxovide aluminum rectangular bar grating of the depths and bearing bar thicl�esses noted on tkze
Drawings and specified. Bearing bars shall be spaced a# I 3116-in on center and cross bar supports at
4-in on center. Grating material shall be aluminum alloy 6Q61-T6.
L Grating cross bars shall be attached to the bearing bars with interlocked swaged joints.
2. Openizags 2-in nr greater in diameter/dimension and grating edges shall be banded with a bar of
the same depth and thiclrness as the bearing bars. Weid cut bearing or cross ba�rs to the banding
bar.
3. Bar grat�ng treads �'or stazrs shall be one-piece treads fabricated vcrith a solid nosing edge nnt less
than 2-inches wide and 1-inch deep. Nosing shall be caated with non-siip abrasive quit surface.
�os3aao� 05530-2 ioniroi
Ciry of Fort Worth
Rolling FIills WTP
Backwash 3upply System
B. Grating clamps, nuts, bolts, washers and other fastening devices far grating and grat��g supparts shall
be Type 316 stainless steel.
1. Pravide saddle clip grating anchors.
C. Finishes:
I. Grating - Mill finish
2.03 ALUMIN UM COVER PLATES
A. Co�er plates shall be aluminurn iread plate, alloy 6061-T6 having a raised figure pattern on one
surface to pravide improved iraction.
e 1. Unless atherwise noted, prowide 3/8-in piate thicl�ess wi�h mi11 finish.
B. Plate, frames and support� shall be all aluminum construction as shown on the Drawings and
specified.
C. Cover plate fastening de�+ices and hardware shall be Type 316 stainless steeI.
2.04 FABRICATION
' I A. Provide work true to detail, with ciean, straight, sharply defined profiles and smootla surfaces of
unifoz�nn. color and texture free from defects impai�ing strength or d�rability.
B. Field verify dixnensions prior to iabrication.
C. Pro�ide connectio�s and accassories of sufficient strengfh to safely withstand stresses and strains to
which they will be subjected. Threaded connections shall be rnade so that tk�e threads are concea�ed
by iitting. �
.- D. Angle frames for grating and floor plates sha11 l�e welded and mitered with welded strap anchors
attached.
E. Welded j oints shall be rigid and continuously welded or spot welded as specified or shown. Dress the
faee oF welds flush and smooth. Exposed joints shall be close fitting and lacated where least
conspicuous.
F. Weld parts in campliance with �he latest edition of AWS DL2. Weld where shown, specified, ar
pernutted by the Engineer. Welding shall be performed by welders certified to perform vvelding in
accordance with the requirernents ofthe AWS Code. Component parts of huilt-up members to be
welded shall be adequately supported and clamped or held by other adequate means to hold fhe parts
in proper relation for welding.
G. Weld aluminum or stainless steel work an the uz�expased side when possible in order to pzevent
pitting or discoloration.
H. Provide trench grating with equal "stubs".
FOS30.doc
05530-3
ioit t�o►
City af Fort Worth
Rolling Hills WTP
Backwash 5upp3y System
PART 3: EXECiJTION
3 ,Q 1 INSPECTI�N
A. Verify that openizag sizes and dimensional variatiQr�s are acceptable for installation oi grating ar cover
plates at the specified talerances. Repart anynon-camplying areas to the Engineer prior io proceeding
wii� installataon.
3.02 1NSTALLATION
A. Install all items fumished except itezns to be embedded in cnncrete wl�ich shaIl be insta�led under
Divisian 3. Install items ta be attached to conorete or masoz�ry after such wark is completed and in
compIiance with the details shown. �
B. Fiald cutting of �nished surfaces is nat allowed ur�less specifically appraved �y tl�e Engineer. V4�hen
cutting is approved, use machanical cutting tools; do not use flazne cutting tools.
C. Secure grating with fastening devices as specified to prevent xno�vement, except vvhere removable
gra�ing is called for on Drawings.
D. Where aluminurn coniacts a dissimilar metal, field-apply a heavy brush caat of zinc-chromate p�xner
followed Uy twa coats af aluminum metal and anasonry paint to the dissimilar metal.
E. Where alumine�m contacts masonry or concrete, �eld-appiy a heavy brush coat of zinc chxamate
prizner to the masonry or concrete. �or embedded iterns, coat tI�e embed.
F. VWhere aluminum contacts wood, faeld-apply two coats of aluminur� rnetal and masonry paint to the
wood.
3.03 FIELD QUALITY C(]NTROL
A. Tolerances
J. Maximum spaee between adjaining or abutting sections: 114-zn.
IVlaximum variation from top surface plane of adjoinzng ar abutti�ag sections or structure: 1/$-in.
END OF SECTION
�os3o.ao� �5530-4 ion vo1
.�
�-;
���S��I� 7
� � 'I'�E]L�l�A]L �� 1VY��S'�lU� �'���EC7���I�
" F
3 t
1�
�
�
t
��
City of �art Worth
Ralling f�ills WTP
Backwash 5upply System
sECT1oN a�9ao
70INT SEALERS
PART 1: GENERAL
1.01 SCOPE �F WORK
A. Furnish all materials, labor, equipment and incidentals r�quired to install a31 sealants, caulkir�g, joint
fillers, and accessaries as shown on the Drawings and specified.
., B. Seal joints as indicated in the schedule at the end of this Sectio�. Jaints noted on the cirawings for
"sealant," "caulk," or "caulking" shall be sealed as specified herein. Joints of a sinnilar nature to thase
�' in tk�e schedule shall be sealed in accardance witb the schedule, whether sa indicated on the Drawin.gs
or not.
l. Seal a11 exterior j oints betr'veen adj acent ma.terials, joints betvveen frames or ]ouvers and adjacent
materials, capings, �r►asonry control joints, and all other joints shawn on the Drawings or
required for completion of the work.
2, Seal all inierior joints between frames and masanry, at tops of masonry walls, between masonry
and structural concreie, between floor joints in tile, joints in roorns to be airtight, joinis around
plumbing fixtures, and all other j oints shown on the Drawings or required for campletion af the
work.
1.02 RELATED WORK
A. Concrete 3oint and Joint Accessoxies are included in Section 03250.
B. Reinforced Unit Masonry is included in Section 04200.
1.03 DEFINITIONS
A. Substrate type shall be as defined in ASTM C920 and as follows:
1. Type M: Concrete, concrete masonry units, brick, mortar and natural stone. The term masonry
shall be de�`ined to include brick, stone, and concrete masonry work.
2. Type G: Glass and transparent plastic glazizag sheets.
Type A; Metals, poreelain, glazed tile, and smootla plastics.
4. Type O: Wood, unglazed tile, ar�d substrates not included in preceding categaries.
1.04 �UBMITTALS
A. Materia3s and accessories far conczete joints are specified in Section 03250. Matenals and accessories
for masoruy j oints are specified in Division 4. Submit sealers far concrete and masonry joints together
wit�a required j oint accessories in a single pacicage. Materials used together in the same joint shall be
co�npatitale.
F07900.doc Q7900-1 zan iroi
City of �ort Worth
Raliing Hills W'TP
Backwash Supply System
B, Shop drawings and product data, in accordance with S�ction 01300, showing mat�rials of construction
and details af installation for:
Sealers. Manufacturer's catalog cuts, specification data, color chart, and installationinstructions.
Dernonstrate complianee witk� ASTM standards specified including specific typ�e, grade, and
class, Identiiy end use and location of each material submitted. Include manufacturer's cautions
regarding substrates, substrate preparation, or materials that vvill inhibit bond or otk�e�-vvise
damage the sealer.
C. 5amples
Sealers expased to view. Submit two sets af cured samples of actual praducts in �'uI� range af
manufacturer's standard colors.
2. �ubrnif, for zeview two sets ofxepresentative samples of any or all other materials requir�d for the
work af this Section when requ�sied by tl�e Engine�r.
1A5 REF�RENCE STANDARDS
A. American Society for Testing and Materials {A�TM)
1. ASTM C92q -�tandard Specification for Elastazneric 7oint Sealants
2. ASTM C1193 - Standard Guide for Use of Join.t Sealants
B. Natianal Sanitation Foundation (NSF)
�tandard 61 - Driniting Water Systern Components Health Eifects
2. Listin�s - Drinking Water System Camponents
C, Where reference is made to one of the preceding s�andards, the revisian in effect at the time of Uid
opening shaIl apply unless specff cally indicated otherrn�ise.
1.D6 DELNERY, STORAGE, AND HANDLING
A. Deliver materials in unbxoken, sealed original containers with legi,ble labels showing manufacturer,
product name or designation, color, shelf life, and installation instructions.
B. Store sealers in accordance wit� the manufacturer's instructians. Do not use sealers that have been
stored for a period of time exceeding the recommended shelf life of the maieriais.
1.07 PROJECT/SITE REQUIltEMENTS
A. Environmental Requirements
1. Do not install sealers if �n� of the following conditions exist:
a, Air or substrate tez�aperature exceeds the range recom�nended by �lae sealer manufacturer, ar
is Uelow 40°F.
b. Substrate is wet, damg, or covered with sno�, ice, frost, or other deleierious material.
FD7900.doc 47900-2 ia�i ��o�
City ofFort Worth
Rolling Hills VJTP
Bacicwash Supply 5ystem
B. Dimensional Requirements
Provide sealer depth as recommended �y the manufacturer. If no ather recvxnmendations are
provzded, sealer depth shall be equai tn one-half the width of the joint being sealed.
2. Do not install sealers if j oint dimensions are Sess than or greater than that xecarrunended by the
sealer manufacturer. In such cases, obtain sealex manufacturer's recommendations for alternative
procedures, and advise Engineer of anticipated modifications.
1.08 �VAR1tANTY
' A. Submit written wanranty signed by General Contractor, Tnstaller, and Product Manufacturer, j ointly
�. guaranteeing to correct faiZures in sealer work that occur within 5-years after Substantial Completion,
without reducing or otherwise lirniting any other right� to correciion that the Ovvner may have under
�� the provisions of these Cantract Documents. Failure is defined to znean failure to remain watertight
. due to faulty materials ar warkmaiiship.
PART 2: PRODUCTS
2.OI GENERAL
A, The use of a manufacturer's name and model or catalog numUer is for the purpase of establishing the
standard of quality an� general canf`iguratian desired.
B. Like items of materialslequipment shall be the �nd products of one man.ufachuer in order to provide
standardization for appearance.
C. Provide only materials that are compatible with the substrates, with each other, and with oiller
construction to l�e incozparated into the joints.
D, Sealer calors shall Ue as selected by the Engzneer fram manufacturer's standard co3ors.
2.fl2 MATERIAY,S
A. Blasiorneric Sealant. Sealant shall comply with the requirexnents of ASTM C920 including speeific
� Type, Grade, Class, and Uses indicated. Sealants for use in contact with potable water shall be listed
by NSF as complying with the requiremetats of N5F Standard 61 and shall be resistan.t to chlarine
concentrations of up to 4 milligrams per liter (mglL).
1. Polyurethane or Polysuliide Sealant
a. Exterior and int�rior sealant for joints an the horizontal plane shall be a two-part, pourable,
self-leveling polyurethana or polysulfide-based sealant conforming to the requirements of
ASTM C320, Class 25, LTse shall be NT, M, G, A, o� O as require� by iha substrate.
b, Exterior and interior sealant for j o�ints an surfaces other than horizantal shall be a one-part,
non-sag or gun-grade polyurethane or polysulfide-based conform.i.ng to the requirements of
ASTM C920, Class 25. Use shall be NT, M, G, A, or O as required by the substrate.
2. Silicone Sealants
,�
F0740fl.doc 07900-3 ion iro i
City of Fort Worfh
ftolli�g Hills WTP
Backwash Supply 5ystem
a. Medium Mov�ment Silicone Sealant: One- or two-part nan-acid-�uring, Grade NS, Class
25, Use NT. Sealant shall pro�wide movement capability of more than 25 percent, but iess
than 54 percent, in hoth extension and compression.
%. Mildew-Resistant Silicone Sealant: One-part, Type 5, Grade NS, Class 25, Use NT.
Sealant shall be fornn.ulated with fungicide and suitable for inferior use on nonporous
s�rfaces.
B. Sealant Backers
1. Backers shall be non-staining and as r�commended by the sealant xnanufacturer for their speci#'ic
use.
2. Backer Rod, �nless otherwise restricted by the sealant ma�ufacturer, shall be �exible, non-
absarbent, non-gassing closed cell compressibl� polyurethane foam prefor�med to the appropriate
size and shape.
Bond-Breaker Tape, unless otherwise restricted by the seaZant manufacturer, shall be self
adhesive polyethylene or other plastic tape suitable far preventing sealant adhesion.
C. Miscellaneous Materials
1. Primers shalI be as recommended by the sealant manufacturer.
2. Cleanars shall be as recommended by the sealant manufacturer. Cleaners sf�all not dam�ge the
finish of materials adjacent to the sealed area.
3. Masking tape s1�aXI be non-absarbent and non-stainin�.
4. Taoling agents sk�all be as recom�mended by the sealant rnanufactuxer, and shall be non-staining
to the sealant or substrate.
PART 3: EXECUTION
3.01 PREPARATION
A. Verification of Conditions
Examine joints for chaxacteristics that may affect sealer performance, including configuration
and dirnensions. �
2. Do nat begin installation of joint sealers u:ntil unsatisfactory conditions have been carr�cted.
B. Surface Preparation
1. Cleaning. 7ust before beginning sealer installation, clean out joints in aceordance wzth the
rEcornmendations of the sealer manufacturer a�r�d as foIlows:
a. Remove all materials that rrught impair adhesian, including dust, dirt, caatings, paint, oil,
and grease.
b. Tharoughly c�y damp and wet surfaces.
F��9oo,aoc 07900-4 iar �ro�
City of Fori Worth
Rolling Hiis W7P
Backwash Supply 5ystem
c. Clean substrates using methods that will not leave residues or impair adhesion.
{1) Clean Type M and Type O substrates by suitahle mechanical nr c�emical metbods.
Remove laitance and form-release coatings from concrete, Remove loase particles by
vacuuming or blowing with oil-free compressed air. �
(2) Clean Type A and Type G substrates by chemical or other methods that will not
damage the substrate.
2. Masking. Install maskitag tape to keep primers and sealers off ad}acent surfaces that would be
damaged hy cantact or cleanup, and to provide a neat, finished edge. Remove tape as saon as
practical.
3, Priming. Frime substrate as recammended by the sealer manufacturer
4. Install iiller� where needed to grovide propex' joint depth or support for sealar�t backers.
�
3.02 INSTALLATION
A. Comply wzth sealer manufacturers' installation instructions and recommendations, except where mar�
restrictive requirements are specified.
B. Backers. jnstall backers at depth required tQ provide shape and d�pth of installed sealant that allows
the greaiest joint mavement without sealant failure. Make backers contuauaus without gaps, tears, or
punctures. Do nnt stretch or twist backers. If backers become wet or damp befoxe installation of
s�alant, tharoughly dry before praceeding.
C. Bond-Ureaker tape. Use bond breaker tape where indicated or necessary ta pr��ent sea�ant £ram
adhering to back or third side af 3oint.
' � D. Sealants. �nstall sealants in accordance with ASTM C1193. Using methods recnrnmended l�y the
` manufacturer, cornp3etely fill the j nints. Unless otherwis� recommended by the sealant manufacturer
. or detailed on the drawings, install sealant with a 2 to J. ratio of width to thiclrness. Make fu3l contact
with bonding surfaces. Tool non-sag sealauts to smooth surfaces, eIiminating air poekets. Taoling
° shall be to concave joint shape shown i� Figure SA of ASTM C1193 unless otherwise indicated,
3.03 PROTECTION AND CLEANING
A. Maintain surfaces of all materials adjoining sealed joints free of smears ar soiling due to sealing
operations. Glean surfaces adjacent to jaints as workprogresses and befare sealants sei usingrnethods
and mat�rials approved by manufacturers of sealers and of surfaces ta be cleaned.
B. Protect joint sealers fram cantamination and da�aage.
G Remove and replace damaged sealers.
3.0�4 SCHEDULES
A. General
l. Unless otherwise indicated, joints around the perimeter of franaes shall be sealed using sealer
specified for the substrate adjacent to the frame.
F0790D.doe
07900-5
] Oli 1101
City nf Fort Worth
Rolfing Hi13s WTP
Backwash Sup�ly 8ystem
B. Expansion and contral joints in exteriar and inte�ar surfaces of cast-in-place concrete or masanry
wa]ls:
1. Non-sag polyurethane or �olysulfide sealant; concave joint configuration.
2. Backer rod or bond-breaker ta,pe.
C. �xpansian and cnntrol joints in exterior and interior surfaces of ca�t-in-place concrete slabs:
1. Self leveling polyurethane or �o]ysulfide sealant.
2. Backer rad or box�d-breaker tape.
D. Interiar joints at w�t areas ahove elevation. 815 {inclutlin� perimeter Qf bath fixtures, caunt�r tops,
gIazed cerarniC tile axeas):
1. Mildev�-resistant si]icane sealant; concave joint canfiguration.
2. Bond-breaker fape where apprapriate.
�. Exterior or exterior jaints for which na other sealer is indxcated:
1. Medium movement silicQne sealant; e�ncave joint canfigur�tiozx,
Z. Bacl�er rod or bond-breaker tape.
END OF SECTION
F07400.doc Q%gQ�-� 161111C11
�
�
1
1
,�.
1�-�i�-� 9
� ����
��
�
�
.�
I
1
��
�
. i.
��
�
Ciry of Foit W orth
Rolling Hills WTP
Backwash Supply 5ystem
SECTION 04901
SURFACE FREPARA.TION AND SHOP PRTME PAINTING
PART 1: GENERAT.
1.01 SCO�E 0� WORK ,
A. Furnish all lahor, materials, equipment, and inciden.taIs required for the suxfaae preparation and
application of shop primers on ferrous metals, excluding stainless steel and galvanized steel, as
specified herein and as shown on the Drawings.
1.02 RELATED WORK
A. Field painting is included in Section 099Q2.
B. Painting of Elevated Starage Tank is included in Section 09903.
1.03 SiTBMITTALS
A. Subrnit to the Engineer far review in aceordance with Section 01300 complete shop drawings,
manufactuzer's specifications, and data an the proposed primers and defiailed surface prepaxation,
application procedures, and dry mil th�ickness.
1.04 REFERENCE SPECIFICATIONS
A. SteelStructures Painting Council (SSPC)
1. SSPC-SP-I - Sol�v�nt Cleaning
2. SSPC-SP-6 - Cornmercial Blast Cleaning
3. 55FC-5P-7 - Brush B1ast
�. SSFC-SF-10 - Ne�-White Metal Blast Cleaning
PART 2: PRODUCTS
. 2.01 MATERTALS
A. Ferrous Metals submerged or subject to splashizag:
I. Tnemec
� 1 Coat: 69-BJ4S Gray Epoxy 1'rimer {4.0 - 6.0 DFT)
or
1 Coat: 14Q-1255 PotaPox 1'lus (6-8 DFT per coat) for potabie water
2. CarUaline
� 1 Coat: CarbQguard 890 (3.5 - 4.5 DFT}
F04901,doc 0990 I - i
3/131Q2
City af Fort Worth
Rolling Hills WTP
Backwash Supply System
3. IC� Paints
1 Coat Bar Rust 236 (4.0-8.0 DFT)
�4. SIaerwin-Williams
1 Coat: Hi — Solids Catalyzed Epoxy (5.0 �- 6.0 DFT}
5. PPG Tndustries
1 Goat: DTR 97-148 Series (5 - 7 D�T)
B. Structural Steel, Loose Steel Lintels and �ther F'errous Metals (i.e., MechanicaI Equipment,
Pipin�, etc.}:
1. Tne�ec
I Coat: 66-B745 Gray Epoxy Primer (4.0 - 6.0 DFT}
2. Carboline
1 Coat: Carbaguard S90 (3.5 - 4.S DFT}
3. IGI Fa�ints
1Coat Ba�r Rust 235 {4.0-8.0 D�'T)
4 �herwin-Williarns
1�oat: RecaataUle Epoxy Primer (3.5 - 4.5 DFT)
5. PPG Industaries
1 Coat:DTR 97-148 Series {5 - 7 DRT)
C. Nonprimed Surfaces:
1. Gears, beaxin.gs surfaces, and other similar surfaces that are not to be painted shall be given a
heavy shop coat of grease 4r other suitable rust-resistaiat coating. This coating sha11 be
rnaintained as necessary ta prevent corrasion during all periods of storage and erection and
sha11 be satisfaotary to the Engineer up to the time of the final acceptanoe test.
D. CaznpatiUility af Caating Systems:
1. Shop priming s1aaI1 be ddne with primers that are guara�.teed by the nnanufacturer to be
compatible with �heir corresponding primers and finish coats specified in Sectian 099Q2 for
use in the field and which are recommended far use together.
E. Masonzy; See Sectian 099Q2.
F. Plastic pipe: See Section 09902.
G. Mefal surfaces above 250E�': See Seetion 09902.
H. Insulated pipe {non-metallic insulation and building insr�lation}: See Section 09902.
Fa99oi.ao�. 09941-2 3/13/02
City af Fort Vdorth
Rolling Hills WTP
Baclnvash Supply System
I. Repair of cut edges and damage to galvanized steEl:
1. Tnemec
i Caat: 90-97 Tnemec Zinc {2.5 - 3 DFT)
2. Carboline
1 Caat: Gal�wanox (2.5 - 3 DFT)
3. ICI Paints
1 Coat: Catha Coat 302H (2.5-4.ODFT)
4. Sherwin-Williams
1 Coat; Zine Clad �(2.5 - 3 DFT)
�,
5, PPG Industries
1 Coat: 97-670 (2.5 - 3 D�T)
' J. Prizners containing lead will not be allowad.
PART 3: EXECUTION
3.01 Al'PLICATTON
A. Surface Preparation and �riming:
I. Nonsubmer�ed corxzpanents scheduled for priming, as defined above, shaIl be sandblasted
- clean in accordance witla SSPGSP-6 "Commercial" immediately priar to priming. Submerged
components scheduled far priming, as defined above, shall be sandb]asted clean in accardance
� with SSPC-SP-10 "Near Wl�ite," immediatelyprior to pr�m�ing.
2. 5urfaces shall he dry and free of dust, oil, grease, dirt, rust, laose mill scale, and other foreign
material l�efore priming.
� 3. 5hop prime in accordance with approved paint manufacturer's recommendations.
�
, �4. Surface preparation for %eld painting unprimed surfaces or far tnuch up shall.be the same.
� 5. Plastie pipe surfaces shall be lightly sanded before painting.
6. Waod surfaces shall be dry and sand�d to a smooth surface.
7. Bituminous-coated pipe shall not b� used in exposed locations. Pipe to l�e expflsed in the
finished work shali be primed in acaordance with the requirements herein. Any bituminous
coated pipe which is inadvertently installed in exposed locations shall be sandhlasted clean
befor� priming and paintin.g.
8. All primed ar previously painted surfaces and nonferrous s�ufaces shall be cleaned prior to
appIication nf successive coats. All nonferrous metals shall be cleaned in accordance vc+ith
SSPC-SP-1. Test galvaz�ized steel for treatment or any passivation and handle as required.
F09901,doc 09901-3 3/13102
Ciry af Fort Worth
Rolling i3ills W�'P
Backwash Supgly System
9. Shop-coated surfaces shall be protected from daznage and corrosian before and after
installaiion. Damaged areas shall he repaired immediately upon detection. Abraded oz
carroded spots shall be cleaned and touched up with t�ie same materials as the shop coat. All
shop coated surfaces wllich are determined to be faded or discolored or which require nnare
th.an minor touch-up, shall receive new sur�ace preparation and be repainted. Cut edges of
galvanized steel and exposed threads and cut ends of galvanized piping, electrical conduit, and
metal pige sleeves shall be solvent cleaned in accardance with SSPC-SP-1 and primed.
10. Galvanized steel and stainless steel surfaces shall Ue cleaned in accordance with SSPC-SP-7.
Such surfac�s designated not to be painted shall be cleaned to this standard.
11. Alurninum emUedded or in contact with concrete shall be paint�d with ane coat of epoxy as
scheduled in Sectian 09902.
12. Sur�ace temperature.and all other appIicatia�t conditions shall be in accordance with approved
prixner manufacturer's recammendations. En.closur�s and auxiliary heat shall be util�zed as
necessary to achieve compliance.
3.02 FABRiCATED AND MANUFACT[JRED EQUIPMENT
A. Unless ofihenvise indicated, aIl fabrica#ed and nnanufactured equipment shall be shop primed.
Initial finish coats may be shap or site applied. All further eoats shall be site-applied. In all cases,
fin,al coat shall be site-applied,
B. Wherever equipment is required to be sandblasted, Con�ractar sha11 protect all motors, drives,
Uearings, gears, namepiates, and any other parts noi required to be painted, from sandblasting and
from the eniry of grit. Any equipment found to contain grit shall be disass�mbled, cleaned and
reassembled.
END OF SECTION
Fa�9ai.ao�. 099Q 1-4 3113102
City of Fart Worfh
Ro[ling Hills W'T'P
Backwash 5upply System
SECTION 09902
FINISH PATNTING
PART 1: GENERAL
1.01 SCOPE OF WURK
A, The work of this sectian consists o� fur�ishing all materials, labor, equipment, and inczdentals
required and performing a11 the finish painting nece�sary tn complete tlus Cantract in its ent�rety.
B. It is �lae intent of #�ese Specifications to paint alI interior concrete �vhere scheduled, e�posed
miscellaneous metal, pipe, iittings, supparts, valves, equipment, and all other work ob�iously
required to Ue painted unless otherwise specified. Minor it�ms omitted in the schedule af work
shall be included rn the work of this Sectinn where they came within the general in�ent o��he
specificatians as stated herein.
,. C. In additinn to fhe new siructures, all re�ovated portions of existing structures are to be prepared for
painting and painted. This includes all items in these existing areas both exterior, interior and
� submerged. The paint systems to be used on all e�sting surfaces are as scheduled for the new
,, structures. All pipes are to be painted to canform to the pipe color code in this Section. Colors are
to be consistent throughout the new and existing structures. Surface pxeparation and shop priming
shall conform to Seciion 09901.
D. The fallpwing surfaces ar items are not required to be painted:
1. Partians of inetal, other than aluminuzaa, eznbedded in concrete. This does not apply to the
� back face of items mounted to concrete ar masonry surfaces vvkuch shall be painfed before
� erection. AIuminurn to be embedded in or in cantact with concrete ar masonry slaall be coated
L� to prevent electrolysis.
2. 5tainless steel.
,
� 3. Fencing.
4. Concealed surfaces of pipe or crawl s�aces.
�I
5. Acoustical ceilings.
. b. Tile.
I 7. Exterior concrete, ui�3ess otherwise specz�ed, and hea�vy duty concrete topping.
��
8. Fznish hardware, except daor closers that ara not �x7nished.
9. Manhole frames and covers.
10. �iberglass other than piping.
F099D2.doc 099Q2-1 3i�aioa
City of Fort Worth
Rolling Hills VYTP
Backwash Supply 5ystem
11, Packing glands and ather adjustable parts, and nameplates and data plates of inechanical
equipm�nt.
12, Interior concrete of existing clearweIls being modifed, including new haffle walls.
1.�2 RELATED WORK
A. Surface Prepaz�ation and Shop �'rime Painting are included in �ection 09901.
B. Waterpraofing ar�,d Dampproofing are included in Dzvision 7.
1,43 REFERENCES
A. Aixzerican Association af State Highway and Transportation Officials (A,A.5HT4}
B. A�merican Society far Testxng and Materials (ASTMj
1. ASTM C150 - Specification for Partland Cement
2. ASTM D425 8- Practice for Surface Cleaning Concrete for Coating
C. Natianal Sanitation Foundation (NSF)
1. 5tandard 61
D. Occupational Safety and Healtk� Act (OSHA)
1. Air Pollution Contral Rules
2. Color Coding
E. Steel Struc�ures Painting Council (SSPC)
1. SSPC-SP-1 - 5urface Preparation Specific�tion - Sol��:nt Cleaning
2. SSPC-SP-2 - Surface Freparation Specification - Hand Tool Cleaning
3. SSPC-SP-3 - Surface Preparation Specifination - Power Tool Cleaning
4. SSPC-5P-6 - Cammercial Blast Cleaz�ing
5. SSPC-SP-10 - Near White Metal Blast Cleaning
1AA� SUBMiTTALS
A. Submit to ihe Enguaeer for review in accordance with Sectian fl1300 shap drawings, working
drawings, and product data including manufacturer's specifications and data an the proposed paint
systems and detai.led surface preparation, applicat�on procedures and dry film thickness. Certify
that the systems submitted �eet all applicable volatile arganic caz-bon regulatians. Equivalent
system,s are to be subrnitted at no additional costs to meet any new regulations.
�o�9az.ao� 09902-2 3���faZ
Gity of Fart Wnrth
Rolling Iiills WTP
Backwash Suppiy System
B. Furnish io the Engineer for review one S-in by 4-in by 16-in concrete block with one caat of the
proposed sctrfacer and two coats of the proposed epoxy iinish in � caior selected by the Engineer.
�'urnish additional samples until ane is approved. This sample, when approved b� tl�e Engiu�eer,
shall establish tl�e quality of the pain.ted surface where this applicatiari is indicated.
C. Subtnit to f.lae Engineer for review in accordance with Sectian 01300 colqr cards, including
siandard and special colois, for initial color selectaons.
D. Schedule of Fainting �peraf�ans: Submit io the Engineer for revie�v a complete Schedule of
Painting Opera�ians within 90 days after the Notice to 1'roceed. This Schedule is imperati�e so
that the various fabricators may be notified of fihe proper shop prime coat ta apply. Praperly notify
and coordinate the faUricatars' surface preparation and painting operatians with these
Specifications. This Schec�uJ.e sha11 includ� %r each suriace to be painted, the brand name, the
pexcent volume oi solids, the caverage and the number af caats ihe Contractor praposes to use in
arder to achieve ihe specified dry film thickness, and aalor charts. When the Schedule has been
approved, apply all material in strict accardance with the apprn�ed Schedule and the
znanufacturer's instructians. Wet and dry paint film gau�es shall be made available ta tlae Engineer
to verify the proper applicaiion while work is in progress.
1.05 �PARE MATERIAL
A. Furnish one unopened galion can of each type and each color of paint used.
i A6 PRE PAINT]NG CONFERENCE
A. We11 in advance of cammencerrient of painting opsrations, but after major equipment has been.
d�livered, a pre-pain.ting conference shall lae he1d. All parties with an interest in the painting worlc
shail attend, including the Contractor, the Manufactuz�er, the Qwner, the Engineer, and the painting
subconiractor. The Contractar shall contact eaeh party and arrange the rneeting.
B. The canference shall include an inspection of the areas to be painted by all parties and a discussion
of the conformance of each area with the sp�cifications. Important issues such as environmentaI
conditions, climate control systems, original primer, dry film thickness, and monitoring the
number of ooats that have Ueen. i"ieid applied shall be discussed and problems shalI he resolved.
C. A written record of the meeting shall be submitted ta the Enginec:r.
PART 2: PRODTJCTS
2A 1 MATERIALS
A. All painting materials shall l�e fully equal to those manufactured by the Tnemec Company Inc.,
Carboline Company, I�I Paints, 5herwin-1�illiams Company, Arn.eron Paint Company, and PPG
Tndustries. The painting schedule has l�een prepared on the basis of Tnemec, Car�oline, ICI
Paints, Sherwin-Williams, Ameron, and PPG Industries products and recommendations for
app3ications. No Urand other than those named will be considered for approval unless the brand
and type of paint praposed for each item in the following schedule together with sufficient data
substantiated by certified tests canducted at no expense to the Owner, to demonstrate its equality to
the paint{s) nazned, is submitted in writing to the Engineer far approval within 30 days after the
signing of the Notice to Proeeed. The type and number of tests perFormed shall Ue subject to the
Fo99az.do� Q99�2-3 3/13102
Ciiy af Fort Worth
Ralling Hills WTP
Baekwash Supply System
Engineer's approval. Calar avazlability to match those colors specified will also be considered as
an important property for equality,
B. Ail painting materials shall be deJivered to the mixing room in unbroken cantainers, hearing the
manufacturer's brand, date of manufaetuze and name. They sY�all be us�d without adulteration and
mixed, thinned, and applied in strict acc�rdance wi�h manufacturer's directions fox the applicable
ma.terials arld surface and with the Engineer's approval before using.
C. Shop priming shall be done vv�th pri.z�nexs that are guaranteed: by the manufacf�arer ta be cornpatible
with th� finish paints to be used. Refer to Secticm 09901 for special primers,
D. No }�aint containing lead will be allowed. Oil shall be pure bailed linseed oil.
E. Work areas wiIl be desi�;nated by t�e Engineer t'or storage and mixing o£ all paznting ma.terials.
Materials shall Ue in full compliance with the requirennents of pertinent codes at�d fire regulations.
Proper containers autside of the buildi�ags shall be provided and used for paintiz�.g wastes, and no
plumbing �'ixture shaIl Ue �ased for this purpose.
F. All recommendations of the paint manufactuxer in regard to the health and safety a� workrner� shall
be followed.
2.02 PAINTING SYSTEMS
A. All co�ors will be selected by the Engineer from color charts subinit�ed by the Contractor.
B. The £ollowing surfaces shall have the types of paint scheduIed below applied at the dry film
thickne�s (DFTj in mils per coat noted. Some calors will require an additional caat fro�a what is
listed to get the proper color coverage.
1. Interior nonsubm�rged concrete and precast conerete walls and ceilings:
a. Tn.emec
2 Coats: 66-Color Hi-Build Epoxoline (4 - 6 D�T per coat}
U. CarUoline
2 Coats: Carl�oguard 890 (6 D�T per caat}
c. ICI Paints
2 Coats: Devran 224 HS (4-G DFT per coat)
d. Sherwin-Williarns
2 Coats: Sher-Tile Hi Solids Epoxy, Bb7 Series (4 DFT)
e. Ameron
2 Coats: Amercoat 385 {5 DFT per coat�
f. PPG Industries
2 Caats; High Build Aquapon7 97-130/139
F04902.doc 099Q2-4 3l13/02
ciry of Fori worth
Ralling Hills WTP
Backwash SuPply System
2, Exteriar Exposed Masonry {other, siloxanes and silanes by the listed xnanu£acturers are
acceptable)
a. Sherwin-Wiiliams
2 Coats: HB-i 00 Water Repellent (2Q0 - 250 sflgal per coat}
3. Exieriar Masonry - Anti-graffiti coa�ing �
a. Tneinec
� 1 Coat: 130-b602 Masor�zyFiller (75-80 sflgal)
1 Coat: 66 Hi-Build Epoxolin�e (4-6 mils DI�T)
� r 1 Coat: 75 Endura-Shield (3-5 mils DFT}
�
b. Carboline
' I Coat: Carboline Sanitile CS Base (80 sf/gal nnax)
�. 1 Coat: Ca�-boline 890 {5 mils DFT)
,
1 Coat: CarbaIine 133HB (4 mils DFT)
� e. rCll'aints
I Coat: Tru-Glaze 4010 (50 - 75 sflgal)
, 2 Coats: Devthane 379 Semi-Gloss {2 - 3 mils DFT per coat)
d. S�erwin-Williams
� 1 Goat: Heavy Duty Biock Filler B42W�}6
2 Caats; SWD Invisi -- 5hie3d B65 series (2 mils DFT per coat)
° e. Amerpn
' E 1 Caat: Amerloek 400 BF
� 1 Goat: Amercoat 385 (5 mils DFT per coat)
, 1 Ct�at: Amershield Grraffiti Cantrol coating (5 mils DFT)
� *Conventional Masonry hrick, no eut bricic)
�
4. Interior Exposed Masonry
' a. Tnemec
1 Coat: 130-b6�2 Enviro-Fill @ 75 - 85 sc� ft/gal
2 Coats: 66-Co1or Hi-B�ild Epoxoline (4 - 6 DFT per coat)
b. CarUoline
1 Coat: Epoxy Polyamide Catalyzed Masonry Filler (b0 - 80 sq ft/gal)
2 Coats: 890 (4 - 6 DFT per coat)
c. ICT �'aints
1 Coat: Tru-Glaze 4010 (50-75sf/Ga1)
2 Coats:Devran 224HS {4-6 DFT per coat)
d. Sherwzn-Vi7illiams
1 Coat: Heavy Duty Block Filler B42 W46 (50 -$$ sq ftlgaI)
2 Coats: Sher-Tile Hi Solids Epoxy, B67 Seriss (3 - 4 DFT per co�t}
�osgn2.da� 099Q2-5 �rt3�oa
City of Fort Wotth
Rolling Hills W'T'P
Backwash Supply System
e. Ameran
1 Coat: Amerlock 400 BP
2 Coats: Amerooat 385 (5 DFT per caat)
f. PPG Industries
1 Coa�: Epaxy Black Filler 97-6$516$6
1 Caat: High Build Aquapon7 97-130/139
5. Fen•ous metals submerged ar subject to splashing;
a. Tnemec
2 Coats: 69-Color Hi-Build EpoxoLine II (a) (6 - 8 DF`T per eoat)
ar
2 Coats: 140-Color Pota-Pox Plus (6-8 DFT per caat) far potable water
b. Carbalina
2 Cnats: Carbaguard 890 (6 DFT per aoat)
c. ICI Paints
2 Coats: �ar Rust 236 (6-8 DFT per coat )
or
2 Caats: Bar Rust 233H {�-6 DFT pex coat ) for potabla water
d. Shezwin-Williarns
2 Coats: Epaxide HS (4-6 DFT per coat}
e. A�nneron
2 Caats: Amercoat 385 (7 DFT per coat)
f. PPG Iri:dustries
2 Coats: Direct To Rust 97-1 4411 4 9 series
6. Exterior nonsubrt�ez-ged ferrous meials:
a. Tnemec
1 Coat: 69-Colar Hi-Build Epaxoline II{4 - 6 DFT)
1 Coat: 75-Color Endura-Shield (3 - 5 DFT}
b. Carboline
1 Coat: Carboguard 890 (4 D�T)
1 Coat: 133H8 (3 - 4 DFT)
c. ICI Paints
1 Caat: Devran 224HS (6-8 D�T)
1 Caat: Devthane 389 (2-3 DFT )
d. �herwin-Williams
1 Coat: Recoatable Epoxy Primer, B62 Series (5 DFT}
1 Coat; Hi 5olids Polyurethane, Bb5 Series (2.5 DFT)
F099(}2.doc 09902-6
3/13102
City af Fort Worth
Roliing Hills WTP
Eackrvash Supply 5ystem
e. Amexon
1 Coat: Axinercoat 385 (4 DFT)
1 Coat: Amercaat 450 HS (2.5 DFT)
£ PPG Industries
1 Coat: Direct To Rust 97-11A�/149 series
1 Coat: High Build Pitthane7 97-8401LTC55575
7. Inierior nonsubmerged ferrous metals:
. _ a Tnemec
2 Caats: 69-Color Hi-Build Epoxoline II(4 - G D�T per coat)
b. Carboline
2 Coats: Carboguard 89D (4 - 6 DFT per coat}
c. IC� �aints
2 Coats: Devran 224HS (4-6 DFT pez coat )
d. Sherwin-Williams
1 Coat: Recoatable Epoxy I'rimer, B52 Series (4 - b rnils)
1 Coat: Sher-Tiie Hi-Solids Epaxy, B67 Series (4 DFT)
e. Ameran
2 Coats: Amercoat 385 {5 DFT per coat)
f. PPG Industries
2 Coats: Direct To RusE 97-144/149 series
8. Flexil�le Coating Cancrete or Masanry:
� a Tnemec
-. 2 Coats: 1S6 Enviro-Crete (4 - 8 DFT per caat)
6. Carboline
2 Coa#s: Flexxide (4 - 8 DFT per coat)
e. ICI Paints
2 Coats: Decra Flex 2260 (6-7 DFT per coat, 100-125sq. ft./gaj )
d. PPG Iar�:dustries
1 Coat: Alkali Resistant Primer 6-3
1 Coat: Pitt-Flex7 4-110
e. Sherwin-Williams
2 Coats: Conflex XL High Solids (Smoaih 6-7 D�T per coat, 100-125 sq.ft./gal)
�
ro99nz.aoc
Q99D2.-7
3/13102
City of Fort Worth
Rolliiig Hi[]s W'I'P
Sackwash Supply System
9. Metal surfaces exposed io temperatures above 250EF to 400EF:
a. Tnemec
2 Coats: 39-1261 Sil�cone Aluminum {0.7 - 1.S DFT per coat)
b. Carboline
2 Coats: 1248 (1 - I.5 DFT per coat)
c. I�I Paints
2 Caats: HT-4 Aluminum (2 DFT per coat )
d. Sherwin-Williams
� Coats: Silver Brite Aluminum Paint-B 5952 (1 DFT per coat) good up to 400EF
e. Ar�neran
2 Coats: $7$ Hi Best Silicone Aluminum (1.5 D�'T per coat)
f. PPG Industries
2 Coats: Aluminurn Paint 6-234
10. Insulated Pipe: �Block rnsulation: Same systezns only 3 coats at 2- 3 DF�' per caat).
a. Tnemec
2 Caats: 6-Co1or Tneme-cryl (2 - 3 DFT per coat)
b. Carboline
2 Coats: 3359 (3 DFT per caat}
c. ICI Paints
2 Coats: Devflex 4208 ( 2 DFT per coat )
d. Sherwin-�1Jilliams
2 Coats; DTM Acrylic Gloss or Semi-Glass, B66 Series (2 - 3 DFT per coat}
e, A�neron
2 Coats: Aznerguard 220 (3 DFT per coat)
f. PFG Industries
1 Coat; Piit-Tech7 DTM 90-712
1 Coat: Pift-Tee�7 DTM 90-Line �satinlgloss}
11. Alurninum in contac# vvith dissimiIar materials:
a, Tnemec
2 Coats: 66-Calar Hi-Bui1d EpoxoIine (2 D�'T per coat)
b. Carboline
2 Coats: Caz�baguard 890 (3 DFT per coat}
FU99a2.dnc �g�02-8 3/131Q2
Gity of �ort Worth
Rokling Eiills WTP
Bacicwash Supply 5ystem
c. ICT Painis
2 Coats: Devran 224 HS (5-6 DFT p�r coat }
d. Shervyin-Williaxns
2 Coats: Macro poxy HS (3 - 6 DFT per coat)
e. Ameron
2 Coats: Amercoat 385 {5 DFT per coat)
f. PPG Industries
2 Caats: Direc� to Rust 97-144/149
12. Plastic �iping - Interior: (Sanding man.datory)
a. Tnemee
l. Coat: 66-Color Hi-Build Epoxoline (4 - 6 DFT}
U. Carboline
2 CQats: Carbaguard 890 (3 DFT per coat)
I c. ICI Paints
2 Coats: Devran 224 HS (4-6 DFT per eoat}
�� d. Sherwin-Williams
I 2 Coats: Sher-Tile Hi-Solids Epoxy, B67 Series (3 - 4 DFT per coat)
� e. Ameron
�� 2 Caats: Amercaat 385 (S DFT per coat}
� £ PPG Industries
. 2 Coats: Direct to Rust 97-144/149
' 13. Plastic Piping - Exterior (Sanding aanandat�ry)
a. Tnemec
� 1 Coat: 66-Color Hi-Build Epoxoline (2 - 3 D�T)
1 Coat: 75-Coloz Endura Shield (2 - 3 DFT)
b. Cairholine
1 Coat: Carboguard S90 (4 DFT)
1 Coat: 133HB (2.5 DFT) �
c. ICI Paints
] Coai: Devran Z24 HS (4-6 DFT )
1 Coat: Devthane 378 {2-3 D�T )
d. Sherwin-Williazms
1 Coat: Macopoxy HS (3 - 6 DFT per coat)
1 Coat: Hi-�alids Polyurethane, B65 Series (2.5 DFT)
F09902.doe 09902-9 sn3�oz
City of Fart Worth
Rolling FIills WTP
Backwash 5upply 5ystem
e. Ameron
1 Coat: 3$5 (4 DFT)
1 Caat: 450 HS (2.5 DFT)
n
£ PPG Industries
1 Coat: Direct to Rust 97-1��/149
1 Coa�: High Build Pitthane7 97-840/LTC55575
14. Interior Drywall and P1astEr-Tndustrial Areas
a. Tnemec
1 Coat: 66 Hi-Build Epoxoline {thin 20°/a} (2 - 3 DFT)
1 Caat: G6 Hi-Build Epo�aline {3 - 4 DFT)
b. Carboline
1 Coat: Multi-bond 12Q (2 DFT)
1 Coat: 890 {3 - 4 DFT per coat)
c. ICI Paints
2 Coats : Devz�an 224 HS ( 3-4 DFT per coat}
d. Sherwin-Williarns
1 Coat: P/M 200 Latex Wall Primer (1 DFT)
1 Coat: Sher-Tile Hi-Solids Epoxy (3 - 4 DFT p�r coatj
c.. Ameron
2 Coats: 385 (3 DFT per coat}
� PPG Industries
2 Coats: High Build Aquapan7 �7-130/139
g. PPG Industz'ies
1 Coat: Alkali Resistant Pr�zx�,er b-3
1 Coat: Pitt-Flex7 4-I10
I5, Irxterior Drywall and Plaster-Of�ce Areas (i.e., Opexati�ns Control Buildings}
a, �'nemec
1 CaaC: 51-792 FVA Sealer (1.5 DFT)
1 Coat: 1 I3 Tufloat (a DFT per coat)
b. Carboline
Z Coats: 3359 (2 DFT per coat)
c. ICI Paints
1 Coat: LTltra Hide PVA Primer 1030 {2 DFT }
1 Coat; LTlt�ra WaII 1423 ( 2 DFT }
Fo99az.ao£ 09902-10 3�i3ioa
City of Fort Worth
Rolling Hills W'I'I'
Backwash Supply 5ystem
d. Sherwin-Williams
1 Coat: PraMar 400 Latax WaII Przrner (1 DFT)
1 Coat: ProMar 400 Latex Egg Shel] Enamel (1.2 DFT}
e. PpG Industries
2 Coats: Aquapon7 WB 98-line
15. Parking Sta1S lines on asphalt pavement: Appro�ed reflective pavement marking paint, white
in calor, conforming to AASHTO standards for materials and installation.
a, PPG Industries
1 Coat: �Traffic and Zone Marking Paint 11-3
17. Wood Doors and Trim: Clear finish three coats approved polyurethane varnish, non-gloss
� satin �inish - sand b�tween coats.
C. Any surfaces not specifically named in the Schedule and nat specifically excepted shall be
` prepared, pxiaxied and painted in the mannez and witl� materials consistent with these
Specifications. The Engineer shall select which o� tlae manu£acturer's products, whether the type is
indicated herein orr not, shall be used for such unnamed surfaces. No extra payment shal� be made
I for this painting.
2.03 COLOR CODING ��R PIPES AND EQUIl'MENT
� A. When color coding is specified, it shall consist of color code painting and identificatzon of all
exposed conduits, traugh items, and pipelines for f.he transport of gases, Iiquid, and semi-liquids
• � � including all accessories such as valves, insulated pipe coverings, ii�iings, junction boxes, bus
bars, connectors, and all operating accessories whsch are integral to be whole functional
' mechanical pipe and electrical conduit system. Colors shall be as noted in the Paint and Color
Coding Schedules attached at the end of tius 5ection.
B. AIl hangers and pipe support floox stands shall be painted the same calor and wvith the same paint
as the pipe it supports. The system �haIl be painted up to, but not including, the flanges attached
. to the mechanicai equipment nor the flexible conduit connected to electrical motors. When rnore
than one pipe system is sup�orted on the same hracket, the bracket sha13 be painted the same color
as the adjacent wa11 or ceiling. Coloxs shall be as noted in the Paint and Color Coding Schedule.
C. AlI systems which are an integral part a�the equipment, that is originating from the equipment and
retuxning to tl�e same piece of equipment, shaIl be painted between and up to, but not including,
the fixed flan:ges or connectians on tk�e equipmen�.
D. The colox cade establishes, defines, aud assigns a definite color for each category of pipe.
Pipelines which are not listed on the Schedule of Color Code Paints shall be assignEd a color by
the Engineer and shall be treated as an integral part of the Cantract.
E. Banding for pipes shall be as specified in the Paint and Co1or Coding Schedule. Bands shall be 2-
in wide and located on each end of the pipe title, at 2-ft from the title bands, and at wall
penelxations.
F04402.doc 099b2-11 3113/02
City of Fort Worth
lZolling Hills WTP
Sackwash 5upply 5ystem
2.Q4 LETTERING QF TITLES
A, Th� name of the materials in each pipeline and alongside this an arrow �ndicating the dzrection of
flow of liquids, shaii be indicated on eaeh pipe system, Titles shall be deternuned by the En.gineer.
Titles shall not be located more than twenty (20) linear feet apart and shalI also appear directly
adjacent ta each side of any wall the pip� breaches, adjacent to each side of the valve regulatnr,
flow check, atra�ner cleanout, and ail pieces ofequipment.
B. Tities sha11 identify the contents Uy complete name. Identiftcatian title Iocations shall Ue
deternuned by the Engineer, but in general they shall Ue placed where t.he vievw is unobstructed and
an the two Iower quar�ers of pipe or covering vvher� �hey are overhead, Tztle should be elearly
visible from operating pasitions, espeaially tk��se adjacent to control valves.
C. Num�ers and letters sha116e die-cut from 3,S mzl vinyl film and prespaced on carrier pipe.
Adhesive and finish surface shall Ue protected with one piece re:tx�ovable liners. Colar shall be
wkiite.
D. Letter size shall be as indicated in the following tabie:
OUTSIDE DIAMTER OF PIPE STZE SIZE O� LEG�ND LETTERS OR COVERING
3/4-in to 1-114 in 1/2_in
1-112-in to 2-in 3/4-in
2-1/2-in to 6-in 1-1/2-in
&-in to i0-in 2-1/2-in
Over 10-in 3_�n
E. The system for preparatzon and application of letters �hall be ASULTV Senes Uy Architectural
Signing, Tnc., Marina DeI Rey, CA, Archiiectural Graphics Inc,, Norfolk, VA, or equaL Letter
type shall be Helvetica Medium, upper case. Grid 2 spacing sha�l be employed. Arrows shall be
standard H�lvetica Medzuzn. Arrow shall match type size. The instructions of the manufacturer
shall be as followed in xespect tn storage, surface preparation and applications af 1�tters.
2.05 TITLES FOR EQUIPMENT
A. Titles shall be pro�ided on all equipza�.ent, including punnps and blor�vers using 1-in high Helvetica
Medium upper case, Grid 2 spacing, white in color, except as otherwise noted on the Drawings in
these speci�cations. Titles shall include bath the equipment tag number and name, as shown in
the Drawiz�gs, or as o�herwise indicated lay the Engineer. Titles sha],1 b� mounted at ey� level on
machines vvhere possible or at the uppermast broad verticaI surface of low equipment. Where
more than ane piece of the equipment itenn tn be titled exists, the itenns shall be numbered
consecutively as indicated on the Mecha�tcal Drawings ox as directad b� the Engineer; for
example Pump No. 1, i'urnp No. 2, etc.
B. Titles shall be sized, proportioned, artanged and located to be easily readable. Ii may be requued
by the Engineer that same equipme�t be laUeled in twa ar more places, in which case, the
Contractor shall comply with no addi#ional cost ta th,e Owner.
C. The Contractdr shall submit for Engineer's appro�al in accardaaace with Section 01300 a listing of'
alI equiprnent's lab�ling:
Fo9soz.ao� 09902-12 3/13/02
City of Fnrt Worth
Rolling Hilks W'�'P
Backwash Supply System
1. Size and color of letters to be used.
2. Location.{s) of labels.
3. Formation aflabel, e.g.:
HIGH SERVICE FiJMP NO. 1
(HSP-1)
D. It is the intent of these speci�cation that a11 equipmeni iterns be labeled and that such IaUeling
allow' easy identification of the item of equipment from the direction(s) that i� will most normally
be viewed. Ta satisfy this intent, all equipment shall be labeled as directed by the Engineer.
E. Hazaxdous Matetials Signs
� 1. Signs shall be pressure-sensit�ve backed vinyl panels by Seton Name plate Co,, or eq�aal, and
' complying wi�h NFPA No. 704. �
� 2. Provide 2� signs for chemica] starage and feed areas, numbers and symbols as directed by the
Engineer. Size of sign shall be 7 112 inches each side, vtirith 3-ianch numbers and symbols.
2.06 METAL TAGS
� A. �or pipelines smaIler than :-in ix� diameter, securely fasten metal tags, 22-in by 2-in, of
Birminghanr� or Stubs, 17 gauge Urass with lettering etched and filled with enamel. Tags shall he
appraved by the Engineer.
2.Q7 FABRICATED EQUIl'MENT
A. Uz�ess otherrwise indicated all faUricated equipment sha31 be shop primed and shop or field
finished.
B, All items to be shap primed sha11 he thoroughly cleaned of all loose material prior to priming. Tf,
in the opinion of the Engineer, any prime coating shall have been improperly applied or if material
contrary to these SpecifiCations shall ha�e been used, that caating shall be re�noved by
sandblasting to white m�tal and reprimed in accordance with tbese Specifications.
C. All shop prime caa�s shall be of the carrect materials and applied in accardance with these
Specif'ications. Remove any prime caais not in accordance with these Specifications by
sandblasting and apply the specified prime coat at no additional eost to �}ie Qwner,
D. Shap primed surfaces shall be cleaned thoroughly and damaged or bare spots retouched with the
specified primer before the applicatian of successive paint coats in the field.
E. Be responsible far and take whatever steps are necessary to properly protect th� shop prime and
finish c�ats against danaage from weather or any aiher cause.
F. A s�.op finish coat s�all Ue equal in appearance and grotection quality to a field applied iinish coat.
If, in the opinion of the Engineer, a shap finish coat does not give the ap�earance and proteetion
quality of other work of similar nature, prepare the suz�f'aces and apply the coa# or coats of paint as
directed by the Engineer ta accomplish the desired appearance and protection quality. Submit to
F09902.doc 09902-13 3�i3iaz
City of Fart Wnttlt
Ro[ling Hills WTP
Backwash Supply System
the Engineer suUstantial evidence that the standard iittish is campatible vvith the speciiied finish
coat.
G. Where�+er fabricated equipment is requi�ed ta be sand�lasted, protect alI motors, drives, beaxings,
gears, etc., from the enhy of grit. Any equipmen.t found to oontain grit shall be promptly and
thora�ghly cleaned. �
PART 3: E�ECUTION
3.01 PREPARAT�ON OF SLTRFACES
A. All surfaces �o be painted shall be prepared as specified herein ox in Section 49901 an,d shall be
dry azid clean befare painting_ Special care shall be given to tlaoxoughly clean interiox concrete and
concrete block surfaces of alI marks before application of finish.
B. All znetal welds, blisters, etc., shall be ground and sanded smooth in accardance wi#h
S�PC-Sl'�10. All pits and dents shall be filled and all imperfecYions shall be carrected so as ta
pro�ide a smooth surface for painting. All rust, loose scale, ail, gxeas�, and dirt shall be removad
by use of approved solvents, wire Urushing, or sanding.
C. Coaacrete surfaces shall Y�ave heen fmished as specified in Division 3. Report unsa�isfactory
surfaces to the Engineer. Concrete shall be free of dust, oil, curing compour�ds, an.d other foreign
matter, conforming to ASTM D4258.
D. AIl submerged concrete shall U� �rrepared as specified in 5ection 03350.
E. Concrete block surface shall be smoo�h and cleaned of all dust, efflorescence, chalk, loose mortar,
dirt, grease, oil, tar, and other foreign matter, confazming to ASTM D425$.
F. All plastic pi�e surfaces shall be lightly sanded before painting.
G. Woo� se�rfaces shall be dry. Sand to obtain a szaaooth surface. All encrustations sha11 be rerno�+ed.
H. Exposed Pipe: Bituminous coated pipe shall not be used in exposed lacatians, Pipe vvhzch shall
be exposed afi�er project completion shall Ue primed in accordance with the requirements herein.
Any bifuminous coated pipe which is inadvertently installed in exposed locations shall be
sand6lasted clean before priming and painting. After installation alI exterior, exposed flanged
joints shall have �k�e gap between adjoining flanges sealed with a single component polysul�de
sealant to grevent rust stains.
I. Primed or PreviousIy Painted Surfaces and Nonferrou� Surfaces: All eoated surfaces shaLi be
cIeaned prior to applzcation of successive coats. Al,� nonferrous metals not to be coated shall be
cleaned. This cleaning s�aIl b� dane in accordance with SSPC-SP-1, Solven� Cleaning.
5hop-Fin.ished Surfaces: All shop-coated surrfaces shall Ue prntected frorri darnage and corrosion
l�efore and after instaIlation by treating damaged areas immediataly upon detection. Abraded or
carroded spats on shop-coated surfaces shall be "Hand Cleaned" and then touched up with the
same materials as tb.e shop coat. All shop coa#ed surfaces which are faded, discolored, nr which
require more than min.or touch-up in the opinion af the Engineer shall receive new surface
preparation befare l�eing repainfed. Cut edges of gal�vanized sheets and exposed threads and cut
FQ9902.doc 09902-14 3/13/p2
Ctty af Port Worth
Rolling Hills W'T'P
Backwash Supply 5ystem
ends nf galvanized piping, electrical canduit, and metal pipe sleeves, that axe not to be finished
painted, shall Ue "Solvent Cleaned" and primed with zinc dusi-zinc oxid� metal primer.
K. Aluminum embedded or in contact witli cancrete rnust be painted according to the schedule for
aluminum in contact with dissimil� materials.
3.02 WORI�MANSHIP
A. General
1. Primer (spot} and paint used for a particular surface shall, in general, be as scheduled for that
�, type of new surface. C�anfirm with the paint manufacturer that the paint propased for a
�- particular repaint condition will be compatible with the existing painted surface. Sampie
repait�ted areas on the actual site will Ue required to insure this compatibility. Finished
F repainted areas shall be covered by the same guarantee speciiied for rernainder af work.
2. At the request of the Engineer, samples of the finished work prepared in strict a�cordance with
these Speci�ications shall be iurt�ished and all painting shall be equal in quality to tlae
approved samples. Finished areas shall l�e adequate for the purpose of determining the quality
of workrzaanship. Experimentation vvithh color tints shall be fumished to the satisfaction of tl�e
En�ineer where standard chart coloxs are nat satisfactory.
3. Proiection nf fi�rniture and other mavable objects, eq_uipmen.t, fittings and accessories shall be
provided throu�hout the painting operations. Canopies of lighting ��ctures shall be loosened
and removed from contact with surface, covered and protected and reset upon coinpletion.
Remove all electric plates, surface hardware, etc,, before painting, proteet and xepiace when
completed, Mask all machinery name plates and all machined parts not receiving a paint
fnish. Dripped or spattered paint shall be promptly remo�ed. Lay drop cloths in all areas
where pain�ing is being done to adequately protect flooring and other vuork from all damage
during the operation azad until the iinished job is accepted.
�, On metal surfaces apply each coat of paint at the rate specified by the manufacturer to achieve
the minimum dry mil th.ickness requi�-ed. If rnaierial has thickened or must be diluted for
application by spray gun, the coating shall be built up to the same film thickness achieved with
undiluted material. One gallon of paint as ariginally fumished by the manufacturer shall not
caver a�eater area when applied by spray gun than when applied unihinned by brush.
Deficienczes in film �hicl�ess shall be corrected by the application of an additianal coat(s).
Ox rr�asonry, application rates wiii vary according to surface texture; horvever, in n.o case s�all
the nt�anufacturer's stated coverage rate be exceeded. On porous surfaces, it shall be the
painter's responsibility to achieve a protective and decorative finish either by decreasing the
caverage rate or by applying additional coats nf paint.
S. Paints shall be rriixed in proper cantainers of adequate capacity. All paints shall be thoroughly
stirred befare use and sha�l be kept stirred while using. No un�uthorized thzn:ners ar ather
materials shall be added to any paint.
6. Only skilled painters shall be used on the vvork and specialists shall be em.ployed where
required.
F49902.doc 09902-15 31 i 3102
City n£ �ort Worth
Roiling Hills WTP
Backwash Supply System
B. Fie�d Prirning
1. Steel members, rnetal castings, mechanical and electricaI equipment, and other metals that are
shap priTx�,ed befare delivery at the site will not require a prime coat on the job. All piping and
other baxe metals to be painted �hall receive one caat of grimer before exposure ta the weather,
and tk�is prime coat shall be the farst coat as speci�ed in the painting schedule.
2. Equiprnent which is custozn.arily shipped with; a baked-on enamel finish az with a standard
factory finish shaI1 not nornnally lie field painted unless tha pxefinished equipment is
speci�calIy color selected azzd unless the finis� has not been damaged in transit or during
installation. Surfaces #hat have been shop painted and have been damaged, or w'here the shop
coats or coats of paint have deteriorated, shall be properly cleaned and retouched Uefore any
successive painting is done on them in the fi�ld. A�1 such fZeld painting shall match as nearIy
as passible khe original finish.
C. Field Painting
1. AlI paintir�g at the site shal� Ue desagnated as Field �ainting.
2. All paint shall be at room temperature before applying, and .no painting shall be dnne when t�e
temperature is below 50°F, in dust-Iaden air, when ra:in ar snow zs �'aIling, or until aIl traces of
moisture have completely disappeared from the surface io be painted.
3. Successive coats of paint shail be tinted sa as to make each coat easily distinguishabl� from
each other with the final undercoat tinted ta the approximate shade nf the finished coat.
4. Finish surfaces shall not show brush marks or other irregularities. Undercoats shall be
tharoughIy and uniformly sanded with Na. DO sandpaper ar equal to remove defects and
provide a smooth even surface, Top and bottom edges of doars shall be painted and all
exterior trizn sIaall be Uack-primed befare installation.
5. Painting shall be continuous and sha11 be accomplished in an ordezly manner so as to facilitate
inspection. A11 exterior concrete` and masoz�ty paint shall b� perfoz�ned at one continuous
manner structure by sfxucture. Materials subject to weathering shall be prime coated as
c�uzckly as possible. Surfaces of exposed znemUers that will Ue inaccessible after ere�tion shall
6e cleaned and }�aizrted before erection.
b. All �materials shaIl Ue brush painted un�ess spray painting is specifically approved by the
Engtneer. The Contractor shall Ue responsible for all dazx�.age caused by ov�rspray or drifting.
'7. All surfaces to be painted as vtrell as the a-tmosphere in which painting is to ha done shall be
kept warm and dry by heating and ventilat�on, if necessary, until each coat of paint has
hardened. Any defecti�e paint shall be scraped aff and repainted in accoxdance with the
Engineer`s dueotinns,
8. Befar� final acceptance of the vaork, all damaged surfaces of paint sha11 be cleaned and
repainted as directed by the Engineer.
9. Any pipe scheduled to be painted and having received a coating of a tar or asphalt-campound
shall be painted wit.�a two coats af Kop-Coat's Inertol Tar �top, ZCI Yaints' Tarset Standard
F49902.doc 09902-15 3113/02
City af Fort Worth
Ro3ling Hills V[r'I'P �
Backwash Supp]y System
700� or equal before successive coats are applied per the schedule. Tnemec recornmends
using 69 Hi Build Epoxoline II over tax, but a test patch �nust be run initially to test the paint's
cornpatibility with the tar.
3.03 CLEAN[JP
A. The premises shall a# all times be kept free from accumulation of waste material and rubbish
, caused by employees or work. At the completion of the painting remove all taols, scaffolding,
surplus materials, and all rubbish �ram and about the buildings, and leave work "broom clean"
unless more �xaetly specified.
,,
,
,
�I
B. LFpon campletion, remove all paint wlaere it has been spilled, splashed, or spla�ered on aIl
surface�, inc�uding floors, fixtures, equipment, furniture, etc., leaving the work ready for
inspection.
3 A4 PAINT
A. Gen.eral Nates and Guidelines
1. All color numbers and names herein refer to rzaaster color card. Colors of speci�ed equal
manufacturers may Ue substituted with approval of tk�e Engineer.
2. Pipelines, equipment, or �ther items vvhich are not Iisted here shall be assigned a color by the
Engineer and shall be treated as an integral part of th� Contract.
3. When coior coding is specified or directed by the Engineer, it shall consist of calar code
painting and ident�fication of all e�posed conduits, through lines and pipelines for the
transport of gases, liquids, or semi-liquids including all accessories such as valves, insulated
pipe coverings, fittings, junction boxes, bus bar�, connectors, and any operating accessories
which are integral ta a whole functional mechanical pipe and electrical conduit systems.
4. The calors of the Finish Schedule shall be interpreted as fallows:
Colors
W hite
Orange
Yellow
Dark Yellow
Green
Light Green
Dark Brown
Dark Green
Tan
Ivory
Light Grey
Medium Grey
Tnemec #
WH01
SC03
Bws� Cscozl
B�36
SCQ7
AMS2
AF 12
X
AF32
AF82
BG62
2047
ICI Paints #
4550 White
Safety Orange
Medium Yellow
R�botic Yellow
�afety Grreen
Parrot
Warm Brown
Crylight Green 90GY 101250
Bellaws
Seash.ell
Carboline #
5800
4444
6666
N625
2383
63b1
9218
�4372
3216
3848
C731
a�4�
F09902.doc
20YY 431083 (Scroll Beige)
099�2-17
3/13102
City of Fort Wortn
Roll'mgHills WTP
Backwash Supp[y 5ystem
Colors
Dark Grey
Red
Blue
Dark Blue
Medium Blue
Light Blue
Aqua
International Orange
Dark Bronze
Tank Blue
Blue G�reen
Magenta
3.�5
�
Tnemec #
BK33
SC09
SCQ6
2442
2041
2040
AX�42
SC04
BM07
BB42
AX22
BP 14
ICI Paints #
Silver Grey
�afety Red
Safety Slue
70BG 1Qi214
70BG 23/2'16
7�BG 671126
Turquoise Gxeen 82GG 331374
International Orange
Architectuzal Brown
7dBG/44/284
Blue Lagoan 81 GG 10/275
30RB 1�J250
Carboline #
�s2s
5555
5150
A183
a��s
7107
4132
N498
2277
8155
A337
558�
S. All moving parks, �rive assemUli�s, and covers fox rnoving parts �which are potential hazards
shall be Safety Qxanga #CA2b.
b. AI7 safety equipment shall Ue painted in accordance with O�HA standards.
7. All inline equipment a�d appurtenances not assigned another colar shall be painted the same
hase colox as the piping. Tk�e pipe system shall be pain�ed with the pipe colar up to, but not
including, the flanges attac�ed fo pumps and mechanical equip�neni assign�d anothex colar.
'�anlcs shall be painted the colar of tha piping system that they serve, unless #he tank is
fiberglass and levels are monitored through the ta�ak.
8. A11 conduit shall Ue painted to nnatch its l�ackgraund surface.
9. Building surface colars shall be painted as scheduled in the Finish Schedule or as se�ected by
the Engineer.
10. Contral panels shall Ue factory finished.
PAINT AND COLOR GODING SCHEDULE
AlX colors sha11 be selected by the Engineer and Ovvner at #he time af shap drawing review.
END �F SECTION
F04902.doo 09902-18 3(]3/02
City af Fort Worth
Rolling Hills WTP
— Backwash Supply System
SECTION 09903
SURFACE PREPARA.TION AND FIELD PAINTING OF ELEVATED STEEL STORAGE TANKS
PART 1: GENER ar ,
1.01 SCOPE OF WORK
A. Famish all labor, materials, equipment and incidentals requi�red for the surface prepara�ion, cleaning,
priming and painting of the one-�alf zxullion galIon elevated stoxage tank specified in Section 1322D.
All work shall be done in accordance with the Iatest AWWA Standa�rd D102 and ANSI2117.1, Safety
Requirernents for Working in Tanks and �ther �onfined Spaces.
B. If the Engineer deternun�s that due to clzznatic conditions it is preferable to use fast cure paint, t�ae
coatings supplier shall prQvide fast cure paint at no extra cost ta the Owner.
� C. The Contractor shall take a�l necessary precautions for the pratection of adjacent areas, materials,
` eauipm.ent, and all pri�ate and publi� property, including vehicles, by shrouding or other acceptable
means. The Contractor shall be responsible for the repair, cleaning ar replacernent of aIl public or
, private praperty affected by his �vork.
1.Q2 RELATED WORK NOT 1NCLUDED
A. Composite Elevated Water Siorage Tank is included in Section 13220.
B. Testing iar volatile organic campounds is ineluded in Section 13220.
1.03 QUALITY ASSUItANCE
. A. All surface preparation, clean.ing and painting work covered by this Sectian shall be performed by a
,! firm ha�ing at lea�t five (5) years successful experience in steel elevated tank painting and shall have
�� performed the sp�cified type of surface preparation, cleaning and painting on at leastten (10) tanks of
similar �ize and design. In�onrnati on shall Ue submitted regarding the abave experience if requested by
�� the Engineer.
B. WeII in ad�ance of any painting, tlae Contractor shall submit, in writing, to the Engi.neez far his
approvai, a painting schedule and the name afthe manufaeturer and producf specifications oft�e paint
he proposes to use. All painis applied 'un shop and field shall be made by the same manufaeturer. The
manufacturer shall supply such evidence as required by the Engineer that their product rneets ihe
5pec�cations, and certify that this paint has been satisfacto�rily used on similar type work far a pez�od
of at least five years, and shall be capable of documenting a substantial arnount of work af this nature
which'was satisfactorily completed at Ieast five years priar to the bid date af this Contract. The
Engineer reserves the right io examine and determine the acceptability of prior work.
C. AlI paint shall be as specif'ied in the following sectidns. The manufacturer shall suUrrut to the
Engineer in writing the camposition of paint to be used, directions for use, and all other information
required. Manufacturer's �afety Data Sheets shall be included.
D. Paint shall be de�ivered to the job site in sealed labeled cantainers which are subjectto inspection by
the Engineer. No paint manufactured more than six months prior to use will be accepted. All colars,
unless other�vise specified herein, shall be selected by the Owner. The rnanufacturer's co3ar chart shall
F'099D3.doc D9943-1 s�ia�oz
Ci[y nf Fart Worth
Rolling �-Iills WTA
Backwash 5upply 5ystem
be submit�ed ta the Qwn.er az�d Engineer by the Contractor. The color selected may not necessarily
conform to the manufaciztrex's standard calor chart a�d any tinting or otherwise shall be dane by the
manufacturer at na additional cost to conform io the approved sample.
E. The Contractor shalJ subxx�it to the Engine�r prior to completion of the job, certification irom the
znanufacturer showing that the quantity of each coating purchased and delivered to the jobsite was
sufficient to properly coat all surfaces with minimum thicknesses as specified in the followzng
sactions. 5uch certification shall include the square footage as given to the maz�ufacturer and the
Engineer by the Contractor.
F. WeII in advance of any �eld painting, t1�e Cantractor shaTl submit to the Engineer ap]an for providing
cross-ventilatian during sandblasiing, welding, paznting and cuzing af the interior oi the tank,
Minimum requirements af the subxx�ifial shall include air exchange ca]culatians required to meet safety
requarements far working in taz�s, schematic illustration of the location of b�owers and exhaust fans,
equipznent selection, and hardware far femporary attachment of equipment ta the tank,
G. The Contractor shall guarantee all paizating for a period of twelve (12) znonths after final acceptance
against:
1_ Bleaching, peeling, cracking, or povcrdering;
2. Any rust from meta]s showing through painted surfaces;
3. Darnage due to Ueing in eontac# with potable water;
4. Differential fading or changing of color or gloss; and
5. Alligatoring effect of the painted surface.
This guarantee shall be an obligation of the Contractor's Bond.
H. A trst anniversary inspeotion of the painting sysiem shalI be hald in accardance with Sectian 5.2 of
AWWA D102-97. A representative of the Cantractor, t.�,e paint manufacturer, the Ownar, and the
Engineer shall be prasent, and any de�iczencies found in the painting systern shall be remedied byth�
Contractor within. 30 days at no eost to the Own.er.
PART 2: PRODUCTS
2.01 MATERIALS
A. Provide fast cure paint in accordance with Paz�agxaph 1.01 B.
B. Paint materials an,d tIainners shall Ue as manufactur�d by Tnennec Carnpany, or approved equal.
Alternate coating systezns of appro�rad equal quality utiIizing the same generic type materials wi11 l�e
considered.
C. Abrasi�es used f�r blast cleaning shail be tk�ose mentioned in the Specif catians of the Steel Structures
Painting Council, 4D 24th StreeC, Suite 3Q1, Pittsburgh, PA 15222, Particular attentian sk�allbe given
to the ma�um particle size requirements. Proprietary abrasive mate�ials may be used anly upon
written approval of the Engineer.
F09903.dac flgg43_�, 3�1��Qz
City o£Fort Worth
Roiling Hills WTP
Backrvash Suppiy System
D. AIl paints and primers used for interior coating sysiems shall �e free of lead and shall be fially
compatible with all regulations con.cerning patable water.
PART 3: EXECUTION
3A1 ELEVAT�D STEEL �TORAGE TANK CLEANING AND SURFACE 1'REPARATIDN
�L After the steel has been fabrica�ed, the surfaces of all steel plates and other parts of the tank shall be
thoroug;bly cleaned in the shop as specified in SSPC (Steel Structures Painting Gouncil) Suzface
Preparation Specificatian No. 6 Commereial Blast Cleaning %r interior and SSPC No. I O Near Wlute
B1ast Cleaning for exterior, latest revision. After each partion of the structure has been cleaned in the
shop and before any surface nxsting or soiling occurs, such portion, excepting contact edges and edges
to he welded, shall be shap painted. The quality and type of paint for in,terior and exterior surfaces
shall be as speci%ed zn Sectian 3.02.
B. After the tank is campletely erected and is ready for fieSd painting, but prior to disinfection, the
interior and exterior surFaces shall he cleaned of all dirt, rusi, slag and weld spaiter, foreign materials,
and any ather debris resulting from Cantractor's erection procedure to the satisfaction of fihe Engineer.
� All areas of rusted and abraded coating, underfilm corrosion, loose bumt ar otherwise da�iaged
caating shall be blast-cleaned in strict accordance �vith S SYC Surface Preparation Speciiications for
, the coatings specified hezein. All surfaaes shall then be primed on the same day that they are blasted
Uefore any surface rusting or soiling occurs. Primer shall be applied during the same daylightperiod
' that the blast7ng was accomplished.
Upon completion of the blast cleaning operations, all abrasives used shall be zeznoved fram the
Owner's property by the Contractor at the Contractor's expense. The Contractor shall place pratective
tarps over any structures as required to ensure that they are 1e$ in tl�eir originaj conditian.
' C. Sandblast�ng of the tank exteriox wil� be allowed only with Owner's approval.
D. Spray paint application aitrie tank exterior wil] l�e allowed anly with Owner'� approval.
` I' 3.02 COATING SYSTEM
A. Interior System for Interior Wet Surfaces of the Tank
1. Shop �urface Preparation. All steel surfaces sha13 be pr�pared in aecordance wiih Steel
5#ructures Painting Council SSPG-5�1� "Near White Blast Cleaning".
2. �hap Prime Coat. After each portion of the tan� laas been cleaned and befare any rustin.g or
soiling takes place, and durizag the same day as the clean�ing, the interior surface of such portzon
sha11 be spray-painted �+ith one coat of Tnemec Se�,es �0-1255 Pota-Pax Beige color primer,
Carboguard 891, or approved equal. The primer sha11 be applied to fhe cleaned surfaces to a
minimum dry-fiim thickttess of 3.0 to 5,a mils. 'I'k�e edges of inernbers io be field welded shall
noi be painted over areas where the temperature from welding is expected ta exceed 300°F.
Field Surface Preparatian. After the structure is erected and welded, the welded seam:s and
adjacer►t unprinned and aUraded areas shall be cleaned in accazdance wzth SSPC-SP10 "Near
White Blast Cleaning". The shop primed surfaces shall be cleaned of aIl dirt and foreigta residue
and every square inch shall he hrush-blasted to achieve a 1 mil anch�r pattem in accordance with
SSPC-SP7 "Brush-aff Blast Cleaning". Dust that has settled on any part of the structure as a
resu�t of the blast cleaning musf be rernoved before field priming.
�og�a�.aoG oa�a�-� 3114102
City of Fort irJorth
Rolling HiAs WTP
Backwash Supply Syste►n
4. Field Coat. Field coat shall be a three coat system consisting af fi�Id spotJstripe (brush} coat on
welds, internaediate coat and finish coat. The drying time of each coat of tk�.zs sysiern shall be in
accordanc� wi#h the coating supplier's r�commendations. Coatings in oontact with water shall
con#'o�n ta ANSIINSF Standard 61. The system shall be equal to the following:
a. Field Spat/Stripe (Brush) Coat on Welds: Tnemec Series 20-GB03 B�ige Pota-Pox,
Carboguard 891, ar approved equaI, to 3.0 to S.0 mi�s DFT.
b. In#ermediafe Coat: Tnemec Saries 20-G803 Delft Blue Pota-Pox, Carboguard 891, or
approved equa�, ta 4.0 to b.0 rnils DFT.
c. Field Finish Caat: Tnernec Series 20-WHD2 Tank White Pota-Pox Plus, Carboguard 891,
or appro�ed equal, to 4.Q to 6.0 mils DFT.
The minirnum dry film thickness far the three coat systern {prime, interimediate and iinish) shall
Ue I 1.Q mils per SSPC dry filrn inspection standards. Tf tY�e specified thickness cannot be
satisfactoriIy achieved in the specified coats, addiYianal coats sY�aIl be appIied as necessary to
provide the zninirnnuzn speci�ed dry film thickness.
B. Interior System for Interior Dry Suz'faces, including Fiping and Accessories.
1. Shop Surface Preparation. All steel surfaces shall be prepared in accordance with Steel
Structures Fainting Council SSPC-5P6 "Commercial B1ast Cleaning".
2. Shop Prime Coat. After each porti.on of the tank has been cleaned and before any rusting ar
soiling takes place, and during the same day as the cleanin�, th� interior surface of suchportian
shall be spray painted with one coat of Tnernec 5eries 20-i255 Pota-Pax Beige color primer,
Carboline 891, or approved equal. The primer shali be appIied to the cleaned surfaces to a
rninimum dry-film thickness of 3.p to SA rnils. The edges of inembers to be fzeld v,+elded shall
not be painted over areas where the temperature from weldir�g is expected to exceed 300°F.
3. Field Surface Preparatian. After the structure is erected a�d welded, the welded seams and
adjacent unprimed and abraded areas shall be cleaned in accordance with SSPC-SP6
"Corramercial Blast Cleaning". The shap pz-ii�med surfaces shall be cleaned of all dirt and foreign
residue and ev�ry square inch shall be brush-blas�ed to achiev� a 1 mil anchor patterrt in
accordance with SSPC-SP7. Dust that has settled on any part of the structure as a result of the
blast cleaning must be removed befare �eld priming.
4. Field Coat. Tnernec Series 20-WH02 Tank White Pota-Pox, Carboline 891, ar appxo�ed equal,
at 4.0 ta 6.0 mils DFT.
The miruznum dry �lm thickness for the twa coat system (prime and �eld tinish) shall be 9 n�a1s
DFT per SSPC dry filzx� znspeetion standards. If the specified thickness cannot be satisfactarily
achieved in the specified coats, additional coats shall b� applied as necessary to provide the
rninimum specified dry film thickness.
C. Exterior System for Exterior Surfaces of the Tank, including Piping and Accessories
I. Shop Surface Preparation. All steel suxiaces sha11 be prepared in accoz-dance vvith Steel
Structures 1°ainting CounciI SSPC-SP� "Commercial Blast Cleaning". After cleaning, all
surfaces shall be thoroughly and completely cleaned of any residue or dust before appIying
primer,
F09903.don Q���3-4 3/14102
City af Fort Worth
RollingHilis WTP
Backwash 5upply SysEem
2. Shop Prime Coat. After each portion of the tank has been cleaned and befare any rusting or
soiling takes place, and during the same day as the cleaning, the exteriar surrface of each tank
section shail be spray-painted with one coat of Tnemec Series 20-�255 Pota-Pox Beige col4r
primer, Carboguard 89 I, or appraved equal. The pz�zner sha11 be applied to a rninim.uzz�. dry film
thickness of 3.0 to 5A mils.
Field Surface Preparation. After the structure is erected and welded, the weld�d seams and
adjacent unprimed areas and abraded areas shaIl be cleaned in accordance with SSPC-SP6
"Co�nnmercial Blast Cleaning". The shop prirned surfaces shall be cleaned of all dirt and foreign
xesidue. Dust that has settled on any part of the sl.ractures as a result of the blast eleaning must
�e removed before spot primin�. Spot prime with Tnemec Series 20-GB03 Pota-I'ox Beige,
Carboguard 891, or approved equal.
4. �zeid Coat. k'seld coat shall be a one coat systern cansisting of a finish coat. The drying time of
this system. shall be in accordance with the coating supplier's recommendations. The syst�rn
shall be equal to the-%llowing:
a. Field Internaediate Coat: Tnemec Series 20-GBQ3 Pota-Pox Tinted Delft Blue Color at 4.0
� ta 6.0 mils DFT.
,
b. Field Finish Coat: Tnemec Series 73 Endura-5hield at 2.0 to 3.� miIs DFT. Carbothane I33
HB, or approved equal.
The minimum dry fiiltxz thiclrness for the three coat system (shop priine, intermediate, and finish)
- shall be 9.0 miIs per SSPC dry film inspection standards. If the specified thickness cannot be
satisfactorily achieved in the specified coats, additional coats sl�all be applied as necessary to
provide the minirnum dry film thickness.
5. Exterior finish paint color shall be as selected by the Owner. Th.e Contractor slaaIl subxnit a
, current color chart af the manufaciurer's available eolors to the Engineer and Owner 30 days
r
prior to the start of coating and painting operations. See Paragraph lA3.D above.
D. Exterior Coating System Clear Coat
1. A Clear Coat shall be applied to the exterior coating systezn. The app3ication and drying tirne af
the clear coat sha11 be in accordance with the coating supplier's recornmendations. The system
shall be:
a. Clear Caat: Tnemec Series 76-0076 Endura-Clear, Carbothane Clear Coat Satin Fir�ish, or
approved equal, applied at 1.0 to 1.5 mi1s�DFT per SSPC dry iilm inspection standards,
E. City Na�zelLogo. The City name "FORT W�RTH" and a"Logo" shall be painied on two sides of the
tank priar ta the f�nal exterior clear coat using a paint that is campatible with the final clear caat and af
two contrasting colors selected by the Owner. Lettering and logo s1�a11 be ofthe sryle and type shown
on th� Drawings. Size of lettering and logo shall be as large as prractical to fit the vertical face of tkie
steel tank.
�
.fi
BU99Q3.dac �99�3-� 3/14/02
City of �'ort Wor[h
Rolling Hills W'I'P
Backwash 5upp�y System
3.0� ��L�cATzoN
A. Attention is dzrected to the ioxic and highly flamz�nable soluents used in paints. Necessary precautians
sha11 Ue taken to ensure that safe working eonditions ara maintained during use. Adequate ventilataon
sha11 Ue prav�ided to prevent dangerous concentrations af solvents in the air. No smoldng ar open
flames will he allowed. It shall Ue ihe Contractor's xesponsibility to rigidly enforce all r�quired safety
nneasures. Tbe paint shall be applied and all painting shall be dane in acc.ordance with SSPC Paint
Application No. 1 for Shop, Field, and Maintenance Painting, and AWWA Standard DI42. Only
thinner approved by the coating manufacturer may be used and no more thiz�ner shall be used th,an
recommended by th,e manufacturer. No interior painting shalI be d�ne when the temperature of the
�aint ar metal is below 50°F. No exierior painting sha11 be done vvhen the temperature of the pain.# or
metal is belaw SD°F. Paint sha11 not be applied when the metal surface temparature is expected to
drop to 32°F before #lae paint has dried. Care shall be exercised to avoid painting under an,y
conditions which cause #l�e presence of a thin fiim of condensation an the metal (vvhich typically
occurs when the temperatuxe is vvithin 5°F af the dew point.}.
B. Interior Paint Application. Each coat of paint shall be cross-snraved to obtain the requixed minirnum
dry f lnr� thicl�ess. Each strake of the spray gun shall ovexlap the previous stroke so that a cantinuous
wet film is obtained on the surfaee.
C. Exteriar Paint Application. Each exterior coat of paint shall be rolled, except as noted in Paragraph
3.01 G, to obtain minimuxx�. drry film thicIrness. Each stroke af the raller shaII overlap the previous
stroke so that a continuous wet film is obtained on the surface.
D. Primer and Stripe Coat Application on Weld Seams. Primer and stripe coat shall be applied bybrush
to abtain minimum dry fi1m thickness at all weld seams on both intexiar and exteriar surfaces. Each
stroke of the brush shall overlap the previaus stroke sa that a continuous wet %lm is obtained on the
surf�.ce.
E. All cleaning, surface preparation, painnng and related activities shall be perforan�d in full compliance
with all Texas Natural Resaurce Conservaiion Commission {'TNRCC) xequirem�nts.
3.Q4 CURING AND SOLVENT VAPOR REMOVAL
A. Updn completion of ihe final interior paint coating, �e paint shall be allowed to cure for a minimutn
of 30 days wl�en temperatures remain Uetween 55-64°F be�ore placing tank in operating service.
Adj�stments for cuz7.ng time, based on temperature maybe made in accordance with manufacturar's
technical data and witk� appraval of �ngineer. Contractar may use heat to obtain proper curing ta
ensure the painting is completed according to the project time scheduIe.
B. During the 30-day curing period, all solvent vapors shall be caznpletely removed by suciion type
exhaust fans and ialowers.
C. Cantractor shall provid� volatile organic analyses of water samples from the filled tanI� to deternune
the effecti�eness of curing, as discussed in Sectioni3220.
F099Q3.doc D9903-G 3�14�oz
City of Fort Worth
Rolling Hilis WTP
Backwash Supply Systam
3.05 PAINTING INSPECTION
A. Surface preparation and painting will be subject to routine inspections as the work progiresses.
Normal inspection shall include the adequacy of equiprnent and materials sufficient to secure a
satisfactory quality af work and maintain suitable progress, the accep�abil�ty of surface preparation,
and the application of paints. The Engineer reserv�s the right to retain an independent paint inspeetor
to assist in assuring campliance wifh these Speciiications. Xnspection shall inelude all clean�d
surfaces prior ta primer applacation and also each coat of paint prior to suUsequent paint applications.
The Contractor shall notify the Engineer at least two (2) weeks prior to scheduled shop cleaning and
priming operaiions in the fabricating shop.
B. The Contractor shall keep the Eng,ineer fully informed of the vvork schedule. Failure on the part of tlae
Contractor to keep the Engineer so informed may cause delays ar may be sufficient cause �or xequiring
the Contractor to do additional cleaning or painting of uninspected areas as dixected by the Engineer,
C. Deterniination of a paint thickness and unifornuty of coatings will be made by the E�gineer using a
Contractor furnished calibrated caating thickness gauge such as the electronic gauge similar fio
� Mode1245F "Elcomeier" or "Mikratest". The Engineer wilI use a low voltage holiday detector to
check the firushed paint f lnn integrity in accordance with AWWA D 102.
, D. . The Contractor shalI provide and nnaintain adequate and secwre rigging facilities and safety lines �ar
use by the Engineer. Scaffolding, boatswain chairs or other rigging removed prior to inspection sha11
� be replaced at the Cantractor's expense as requ�ized by tk�e Engineer, for �Iiorough inspection of the
wor�C. The xe�naval of all rigging after tank coating is complete and aecepted shall be done witYi the
Engineer present.
END O�' SECTION
,�,
�
F09903.doc 09903-7 3/14IO2
,�
,�
.
i�
��
,, 1
a�
,p
'�
�I��I�� 1�.
���-����T
� �
,
�
���
��
F
i�
�
�_.
�
�
City of Fort Worth
Rolling I-Tills WTP
Backwash 5uppiy 5ystem
SECTION 112 I Q
VERTICAL TURBINE CAN PUMPS
PART 1 GLNERAL
1.01 SCOPE OF WORK
A. Furnish all labor, rn.aterials, equipment, anchor bolts, and incidentals required to
� c�znpletely install, put in operation, and field iest the three elecl�ic motdr-driven vertical
turbine can pumps as specified herein and showt� on tha drawings, including special
- ser�ices specified. AlI three pumps will pump potahle water from the Backwash Water
Pump Stat�on to the Backwash� Water System Elevated Storage Tank.
, B. The units shail be fiurnisheci with al1 necessazy accessary equipment and auxiliaries,
whether specifically mentioned in tl�ese specificanons or n,ot, and as required %r an
' installatian incorporating the highest standards for the type of service, including field
testing and instructing the regular operating personnel in the care, operation, and
� maintenance of all equipment.
,
1.02 RELATED WORK
A. Division 3: Cancrete
B, Division 9: Painting
C. Division 13: Instrumentation
D. Division 15: Valves, Piping, Appurtenances
E. Divisian 16: Electrical
1.03 SUBMITTALS
A. Submit, in accordax�.ce with Section 41300, SUBMITTALS, the name of the pump
manufacfiarex praposed for use, catalog sheets showing pump characteristics and
dimensians, and khe following itezx�s:
��� 1. Certified dimensional and sectional drawings of each item of equipment and
a�iliary apparatu.s ta be fumished. Dimensional drawings shali include the flange
I diameters, flange thiakmes�, number, and size of aIl exposed bolting along with bolt
, circle dimensions.
2. Certified pump support and anchor bolt plans and details.
�
3. Certified analysis of irnpeller composition.
4. Schema�ic eleciric wiring diagram and other data as rec�uired for complete pump
iz�stallatzon.
S. Statement of equipment warranty.
P1121p.dac
11210-1
1011 ]/01
City of Fort Worth
Rolling I-Iills WTP
Backwash 5upply 5ystam
6. Literature and drawings describing the equiprnent in sufficient detail, including parts
list and materials of construction, ta indicate full conformance with the
specifications.
7. Drawings ofbearing temperature sensing de�ices illusirating locations and mounting
details.
B. Design Data:
1. Subrnit manufacturer's certi�ed rating cux-ves showing purnp characteristics of head,
capacity, brake horsepower, ef�ciency, minirr;uz�n wire-to-water efficiency, and
minimujn submergence required covering fulI operation range frorri shz.ttoff to
runout at full speed conditions. This inforrnatinn shall be prepared specifically for
the pump proposed. Catalog sheefs showing a family aF curves wi11 not be
accepiable.
2. Submit maximum hydraulic upthrust and downtihrust calculations.
Subxnft shafi design calculations.
4. Submit dry weights of punlp, motor, and base plate, and weight of entue pumping
unii.
Subnuf: design calculations of each pump and drive's dynamic response to forces that
will produce undesirable vibrations. Thes� calculations shall include ihe s�af�ing
criticaI speed and resonant or natural frequencies a�ticipated to occur at and below
the innpeller cut-water passing frequency. CaIculations of resonant ar naturaI
frequencies shall include the compl�te pump and driver unit assembled and resdy for
operation.
C. �ubmit completed PUMPING LTNIT QUESTIONNAIl7E included at the end of this
sect�nn �vithin t0 days after A�ard of Contract.
D. Test Reports:
1. 5ubmit certified test reparts as specified herein.
2. Submit certified motor test data as specified in Section Q117J and/nr Division 16.
�ubmit a staten:�ent that the pumps will futactian properly as installed wzth respect to
the suction piping / ean layaut shown on the Drawings
E. 5ubniit manufaeturer's inStaZlation instructians.
F. Submit qualifica#ions of service engineer.
G. Subxa�it a manufacturer's field repart, including the follovwing:
Report of instaIlation, inspection, testing, and observations for eachpumping unit.
�iia�o.ao� 11210-2 iaii�oi
City of Fort Worth
12olling Hills WTP
Backwash Supply System
2. Letter of Certification.
H. Submit operation and maintenance data in accordance with Sect�on 01730.
1.44 REFERENCE STANDA.RDS
A. Design, manufaefiire, anc3 assembly of elements of the equipment herein
specified shall be in accordance witih, b�at not limited to, published standards af
the following, as applicahle:
1. American Water Works Associatian (AWWA): Vertical Turbine Pumps - Line
Shaft and Submersible Type - E101.
2. American Tron and �ieel Institute (AISn
3. American Society of Mechanical Engineers (ASME)
4. American National Standards Institute (ANS�
u
� 5. Am�rican Society far Testing Materials {ASTM}
' fr. Axnerican Welding Society (AWS)
7. Anti-Frictinn Bearing Manufacturex's Association (AFBMA}
8. Hydraulic Institute Standards (current edition}
, 9, Tnstitute of Electrical axad Elec�ronics Engineers (IEEE)
10. NationaI Eleciric Code (NEC)
l].. National Electrical Manufacturer's Association (NEMA)
, 12. Occupational Safety and Health Administration (OSHA)
,�
13. Steel Structures 1'ainting Cnu�cil (SSPG�
1.05 QUALITY ASSURANCE
A. The �quiprnent covered by these specifications is intended to be standard puxnping
� 4 equipment of proven abili�y as manufactured by reputable concerns having extensive
, experience in tlie prodUction vf such equipment. Units specified herein shall be
furnished by a single manufacturer. The equiprnent furnished shal] he designed and
constructed in accordance with the best practiice and xnethods, and shall operate
� satisfactorily when installed as shown on the Drawings. The manufacturer will be
zequired io canform to all written and implied specifications.
� B. The pump manufacturer shall be fully responsib3e for the design, arrangernent, and
operati4n of all cannected r�tating cornponents, including soleplates, if any, of the
assembled pumping unit mounted on a fabricated steel haseplate to ensure that neither
harmful nor damaging vibrations occur at any speed within. fhe specified operating range.
�i i�io,afl� 11210-3 �on irot
City of F+ort Worth
Rolling Hills WTP
Backwash Supply System
G The pumping units shall ali be supplied by t�ne manufaciurer, and shall be complete,
including pump and motor. The pump �nanufacturer shalI be responsibl� %r the
furnishing and performance of the carnplete pumping units.
D, The pump manufacturer shall have furnished pumping units for municipal applications in
the United States vvhich ar� similar to design, type, and service, and comparable in size,
head, and capacity to tk�ose specified to be furnished. Such comparahle puxnping units
s�iall have been in continuous satzsfactory opera�ian for a periad of not less th�an five
years. If requesi�d, specific references sh.all be provided, including project owner and
proj ect name, contact p�rsan and phone number, and brief suznmary of pump installation.
E. Both the pump and the motor manufacturers shall eurrently have maintenance and repair
facilities established and in operation in the United Stafes far a period of not less than
three years. Such �acilities sha11 be ful�y equipped and staffed �ith qualified personnel
for making repairs to damaged putx�ps and motars, and shall carry ar have direct access
ia a full line of normal maintenance spare parts.
�. Acceptable Manufacturers:
1. Byran 3ackson
2. Ingersoil-Dresser Purnp
3. Johnston Pump Ca.
4. Peabody �loway
5. Fairbanks Morse
6, 5imfla Pumps, Inc.
7. Or Engineer-approved equal
G. Vibration:
The puznp manufacturer shall review the speci�ications and Drawings, includir�g
piping, pipe supports, harnessing arrangements, and foundafi7ions to familiarize
himseIf with field conditions. This shall be dane to ensure that the pumps are
designed to conform to the specified vibration Iimits. Vibratians in excess of
speci�ed lirnits will nat be acceptable.
2. Accep#able field vibratian limits shall be 75 percent of those limits in�posed by the
latest edition of Hydraulic Tnstitute 5tandards,
H. The pump manufaciurer shalI perfar�m boYh lateral and torsional critical speed analyses to
identify and ensure that: a) the first lateral critical speed sha11 be at leasi 25 percent
abo�e the operating speed; b) no torsional natural frequencies accur within a range
extending from 25 percent below to 25 percent above the operating speed; and c) any
blade �xcited resonant frequency shall be no closer than plus dr minus 25 percent nf the
natural frequency of any part of the instalIed assernbled purnping unit. Prior to
manufacture, a statement must be farwarded to the Engineer indicatilag that the required
analyses have �een rnade and that the specified limitations will he met.
�'i iaio.ao� 11210-4 ion voi
City of Fort Worth
Rolling HilEs W'TP
Backwash Supply System
I. Services of Manufachxre's Representativ�:
1. Provide services of pump znazaufacturer's faciory service engineer specifically
trained in �he installation., operatzon, and maintenance of purnping units as specified
herein. The services of the manufacturer'� representative shal] be made av�ilable
during the installation periad for assistance to the Con�rac�or for adjusting and
checicing equipment.
2. Man-hour requirennents tabulated belovv arE exclusive of travel time and do uat
relieve the manufact�trer of obligation to provide sufficient service to place
equipment in satisfactory operation.
9
3. The factory representative shall provide for trips and durations as sl�own below:
Services Provided hy Factaty
Representative
Minimum No. Tripsl
Minimum Time On Site
Per Trip (Hours)
l. Supexvise setti�g af pump bases
prior ta grouting
2. �upervise installatinn af pumps
and clneck pump leveling and pre-
� alig;nmeni�
.,
�
�
�
�
,
3. Inspect final �ump aiignmentZ
4. Supervise startup, £�ield quality
control testing and initial run to
demonstrate successful aperation
S. Instruct Engineer and Owner's
representa.tives in proper startup
and O&M�
1
1
1
1
1
:
:
3
I2
8
�Represen�ative shall be present at frequent enough intervals to ensure proper installation,
testing, and i�.itiai operation af the equipmeni.
ZBefore piping connectian
3After grauting and piping connection, the manufacture's representative shall provi.de ta the
Owner's representatzve a written certification thaY each pump has been installed in accardance
with the na,anufacturer's recomm�ndations. �
4Instructions may be given upon campletion af Item 4, provided that the field testing by
O�vner's ind�pendent testing laborator}+ is successful and tne O&M manuals have been
sub�nnitted to and accepted by ihe Owner's representative.
4. In the event the services af the manufacturer's representa.tive are needed and
requested by the Contractor for periods longer than indicated in these Contract
Documents, payrnent. far such services shall be rnade by the Coniractor. No
payment will be due for time spent by the representative due to faulty design or
fahrication of the equipment.
Fl i210,doc 1 �i��-S 1fllli/Ol
City af Fort Worth
Rolling FTills WTp
Backwash 5upply System
J. Warranty
The equiprnent shall be warranted to be free from defects in workzx�,anship, design,
and materials. If any part of the equzpment should fail during the warranty period, it
shall be replaced and the unit(s) restored to satisfactory service at no expense to the
OWNER. The warrantv period shall be for a period of one vear fro�n the date af
Fina� Accentance af the work.
1.06 SYSTEM DESCRIl'TION
A. The three vertical turbine can pumping units shall be designed far installation at th�
Backwash Water Pump Station as shown on the Drawings and specified herein.
B. Putnps shall be suitable far patahle water service.
C, Pumps shall operate satisfactorily on a continuous basis over the entire range from
sh.utoff to nuiout. The head versus capacity curve shall be continuously rising fram
runout ta shutof£ Knees or saddles within the ran.ga will be cause for rejeetion,
D. The units shall be desigined inr pumping treated water (35°F to 90°�) and the following
canditions of seivice.
Firaia.a�� 11210-6 io�iiiai
City of Fort Warth
E�olling Hills 1�VTP
Backwash Supply System
Pump Desi�nation
�
�
4
d
Criteria, Paranaeter or Service Condition
1) Pumps equipped to operate with variahle
frequency drives
� 2) Number of Units
3} Rated Design Point �
a} Mi.nimurn capacity at rated head
(�pm)
b) Total dynamic head (ft}
c} Minimum pump bowl efficiency (%}
4) Runout Canditions
a) Minimum capacity at runout (gpm)
b) Minimuin head at ruz�out (ft)
c) Minimum efficiency at runout (°/a)
� S) Minim�m Shutoff H�ad (ft}
� G) Maximum Motor Size (hp)
, 7) Ma�cimum Operating Speed (rpxn)
� 8) Pump Rotation as Viewed from Top
� 9} Minimum NPSH available (fi}
� 1 D) Minimum Diameter of Pump Discharge
Nozzle {in)
11) Minimum Diameter of Discharge
Column Pipe (in)
� 12) Minimum B�11 Diameter {in)
, 13) Battom of Bell Elevation (ft)
� 14} Center Line of Pump Discharge Nozzle
Elevation (ft)
15) Discharge Head:
a) Type
b) Conneation type
� 16} Minimurn Can Dia�nneier (in}
BWP-1, 2, 3
N/A
3
3,750
114
82
4,600
75
72
175 _
I50
1,780 �
Counter CW
30
IS
1�
18
{1) '
679.5 I
Fab Steel
150-1b. Flg.
30 1
(1) Per pump manufacturer's recommendation with base of can at Elev. 6553
E. T1ne driver shall be equipped witb non-re�ersible ratchet.
F. The appro�rnate pwmp operating systerr� cuzves are shown at the e�d of this section.
G. Pumps BWF-1, 2, and 3 niust be capahIe of producing 10.8 mgd (7,500 gpm) at 117.5-
feet TDH with tvvo pumps running.
1.07 DELIVERIT, STORAGE, AND HANDLING
A. The puzx�p manufacturer shall provide unloading, starage, and handling instructians prior
to shipment. .
B. Ptamping unzts shalI be shipped with the motor s�aace heaters connected to a terminal
board and ready to be energized.
��tzia.a� 11210-7 io�z �ro�
City af Fort Wnrth
lZolling Hills WTP
Backwash Su�ply SysEem
C. All equipment shall be delivered in good, sound conditian, and free from damage.
Equipment which has �ean da,z�naged will be rejected. All equipment and parts must be
propurly protected against any damage during a prolonged period at the site.
D. The Conh�actor shall be responsible for proper unloading, handling, and storage of
equipment in accordanee vvith tihe manufacturer's insiruct�ons. Motar space heaters shaIl
be proznptly energized, and pumpa�ng units shall be housed in weatherproof enclosures at
all times during storage. The matox oiI reservoirs shalI be filled with oil pram.ptly after
airival. T�e Contractor shall rotate the znotor shaft by hand three to four revoIution.s on a
weekly basis until the units are siarted.
E. The finzshed surfaces of all exposed flanges shall be protected by rvooden or equivalent
blank flanges, strongly built and securely bolted thereto,
F. �inished iron or steel suriaces not painted shall be properly protect�d ta prevent rust and
corro sion,
G. ror protection of bearings during shipm�nt and insfallation, the bearings shal� be
praperly processed. An�i-friction bearings, if prelubricated, shall be protected in
accordance with the bearing manufacturer's recomrnezadations against formation of rust
during a lang period of starage whil� awaiting cnmple�ion of installation and start-up af
the machine in which they are used. Anti-fric�ion bearings which ara nat prelubricated
sha11 be properly protected in accordance with the bearing mariufacturer's
recomnr�endation against formation of rust during a long period of starage, wiule awaitin,g
completion of insiallation and start-up, by the application of Ex�on Rust-Ban No. 392, or
equal treatment.
1.08 1VIAINTENANCE
A. Fumish one set of all special to�ls required for proper servicing and dismantling of
equipment supplied under these sp�cifications, packed in a suitable steel tool chest with a
1ock. Furnish the rnanufacturer's standard set of spare parts for each size pump,
including at least the follnwing:
One znechanical seal.
2. Complete set af pump and motar bearings
3. Connplete sat of gasket and Q-ring saals
4. Cornplete set of shaft sleeves
Complete set of keys, dowels, pins, etc.
6, Bovv1 and impeller wear rings, if required
7. All required lubricants in sufficient quantities for startup and testing a�nd for
�arranty peri.od.
F1 iz i o.aoc 11210-8 i an z�oi
City of Fort Worth
Rolling Hilis WTP
Backwash 5upply System
B. Crate and deliver spare parts zn substantial wood baxes with hinged covers, Clearly and
indelibly identify the contents of each box on its exterior. Each part shall be sealed,
wrapped, or otherwise protected from coz�roszon during storage,
PART 2 PRODUCTS
2.01 GENERAL
A. The pumping units shall all he supplied by one manufacturer and sha11 be cornplete,
including pumps, motors, and appurtenances, such as, but nof limited to, couplings,
guards and gauges.
B. The pumps, rnotars, and drzves slaall be desig�aed and built far 24-hour continuous service
at any and all points witihin the required range of operatian, wi.tlaout overlaeatizag, without
., cavitation and without excessive vibration or strain. All parts shall be so designed and
proportioned as ta have liberal streng�h, stabiliiy and stiffness and to be especially
� constructed to 7meet �he specified requirements. Ample raorn and facilities shall he
, pravided for inspection, repairs, and adjustment.
� C. All n�cessary faundation bolts, nuts, and washers shall be furnished and shall be Type
302 stainless steel.
D. Refer to Section 01170 f�r noise limitations for the equi.pment.
E. AlI bearings and seals sh.all be generic and not proprietary.
2.02 F[)MP BOWLS AND SUCTION BELL
A. Pump bowls shall be ASTM A40 Class 3Q cast irnn or ductile iron with suction belZ,
nnachined witki rabbet fits for cannection to the pump discharge column. A case wear
rzng slaall be prvvided at the impeller hub. Bowls shall have separaie replaceable
impeller cases. A separately cast suction beil, f�anged to the lovver end of the bowl or
impeller case, shall have cast ribs supporting an integra3 bearing hausing far a
permanently gr�ase packed bottom bearing. Both the bottom and bowl bearings sha11
have a length not less than thzee times the shaft diameter. The suetion bell bearings shall
be pertnanently grease packed and sealed.
B. The bowls shall be capable of withstazading a hydrosta�ic pressure �qual to twice the
� I pressure at rated capacity or 1 112 times shut-off bead, vvhich�ver is greater. The bowls
shall be hydrastatically tesied at the ahove governing pressure. A factory-certified
hydrostatic test report shall be submitted vwith the factory performance test report.
C. Stainless steel (315L) basket strainers shall be provided. The strainer size shall be the
same diameter as the nominal bell diameter, and shall be secuxed by bolting to the pump
bottom case by eight 18-8 stainless steel cap screws. The Uasket strainer sha11 be
designed to suppress vortices that form in the can priar to entering the section bell. The
hottom of the basket strainer shall be open. The approach velocity shall be limited to 2
ft/sec. The vcraven wire cloth shall have a net open area of 65 percent.
D. AIl bolting shall be 18-8 stainless steel.
riizio.ao� 11210-9 ioii��o�
c��y Qr ro�c wo��
Rolling Iiills WTP
Bacicwash 5upply 5ystem
E, Bowl shaft shall be 41Q ar 416 stainless steel.
2.03 IMPELLERS
A. The impellers shall be A�TM B 148 nickel aluminunn bronze enclosed or s�mi-open, with
wear rings. All impellers shall be dynamically balanced. Impellers shall ba fastened
securely to the impeller shaft with keys or split-thrust rings. Taper k�ushings and collets
are not acceptable. The impellers shall be adjustable vertically by external means at the
driver location.
2.Q4 PUMP SHAFTS
A. Tlae bowl shafi shall be supported by bearings abo�e and below each impeller. The
suction case bearing shall be bronze, grease packed, and protected against entrance of
sand or other abrasives. �i-itermediate bowl bearings are io be lubricated by water being
pum.ped and shall be of bronze. 'I'�ae size of the sha�t shall be ample to transmit the
horsepawer required by the punzp.
2,05 Pi.JMP IMPELLER AND BOWLS
A. The pump impeller and bovvls shal� be �t�ed with replaceable vvear rings that shall be 11-
13 c�rome steel, and heat treated to different degrees of hardness.
2.�5 LINE SHAFTS
A. Line shaft sha11 be 416 stainless steel of a maxinaum 5-foot length.
B. Maximum allawable combined stress in the lin.e �haft shall be $,000 psi, calculaied at the
minimum effective shaft diameter.
C. Maximum allowable shaft runnut shall be O.dOSanch, including runout througla the
couplings.
D. Coupiings for shafts less than t�vo-inches in diameter shaIl be made af solid stainless steel
stock, aecurately machined, bored through the entire length, and balanced. Couplings for
sha£ts two-inches in diameter or laz�ger shall be of the split-ring and key-mounted style,
and shall be stainless steel,
�. Line sha$ shall be fitted with a field replaceable shaft sleeve through the stufiing bax.
Shaft sleeve shall he hardened stainless steel.
F. �haft shall be ftted with a flanged, rigid, adjustable caupling located above the stuffing
box to connect the pump top shaft to the rnotor shaft.
�2,07 D�SCHARGE COLL.TMN P]PE
A. Column pipe shaIl be fabricated steel according to ASTM A53 GRB, Al2Q, and/or A36.
B. Minimum calumn diameter shalI be as shown in the table in Paragraph 1.06.D.
F21210.doc 11214�10 lfl�ll�o�
City oFFnrt Worth
Ralling Hills WTP
Backwash Supply System
C. Lengths of column pipe shall nat exceed 5-feet. Top and bottom sections shall not
exceed five feet.
D. Ends of column pipe shall be flanged. The flange thieirness sha11 be 1.5-inch minimum at
the bolt circl� diameter. Machined flange faces and male and female registers shall be
provided on mating flanges to transfer alignment af the bearings from co1u� sect�on to
column section. Machining tolerances shall be limited to .003-inch TTR an concentricity
and parallelism between flanges on either end of the column. pipe. Clearances between
the mating xegisters shall be limited to no �axe than .a02-inch.
E. Minimum thickness of col.umn pipe shall be equivalent to Schedule �40 for columns 10-
�- inches and smaller, and shali be 4.375-inch minimum for aolurnns lz-inches and Iarger,
F. Bolts and nuts shall be 18-8 stainiess stee3. There shall be a minirnu�n of 20 balts per
flange connection. Each flange bolt shalj be a rninirnum of 1-inch in diameter_
2.Q8 DISCIIARGE HEAD ASSEMBLY
� A. Discharge head shall be ASTM A36 �abricated steel wiih a minirn�n of three u�tered
. " S�C�LOIIS.
�' B. Pu;np manufacturer shall provide connections to the motor, column pipe, and discharge
piping. The mntor flange and base plate thiclrness shall be 2-inch rr�nimum. There shalI
he at Ieast eight bolts connecting the base plate to the sole plate. These bolts shall be at
�east 1-114" in diameter. The wall thickness af the barrel of the discharge head shall be at
least 112-inch.
C. The top of the motor flange, top of the seal plate, and bnttnm of the hase plate sha11 be
machined Qarallel to one anoth�r to within .003-ineh TIR.
D. Easil�+ removable O�HA approved copper or aluminum insect screens shall cover the
coupling guard and aSl openings in the discharge head.
- E. The discharge head sha13 include a stuffing box and have extra large openzngs far pump
adjusfxnent and seal maintenance. It shall also include a suitably sized drain canriection,
� a con#inuous bypass to rn�aintain law stuffing box pressure and to assure positive siuf�ing
box bushing lubrication. Pxovide a john Crane, Type 1; A.W. CHesterton, Type $$0 ar
equal self-aligning single inside maunted meehanical seal equipped with cerarnic
�`� stationary and carbon rotating seal faces.
F. Discharge head shall be designed to aatch Ieakage from st�fing box, and shall be
provided with a 314-inch NPT connection to drain the water.
G. Tha discharge elbow shall be approximate to a sweeping 9D degree elbonv by ha�ing at
least tlaree xnitered sections rnaking up the 9D degree sectian, Discharge nozzle shall be
provided with 1/2-inch NPT connec�ian for a pressure gauge assembly on the harizontal
centerline.
H. A 1/2-inch NPT nozzle connection for air ble�d-aff shall be provided on the v�rtical
centerline.
�i izio.aa� 1121fl-11 ionva�
City of For[ Worth
Rolling Hills WTP
Backwash 5upply System
2.09 SQL� PLATE
A. A separate steel sole plate machined flat on t�e top side shall be pro�ided for each pump
to be permanentiy installed and grouted in. The sole plate shall be square as shown on
the drawings.
2.14 MOTOR COUPLING
A. Puznp-to-motor coupling shall be rigid three-piece construction machined fram steel and
zinc plated with an adjustable feature for praper impe�ler setiings. Motor coupling sha11
incarporate a spli� ring key to transmit pump thrus# to the motor and a square key ta
adequately handle the torque. Pump half-couplin� shall be keyed to the upper pump
shaft. A rx�iniznum of �ix thrnu�h bolts shall be used ta connect tk�e coupling halves. The
complete coupling assembly shall be dynamically balanced and match-marked prior to
shipment.
2.11 PUMP DRN� SYSTT�M
A. Eack� pt�mg shall be driv�n by a vertical solid shaft squirrel cage induction electric moior
with spe�d and nlaxiznurn horsepovver as specified izz �aragraph I.06 and wfth TEFC
enclosure, and shall meet all fhe requirernents af Division. l.6 and include a thrust bearing
capable of handling boih the mechanical and hydraulic �hn�st of tb.e pump.
B. The pump motors shall be suitable fax driving the putnps continuously over the entire
puznping range. The purnp motors shall be fu1-ir�ished by the pump m.anufacturer. The
motoxs shall be consiructed and guaranteed to witl�stand runaway reuerse speed equal to
i 80 percent of synchronaus speed ar the runaway speed that would occur at an applied
head of 50-feet, whichever is higher.
C. All pumps shali have ample horsepower to carry the load nf the pump under all possible
conditions of head and capacity without exceeding the narxieplate rating of tl�e moior,
Ser�ice �'actor NOT included, and in no case shall the motor h,orsepower be greater than
shawn in Paragraph 1.06.
D. Each pump shall be directly coruiected to ifs driver by mea�s of an adjustable flanged
coupling suitably sized to transmit ihe required driving torque and be easily accessible
for impeller adjusiznent, pacicing or mechanical seal replacement.
E. A,II rnotors s�all be equipped with lifiing lugs and/or eyebotts.
2.1� PUMP TNFORMATION PLATE
A. Provide erz�bossed bronze ar stainless steel data plates containing at least the follawing
information:
Manufacturer's name
Puialp srze and type
3. Serial nu�nber
�i izio.ao� 11210-12 I O/l l/a3
City of Rart Worth
17olling Hills WTP
Backwash Supply 5ystem
4, �peed
5. Impeller diarneter
G. Capacity and head rating
7. Bearing identification, name, and number
I` 8, �'ump weight, motor weight
9. Other pertinent data
10. Direction of rotation
2.13 HAIt17WARE
'� A. All anchar bolts shall be supplied by the pump manufacturer. The anchor bolts shall be
_ shipped with the pump units. All nuts, bnits, and washers shall be 316 stainjess steel.
' Stainless steel bolts shall comply with ASTM A193, AISI Type 316.
2.14 LIFTING LUGS
A. Pump assembly discharge head, pump drive motor, and column section weighing over
100 pounds shall be provided wifi�z lifting lugs. Each column pipe section shall have two
cornbination lifting iugs and support pad located 1$Q° apart and 18-inches belnw top
flange surface, The shafting shall have threaded holes to allaw Iifting with an eye bolt.
' 2.15 LUBRICANTS
A. All lubricants required for start-up, initial operation, and tesi�g of the equipm�ent un.til
final acceptance shall be provided by the manufacturer.
' 2.16 SURFACE PREPARATION AND SHOP PAIN'TING
A. Purnping units, including all inierior and exterior wetted surfaces of pump colutnns, ca�ns
and discharge elbows, shall be prepared and shop-primed and coated in accordance with
2.17 SHOP TESTING
A. Shop tesiing of the purnping units shall be cnnduc�ed in accordance with Hydraulic
Institute Star�dards. The Owner reserves the right to have a representative observe all
, shop testing of the pumps. The Engineer shall be notified at leas� four weeks prior to
testiung.
B. Purnp and Motor Tests;
1. Upon or before giving the Engineer notice �f the factory iesting, the Con�-aetor shall
submit far approva3 a"test book" containing the fallowing information in bound
form:
a. Description of factory tests to be conduc�ed.
�� izio.aoo i I2I0-I3 loil �ro�
City af Fart Worth
Rollrng Hills WTP
Backwash Supply System
b. Descriptian of factory tesi procedures.
c. Copy of test standards.
d. Calibratian of standards.
e. Dimensional l.ayout of test assembly an.d res�rvoir.
T'he "test book" shall be the "test report" minus test data and cur�es. The "iest book"
must be approved by the Engineer prior io actual factory testing.
AlI pumping units shall be factory tested with a standard running test as described in
ANSUAWWA ElOI, Section A6, and all �est data submitted to tlae En�ineer for
approval prior to shipping in the form of a bound "test report". The test dafa
included within the "test report" shaIl incIude certified puz�np vihration, perfaz�nance
curves depicting head, capacity, brake horsepower, NPSH required, and pump
efficietacy. A1so included shall be calculated guaranteed NPSH, calcuIat�d wire-to-
suater eff'iciency, and submergence requi�•enxents.
The discharge head, bowl and can assembly of each pump shall be hydrosta#ically
tested in full compliance with Section A6.14 of ANST/AWWA EI01,
4. Vibraiion Test: Include �ibration test, as follows:
a. Dynamica.11y lialanc� rotating parts of each pump and its driving w�.it before
iinal assembly.
b, Limits:
(1) Driving Unit AIone: Less than 95 percent of NEMA MG 1 limiis.
{2) Complete Rotating Assembiy Including CoupIing, Drive Unit, and Motor:
Less than 7S percent of limits established in fhe I�ydraulic Tnstitute
Standards.
5. Perfortnance Test
a. Conduct on each pump.
b. Perform uizder simulated operating condzfions.
c. Test each pump far a continuous 3-hour period witk�out n�alfunci�on.
d. Test Log: Record the #'all�vcfing:
(1) Total head.
(2) Capacity.
(3) Horsepower requiz'ements.
(4) �Iow measured by factory instrumentation and storage volumes.
(5) Average distance froni suction well water surface io pump discharge
cent,�rline for durat�on of test.
Fi7zio.aoc I 121�-14 io��i�oi
City of F�rt Worth
Rnlling Hills WTP
Backwash Suppiy 5ystem
(6) �'ump dischaz�ge pressure converted to feet of liquid pumped and corrected
to pump discharge centerSine.
(7) Speed.
e. Adjusi, realign, or modify units and reiest in accordance with Hydraulic
Institute Standards, if necessary.
Matar Tes�: Each puxnping unit shall be tested in the shop. The testing for motar
shall iunclude efficiency and temperature test.
7. Hydrostatic Tests: Putx�.p casing{s) tested at 1S0 percent oishutoff head. Test
pre�sure rnaintained for not less than 5 minutes.
2.1.8 SUCTIDN CANS
A. The 30anch suction cans sha1S be const�cted of ASTM A53, Grade B steel with
minirnum wall thickness af Q.375-inch and sha13 be suitable for 150 psig wor�cing
pressure.
B. The can diameter (34-inch) and depth shown on the Drawings was determined by the
Engineer based upon prelirninary pump seleciions using the design conditions listed in
' Paragiraph 2.02A.Z. The pump manufacturer shall size the can such that ihe water
veloczty in. the annular space b�tween the can and th� suction belI lip or the bowl flanges
of the proposed pump does not e�ceed 5 ftlsec at 3,750 �pm and is preferably 3-4 ft/sec.
' Any extra cost (including a larger concrete can support slab, etc.) to provide a can larger
� than 30-inch diameter in order to meet this requirement shall be at no additional cast to
the Owner.
The depth of the c�n maylshall be adjusted, if approved by the Engineer, per the pump
manufacturer's recommendations and in accordanc� with Hydraulic Institute criteria for
pump bovvl submergence, cl�arance fram suction bell li� to boitom of can, clearance
from can feed pipe to pump bowls, etc., in ardez to naeet h}+draulic requzrezx�ents far the
proposed pump. Such adjustments ain can dept.�a, etc., sh.all be based on the criteria listed
above and the water surface elevation shown an ihe Drawings and shall be at no
additional cost to the Owner.
C. The top suction. can flange shall be �uelded to the suction can, drilled and tapped for studs
to provide a suitable gaslceted cannection for the pump dischaxge head. Fuz-ther, this
flange sha�l extend beyond the can diameter to serve as a supporting soleplate to support
the weight of th.e entire assembled pumping unit. The size and thiclrness of the
supporting soleplate shall be determined by the purnp rnanufacturer.
D. A pair of flow straightening vanes shall be centered on the can feed pipe entrance into t�e
can and the va�nes shall extend to above the norma� wat�r level in �e can.
� E. A set of vartex suppressing vanes in the form of a cross shall be provided under the pump
suction bell as part of the strainer unit.
F. The can bottom shall be steel plate, at lease 3-inches t.�ick, welded to the can, and having
a continuous minirnurn 3-inch thick flan�e collar extending beyand the can wall as shown
on the Drawings for anchor bolting the can to the concrete support slab.
Fiiz�o.a4� 1 I21Q-15 ianvoi
City ofFort Worih
Ralling Hills WTP
Baekwash SupPly 5ystem
G. 1'ror�ide three 30-inch diameter pum.p cans for the Backwash Pumps.
PART 3 EXECUTION
3.Q1 INSTALLAT�ON
A. Install pumping units as shown on ti�e Contract Drawin�s and in accordance witb,
naataufacturer's instructions and approved shop drawings.
3.02 LEVELTNG
A. The sale plate shall be set to true level using nnachinist`s leveL The tolerance for leveling
shall not ex�eed OA02-inch alon� any side afthe sole plate. The representative oithe
pump manufacturer shall be present during thc, Ieveling. 'Z'he pump manufacturer shall
certify that the levelin� is in accordance with the ].imits specified herein and is acceptaUle
to �he manufactux'er.
3.03 FIELD PAINTING
A. All damaged primer on pumping units shall b� removed and reapplied. BotI1 shop and
finish painting shall be in accordance wzth Division 9.
B. Machined bearing surfaces, stainless steel, and brass surfac� shall nat be painied,
F�i�3o.ao� 11210-16 ia�i��o�
City of Fort Worth
Rolling Hills WTP
Backwash Supply 5ystem
3.04 FIELD QUALITY CONTROL
A. Functional Tests: Conduct on each pump.
1. A3ig�ent: Test campl�te assemhlies far correci rota.tion, proper alignrnent and
connection, and quiet operation.
2. Vibration Test:
' a. Test with units installed and in norrnal operation, and discharging to the
connected piping systems at rates between the Iow discharge �ead and high
-� discharge head conditions specified, and with the actual building structures and
foundations provided sha11 not develap at any frequency or in any plane, peak-
to-peak vibratian amplitut�es exceeding tlie limits specified.
„
h. If units exhibit �vibration in excess of the limits speczfied, adjust ar modify as
� necessary.
3. Flow Output: Measured by plant instrumentation and stora�e vnlumes.
4. Operating Temperatures: Monitor l�earing areas on pump and motor far abnarmally
� high temperatures,
B. Performance Test: In accordance with AW WA EI01.
C. �an rr►stallation: J.nstallation of the can is an important element of the success of the
overall puznping system. It is important t�at t�ie Cont7ractor take caution to ensure ihat
the pump is installed in the cenfer of the can in order to avaid rotati onal flow caused by
n.on-uniform flow around a non-concentric pump an� can. The can shall be filled w ith
water during final plumbing and leveling, and during placernent of cancrete encasement.
A machinist's level shall be used to level the sole plate and rnaximum level tolerance
' across the entire so3e plate shall not exceed D.002 inch.
END OF SECTION
��
F1I210.doc 11210-17 i4n iroi
City of Fort Warti�
Rolling Hills W'1'P
Backwash 5upply 5ystem
PUMYING UNIT QUESTTIONAIRE
(To be submitted within 10 Days aftez Award of Contract)
ITEM
1. Pump Manufacturer
a. Pump Size and Type
b. Madel Number
c. Serial Nurnber
2. Pump Bowl and Suction Bell
a. Bowl �ize {in)
b. O.D. of Suction Bell (in)
c. Maac. O.D. of Bowls (in)
d. Material and Class
e. Wear Rings Material
£ Bears��s Material
g. Bearings {Type/No.)
h. Bowl Assernbly Weight (lbs}
3. Iz�r�.peller
a. Type (semi-apen, elosed)
b. Specific Speed
c. Maferial
d. Line Material (semi-open}
e. Wear Ring Material
4. Puznp Shaft
a. Diameter {in)
b. Material
c. Bsarings Material
d. Bearings (Type/No.)
5. Line Shaft
a. Size (in)
b. Material
c. Coupling Material
G. Line Shaft Bearings
a. No. af Line Shaft Beaxizags
b. Line Shaft Bearing Material
c. Bearing (Type/No.)
7, Discharge Column Pipe
a. Column Diameter/Wall (in)/(in)
b. Maxi.mum Column Lengths {ft)
c. Coupling Type
8. Discharge Head
a. Materiat and �'abrication Method
b. Weight {lbs)
9, Strainer
a. SizelMaterial
PiJMP DESTGNATION
BWP- 1, 2, 3
Fiiaio.ao� 11210-18 zoi�l�ol
City ofFart Worth
Rolling Hills WTP
Backwash Supply 3ystem
ITEM
�
I 10. Coup�ing
� a. Pump to Motar Caupling
1 11. Hydraulic Thnist Forc�s
� a. Ugthrust (lb)
I b. Downtb.rust (lb)
I i2. Weight
` a. Bare Pump (lb}
I b. Motor (Ib)
� c. �olep�ate (lb)
I d. Total Weight (lb) �
I 13. Rated Design Point Conditioxzs
�a. i'ump Speed (rPm)
b. Shut-aff head (ft)
I c. Rated Design Point
I 1. Rated Capacity (gpm)
I 2. Rated Head (ft)
I 3. Pump Ef�ciency (percent)
� 4. Motor Efficieney {percent)
� 5. Overall Efficiency (percent)
, 6. Brake Horsepower
I 7. NPSH Required (ft)
I 14. Mi7iimum Head Point Conditions
I a. Puznp Speed (rpnr�}
I b. Design Point
� I . Capaciiy (gpm)
I 2. Head (ft}
� 3. Pump Eff ciency (percent)
I 4. Motor Efficiency (percent}
I 5. Overall Efficiency {percent)
I 6. Brake Harsepower
I 7. NPSH Requared {ft)
F� i2io.ao�
PUMP DESIGNATION
BWP-1,2,3
11210-14
lQll l/�i
--- i
�
���� �
—' �20'—
�
� O
I �
� 100' '�
�
� �
,� 8 0
�
�
� a4� ►-�
tx] �' �i
� � 60'--
� �
� `�
�
_
0
�
� - - 40'—
Q
� o
c �� �z
rn � � C�! �
� �� ��
� � � � 20'—
o a� ��
' ,� c �
�z ��
� ��' ��
-�
z �� �� �'
J �� ��
� �
�aoo
QESIGN POIN7 FOR EACH
PUMP = 3.750 GPM � 114'
MAXIMUM SYSTEM CURVE ///,� j'
��
/
MINIMUM S1lSTEM CURVE
� � �
2aaa 3ooa 400a
Q (GPM}
DESIGN PO[NT FOR
{2) PUMPS � 3.7�0 GPM
= 7,500 GPM � 114' TDF{
�
�///
�
�aaa
�
soaa
�
7000
�
$OOD
�
City of Fori Worth
Rolling Hills WTP
Backwash Supply 5ystem
SECT�ON 11281
SLUICE GATES
PART 1: GENERAL
I' 1.01 SCOPE O� WORK
� A. Furnish all labor, materials, equipment and incidentals required and install, complete and ready for
,. operation and iield test, sluice gates, aperators, operating stems, wall thimbles and appurtenances as
shawn on the Drawings atid as specified herein.
1.02 RELATED WORK
A. Concrete �c�vork is included under Diviszon 3. Wall thimbles and ancY�or bolts, however, shall he
furnishc� azd installc� unler this Section.
B. Field painting is included in Seation 09902.
1.03 SUBMITTALS
; A. Capies of aI3 materials required to establish compliance with the Speciiications shall be submitted in
accordance with fhe provisions of Section a1300. Submittals shall include at Ieast the following:
1. Complete description of a11 materials.
2. Certified shop amd installation dravUings showing all de#ails of consnuction, dimensions, weights,
" anchor bolt locatians, electrical connection details, and electrical schematic wiring diagrams.
I
� 3. Descriptive literature, bulletins azad/or catalogs of the equipment.
�� 4. A complete bill of materials.
9
5. A list of r�nanufacturer's recommended spare parts.
B. Operatian and Maintenance Data
. 1. Operating and maintenance instructions shall be furnished as provided for in Section 01730. Tl�e
` instructions siiall bs prepared specifically for this installation and shall inclnde all requireci cuts,
drawings, equipment lists, descriptions, eic., that are required to instruot operating and
maintenance personn�l unfaxniliar with such equipment. The maintenance instz�uctiozas shall
� I include troubleshooting data and fulI preventive maintenance schedules.
� 1.04 REFERENCE STANDARDS
A. American Society for Testing and Materials (ASTM)
1. ASTM A126 - Standard Speciiicati�n far Gray Iron Castings for Valves, Flanges and Pipe
Fittings.
2. ASTM A276 - Stanciard Specification for Stainless and Heat-Resistin� Steel Bars and Shapes.
3. ASTM B9$ - Standard Specification far Copper-5ilicon Alloy Rod, Bar and Shapes.
Fi�ze�.aa� 11281-1 iani�ai
City of Fnrt Worth
Ralling Hills WTP
Backwash Supply System
B. American Water Works Assaciation (AWWA}
1. AWWA C501 - Cast-Iron Sluice Gates.
2. AWWA C540 - Power-Actuating Devices far Valves and Sluice Gates
C. Where reference is rnade to one ofthe abo�e standards, the revision in effect at the time of bzd opening
shall apply.
1.05 QUALITY ASSURANCE
A. The sluice gates, op�rators, aperating stems, wa11 thimbl�s and appurtenances shall be furnished by a
szngle manufacturer wha is fully experienced, reputable and qualified in the manufacture af ihe
equipment furnished. The sluice gates, operators, operating stema, wall thimbles and a11 related
equipmeiit shaIl be manufactured and installed in aceordance with the best practices and methnds and
shall operate satis�actoriJ.y when inst�lled as shown on the Drawings.
B. The sluice gates shall be as manufactured by Rodney Hunt Compan�, Orange, MA; Waterman
Industries, Exeter, CA; Hydro Gate, Commerce City, C0; or equal.
1 A6 MAINT�NANC�
A. Taols and Spare Parts
I, Special tools and spare parts, if required, for normal operation and maintenance of th� equipment
shall be furnished.
PART 2: PRODUCTS
2.01 GENERAL
A. These specifications eall attention to certain #'eatures, but do not purport to couer all details of
construction of the ua�ts.
2.02 MATERIALS AND EQUIPMENT
A. Sluzce Gates
1. Sluice gates shall confortn ta the statadard speciiications for sluice gates, AWWA C5�11, exc�pt as
otherwise specified herein, and shall have the characteristics and dimensions as shown on the
Drawings.
2. The gates sh.aIl be conventior�al or universal frame, xising stem, iai�ricated of cast iron and shall
have adequate strength ta prevent distortion in handling and placir�g and under any conditian af
sexvice outlinad herein. All mating and slidin.g surFaces shall be fully machined.
Frames shall Ue af cast iron, ASTM A 126, Class B, one-piece fl.at type construction, rectan gular
opening, as showrl on the Drawings. T'he frame shall be machined to bolt to a wall thiznble or
wall casiing as lat�r speeiiied herein. The fram� sides shall extend upward so as to supgort and
retain at l�ast half the disc when in the fu11 open pasition. The frame sk�all have machined
dove-tailed groo�es on the front face inta which the stainless steel or branze seat facings shall be
dri�en and rnachined to a 63 micra-inch f�nish. The back of the frame slaall be rnachined to bolt
directly to the machined face of a wall thirnble with mastic between. Frazx�es for sluice gates shall
have iniegrally cast pads machined wiYh keyways to receive top wedge seafs.
r�iz8�.ao� 11281-2 �onuoi
City of Fort worth
Rolling Silis WTP
Backwash 5apply 5ystem
4. The gate guide and disc shall be of cast iron, ASTM A126 Class B, one-piece construction,
rectangular with integrally cast vertical az�d l�o�zzontal ribs. A reinforcing rib alon� each side shall
be provided to ensure rigidity between the side vved�es. The disc shall be manufactured so that
deflection of the top and battom ribs with full head on the gate �vill be less than a.025-in. The
gate slide shall have machined dove-tailed groo�es on the seating face into which stainless steel or
hronze seat facings shall be drzven and machined to a 63 micro-inch finish. A tongue an each
side, extending the full leng�h of the gate, shall be machined on all sides with a 1116-in clearance
maintained between the gate tongue and gate �uide groove. The sluice gates shall have stainless
steel or bronze iined disc tongues. Wcdge pads for side and top wedges shall be cast integrally on
the gate and machined to receive the adj�stable, siainless steel or bronze wedges. The side wedge
pads shall l�e located at the ends of �iorizontal ribs. A heavily reinforced nut pocket shall be cast
integrally on the vertical centerline and above the harizontal center anci be of such shape as to
recaive the square-backed manganese bronze sterz� black. Operating ar lift nuts for the gates shall
be branze.
a. The guides shall �vithstand ihe tatal thrust due to the water pressure and the wedging action.
The guides shall be machined on all contact surfaces and a groove shall be machined the
entire length of the guide to a11aw 1/16-in clea�rance between the gate tongue and the guide
groove. The s3uice gates sball have stainless steel or bronze lined guide grooves. The guides
�� shall be oi such Iength as to retain and suppart at least %z the gate in the full open position.
The guides shall be integrally cast ar attach�d to the frame with silicon bronze or stainless
' steel st�ds and nuts and shall be dowelled to prevent any relative motion between the guides
and the frame. Stainless sieel ar bronze v`redge seats shall be secureSy attached to ma.chined
� pads on the guides.
b. The wedges shall be staizaless steel or bronze machined on all contact surfaces. Tl�ey shall be
attached to the gate with stainless steel or silicone bronze studs and nuts and shall have
stainless steel or silicon� bronze adjust�ing screws with lack nuts or shall be aitached �y a
method acceptable to the Engineer.
c. All seat facings shall be stainless steel or bronze. The extruded seat facings shall be of special
s�ape to iill and pern�anently lock in the machined dove-tail groaves when pneuia�aticalJ.y
impacted into place. Attachzng pins and screws will not be allowed. The installed seat
facings shall be machined to a 63 micro-in finish. Bronze shall be naval bronze, ASTM B-2I.
Stainless steel shall be ASTM A276, Type 3a4.
d. The sluice gates shall have a maximum allowable leakage of 0.1 gallons per minute per foot
perirr�eter for seating head conditions. Unfler the design unseating head, the leakage for heads
of 20 ft or less shalI nat exceed 0:2 gpm per foot of seating perimeter. For unseating heads
greater than 20 ft, the alSowable leakage shall not exceed the xate per foot of seating perirneter
specified by the fallowing equatian:
maxirrium allowable leakage
(gallons per rninute per foot of seating perimeter)
= 0.10 + 0.0p5 (unseating head in feet}
5. All fasteners iar the gate and seal component� shall Ue of stainless steel, ASTM A276, Type 304,
or hranze ASTM B98 CA-655.
6. Cast iron wall thim6les shall be furnished by the sluice gate manufacturer for mounting in the
structure walls as shown on the Drawings. Front flange nf thirnble shall be machined to a t�-ue
sur�ace and accurately drilled and iapped as required for stud bolts. A water stop shall be cast
around th� periphery of the thimbl�. Studs and nuts shall be stainless ste�l, ASTM A27G, Type
FI 1281.doc 11281-3 ioii t�ot
City of Fort Worth
Rolling Hills WTP
Backwasli Supply System
304. A suitable gasket or mas�ic shall be provided between the sluice gate and the �uall thimble or
wall casting.
7. The stem shall Ue ASTM A27b Type 304 stainless steeI for the entire length, ihe metal having a
tensile streng�h of not less than 60,000 psi. The stezn shall have sufficient diameter at the base af
the thread to lift the weight af the gate, offset t1-ie r�sistance of the gate to the maximum
unbalanced head and fully allow far starting impaci. The stezn shall transmit in compression at
least two times the rated autput of the crank operated floor stand with a�0-lb effort an the crank
and 1.3 tim,es the stall tt�rust of ihe electric operator. Th,e threaded portion af tlae stem shall have
machine cut or rolled threads of the Acme type. Stems of more than one section shall be joined by
stainless steel couplings thread�d and keyed to the stems, All threaded and keyed couplings of the
same size shall be interchangeable. The gates shall be provided witk� adjustable bronze stop
callars on the st�m to prevent overclosing af the gate.
8. St�m guides shall be provided as recommended by the manufacturer. Stem guide shall i�e cast
iron, bronz� bushed, maunted in a cast iron bracket It shall be adjustable in two directiaz�s and
spaced at suf�cient intervals ta adequately support the stem. This spacing sha]1 not exceed 10-ft
and the l/r ratio shall not excead 200.
9. The gate invert shall have either bottom wedges or a flush bottozn. clasure as shown on the
Drawings.
a. Bottom wedges shail l�e as speci�ed aboye for top and side wadges, and disc and frame seat
facings shall ex#end across the bottom seating sur�ace of the gate.
b. The f�ush bottom closure shall utilize a replaceable cornpressible resilient seal either attached
to the bottom of the disc, or set flush in tl�e channel invert. The seal shall be sh�ped to
provide a wide sealing area on a machined surface an the opposzng seatin� face. The design
of the seal shall pro�ide a flush invert with no projections or recesses to accumulate deb�is.
The differential sealing pressuxe of tkie resilient seal sY►all be variable by adjusting the side and
top wedges af the gate. The resilient seal shall be attached to the bottom of the disc, the seal
s�all fit a lip xnaclained in the bottom of the disc and shall be attached with a continuous
stainless sfeei bar with silicon brQnze fasteners. The resilient seal shall seat against a stainless
steel stop bar keyed to the gate fram�. The resilient sea� shall be resistant ta microbiological
attack.
10. Operators shall l�e provided for all sluic� gates. AlI manuaI operators shall be suitable for
operating by the portable operator specif�ed.
a. Floar stands shall be cast-iron or cast stee3 construc�ion, The pedestal height shall be such that
fhe erank shaft will lae approxirnately 36-in abave the operating floor, F1aor stands shall be
attached to tlae concrete wifh Type 316 stainless steel anchor bolts, which shall be embedded
in#o the concrete.
b. Crank operators shall have either single or double gear reductian depending upon the lifting
capacity requ�red. Each type shaIl be provided with a threaded cast bronze lift nut to e�gage
the ogeratin� stem. Bearings shall be provided above and belaw a£Iange on the operating nut
to suppvrt Uoth opening and closing thrusts. Dperatars shal� require a m�imum crank effart
of 40-lbs under the sp�cified aperating conditians. Gears, where required, shall be of'steel
either beveled helical or spur gear type with machined cut teeth designed for smoath
operation.
F��2s�.ao� 112&1-4 �o�ivoi
City oi Foi# Worth
Roiking Hills WTP
Sackwash Supply System
The pinion shafts on crank-operated floorstands, either single or double ratin, sha11 be
supported on tapered roller or needle anti-friction type bearings as required and enclosed in a
cast iron case and caver. Positive m.echanieal seals shall be provided on the operating nut and
the pinioa shafts to exclude moisture and dirt and prevent leakage oilubricas�t flut of the �ioist.
Lubricating fittings shall be provided for the lubrication of a�l gears and bearings.
c. The crank shall be oi cast iron with a revolving cast iron ar brass grip. The crank shall be
removable. �perators shall be equipped with fracture resistant clear butyrate plastzc which
shall nnt discolor or become opaque for a minimum of iive years after installation. The top oF
the stem cover shall be closed. The bottom end af the stem caver shall he mounted in a
-. housing or adapter plate for easy field mounting. Stem coverrs shall be complete with
indicator marl�ngs to indicate gate position. An arrow with t1�e word "OPEN" shall be
permanently attached or cast onto the operator to indicate the direction �f rotatian to open the
gate.
2.Q3 ELECTRIC ACT�[]ATORS
A. Electric actuators shall include, but not be limited ta, high torque zev�zsible mator, self-locking
reduction gearing, end of stroke limit switches, rnechanical torque sensing switch, a declutchab�e
� handwheel devrce, saiid state reversing siarter, all as a s�lf-contained unitthat con%rms to AWWA C-
5�40.
B. The actuatar enclosure shall Ue of high strength cast iron or cast aluixiinum construction designed to
meet �]EMA. I�, �aatertight requirements.
C. The actuator shall be suitaUle for operation in ambient temperatures from 10°F to +150°�.
D. The motor sha11 be reversibje sc�uirre� cage induction rnotor for 3 phase, �0 Hertz, �80 VAC power
supply. Motoz insulation sha11 be Class F suitable for contivauous modulating duty operator or 150%
of full cycle time �or non-modulating operation. Motor bearings shall be of the pern�.anen.tly sealed
type•
E. 'Z`he actuatox shall be a double reciuction unit consisting of self locking worm and motor spur gear
� drives suitable far maintai�ing valve position in the event of eIectric power failure. Tk�e worrn shall be
hardened alloy sieel and �he worm gear sha11 be of alloy Uranze. All power gear'rng shall be grease
lubricated. All rotating components shall be su�ported by heavy duty atitifriction hearings to provide
, � the highest possible efficiency,
F. Limit swit�hes shall �e furnish�d in the quantity as shov�+n on t�e Electrical Drawings; howe�er, a
minimum of eight (8} independently adjustal�le single pale, single throw limit switches shall be
provided.
G. The actuator shall b� equipped with a double acting torque switch responsive to loads encountered in
either the apening or clasing direction. Each side of the switch shall �e adjustable and incl�de a
calibration dial. The torque switch shall operate during the complete valve cycie without the use of
au�iliary relays, linkages, latches ar other devices. The targue switch sha11 be wired to disengage the
actuator motor in the ev�nt excessive loads are encountered during travel.
H. A handvvheel shall be grovided for manual operation. The handwheel shall nat ratate during motor
operation nor s�all a fused mator pre�ent manuai operation. When in �na7nuaI operation position, the
unit shall remain unchanged until the rz�otor is energized, at which tirne the �valve actuator shall
autoxa�.atically return to electric opzration. Tbis movement frorn motar to handvt+heel function shall be
aecomplished by a positive declutching lever whieh will disengage the motor rnechanieally but not
electrically.
F112$l.doc 1 12$1-S LOlI 1/01
City of Fort Warth
Rnlling �iills 1WTP
Backwash Supply System
I. Each acivatar shall be provided with a mechanical dia] position indicator and a twenty-iive watt limit
switch heatex designed to eliminate electrical compartment moisture.
All operators shall 3�e furnished wi.th cantrol stations including, in general, open-close indicating
ligk�ts, local rernote swiich, open-stop-close pushbu�tons, etc. The LocallRernote s�witch shall have an
extra contact for remote monitoring, as detail�:d on the �lectrical Drawings.
K. The operator shall be supplied with an integral, factory installed device designed to indicate the torque
profile of the gate/actuator assembly resulting from a mavement of the torque switch eleznent. The
torque sensing device shall be mechanically connected directly to the actuator �earing and responsiwe
to torque switch mavemcnt in either directian of travel when the unit is in motor operating. Vaxiable
torque output resulting in torque switch mo�ement shall be indicated by a proportional change �o a
high resolution I,D00 ohm potentiometer. The potenti�:m.eter shall have a resoluiion af p,15% azzd
linearity of 0.25%. The torque sensing device shall be adjusted, calibrated, and tested under loaded
conditions representing open and closed val�e directian at the actuator manufacturer's facility.
Results of these tests indicating torque and proportional resistance ouiput of the toxque sensing device
shall be supplied with the Operation and Mainten.ance Manuals.
L. Electric aetuators shall be Limitorque Corpnration, L120 seriss with Modutronic 100 position
controller, HBC quarter-turn gear box where noted, or appraved equal as supgliad by ETM or Rotork.
M. All operators supplied #o this project shall be of the same manufacture.
2.0� SURFACE PREPARATIaN AND SHOP PRIME PAINTING
A. All suxfaces shall be prepared and shop primed as part ofthe wark of this Sectian. Surface preparation
az�d shop painting shall be as specified in Division 9.
PART 3: EXECUTION
3.41 TNSTALLATION
A. Instailatioz� af all gates, operators, guides and appurtenances shall be done in a workmanlike manner.
It shall be the responsibility of the Contractor to handle, store and install thc equipment sgecified in
this Sectian in strict accordance with the manufacturer's drawings and recommendations. Frames and
guides shall be installed in a true vertical plane and sha11 be installed with 90 degree corners.
3.02 INSPECTION AND TESTING
A. Furnish the services of a factory representatzve for tiwo 8-hr worl�ing days (minimum}, who has
complete knowledge of the praper installatian., startup and operation of the sluice gates, ta inspect the
final installatzon and supe�vise a test af the equiprnent. Tf there are difficultie� in operation af the
equipznent due io the manufactuxer's fabrication or Contractor's installation, additional se�vice shall be
pravi,ded at na cost to the Owner.
B, After installation, alI sluice gates shall be �ield tested to insure that all items of equiprn.ent are in
compliance with the Specifications, including the leakage requirements. Motorized operatars shall be
full-load field tested in conjunction with their respective gate testing,
C. In ihe event that any unit fails to meet the above requirements, the necessary changes shall be made �
and ihe unit retested. If the unit remains �nable to meet the test requirements to the satisfactian of the
EnginEer, it shall be removed and replaced with a satisfactory unit at na cost ta the Ov�ner.
END OF SECTION
F11281.doc 11281-6 10/1 l!O l
�
.S
f
�
���SYO1�T 13
S�]�C�AI. C�l�S��UCT��l�T
:,
I
�4
I
City af Fort Worth
Rolling Hilfs WTI'
Backwash 3upply 5ystem
SECTION 13220
CDMPOSITE ELEVA'fED WATER STOR.AGE TANK
PART 1 - GENERAL
1.01 SYJh�i1VIARY
A. This seetion includes the design, fa6rication, cnnstruction, testing, and comrnissioning of
a arte-half xaaillion gallon composite eleva�ed water storage tank and related work,
including foundatians, painting, electrical, instrumentation, piping, mechanical,
disinfec�ion, ground level floor slab, and appurtenances,
B. Fur�azsh testing of tank materials and products by an indep�ndent testing laboratory
acceptable to the Engineer, but engaged by and at the expense of the Contractar.
1.02 RELATED WORK
� A. Drawings and the general provisions of this document, including General Conditions,
Supplemental Conditions, SpEcial Conditions and other Division 1 Sections apply to
� work in this section.
B. Tank disinfection, �xcept as specifzed herezn, is included in Section 01656.
., C. Pipe testing, except as speciiied herein, is incIuded in Section 0 i666.
I D. Site preparation is ineluded in Se�tian 02100.
E. Concrete work, except as speciiied herein, is included in Division 3,
. F. Fainting, excepi as specified herein, zs included zn Division 9.
° G. Mechanical piping, valves and appurtenances, except as specified herein, are included in
Division 2.
H. Instrurncntation work, except as specified herein, is zz�.cluded in Section i 330Q and
13315.
I. Modular Tone/Telemetry System is included in Section 13320.
, J. ElectricaI vcrork, except as specified herein, is included in Division 16.
i
K. Cathodic Protectian System is included in Section 16642.
� I
�
� F13220.doc 1��2�-� Q3/13/02
City ofF'ort Worth
Rolling Hills WTP
IIackwash Supply 3ystem
1.03 REFERENCE� STANDARDS
The following Specifications, Codes and 5tandards are referenced in this sectian.
A. American Concrete Institute {ACI}
117- 90 Standaz-d ToIerances for Concrete Construction and Materials
304-89 Guide for Measuring, M�ing, Transporting and Placing Concrete
305-91 Hot Weather Concreting
306-8$ Cold Weather Goncreting
318-95 Building Cade Requireznenis for Structural Concrete
347-94 Guide to Foria�wazk for Cnncret�
B. An�.erican Institute of Steel Construct�on (AISC}
5335 Specification far Str�ctural Steel Buildings
C. American National Standa�ds In.stitute (ANSI)
B l b.5 Pipe Flanges and Flanged Fiitin�;s
D. American 1'eixoleuin Tnstitute (AI'I)
650 Welded Steel Tanks far Qil Storage
E. American �aciety for Testin.g Materials (ASTM)
A 123 Zinc Cdatings on Iron and Steel Products
A 240 Stainless Steel Plate, Sheet and Strip far Yressuxe Vessels
A 285 Pressure Vessel Flates, Carbon Steel
A 774 Welded StainIess Steel Fittings
A 778 Welded Staiz�Iess Steel Tubular Products
F. American Water Vi�orks Association (AWWA)
D100-96 Welded Steel Tanks £or Water Storage
D102-97 Coating 5tee1 Water Storage Tanks
C652-92 Disin£ection of Water Storage Facili�ies
G. Fedexal A�viaYion Administratian (FAA)
70/74G0-1.H Obstruction Marking and Lighting
H. Natianal Association of Cnrrasion Engineers (NACE)
itPQ178
��szaa.ao� 13220-2 oa�i3�oz
City of Fort Worth
Rolling Hills WTP
Backwash Supply System
I. Naf�onal Fire Protection Assoczation (NFPA)
NEC Natzona� Electric Code
'180 Siandard for the Instaliation of Lightning Protectian Systems
T. Nationa3 Sanitation Foundation (NSF)
61 Standard for Drinku�g Water �ystem Components
K. 4ccupational Safety and Health Adxnin.istration (OSHA)
29 CFRPart 1926 Safety and Health R�gulations far Construction
L. Steel Structures Painting Council (SSPC}
VIS-89 Visual Standard far Abrasive Blast Cleaned 5tee1
M. Texas Natural Resaurce Conservation Commission "Rules and Regulations for Public
Waier System"
N. Where reference is made ia one of the above standards, the revisian in effect at t17e �ime
of bid ope�ixig shall appIy.
1.a4 SUBMITTALS
A. Proposal
Submit the following with the proposal:
1. Experience List - A list of ten coanposite el�vated tank struciures of equal or
�reater capacity that have been in satisfactary operation for at least irve years.
These tanks sha11 be of the same design described in paragraph 1.07. Provide the
name of the ov�mer, location, capacity, contact name and their phone number, and
year completed. Failure to provide this inforniation shall be cause �or rejection
of the bid.
. 2. Tank Dra�ing - A preliminary section view drawing of ihe ta�k proposed for
this project. The drawing sk�all include sufficient detail to illustrate tank
' georneiry, materials of construction, primary dimensions, the el�vation of lvw
�� and high water levels and other information required to show compliance with
the specification. If the proposed design does not cam,ply wzth the
specifYcations, the bid will be rejected.
B. Construction Drawings
1. Prnvide elevation, plan and sectional uiew drawings of the fou:ndation, suppart
structurre, tan1� and all appurtenant equipment an.d accessories. S1�ow the
loca�ion, diznensions, z-naterial speci�icat�ons and finish requirements. The
�i3aza.ao� 13�20-3 03i13102
ciry of Fort Warth
Ralling Hills WTP
Backwash 5upply System
subznission sh.all be sealed by a Professional Engineer registered in the State af
Texas.
2. Foundation details shaIl includ� excavatian, soil prQtection and backfill, all in
accardance wzth recommenda�ions contained in the geateciuiical report
re�erenced in Sectian 01011.
3. Reinforced concrete details shall include canstruction join�s, openings and
inserts, Reinforcement shall be clearly indicated on the structural drawings and
identified by nzark numbers that are used on tk�e fabrica�ion schedule. Location,
spacing and splice dizx�,ensions shall be shown. Placernent and fabrication details
shall confoarxz� to ACI 318.
4. Steel tank deiails shall include weld jaints and a layout showing all primary and
s�condary shop and field welds.
C. Consiruction Procedures
Provide desigr�, detail drawings and procedures for the reinforced concrete
suppori strt�cture forrrung system. Datails shall incIude location of forrn, and
consti�ctian j oinis, z-ustications and ti�s. Procedures sha11 include forrn remavaI
criteria and minimum elapsed time for adjacent concrete placement.
2. Fravide sk�op and field weld procedures for all structural joints on the steel tank.
D. Design Data
Provide a table showing capacity of the tank in gallans at all levels in one foot
increm�nts.
2, Provide, for infarmation only, not for rreview and approval, a summary of the
design for the foundation, support structure, tank and other companents. Inalude
the design basis, loads and load combinations and results.
E. Product Data
1'rovide a separate concrete mix design for each specified concrete compressive
st�ength indicated on the tiravvings and used in the project.
2. Pxovide tech.nicaI data and color samples of all caating products.
Provide znanufacturer's descriptive inforrnation far appurtenant equipment and
accessories that are not detailed on the construction drawings,
F. Reports/Certification
1. Provide documentation of all tests, inspections and certifica�ons required by this
seciion.
F13220.doc 1 �22�-4 03113102
City af Fart Worth
Rolling Hills WTP
Backwash 5t�pply Systern
2. Frovide qualifications of a11 welders.
G. Operation/Mainten ance
1. Provide operating insirucfions and maintenance procedures for the elevated tank
and applicable appurtenant equipment, mechanical components and accessories.
H. Test Reparts
1. Cer�ified copy of nzill tests an steel to be used in the tank showing the physical
�� �roperties of the steel and the chemical analysis.
,�
2. Copies af r�ports on. all weld iests performed an the fank.
I. Certifications
1. Welders prequali�catian for performing welding on this tank. Prequalification
shall be performed far this speci�c praject o�a welds he �vill specifically be
per£orzning. Certificatian shall be in accardance wiih ASME Section IX.
� 2. Certify that tha Contractor is not associated with tl�e independent testing
jaboratory, nor does the Contraaior or its ofiicers have a beneiicial interest in the
laboratory.
3. Pipsng and Electrical Systems. Submit shop drawings, schedules and layauts.
J. Quali£�icatians
1. Name, address and qualiiications of independent tesiing Iaboratory required by
paragraph 1.O1.B. Labaratories affiliated with the Contractor or in which the
Contracior or its officers have a beneficial interest are not acceptable.
K. Refer to Sectian 013Q0 %r ad�3itional subrnittal requirements.
1.05 QiYALITY ASSUI2�INCE
A. Qualification of Manufacturer
1. The work described in this section shall be performed by an experienced
Contractor tYzat has designed, fabricated, constructed and commissioned a
minimum of ien coznposite elevated tanks (with structural eoncrete domes} of
equal or greater capacity, all in satisfactory operation for at least 5 years. These
tanks shall be af the sa�ne design described in paragraph 1.07,
2. Acceptable manufacturers are: Landmark Structures, Inc.; or CB & I
Constructors. Other manufacturers rnay be considered only if they ean
demonstrate conformance ta tha above criteria. Request fQr qualificatian with
supporting documentation identifying location, size, completion date, and
contact names must be received in writing fourteen (14) days prior to bid date.
F13226.doc
13220-5
03/13/02
City nFFort Worth
Rolling Iiills WTP
Backwash Supply System
The Owner and / or Engineer shall be tl�e sole and final judge as to the
aceeptability of a man.ufacturer's qualifications.
3. Elevated tank design, concrete support structure construction and steel tank
construction shall not be subcontracted. These itenn.s shall be self perforzned in-
hause by the Contractar.
4. The Contractor shall directly employ a full time Profes�ional Engineer with a
minimum eight years cumulative experience in the design and co�struc�ion of
composiie elevated taziks as described in par�.graph 1.07. The engineer shall be
registered in acoordance with 1.04B and sha11 be in responsible engineering
charge of the work,
A quali�ed supe:rvisor directiy emplo}�ed by the Contractor shatl be on site at a11
times durin� construction of the fouzadation, support structure and steel fan.k.
B. Regulatory Requirements
The specifications, codes and standards referenced in paragraph 1.03 shall
govern the work with re�ard to matezials, design, fabrication, construction,
inspectzon and testing to the extent specified.
The composite elevated tank shal� b� designed and constructed itx compliance
with applicable federal, state and local regulations.
Personnel safe�y equipment shall be provided in accordan,ce with OSHA
requirezxi.ents and manufacturer"s documenta�ion.
1.�6 DELIV�RY, STORAGE AND IiANDLING
A. I�andling and Shipping
1. Tlie Cantractor sk�all handle materials and fabricated cnmponents in a rt�.anner
that will protect them from damage. Allow �ainted materials adequate cure time
prior to stacking nr shipping.
B. Storage and Protection
Protect deli�ered materials and equipment from damage. Stor� in well drained
areas and provide blocl�ing to minimize contact witla the ground.
1 A7 SYSTEM DESCRIPTIQN
A. Eleva�ed Tank
The composite elevated tank shal� consis� of the f�llowing: foundation,
reinfoxced concrete s�ppart structure and a welded steel water tank, The support
structure shall ext�nd vertically from the foundation as a circuiar concrete walI.
A domed cancrete slab shall be pravided as si.ructural support for the sieel tank
F13220. dvc 13 i2Q-O 03/13/02
CiYy of Fort Wn�th
lt�lling Fiills WTP
gackwash Supply System
wifhin the perimeter of the wall. A reinfnraed canorete ring beaxn siaall be
provided to connect the steel tank, concrete dome and concrete suppori wall. The
elevated tank shall be in accordance with the shape, dimensions and details
required by these specifications and accompanying Drawings.
��
,�
:
C.
Operanng Parameters
I. Minimum capacity within operating rauge
Maximum operating ran.ge
Maxzmum iill rate
Elevation -overflowliop capacity �evel
-grade slah (top of foundation)
-final ground
General Deszgn
500,Op0 gallons
3Q it
12,500 gpm
773.5 ft
675.5 ft
675.4 ft
1. Design Standards - The structural design of the composite elevated storage Lank
shall conform to the fallowing design standards, except as rxiodified or clarified
by this section. In case of canfiict betaveen the Code and the c�iteria listed
belovv, the more stringent requirement shall apply.
Foundations and Support Structure ACI 318
Steel Tank, Balcony and Ladciers AWWA D100
City of Fort Worth adopted Intemational Building Code (2000) as applicable
2. Desig�a Parameters - The applicable design parameters are:
Earihquake Zone
Design Wind Speed
Design Snow Load (an roof and any extertial balconies)
Ei7
Environmental Laads -- AWWA L]100
Pez Cade
I00 mph
15 psf
1. Wind - Wind effects shall be determined in accordance with AWW'A DI00 for a
design wind speed of 100 mph.
2. Seismic - The sezvice load design effects of eaz�thquake shall be determined
through the application of Equation 13-3 of AWWA D100 subject to the
followi.ng modificatians.
I
Z
Rvv
C
S
W
F13220.doc
= Iriaportance Factor = 1.25
= Zone Coefficient = N/A (Zone 0}
= Force Reduction Coefficient = 3.0
= Natural Period Caefiicient, where T= period af vibration
= Site Amplification Factor = NIA (Zan.e 0)
= Weight of effective mass of structure and contents.
3. �now — The design snaw load on the roo� and any external balcanies sha11 be 15
psf.
1 � ZZQ-� 031i 3/02
City nf Fort Worth
Roi3ing Hills WTP
�ackwash Supply 5ystern
E. Environmental Laads — IBC 2flQ0
1. Wind eff�cts shall be deterznined in accordanae with IBC 200Q.
2. Seismic design shall be performed in accordamce with IBC 2000 for Seismic Use
Group III with the following factors.
Ss =0.148g
S 1 =0.454g
Site Class �Type C
F. Foundation Loads
TIae foundations shall be designed by the Contractor io safely suppo7rt the.
structure based on the recom�nendations of the geotechnical report. Foundations
shall be sized in accordance wit�i AWWA D-100 subject to the following
modifications:
• Allowahle �ermanent soil pressure shall not be exceeded under D-�-�.
• Allowahle short term soil pressure shall not be exceeded under D+F+E
or D+F+W.
• No uplift under D+W or D+F+.75E unless anchorage is provided.
• No overlurn,ing under D+X.SW or D�-F+1.SE.
D — Effect of dead load including net weight of tY�e foundafion.
F — Effect of water Ioad,
E — Effect of seismic 1oad.
W = E�fect of wind load.
2. The tank shal� be erected on a foundation designed and constr�c�ed by the
Contractor under this Contract as part of the cosi, ereciion and construction of
the one-half m:iIlion gallan composite elevated steel vwater storage tank, The
faundatron sysiexn shall be constructed of reinforced conerete, Ali conere�e
work, form work, and reinforaing steel shall rneet �lie requirernents af Division 3
of these Specifications.
a. Reinforced concrete design for piers and �'oundations sha11 conform to
the reqtiire�ents af ACT 3I $ and the 2000 Internatianal Building Code
(200Q IBC) as adopted by the City aiFort Worth.
b. Tndicate "Class" of caucxete specified in Section 03300 required for each
element of concrete support structure, faundations or piers an the
constn�c�ian drawings submitCed far approval.
3. The Contractor may provide a fnundation system consisting of a reinforce�
concrete continuous ring beazn supported by drilled shafts or a reinforced
concrete caniinuous ring faotzng. Eaeh foundation type is discussed in the
foIlowzng subparagraphs and izz the referenced geoiechnical report. Design the
tank foundatian and subgrade preparation taking into accoun� ihe
�i3zzo.ao� I3220-5 Q3/13/02
City of �atf Worth
Ralling Hills WTP
Backwash 5upply 5ystem
recornmendations of the geatechnical investigation included as Appendix A of
these �peciftcatians. Clearly iden�ify geoiechnical design criteria on the
fo�ndation drawings and in the associated engineering calculations.
4. In general, foundation concrete shall be placed the same day that the exca�ations
are rx�ade. Alternatively, the foUndation subgrade shall be protected by a 3-inch
thick lean concrete mud rnat (seal slab}, as directed and approved by the
Engineer, Soils sof�ened by surface water intrusion or exposure shall be
� removed from the foundation excawations prior to placement of concrete. The
tan.k foundatinns shall be backfilled to grade with compacted tnaterial as
� �� specified in Di�iszon 2.
5. Uplift calculations on faundations shall assume groundwater is 10 feet below
finished grade.
b. D�ad Load - Weight ofperr�.anent sfiructure, aceessaries, and fittings, with
consideration for any dead loads impdsed during erec�ion that could affect the
, , design.
°� 7. Water Load - Weight of �vater when tank is filled to $-inches above overflow
Ievel.
Unit Dry Weight of Materials
Insitu Soil 120 pcf
Select Material 12Q pcf
Concrete I45 pcf
9. Reinforced Concrete Continuous Ring Beam Supported by S�raight Drilled,
Reinforced Cancrete Sl�afts Extending Into th� Gray Limestone �'ormatian.
,� a. Per the referenced geotechnical investigatian {see Appendix A of these
5peci�`icatians), khe conti�uous ring footing shall be supported by
° straight drilled, reinfarced conerete shafts extending into the gray
. limeston� formarion (see Seetion �3 of the repart).
b. Per the xeferenced geotechnical investigation, th.e piers shall penetrate at
least two fee� int� gray limestone bearing stratum, ar one pier diameter,
whichever is greater. Allowable end bearing capacity shall be 30,Q00
psf. Allowable skin friction shall be 4,SQ0 psf for that portion of the pier
perimeter in contact vc+ith the unweathered gray limestone in compressive
loading and 3,000 psf in tensile loading {see Section 4.3 of the report).
10. Reizaforced Conerete Continuous Ring Footing
a. Tk�e continuous ring footing sk�a31 be based at a minimum depth o�' seven
feet below t13e existing ground surface on a moderately hard tan and
brow�a weathered limestone and should exiend through any elay layers.
A contact pressure af 7,000 psf is applicable at a depth of seven feet.
F1322U.doc 1322Q-9 Q3113/02
City of Fnrt Worth
Rolling Hills WTP
Backwash 5upply 5ystem
The minimum width of�e continuous xing faoting shall be three feet.
See Addendunl No. 2 nf the geoteclanical repart dated Febz-uary 5, 2001.
b. FiFl abo�e ihe footing may consist of site clays properly compacted at a
minimum of t�uo perceniage points above the soil's optiza�um maisture
content at 93 to 98 percent of Standard Proctor maximum dry density
{ASTM D�b98). See Addendum No. 2 of the geotechnical report.
G. Electrical / Tnstrumen�atian System.s
The tank shall be provided with camplete electrical and instrumentation sys�ems
as described herein, as shown on the Drawings, and sha1l be in accordance wiih
Divisioz�s 13 and 16 nf these Specificatzons. All al�ove ground canduit shall be
PVC coated and all below gra�d conduit shall be cancrete encased PVC. All
electrical boxes shall be corrosion resistant stainless steel. Electrical cabinets
shall be NEMA 4X stainless steel.
The tanlc shall be equipped with an F,AA L-180 approved red doubl� obstruction
light moun.ted above all abstructions on the tank as shawn on the Drawings, The
fixture shaIl be weather sealed and carrosion resistant. The lamps shall have a
m�nimum 8,Q�0 hour life. The dauble obstruct�o:� light shall be provided with a
photoeleoiric control unit, wirin.g, conduit, boxes, relays, breakers, ternvnat
strips, ctc. Temporary obstruction lights, extension cards, etc., shall be provided
by the tank contractox a�.d raised to the tap of t�ie tank as the work prngresses.
3. A control cabinet shall be located znside the base of the tovv�r to control alI
electrical funciions. A discorua.act for maintenazice purposes shall be �rovided
and shall be installed an the power pole adjacent to the tank.
4. The tank shall be provided with an interior lighting systezal consisting of
waterpraof light fixtures located as shown on the Drawin.gs.
5, The taz�k shalI be provided with exterior lighting above the personnel and truck
daors and the access daors as shown on the Drawings.
6. Th� tank shall be provided vctith a Iighfning protection system,
7. Provide water level sensing device as shown on the Drawings for purposes o#'
znterfacirtag with the SCADA system and controlling th,e Backrvash Water Pump
Station pumps which fill the tank.
1.08 PR07E�T CONDITIONS
A. Permits and Easements
Permits, licenses, and easernents r�quired �or per�nanent structures, changes in
existing facilities or advancement of the construction as specified, sha11 be
secured and paid for by tk�e Owner priar to the start of constr�ction. These
� z �zza.aoc 13220-10 03/13/02
City of Fart Worth
Rolling Hiils WTP
Backwash 3upply System
inalude building permits, airspace authority approval, site access easements,
highway crossing permits, etc.
2. Licenses or permits of a teznparary nature required by specific trades shall be the
responsibility of the Contractor.
B. Existing Cor�ditions
� A geotechnical investigation has been conducted at the site and a report and boring logs
are a�ailable to the Contractor per Section O I011. The Caniractor shall be responsibje
� for securing any further geotechz�ical informatian requixed beyond that provided in this
report.
C. Access
Tkze Contractor shall provide access fram public raads to the tank site unless otherwise
specified.
D. Working Conditions
1. Safety and Health - The Contractor shaIl cozraply vvith sa£e working practices and
all health a�d safety regulaiions of OSHA, state and local health r�gulatory
- a�encies and Maferial Safety Data Sheets (MSDS}. Provide protecii�e and
lifesaving equipment for parsons worldng at the site.
� 2. Times far Worlc - Times for work sha11 cax►�p1y vwith local, state and federal
regulations and laws, and all nther applicable sections of these specification�.
1.09 �EQLTENCTNG AND SCHEDI7LiNG
- A. Schedule
L The Con�ractor shall pxavide a bar ehart showing the anticipated schedule for design,
-� submittals, fabrication, site work and t�ae major components of ca�struction,
including founda�ion, support structure and steel tank.
� rn addiiion, show tankpainting, electrical instal3aiion, and other significant
activities. Update the sck�edule as rec�uired, �ut at least n�onthly.
� ` B. Notification
1. The Contractor shall provide notiiicatian of the intent ifl start wark at least seven
days prior to commencing each major phase of work.
C. Certifications
1. Provide certification from the engineer of recard that fhe elevated tank has been
designed in accardance with the requirements of the speci�ication.
� �i3aao.aoC 13220-11 o3�t�iox
City of Fart Worth
Rolling Hills WTP
Backwash 5upply 5ystem
2. Provide certification that testing and inspeetzon requirements have been
perforrned and the results comply with the requirements of the specification,
1.10 GUI�RANTEES
The Contractor shall guarantee the struciure, appurtenant equiprz�ent and
accessories provided under this sec�ion against defective desigia, workmanship ax
materials for a period of one yeaz from. the date of Substantial �ompletion. If
not�fied witY�in this period, the Cont�actar shall repair any defects at �aa cost to
the Owner. Defects caused by damaging service conditions are not covered.
2. All guarantees for materials, equipment and accessories provided under this
section shall be obtained by the Contractor and submitted.
1.11 INSURANCE
1. In addition to any requirements spacified in the Generai, Suppletnentary and/or
Special Conditions, the fallawzng requiremenis shaiI apply.
A. General Liability
1. The Cantractor shall rnaintain General Liability and LTmbre�la insurance with a
minimum combined Iimit of $5,000,000 each occurrence and aggregate.
B. Professional Liability
The Contractar sI�all maintain Professioz�al Liability insurance rvith minimum
lirni# af $2,0OO,OaO each oceurrence and aggrega#e.
PART 2 - PRODUCTS
2.�1 MATERIALS
A. Reinforced Concrete
Cancrete materials and reinforcennent shall co�ply with ACI 3 I S, except as
madi�ed in this seciion.
B. Steel Tank
1. Steel tank companents, including steeI plates, sheets, structural shapes and filIer
metals shalI be in accordance witla AWWA D10�, Section 2, "Materials".
2.42 CONCRETE FOCJNDATIQN
1. The concrete faun.dation shall be designed in accordance with ACI 318.
Minimurn speci�ed c�ncrete compressive stre�agt� shall be 4000 psi at 2$ days,
The service Ioad reit�forcernent tension stress shall not exceed 30,000 psi under
�i3z2o.�o� I3220-� � o�iisio2
City otFort Worth
Rolling Hills W'CP
Backwash Supply 5ys#em
dead pIus water laad unless flexural cracking is atherwise controlled in
accordance with ACI 318.
See Section 1.0'i.E concernzng foundation system options.
2.03 CONCRETE SUPPORT STRUCTURE
A. General
1. The reinforced concrete support structure shall be designed in accordance with
°' ACI 318, The specified compressive strength of concrete sha31 be as r�quir�d by
design, but not less than 4Q00 psi at 28 days. The �aaxunuxz� specified
compressive strength of concrete for the wall and dome shall be SS�O and 45�4
' psi, respectively,
B. Suppart Wal�
Support wall shal� be reinforced con.crete with a minim.um thiclrness of $ inches,
exclusive of any architectural reIief. Wall thiclrness shall he provided such t.�.at
the average compressive stress due ta the weight of the structure and stared
wat�r is limzted to 25 percent of speciiied com�ressive strength, but nat greater
than 1000 psi. A minimum total wall reinforcement of 0.15 percent vertically
and 0.20 percent horizontally sha1l be distributed approximately equally to each
iace. A nninimum of 0.75 percent vertical reinforcement sha11 be provided in th�
tap 6 ft. of tk�e wall extending into #he concrete ring 6eam. Minirnum concr�te
cover for interior / exteriar faces slaall be 1 inch and 1-112 inches, respectively.
2. Concrete pedestal exteriar sha11 incnrparate horizontal and vertical rusticatiion
strips ta create a syinmetrical archrtectural pattem.
Support wall shall have a diameter of 28-feet plus ar minus 2-feet.
C. Tank F1oor
Tank floor shall be a reinfarced concrete do3ne not Iess than 8 inches thick. The
average compressive stress due to the weight of t�ae s�t�ructure and stored water
shall not exceed 15 percent of th.e specified compressive strength, nor g�reater
than 600 psi. Minimum total reinforcement in orthagonal directions shall be
0.40 percent dis�ributed approximateiy equally to each face. Addi�ianal
reinforcement shall be provided for stress caused by edge restraint eFfects.
D. Openings
The eff�cts of openings in the wall shallloe considered in the design. Not Iess
than 60 percent of the int�rc-upted reinforcement in each direction shall be placed
each side of the opening. Reinfnrcement shall extend pasi the opening not less
than half the transverse opening dimension.
F13220.daa 13224-I3 D3113/02
Ciiy of I^ort Worth
12olling I�i11s WTP
Bacicv�ash Supply System
Openings wider than 3 ft. G in. shall be suhjected to a rigarous analysis taking
into account the stress concentrations and diminished lateral sugport that exist in
the vicinity of such openings. Each side of the opening shall be desi�;ned as a
column in accordance with ACI 31 S.
�penings 8 ft. 0 in. or wider used for vehicle access shall l�e strengti�ened
against v�hicle irr�pact and local buckling by means of an znternal buttress
located on each side of the opening. The buttr�ss shall consist of a thickened,
reinforced concrete wall section that is integrally formed and placed witla the
support wall. Tlae buttress section shall be not less than 3 ft. 0 in. wide and b in.
thicker than the nominal wall dimension.
2.04 CONCRETE SUP�ORT STRUCTURE I STEEL TANK iNTERFACE
A. Interface Region
The interface xegion includes those portions af the concrete support structure and
steel tank affected by the lransfer of forees from the tank cone and the tank floor
to t�ae concrete supgort wall. This ir�cludes a ring beam and cflnnection details.
The Contractor shall provide evidence that a thorough review af tlae interface
regian has been performed. Finite element and finite difference analyses are the
required methods far exan�ining such local stresses in detail.
2. The geometry of the inter�ace shall provide for positive drainage and not allo�v
either condensate or precipitation to accumulate ai the tap of the concrete wall
ar ring beam.
B. Ring Beam
The ring beazn shall be reinforced conerete with a norninal width and height of at
least two t�irnes the st�ppart wall thicI�ess. Minimu�n radial and circuzn�erential
reinfoxcennent shall be 0.25 percent. For ciirect tension, reinforcement shall be
provided such that the average service load stress in �ension reznforcement due ta
the weight oithe structure and stored water does not exeeed 12,750 psi.
2. Ring beam design shall cnnsider unbalanced forces fro:m tlle steei tank cane and
concrete dome, Ioad conditions varying with water level, eccentricity o�'Iaads
resulting frona design geometry, and allowance for �variations due to
construction imperfection and toleranc�.
2.05 STEEL TANK
A. General
1. The steei tank shall be all welded construction and shall be designed in
accordance with applicable sections of AWWA D100, The required capacity
and dimensions of the tank are noted an the Drawings and in this seet�on of the
specifications. All exposec3lap joints shall be fully seal welded on bath sides.
�i�z2a.ao� 13220-14 os�i3iaz
City of Fort Warth
Rolling Hil1s WTP
gackwash Suppiy 5ystem
B. 1'late Thicl�ess
1. All mem�ers shall be designed to safely withstand the m.aximurri stress to which
t�ey may be subjected during erection and operaiion. The rninimum thickn.ess of
any steel plate in contact with water shall be 1/4 in., except that plate used as a
membrane over the structural concrete floor �nay have a xniinimum t�icl�ess of
3116 in. A corrosit�n alIowance of lllfi in. shall be added to the calculaied
thickness of all plates.
C. Roof �uppori
l.. All structural members supparting the roof of the steel tank shall be #lat bar �r
sealed square tubular sections. I-beams or other sections wi�h horizontal
projections may be used if the naminal depth is 10 in, dr greater. SupporE beams
shall be seal welded to the underside of the raaf plate along the entire length of
the beam.
2. Intexiox lapped joints above the water line sha11 be. fully seaI welded on both
sides.
' D. Cane
�
, 1. For areas of the elevated tank where the water is supported by a steel cone, the
Cnntractor shall submit evidence that the desigt� is based on a finite element
shell analysis. Th.e analysis sk�all include the effects of maferial and geozxietric
non-linearaties and residuai stresses. The modeled irnp�rfection shall nat be less
tban 0.4 (RT)� over a length of �(RT)'�, where R is the radius normal to the
plate surface at the point af consideration, and T is the pIa#� thickness. The
design shail have a minin:ium factor of safety af 2.0 against buckling.
If the above analysis is not performed, the design shall be based on the use of
Table 9 ofAWWA D100 ta determine tl�e aIlowable com.pressive stress.
2.06 APPURTENANCES AND ACCESSORIES
A. Gen�ral
Aceessories shall cor�aply wzfh the rzainimum requirements of the Specifications,
Codes and Standards listed in 1 A3, current applicable saFety r�gulations, and the
operating requirements of the structure.
B. Ladder Access
Ladders shall be pravided from ihe slab on g,rade inside the base of ihe support
wall io the upper walkway platform located below the tank floor, The tan]c floox
manhole shall be provided with ladder access frozn the upper platform. A ladder
shall extend fronn the upper platform, t�u-ough the access tube interior to the roof.
A ladder mounted on the access tube exterior shall be provided for access to the
tank interiar, extending from the raof manhole to the tank floar.
�zsz�o.ao� 13��.0-15 03/13/02
City of Fort Worth
Ro7ling Hills WTP
�ackwash Supply 5ystem
2. Ladders that texrrzinate at platfarms ar la�dings shall extend a rninimum of a$ in.
above the platform el�vations.
3. Ladders located in the concrete support structure and access tube interior shall
be alumznuzn. Tank inierior ladders shall be coated in acaordance with tl�e tank
interior coating system per Sectiaza 09903.
�. Ladder side rails shall be a r�inirnum 3/8 in. by 2 in. with a 16 in. clear spacing.
Rungs shall be minimum 3/4 in. diameier, s�aced at 12 in, centers and plug
welded into holes drilled in the side rails. Tank interior Iadders shall be
pravided with 1 in. diame�er rungs asad 1/2 in. x 2 in, sida rails and shall be fulIy
seaI welded.
Ladders shall be secured to the adjacent structur� by brackets located at intervals
not exceeding 10 ft. Brac�ets shall be of suf�cient length to provide a minimun�.
distance of 7 in. fram the center of rung to the nearest permanent object behind
the ladder. Ladder brackets lacaied an the access tube exterior shall be
reinforced at the access tube shell sa that potential ice damage is confined to the
ladder and bracket and not the access tube shell.
C. Safe Climbing Device
High strength aluminum, rigid raiI safe climbing devices that meet OSHA
standards shall be provided on all ladders. R.ails shalI be center mounted and
extend frozn 3 ft. above the ladder bottom to the top of the ladder section.
Mounting brackets, fasteners and splice bars slaall be provided as required for a
rigid installa�ion.
2. Tfu-ee trolleys with snap hoflks shall be pro�vided that are designed to be operated
with the alc�minum rail. A safety body harness witb fronY and side rings shall he
supplied far each trolley.
D. Rest Seats
1. Rest platforms shall be provided at maximum 25 foot intervals. Platforms sk�all
be mininzum 4 ft. by 6 ft., complete witb. handrails, midz-ails and toe plates in
accordance with �SHA requirements. Grating shall be used for the walkzng
surface and shall be suitab�y hinged at the ladder penetration. Platfor�s shall be
arranged for st7-aight run ladder (not offse�}. Flatforms shall be galvanzzed steel.
Grating, handrai2s, and other components shall ba aluininum. Rest platforms
shall be locaied per Owner's recornrn�ndatioz�s.
E. Platfo�s
A 4 ft. wide upger walkway platforxn slaa�l be located at the top af the support
wail to provide access from the suppart vvall ladder to the roof access ladder
located on the interiaz of the access tube. 1'latfortns shall be provided with
handrails, midrails and toe plates in accordance with OSHA requirernents.
Grating shall be usad for the walking surface. Platform support st�ucture shal]
F13220.doc 13220-16 03/13/Q2
City af Part Worth
Rolling Hills WTP
Backwash Supply System
be galvanized steel. �1I1 other components -- grating, handrails, etc., sk�all be
alurninum. � �
2, A fixed lanyard shal] be provided at plafforrr�s fo provide fall prevention.
i s
F.
Suppart Wall Doors
1, Personnel Door - Door frames shall be 16-gauge r�ith concealed reinforcement at
hardware locations. Expansion typ� anchors for existing openings shall l�e
installed neaz� ihe top, bottom and intermediate point of eaeh jamb to rigidly
secur� the frart�e. Daors shall be 1 3/4 in. thial� insulated, reinforced, fu1I, flush
type with 1$-gauge face sheets amd concealed reinforcernent at hardware
locations. Al1 edges shall be finished flush with watertight searns. Shop app�ied
iinish for the fram� and daor shall �e baked-on rust inhibitive primer. Field
finish colar, etc., shall be compatible with the tank support wall �xteriar.
Standard hardware sha�l be stainless steel and include three 4 1/2 in. by 4 1/2 in.
hinges, industrial duty closer'and lockset.
�ne 36-inch x$A�-inch personnel door shall b� pravided in th� base of the tower
as shavvn on the Drawings. The door shall be equipped with a hasp and lock
with keys.
2. �verhead Coiling Vehicle Door. An overhead coiling door shall be provided
that meets the following specifications:
a. General Requixements: Aluminum slat currtain.
1)
2)
3)
4)
S}
b)
7)
S)
9}
F13220.doc
Capable of withstanaing positive and negative wind loads of 20
psf, without undue deflection or damage ta coxnponents.
Single thic�Cness slats.
Nominal Slat Size: 2 inches wide x required Ieng�h.
Finish: Factory painted, coXar as selected.
Guides: Angles; stainless stieel.
Hood Enclasure: Stainjess Steel.
Manual operation.
Mounting: Withir� framed opening.
�xteriar lock and Iatch handle.
i 3220-1'1
03/i 3/02
Ciry af Fort VJorth
Rol[ing Hills WTP
Backwash Supply System
b. Materials
1.} Curiain Constnictian: Interlocking slat�.
i. Slat Ends: A�ternate slats fitted with end locks to act as
�tearing surface in guides and to pxevent 1at�ral
movement.
ii. Curtain Boitom: Fitted witb angles ta provide
reinforcemen� and pasitive contact in cIosed position.
iii Vi�eatherstripping: Moisture and rot proof, resilient
type, ioca�Ced at j amb edges, bottom oi curtain, and
where curtain enters hond enclosure af exterior d�ors.
2) Aluminum ,Slats: ASTM B 221 (ASTM B 221M}, aluminum
alloy Type G063.
3) Guide Canstruction: Continuaus, of profile ta retain door in
place with s�aap-on-trim, mounting brackets of sam.e rnetal.
�) Stainless Sfe�l Guides: ASTM A 6bG, Type 304, rol�.able
temper.
5) Hood Enclosure: Intemally reinforced to maintain rigidity and
shape.
i: Minimum 22 gage.
6} Hardware:
i: Lock C�linders
ii: Latching: Inside n:�ount�d, adjustable keeper, spring
acti�+ated latch bar with feai,ure to keep in locked ar
retracted position.
iii: Latch Handle: Interior and exterior handle.
7) Raller Shaft Counterbalance; Steel pipe and helical steel spring
system, capable of producing torque suf�cient to ensure smooth
operatian af curtain from any position and capable of holding
position at mid-�-avel; wi#h adjustable sprin,g tension; requiring
25 lb nonninal force to aperate.
c. Door shall be installed on the intez�ior face of t�e suppnrt wall in
accordance with manufacturer's recommendations.
_ d. The door shall be 10' W� 10' H, manually aperated, as manufactured by
O�erhead Door Co., Clopay Building Products Co., Cookson Co., or
approved equal.
F13220,doc 13220-18 3113/02
City of Fort Worlh
Rolling Hiits WTP
Sackwash Supply System
G, Tank Op�nings
J. , Floor - Provide a 30 inch diameter manhole and hatch through the tank floor.
The manhole hatch shall be operable from a ladder lacated on th� upp�r platforzn
and shall be designed to withstand the prassure of the tazilc contents without
lealcage. The manhole assembly shall include a stainless steel handwheel
operator and tihreaded componen�s.
Z. Ro.oF- Provide two 36 inch square access hatches on the roof of tYze tank. One
hatch shalI allow egress from the access iube to the roo£ The second natcY�,
located adjacent to the first, shall allow access ta the interior of the tank via the
ladder mounted on the exterior of the access tube. Tk�e opening shall have a
minimum �-inch high curb as required to accommodate th� hatch door. Hatch
' doors shall be Bilco Mode] S-9, or approvad equal, stainless steel waiertight
construction with compression spring aperating mechanisrns %r easy one-hand
opera�ion and automatic hold open arm and cover release.
�I. Access Tube
� 1. Provide a rniniznum 60-inch diameter centrally located access tube through the
steel tanlc to provide access to the tank roof from the upper walk�vay platform.
The access tube shall be £�itted with a channel ta collect condensation that may
- fonn on tlie access tube wall. A flexible 3/4" braided darain base compleie with
6ackflow preventer shall be connected to the overflow pipe to drain the channel.
, I. Roof Railing
A 42 in. high aluminurn rooihandrail with toe piates, in accordance with OSHA
standards, shaIl be provided ta enclose all centrally located roof accessories.
Railing shall be a mizzizx�um of 24-feet diameter.
J'. Rigging Access
1. Provide a 24 in. x 35 in. opening at the top oi the support wa13. This apening
shall be accessible from a platforn� and shall provide access to tke exteriar
rigging rail located at the tanklsupport wall intersection. The access apening
shall be provided with a hinged stainless steel cover or a removable vent in
accordance with 2AS.M.2.
, J� 2. A minimum 24 in. diameter opening shall be provided on the tank roof to
provide access to the tank interior xigging rails. This access ope�ing may be
` combined with a pressure/vacuum relief inechanism.
,
K. Painter's Rails
Provide permanently installed painter rails suital��e for rolling trolleys on the
interior of the tank a� the walUroof and access tubelronf connections. Provide an
exterior painter's rail at the base of the tank adj acent to the support structure.
F13220.doc 13220-19 o�n�roz
City of Fort Wprth
Rolling HiUs WTP
Sackwash S�pply 5ystem
L. Piping
Pra�vide a 24-inch diameter riser inlet pi}�e. The inlet pipe sball extend up from
the base oi the support structure to a point near the tank bottom, then elbovv over
adjacent to the tank center, then up through the tank battarn adjacent to the dty
weil (access tu�e} extending upvtrard to the tank overflow elevation, terminating
with an outlet as recomnnended by �he tank naanufacturer.
Pro�vide a 36-inch diameter outlet pipe separate from �he tank inlet pipe. The
outlet pipe shall extend up from fhe base of the support structure to a poi�t near
the tank bottom, then elbow over adjacent to the tan� center, then up thraugh the
tank bottom adjacent to the dry weli (access tub�). Prowide a rerz�.ovable silt stop
on the outlet pipe inside the tank bottonn. Provid� an anti-vortex plate in the
outlet pipe entrance per tank manufaciurer's recommendation.
The inlet and autlet pipes shall be des�gned to support alI related static a�d
dynamic Ioads. Suitable galvanized steel brackets, guides and hangers shaIl be
provided an the support wa1] and fank floor at intervals not exceeding 20 feet.
The inlet and outlet pipes shall be designed and constructed to accommadate any
differential, movement caused by settletnent and by thennal a�pansion and
cantractian over the range of extreme temperature differences expected for the
support wall and pipe. The requirad flexibility shall be provided by aa�
expansian j oint Socated near grade in the vertical section of pipe,
2. Overflow Pipe - Provide an overflovv pipe fitted with an anti-vort�x entrance
weir box. The overfl�ovcr system shall be designed io accomnnodate a maximum
fill rate af I2,50� gpm, but shall be a rninimurn 1 S-inch diameter. The top of the
overflow shall be located within tb.e tank at the averflow elevation. It sha11 zun
vertically beside the central access tube and extend through the tank floar, at
which paint it shall turn 90° and run under the tank floor ta the support walI.
This horizantaI run shall be sioped ta drain. The pipe shall then turn 90° and run
verticaIIy beside the support wall to grade. A base elbow shall direet the
nvexflnw through the support wa11, wher� the pipe sha11 be terminated wit1� a flap
valve. Pipe mat�rial within the support structure shall be Type 304L stainless
steel. If the top of overflow is located above top capacity level, tke tank shall b�
designed for the additional eapacity provided by the difference.
The entrauce to the overflow pipe shall be designed for the rnaxirnum inlet flow
rate speci�ed in 1.07B. The desigr� shalt be based on the water level cresting
within 8 in, above the overflow elevation. A eonzcaZ weir shall be provided if
the enirance capacity of the overflow pipe diamet�r is not adequate. A vortex
pxeventian device shall be used,
The overflaw shall be designed to support alI related static and dynamic laads.
Suitable galvanized st�el brackets, guides and hangers shalI be pravided nn the
support wall and tank flaor at intervais nat exceeding 20 ft. The overflow and
weir sectinn within the tank shall be carbon steeI and suppoz-ted by �the central
access tube.
F13220,dac 13220-24 03/13/D2
Cily of Fart Warth
Rnlling Hills WTP
Backwash Supply System
The averflow pipe shall be designed and constructed to accommodate any
differen�ial movement caused by settlement and by thermal expansion and
contraction over the range of extreme tezx�perature differenees expected for the
support wall and pipe. A layout vvith sufFicient upper offset to accommodate
differential mavement is accepCable. If this method is noi applicable, the
required flexibility shall be provided by an expansion joint located near grade in
the vertical section of pipe,
The overfSow pipe shall penetrate the support vwall approxiznately 2-feet above
grade and discharge through a flap valve onto a 5 ft. wide x 15 £t. concrete splash
pad.
3. Stainless Steel Requirernentis -- Inlet, outlet and overflow pzpe and fittings where
sho�vvn. on the Drawings shall be Type 304L stainless steel fabrieated from
. material rneeting the requirements of ASTM A-240. Fabrication, inspection,
testing, marking and certificatian afpipe and fittings shall be in accordance with
- ASTM A-778 and A-774, respectively. Backing flan.ges shall 6e in accordance
_, with ASTM A285-C drilled to 1�NS� B 16.5 Class 150. Pipa, fittings and weids
shall be cleaned and passivated.
Pipe, %ttings and flaxage thiclrness shall be in accordance with the manufaciurer's
certi�ed pressure rating for the applicable service pressures. For piping located
� within closed ar valved sections, the design pressure rating shall be 125 psi
minimum.
Frovide insulating kits at a111ocations where dis�imilar rnetals come in contac�,
such as pipe-ta-pipe, pipe-ta-valve, �tc.
Inlet pipe s�aa11 be �chedule 1Q5 (0.25-inch wall). �Jutlet and av�rflow pipes
� shall be minirr�urn Q.25-znch wall.
I.
M. Ventilaiion
' l. Tank Ventilation - A tank vent shall be provided, lacated centrally on the tank
roof above the maximum weir crest elevation. It sh.all consist af stainless steel
or aluminum companenis, including a support frame, screened area and cap. T�e
1 �� support shall be fastened to a flanged opening in �he tank roof. The vent cap
shall be provided with sufficient overhang to prevent the entrance df �vind driven
� debris and precipitation. A minimum of 4 in. shall he provided between the roof
a surface and the vent cap.
'The tank vent shall have an intake and relief capaciiy sized to prevent excessive
pressuxe differeniial during the maximum flow rate of water, eittaer entering ar
leaving the tank. The averflow pipe will not be consider�d as a vent. The
rnaxirnum flow rate of waier entering the tank is specified in 1.07B. The
rnaxiax�.um flaw rate of water exiting the tank shall be ca3culated assuming a
break in tlae outlet at grade when the tank is full. The vent shall be provided
with a� �insect screen. Vent capacity shail be deternuned based on net open area
provided by the screen.
Fiszzo.ao� 13220-21 aaiisio2
City of Fort Worth
Rolling Hills WTP
Backwash Supply SysYem
In addition ta the tank vent, a pressure/vacuum relief inechanism shall be
provided t.�at will operate in th� event of �ent failvre. The mechanism shall be
designed to return automatically ta its original pasitian after operation. The
pressure/vacuum relie#' mechanism shall be located on the tank roaf above the
xna�cimum weir crest elevatzon, and it may be incorporated into the vent
assembly.
2. Support Structure Ventilation - Ventilation �vithin #he suppnrt structure shall
comply with the governing building code requireznants, based on occupaz�cy
classificaiion. As a minimum, two 2-ft x 3-ft Iouvered v�nts shall be pro�vided;
one at the top of the support wall and one near th� base. The upper vent shall be
accessible from the upper platf'orm and may also be designed to pror�id� access
to the exterior rigging rails lacated at �he tank/support wall intersection. Vents
shall be aecessible frann the interior ladd�rs, platforms ox floors provided. Vents
shall be stainless steel nr aluminum and provided with a remnvable inseet screen,
N, Interior FIoors
Slab on Grade - Provzde a 35D0 psi reinforced concrete floorr slab on grade in the
base of the support sfruct�ue. The slab shall be desi�.ed in accordance with the
recoznzx�.endatians in t�e geotechnical report. All subgrade soils in ihe sIab area
shall be re�oved to a minimum depth af two feet and be replaced with properly
piaced and compacted non-expansive seIect fi1I, Provide 112 in. expansion joint
between floor slab and support wall and at pipes and supports thaf extend
through the flaor. Place cap sirip and seaIant av�r the expan.sion joint. The slab
shall be slaped at D.5 percent toward tk�e truck door �ar drainage. Non-e�ansive
select fi31 should have a Liquid lzr�ait of 30 or less and a Plasticity Index of S to
I5. It shauld be compac�ed in maximum 9 inch loose lifts at moisture content in
the range af minus 3 to plus 3 percent of optinnurn moisture cantezat, to at least
95 percent of the Standard Proctor m�cimum dry density, ASTM D-69$.
Z. Structl.u-aI �'loor — Make provisions in the tank �oundatian and concrete support
walI design, and all other affected structure eiernents, far the future construction
of a composite constructian structural #�oor as described belaw. Provide all
design details, support brackets, connectors, etc., necessary to make the future
construction of �he structural flaor as straightforr�ard and prablezr�-free as
possible.
Prowide a composite constz'uction struetural floar located ] 4-feet above the slab
on grade. The design shall con�ply with the applicable requirements of AISC
5335, It shall be designed �'or a minim.uzn uniform live Ioad of 125 psf. The floor
shall cansist of a concrete slab supported by a galva�nrzed formed steel deck an�
galvanized steel gu-dexs.
The struciural flaor shall be a clear span design supported entireIy by the
concrete support �+all. AIl loads transferred fram the structural floor to the
support wall shall be considered in the design. The wall shall be strengthened as
required in the vicinity of connections causing point: load ar eccentric conditions.
Loada �ransferred from the str�otural floars to the foundatian shall he considered
in the design of the faundation,
Fi �zzo,do� 13220-22 03/I3/02
City of Fnet Worth
RollingHills WTP
Backwash Supp]y 5ystem
Unless structuxal floor and supporfs are isolated from the wall, Ioads on the wall
caused by thermal Stresses in these mernbers shall be c4nsidered. A.n analysis of
the lateral lnading cozadztian shall be performed and the wall strengthened
accordingly.
O. Level Monitoring
General- Provide three 314 in. couplings welded to ihe outlet pipe 5 ft. above
grade. Each coupling shall be pravi.ded with a stainless steel �zipple and an
isalatian gate valve.
2. Pressure Gauge - Provide a pressure gauge in accordance with ASME B40.1
Grade 2A. The dial shall be A 112 in. diameter with black markings on white
background. Pxessure range shall be 0-I OU psi.
3. Provide a water level sensing device as shown on the Drawings for purpases of
' interfacing t�vith SCADA system and cantrolling the Backwash Water Pump
Station pumps which iill the tank.
� �. Lighining Pratection
Provide a lighining protection systern for ihe elevated tank strucf.ure and ar�y roof
- mounted equipment that may be damaged by lightning. Install the system in accordance
withNFPA 780 with materials that meet LTL96 and LTL96a.
Minimu�m requirements include t�vn 28 strand by 14 gauge copper c�nductors honded to
th� steel iank 180 degrees apart. The canductars shall be fastened to the interior support
wall at 3 foot minimuria spacing, and shall terminnate with buried 5/8 inch di.ameter by S
foot long copper clad ground rods.
" Lightning pra�ection for o�struction lights shall consist of an air terminal mounted on ihe
. support and formed to fit around the fixture, The 112 inch diameter coppex air tezmainal
� slaall extend a minimum of 10 inches above t3ae light fixture and shall connect to a copper
' can.ductar that terminates in a bonding plate secured to the tank roof.
Q. Cab1e Tray
Install a 12" x 4" ladder type cable tray from the base of th� tank at gxound level to the
ZOO� P� ti1B tST11C.
R. Electricalllmstrumentation Systems
1. T�ae tank shall be provided with complete electrical and instrumentation systems
as described herein, as shown on the Drawings, and shall be in accordance with
Divisions I3 and I6 of these Specifications. AIl above ground conduit shali be
PVC coated and a31 helow ground conduit shall be cancrete encased PVC. All
electrical boxes shall be cQrrosian resistant stainless steel. Electric cabinets
shall be NEMA 4X staixaIess steel.
F13220.dac I 3220-23 o��i3�oz
City of Cort Worth
Rolling Hilis WTP
Backwash Supply 5ystem
a. The tank shall be equipped wiih an FAA L-180 approved red double
obstruc�ion ligl�t mounted above all obstruc�ions on the tank as shown on
the Drawings. The fixture shall be weather sealed an,d corrosion
resistant. The lamps shall have a minirnum 5,000 ha�ar life. The double
obstructian ligh� shall be pro�ided with a ghotoeIec�ric control unit,
wiring, conduit, boxes, relays, breakers, teriminal strips, etc. Tezx�porary
obstructian lights, extension cords, etc., shall b� provided by tl�e tank
cantractor an.d raised to the top of the tank as the woxk progresses.
b. A conh-oI cabinet shall be lncated inside the base of the tower ta controI
all electrical functzons.
The tank shall be pro�ided with an interior lighting syst�m consisting of
vwaterproof Iight iix�ures located as shovvn on the Drawings and/ar as
recommended by the tank z�n,anufacturer and approved by the Engineer.
d. The tar� shall be provided with exterior lighting above the personnel
and iruck doors and the access doors as �hawn on the Drawings and/or
as recommended by the tank manufacturer and appxoved by the
Eng�neer,
2.07 SOURCE QUALITY CONTROL
A. Tes�s
Re�iew mill test certifications of all steel plate, structural campanents and
reinforcement to ensure cnmpIiance wiih specificatian requirements.
B. Tnspections
Provide inspection af shop fabricated coxnpnnents in accoz-dance with AWWA
D 100.
PART 3 - EXECUTION
3.Q 1 FOCINDATION
A. �xcavatitin
The foundation bearing surface and excavaiion shall be inspected by a
represenfa�ive of the Owner and/or geotechnical engineer prior to foundation
const�ction. Verification of the applicable design and construction
re�ommendatians is xequired. The geotechnical engineer shall be retai�.ed by the
Coniractor. After verification of �e foundation bearing surface, provide a 2 in.
thick cancrete worl�ing slab within the lower excavation limits. Grade the site to
prevent runoff from entering the excavation.
�x�zzo.ao� I3220-24 a3�t3�a2
City of Fort Warth
IZolling Hi1is WTF
Backwash 5upply System
:
C.
�OT1GT�i0 C�TIS�TLiCt10ri
1. For shallow foundations, reinforcement placed adjacent to a concrete working
slab shall have a 2 in. minimum caver, and shall be supported by precast
concrete block, metal or plastic bar supports,
2. The sides of foun.dations shall be formed usrng any suitable system confo�g
to ACI 318. Earth auts shall not be used as farms for vertical surfaces. Forms
shall �e provided on top sloping surfaces steeper than 2.5 hoxizantal to 1 vertical.
Siraiglat form panels rnay be used to �orm circular foundation shapes. The
minimum design radius sha31 be maintained at all sectians.
Finish
I.
;�
� 2
Cancrete Consiruction
3.02 CONCRETE SUPPORT STRiTCTLIRE
A.
Formed suriaces shall have a smooth farm �`inish when exposed and a rough
form iinish nvhen nat exposed.
LTnformed surfaces shall have a troweled iinish when exposed and floated finish
wh�n not exposed.
The cancrete and fo�nwark requirements af this Section shall be strictly
enfoxced to ensure concxete of the high�st practicable structural and architectural
standards. Formwork desi�n, instailatxon and removal shall co�nply with thc
mininlum requirements of ACI 31$ and ACI 117, and wiY.h the ap}�Iicable
requirements of ACI 347.
2. Forzning systems shall be designed with the provision of ties and bracing such
that concrete compnnents canform to the correct dimensians, shape, alignment
and elevation vvithoui leakage of mortax. Embedded items shall be properly
positi4ned and secured. Form surfaces shall be cIeaned of foreign materials and
coated vviih a release agent prior to placing reinforcennent.
Support wall reinforcetn.ent shall be installed with plas�ic supports. Maximum
spacing of supports for welded wire fabric shall be 5�. centers, horizoz�tal and
vertically.
4. The support wall shall he consiructed with a jump-fo� process using �orrn
segments prefabricated to match the wall curvature. Concrete pour height shall
l�e a nainimum of 6 ft. and a maximum of 12 ft. Farm panels shall extend the full
height of the concrete pour using only vertical panel joints. Farm system shall
- incorporate a positive rr�eans of adjusimeni to maintain dimensional tolerances
specified in 3.02G. Wall forms shall be adjusted for vertical plumb and
eircularity and seoured usizag tku�ough-wall form bolts prior to concrete
placem.eni. Panels sha11 ba designed for lateral pressures associated vaith full
height plastic concrete head, and support and bracing shall be provided iar
rt�z�o.ao� 13224-25 03/13/02
Ciry of Fort Warth
Rolling �Iills WTP
BaCkwash 5upply 5ystem
constructian related impact loads axad wind loads. Working platforms that allow
safe access for inspection and concrete placement shall be provided. Form
facing material shall be metal, or plyvvood faced wif.T� plastic or fib�rglass.
T'he foz-xaa system shall incorporate a uniforrn pattern of vertical and horizontal
rustications to provide architectural relief to t�e ext�rior waII surf'ace. AIl
construction joints and panel joints sha1I be located in rustzcations. Vertical
panel joints shall be seafed using closures which cornbine with the form patiern
to pr�vent grout leakage and panel joint lines. The �ertical and horizontal
rustications shall be proportioned and combined to impart a symmetrical
architectural pattern to the completed structure. Form ties shall be locaied in a
unifarm pattern. No architectural farm tr�atment is required on the interior
surface,
Wall forms shall not be d{sturbed ar rennoved until the concrete has at�ained
suf�'icient strength to prevent forming operaiions or environmental Iaads from
causing surface darnage or excessive stress. The minimum concrete str-engt�t
shall be estabIished by the Contractor, based on an analysis of stress �t critical
stages throughaut thc forming and concrete operations. Suppnrt vvalI concreting
operations shall occur a maximum of ance per day. Multiple form movements
and concr�te placements vtirithin a day are not permitte�i,
7. The formwork system for the damed structural floor supporEing the steel tank
bottam sha11 be designed to support all construction loads. Adequate shor�ng
and bracing shali be provided to transfer loads without appreciable movements.
Form surfaces shall be steeI, plastic or fiberglass coated rnaterial. Sharing and
forms for the structural dome slab shall remain in place until the cancrete has
gained sufiicient strength to carry the floor weight without damaging deflections,
Concrete stufaces shall be protected in accordance vvith the recammendations of
ACT 306 until the cornponent attains 35 percent of the speciizad compressive
strength. At that time, protection may be rezrzoved subj ect to �he allowable
temgerature differential. A reasonable temperature differential shall be de�ned,
wiYh the Owner's appraval, based on conlponent thickn,ess and resiraint
conditions.
B. Finish
1. Pro�ide a smoath form finish without rub for the interior and exterior support
wall. Tie hnles shall be plugged using grout on the interior and manufact�red
pjugs on the exterior which match the color of the cured concrete as closely as
passible. Provide a light sandblast to the exposed ext�rior concrete support wall
surface,
2. Prnvide a smooth form, finish vuithaut rub for the interiar dome siab. The
unfarmed surface shall have a flaated finish.
Fi32�a.ao� 13220-26 03/13/02
City of Pnrt Warch
Rolling Hills WTP
Sackwash Supply System
J i.
C. Dimensional Tolerances
1. 5upport structure conerete construction shall canform to ihe following:
Variaiion in thic7aiess:
wall -3.0 percent to +5.0 percent
dame -6.0 percent to -+-lp percent
2. Support wall variation from plumb:
in any S feet of k�eight 318 inch
in any 50 feet ofheight 1-U2 ineh
maximum in total height 3 inches
3. Support wall diameter variation 0.4 pereent
not to exceed 3 inches
�4. Dome_floor radius variatian 1.0 percent
5, Level alignment variation:
frorn specified elevation 1 inch
frorn horizontal plane 112 inck�
3A3 STEEL TANK
A. Welding
1. Welding pracedures and general welding requirements shall be in accordance
with AWWA D 100, Section 8, " Welding".
2. No struciural welding is pernutted to any steel embedded in hardex�ed concrete,
unless the weld is at leasi 2 ft. from the err�bedment interface.
3. Grinding of weld cantour shajl approximate Condition "D" of NACE Staudard
RP0178.
B. �abrication
1. Layaut, cuttiuig, forming, edge preparation and woxkmanship for steel tank
components and fabr�cations sha11 be in accordance with AWWA D100, Sectian
9, "Shop Fabrication".
G Tank Erection
1. Steel tank erection procedures and gen.eral requirements shall be in accordance
with AWWA D1 Q0, Section 10, "Erection".
Fi 32zo.ao�
�3220-27
Q31131Q2
City o{ Fort Worth
RollingHills WTP
Beckwash 3upply System
D. Tolerances
1. Steel tank tolerances shalI be rn accardance with the zequirements of API bSO,
Section 5,5.
2. Steel cone shall be constructed to the followiaag to�erance. The deviation fi-om
the theoxetical conical surface shall not exceed 0.032 {RT)�, when zneasured in
the radial directian over �angih 4(RT)=r, where R is the radius narmal ta ihe plate
s+�face at the point af consideration, az�d T is the plate thickness.
E. Grouting
The interface between the steel tank floor plate and the supporting s�ructural
cancrete slab shall be construc�ed with a rr�inimum 1 in. void. Subsequeni to
testing, the void s�aall be filled with a flowable gra�t mix.
3.�4 FIELD QUALITY C�NTROL
A�. Concrete Testing and Inspection
1. The evaluation and acceptance of concrete shall be in accordance with pivision
3 of this specifica�ion.
2. The support wal� radius, plumb and thickness �hall be verified %r each concrete
lift at 45 degree intervals. An inspection report certzfied by tha tank designer
shall be provided to the Owner at project cozx�pletion.
B. Steel Tank Testing and Inspeetion
1. Inspection proc�dures for tl�e steel tan,Jc shall be as required by AWWA D I00,
Section 11, "Inspection". Radiagraphic inspection of full penetration butt-
welded joxnts shall be made by an independent inspection company retained by
the Cantractor.
�
2. Erectian tolerance of the steel cone in the radial direction sha�l be measured.
Provide field measurements at 30 degree intervaJs,
Weld joints of plate over the structural concrete floar shall be tested for leaks by
vacuum box / soap solution tesiing, or equivalent naethod prior to grouting.
3.05 SURFACE PREPARATTON AND FIl�IISH PAINTING
A. Surface preparation af'the ste�l tank shall be as specified in Seetion 09903.
B. Painting of interio� and exterior surfaces af the steel tank shall be as specit"ied i�. 5�ction
09903 and shall be in accordance with AWVJI� D102 {latest revision}.
�� 3zzo.ao� 13220-ZS a3rta�o2
City of Fork Workh
Aoliing Hi11s WTP
Hackwash Supply System
C. Final interior painting of the tank shall not proceed unless the am.bient ternperature an�d
all other atmosgheric conditions are wathin the limits dictated by the pai.nt manufac�rer's
recommendations and these specificatiioz�s.
3.46 CLEANIlVG
A Siie
1. Tfje projeci site slaaXl be kept in a cIean and safe condition at all iirnes. The
Cantractor shall remave alI construction equiprnent a�d debris af proj ect
campletian.
3.07 T7�SINFECTION
A. The tank shall be disinfec�ed upon completion and be%re placing into service.
Disinfection shall be done as described below and in accardance with AWWA C652.
The Con�ractor shall furnish the chlorine and perform the diszn�'ection, all af which shal]
be done in #.l�e presence of the Owner. Water shall be provided iva accordance with
Section 01500,
After ihe storage tank has been thoxoughly dried, it shall be filled slowly to the overflow
level with potable water, ta wl�ich enough chlorine has been added to produce a
m.inimum cancentration of 1QQ parts per million throughout the full tank. The chlorine,
as either high-test calcium hypochlorite or liquid chl.arine sha11 be introduced into the
wa�er supply as early as possible during the filling aperation. After the tank has be�n
fill�d, it slnall stand full for a minim:um of 24 hours. The tninimum 24�hour xesidual shall
be 10 ppm. After the holding period, the highly chlorinated water in th� storage tank
shall be drained and then refilled from the public supply. After refilling, samples of
water shall be taken from the storage tank and tested to demonsirate that the water tanlc is
bacteriologically satisfactory before the tank is placed �n service.
B. The Contractor shall per%rm all sampling for bacteriological tesfs and shall pay for th.e
testing to be performed by Owner-selected labnratory, Sampling for �actetiological
analysis shall be done in accordance wi#h the latest editian of "5tandard Methods far the
Exainination of Water and VV'astewater".
C. Shauld �he satxzples fail to be acceptable, the Contractor shall be obligated to again
disinfect the tank completely, and have additiona] samples taken for analysis. A
minirrzum of two sample�, taken on cons�cutive days, shall be satisfactory.
D. The Con�ractar shall notify the Owner at least A 8�hours priar to the chlorinatiQn of the
system axid shall provide the necessary apparatus, material, supplies, and labor for
conducting the tests.
E. The Contractor shall perform and pay for sampling and analysis for volatile arganic
chemicals an water from the filled tank, to �est for pxoper curing, prior to the iank being
placed on-line. Testing shall be performed by �wner-select�d laboratory. Analysis shall
includ� all volatile organics (except pesticides and herbicides) regulaked by the Texas
Natural Resource Conservation Commission. Samples shalI meet Texas Nai�,tral
F13220.doe 1322Q-29 a3n �ro2
City af Fart Wnrth
Ralling Hills WTP
Backwash Supply System
Resourca Conservation Commission valatile organic regulations for potable drin�ing
water. ShouId tk�e saznples fail to be acceptable, the Contractor shall drain the tanl�, re-
fil� the iank, and have additiona] samples taken fox analysis. The Contcactor shall also
perform and pay for a second sef oivolatile organic analyses on a sample caZlected from
the tank three weeks after it is piaced into service. �hauld the samples fail to be
acceptable, the Cantractor shall drain the tank, re-fill the tank, and ha�e additional
samples taken for analysis.
3.08 TESTING
1�. After erection and welding �as �een compl�ted, and before �nish painting, the tank shall
be tested by �lling wit�-i potable water as r�quixed by AWWA specifications. Potable
water far testing shatl iae furnished in accordance with Sec�ion Q15�0.
B. The Contractar reserves the optian of postponing the water test until after completion of
fmish painfing, with the understanding that, should this opfian be exeroised and the
subsequent test revealleaI�age, the Contractor shall be responsible for repairing nat only
the Ieaks, but also any daznage to the p�int at the point(s} of repai7r.
C. The Conlractor shall be responsible far draining the tanlc after testing has been
� comgleted and a11 piping connect�d.
END �P SECT�ON
F13220,doc I3220-30 03I13/02
City of Fort Worth
Roiling Hills W"I'P
Baekwas� 5upply System
SEGTIQN 13300
PROCESS TNSTRUM�NTATTON AND CONTROLS - GENER.AL PR�VIST4NS
PART 1: GENERAL
1..01 SCOPE OF WORK
A, A pre-approved Process Control System Tntegrator (PCSn shall furnish all services and
� equipment defined hereiri and in other specificataon sections as listed in Article 1.02, Related
� Work.
' � B. .All materials, ec�uipment, labor, and services required to achieve a fully integrated and
�. operational process control system sha11 be provided. The PCSI shall desigin and coordinate the
pr�cess controi system for proper operatian vt�ith related equipment and rnaterials f�zrnished by
' 1 other suppliers under other sections of these specifications and with related e�sting equiprnent.
All prograinming, configuration, and integration, including but x�ot lirnited to loading df software
on computers, operating system software configuration, Ethernet configuration and
cammunications between servers and 1'LCs will be provided by the PCS�.
C. Auxiliary and accessaxy devices necessary for srystern operation, or performance to interface wiYh
existing equipment or equipment pravided Uy ath�r suppliers under other sections af these
specifications, shall be included wh.ether or not they are shown on the drawings. These deviees
include, but are not Iimited to, transducers, current isolatars, signal conditioners ar interposing
relays.
D. Subsiitution af function.s or type of eguipment specified shall not Ue acceptable. In order to
ensure interchange ability af parts, maintain quality, interface between the various subsystems,
and estaUlislannent of mir�imums with regard to ranges and accuracy, strict compliance with the
aUove requireznents shall be maintained. The PCS7 shall investzgate all existin.g field
instrumentation rangeslunzts and incZude as necessary when subrnitting the f eId instrument
submittal for Engineer's approval. The PCSI is responsible for recalibrating existing instrumenfs
that interface wzth the new equipment. System desi�n shall a31ow remo�ing individual devices
from service withoui disrupting other devices in service. In order to ensure oompatibility among
all equipment, it shall be flie responsibility of the PCSI to coordinate aIl interface requirements
with mechan.ical and electrical cont�actor and furnish any signal isolation devi�ces that might be
required.
E. Equipnnent shall be fabricated, assembled, installed, and placed in proper operating cQndition in
full conformity with detail drawings, specificatians, engineering data, instructions, and
recammendations by the equipnaent manufacturer as approved by ihe Engineer.
f 3300.doc 13300-1 3/13/02
City of �ort Worth
Roiling HiLls WTP
Backwash Supply System
F. To facilitate the Owner's future operatian and maintenance, products shal� be by the sarne major
manufacturer, with panel-mounted devices of the same type az�.d model as far as passzble.
G. Th.e Ro�ling Hills �Vater Trea�nent Plant is an existing plant, and all work shall be coordinated
wi.th its operating personneI to miz�.izzuze impact an daily operation.
H. The Rolling Hi11s Water Treatment Plani is a fuIIy operational iaeiiity monitored and controIled
by ]ocal panels, DCU's, RTU's, and operatar workstations. After the switc�i over, the PCSI must
demonstrate that all previously existing equipment not repIaced by this cantract is connected ta
the new PLC's and tlae new camptiter system and is fully functional as specified and shov�n on
the drawings.
r. The Owner sha11 retain salvage rights to all material and equipment removed in the course of this
� work. All materials and equipment re#ained by the Owner shall Ue delivered to a paint designated
by the Owner. Any rnaterial or equiva�ent not retained by the Or�er shall be removed frorn the
site and disposed of by the General Contractor in accordance with applicaUle regulations and
laws.
All equipment and installatic�ns shall satisfy applicable Federal, State, and Loeal codes.
K. In order to ensure cornpatibilitybeivveen aIl exis�ing and new equipment, it shaIl be �e
responsibility of the PCSI to coardinate and fielc� verify al] interfaee �requirements, Applications
Engineering 5ervices (AES) provider, mec�anical, ar�d electrical cantrractors and furnish any
signal isolation devices that might Ue required.
L. Omission of a specific electrical or �Iecnonic item obviously necessaay for the proper
functionality af the equipment shall not relieve the FCSZ of the responsibility of furnishing and
installing the itern at na additional cost to the Owner.
M. Supplenaenting this section, the Drawings and the related specification sections provide
additional details showing panel elevations, instrumant device schedules, functional requirements
of the system, and interfacing with other equipment.
N. All materials, equipment, labo�, and services necessary to achieve the manitoring and controi
functians described herein shall be provided in a timely manner so that the rnonitoring and
control functions are available when t11� equipment is ready to be piaced znta service.
O. The PCSI slaall coordinate and schedule all required testing with t%e Genexal Contractor, AES,
Owner, and Engineer,
1'. The PCSI shall coordinate and scheBule all required training with the General Contractor, AE�,
Owner, and Engineer.
i3�oo.ao� 1330Q-2 3ii3ro2
r
City of �'ort Worth
Rolling Hills WTP
Sackwash 5upply 5ystetn
Q. Ths PCSI shall provide a monthly status report and updated project schedule ta the General
_ Contractox to include and update the Gen�ral Contractor's overall pxoject schedule.
R. The PCSI shall provid� new cabinet(s) for Terminatian cabinet(s) and PLG13 shown on ih�
, contract drawzngs. The electrical eantractor shall pro�ide all conduit, and wiring between field
devices, terminatian cabinets, and PLC caUinet(s). The PCSr shall provide all terminatians
be�ween the field d�vices, terminatian cabinet(s) and the PLC cabinet(s).
S. The City is providing �Iie Ethernet switches, patch paz�els and fiber optics caUles as shown in the
� Drawings. PLC programming and canfiguxation of the existing HSQ HMI shall be pro�rided by
,; HSQ under this Co�ntract. The PCSI shaIl provide written notice to the Engineer andlor City to
request procurement af equipment. The City will requzre a zninimum of i2 weeks to procure the
' City pravided equipment.
1.02 RELATED WORK
A. The PCSI shall furnish all materials, labor, and services specified in the following specificaiion
sections as required �o ensure that a single, caordinated system is supplied:
i. Section 13310 - Distributed Control System
� 3. Sectian 13315 - Pracess Instrumentation & Controls - Yroducts
4. Sectian 13322 -�'iUer Optic Data Highway Netwark
5. Sectian 13325 - Control Panels and Panel Mounted Equipment
B. Divisians requirin.g coordtnation shall znclude, but no# be limited to, the follawing:
1. Di�isiox� 1- General Requirements
2. Division 11 - Equi�ment
3. Division 13 - Special Construction
4. Division I5 - Mechanical
5. Di�ision 16 - Electrical
C. The PCSI shall coordinate wiih all equipment suppliers, mechanical subcontractnr, electrical
subcontractor, and General Contractor.
133�O.dnc
13300-3
31L3/Q2
City of �art Worth
Rolling Hills WTP
Backwash Supply 5ystem
1.03 COORD�NATIOlV MEETING,S
A. �'ha PCSI shall schedule and admianister a minimurn of two (2) mandatory coordination mee#ings.
The PCSI shall t�ake arrangemenfs for meetings, prepare agenda with copies to participants at
Ieast one (1) week hefore scheduled meetings, preside at meetings, record and distrihute minutes
witlazn two days to Engineer, garticipants, and tlaose affected by decisians made. The meetings
shall be held at the Gener�l Contractox°s field office at the Water Treaiment Fa,cilities site and
sha�] include, as a minimum, attenda�nce by the Owner, Engineer, General Coniractor's praject
engineer, HSQ, Systern project engineer, PCSI's project engineer, and the electrical
subcontractor.
The �rst coordination meeting sk�all Ue held in advance of the first PCSI shop drawang
submittaL The purpose of the £�rst meeting shall be for the PCSI to:
a. Summarize their understanding of the project
b, Discuss any propos�d substztutinns or altematives
c. ScheduIe testing and de�ivery milestone dates
d. Pravi de a farum for the PCSI and the ABS #� caorclinate hardwa;-e and safiware related
issues
e. Request any additional infortnation required fram the Owner and/ar Engineer.
The PCST shall Uring a draft version of shop drawings to the meeting to provide the basis for
tYie Owner/Engineex's input into their development.
2. 'The s�eeond coordinatinn meeting shall be lield after the Field Tnsttuments, Digital ,System
Hardware, and Con�rol Panels and Panel Mounted Equipment shop drawing subznittal have
been reviewed by the Engineer and returned to the 1'CSI. The purpose of the second
meeting is to: .
a, Discuss corxunents made on the submittaI package
b. Refin� scheduled milestane dates
c. Coardinate equipznent installaiion activities
d. Pravide a forum fc�r any additional required cooxdination betw�en the PGSI and �a.e
AE5
133Q0.doc 133Q�-4 3/13102
City of Fort Worth
Rolling Hills WTP
Backwash 5upply �ystem
e. discuss any rernaining caordination requirernents.
3, A typical agenda may include, but is noi litx�.xted to, the fallowing:
a. Aeview minutes of previous meetings
b. Revievv af Work pragress
c_ Field observations, pxoblems, and deeisions
d. Identifiicatian of prablems that impede plannea progress
e. Revi�w of submittal saheduIe and submittal status
£ Review of off-site fabzications and dejivery schedules
g. Maintena�:ce of progress schedule
h. Correcti�ve measures to regain projected schedules
i. Planned activities for subsequenf work period
j. Coordi_natian of projected progress
k. Maintenance of quality and work standards
1. Effec� of pxoposed c�axages on progress schedule and coordinafzon
m. Other business relating to Work
B. The costs associated with coordinatian meetings, auto mileage axpenses, meal costs, etc., shall be
included as part of the Wark af this Section. These easts incurred by the Engineer while
participating in the coordinarion meetings shall be paid out of a$2,0OO.Oa allowance. The PCSI
shall include the $2,000.00 aliowance as part of th� �id Amount for the wor� af the Section.
Upan campletion of the coordination rt�eetings, the Engineez shall submit invoices, bills, receipts,
etc. to the. General Contractor for indirect easts incurred as a result of coordrnation meetings �or
reirnbursement. �Vithin one (1) week of zeeeipt of such do.cumentation, ihe General Coniractor
shall reimburse t.lae �ngineer iri the forrn of a check made payable to #he Engineer. Tf at ihe
cornpletion of all scheduled coordination meetings the allowance is no� exhausted, the remaining
balance shall be used in one of the foilowing three ways:
Purchase of additional Owner trai�ain.g
2, Purc�ase of additional spare parts
Credit to the Contract Bid Amount
1.04 �UBMZTTALS
A. Subrr�if shop Drawings in accordance with Section 01300, Submittals. The shop Drawings shall
fully demonsfxate that ihe equipment and services tn be :furnished will camply with the provisions
of these spacifications and provide a true and complete record of the equzp�nent as rnanufactured
atid cielivered. Each suhmittal shall be securejy haund with an index and sectional dividez-s. All
submittal drawings shall be legible and reduced to a maxiznum size of 11-inches x 17-inches for
inclusion within ihe submittal.
i33ao.do� 1330�-5 �naia2
City of Fort Warth
Ralling Hills WTP
�ackwash 5upply System
B. The �ngineer shall detertnine whether a product is an "Approved Equal" based upon �e
informatinn listed herein and th� manufacturer's data sheets regarding the models specz�ed.
Alternate equipment must meet the criteria listed h�erein and any additional information in the
manufacturer's data sheets in order to be accepted as an "Approved Equal." 5upplier must
fuznish five {5) woz'lting installatio�a references for any altertaate equipment along with awner,
cantact, and telepIaone number.
C. The submittals listed below shall be provided as a minimurtx. Oiher submit�als not listed here
� may ba required by other specification sections, Each submittaI must be eoznplete. P�Io partial
submittals shall be accepted.
a. Project Plan
The project plan shall Ue submi#ted and approved before any additional suhmittals sha11 Ue
accepted.
�. Field Tnstruments
c. Digital System Hardware
d. Cazatrol Panels and Pan;el Mounted Equipment
e. Testiing
Training
g. Loop Diagrams
h. Prelxminary Graphics Subr�ittal
i. Pracess Control Strategy and Operator Interface
Spares, Expendables, az�d Test Equipnzent
k. Operat�on and Maintenance (O&M} Manuals-
D. SuUrnitia] Descxi.ptions
Proj�ct Plan
a. The Praject Plan shall provide an overview of the prop�sed system including system
architecture drav�ring, approach to wark in.cluding coordinatioz� with the AES, proposed
vvork schedule zndicating milestones and potential m.eetings, pxaject person�.el and
��sao.aoc 13300-5 siisro2
City of Fort Warth
Rolling Hills VJTP
Backwash Supply System
organization, details �f factory testing and field testin�, and details a£ training program.
Tbe Project P1an shall also include an aclrnowledgment of confarmance to the
specification on a paragraph-k�y-paragraph basis indicating any proposed deviations.
The PCSI schedule shall be coordinated with t.�►e overall pro�ect execution schedule
and i1lus�rate all rna}or project milestones including the following:
1} Schedule for all subsequ�nt project submittals
2) Schedule for all project design re�view meetings
�� 3) Schedule for manufacture, asseml�Iy and staging of aIl pracess control system
equipment
- 4} Schedule for all tests
5) Schedule for shipxnent of all process cQntrol system equipment and peripheral
devices
6) Sehedule for equipment start-up
� 7) Schedule for all training
2. Field Instruments
;
a. This subznittal shall pro�+ide conaplete documentatian of all feld insiruments using
� ISA�S20 fozmat, A complete BiII of Material� (BOM) listing alI �nstrumentation
, equipment shall be pro�ided.
Data Sheets
1} Provide data sheets far each instrument listing �nodel numbers, options, and
ancillary devices that are being provided.
The data sheets shall be provided v�ith an index, proper identification, and crass
referencing. The data sheets shall include, but not be lima�ied to, the following
information:
2) Plant Equipment Number and ISA tag �aurriber per tlie Loop Diagrams
3) Product (itern) name used herein and on the Contract Drawings
4} Manufacturer's complete model number
13344.doc 13300-7 3/131U2
Ciiy of Fort Worth
Ralling Hil]s W'�P
Backwash Supply System
5) Location of the device
6) Input - output characteristics
7) Range, size, and graduations
8} Physical size with dimensions, enclosuz-e NEMA classification and mounting
details
9) Maierials of construction of all eomponen.ts
10) Instz'uznent sizing calculations where appIicaUle
11) Certified calibrat�on data for all flaw metering devices
Eaui�rneni Suecification Sheets
1) Provide equipment specification sheets that sha11 fuliy describe the device, the
zntended function, how it opexates and its �hysical environmezztaI and
perforn�atice characteristics. Each data sheet shall have apprapxiate cross
references to loop nr equipment identi�ication tags. As a minimunn the
specifieatzon sheets shall include the following:
a} Dimension, rigid-clearances
b} Mountin.g ar installation details
c} Connec#ian
d} Elec�rical power or air requiremen�s
e} Materials ofconstruction
f� Enviranmental charaoteristics
g) Performance characteristics
h) Camplete informatian regarding the field instruments as required by TSA-55.4
standards shall be provided under this contract.
3. Digital 5ystem Hardwaze
� s3oo.aoC 13 � 00-8 3/13/02
u
City ofFart Worth
Rolling Hills WTP
Backwash 5upply System
, This submittal shall provida complete docurnentation of the proposed hardware and sofiware
(PLC°s, RIO's, LIO's, computers, communication equipment, cables, peripherals, etc.} A
complete Bi11 of Materials (BQM) �isting all digital hardware and saftware equipxnent shall
be provided.
The suhmitiai shall include the following:
a. Svstem Block Dia;�raxn.
�� A complete schernatic system block diagram(s) siaowin.g the interconnections between
majar hardware cornponents including, but not limited ta:
• Cantrol centers
• Panels
• Power supplies
- Consoles
� Computer and peripheral devices
• Tele�x�etry equipment
• Loeal digital processors and like equipment
• Uninterruptible Power Supplies (iJPS)
. The block diagram shall reflect the total integration of all digi.tal devices in the systern
. and any human machine interface (HMI} locations. Locatian of all components shall
� be clearly identified with appropriate cross-references.
The diagram shall reference all intarconnecting cabling requuements for digital
camponents of the system inciuding any data camrnunicatian 3ink�.
b. Data Sheeis
A data sheet far each hardware campanent listing all model numbers, �ptions,
auxiliary and ancillary devices that are being provided.
The data sheets shall Ue proaided with an index, proper identificatian, and cross-
referencin�. They shall include, but noYbe Iimited to, the following information:
� 1) Equipment Nuznber and I�A tag number per the Lonp Diagrams (as applicable)
2) Product {itern) name used herein and on the Contract Drawings
3) Manufacturer's compl�te model number
4) Location of the device
13300.doc 13300-9 3113102
City of Fort Worth
Rolling Hills WTP
Sackwash S�pply 5ystem
S) Tnputl�utput charac#eristics
6) Range, size, and graduatinns
'1) Physical size with dizx�.ensions, enclosura NEM A classificatian and maunting
details
8) Materials of construction of all camponen�s
9) Power supply device sizing calculations where applicable
c. Svstem Input/Outnut List
The Digiial System Hardware s�bnr�ittal shall cantain a complete systerz�. InputlOutput
(v0) Iist for equipment connected ta tha connol systezn und�r this Contract. Th� PCSI
shall coordinate with the City to ensure that all standards and tag numbering
conventions match those of the City's existing system. The T/O list shall l�e submitted
in a Microsoft Exce1TM readable electronic file format (Microsoft Windows NT} on a
3%z ineh floppy disk and an 8%z-inch. by 11-inch hard copy. The hard copy Iist shall be
sorted first by YSA tag name and secand by UO type (i.e., AT, AO, DI, DO, PI, p0,
atc.}. The field v0 lists for the PLC's and RIO's shall be coordinated with the A�S
during th� submittal pracess, including the addresses of each point. The list �hall
cantain, as a minimum, the folloaving for each active point and spa��e point:
1) Workstation UO List
a) Tag nazne
U) Type af UO (i.e., DI, DO, AI or A(�)
c) 1/0 poznt address (PLC name/address and point address)
d) Point name (or "SPARE")
e) Point description
� High/Low range and engineering units
g} Alarm Iimits
h} Relay normal status contact configuratiQn
�ssoa.ao� 133a0-10 a��3roa
City of Fnrt Worth
Ralling Htlls WTP
Backwash Supply System
I} I/O ternunal poin.t p�ysical Iocation (pan.el name, xack, slot etc.)
j) 2-wire or 4-wire ins�i-ument.
2} i'LC IIO List
a) Tag name
� b} Type of IIO (i.e., DI, DO, AI or AO)
,�
: c) IIO tert�ainal point physical location (panel name, racic, slot, etc.)
�' d) v0 paint address (addresses to communicate with workstation and field
; _ davices}
� ` e} Point name (or "SPARE")
� Point desc�iptian
�
g) Range and engineezing units
h) Alarm limits
.. I} Relay normal staius contact config�ratian
j} 2-wire or �4-wire instrument
' I d. The Digital System Hardware submittal shall also contain al] planning inforrnation, site
preparation instructions, grounding and bonding procedures, cabling diagrams, plug
identiiicatians, safety preaautions or guards, and equipment layouts in order to enable
,� the General ConU actor to proceed �srith �e detailed site preparation far all equipment.
4. Control Paneis and Panel Maunted Equipmerit
��
'This subrr�ttal shall provide complete docurnentation of all panel instruments, contral
panels, all panel instruments, and other panel inst�uznents and cantrol equipment not
specified to be submitted elsewhere, A complete BiII of Materials (BOM) listing all
instrumentation and control equipment shall be provided.
a. Data Sheets
13300.doc
1330Q-11
3II3/02
I�l
City of Fort Worth
Rolling Hi]ls WTP
Backwash Supply Systern
Pro�id� data sheets for each cor�aponent listing all model numbers, option.s, and
ancillary devices that are being provided,
The data sheets shall be pxovided with an index, proper identif`xcation, and cross-
referencing. The data sheets shail include, but not l�a limited to, the following
infarmation:
1) Plant Equipment Number and I5A tag nurnber per the Loop Diagrams
2) Produet (item) name used herein and an the Contract Drawings
3) Manufacturer's complete model numb�r
4) Loeatinn of the device
5) Input - output characteristics
6) Range, size, and graduations
7) Physical size wiYh dimensions, enclosure NEMA classification and mounting
details
8) Materiais oiconstrucfinn of aIl components
9) Panel instruznent �r contral device si�i.ng caIculations where applicable
1p} Certi�ed caIiUration data %r all flow me�ering devioes
b. Equipment Snecification Sheets
Provide equipinent speci�'ication sheets which shall fully describe the device, the
intended function, how it operates, and its physical enviranmental and performance
characteristics. Each equipment specificatian sheet shall have appzopria�e cross
references to loQp or equipment identificatian ta�s with model number and informatian
pertaining to the item lrughlighted. As a mini�um the specification sheets shall include
the following;
1} Dimension, rigid-clearances
2} Maunting or installation details
3} Cannection
13300.doc 13300-12 3/13/02
�r
City of Fort Worth
Rolling Hilis WTP
Backwash Supply 5ystem
�} Electrical power or air requirements
5) Materiats af construction
6) Environmental eharacteristics
7) Performance charraeteristics _
c. Detailed Drawin�s
Provide detailed drawings covering con.tral panels, consoles and/ar enclasures r�rhich
shall include:
1) CaUinet assernbly azad layout Drawings to scale. Drawings shall include both
`� front and interior sub-panel layouts.
2} Material, faUrication, and painting specifications
, 3) Color selection samples for selection by the Engineer
4} Where graphic display panels ar� required, submit detailed layauts ta scale,
inciuding symbols and line widihs, as well as color selection samples and details
of fabricatian. Half-scale layouts shall be acceptable.
._ 5) Panel wiring diagrams showing all power connections to equipment within and fln
the panel, combined panel power draw requirements (volts, amps), Ureaker sizes,
fuse sizes, and grounding. This wiring diagram sha11 be in Iadder logic format
and shall reference the appropriate loap drawing for continuations ar details where
� i required. Show a11 wire numbers and terminai block designations.
I
d. The subrnittal shall also cflntain all planning znfarmation, site preparation instructions,
graunding and bonding procedures, cal�ling diagrams, plug iden.tifications, safety
� precautinns or guards, and equipment layouts in order to enable tha General Contractar
to proceed with the detailed site prepara�ion for all equipment.
y e. The submittal shall alsa include heat dissipatian calculatians for each enclosure.
5. Testing
r
13300.dac 133 Q0-13 3!l31Q2
City of Fort Worth
Rolling Hills WTP
Backwash Supply System
Test Plan
A tes# plan sha�l be submit�ed after th� Owner andlor Engineer have approved all hardware
submittals. The test plan shall demonstrate that the PCST has designed and configured a
system that meets the design. specifications. The test plan shall be submitted prior to the
preparation of'the detailed test proceduxes and submit ouilinas of the speci�c proposed tests.
Subrnittals shall include examples of the proposed farms and ohecklists.
The documents far the test plan shall be structured so that the Engineer understands what the
inputs are, what the predicted outputs shauld Ue and what the actual outputs are, The test
plan shall have a sign-off and date Ulock for the PCSI, General Contractor, Owner, at�d
Engineer.
The test plan should include the following as a minimum:
a. A Bill of Materials (BOM) listing control system companents
U. Systern hard�vare summary
c, A testing schedule describing the specific tasks to be performed and the time allotted
for each task
d. Communications tests to the various PLCs for discrete and analog UO data transfer
e. 140 perceni (1 d0°�a} ll0 point test including all spare points Uased upan the pxeviously
submitted system UO list
'Test Procedur�s
The test praceduras shall ba submitted after the prelirninary tast procedure su�amittals have
been revie�ved i�y i�e Engineer and returned stamped either "�ppraved'" or "appraved as
noted, coniirm." The subrnittal shall document the proposed procedures ta be foIIowed
during the test. Procedures sktall includ� test descr�ptions, forms, and checklists io be used
to con.trol an.d docuix�ent the required tests. Testin� mav not be started until all Testin�
Subrnittals have been appxaved.
For Test Docuzxaentation subnnit a copy of the signed aff test procedures upon completion of
each required test,
Training
13300.doc 13300-14 3/13102
� r
Cliy O� F' Ql'f iNOTf}1
Ralling Hills W'I'P
Backwash Supply System
Trainin� Plan
a. Upon raceipt of the Own.er's and Engi.neer's comments on the preliminary training plan,
I� submit the specific proposed training plan. The training plan shall include:
� ,�
r
1) An overview oi the training plaaa explaining why sp�ciiic courses are proposed
2) Course title an.d objectives
3) Prerequisite training az�d experience of attandees
4) Recommended attendees
S) Course Content - A tapical outline
6} Gourse Duration
7) Course Location - Training center or jo6-site
8) Course Format - Lecture, laboratory demonstration, etc.
9) Definition of each course
16) Specific course attendance
1 I) Schedule of training courses including dates, durat�on, and location of each class
12} Resumes of the instructors �+ho will actually canduct the training
7. La�p Diagrams
a. Provide detailed loop diag�-ams on single 13-inches x 17-inches ar $,5 in x 11 inches
sheet for each monitorivag or contral Iaop. The loop diagrazx� sk�all show all
components oithe loop bath analag, digital, and discrete including all re�ays, switches,
dropping resistors, etc. which are being pravided for prapez operatian. Loop numbers
used shall correspond ta the loop numbers indicated in �e cantract documents. The
forn�at shal� be tkze Instrument Society of Arnerica, 5tandard for Instrument Loop
Diagranns, ISA-55.4, and the fol�owing reguirements:
1) On each diagram present a tabular summary of:
L330a,doc 13300-15 3113l02
Ciry of Fort Worth
Rolling Hills VJT`P
Backwash Supply System
Dutpui capability of the transmitting instrument
Inpu� imp�dance of each receiving ins�ument
Estimate oi the Iaop wiring impedance based on wire sizes and appraximate
length used
TotaI Ioop unpedance
Reserve out�ut capacity
2) Shaw all interconnecting wiring between equipment, panels, tertninal junction
boxes and field mounted components. The diagrams shall show all cornponents
and panel teiminal board identi�cation numbers and alI wire numbers. This
diagram shail include a11 intermediate termznations between field eIements and
panels (e.g., terminal junction boxes), The diagrams shall be coordinated with the
electrical contractor and bear maric shawing this has been done.
3) Shaw location of all devices
4} Shaw instrument desoription showing type, rnanufaeturer, model number, range,
sei points, and operatian (e.g., fail open, open. on energization, normally closed,
etc.) as applicable.
5) Sho�w all instrurnent loop power or instrument air xequirements back to
texmina�ion on terminal black nr bulkhead, fuse blocks {including fuse size), etc.,
as applicable.
6) Show all grounding points witYvn cabinets and panels and identify the connection
point of indi�vidual components.
7) Gomplete znforn�.ation regarding th� field instruments as required by ISA-55.4
standards shall be provided on the loop diagra�ns under this con�ract.
Freliminary Graph.ics SubmiEtal
a, The preliminazy giraphics subznit�al shall include the followzzag:
1) Standard sytnbols
2) Standard calors con�entians to be used far pumps, valves, filters, pipe colors,
equipment on and off, alarm status colars, etc.
3) Sample equipment interface popup displays
4) Alarm display descriptians
5) Alarm acicr�owledge descriptions
9. Process Control Strategy and Operator interface
13300.doc I� 3 Q�-� � 3/13/02
�
City of Fort Worth
Ralling Hills WTP
• - Bacl�wash Supply System
a. T�ae process control schemes for this phase of the project aze accomplished lacally or
are "hard wired". The HMi shall be used to provide a mozaitori.ng/alarm function anly.
Included with each diagram shall be:
1)
2)
3)
4)
5)
6)
7)
' g)
Erief scope of the ControllMo�nitorrng/Alarm Function
Listing of alI scanned inputs
A short narrative of the cont3rollalarm/moniioring iunction
Any assumptians �ade in developing the prograrn
I/O database listing showing all field inputs and outputs (i.e., A'I, DT, AO, DO)
Cross reference list of all T/D showing to which UO modules or sa�ware modules
they are Iinked.
Listing of all opezator inputs/outputs to anci from the control function. Any
special CRT displays related to the functian shall be illustrated. A descrip�ion of
the operation of any panels shall be described as it relates to the contral function.
Failure contingencies shall be described in detail.
b. This submittal shall cover all of the associated prograrn (function block diagrams,
' script language, etc.) developed under this Contract rec�uired to implement the cantro3
functians specifed.
� c. The annotate3 program shall be submitted in 8-1/2 inch x 11 inch format and as an
ASCII itle on 3-112" diskettes for all logic developed. Annotation shall �e 3 lines of 6
' characters each for every lagic cantact. Tn addition, each network or rung shall be
� annotated so that a non technical person can read and easily comgrehend what control
function the run or network is per%rming. -
d. The submitta3 sha11 contain the semi iinal details Qf aIl process graphic displays. The
speeif es of what shall appear on each display and what calculations are required to
support them sha�l be developed and suhmitted.
e. Submitted process graphic displays shall be no less than 8 inches by 11 inehes and in
full color.
. £ Each system point shall ha�e the capability of being stored historically for an inde%nite
period of time. Each systezx� point shall be capable of being changed. Each system
� I point's raw value (not averaged value) sha11 be availaUle for irending. The raw value
must be stored historically for reporting with ar without scaled valu�.
I
g. A cozx�plete Iisting of all signals to be collected for lang terna Iaistorical infoz�riaation
shall be provided. This listing shall include frequency of data sampling and duration
for which the data shall be immediately aceessible.
10. 5pares, Eacpendahles, and Test Equiprn�nt
13300.doc J.3300-17 3l13/02
City of Fort Worth
Ral]ing Hills WTP
Backwash 5upply System
This submittal shall include the following �ar each Subsystem:
a. A list of, and descripti�e literature for, spares, �xpendables, an� test equipment as
specified in Instrumentation Sections (13310, 13305, 13315, 13322 and 13325)
b. A separate list of, and descriptive litexature for, additional spaxes, expendables, and test
equipmenfi recommended by the PCSI
c. Unit and total cost far the additional spare iterns recommended for each subsystem
d. �torage instructions for all spare parts
e, Any specialty sof�ware or hardware tools used during configuranon of the praject.
NOT�: These specialty tools must Ue turned over to the Owner.
1 I. �paration and Maintenance (O & 11� Manuals
Provide 0& I� Manuals per Sections Q 1300, 01730, 13300-1.I2.
1.a5 REF�RENCE STANDARDS
A. American Society for Testing and Materials (ASTM).
1. ASTM A269 - 5tandard Speci�cation far Seamless az-►d Welded Austenitic Stainless Steel
Tubin� for GeneraI Service.
B. Tns�rument Soaie#y of America (ISA)
1. ISA SS.2 - Binary Logic Diagranis for Process Operations
2. I5A 55.3 -. Graphic Symbols for Distributed Control/Shared Display Instrumantat'rnn Logic
and Computer Systems. �
3. ISA 55.4 - Instrument Loop Diagrarns
4. Display Instrumentation Logic and Computer Systems
G Annerican National Standards Tnstitute (ANSI)
1. ANSI X3.5 - Flawchart Symbols and Their Usage in Information Processing
D. National Electrical h�Iaziufacturers Association {NEMA)
133�0.doc 1330Q-1. 8 3/13/02
�
City of Fort Warth
Rolling Hills WTP
Backwash Supply System
E. Where reference is made to one of the above standards, the revision in effect at the t�rne of bid
opening shall appIy.
1.a6 PCSI QUAL�ICATIONS
A. The PCSI shall perform all worlc necessary to furnish, configure, customize, debug, install,
connect, calibrate, and place info operation all k�ardware an.d software specified within this
Division and other related divisians.
B. Th� PCSI shall be a"systerr�s house," regularly engaged in the design and installation of computer
sysiems and t3�eir associated subsystems as they apply to the municipal vwater or wastewater
industry. For the purposes of this specification section, a"systezns hause" shall be interpreted to
mean an organization that coinplies with all of the following criteria:
l.. Halds an applicable current Contractor's License vcJhere required by state Iaw. The
Iicense must be issued by the state in which the praject resides. �bfiaining tlie required
license is the responsibiIity of the PCSI.
� 2. Employs a registered professional Cantrol Systems Engineer or ElectricaI Engineer io
supervise or perfoz-�m the work required by this specif'ication section. If required by state
law, the registered engineer must be lieensed in the state zn which the engineering work
' is executed by the PCSI. Obtaining the required ragistxat�ion is the responsibility of the
, engineer/PCSI.
� 3. Exnplays personnel on this project who have successfully campleted a manufacturer's
, t�raining course on the conf'iguration and impletnentation of the specific programmal�le
�
con.trolIers, computers, and software propased for this project,
� A�. Project manager and project engineer assigned to the project have a minimum of three
' (3) years employment with the PCST.
� 5. Has performed work in municipal water or wastewater proj ects of similar ar greater
corr�piexity on at Ieast three {3) pxojecis within the last five {5) years and has
implexnented and eompleted at least one (1) of the three prajects with the proposed IIMI
� sa�ware.
6. Has been in the water/wastewater industry perfom-�ing the type of work specified in this
speci�icatian section for a zninixn.um of fiva (5) continuous years."
C. Thc: PCSI shall maintain a fully equipped office/production faciiity with full-time employees
,; capable of iabricating, configuring, instal�ing, calibrating, troubleshootrx�g, and testing the system
� i3�no.ao� 13300-19
31131U2
City af Fort Worth
Rolling Hilfs WTP
Bacicwash Supply System
specifi�d herein. Qualified repair persoru�el shall be a�ailable and eapable of reaching the facility
within 2�} haurs.
D. Actual installation of the system need not be per�ormed by the PCSI's employees; however, the
�'CSI shall pravide the on-site technical supervision of the installation.
E. The PCSI shall furnish equipment that is the product of one manufacturer ta t.�.e znaximum
practical extent. Where this is r�ot practical, aI1 equiprzkent af a given type shall Ue the product nf
one manufacturer.
F. The General Cantractar must name th� praposed PCSI on the bid document. Only appro�ved
suppliars will be accepted. The PCST shall be flne of tI�e following:
1. Bauman Ins�-uments
11G04 E. 58th Street
Tulsa, OK 74146-0583
Athi: Jerry Bauman
Phone: 918-254-2424
2. GE Team Cnntrols
2025 Beltline Road Suite 100
Carrollton, TX 754D6-6447
Attn: Hasan Zaman
Phone: 972-389-7700
Revere Control Systerns
2240 Rnc1ry Ridge Road
Birmingham, AL 35216
Attn; Fred Weaver
Phane: 205-$24-QQq4
G. Being listed in this specification section does not relie�� any potential PCSI frozz� zaneeting the
qualiftcations specified in this section.
H. Listed PCSI's will not Ue required to submit a qualificatian proposal. Suppliers interesfed in
being listed as an equal shall subrriit three (3) copies of a qualification proposal to the Enginaer
no later than 15 days before the Uid opening date. A list af approved equals will Ue issued na
later than four (5} days before the bid opening date.
The qualification proposal shall provide details and a description of how the supplier
proposes to fulfill the requirement� set forth in �his Specification. The supplier shall present
the proposal in sufficient detail so that proper evaluat�on regarding the exper�ence and
capaUilities of the supplier can be performed.
133Dfl.dvc 1330Q-20 3l13/D2
�
City ofFort Worth
Roiling Hills WTP
Backwash 5upply System
a. The proposal shall contain evidence tlzat the supplier has suff cient financial r�sources
ta zxkeet the obligations incidental to tlae performance of the work including available
bondzng. (This requirement ix�ay be provided in t�e form of a veriiiable or certified
-- financia� report far the connpany's latest fiscal year).
b. The gropasal shall contain a list of personnel available far assignm,ent to the
responsible positzons of Project Manager, Project Engineer, Lead Progxammer,
Installation Supervxsor, and Area Seroice Representative. Also, include a concise
resurne of each individual's educarian, wnrk e�erience, and accomplishments. If the
PCSI has alternaie pers4nnel t�at may 6e substituted, then concise resumes sha13 be
submitted for those persons as well.
c. The proposal �hall contain the following speeific informatian:
1) 1V�aintenance services available for hardware and sofiware: Evaluation �vill be
, based an the supplier's capability to provide the requzred routine ar�d emergency
servic�s. The supplier's proposal is to describe fihe capabilities and location of
' his/her nearest (to jobsite) seroic� organization. It is #he intent of t1�e Specification
, to obtain all system rnaintenance services from the supplier. If the supplier
intends to subconiract all or partions of the service requirements, it must be stated
�� as such aIong with the narne and ad�ress of the arganzzation.
2) Technical validation examples of �ecently completed and sirr:ilar scope pr'ojects:
• The supplier shall provide informat�on regarding type, size, cnmplexity, and
, performance of �ive (5} municipal watez purification or wastewater ireatment
systems recently completed, along with names, addresses, and telephone numbers
• of persans qualified �o verify supplier's statexnents approximate cost of the
instrrumentation system supplied, praject completion date and description.
, Evaluation shall be based on tlze similarity af system requirements and supplier's
performazace.
' 3) A description of haw the supplierplans to e.xeeute the varaous functions and
� � locatians where the various por•tions of 1he work will be performed, coordinated
and rrtanaged {e.g., design, ertgfneering, manufacturing, programrrzing, testing
and schedulingJ. The vendor is required to state in his/ller proposal those
functions that helshe intends to subcontract to other ar�anizaiions and include the
nam.e, add�ess and capabilities af these organizations.
� d. The supplier shaIj be required to demonstrate a ininimum of �ive (S) years recent, past
exp�rience in the design, manufacture and commissioning of instrumentation atad
control systems oicomparable size, tyge and complexiiy to the pz'opased project. The
supplier shall demonstrate experiance on municipal projects in water purification and
i3�oo.do� i3300-21 3l13102
City a£Fort �Jorrh
Rolling Hills ViF'I'P
Bac3cwash Supply System
wastewater treatment.
e, 1'he supplier shall be req�zired to have his/h�r own in-house capahility to handle
cax�nplete system engineering, fabricaii�n, and testing,
f. The suppiier shall indicate that he/she has in his/her employ capable personn.el for
detailed engineering, caordination, drafting, procurement and expediting, sch.eduling,
construction, testing, inspection, installatian, #rabning start�up service for ca�ibratian
a�ad coiximissianing and warranty compliance far the period specified.
1.07 SYSTEM DESCRIPTION
A. The PersonaI ComputerCProgrammable Logic Controller-Uased sysfern shall monitor and alarrn
the Bacicwash. Supply Systexx�., pracesses as shown on the PM&IDs, Instrumentatian loop
diagrams, and system architecture dravvings. Controls are lacal and/or "hard v�ired".
B. The control system shalI Ue designed to collsct and stare operating information, monitar and
report non-normal operatzng conditions, equipment failures, pravide glant operating displays and
reports, equipmen.t mainten.ance, inventory maintenance, and power rnanagement. The averall
system sha]1 be an intelligen.t type PLC based control system cQnfi�ured in a hierarchical
arrange;nent connected via a�iber optic data Ethernet IEEE 802.3 cornmunications highway,
consisting of the following:
The PCSI shall provide and install the communzcations networIcs as shown. Sorne equipment is
sgecifically shown to be "by others". Hawever, the PCST shall provide a11 oth.er necessary
ancillary equipment, all associated data concentrators, repeaters, modemis, �iber optic patch panels,
etc., network software and fiber o�tic and twisted pair media equipment whether shov�rn on �ie
Drawings ar not. The communication networks shall cammunicate between �LC-13, and the New
Carnmunications Room as shown. All fiber optic caUle fbers, both ends, shall have connectars
installed and landed in fiber patch panels. All fiber optic cable, connections, patch paneis, etc.
reqt�ired for the communications networks shall be pro�vided, installed, and �ield tested to verify
proper operaiions.
2. Provide all labor and materials for all connections between the PCSI provided communications
switch and the Administratian Building communications switch. All wiring and terrninations will
be the PCSI's responsiUility.
3. The 1'C�T shall provide alI required txansducers, current isolators, signal canditioners, znterposing
relays, etc. whether shovan on the contract drawings ax ncat. Ii is the PCSIs responsibility to field
investigate any and all interface requirements, locations, wiring, ternvna�ians, etc. ta provide a
. complete, and fully configured, integrated, and operational pracess control systea�.
4. 'Fhe PC�I shall calibrate all existing and zaew instruments as indicated and shall provide an
133�O.doc �334D-22 �iia�oa
�
_ .f,
Gity af Fort Vti7orth
Rolling Hills WTP
Backwash SuppIy System
updated list of all ranges/units to t�e Engineer.
S. PLC-131'an�l: PLC-13 Panel shall reside in the Water Tower Base as shown. The PLC shall be
pro�vided with anaing and discrete T/4 cards mounted within the same enclosure. 'I'�e panel shall
•�• also contain one (1) Ethernet switch, and ane {1) fibex optic patch panel. Power for PLC-13 will be
provided frorn the UP�.
PLC-13 shall be configured tvith an Etl�ernet Network Card as specified such tk�at is can
communicate on a peer-ta-peer basis with HSQ HMI system. The PCSI s�a�l coordinate both
hardware and software with the HSQ so that PLC-13 can monitar and alar�xa the Backwash
System.
7. Runtimes for all rnotor�zed equipnnent shall be totalized in PLC-13 and indicaied at the HSQ HMI
Operator Workstations with one {1) hour resolution even if not shown an the loop drawings. The
' total runtimes sha11 have the ability tn be reset from the Operator Warkstatians; however, this reset
shall he password protected to aliow access anly to personnel designated by the Owner.
1 AS DELIVERY, �TORAGE AND HANDLING
A. All equipment shall be crated, delivered and uncrated to protect against any damage.
B. A�i parts shall be praperly pxotected so no dat�.age or deterioration shall occur during a prolonged
delay from the time of shipment until instaIlation zs completed and the equipment is ready for
operation.
C. Provide Delivery, Storage, and Handling requixements as speciiied �elow.
D. �hipping Precaution.s
After completion of shop assembly, factory test, and approvaI, all equipnnent, cabinets,
paneIs, and consoles shall be packed in proteciive crates and enclosed ian. hea�+y duty
polyethylene enveloges ar secured sheeting to pro�ide complete protection from damage,
dust and moistuxe. Dehumidzfiers shall be pIaced insida the polyetk�yien.e caverings. The
equipment shall �Iaen be skid-nnounted for final transport. Lifting rings shall he provided for
mo�ving without reznoving protective covering. Boxed weights sha11 be shown on shipping
tags together with instruction,s far unloading, transparting, storing, and handling at jobsite.
2, Special instructions for proper field hand3ing, storage, and installation required by the
rrzanufacturer �ar proper pzotectioza, shall be securely attached to the packaging for each
piece of equipment prior to shipment. The instructions shali be stared in resealable plastic
hags or other acceptable means of pratection.
None of the control equipment shall be shipped ta ihhe site until the room(s) is
13300.doc 1 � ���-2,3 3/13f02
City af For# Worth
Rolling Hills WTF
Backwash Supply System
environmentally suitable.
4. AII equipment su�plied under Section 13310, 13315, 13320, 13322, and 13325 shall be
shigped to the jab site via a dedicated air ride van.
D. Identification
Each component shall be tagged to identify its locatian, tag number and functian in the
sysiem. Identificati on shall l�e prominently dispiayed on the outside af the package.
2. Each piece of equipment supplied shall have a permanent stainless steel or other
non�corrosive material tag iirmly at�ached and perman�ntly and indelibly marked with the
instrument tag number, as given in the Drawings.
E. Starage
1. Equigment shall not be stared out-of doors. Equipment, including in-line equipment, sl�alI
bc stored in dry permanent shelters and adequately protected against mechanical injury. If
any apparatus h.as been damaged, the General Contractor at his own cost and ex�ense shaIl
repair such damage. If any equipment has been subject to possiUle damage by �ater, it shall
be thoraughly dried and put through suck tests as directed by the Engineer. Any repair or
r�pTacerrnent shall be at the cost and expense of t�e General Contract�r.
1.09 PROJECT/SITE REQUIREMENTS
A. En.�ixonmental Requirements. Air-conditioned areas require NEMA Type IA, 12 ventilated
enclosures. Equipment below grade sha116a NEMA Type 4X. All other areas requir� NEMA
Type 4X stainless steel enclosures. Refer to Division I b f�r area en�ironmental hazardous
cJ.assifications. Outdoor areas require sun shields.
B. EJ.evation. Equipment shall 6e designed to operate at a ground elavation ofi approximaieiy 70�
feet above rnean sea level.
C. Temperature. Indoor areas' equip�nnent shall be suitable for 10 to 35 C degrees annbient. Outdoor
areas' equipment sha11 be suitable fox -34 to SO C degrees aznUient. Storage ternperatures shall -.
range frorri zero to 50 C degrees ambient. Additional coaling ar heating shall b� furnished if
requixed by the equipment.
D. Relative Humidity. Air-conditioned area equipment sha11 Ue suitable for 2D to 95 percent
relative, non-condensing humidity. All other equipment shali l�e suital�ie for 0 ta 1DQ percent
relative, condensing buznidity.
E. �'ower Supply. 120 volts AC sources of eleefric supply shall be unregulated industrial panel
13300.doc 133�a-24 3/14/02
I
City af Part Worth
Ralling Hills WTP
Backwash Supply System
boards.
1,10 MAINTENANCE
A. Toals
1. None.
B. Test Equipment
� 1. Test equipment shall be provided, t�gether with items such as an instruction manual,
earrying/storage cases, a unit Uattery charger where applicable, special taols, calibration
iixtures, cord extendars, patch cords and test leads, which are not specified but are necessary
. for checking field operatinn of equipment supplied under this Section.
2. None
C. Spare Parts
I. Spare parts shall be as defined in the related specification sections. All spare parts sha11 be
new and unused.
;� 2. All spare parts shall be individually packaged and labeled.
, �,
3. The spares l�sted above shall be packed zn a manner suitable for tong-term storage and shall
be adequately protected against corrasiozz, humidity, a�d temperature.
D. Specialiy Tools
I. Any specialty soflware or haa-dware tools used on the project must be turned over to the
Orvner.
�
1.11 WARRANTY
� A. Provide ec�uipmeni warranties per Section 01740, Warranties and Bonds, and herein.
' l.lZ � & M MANUALS
A. Prior to final acceptance of fihe system and owner training, operating and mairitenance manuals
'' covering instruction and maintenaryce on each type af equipment shall b� fumished in accordance
with Section 0173a, Operating and Maintenance Data.
' B. The instructions shall be bound in three-ring binders with Drawings reduced or folded for
�33oD.aoc 13300-25 3113/02
City of Fort Worth
Rolling Hil[s WTP
�ackwash Supply System
znclusion and sh.all provide the fallowing as a nninimum:
A comprehensive index
2. A complet� "As Constructed" set of approved shap Drawings
A complete list of the equipment suppIied, including serial nuzx�.bers, ranges, and pertinent
data
4. �'ull specifications fox eack� item
�ystern schern.atic drawings "As Constructed," illustrating all camponents, piping and
elecirical cflnnections of the systems supplied under this Section
6. Detailed service, rnaintenaz�ce, and aperation instructions %r each it�m supplied
7. Special maintenance requixements particula7r to this system clea�-Iy defin�d, along with
special calibration and test procedures
Operating instructions which incorporate a functional description of the entire syste�, with
raferences to the systems scherr�atic Drawings and instructians
Complete parts lists with stock numbers and name, address, and telephone number of the
local supplier
C. The final documentatian shall be new documentation written specificalIy for �his project, but may
include standard az�d madified standard documentation. Modifications #o e�sting hard�vare ar
software manuals shall be made on the respective pages or inserted adjacently to the modified
pages. All standard dacumentation �urnished shall have all partions that apply clearly indicated.
All partions that do not apply shall be lined out.
D. The manuals sha11 contain all illustrations, detailed drawings, wiring diagrams, and instructions
n.ecessaxy far installing, operating, and maintaining the eq�aipment. The illustrat�d parts shall b�
numbered for identification. All information cantained therein shall apply specifically to the
equip�a�.ent furnished and shall only inelude instruc�ions that are applicable. All such i]Iustrations
shaIl be incazporated within the printing of the page to form a durable and permanent reference
boak.
E. If the PCSI transmits any documentation or other technical information which. he considers
proprietary, such infarmation shall be designated. Documentatian ar technical infarmation which
is desigriated as being proprieta�ry will be used only for the design, construc#ion, operation, or
znain.tenance of the systern and, to tl�e extcnt pemutted b� Iaw, will not be published or otherwise
disclosed.
13300.dac 13300-26 3113102
City af Fart Worth
Rolling Hills WTP
Backwash 5upply 5ystem
F. The final documentation requirements are as follaws:
1. As-built documentation shall include all previous suhmittals, as described iz� this
Specification, updated to reflect the as built system, Any errors in or modrftcations ta the
System resulting from the Factory andlor Field Acceptance Tests shall be incorporated in
this documentation,
2. The Hardware Mainten,ance documentation shall descrihe the detaiZed preventive and
correc�ive procedures required to keep the System in good operat�ng condition. Within tke
complete Hardware Maintexaz�ce documentation, all hardwaare nnaintenance manuals sha11
znal�e reference to appropriate diagnostics, where applicable, and all necessary timing
diagraxa�s shall be included. A zrzaintenance manual or a set of manuals shall be furnished
for all deiivez�ed hardware, including peripherals. The Haxdware Maintenance
documentation shall include, as a minimum, the following information:
a. Operatian �or�ation - This infarmation shall include a detailed description af how
the equipment operates and a block diagraz� illustrating each major asseinbly in the
' equipment.
b. Preventive Maintenance Instructions - These instructions shall include all app3icable
' visual examinations, hardware testing, diagnastic routines, and the adjustments
, necessary for periodic prev�ntive maintenance of the System.
c. Corrective Maintenance Instructions - These instructions shall include guides far
._ locating malfunctions down to the card-xeplacement level. These guides shall includa
adequate details for quickly and efficientty Iocating �he cause of an equipment
' malfiinat�on and shall state the probable source(s) of trouble, the symptoms, prabable
cause, and instructions for remedying the malfi�nction.
� d. Parts Information - This infarmation shalI include ihe identification of each replaceable
or �eld-repairable madule. A11 parts sha13 be identified on a Iist in a drawing; the
identification shall be of a level of detail sufficient for procuring any repairable or
� replaceable part. Cross-references between the Insirumentatian System Supplier's �art
n.um.ber and znanufacturer's part nuznbers shall be provided.
, -
�� e. System Backup/Restore - This information shall include a detailed descrip�ion of the
prooed�re for backang up the PLC; reloading using a backup; and completely restoring
PLC from a backup.
.�
PART 2: PRODUCTS
. 2. Q 1 GENERAL
13300.doc 133�Q-27 3113/02
�
City of Fort Worth
Rolling Hills WTP
Backrvash Supply �ystem
A. Process Control System:
1, All instrumentation supplied shall be of the manufacturer's latest design and shall produce or
be activated by signaIs which are established standards far the water and wastewater
industries.
2. All elec�ronic instrumentation shall be of the solid-state type and shali utilize linear
�ransmission signals of �4 to 20 mA DC (milliampere direct current), however, signals
between instruments within the same panel ar cabinet may be 1-SV DC (�olts direct
current), or the like.
Output of equipment not of the standard signals as outlined, shall have the output
immediately raised andlor converted to compa�ible standard signals for xemote transrnission.
No zero based signals will be allowed,
4, All instruments sha11 Ue provided with rnounting hardware, floor stands, wall brackets, or
instrument racks as shown on the Drawings or as xequir�d.
Equipment installed in a hazardous area shall meet Class, Group, and Division as shown on
the Electrical Drawings, to comply with the Nationai Electrical Code.
�. All indicators and recorder readouts shall be linear in process units, unless otherwise nated.
7. All transinittexs shall be pxovided with either integral indicators ar canduit mounted
indicator� in process units, accurate to two percent (2%).
S. �lectronic equipment shall be af the manufacturer's latest design, utilizing printed circuitry
and suitably coated to prevent contamination by dust, moisture and fungus. SoIid state
aompnnents shall he consexvatively raied for their purpose ta assure optimum long term
perFormance and dependability over arnbient atmasphere fluctuatians and 0 to 95% percent
relative humidi#y, The field mounted equipment and system componez�ts shall be designed
for instal�ati4n in dusty, hurnid, and slightly corrosive service conditions.
9. All equipmez�t, cabinets, and deviees furnished hereunder shall be heavy-duty type, desi�med
for cantinuous industrial service. The systezn shall contain products of a single
manufacturer, insafar as possible, and shall cansist af aquipment models which are cuxrently
in production. A�l equipment provided shall be of madular construction and shall be
capable of field expansion.
I0. The field mo�nted digital sys�em equipment and system components shall be designed for
installati�n in dusty, hurnid, and slightly corrosive serr�ic� conditions.
13300.doc 1330Q-28 3/13102
City of Fott Warth
Rolling Hills WTP
Bacicwash Supply System
11. All el�ctronicldigital equipment shall be provided with radio frequenc� interference
proteeiion and shall be FCC approved.
B. Electrical
1, All equipment shall be desigzaed to operate on a 60 Hertz alternating cuzrent power source at
a noxninal 120 volts, plus ar xninus 1� percent, except where specifically noted. All
regulators and pawer supplied required for compliance with the above shall be provi.ded
Uetween power supply and interconnected instrument Ioop. Where equipment requires
voltage regulation, constant voltage transformers shall he supplied.
2. Materials and equipment used shall be UL approved wherever such approved equipment and
rnaterials are available.
3. All equipment shall be designed and cons�ructed so that zn the event of a povver interrupiion,
the equipment specified hereunder sha11 resume normal operatian wi�-iout manual resetting
when power is restored.
2.02 LIGHTNING/SLTRGE PROTECTION
� A. General - Lightning/Surge protection sha�l be provided to protect tIie electronic instrumentation
system from induced surges propagating along t1-ie signal azzd power supply lines. The protection
�' systerns sha�l be suc� that the prateciive level shall not interfere vv�it�i normal operation, but shalI
,� be low�r than the instrument surge withstand level, and be m.aintenance free and seIf-restoring.
Insttumenis shall be housed in a suitable meta.11ic case, properly grounded. Ground wires for all
°� surge protectors sha11 be connected to a good earth ground, and where practical, each ground wire
_ run individually and insulat�d from each otl�er. These protectors sha13 �e tnounted within the
! instrument enclasure or a separate NEMA � junction box caupled to the enclosure. All contact
�} points shall �e copper with niokel plating. The transient xesponse of units shall �e less than 1
nanosecond. The surge protector shd�ld meet IEEE G62-41 Standards. �
1. Manufaeturer
a. Phoenix Contact
1�
U. Telecommunications Industries Tnc.
; , c. JQslyn
d. Approved equal
B. Potiver �`upply � Protecfion nf all 120 VAC inskrument pawer supply lines shall be provided.
Cabinet(s)Ipanel{s) and groups of field instruments, regardless of location (indoor or outdoar},
sl�all be prot�cted Uy isolation iransformers and surge suppressors. Individual field instruments
1330D.doc � �3��-2� 3/131Q2
City of Fort Warth
Ralling Hills WTP
Backwash 5upply System
shall be protected by individual snrge suppressors.
C. Signal Line - All analo� signal lines sha11 be pratected through the use of inetal axide varistors
(MOVs), line io line and line to grQund inductors, Zez�er diodes and gas tube az-restors with fuses
�n a PC board maunted in a snap track and labeled. These shali be provided at botk� ends of the
signal lines and as close to the instruments as possible.
2.Q3 TUBING AND FITT]NGS
A. AlI instruinent air kaeader talEeoffs and branch connections less than 2-incl�es shall be 31b
stainless steel.
B. All instrument shut-off valves and associ�ted fittings shall be supplied in accordance with tlae
piping specific.aiions and all instrumen.t installatian details. Fittings sha�l be Swagelok 316
stainless steel or aquaI and valves sha1l be Whitney 316 siainless steal or equal.
C. All instrument tuUing shall be fully ann�aled ASTM A269 Seamless 316 grade free of O.D.
scratches and having the following dimensianal characteristics as required to fit the specifc
installation:
l. 1/4-in ta'/2-in O.D. x 0.435 wall thickness
2. 5/8-in to 1-in O.D. x O.O�L9 wall thiclrness
3. 1-in O.D. x O.Q65 wall thickness
4. 1-1/4-in O.D. x 0.�65 wall thickness
5. 1-1/2-in O.D. x Q.0$3 wall thiclrness
6. 2-in O.D. x 0.095 wall thickness
D. All process connections ta instruments shall be annealed %a-in O.D. stainl�ss steel tubing, Type
316.
E. All tu�e track shall Ue supparted by stainless steel and installed as per manufacturer's installation
instructians.
PART 3: �XECUTION
3.01 GENER.AL INSTALLATION
i33oa.ao� 13300-30 3/13102
I
�t
.p
City of Fort Worth
Rolting Hills WTP
Backwash Supply System
A. The process controi system, instrumentation, and accessary equipment shall be instailed in
accordance with the manufacturer's instructidns. The locations of equiprnent, transmitters,
alarms, and similar devices shown an the Drawings are approximate only. Exact locations shall
- ba as approved by the Engineer during construction. Al1 information relevant to ihe placing of
process control work shall be obtained zn the �eld. In case �f any interference with other wark,
proceed as directed by the Engineer and fi�z-r�ish all labor and materials necessary to complete the
work in an appraved manner.
B. The instrumentation loop diagrams indicate the intent of the interconnecfiion hetween the
individual instruments. Any exceptions should be noted. Two (2} complete sets of approved
shop drawings s�iall be kept at the job site during all on-site construction, Both sets shall be
marked up identicalSy to reflect any modificaf.ions made during field installation or start-up. All
n:�ar�gs shall be verified and izairialed by the Engineer or his desxgnated representative.
G Following completion of installation and the Operational Readiness Test, one (1) set af the
marked up dravrings shall be provided to the Engineer; t1�e other set shall be retained by the
Supplier fnr incorporation of the mark-ups into fnal as-b�xil� dacurnentation.
D. The instrumentation installation details on tha Contract Drawings indicate the designed
installation for the instruments specif ed. Where specific installation details are noi specified or
shown on the Drawings, tlae American Pet�oleum Tnstitute (APn Re�a�nnmended Practice 550
shall be followed as applicab3e.
' E. All work shall be executed in full accordance with codes and local rulings. Should any wark be
perfarmed contrary to said rulings, ordinances and regulations, the G�neral Contractor sha11 bear
full responsibility for such violations and assume all costs arising therefrom.
F. All equipment used in areas designated as haza�rdous shall be d�signed for the Class, G°roup, and
Divisiqn as requ�red on the Electrical Drawin:gs for the lacations. AlI work sha11 be in strict
accordance with codes and local rulings, Should any work be performed cantrary ta said rulings,
, ordinances and xegulations, the Supplier shall l�ear full respc�nsibility for such violations and
assume all costs arising therefrom,
, G. Unless speci�calIy s�own in the Contract Drawings, direct reading or electrical transmitting
instrumentation shall not be mounted on process piping. Instrumentation shall be mounted on
'' instrument racks or stands as detailed on the installatian detail drawings. All insirumentation
connections shall be provided with shuto�f and dxain �alves. For differentza:l pressure
transmitters, valve manifolds far calibration, testing, and blow down service shall alsa be
•� provided. �'or slurries, chemical or corrosi�e fluids, inline diaphragm seals shall be provided.
H. All piping to and from field insirumentation shall be provided with necessary uruons, test tees,
cauplings, adaptors, and shut-off valves.
i33oo.�� 133d0-31 3i13iQz
City of Fort Worth
Rolling Hills W'�'P
Backwash Supply System
I. Field instruments requiring power supplies sh.all l�a provided witia lacal electrical shutoffs and
fuses as required.
Brackets and hangers xequired for equipxnent mounting shall be provided and sha11 be installed in
a workmanlike manner and not interfere with any other equipment.
K. The PCSI shall investigate each space in the building t�rougla which eq�ipmeni must pass ta
reach its finallocation. If necessary, the PCSI shall be required to ship material in sections sized
to permit passing through rest�icted areas in tha building. The PCSI shall also invesfigate and
make any field modifications to the allacated space for each cabznet, enclosure, and panel to
assure proper space and aecess (front, rear, side),
L. The shieId on each pracess instrumentation cable shall be continuous frorn. source ta destination
and be grounded as directed by the manufacturer of the instrumentation equipnaent, but in no case
shall more than one ground point be employed fox each shield.
M. Lifting rings shall be removed fram ca�inets/assemblies. Hole plugs the sarne color as the
eabinet sha�l be pro�ided fox the holes.
N. The PCSI, acting through the General Cor�traotor, shall coordinate the installatian, the placing
and location af systern components, and their eonnections to the process equipza�ent panels,
cabinets and devices, subject to the Engineer's approval. The PCSI shall be respansible for
ensuring that all field wiring iar power and signal circuits is done corr�ctly in accordance with
best industry practice and provide for alI necessary system groundin� to ensure a satisfaetory
functioning installation. Th� General Cont�-actar hereunder shall schedule and coordinate his
work under this Sec�ion with thai of the electrical wark specified under applicable Sections of
Division 16.
3.02 TESTS {GENERAL}
A. The PCST shall test all equipment at i�►e factory prior ta shipment. TJnless otherwise speciited in
the individual specif cation sectiozzs, a31 eq�zipment provided by the PCSI shall Ue tested at the
factory as a sing3e fully integrated sysiem.
B. As a minimum, the testing shall include the Foll�wing:
iJnwitnessed Factory Test (LTFT)
2. OperationaI Reatliness �es#s (ORT)
Functional Demonstrafion Tests (�'DT)
4. 30-Day Site Acceptance Tests (SAT}
i3�ao.ao� 13300-32 3i13�o�
City of Fort Worth
Rolling Hills WTP
Backwash Supply 5ystem
C. Each test shall be in the cause and effect format. The persor� canducting the test shall iaaitiate an
input (cause) and, upon the system`s ar subsysiem's producing the correct result (ef�ect}, the
specific test requirement shall be satisfied.
D. All tests shali be conducted in accordance with prior Engineer-appxoved procedures, forms, and
check lists. Each specific test sha11 be described and follflwed Uy a section for sigin off by the
appxapriate party after its satisfactory completion.
E. Copies of these sign off test procedures, foxms, and checic lists will constitute the required test
documentatian.
F. Provide all special tes�ing materials and equipment. Wherever possible, pert'orm tests using
actual process variables, equipment, and data. V�ere it is not practical to test wifih real process
variaUles, equiprnent, and data, provide suitable m.eans oF simulatian. Define these simulation
techniques in the test procedures.
G. The General Contractor shall require the PCSI to caordinate all testing with the Engineer, all
affected 5ubcontractars, and �lie Or�t�n�r.
H, The Engineer reserves the right to test or retest all specified functions whether or not expli.cztly
stated in the prior ap�roved T�st Procedures.
I. The Engineer's decision shall be final regarding the acceptability and completeness of alI testing.
J. Na equipment shall be shipped until the Engineer has received all test results and approved the
� system zs ready for sl�pment.
� K. The PCSI �hall furnish the serwices of servicemen, all special calibration and test equipment and
� labor to perform the field tests.
L. Carrection of Deficiencies
AI1 deficiencies in workmans�ip and/ar items not rr�eeting specified testing requitements
shall be corrected ta meet specification requirements at no additiox►al cost to the Owner.
� r
2. Testing, as speci�ed herein, shall be repeated after correction of deficiencies is rnade until
the specified reyuirements are met. This wark shall be perfarmed at no additional cost to the
� � Owner.
3.03 UNWITNESSED FACTORY TESTS {UF'T)
� A. The entire system, except primary elements, �inal control elements, and field mounted
13300.dac 13300-3 3 3i i�roz
City af �art Worth
Rolling Hi11s WTP
Hackwash 5upply System
transmit�ers, shall be interconnected and tested to ensure the system operates as speciiied. All
analog and discrete inputloutput points nat interconneeted at this tixne shall be simulated to
ensure proper operation of all alarms, monitoring devices/functions, a:nd control
da�ices/functions.
B. All panels and assemblies shall t�e inspected and tested ta verify that �hey are in confarmance
with related suUmittals, specificafions, and Contract Drawings.
C. During the tests all digital system hardware and software shall have opexated coniinuously for
five (5) days withoe�t a failur� to verify the systern is capable of continuous operation. The
unwitnessed tes# results shall be suUmitted to ihe Engineer for appraval.
D. Tests to be gerformed shall include, but not be limited to, the following:
1. Demonstrate operability of alI equipment
2. Demonstrate operability of th� control data comrz�,unication netwark under anticipated full
Ioad conditions
1D0 percent point check of v0, including wi�ing
4, Demonsfirate the ability io monitor and claange at least 20 pieces of digital and analog data in
each PLCIRIO fram the HMI saftware at a13 operator workstations
Demonstrate the ability to share data betvveen operator workstations and servers
6. Demons�rate the al�iIity oi each workstation to print reports on ali network printers
7. Demansirate �he aUiIity for each workstation to read and write to axad from desi�nated files
frorn vaorkstations.
8. Demonairate cornmunication failura and system restart
9. Demonstrate total power �ai�ure and recovery. NQTE: The UPS shall be rezx�.oved for this
test
10. Demonstrate a catastrophic faiIure and recovery of the PLC.
1 Z. Demonstrate proeedure for backing up the PLC; reload using a bacicup; and campletely
restoring a PLC fram a backup.
E. During the test for a period of time equal to at least 2Q percent of the test duration, the Engineer's
ia3oo.ao� 13300-34 3113I�2
City af FQrt Worth
Rolling HiIls WTP
Backwash Supply System
andlor �wner's representative shall have unrestricted access to the system.
F. Al1 analog control panels shall be included in these tests.
G. All deficiencies identified during these tests shall be corrected and ret�sted priflr to completing
the Witnessed Factory Test as determined by the Engineer.
�
3.04 QPERAT�ONAL READINESS TE�TS (ORT)
A. Priar ta startup and fi3ie Functional Demonstratipn Test, the entire system shali be certified
,
(znspected, tested, and documented) that it is READY for operation.
B. LooplCornponent Inspections and Tests: The entire system sha11 be checked for proper
installation, calibrated, and adjusted on a loop-by-loop and component by-component basis to
ensure that it is in conformance with related submittais and these Specifi�ations.
, 1. The LooplCorrzponent Inspections and 'I'ests shall be implemented using Engineer-approved
forms and check lists.
a. Each loap shall have a Loop Status Report to organize and track its inspection,
adjustment, and calibration.. These reparts shall include the fo3lowing inforznation an,d
` checkoff items with space fax sign off Uy the 1'CSI:
.,
1) Project Narr�e
2) Loop Number
I�� 3} Tag Number for each component
4) Checkaffslsign offs for each eomponent
� • Tag/identification
� Tzzstallation
i
' �'�1'1'XllI13t1011 - W1T111g,
• Terminatian - tubing
� • Calihration/adjustment
� S) Checkoffslsign offs for the loop
• Panel interface tertninations
• I/O interface ternunation.s
• v0 signal operation �
• Inputsloutputs operational: receivedlsent, processed, adjusted
i33oa.aoG 133�0-35 3it3ioz
City of Fort Worth
Ralling I-iills WTP
Backwash Supply System
Total loop operation
6) Space for comments
b, Each active Analog Subsystem element and each I/O module shall have a Component
Calibration Sheet. These sheets shall have the following info�-matian, spaces for data
entry, and a space for sign off by the PCSI;
I) Projecfi Name
2) Loop Nurrzber
3) Cornponent Tag Number of I/O Module Number
4) Campnnent Code NumUer Analog System
S} Manufacturer (for Analog syst�m element}
6} Model Number/Serial Nurnber (for Analog system)
7) Summary of Functional Requirements:
• Indicators and Recarders: Scale and chart ranges .
• Transmitters/Convertexs: Scale and chart ranges
• Computing Elements: Function
• Cantrollers: Actian (directlreverse) contral Modes {PID)
• 5witching Elements: i7nit raz�ge, differential (FI�ED/ADJTJSTABLE),
Preset (AUTOIMANi7AL)
• Il0 Modules: Input or output
8) Calibrations:
� Analog Devices: Required and actual inputs and outputs at 0, 1D, 50, and
100 percent of span, rising and falling
� Discrete Devices: Required and actual trip points and reset points
� Controllers: Mode settings (PID)
• UO Modules: Aequired and actual izaputs or outputs for Q, 10, 50, at�d 1.00
p�rcent of span, rising and falling
9) Space for commenis
10) Space for sign off by the PCSI
13300.doc 13304-3b 3/13102
City of �prt WorEh
Rolling Hills WTP
Backwash Supply SysEem
2. Th� General Contractor shall require the PCSI to �nnain.tain the Loop Status Reports and
Cnmp�nent Calil�zation Sheets at tbe j�b-site and xnake thern available to tlae-
EngineerlOvsmer at any time.
3. These inspections anc� tests do not req�ire witnessing. However, #he Engineer shall review
and initial all Loop Status Sheets and Component CaIibration Sheets and spot-check their
entries periodically and upon completion of the Operational Readiness Test. Any
det`iciencies found shall be conected.
3.05 FUNCTIONAL DEMONSTIZATION TEST (�'DT)
A_ Prior to startup and the 30-Day Test, the entire instailed instrument and control system shall be
� certified that it is ready for operation. AIl preliminary testing, inspeetion, and calibration shall be
complete as defzned in the Operational Readiness Tests. The FDT will be a jaint test by t�e PCSI
and the HSQ.
B. Once th� facility has been siarted up and is operaf.ing, a witnessed Funciianal Demonstration Test
�� shall be performed on �e complete system ta demon.strate that it is operating and in campliance
.; wiih these �pecifications, Each specified function sha11 be dernonstrated on a
paragraph-by-paragraph, laop by-loop, and site by-site basis.
C. Lonp-specific and �an-laop-specific tests shall be the same as speci�ed under Functzonal
Demonstration Tests exeept that the entire installed systenn shall be tested and all func�ionality
demonstrated.
D. Updated versians of the documentation specified to be provided for during tl�e factory tests shall
be made available to Che Engineer at f.he j�U-site both before and during the tests. In addition,
one {1) copy of all O&M ManUals shaIl be made availaUle to the Engineer at the job-site both
before and during testing.
E. The daily schedvle specified to be follawed during tlie factory tests shall also be followed during
the Functional Demonsiration Test.
F. The systa7m shall aperate for l Ofi continuous hours without failure befare this test shall be
considered successful,
G. Demonstrate communication failure and reco�ery
H. Demonstrate total power failure and recovery. NOTE: The UPS shall be removed far this test.
I. Demonstrate a catastrophic failure and recovery of a PLC.
is3oo.aoc 133Q0-37 3/i3/42
City of Fort Worth
12olling Hills WTP
Bactcwash Supply System
7. Demonstrate procedure for backing up the PLC; reload u�ing a backup; and completely restore
the PLC from a backup.
K. 'Fhe following documentation shall be made available tn the Engineer at the test site both before
and durang the Functionai Demons�ratian Test:
1. Ali Contract Drawir�gs and Specifications, addenda, and change arders
2. Master copy af the tesi procedure
3. List of the equipment ta be tested including make, rnodel, and serial num�er
4. Desigx�-related hardware submittal applicable to the equipment being tested
5. Software Iicense
L. The daily schedule during the�e t�sts shall be as follows:
1. Morning meeting to review the day's tesf scheduIe
2. Scheduled tests and si�mc�ffs
3. Evening rneetings to review the day's test results and to review or revise the next day's test
schedule
4. Unstructured testing per�od by the witn�sses
M. AIl test data and pxocedures fol�owed during testing shalI be logged and certiiied copies of the
logs shall be provided ta the Engineer and Owner.
3.06 30-DAY SITE ACCEPTANCE T�ST {SAT)
A. After completion of the OperationaI Readiness amd Functional Demonstration Tests, the PCS�
shall be responsible for operation of #he entire system for a period of 30 consecutive days, under
conditions oi full plant process operatian, without a single non-iield repaixable malfunctian.
B. Duiing this test, plant operating and PCSI personr�el shall be present as required. For this test,
the PCSI is expected to provide personneI who have an intimate lrnowledge of the system
haxdware and sof�ware.
�33oa.do� 13300-38 3n3io2
Csty of �'ort Warth
Rolling Hills WTP
Backwash 5upply 5ystem
C. While this test is proceeding, the Owner shall have full use of tlae systezza. Only pIant operating
personnel shall be allowed to operate equipment associated with live plant processes,
D. An.y malfunction during the tests shall be analyzed and corrected by tiie YCSI. The Engineer
a�ndJor Owner will determine w�ether any such malfunctions are sufficiently seriaus ta warrant a
repeat of thi s test.
E. During fhis 30 cansecutive day test period, any malfuncfion which cannat be corrected within 24
hours af occurrence by PCSI personnel, or more than �ro similar failures of any duration, �vi11 be
considered a non-field-repairable rnalfunction.
F. Upon cnmpletion of repairs by the PCSI, the test shall be repeated as speciiied �ierein.
' G. In the event nf rejection of any part or function, the PCSI shall perform repairs or replacement
, , within 90 days.
' H. The total availability of the system shall be the combined availability of the master PLC's, RIO's
, , and Operator Workstations;
°/fl Avazlability (System) _((Total Testing Time - Down Time) = Tatal Testing Time) x 100
I. The SAT test is considered successful if the system availability is greater than 99.5 percent
(99.5 °/Q). The SAT test shall be restarted or repeated in its entirety if a�vailability is less than
99.5°/a.
J. A failure is the inability of a component to perform its function regardless of the cause or se�erity
of the failure.
� 1. Failures may range in severity froz�a loss of a single keyboard contact, tn inoperabi�ity of a
�' warkstation or print de�vice, to camplete inoperability.
2. Failures may ve cansed by hardware or software faults. Softwarc iaults will be charged
against the appropriat� hardwaz�e conaponen.t.
� 3. Failures may be continuous or intez-rnittent. An internvttent failure is a failure that occurs
�' and then disappears before corrective maintenan.ce can l�e completed. Examples of
intermitt�nt failures include, but are not limited to, the fojlowing:
a) Com�rnuzaication errors caused by defeciive master station equipment
b) "Sticky" keybaard contacts
c) Peripheral device enors
d) Operating system errors
13300.dac
13300-39
3l13/62
�
City of Fort Worth
Rolling Hills W7'P
Backuvasln 5upp4y Systam
Y
K. Downtime is the period of time between notification that a failure has occurred and nahfication
that repair has been completed.
For iniermittent failures, downtime is ihe accumulatian o� the gr�ater of the actual duration
of each intermit��nt failure or fif�een minutes per occurrence. This accumulation starts at
failure modificatian and ends at repair coznpleta notificatian, subject to verificatian of the
repaix by the Owner.
2. Veri�y the end of dnwntime by testing repairs.
L. A componen� is any equipment which is aonsistent in nature and function as those specified.
Gomponent examples include, hut are not limited to, operator stations, DCU, PLCIRIOs, disk and
tape drives, the rnastex station computers, printers, data network, znodems and similar hardware.
M. AvailabiIity is the fxacfion of operating time a cannponeni is capable of performing its intended
functian.
N. A PLC or RIO unit is considered down and downtime wi11 be recarded upon occurrence of any ot'
�he follawing:
1} Errors in data transZation
2} Loss of numerical data
O. Down times due to power outages or other factors outside the normal protection devices ox
backup p4wer supplies provided, shall not contribute to xh� availaUility test times abave.
P. Upan successful completion of the 30 day aperatian test and subsequent re�iew and approval of
complete system final dacu�nentation, the system shall be considered substan.tially complete and
the one year warranty period shall commence.
3,07 CORItECTIQN OF DEFICIENCIES
A. All defciencies in work andlor items not me�ting speci�ted testing requiremen.ts shall be
corrected in order to rneet specification requirements at no additianal cast to the Qwner.
B, Testing, as specified herein, shall be repeated after correction o� deficiencies is made until the
specified requiretnents are met. This vt�ork shall be performed at n.o additional cost to the Owner.
3.08 TRAINING
A, General
is3oa.ao� 13304-40 3�ia�oz
Ciiy of Fort Wor�h
Rolling Hills WTP
Backwash Supply System
1. The cost of training programs iar the Owner's personnel shall be included in the Contract
•• price. Where practical, the training and instruction shall be directly related to the system
being supplied. The training program shall represent a comprehensive program covering all
aspects of the aperation and maintenance of the system.
2. Training shall be conducted at the rnanufacturer's training facility, PCSI's training facility,
andlor the O�+ner's facilities.
3. Ali Technicians, Operators, Engi�aeers, and Managers of the Facility shall requir� training on
the Process Control Sysfem (PCS). The training courses shall address operation,
� maintenance, and iroul�leshooting aftlae system provided. The courses shall bE desigried
specifically for the type af personne� attending, such as Operato�s, Engineers, etc.
� 4. All trainin� schedules shall Ue cnordinated rr+iih and ai ihe convenience of the �wner. Shi$
training xr�ay be required to correspond io the Owner's working schedule.
� 5. AII instructars must be intima�ely familiar with the operation and control ofthe Qwner's
' Facilities.
6. Provide detailed training manuals to suppleme�t the training courses. The manuals shall
include speciiic details of equipment supplied and operations specific to the project,
7. The trainer shali make use of teaching aids, ���anuals, slide/video presentatian.s, etc. After
the traini�g services, all training materials shall be delivezed to Owner.
8. The Ovvner reserves the right to �ideotape all trainr.ng sessions. All training tapes shall
becorne the sole praperty af the Owner.
9. �'or each training, outline the pre-requisites and make recommendations on who (�.e.,
��' operatars, maintenat�ce, ar supervisary persaxinel) should attend these iraining sessions.
10. Ensure that the instructor daes not pezfonn other duties which will interrupi instruction
� l' during this period.
� 11. For on-site training, include the costs far the instructor's travel, sulasistence, and lodging.
- Course lengths sp�cified for on-site training are for actuaI instruction time. For additional
time required far travel, include the cast for instructor per diem expenses. Tnclude course
I feea and course znaterial eosts,
12. The training shall be structured as follows:
a. The system trainuig program shall be structured such that the operat�ng personnel vrill
understand the system's operation, and the functions available in #he systern.
133QO.dac 13300-4 � 3ii�ioz
City of Fort WortE�
Ralling Hills WTP
$�ckwash Snpply 5ystem
b. The le�el and amount of training will be based on the understanding of the individual
staff members. Preventive and corrective maintenance of software and hardvvare shall
he presented.
c. A numUer of hasic theory caurses shall be provided to give ihe operators an
appreciation of how the systena: can help them perfo�-m their jobs.
d. Additional detailed trainin� for several selected personnel shall include an introductian
to systems, a hardware and saftware overview, and an overview of camputer system
fundamentals.
e. The aperators of the system shall be trained in the opexation af the operator's consnle
and its peripherals.
f. A maintenanoe training program shall caver the aperator interface software,
perigh�rals, data highway and PLCs. Instrumentatian technicians and otk�er chosen
plant personnel sh�I1 Ue trained in software development and maintenance, and
structured programming tec�niques.
13, Cost of Travel
a. The eosts assaciated with the manufacturer's and factory training sessions including
airfare (from Dallas, Texas}, car rental, hotel expenses, rneal costs, efc. shall be
included as part of tk�e Work af fi.his �ection. These costs incurxed by the �wner's
persan.nel while participating in the System SuppIier's manufacturer's and factory
training sessions shall be paid out of a$4,000.00 aIlowance. The System Supplier
shall include tlais $4,QOfl allowance as part of the Bid Amount fox the work of the
Section. TJpon cam.pletion of each manufacturer's and factory �raining session,
Owner's persannel shaIl submit invoices, bills, receipts, ete. for costs incurred as a
result af factory training to the Contractor for reinnbursement. The Contractar shall
reimburse each of the Own.ex's personnei within one (1} week af receipt of such
documentation. ReimUursement shall Ue in the form of a check made payable io the
indi�iduaI party submitting for xeimUursement.
b. Tf at the completian of a11 scheduled Manufacturex's and factory training, the $4,000
allovvance is not exhausted, the balance remain7ing shall be used in one of the following
methods :
1) Purchase of addit�onal training
2} Purchase of additional spare parts
13300.doc 13300-42 �113roz
�
City of Fnrt Warth
Rolling Hills WTP
Backwash Supply System
•- 3) Credit to the Contract Bid ,Annount
14. The following traaning course suzananary tabjes shall, as a minimum, be pro.vided:
MANUFACTURER'S TRAINING
DESCRIPTION COURSE # OF STUDENT
DiJRATION PERSONNEL HOi]RS
{HOURS)
. Programmable Lo�ic 40 2 80
Controller (PLC}
DESCRIPT�ON
Integrated Control Syst�m
PLC Hardvvarelsoftware
DESCRTPTION
�,
.1
�ACTORY TRAII�ING
COi1RSE # OF STC7DENT
DURATiON PERSONNEL HOURS
(HOURS}
$ 2 16
16 2 32
FIELD TRAINING
COURSE # OF STUDENT
DURATTON PERSONNEL HDURS
(HOURS)
Field Tnstruzx�ents S 4 32
Operator S 3 24
(Post-Startup)
FiUer 4 3
(Section 13322}
B. Manufacturer's Training
1. Prngrammable Logic Controller (PLC) Hardware and Software
13300.doc 133a0-43
I2
3113/�2
City of Fort Worth
Roll'rng Hills WTP
Backwash Supply System
a, Provide manufacturer's standard trauaing cnurse for t�vo (2) of ih� Owner's personnel
in the operatian, configuration, prograznming, ins#allation, and maintenance of the PLC
hardwarre and saftvvare supplied
b, The txaining sha1F Ue conducted no rzaore than two (2) naonths befare the Witzxessed
Factory Test
c, The hardware an.d soffware cQurses shall not be concurrent
d. The following hardware training shall be provided as a minzrnum:
1) H�dware maintenan�e for the PLC equiprnent provided
2} Test, adjustment, and eaiibration procedures
3) Troubleshooting and diagnosis
4) Gomponen,t removal and replacement
S} Periodic maintenance
e. The following saftwara training shall �re provided as a minimuzn:
1) 5ystem configuration
2} Application speci#'zc program developmentlprogrtunming
3) Uploadingldawnloading programs
4) Documenting program/cozafiguration
5) System backups and reload procedures
6) TCP/II' addressing procedures
7} Network cornmunications con£igu�ratian
G. �actory Training
1. Tntegrated Conirol System Training
i33ao.do� 13300-44
3/13102
City of Fart Worth
Rolling Hills W'I'P
Backwash Supply System
a. Provide a minimum of sixteen {16} hou7rs of trairraing far two (2} af Or�+ner's persanne]
in the operatzon, zx�ain.tenance, noubleshooting, etc. with the fully Iniegrated Control
System. The training sha111�e held before the Functional Demansttation Tesi, but not
more than two months before.
b. Training personnel shall Ue iniimately familiar with the control system equipment, its
.� manipulation, and cnnfiguration. Training personnel shall command l�owledge of
system debugging, pragraxn modification, troubleshooting, maintenance procedure,
system operation, and programming, and shall b� capabie of transferring this
,, knowledg� in an arderly fashion to technicaily oriented personnel.
� c. Training and instruction shaIl b� specific to the system that is being supplied.
d. 1'raining shall consist af classroom instructions and hands-an instruction utilizing the
Qwner's system.
e. Detailed training shall be provic�ed on the actual configuration and implementation. for
this Contract. Training shall cover all aspects of fhe system, that will allow the
Owner's personnel to maintain, modify, troubleshoflt, and develop future
addi�.onsldeletions to fi3ie system. The training shall cover the following suhjects, as a
mrnirnulm:
1} System overview
2) System hardware components and specific equipment arrangernents
0
3) Systern s�artup, shut d�wn, load, backup, and hisiorical archiyallretrieval
. procedures
�
4) Periodic maintenance
5) Troubleshooting and diagnosis
6) Network configuration, communications, and operation
7} WindowsNT operation and maintenance
� $) System backups and reload pracedures
9) TCP/IP addressing procedures far all Ethernet devices
133DO.dac 13300-45 3113/02
City of Fort Worth
Rolling Hills WTP
Backwash Suppiy System
2, Progira�n.able Logic Controller (PLC) Hardv�are and 5oftware
a. Provide a minimum of thirty-two (32) hours of training for two (2) of Owner's
personnel in the operation, maintenance, troubleshooting, etc. with the PLC hardware
and software system. T'he training shall be held befor� the Functianal Demonstration
Test, but not more than twa rrxonths before,
b. Training and instruction shall be specific to the system that is heing supplied.
c. Training shall consist af classroozn instructions and hands-on instruction utilizing the
Owrler's system.
d. Detailed �raining shall Ue provided on the actuaI confi�ration and implementation for
this Contract. Training shall cover all aspects of the 1'LC system, that will allow the
O�ner's personnel to maintain, rnodify, troubleshoot, and develap futute
additionsldel�tions to the PLC system. The training shall cover the following subjects,
as a rninimum:
I) PLG �ystem averview
2) PLC �ystenl Architecture
3) �LC System hardware �omponents and specific equipment arrangements
4) P�,C Systern startup, shut down,load, backup, and PLC failure recovery
S} Periodic znaintenance
b) Troubleshooting and diagnasis down to the I/O ea�rd Iev�l
7} PLC configurration, communications, and operation
D. Fi�Id Training
Field Insfratr�ents
t�soa.aoo 13300-4b 3i13ioz
Ciry of Fort Worth
Ralling Hiils W'I'P
Backwash Supply System
a. Provide a minimurn of one 8-haur hardware trainin.g and in.struction on the
maintenance of the field instrumentation for four (4} of the Qwner's instrumentatzan
t�chnicians. This training shall be canducied befoxe t�.e Functional DennonstratiQn
Test, but no rnare �han ane (1) month ba�ore and at a time suitable to the Owner. This
trairiing shall take place at ttae Owzaer's facility. As a minimum the following shall be
included:
1) Training in standard hardvware maintenance for the instruments provided
�� 2} �peciiic training far thc actual instrumentatinn con�'iguration to provide a detailed
understanding of haw the equipment and componen�s are arran�ed, connect�d,
� and set up for this Gantract
3) Test, adjustment, and calibration procedures
- • 4} Txoubleshooting and diagnosis
5) 1'eriQdic znaintenance
2. �perator Training
a. Training perrsonnel shall be intimately familiar with both the Control System and the
l�lant Process. The PCSI shall provide trainers that are famiIiar with the designed
operations of the P1ant and how the control system executes the operatian.
�. One eigh� (8) hour operator �raining session {Pre-Startup} for 1� operators shall be held
one. week befnre system startup. Az� additzanal eight (8) hour aperator training session
{Post-Startup) for 1Q operatars shall be held ane week af�er system start�p.
c. Plant Operator field training shall be held at the c�nvenience of the Owner. The PC�I
shall be prepared to hold this training d�.ring the day, late at night, or very early in the
.` morning to accamrnodate #he Owner's shift schedule. .
d. Plazrt �peraior field �raining shall be sfructured specifically for operations type
� personnel. Training personnel shall be prepared ta show the operators how to operate
tk�e Plant from the Control System 1eve1 in the event of Cantrol Room equipment
' failure, Additionally, such topics as char�giz�g prznter ri.bbon, ahanging printer or videa
. � copier paper, printang reports on demand, copying graphic displays, signing-on the
system, creaLing graphic generated trends, etc, shall be discussed.
e. Plant Operator field training shall be introductory in nature during pre-startup training
13300.doc � 33Q�-47 3/13102
City ofFort Wortl�
Ralling Hills WTP
$ackwash Supply S�stem
and rnore in depth atad detailed during post-startup training,
f. The PCSZ shail, at a rn.inimum, have the followin.g t�aching aids available for
distribunon duxing Plant Operator iield training sessions:
1) Preliminary O& M MarivaTs (pre-startup); Final O& M Manuals {pnst-startup)
2) Process, MecIaa�ical, and Instrumentation Diagrams as presented in the Contract
documents
3) Daily syllabus
4) Fifty percent {SQ%} af all Plant Operator field training shall be "hands on"
utilizing the installed Cantrol System to the fullest extent possible. The PCSI
shall ascertain the operability of th� Control System before commencing training.
Training performed using a non-functioning Gontrol System sha1I be rejected and
repeated.
3.09 CONTROL SYSTEM DIAGR.AMS AND DETAILS
A, To assist the PCSI in determining the scope of work, a series of loop diagrams and details are
pro�vidad. Unless specifcally stated otkzerwise, the PCSI shall be responsible for pro�iding all
instrumentation, control equipment, and auxiliary devices necessary to perForm the func�ions
specified herein and as shown and described an these diagrams. Any auxiliary devices such as
Iightning/surge protectors, relays, timers, sigmal isolators, signal boasters, etc. which axe
necessary far camplete operation of the systent, or to perform the fun�tions specified, shall be
included whether or not they ar� specifically shawn ar tabulated on the loop diagrams.
B. The intent of the loop diagrams (as shown in th.e Dtawings) are to describe in as mucla detail as
possible, the hardware, software and functional requirements of a process measurement and
control systerz�. They are not intended to canvey r�quirements for conduit and vwiring between
paneIs or systern componenis. This informatian is included in appropriate electrical
speciiications az�d Drawings. Any additianal wzrzng or raceway required for a fully aperational
syst�m shall be provided at no additional cost ta tb.e owner.
END OF SECTIQN
13300.doc I3300-4$ 3I13/02
City of Fart Worth
Rolling T-Til3s WTP
Bacfcwash Supply System
SECTION 13305
Al'PLIGATION ENGINEERING SERVICES
I'ART 1: GENER AL
� A1 �COPE OF WORK
A. The single pre-approverl Process Contral Systenn Integrator (1'CSI) shall fumish and/or
coardinate the praviding of all services defined herein and in accaxdat�ce with other
specification sections as listed below under Article 1.02, Related Wark.
B. The AES shall provide alI applications prograxn�ming, and services required to achieve a fu1Zy
integrated and opexatianal system. The �CSI shall caaxdinate t3�e control systern {including
work provided by the AES) for proper operation with related equipment and m.aterials furnished
Uy other suppliers under other sections of these specifications and with related existing
equipment.
C. Auxiliary and accessory programming structures izecessary for system operatiou ox
� . performance shall be included wheilier or not they are shown on the Cantract Drawings.
D. All equipment shall be controlled zn full conforzxxity with detail Can�ract Drawings,
specifications, engineerring data, instructions, and recommen.dations of the equipment
manufaeturer.
E. To facilitate the Owner's fitture operation and maintenance, (PLC) programming and operator
interface development, product services shall utilize standards as agreed upon by the Orvner
and Engineer.
F. The Rolling Hills Water Treatment Plant is an existing plant, and all work shall be coordinated
with its operating personnel to rnin�rnize iznpact on its daily operatian.
G. Supplezxxenting this section, the Contract Drawings and related specif`ication sections pravide
additional detail� showing panel elevations, instr�rnent de�ice schedules, functiona]
requirements of th� system, and interaction. with other equipment.
H. The PCSI shall eaardinate and schedule all testing procedures wit11 the General Cantractor.
1.02 RELATED WORK
A. The PC�I shall caordinate the work pro�vided l�y the AES who shall provide a31 pragramming
services in accordance with the requirements de�ned in the %3lovving specifcatian seciions, to
snsure t1�at a. single, coordinated system is supplied. Di�isions requiring coardina#ion sha11
include, but not Ue limite� ta, the fallowing:
1. Div7ision l- General Requirements
2. Division 11 - Equipment
F13305 I3305-I 3/14l02
City of Fort Worth
Ro]ling Hills GY7P
Backwash Supply System
� 3. Divisian 13 - Special Construction
4. Di�ision 15 - Mechanical
5. Divisian 1 b- Electrical
B. Tha YCSI shall coordinate with the AES, all equipment suppliers, rnechanical subcontractnr,
electrical subconteacior, and General Contracfor.
]..03 COORDINATION MEETINGS
A. Refer to 13300.
1.04 SUBMITTALS
A. SuUmit Shop Drawings in accordance with Section OI300. These shop Drawings shall fully
demanstrate that the equipment and ser�vicas to be furnished wi11 campiy with the provisions of
triese specifications and shall prowide a true and complete record of the equipment as
manufa�tured and delivered. Each submittal shall be securely baund wiih an index a�ad
sectional dividers. Drawings shalI Ue reduced to a maximum size of 11-in x 17-in for inclusion
within the binder. 5e�arate subnn.ittals shail be as follflws:
L Proj ect Plan.
Refer to Section 13300.
2. 1�LC/HMI Alarm and Status Monitoring Functions, and Operator Interface
3. Testing
Refer to Section 13340.
4. Training •
Refer ta Secfion 133b0.
5. O & M Manuals
Refer tn Section 13300.
B. Submittal Descriptions
1. Proj ect Plan
Refer fo Sec�ion 13300.
2. PLCIHMI Alarm and Status Monitoring Functions and Operator Interface
a. The pracess con.trol schemes shall be developed in a functional block (logic)
diagram presentatian based on information from �e ,�pecifications. Included �vith
each diagram shall be:
F13305 13305-2 3/14l42
City af Fort Warth
Rolling Hills WTP
Bacicwash Suppiy System
1) Brief scope af �Iie Control Func�ion
2) Listing of all scanned inputs to the control function
3) A short narrati�re af the control straiegy
4) Any assunr�ptions made in develo�ing the pragrazn
5) UO database listing showing all field inputs and outputs (i.e., AI, DI, AO,
DO) associated vuith the control function.
6) Cross reference list of all IIO showing to which I/O modules or software
t �� modules they are linked
'� 7) Listing of all operator izxputsloutputs to azid frorn the control fiinction. Any
,, special CRT displays related ta the function s�.all be illustrated. A
description of the operatian o� any panels shall be described as it relaies to
the contral function.
' 8) Fai�ure contingencies shall be described zn deta�l
b. This subznittal shall caver al] of the associated progz-am (function block diagrams,
script language, etc.) developed under this Contract r�quired to implement the
_ cantrol func�ions specifie�l.
c. The annotated progratn shall be subrrutted in &-2 inch x 1] inch format and as an
ASCII fiIe on 3-1l2" diskettes for all logic developed. Annotation sha11 b� 3lines
of 6 characters each for every ingic contact. In addition, each network Qr rung
shall be annotated so that a non-technical person can read and easily comprehend
what cantrol fi�ziction t�e rung or network is performing.
;� d. This submittal shall also include copies of the PLC IIO configuration tables, I/O
refere�ce usage table, complete cross re%rence to speeifie rung used of all inputs,
' outpuis, internal coils, data registers, and special purpose c�ils. In addztion, any
_ special swif�h settir�gs or �ardware coniiguratzon requirements such as
I communications port coniigurations shall be described in detail and submitted.
e. This suUmittal shail cover the speciiic plant contxol schemes as we�l as the details
of th� plant reports and process graphic dispiays.
f: The submittal shall con�ain the semifinal details of all lo�s, repQrts, and process
graphic displays. The specifics of wlaat shall appeair on each display and what
calculations are required to support them sha�l be de�e3oped and subxniited.
g. SuUmitted procass grapY�ic displays shall be no less than $ 2 inches by 1 I inches
and in �ull calor.
h. Each systexn paint shall have the capability of being stored histarically for an
indefmite period of time. Each system point shall be capable of being changed.
F13305 1�3��-� 3114102
City o£ Fort Worth
Rolling Hills WTP
Backwash 5upply System
Each system point's raw �alue (not averaged value) shall be available for trending.
The raw value must be stored �.istorically for reporting with or wiihout scaled
�alue.
i. A complete listing af all sigr�als to be collected for long term Iazstorical information
shall be provided. This listing shall include frequency of data sarnpIing and
du7ra#ion far which the data shall be irnrnediately accessible.
j. The PCSI shall coordinate wit�a the AES and sha11 jointly be responsible to hold
workshaps to solicit EngineerlOv�rr�er's input prior to submitting database, trends,
graphics, reports, an.d contral strategies. No display generation, pr�grammin�;, etc.
shall Uegin until standarc�s have Ueen agreed upon.
3. Testing Submittal
Refer to Saetion I3300
4. Training 5ul�mit#al
Refer to Section 13300
5. O & M Data
Provide 0& M Data per Sections �1300, 01730, and 13300.
1.05 REFERENCE STANDARDS
A. Instrument Societ}+ of Atxxerica (ISA)
L ISA 55.2 - Binary Logic Diagrams for Process Operations
2. TSA 85.3 - Crraphie Syzx�.bols for Distributed Contro�/Shared Display Instrumentation
Logic and Computer Systems.
3. ISA 55.4 - Inst�uxaaenf Loop Diagrams
4, Disp�ay Insirumentation Logic and Compu�er Systems ,
B. Arnerican National �tandards Institute {ANSI)
1. ANSI X3.5 -�lowchart �ymbols and 'Tl�eir Usage in Infarraafion Pracessing
C. Where refexence is made to one of the abave siandards, the re�vision in effect at the tim� of bid
opening shall apply. '
1.06 QUALITY ASSLIRANCE
A. Re�er to Section 13300.
F13305 13305-4 31 ]A102
City nf Fort Worth
Rofling Hills WTP
Backwash Supply System
�
�
1,Q7 �YSTEM DESCRIPTION
A. The PCSI is responsible to coardinate with the AES who shall provide all applications
programming and conf�gu�ratian services to accomplish the control and monitoring functions as
shown on th.e loop diagrams and on the dravvings. The A�S s�a11 provide alI programming
functions including, Uut not limi�ed to, control strategies and communications, The AES shall
also provide all applications programming and configuration services necessary to produce the
HMI {graphic displays, reports, trends, historical archive, etc.) as described in the contract
specificatiozas and drawings.
B. All graghic screens for the systexx�. shall be developed and provided. The graphics shall be
designed and fun.ction witb the Human Machine Intexface (HM� software as approved by the
Engineez/0wn.er. Up to 20 {not ineiuding nends, pap-up windows, HMI supplied displays,
etc.) customized process graphic screens shall be created, or existing screens modified to
accommodate the required fianctions shown. The number and type of screens created or
modiiied shall Ue determined at the First Coordination meeting. The developed graphic displays
shall represent all process flow paths and alI associated equipment units, pumps, meters, valves,
gates, feed systexaas and auxiliary systems. The PCSI s�all establish process control operating
philosophy, standard graphical layout, and graphical symbolic representation for all supplied
proc�ss graphics. The following list is a guide for the PCSI as to which graphic displays need to
be developed. All pracessss and equipment shov�+n on the P&ID drawings shall also be sbown
on the process graphics in a similar manner, This guide does not zeflect the actual quantity of
new screens to be supp�ied.
System Display (including network)
v0 Display {shawing PLC and UQ)
Screen Iridex Display
Calculated Values Display
Alarm Display
Maintenance Summary Display
Trend Displays
Histarical Data Display
Help Display
Process Graphic Displays using plant Process Mechanical and Instrumentaiion Diagram�
(PM&IDs) and/or Mechanical diagrams. Up to 20 custoax�ized process graphic displays shall be
required.
C. The PCSI shall develop and provid� up to 10 custorr►ized reports for the system provided. The
reports shxll be designed and funetion with the Human Machine Interfac� saftvc�are. The 10
custamized reports shall be determined at the first Coordination meeting.
D. Programming az�d Configuration Guidelines and Daliverables
1. Real Variables Processing
a. Real Variables shall represent process data fbr whzch there are analog signal inputs
to the systern. The system shall sample each of these input signaIs at their selected
scan frequency, and perfarrn the propar conversions and scaling to obtain th�
instantaneous engineering values. These values sha11 be used to update reaI�time
data on CRT displays, check for alarm conditions, and store for use in the lvstorical
�13305
133b5-5
3/14102
City of Fort Worth
Roi3ing Hills WTP
Sackwash Supply System
files,
b. The instan.taneous values of a�l variable data shall Ue displayed on the appropriate
CRT screen, and shall be added to the historical database whene�er the present
value exceeds a pr�programmed compression dead band. The compression dead
band wiil be field adjusted to provzde for rriaximum storage utilization,
Variables, suah as rate of f�ow, weight, and kilowatt usage, shall have i�eir
instantaneous va�ues integrated with res�ect io time and theix quantities totaled
bafore archiving.
d. Alarrn canditians shaIl be stored in a separate historical file. The alarm storage
format shall match the existing alarm forma#.
2. Calculated Variables Pracessing:
a. Calculated variables shall be handled in accordance with the existing system
standards.
3. ManuaI Tnput Data Handling
a. The application software sh.all pravide the capability to manually enter data fram
any operator's CRT/keyboard. This data shall cansist of additional values for the
cunrent data file {e.g., lal�oratory anaIyses), inserting alarm Iimits, setpoint changes,
adjustments to process constants, control syste:m setpoint changes, and system
tuning parameter adjustments.
b. All manually entered data shall be entered and stored in the appxopria#e engineering
units. All data entexed sha11 be displayed foz confirmation on the da#a entry de�vice
prior to incarparation to the databas�. �
4. CRT Bisplays
a. All displays shall coniain and continuausly update the displayed prncess variables,
date and tizz�e of day. All process walues shall be displayed ir-i enguaeering units.
All displays shall incorporate referene�s to bath instruznentation tag numbers and
plant equipmen# nurnbers.
b. The CRT displays sha11 malce ma�cimum use af the colors availaUle and shall match
the existing HMT graphic standaxds aIready in use.
e. Graphic displays: The display shall depict basic process schematic diagra�s with
representative symbo�s for pumps, tanks, etc., combined with real time process
variables ar conditions. The equipment represent�d on ihe display shall be suitably
titled for identity. The displays sha12 be dynamic (i.e., symbols for a pump shall
change coIox indicating run or stop or alarm, the volume of tanks shall be indicated
by varying the height of the interior color of fihe tank symboI, etc.} The data shall
be identified on �he display by its name and tag number. All of the current data zt�
�ae database sha11 be available for graphic displays.
All process variables shall be displayed on their assaciat�d display(s} with correct
engzneering units.
�i��os 13305�5 3na�o2
City of Fort Worth
Rolli�g %lills WTP
Ba�kwash 5upply System
Color standards far the equipment symbols, process piping, etc. shall match the
existing HMI standards and shall be approved by the EngineerlOwner before
applyzng.
d, Analog trend display: The trend display shall display the value of the assigned
paints versus tinne. The intent is to depict the type of plat praduced an an analog
recorder an the CRT.
e. Alarzn summary display: The display shall consist of all points currently in alarna
;� and shall include the ta� n.umbez, descriptian, time of accurrence, and pre�ent
status (high, low, narznal, etc.), The aIarrn summary shall identify alarm points by
`�� severity (event, attention, caution, and urgent) by utilizing distinct calors for each
�. severity eategory. The severity classification shall be easily c�angeable by the
Owner.
f. System status displays: The displays shaIl summarize the.error status of all systern
devices capable aireporting errors to the CPU (i.e., printers, communication
devices, etc.}. The display shall indicate if an error is detected .or a failure occurs.
It sha11 also allow assignment of those items capable of acting as back up to other
devices. These displays sha13 be used primarily for maintenance purposes.
1. SingIe Point Coni;guration/Status Displays: T�ae configurationlstatus
displays shall be af the software vendor=s standarrd format.
Alarm/Equipment Status Re�orting
a. The alarm log shall display alI aiarms as they accur. The alarm rnessage shall
include the time of occu�ence, tag name, tag number, and whether it is a law, high,
or failure alarm. When the paint in alarm returns ta normal, the time, point
identification number, and return to normal shall he displayed. All reparts shall
include the plant equipment number af the assaciated device.
b. The equipment status shall be logged whenever a change in status occurs (i.e., start,
stop). The status monitozing shall be capable of being disabled andlor suppressed
frorn t�ae Qperator Work Station. The equipment status lag shall include the time,
equipment name, tag number, and the particuiar change in status.
c. All alarrns and events shall be displayed on the screen and archived. No alann or
events shall be printed automatically; however, alarnns an.d events sball be available
for printing on demand for operator-specifieci time periods. Alarm informatidn
shall consist of point identification number, point name, time af oacurrence, and
type and priority of alarm.
d. All alarzns shall Ue placed in a separate historical file and be easily accessible for
use as needed. The PCSI shall maintain ninety (90} da�s of Aas logged- raw data
and nine (9) montlas of partially compressed raw data on the hard disk. The PCSI
shall recomrnend the number of additional days or manths data rnay be retained at
the Gallup W4VTP bascd on the capacity af the new corziputer systexn..
F13345 I3305-7 3/E4102
City ofFort Worth
Rol[ing Hilis WxY
Tiackwash Supply 5ystem
e, All events shall Ue placed in a separate historical file and be easily accessible for
ase as needed. The PCSI sha12 maintain nin�ty (90j days of Aas Iogg;ed� raw data
and nine �(9) rnanths of partially compressed raw data on the hard disk. The PCSI
shall recommend the number of additional days or months data may be retained at
the Ga11up WWTP based nn the capacity of the ne�v computer system.
f. The equipznent and point status sumrnary report shall log the status of ail points in
the system, including contact inputs, real variatales with analog inputs, and
calct�lated variables. When required th.is printout will be initiated manually and
shall consist of the tag �uzzib�r, tag name, and iis current st�tus {i.e., Running, Off,
High, Lov,r, Acii�e, Disabled, ON-scan, OFF-scan, etc.),
g. The summary printaut shall summa�rize all alarms for the previous 24-hour period.
Normally, this printaut shall be initiated manually but pro�vision sha]I be made so
that it may be initiated automatically every day if desired. The printout sha116e
generated on-line from stnred data. This printout shall consis# of a11 data in the
initial alarm occurrence and return to normal as specified.
h, The Current Alarm Summary printout shall print all points curirently in alarm. This
printout sha�l be initiated manually as required. Tkte grintout shall be g�nerated
on-line from stored data, This printaut s�all consist of a12 points cuz-irently in alarzn,
i. The capaUility shall be provided to sort both daily and current alarm summary
reports by operator defined groups. (i.e., print aII power failure alarms, etc.}
6. Historical Daia Managez�aent. The following features shall be pravidad for proces�ing
and storage of system historical data:
a. Data Processing and Starage. The real fime instantaneous �alues shall be stored in
a historscal lag file on ihs hard disk.
b. Each systenn point (analog Qr digital, real or pseudo) shall have the capability of
being historicaIly Iagged. A point shalI have th,e eapability of being deleted from
historical log at any tizne. It shall be easy to add or delete syste:m points using
muainaa� keystrokes.
c. Data Correctian. Histaric data shall Ue manua]ly modifiable by personnel wifh
appropriate secarity levels, Such data shall be differentiated frorr� actual monitoxed
�al��s on reports, in the database and in trends.
d. Displays. Displays used far historical analysis (such as historical trends,
alarms/events summary, etc.} shall have similar capabilities to those used far rea,I
time data review. The source of daia shaIl be #kie H1�I's database.
7. Report definition. Exaot report form�ats and data to be reported shall be determined by
ihe Owner and Engineer after award of Contract. Reports shall be routed to any printer
on the netwark upon request. The AES shall incorporate the new I/D data info the
existing data base reports.
a. Displays shall allow the operator ta define ihe destinat�on of the report (e.g., GRT,
F13305 133Q5-8 3114/02
City af Fork Warth
Rolling Hills PVTP
Backwash 5upply Systam
printer, computer file, e#c.) and when it is to be prinied (e.g., immediately, on
demand, or automatically at a specified tinae).
1.Q8 WARRANTY
A, Pxovide equipment warranty per section 01740.
1.09 �YSTEM �'INAL D(�CUMENTATION
A. Priar to final acceptance of the systern a�nd owner training, operating and maintenance manuals
covering instruction azzd rnaintenance on each type of equipment shall be furnished in
aecardance with the Section Oi730.
B. The instructions shall he bound in three-ring Uinders with Dravv�ngs reduced or folded for
inclusion. As a minimurn, the fallowing int'ormation shall be provided:
A camprehenszve index.
2. A complete "As Constructed" set of ap�roved shap Dra�ings.
3. A complete list of the equipment supplied, including serial numbers, ranges, and
pertinent data.
4. Full specifications on each item.
5. Systern schematic drawings "As ConstrEzcted" il��strating aIl components, piping and
eleetrical cannections of the systems supplied under this Section.
6. Detailed ser�ice, maintenanee and operation instructions far each item supplied.
Special nnaintenance requirements particular to this syste:m shaIl be clearly de�ned, along
with special calibration and tesfi procedures.
Operating instructions which incorporate a functional description of the entire system
with references to the systems schematic Drawings and insiructions,
Complete parts �ists with stack numbers ar�d name, address, and telephone number of the
local supplier.
C. The fmal docurnentaiion shall be new documentaiion written specifically for this project, but
rnay include standard and madified standard docuxnentation. Modif�cations to existing
hardware or software rnanuals shall be made on ihe respecti�ve pages or inserted adjacent �o the
modified pages. All standard doeumentation fumished shali have all partions that apply clearly
indicated. All portions that do not apply shalI be lzned out.
D. The manuals shall contain all illustrations, detailed drawings, wirin� diagrams, and instructions
necessary for installing, aperating, and maintain7izzg the equipment. The illustrated parts shall
be numbEred for identificatian. AIl information cantained therein shall apply specifically to the
equipment furnished azid shall only include instructions that are applicable. AII such
illustrations shall be incorporated within fhe printing oithe page to form a durable and
permanen.t reference Uook.
F13305 ��3�5-9 3/14/02
Ciry of Fnrt Wurth
Rolling Hills WTP
Bactcwash 5upply 5ystem
E. If the PCSI �ra�nsmits any documentation or othe� techni�al infarma�ion which he cansidexs
proprietary, such information shall be designated. Documentation or technical information
which is desi�nated as beizag pr�prietazy will be used only far the design, canstruction,
aperatinn, or maintenance of t17e System and, #o the extent pernutted by law, vvill not be
published ox otherwise disclosed.
F. The requirements for the final documentation are as follows:,
1. As built documen�ation shali include aIl previous submittais, as described in this
Specificatian, updai�d to reflec� fhe as-built system as well as any correct�on.s or
modi�ications to the Sy�tem resulting from the Factory and/or Field Demonstration Tests.
PART 2: PRODUGT�
NONE THIS SECTION.
PART 3: EXECUTION
3.D1 TESTS-GENERAL
A. Refer ta Seetion I330Q.
3.Q2 �PERATIQNAL READINESS TEST (ORT)
A. Refer to Section 13300.
B. Each active Analog Subsystem �lement and each I/O module shall have a Component
Calibration Sheet. These shaets shall have spaces for data entry, space for sign off Uy the
PCST, and the following iraf�rmatian :
1. Project Name
2. Laap Number
3. Componen.t Tag Number of I/O IWlodule Nu7ml�er
4. Coinponent Code Number Analog �ystem
5. Manufacturer (for Analog system element)
b. Mode1 NumberlSexial Number (�or Analog system}
7. �ummary of Funational Requixements:
a. Indicators and Recorders: Scale and chart ranges
b. Transmitters/Converters: Scale and chart ranges
c. Con�puting Elements: Function
d. Controllers: Action (direct/reverse) control Modes (PID)
e. Switching Elern�nts: Unit range, diff'erential {FIXED/ADNST.A.BLE), Preset
(AUTD/MAN[7AL)
FI3305 13305-1Q �ii��oz
City of Fort Worth
Rolling Hil�s WTP
Backwash 5upply 5ystem
f. 7l0 Modujes: Jnput or output
8, Calibxations:
a. Analog Devices: Required and actual inputs and autputs at 0, 10, 5a, and 100
percexat of span, rising and faSling
b, Discrete Devices: Required and actual trip points and reset points
a Con�arollers: Mode settings (PID)
d. I/O Modules: Required and actual inputs or outputs for 0, 10, 50, and 100 percent
of span, rising and falling
9. Space fflr coxnments
1 Q. 5paee for sign off �y fhe General Contractor
3.d3 FUNCTI�NAL DEMONSTRATiON TEST (FDT)
� ,
A. Refer to Section 13300.
3.04 30-DAY SITE ACCEPTANCE TEST (SAT}
�, A. Refer to Section 13300.
' ; 3.05 TRAINiNG
d
A. General
�
1. T°he cost af Owner training prQgrazns s�all l�e included �iza the Contract price. The trainin.g
and instructiQn, insofar as practicable, shal� be dzrectiy related to the System being
� � supplied. Tlae training program shall represent a comprehensive program covering all
aspects of the operation and maintenance of the syst�m.
2. All instructors must be intirtaately iazniliar vc�ith the operation and cantrol of the Ovs+ner�s
facilities. �
B. Maintenance Training
1. Refer ta Section 133QD. 2. FLCIRTU 5oftware
a. The training and instruciion, insofar as practicable, shall be directly related the
. System bcing supplied. The trainin.g shall include a field trainitag pxog�raxaa
cansisting of hands-on instruction utilizing th� Qwners System.
_� b. One 2-day traini�ng session shall be provided for four (4) members of tt�e Owrzer's
personnel on software and hardware operation and maintenance at the Owner's
faciliry. Softvuare training sha11 provide classroom and hands-on instruction such
that a student with experience in process instrumentatian can canfigure the system
� vwith no guidance or with only minimal supervision when attempiing complex
problems. The training shall cover the following subjects as a minimum:
F13305 13305-11 3/l4lOZ
City of Fort Worth
Ra2ling Hills WTP
Backwash Supply System
1) ,�ystem overview covering the basic system design and purpnse
2) System hardwaz�e covering the specific hardware elements and sjaecific
equipzn.eni arrangements prov�ided are covered.
3) Equipment orientatian. in which the student becomes famili� vc+ith the .
operational procedures (e.g., tape load, clear, keyboard, start/stap, and disk
load).
4) Specific application conf"igurafian instruction shall cover the overalI design
and implementation of the applications as provided under this C.ontract. The
intent shall be ta make t.�,e student fully knovvladgeable in aii aspects of the
system provided, alang with �zethods %r making additions, modifications,
and deletions ta tlae pracess systemi,
5) Development af new control Ioops and strategies.
b} Camplete system backup az�.d reload procedures.
c. These courses shall not be concurren# with those offered by the PCSL The above
Iisting is only a guide and is not intended to be compl�te.
2. Operatox Interface Software
a. Refer to Section 13300.
C. Operaiar Training
1. Referto Sectian X3300.
2. Plant Oparator field training sessions shall have t1�,e follawing charactezistics:
a. Plant Operator �eld training shall be structured specifica�ly for operations-type
personnel. The Qperatars tvill want to know how to run their plant using the
Control System. How does one open ar clase a valve, turn on or off a motor, adjust
a setpoint, etc. using the ControI System. These are questians the PC�I must be
prepared to answer, Trazning personnel shall be prepared ta wa11c-through fihe logic
used to control the equipment and how the Cantrol System executes that logic.
Trairzing personnel shall be prepazed to show the Operatars how to aperate the
Plant from the Con.trol System level in the event af Cont�ol Room equipment
failure. Additionally, suck� togics as chauging printer ribbon, changing printer or
video copier paper, printing repo�ts on demand, copying graphic disp3ays, signing
onto the system, creating graphic generated tr�nds, ete. shall be discussed.
b. The PC�I shali, at a minimum, have the following teacl�ing aids availab�e �`ar
distrihution during Plant Qperator field training sessions:
1) Co�ies of a11 camplete generated graphic displays and reports
2. Operator Interface �unctions
F13305 13305-12 3114IO2
City afFort Worth
Rolling fiills WTP
Sackwash Supply System
a. Pravide a minimum of tr�vo separate 2-day training sessions as scheduled by the
Owner far four (4) af the Owner's operations personnel oz� the detail�d operation ofi
the Operator Work Stat7ion Con�rols. This training should be oonducted within two
weeks of the completion of the Functionai Demonstrat�an Test at a tim,e suitable ta
the Owner. This training sha11 be provided at the Owner's facility and as a
minimum include the following:
l.) Specific training for the actual instrumentation. configuration to provide a
detailed understanding of how the equipment and components are arranged,
connected, and set up for this Contract.
b. 1'rovide a minimum of four (4) days of instxtictar on-call futoring services. After
the campletion of the training sessions described above, the instruc#or shall be at
� the site to provide these services.
� 3.07 CONTROL SYSTEM DIAGRAMS AND DETAILS
A. Refer ta Section 1330D.
END OF �ECTIDN
i�
t �
� . I+'
Q 1
. �
I
� �
I
Ft33os . 13305-13 �naro2
City of �ort Worth
Rolling Hilis W'I'P
Sackwash Supply System
sECT1oN i3� lo
DISTRIBUTED CONTRQL SYSTEM
PART 1: GENERAL
1.01 SCOPE OF WORK
A. Furnish aIl labor, materials, equipment, services, and incadentals required to install a complete
PLC based SCADA Plant System, ready for operation, and tested hereinafter termed "the
Systercxi" as shown on the Drawings and as specified.
B. Equipment, materials, and ser�vices shall be supplied in accc�rdance with the general requirements
defzned in �ection 1330fl for the SCADA Plant System. -
C. The Control System Integrator (PCSI} shall pro�vide equiprnent, rnaterials, software, cali.bxations,
• training, and seivices that are rec�uired t� successfully interface and interconnect the System and
; associated equipz�nent that are specified or designated in drawings or provisions of these
speciiicatians for the purpose of p�flviding a fully integrated and functional conlrol system and
� SCADA Plant Systezn as specified.
D. FCSI shali furnish and install cabling and cable accessories, including tools necessary for
eonnec�ing the System and peripherals, PLCs, Existing HSQ System, Operator Workstations,
data highway, and input/autput devices.
E. PC�I shall furnish startup, traianing, and system check-out services.
' F. OxnissiQn of a specific elec�rical or electrax�c zten:� obviously necessary for the proper functzoning
, of the equipment and SCADA Plant equipment shall not relieve the AES (HSQ) and �CSI
;� - respectively of the responsibility of furnishuag and installing the itern at no addztzonal cost to the
� Owner.
G. AIl equipment and installations shall satisfy applicable Federal, Sfate, and local codes.
H. ,5r�pplementing this Seeiion, the Drawings and related Specification �ections provide additional
details showing pancl elevations, instrument device schedules, functional requzrrements af t�ae
systern, aaad interaction with other equipment.
I. PCSI shall coardinate and schedule a11 testing procedures with f.he General Gontractor.
J. Each OTT, OWS and FLC shall be backed up after cornpletion af the 30-Day Test. These
bac�ups shall be turned over to the Owner.
K. All software packa.�es provided under this contract shall be licensed under the Owner's name and
address. The PCSI shall coordinate wiili the Owner for correct name and address.
L. The HSQ HMI system is existing. PLC-13 shall be connected to the system. Some inputs shall
Ue used to �xisiing HSQ RIO; as shown. Other data highway equipment is beir�g provided by the
City. Ai�er award of cantract and notice to proceed, the PCSI shall coardinate with the City of
F13310.doc 13� lO-1 3ii�ro2
Ciiy ofFort Warth
Rolling H'rlIs WTP
Backwash 5upply System
Fort Worth the specific hardware requirements and delivery date requirements for the ownex
provided �quipment, . �
1 A2 RELATED WORK
A. Refer to section 13300 iar the SCADA PIant S�stem
1.43 SLTBMITTALS
A. Refer to section 13300 for the SCADA Plant System.
1.04 REFERENCE STANDARDS
A. Refer to 5ection 133Q0 for the SCADA Plant System,
1.05 QUALITY ASSURANCE
A. Refer to Section 133�0 for the SCADAPlant System.
1.Q6 SYSTEM DESCRIPTION
A. Refer to Section 13300 for the SCADA �lant System.
1.07 DELIVERY, S'�ORAGE AI�]D HANDI,ING
A. Refer to Section 13300 far �e SCADA �Iant System.
1.0$ PRO]ECT/SITE REQUIREMENTS
A. Refer to �ection 13300 for the SCADA Plant Syst�m.
1.09 MAINTENANCE
A. Tools
1. Refer to Sectian 13300 for th� SCADA Plan� System
B. Test Equipment
1. Refer to Section 13300 far the SCADA Pla�t System
C. Spare Parts
I. Spaxe parts equal to at least 25% of field replaceable System components shall be supplied
for each control system. As a minzmum, the follovving shall be provided.
a. One (1) spare PLC prc�cessor and main memory circuit board.
b. Two (2) spare input/oufput PLC cat�ds of each �e funushed or 25% of installed
quantity, whichever is greater.
F13310.doc �� 3 I �-2 3/13/02
City of Fort Worth
Rolling Hills WTP
Backwash Supply System
c. �ne (1} spare network interiace and communication modules of each type pro'tTided
tWith the System.
d. On� (1) spare power supplies of each type utilized iz� the System.
e. Ten percent {1Q%) {mizainnum of 2) of each type of miscellaneous connponanis,
switches, lights, and cable cannectors as provided with the Systexn.
f. One (1) spare rack for PLC equipment of each type and size provided with the Systern.
Spare parts equal to at least ona set af manufacturer's recornmended spares shall be
supplied.
'' 3. T�e PCSI shall perform an availabiliiy analysis based upon expected repair turnaround
;. times and shall supply any additional spare parts beyond the 10% as required to provide
99.9% system availability. A copy of this analysis shall be provided to the Owner/Engineer
� priar to system shipment. Assumptions used in developing the analysis will be verified
during systen:x acceptance testing.
4. All spare parts shall be packaged sQ as to prevent damage during Iong storage. All packages
sha11 be legibly and properly identified with indelible markings on the exterior as to
cnntents.
Complete ordering information including maz�uiacturer, part number, part name, a�d
equipment for which the part is to be used shall be provided.
1.10 WARRANTY
�A. Refer to Section 13300 for the SCADA Plant System
� I 1.1 I O�ERATING ANI] MAINTENANCE DATA.
'� A. Refcr to Section 13300 for the SCADA Plant System
PART 2 PRODUCTS
2.01 GENERAT.
A. Equiprnent sh.all be designed to operate on a 60 Hertz alternating current power source at a
nominal 120 �olts, plus or minus 1Q percent, except where spec�cally noted. Regulatars and
power supplies required for compliance with the above shall be provided. Where equipznent
requires voltage regulation, constant voltage trans�ormers shalI be supplied.
B. Materials and equipment used shall be iJL approved wherever suck� appxoved equipxnent and
materials are available.
C. The System shall be designed and constructed to withs#and the demands of real time process
management and control.
F 13310.doc �� 3� �-� 3/13/02
City of Fort Worth
Ro]liztg Hills W'T`P
Backwash Supply Sys�n
2.02 �RdGRAMMABLE LOGTC CONTROLLER (PLC)
A. Haz-dware
Maj or hardware oomponents of the PLC portion of the control system shall include:
a. Central Processing Urut {Cl'U)
b. Inputf0utput Modt�es
a. Communications Equipment
d, Power Suppty and Ghassis
2. Genexal
a. PLG13 shal] communicate �etween SCADA and rnounted transducers, switches,
contrnllErs, and process actuators. Cammunications �rotocol shall �e cornpletely
transparent to process opera�ors at the f IMI. PLC's shall be an intelligent
microprocessor based devi:ce that can caJlect data and process confrol functions, The
PLC shall r�side directly on the data highway and commuzaications shall ba via �he
CPU or via a PLC chassis zzaounted communicatians module as manufactured by the
PLC manufacturer. Ancillary or third party equipment required ta connect the PLC io
#he data highwa� shall not he acceptable.
b. For the SCADA Plant System PLC-13 shaIl coznmunicate wit,�, the e�sting H5Q
SCADA sysiem Operator Workstations. Cornnnunieations protocol shall be completely
transparent to process aperators. The PLC-13 shall Ue an i�telligent microprocessor
based device that can co�lect data and process control functions. Cornmunications vs�ith
the Qperator Warkstations shall utilize HSQ supplied communicatian dri�ers as shovvn
in the Dxawings. The PLC-13 shall reside directly on the Ethernet data highway and
communications shall be via tl�e PLC chassis mounted communication� module as
manufactured by the PLC manufacturer. Ancillary or third pariy equiptnent required to
connect the PLC to the data highway shall not be acceptable.
c. All camponents of the PLC system shall Ue af normally recogz�ized industry standards
and regularly sold for industrial installations. The PLC manufacturer shall assemble aII
camponents into s�ructurally sound housings. AlI connecting cables, switches, and
other opera#or-contral�ed devices shall be constructed so as to vvithstand, without
damage, all norxzial use and handliz�,g. �
d. The PLC system shall l�e of modul� design with a plug-in processing unit,
inputloutput cards, oz assemblies, AIl companents shall be marketed and supported by
the one manufacturer. AlI necessary cables sha11 be included.
e, Electrieal supglyvaltage to the PLC shallbe 115VAC IS%, 48-63Hz. PLC system
pawer supplies shall be fused for overload protection.
f. Each PLC (including alI UO) shall be powered from the UPS power conditianin.g
system specified herein.
Fi3aio.ao� I33 I O-4 3n3�oz
City of Fart Warth
Ro]ling Hills WTP
Backwash Supply 5ystem
g. The PLC shall be capal�le of standalone operation in the event of failure af tile
cammunication Iink to the operator workstations.
h. The PL� shail be a digital salid-state logic system capable af performing +h� same
functions as conventional relays, tirr�ers, counters, and math functians. The PLC shall
eonsist of a central processor unit, memory, in�utlQuiput cards and racks, pawer
suppliers, intereonnecting cables, communicatian lines and other optional items as
necessary to meet the functional requi�ements.
i. AlI products shall he designed, manufactured, and tested in accardance with recagnized
industrial standards. All products shall have carrosion protecrion. A11 products shall
. have UL, CSA and FM approval. The PLC subsystems shall be approved for and
adhere to the following agency and environmental s�ecifications:
�� -
:_ 1} Vibration. 3.5 mm Peak-to-Peak, 5-9 Hz: 1.OG, 9-1501Hz. The method of testing
is ta be based upon IEC 68-2-6 and ]TS C 0911 standards for vibration. The
• system is ta be operational during and after testing,
2) Shock. 15G, 11 msec, The method of testzng is to be based upon IEG 68-2-27
and JIS C 0912, stanciards for s�ock, The system is to be operational durin.g and
after testing.
3} Temperature. Al1 PLC hardware shall operate at an arnUient temperature of 0 to
60 degrees C{32 to 140 degrees F}, with an ambient temperature rating for
storage of - 40 to �- 85 degrees C(- 40 to + 185 degrees F}.
4) Relative Humidity. The Programmable Controller hardware shall function
continuously in the relative humidity range of 5°!o to 95°/n with no condensation.
5) Noise Immunity. The Programmable Contrailer system shall be desig�ed and
tested to operate in the high electrical noise environment of an industrial plant as
govemed by the following r�guiations: EEE 4�2, TEC 801, NIILSTD 461B, TEC
255-4,1�EMA TCS 2-230.40, and ANSI/IEEE C-37.90A-1978
Tb.e supplier shail provide operating instruction rnanuals with adequaie information
pertaining to the following:
I) System specificaiions
2} Elect�ical power requirements
3) Application considerations
4) Assemhly and installation procedures
5) Power up procedures
6) Troubleshooting procedures
F 13310.doc 13310-5 3�� ��flz
City of Fart Worth
Rolling HiEls WTP
Backwash Supply Syste�rt
7) Prog�-aznrri.ing pracedures
$j �xplanation of intemal fault diagnosiics
9) Shut down procedu�es
1Q) Recommended spare parts list
k. Tk�e supplier shall provide a network of iield sales and support pexsorinal located �n
major cities ihroughout the United States. The supplier shall also provide a feld service
department with experienced representatives stationed in majox cities vv��h the capability
to provide telephone consultation, prompt on-site service, and fzeId replacement stock.
1. The supplier shall pravide product application assistance by trained and experienced
engineers to assist the Owner with program and system develapment through telephone
consultation and on-site check-aut, deUug, and start-up assistance.
m. The supplier shall have the capability to conduct on-site training prograzns at a location
provided by the customer.
n. The suppliex sk�aIl su}�ply videotape-training cou�ses directed toward the operatian a�ad
maintenance of PLGs.
o. Modules are defined herein as devices that plug into a chassis and are keyed to allow
installation in an.ly one directi4n. T'he design must prohibit upside dorvn insertion of
the madules as well as safeguard against the insertion. of a module into the wrong slot.
p. Tn a single chassis system all systein and signal power to the CPU and support madules
shall be distriUuted o� a sing�s motherboard or back plan.e. No interconnecting wiring
between these madules via plug-terminated jumpers shall be acceptable.
q. All system modules, rnain and expanszon chassis sh,all be designed to pro�viide for free
air flow convection cooling, No internaI.fans or other means df coaling, except heat
sinks, shall be permitted.
r. The programmaUle cor�troller and all af �ie corresponding components within �he
farnily �f controller products sha11 be by a carnpany who regularly manufact�ares and
ser�ices type of equipment.
s. The �anufacturer shall have a fully operatianal qua�ity assurance and quality contral
prog�rarn in plac� and shall coz�.aply with IS�9401 standards for "Quality Syste�ns-
Model for Quality Assurance in design/Development, Production, Installatian, and
S ervicing".
t, The manufacturer or its auiharized representative shall provide complete technical
support for alI of t�e products. This shall include headquarters or local training, regiona�
appIication ceniers, Iacal or headquarters technical assistance and a"1-$00" phone line.
u. All rz�ajor assemblies and sub-assemblies, circuit boaxds, and devices shall be identified
using permanent labels or marlangs, each of which indicates the �aanufacturer's catalog
F 133 2D.doc 13 310-6 3/3 3162
City of Fort Wartk�
Roliing Hills WTP
Backwash Supply Sy�stem
number and a product nr�az�ufacturing date code.
v. The PLCs shalI be Modicon — Quantum Series. No athers are appraved.
Ceniral Processing Unit (CPL�}
a. Genexal
1} The CFU shall Ue at a minimum a 16-bit microprocessnr that provides system
� ti�ning and is responsible far scheduling T/O updates, with no user programinrng
required to ensure discrete or analgg update. Ii shall execute user relay Iadder
' l�gzc programs, communicate with intelligent UO modules, and per%rm on-line
diagnostics. The CPU shall aonsist of a single module which solves application
logic, stores the applicatian pragrarn, stores numerical values related io the
`' application processes and logic, and interfaces to #he I/O.
2) The CPU shaSl sample a11 the discrete and analog inputs and outputs irlcluding
' internal coils and registers and ser�ice special function modules every scan. The
, CPU shall process the I/O with user program (s) stored in memory, then control
the outputs based on the results of the logic operation. The CPU shall execute
i the usa� pragrarn by rapidly scanning the prograrn stored ix� user rnemory. Both
logic and data word functions axe executed in the order they appear in the user
program. As each rung of logic is solved, the results shall be available to any of
the %llawing rungs. The CPU shall have an instn�ctian to allow a decrease in
scan time by skipping over parts of the progxana. The CPU shall allow the PLC
program to be Uroken inta ladder logic subroutines that execute only when
called. The PLC shall ailow attalog and discrete pozn.ts to be updated
i immediately within the scan as the discrete or analog �alue is called in the ladder
logic program. �
3} The CPU shall be a single printed circuit board utilizing surface mount
iechnology. The CPLT shall plug directly into the UO base and require no
additianal wiring to the base, power supply, or �he UO.
�4) The C�U shall be available with a floating point coprocessor option.
5} The CPU shail be supplied with a battery hacked time of day clock and calender.
6) The CPU family shall allow far user program transportability from one CPU
model to anather.
b. Capacity
1} The CPU UO capacity shall be up to 2048 v0 points, half of wh.ich may be
analog.
2) The processing af a typical logic program cansisting of a mix of analog and
digital commands shall not exceed 2 milliseconds for 1024 instructions. I/O
devices located in the same back plane, as the CPU should be scanned in less
than 0.5 millisecands.
P13310.dna 1331 D-7 3�i��oz
City ofFax� Worth
RaEling Hills WTP
Sackwasb Supply SysYem
Diagnostics
1) The CPU shall perf'oz�m on-line diagnostics that rr�onitor the inter�aaI operation of
the PLC. If a failure is detected, the CPU shaTl zninate system� shutdown and fail-
over if a fa.iluxe occur�. The following at a zx�inimum sha11 be monitored:
a) Memory Failure
b) Mem�ry battery low
c) CPU over tempera�re and genaral fault
d) Cammunications port failure
e) Scan time over run
fl I/O �'aiIure
g) Analog or special function I/O module failure
2) All diagnostic information shall be accessible at the pro.gramming terminal that
attaches to the CPU. A diagnostic G1�T page shall pro�ide infarmatian that
identities the nature of the fault, the absolute mernory or UQ address �f the fault,
and the date and time of occurrence of the fault.
3) All diagnostic information shall be accessible to the host comrnunications
int�rfaces.
4) AII diagnostic inforrnation shall be accessible to the ladder program or other
executing software.
5) The CPU sha11 have LED indicators to shaw status such as PLC GOOD,
PR�GRAM RUN, and BATTERY GOOD. If any of the above con.ditions
occur, provid� an internal PLC diagnostic fail a�arn�; contact output. The CPU
within the systern shalI perform internal diagnostic checking and gi.ve visual
indication to the user by illuminatzzag a°green° zt�dicator when na fault is
detected and a"red" indioator when a fault is detected.
d. Prog�-arnrning Enviro�unent
1) The CPU shall be capable of being pro�rammed by an externaI IBM compatibte
server device via either a serial camnaunication port on the CYU, an Ethernet
communica�ion module, or a paralle� communication port on an I/O bus
interface. ,Serial programming shall be possiUle without the ttse of a workstation
interfac� board.
2} The prograanming device shalI have access to the appliGation pro�ram, the
system configuration, all registers, IIO, system fault status, I/O override, and
systern diagnostic relays,
Fi�3 �a.aQ� 1331 D-8 3133l02
City of Fart Worth
Rolling Hills W'�'P
Backwash 5upply System
3) Application programs may be laaded or stored while the Cl'U is running with
minimal irrzpact an tl�e scan time.
4) If contacts or entire rungs are intentionally deleted frorn an existing logic
program, the retnaining program shall be automatically repositioned ta fill this
void. VJhenever contacts or entire rungs are intentionally inserted into an
existing pro�rarn, the original progxam sha11 automatically be repositioned to
accommodate the expanded progi-am.
• S) The number o� times a normally open (N.O.) andl�r normalSy closed (N.C.)
eantact of an internal output can be programrned shall be limited only by the
°� memnry capacity tQ store these instructions.
6) The CPU shall support multiple industry standard IEC 1131-3 progranaming
' languages. As a minimum, iadder diagrarn, siructured te�t and Sequential
, �'unction Chart (SFC) pro�ramming shall be provided. All hardware and
sof�wa.re necessary ta program the CPU in a mode nther than standard ladder
shall be supplied.
e. Memory
1) The CPU shall cantain the CMOS RAM program mernory. The CMOS RAM
shall have a battery backup system capable of retaining all memory far a
minimum of three (3) montlas under load and shall require no external or special
vents. The baekup battery shall be capable af being re�laced withaut
interruption. of n�emory integrity.
2) A visual ind'rcation of backup hattery status shall Ue provided. Tn the event of
low battery �oltage, a visual indication: and a low battery outpui alarm cantact
(for remote alarm) actuation shall be provided before battery failure.
3) The pr�gram memory shall be sized as required to irnplement the functians
specified plus a minimum of 10 v�rords (16 bit} for each v� pravided as spare,
but shali not be less than 48K b�+tes. The entire progrann nnennory s�all be
availaUie for user prograrn storage. Scratch pad or "housekeeping" programs
shall not be counted in rnemory size rating.
4} The PLC CPU memory shall consist of the following functional types of
memory:
a) Ladder logic program memory
b) Constani data memary
c) Variable data mennory
d) Inputloutput memory
e} CPU status data memory
F13310.doc 13310-9 3113102
City of Fort Worth
Rolling Hzlls WTP
Backwash 5upply System
� Il0 r�vord memory
g) User memory for compiled programs
5) Vari�ous rnemory combinations up to tk�e maximum lizx�.its shall be softwar�
con�gurable between logic and data storag� to more closely match tlae
applicaYion requirements.
f, Instruction Set
1} Tlae PLC CPU shaIl be capable of per�'arming the same funcnon.s as a
conventional re�ay logic system, including relays, t�mers, cou�ters, and shift
registers. The CPU shall also be capable of pexfor�ing high-1eve1 instractions
including data word iunctions such as:
a) Four-Function Math: The CPU shall be capable of performing addition,
subtraciion, multiplicafiian, and dzvision on integer numUexs.
b} Compare Function: The CPi7 shall perform the compare fu�ctian that
cornp�r�s two integers for less than, equal to, great�r than, and not equal
to. The programmed func�ion shall energize when true and de-energize
when false.
c) Square l�oot Function: The CPU shall Ue capable af taking the square raot
of a positive integer.
d) Move Functian: The CPU shall be able to rrzove an �nteger value from one
xaaemory locatian to another memory location.
e} Qtlaer d�ta word capabilities shall incIude data �le compare with pointer,
file (block) move, word rotate, bit set, pick, and clear.
2) The PLC CPU shall perforrti a11 the functions of the conventiona] t�aree-made
(PID) analog coniroller. The CPU shalI be able to process up to 64 PID loo�s
with the proces�ing time of each contrallez selectable, Each PID laop shall
incorporate an ar�ti-windup algorithm on reset.
3} The syste�n shall have the capabiliiy to address software timers and safiware
counters in any combination and quan#ity up to �he limit of available memory,
All management of these instructions into memory sha11 be handled Uy the CPU.
Tnstructions sha11 permit prograrruning timers in the "ON" or "OFF" dela� modes,
Timer prograrzam.ing shall also include the aapability ta interrupt timing without
resetting f1�e timers. Counters shall Ue prog�rammab�e usiz3.g up-increment and
down-incr�ment.
4) Timer instruc�ions shall iticlude selectable �ime bases in increments of 1.0 second
and 10 mi�liseconds. The tirning range of each timer sha12 be from 0 to 32,767
increments at a minimum. It shail be possible to program and display the tirner's
preset a�d accumulated values separately.
PI33l4.doc 13310-10 3/13/02
City of Fort Worth
Rolling Hills WTP
Backwash Supply Systam
5) When using modules such as analog where multiple channels are terminated on
one module, it shall be possible to transfer the current status of all channels to the
CPU upon execution. of one program instructian. This insiruction shall be
bidireciional to include data i�ansfer from the CFU ta th� module or from the
module to the CPU.
�) Instructions shall be provided for gxauping contiguous 16 bii data w�rds into a
file. The system shall address up to 1flQ0 files with up to 100Q words p�r file.
File manipulation instructions such as high-speed "iile copy" and "iile fill", "file
t0 �110" T170VE� "element to file" rnove, ��fzle to element" move, ariC� �l�lI5t lri-�1r5t
out" shall be supported by the system. Instxuctions for four functio� mafh;
perfo�-rzaing "lagical OR", "logical E1ND", "exclusive OR"; and comparisons
such as "less than, "greater than" and "equal to" sha31 Ue included with�n the
system. A11 instructions shall �xecute on either single words ar files.
7) Tk�e sysiem shall contain instructians that will construct asynchronous and
syrichranous 16-bii word sYuB registers. Additional instructians sh�Il be
pravided to cons�ruct synchranous bit shift registers.
8) The PLC shall have an instruction thai will allow the progirammer to jump over
portions af the user program ko a portion mark�d hy a matching 1abel instz�uction.
9) It sha11 be a function of the CPU to automatically manage all data types. For
example, if a word stored in the Integer section of inemory is transferred into the
Floatin� Point section, the CPiT sha11 convert the integer value into floating point
prior to execuiing the transfer.
10} In applicatio�as requiring repeatable logie rungs it shall be possible to place such
rungs in a subroutine section. Instructions that call the subroutine and retu� to
the main program shall be included within the system. Tt shall be possible to
program several subroutines azad definE each subroutine by a unique program file
� designator. The processor wiil support nesting of subroutines up t� seven Ievels
deep. The program format as displayed an t1�.e CRT shall clearly deiine the main
program and all subroutines. It sha11 be possible to pass selecied values
. (parameters) to a subroutine before its execution.
11) The program format shall disp�ay all instructions on a CRT programming panel
with appropriate mnennonics ta define all data entered by the programnler. The
system shall be capable of providing a"HELP" instruction which, wh�n called by
the programmer, will display an the CRT a list of instructions and a11 data and
keystrokes required to enter azl inst�uction inta the system memory.
12) The system shail have the capability to enter rung camments abays ladder logic
rungs. These cominents may be entered at the same time ihe ladder logic is
entered.
13) The system sha11 have the capability to enter address comments and symbols.
These entities may be eniered at the same time the ladder logic is en.tered.
ri3�io.ao� 13310-11 sn3ro2
City o,f Fort Worth
Rolling Hills WTP
Backwash Supply 5ystem
14) The system shall have a means to program a fault recovery routine. When a
z�ajor systerxi fault occuxs in the system, the fault recovery routine shall be
executed and the systenn. shall determine if the iault has been elim.inated. Tf the
fault is eliminated, program executi�n resumes, If fhe fault still ex�sts, the
systern will shut dowm. A user shall have the aption io �ither resurne operation
ar to shut down upon fault detection.
15) An inierrupt routine shall be programrnable such that the routine shall be
executed regularly, Tha interval at which the rautine is executed shall be user-
specifed in the range of 1 to 65,535 znilliseconds.
16} The CPU shall support indexed and indirect adci�ressing of inputs and outputs,
along with all data table words (integer, binary, floating point, timers, and
counters) for the saftware instruction sefi.
1.7) Supported trigononnetric instructions must include Sine, Cosine, Tangent, Inverse
Sine, In�e�se Cosine, and Inverse Tangant. These instructions must fully suppart
floating point math.
18) Additional floafi,ing-point �nstructions must support Log i4, Na�ral Log, and
Exponential.
19) It sha�l be possable to ooznplete complex, combined calculations in a single
instruction, such as flow totalizing or equations of the format ((A+((B-G"�*D))IE}.
2Q} �upported file funetion anstructions supported shal� include Sort, Average,
5quare Root, and Standard Deviation.
21) The �rocessor instruction set shali provide support for a variety of ASCTY string
manipula#ion instruetions such as search, concatenation, extraction, cornpare, and
to/from integer conversion.
22) The processor shall suppart Iadder functions pro�iding ASCII port control such
as read, write, handshake line control, buffer exaznination, etc,
23) An interrupt routine shall be programmable such that �e routinas shall be
executed base�l upon the input conditio� of one of 16 discrete hardware inputs in
the pracessar chassis, The xputine will be executed with.in two milliseconds of
the detection oithe input signa.l.
24) It shall be possible tn divide user logic into mult�ple prograrn hlocks (structured
programmiiig).
g, Camrnun.ication Ports and Remote IIO Communicatians
1j The CPU shall have at least thTee (3} built-in com�nunication parEs fax
prograt�aming, operator interFace and remQte I/O operations.
2} The CPU shal] be capable of cnmmunicating with up to 12 remote basa locaticros at
a combined distance of 2500 feet. The C�U shall autaznatically sarr�ple and update
all 1oca1 and remote T/O modu]es each scan cycSe of the CPU.
�1331o.a� 133 IQ-12 3/13t02
City of Fort Worth
Rolling Hills WTP
Backwash Supply 5ystem
3) The comtnunication link between the CPU and any RID chassis shall �e via 20
AWG tinned copper co�nmunications grade cable as recommended by the PLC
manufacturer. For racks located an a link of less than 2500 cable feet, the speed
of the communications link shall be gteater than 230 Kbaud with RIO scan rate
of less than S millisecond per RIO.
4) Diagnostzc and equipment status information shall be at�ailahle from each RIO.
5) It shall be possible to communicate with remote T/O racks or other PLCs via fiber
op�ic eable by using chassis mounted fiber optic modems as specified herein.
. � 6} The remate v0 system shall �ave available a remote inpudoutput arrangement
capable of operation at Iocations physically saparated from the PLC CPU by up
'' ta S,D00 feet as detailed on the drawings.
7) Communication with the xemate TJO arrangernent shall be through cable as
recammended by the PLC xnanufacturer ar�d provided by the OSS u�dex this
specifieatian seciion.
In�u�/Output Modules (I/O)
a. General
1} The T/O count and type sha31 be deternuned by the OSS as required to implement
the functions specified plus an allowance for aEtive spares as noted below.
2) Each UO drop or 7l0 iocation shall include 20 percent (minimum of 4} active
input poin�s {both DI and AI} and 20 percent (minimum oi 4) active ouiputs
points (both DO and AO) fior future use. The spares sha11 be the same iype of
Il� madules supplied. Spare output points that require the use of an external
relay shall be supplied with the extemal relay. Regardless of the spare
xequirement, all installed unused points on all I/O modules shall be wir�d to
ternainal blocks and the termination cabinet in the order that t�ey occur on ihe
UO nnodu]es, Termination of all spares at the end af the termination cabinet
terminal snips shall not be acceptable.
3} 1Vlinirnum i�olation between inputlpulput and logzc voltage shall be 2500V RMS
per NEMA standards via apto-isolation.
4) All outputs sI�all have field replaceable fuse protection and blown fuse
indicatars.
S) I/O modules shall be plug-in mounted to the v0 mounting bases. IIO modules
shall be desi�ned to allow insertion at any point on �he mnunting l�ase.
6) Field wiring ternunal blocics shall be pull apart iype, iFmounted on the I/O
modules, or nnoun.ied on the U� mounting bas� to a11ow T/O module replacement
without discnnnection af t3ae � eld wiring. A11 field wiring temunal blocks shall
be 3QDV z�ainimum NEMA rated, and accornrnodate no less than �wo (2) #14
F13310.doc 13310-13 3113/02
City of Fort Worth
Ralling Hills W i'P
}3ackwash Supply 5ystem
gauge wues.
7) UQ module usage sha11 camply with the following table nnless noted otk�erwise:
v0 Tv�e Module Tvpe
Analog input 4-20mA (rernote power sup�ly)
Analog au#put 4-20mA (remote power supply)
Discrete input 12fl VAC {indi�idually isoiated)
Discrete ouiput Relay
8) The �4 VI7C povcrer for analog instrument loaps shall be provided by the OSS as
a part of the systezn. The 24 VDC power supply shall be derived frozn the 120
VAC input power circui� to the PLC. The field side of the 2� VDC power
sources(s) shall have individual or grouped (of logicaJly assflciated circuifs}
fusing and provided with a readily vi.sible, labeled blown fuse indicator.
9) 120 VAC powez for discrete outputs shall Ue prov�ded from the associated motor
starter cantral ci.xcuit (when used with inotor startexs} or o�her 120 VAC source
(when I!0 is nat associated witr� a particular matar stari�r}.
10} Surge protection for nutputs dri�ing coils, solenoids, atc,, shall be provided by
the OSS as requzxed.
I 1) '�Jhere znultiple mechanicaI components are provided for process redundancy,
their iield connections to UO modules shall be arranged such that the failure of a
single I/O module will not disable aIl mechanical components of the xedu�dant
sysiem {i.e., inputs for Pump No. 1 an one input ear�, inpuis for Fump No. 2 on
anoiher input eard).
12) UO modules shall contain a maximum of 7 6 points per caxd.
13) 'I'he TJO points shall be optically isolated ar�d capable af withsianding low energy
camnaan mode transients of 1540 valts pealc.
b. Discrete �!�
1} Relay type outguts sha11 be Farm-C type (both NO and NC contact) and shall be
rated for 5.d amps continuous. These type outputs shall be used on all MCC
circuits or other inductive laads. ,
Z) Each discrete input and a�ttput shall ha�e an LED or othe� visible indicat�on of
an/off status.
AnaIog TIO
2) All of the analog inpu#s and outputs shall have at least 12 bit resolution ti.e., to 1
part in 4096) and relative total accuxacies within .025°l0 of f�ll scale, �.11 analog
signals shall be isolated; no single ended or common analog signals shall be
allowed.
F1331 Q. doc 13 310-14 3�i3�o2
City of FnrC Wo�th
Rolling Hills W'I'P
Backwash 5upply 5ystem
d. Power Supply and Chassis
1) The I/D chassis shall provide for direct3y mounting the CPU, power supplies,
communication modules, and the UO modules. Chassis shall be available for
direct mounting in a 19-inch rack or altematively, flush or surface mounted. T/O
chassis shall have at least the numb�r of I/O slots to accommodate any mixtUre oi
analog, digital or special funct�on modules as indica�ed on tha Drawings.
Modul.es shall be electrically isolated from each other {as a minimum 1500 VDC)
allowing nr�ixed voltages on the same UO chassis. The chassis shall also allow
for mosanting bot11 analog and digital T/O m.odules an the same IIO ehassis. Each
chassis shall operate as eitlaez a CPU or expansion rack.
2) The power supply shall aperate on 120V, AC, 60 Hz, single phase to powCr the
Cl'U, comzx�unication cards, and other cards in tbe m,ain equipment mounting
chassis. The power supply shall include fuse and fuse holder which is accessible
vaithout requi�ag removal of power supply from I/Q chassis.
3) Power supply healkh and volta�e ouiput levels sha]I he monitored by the CPU.
4} The power supply shall operata at the foIlowing:
,,
a) 120 VAC rms plus or minus 15°/a continuously
b) 120 VAC rms plus ar minus 30% maacimum, 30 seconds
c) 120 VAC rms plus or minus 100°/n, maacirnum 17 miljiseconds
d) Line spikes at lOQ VAC (5Q40 micrnseconds duration); fl.5 pez cent
m�imum duty cycle.
5} A single main power supply shall �av�e the capability of supplying power to the
CPU and local inputloutput modules. Auxiliary power supplies shall pra�ide
power to remotely located racks.
6) At the tinne of power-up, the power supply shall inhibit operation of the
processor and I/O modules until the DC valtages are within specifications.
7) The power supply shail not consume an available UO slot.
,$) The OSS shall size all pawer supplies to provide adequate povt�er for ths UO as
indicated in the Drawings, plus enough reserve capacity to pawer all possible
future UO rxaodules which cauld be mounted in the chassis.
b. v0 Direct Current (DC} Pawer Supp3y
a. Redundant 24 VDC power supplies for powering analog instrurnenf loops, discrete
inputs, and discrete autputs shall be sized and provided by the OSS as a part of the
�ystem. The 24 VDC power supply shall be derived frorn the 120 VAC iz�put power
circuit to t]�e PLC. If one pawer supply fails, the other power supply shall begin
supplying the loads without interruption in 24V DC service to the field devices.
F13310.doc
13310-15
3/13/02
Gity of Fort Worth
i�olling Hills WTP
Backwash �upply System
b. TIze power supplies sha11 provide sufficient regulation and ripple cantrol to assuze that
tk�e �ans�ruments and devices being operated can operate within �heir required tolerances.
Clutput over voltage and over curreni protective devic�s shall be provided �vith the
power supply to protect the in.strum�nts from damage due io pawer supply failure and
to pro#ect th� povwer supply frQm daznage due to external failure. Transformers shall
have primary and secondary fuse �rotection.
Qutput aver voltage and over current protective devices shall be pravided. Tlae field
side of the 24 VDC power sources{s) shall have individual or grouped (of logzcally
assaciated circuits) fusing az�d provided wi#h a readily visi�ale, labelcd blown fuse
indicatar.
d, Power �upplies sha11 l�e rnanufactured by Adtec, Sola, Power One, or approved equal.
7, Soflware
a. PLC Programining Software
1) The OSS shall provide a�LC confguration and apglication development
soflware package complete with documentation and disks. The 1'LC software
package shall be provided with appropriate licensing for future installation on the
follawing quantity of computers:
a) One (1) laptop �omputer
b) Twn {2} operator workstations
2} T�ie aoftware package shall allavc� an-lineloff-iine program development,
annotation, monitoring, debugging, upload�ng and downloading o�f programs to the
PLCs via RS-232-C and Etk�ernet data highway.
3} The so£tware package shali be completely znenu driven and shall be distributed on
standard CD-ROM.
4j A11 required hardware (incIuding cables, cable adapters, etc.) to allow the PZ..C's
connection to a Sfandard RS-232-C and Ethernet data �ighway personal computer
port shal] be furnished.
5j �'he softvvare package shall include a software license agreement allo�ving the
Owner the right to utxlize the software as required for any current or future
modification, documentation, or deveiopment of tJae PLC's �urnislaed for thi�
prajec�.
6) Th.e so�t.ware shall be capable af the fallawuzg IEC 1131-3 functions;
a) Functic�n block editar
b) Sequen�ial function chart editor
c} List editor
d} 5tructured text editor
F 13310, doc 13310-3 5 3/13/02
City of Fort Worth
Rollin�; Hills WTP
Baekwash SupplySyskem
e) "C" programming toolkit
7) In additiiQn to the above editors, a derived function block editor shall work with ar�.y
of the above mentioned editors to create custom reusable function blocks. This
software shall allow a�ny af the derived function hlocks to be modified on-Iine.
8) The software shall a�so include a live simulatar whieh will allow the deweloper ta
develnp and test prograxns without th.e neaessity of being cannected to a PLC.
9) The system shall t�e Microsoft Windaws-based and run in a VSlindows2QOQ
environment and include a 32-bit szmulator.
10) The software shall include a security feature to preven.t un.authozized personnel
frorn modifying and downlnading the grograrn to a non-authorized.PC.
11) The software shall have an extensive on-line Windows-based help screens.
12) Annotation shal] Ue possible from any Microsoft Windows application. Full text
� import az�d export of reference data shall also be possib�e.
13) Th� software shall be the lat�st versian of Modicon Concept Softwaxe with tlae
latest serviee release. T'he contractor shall upgrade all copies of the Modicc�n
Conaept 5oftware with the Iatest service release awailabie 60 days priar to systen:�
final acceptance.
2.03 UNINTERRUPTIBLE POWER SiFPPLY (UPS) SYSTEM
°` A. The UPS shall su,stain o�eration af the indicated equipment and sha31 provide power for an orderly
; shrxtdown ta prevent the loss of the System during pawer failure. The UPS shall provide isolation
between. the PLC Control System and the plant power system.
B. The UPS sha.11 consist of a Ferra-resonant transformer, a microprocessor controlled static inverter,
precision 3 step battery charger, batteries to store ezner�ency po�ver, a detachable keypad, an
electronic digi.tal meter, and an integrally nnounted rnanual isolated break before make bypass
switch.
C. LTnder normal operating conditions, the critical load shall be powered by a n.oz�nal AC Iine supply
that has been filtared through the Ferro-resonant transformer. When AC line po�ver is present, the
inverter shall Ue off and the Uattery charger shall be off, if the batteries are �u11y charged. When
AC line povwer fails, or goes out of tolerance, the inverter shall supply AC power to the
transformer from the batteries. Ther�, shall be no rneasurable break in the autput of the system
durin� transfer from normal AC line supply ta the inverter hattery supply or back to line.
The UPS system shall�be sized to sustain 1.5 times the connected full Ioad for a minimum
periad of 30 minutes in an operating environment of 32°� to 104°. Exact sizing is the
responsibility of the PCSI.
2. The UPS sysfem shall be lig�tning and surge tested per ANSI/IEEE C62.41 and shall be
capable of reducing an input spike to less than 3 vo�ts on the output for a 2040 to 1 spike
atienuation. The UP5 system shall have 120 dB common mad� and 60 dB Tiansverse mode
noise attenuation.
F13310.doc 13310-i7 3/13/02
Cify of FDrt Worth
Rolling Hi11s WTP
Backwash 5upply System
3. Th� UPS system shaIl pxo�vide a true separately derived power source as defined in the NEC
article 250-Sd with output neutral bonded to ground. There shall be no d�rect connection
between input and output and less than 2 pf of effective input to output capacitance.
4. Th� UPS system output shall be regulated to 120 VAC + 3%, 60 HZ + p.5 HZ over the full
dynamic range from no load to full load and Io�v line VAC to high line VAC and low
battery �o�tage to high #�attery �o�tage,
The UFS system, shall provide computer grade sine �vave power witki 5 percent or less total
harmonic distortion.
6. The UpS system capaei#y shall b� rated in volt�amperes (VA) while loaded with typical
campnter grade switch rnade pawer sup�lies har�ing a power factor of 0.6 ta 0.7 and crest
factor oi 2.7 to 3.5.
7. The UPS system shal] have an efficiency of at least 9Q% when aperated from AC line.
The UPS system shall have built-in self diagnostic manitoring capable of monitoring as a
minimum AC valts in/aut, AC current in/out, battery voltage, VA load, �atts, power factor
percent of full load, time of day, system hours, inverter hours and prajected run time
available. Unit shall have two narmally open relay contacts far remote alaz-m condition
reporting. The PCSI shall connect all availabl� status contacts to the control system.
The UPS system shal� have a dual track redundant configuration that utilizes either line or
inverter outpufi for power and shall be designed to meet or exceed a MTBF of 100,400
hours.
10. AlI cables and connectors for power disixibution to the system� cornponents shall be
furnished and installed under this car�tract.
11. TJPS systems greater �han 3 kVA shall be pra�ided with an input voltag� shall be 24D VAC,
J phase, 6D Hertz; all others shalI be provided 1,20 VAC, 1 phase, 6a Hertz. All ather� shall
be pro�ided with an input voltage of 120VAC, 1 phase 60 Hertz. Th,e PCST shall coordinate
the input voltage and neutral requirements with the elecirical contractor be�ore ordering txie
UPS.
12. The systam baiteries shall Ue sealed, no maintenance type rated for I00-amp hour at 12
VI]C. �
13. The PC�I shalI provide sizing data on th� UPS listing alI loads and calcuIations required for
sizing the UP5 system for Engineer review and approval. The system supplier shall pro�vide
test data an the LTPS to show conforn�ance with these specifications including, but not
limited ta, full laad back up time, half load back-up time, eificiency at full laad, output
voltage/frequency regulatian during adverse input power conditions, etc. T�e Ul'S system
shall be FERRUPS UFS as manufactured by Best Technologies, Tnc., Smart-UPS as
manufactured hy American Power Conversion, or approved equal.
14. Each UPS shall provided dry contacts ta tie into computer system such as UPS Fail, [T�S
bypass, e�c.
F13310.dnc 13310-18 3113l02
City af Fort Worth
Rolling Hills VJ'I'P
Sackwash 5upply System
PART 3 EXECUTION
3.01 GENERAL Il�ISTALLATION
A. Refer ta Section 13300 for SCADA P1ant System.
3.�2 OPERATIDNAL READINESS TESTS (ORT}
A. Refer ta Sect�on 13300 for SCADA Plant 5ystern.
3.Q3 FUNCTIC}NAL DEMONSTR.A.TION TEST (FAT)
A. Refer to Section 13300 for SCADA Plant System.
END OF SECTION
�i3�io.ao� 13310-19 �isioz
City ofFart Worth
Rolling Hills WTP
Backwash 5upply 5ystem
SEGTION 13315
I'ROCE�S INSTRUNIENTATION AND CONTROLS - PR�DUCTS
PART 1: GENERAL
1.01 SCOPE OF WORK
A. This section cavers the fumishing, instal�ation, and services for the field-�nounted instruments
and analyzers, majar systems, panels, and subassennblies as detailed on the dxarvings and in the
Loop Diagrams for the PCSI Systern.
B. Refer to Sectian 13300 for PCSI SCADA Pla.�t Systexa3.
I' 1 A2 RELATED WORK
I�. A. Refer to Sectian 13300 for PCSI SCADA Plant Sysiem.
, 1.03 SUBMITTALS
A. Refer to Secti�n ] 3300 for PCSI SCADA Plant System.
1.04 REFERENCE STANDARDS
` a A. Refer to Sechan I330Q for PCST SCADA Plant System.
l.OS QUALITY ASSURANCE
�� A. The Engianeer shall detemune whether a product is an. AA.pproved Equal� based upan the
` �nformation listed herein and the rnanufacturer's data sh.eets regarding the models specified,
__ Alternate equipment must rneet the criteria listed herein and any additzonal information in the
� manu�'acturer's data sh�ets in order to be accepted as an "Approved Equa1". Supplier must
' �urnish five (5) worldng in5tallation references far any alternate equipment along with Owner,
contact, and telephane nuznber.
• L B, Refer to Sectian 13300 for PCS� �CADA Plant System.
� .06 MAINTENANCE ANID TEST EQUIl'MENT
A. Provide the following taals and test equiprn.ent conaplete with carrying cases, patch cnrds, etc.:
1. One (1) hand held smart transmitter calibrator provided hy the transmitter manufacturer to
calibrate all smart field transmit�ers provided.
2. One (1) portable admittanee �aster with rechargeable batteries to calibrate the ac3mittance
instruments prqvided.
i3�ts.aoc 13315-1 3/13102
City of Fort WorW
Rolling HiIls WTP
Backwash Supp[y System
3. The spares listed abave sha11 be packed in a mazan.ar suitable fax long-term staxage and shalI
be adequately pratected against corrosion, humidity and ternperature.
4. One (1) pheuznatic calibrator as znanufactured by Merical.
5. Provide other spar� parts as indicated on the individual device specificatinns.
PART 2 PRODUCTS
2A1 ANALYTICAL INSTRUIVIENTS
A. Turbidity Analyzer
1. Type:
a. Microprocessor Uased, continuously flowzng, 90 degree ligh� refractive type
turi�iditimeter capable of transmitting f�rbidity data on a netwark.
2. Functianal perforrnance:
a. Accuzacy :+l- 2°/o of reading or -�l-OA20 NTU (whichevar is greater) from 0 to 40
NTLT; +/- S% of reading frozn 44 to 1pQ NTU. The repeatability of tha unit shall be
+1- 1 % of the reading.
b, Resolution - The resolution sh;all Ue 0.001 NTU
c. Range - the instrument shall be capable ofnaeasuring turbidity from Q to I00 NTU,
d. Stability - The devic�e shall be able to opezate within 0 to 40 degrees Celsius and shall
praduce accurate readings under 0-95 % non candenszng humidity conditions.
e. Fower Requirements - 120 VAC with intezxial surge pxotection. The power supply
shall be provided with the turbiditimeter.
3. Physical:
a. The turbidimeter shajl have a]/4" female in�et with a 114" compression �fting. The
drain shall Ue %z" NPT %male vvit.� a%Z" hose barb.
b. The Undy of the turbiditim�ter shall be mounted on the wail.
4, Manufacturers:
a. Hach Model SS-� (Surface �catt�r 5}
i�3 is.ao� 13315-2 3/13/02
City of Fort Warth
Ralling Hills WTP
Bacicvvash Supply System
5. Accessories Required:
a. Signal output madule
1) A device capable o�processing 2{two) analag signals of 4-20 rnA. The autput
scan shall Ue progirammat�le over a�y }�ortion of the turbiditimeter range.
2) The device shall be provided with 2 discrete autpufis to generate alarms etc. The
relays shall be SPDT type with unpowered cor�tacts.
3) Manufacturer - Supgli�d wiih the tubidimeter.
U. NetvvorklTrending module
1) Microprocessor based user interface designed to provide precise contral of the
tubidirneter,
� 2) The unit shall Ue equipped with an interf'ace to �ilow the operator to recard data
from the display as well as step by step on sereen instructions on how ta calibrate
' the instrument.
3) Maa�ufacturer - Supplied with the turhidimeter.
L gH Analyzer Monitor:
1. Sensit�g Element
� a. Type:
,I
1} pH-sensirive glass membrane electrod�, double junction reference electrode and
ground electrode with preampli�er in one pH sensor.
�
2) For suUmersian or flow thro�xgh application as shown on the Drawvngs.
b. FunctionallPer�armance:
� �
1) Purpose: To measure the pH value of the process fluid as specified in the loop
dia�rams.
2) Operating Principie - to compare the pH electrode v,rith a pH stamdard and
produce a signal.
3) Range - Reference contract drawings.
4) Accuracy - s/x of l pexcent of span,
133I S.doc 13 315-3 3/13102
City of Fart Wortlt
Rolling Hi11s VJTP
�ackwash 5upp[y System
3. Physica�:
1) Epoxy sensors.
2) Provide sensor protector,
4. Manufactuxer:
1) Rosernount
2) Appxoved equal
5. Indicating Tran.smittez
a. Type:
1) Electronic transmittex.
b. Funct�onal/Perforrriance:
J.) Purp�se - ta sense a pH signal and output a 4-20 triADC isolated electroni�
signal, con-esponding to process pH.
2) Low level input from p�i sensing elernent.
3) Power Supply -115 valts AC, 60 Hz
A) Response Time - 0.1 to J.. Q s�conds, adjustable.
c. Physical:
1) Weatherproof NEMA 4X enclosure.
2) Handrail mounted, 3I6 stainless steel mounting hardware.
3) Electrical connections - 2Q rnm (3f4-in).
d. Manufacturer:
1) Hach Madel EC 1000
2) Rosemount
3) Approved equal
13315.doc 1�3 �5--4 3l13IO2
C'tty of Fort Worth
Ralling Hifls WTP
Backwash Suppiy S�stem
2.02 FLOW METERING INSTRUMENTS
A. Transit Time Ultrasonie Flowmeter
1. Flow Element
a. Type:
1� Diagonally traversing transit tizxae type,
2} Strap on sensor design.
h. Functional/Performance:
1) Accuracy - Plus ar minus I.D percent af flow from 1 FPS to full scale. This
includes the flow trans�n.ittex/ couverter.
2) Operating Temperature - Minus 30 degrees Fahrenl�ezt ta plus 150 degrees
Fahrenheit
c. Ph�ysical:
1) Sensors shall be mnunted diagnnally across from each other and shall be
� mounted through special windows or mounting bnsses and shail not sense
through the pipe wall. Sensors sha31 be corrosion r�sistant and vveath.erproof.
� d. OptionslAccessories Required:
5 1) Eaah flow meter assembly (sensor and transmitter} sha11 be faciory calibrated.
I T�e calibration report shall be included in the iinal O& M manual.
e, Manufacturers:
1) Badger
2} Falysonics
3) Appraved equal.
2. Trausmit�er/Converter
a, Type:
I) Elect�ronic, microprocessor basad, match ta flow element.
b. Functianal/Performance;
1) Accuracy - See flow eI�rnent.
13315.doc 13315-5 3113102
City nf Fart Worth
Rolling �Iills WTP
Backvrasb Supply 5ystem
2) Operatin.g Ternperature Range - Plus 32 degrees � to 130 degirees F in unheated
units, Muaus 20 degrees F to �3D degrees F in heated units. Pxovide unheated
units unless noted otherwise.
3) Output - Isolated 4-20 ma.
4) Power Req�irements - l 20 V, 60 Hz.
5} Calibration - Mierc�proeessar is respansible %r holding all constants,
programrned through tYae front panel, Microprocessor per%rms all signal
canversi�n and caleulatzons digitally and then converts digitaI signa] to current
output.
6) Diagnastics - Transmitter ta perform seif flow system checks and dispIay any
non-normal aperation.
7) Circuitry -,SoIid state microprocessor Uased. Battery anemory backup in case of
potiver failure.
$) The transtnitter circuitry shall be interchangeaUle Uetween flova met�rs and shall
allow far easy field range changes.
9) The transmitter shall include interference-rej ecting cir�uitry ta nnaintain a
reliable signaI in the presence of bubblas, salids and disturbances in the flowing
siream.
c. 1'hysical:
1) Enclosure - NEMA �4X.
d. Options/Accessaries Requir�d:
1} Provide a local indzcatnr with scale en�raved in engineering units of flaw.
2} Where indicated on the instrument deviee schedule, pro�vid� a non-reset
tatalizer.
3) Provide all interconnecting cable; coia�.aectors and �ittings between the
txansmitterlconverter and the flaw sensors.
�) Provzde a reverse flow relay contact.
e. Manufacturers:
1) Supplied with flaw elennent.
13315.doc 1�� �5-� 3113/02
City of Fort Worth
Rolling Hills W'I`P
Backwash Suppiy System �
2.03 PRESSTJRE INSTRUMENTS
A. Pressure Tra�smitters
1. Ty�e:
a. Microprocessor based, intelligent type.
b. Diaphragm actuated.
2. Function/Performance:
a. Accuracy: 0.1 percent of span (linear output).
b. Stability: Combined temperatur�: eff�cts shall be less than a.2 percent of maxirnum span
p�r 50 degrees F temperature ehange. Effect nn accuracy due to static pressure changes
shall be negligible.
' c. Power Requirements: Loop powered, twa wire tiype.
� d. Output: 4-20 rnA. DC. Output shall be linear for pressure and lev'e1 applications. Forr
flow metering applieations the output shall �e the square root of the input differential
pressure.
� I e. RFT Protectian: D. l. percent error �etween 27 and 500 MHZ ai 30 vlm field intensiiy.
9 r. f Drift: 4.1_0 percent per six months for 4-20 mA output.
g. Sensor Technolagy: Digital.
ti' h. Over Range Protec�ian: Provide positive over range protection,
� 3. Physical:
a, Electrical Glassification: Intrinsically safe for Class I a�d Class II, Division 1 loeations.
b. Enclosure: NE11�IA �X.
c. Sensar Diaphragm Material: Cobalt-Nickel-Chrozne alloy ox Hastellay C.
d. Gaskets: Teflon.
e. Sensor Fill Fluid: Shall be suitable for pracess fluid being measured. When used for
chemical metering set-vice, �ensor fill fluid shall be rated specifically for the chemical
being measured.
4. Options/Accessaxies Required:
a. 1'rovide spata and zero adjustment at each transmitter.
13315.doc 13315-7 3113l02
City of Fort Worth
Rol[ing HilEs WTP
Backwash Supp]y Sysiem
b. Provide lacaI indication a� each tra�smitter, either analog gauge or LCD readout. Scale
shail be in engineering uni#s.
c. Pro�zde hand held programmer(s) as speeified under tools and test equipment.
d. For each transmitter provide a Model SBZ43 multimatic man�fold as manufactured by
D/A Manufacturing Go., Inc, and mounting brackets as required, The manifold shall be
3I5 stainless steel and provide the following inodes of operation;
1) Normal Mode
2) Zeroing Mode
3) Isolation Mode
4) Calibration Made
5) Blowdown Moda
5. Manufacturer{s):
a. Rosemount
b. Approved equal.
B. Diaphragm Seal - Threaded
1. Type:
a. Thread attached.
b. Welded Metal Diaphragm.
c. Exposed Surfaces - 31b stazz�Iess steel.
2, Punction/Performance:
a. Purpose: To protect instruments or gauges from the pracess medium.
�. Operating Principal: A flexible dzaphragm separates process m.edium and instrument
element. 5pace on instrument side of diaphragtn shall be completely filled witk� a
suitable silicone or instrument oil. The process pressure is transznit�ed by the liquid
filled system to the instrument element,
c. Filling Screw: Include on all uni�s.
d. Pressure Lim�its: 1,000 psi.
e. Flushing Connection: Include on all tinits.
1�� �5.�0� 13315-5 3/13/02
City of Fart Warth
Rollirag flills �TP
Bacicwash Supply System
f. Capillary tubing as required.
4. Physical:
a. Top Housing: C�bon Stee3, Cadmium plated.
b. Diaphragm: 316 ELC Stainless Steel.
c. Exposed Surfaces: 316 stainless steeI.
d. Bolts, Nuts a�nd Plugs: 18-8 stainless steel or 315 stainiess steel.
e. Capillary: 114-in staintess stee3 armor shielded.
f, Fill Material: Fluora �nert Fill.
5. Marzufacturer{s):
a. Red Valve Compaz�y, Inc.
b. Ashcroft.
c. Ronningen-Petter Company.
C. �ressure Gau�e
� 1. �Type:
� a. Bourdon tube actuated pressuxe gauge.
2. FunctianlPerformance:
, � a. Accuracy: Pius or minus 1 A percerit of spaz� ar better.
3. Physical:
a, Case: Phenolic shock resistant or 316 stainless steel for surfacelstem mounting with a
pressure relieving baGk. The case shall be vented for te�npexature/atmospheric
compensation, Gauge shall be capable of being liquid �illed in the %eld ar at the factary.
� b. V4Tindovv: Clear acryiic or shatter proof glass.
c. Bourdon Tube: 316 stainless steel.
d. Connection: ❑-in NPT.
a. Gauge size: Minimum 4.0 inahes viewable..
£ Pointer travel: Not less than 200 degrees nor mor� than 270 degxee arc.
l33 i5.doc I3� 15-9 31131Q2
CityafF`ort Worth
Rnlling Hills W1'P
Backwash Supply System
g. Range: As indicated inthe instrument device schedule.
4. Accessoxiesl�ptions Required:
a, Shutoff valve: Each gauge shall hava a process s�utoff valve which can alsa be used as
an adjustable pressure snubber.
b. Speaial scales: Engine�r reser�es the xight to requite specia] scales andlor calibration if
the manufac#urer�s standard is not suitable far the agpiication.
c_ Gauges listed as liquid filled in the instrument device schedule shall be liquid filled at
t�e factory.
5. Manufacturer(s):
a. Weltslar
b. Arnetek/rJ.S. Gauge Division
c. Ashcroft
D. Pressure Indicating Transmitters
1. Type:
a. Microprocessor based intelligeni type, diaphragrx�. actuated.
b. The zzastrument shall meas�re gage pressure.
2. FunctioniPerfpannance:
a. Accuracy: Plus ox minus 0.1 percent of caliUrated span,
b. Over Range Protection: Provide positive ov�r range pxotection to maximurz� pracess
pressure.
c. R�I Protection; 0.1 percent error between 27 and SOO 1V�HZ at 20 v/m fieZd inten�ity,
d. Qutput: �#-2Q n�A
e. Power Requirements: Loop powered, two wire type.
f. Stability: Combined temperature effects shall be less than d.2 percent of maximum span
per 50 degrees F temperaiure change.
3. Physical:
a, Elecirical Classification: Intrinsically safe or expla�sion proof for Class I and Glass II,
Division 1 Iocations.
13315.doc I3315-10 3113102
City of Fort Worth
Rolling Hills WTP
Sackwash Supply System
b. Enclosure: Rated NEMA 4X.
c. Diaphragm Sensor Material: Cabalt-Nickel-Chrome alloy or Hastelloy C.
d. Sensor Fi11 Fluid: Fluaro Jnert Fill.
4. OptionslAccessories Required:
a. If required to meet the range or suppression/elevation requirements, ihe coniractor shall
supply a �i#�f'erential pressure trans�itter.
,
, b. 1'rovide a shutoff valve and mounting bracket for each transnnitter.
�• c. Provzde an integral indicatar soaled in engineering units.
�� d. Provide harid held pragrammer{s) as specified under iools and test equipment.
5. Manufacturer(s):
a, Rosemount
b. Approved equal.
E. Pressure Switch
I. Ty}�e:
a. Diaplvragm actuated.
2. FunctionlPerformance:
- a. Repeatahility: Greater than 1.0 percent oipressure.
b. Setpoint: k'ield ad}ustable and set between 30 and 70 percent of tbe adjustable range.
c. Dead Band: Adjustable
d, Reset: Unit shall be of the automatic reset fiype unless nated otherwise on the Instrument
Device Schedules.
e. Over Range Protection: Over range protectian to maxi�r�.uFx► pracess line pressure.
f. Switch Rating: 250V AC at 10 amps; and 30V DC at 5 amps.
3. Physical:
a. Hausing: NEMA 4X.
1331 S.doc 13 315-11 3/13/02
Ciry of Fort Worth
Itolling Hills WTP
Backwash Supply System �
b. Switching Aarrangement: Single pole double thxovv {SPDT) unless double pole dnuble
throw (DPDT) svvitch�s are shown on the instrurnent device schedule.
c. Wetted Parts: Teflon coated diaphragm, viton seals, stainless steel connectian port.
d. Connection Size: %2-in NPT.
4. Accessories/0ptions Req�xired:
a. Shutaff Valve: l'rovide process shutoff valve which can be used as an adjustable
pressure snubber.
5. Manufacturer(s}:
a. Static-O-Ring {SOR)
b. United Electric
c. Ashcroft
• d. Mercoid
2.d5 TEMPERATUIZE INSTRUMENTS
A. Temperature Gaug�
1. Type;
a. Bunetal type.
�. Manufactured to .ANS� B 40.3 standards.
2. FunctionlPerformance:
a. Helical bimetal element enclosed in a metal shield expands when heated.
b. Range; Refer to the loop diagrams.
c. Accuracy: +1-1 percent.
d. 5tem Length: Q�e-half (❑) the pipe diameter.
3. Physical;
a. Dial Size: 3%-inch minimum.
b. Case: Painted steel.
13315.doc 13315-12 3�13�oZ
City of Fort Worth
Roliing Hills W'I'P
Bacicwash Supply System
c. RinglWinda�v: Polyca�'bonate.
d. Dia1: Steel, white with black �arkings.
e. Element: 316 stainiess steel.
f. Connection: %x-inch NPT.
4. Options/Accessories Require.
a. Swivel Head: Provide adju�table gauge position for viewing from any angle.
5. Manufacturer(s):
a. Ashcroft
b. Weksla�r
c. Ametek
d. Approved Equal
- 1 S. Thermowel�
� 1. Type:
a. Lagged, threaded, tapered.
h. Insertion length to suit application.
2. FunctionlPerformance:
a. Purpose: To separate the temperature measuring sensitive portion of a fzlled thermaI
systern, thermocauple, or resistance temperature deiector from potentially corrasive or
darrzaging process media, andlar pravide isolation for removal.
U. Connection: Pipe tap th�-eaded well, drilled construction.
c. Flange tap: Flanged well, c�rilled and welded canstruction.
ti
d. Hydrostatically pressure tested at 17 MPa (2500 psi) at 24 degrees C(75 degrees F}.
3. 1'hysical:
a. MateriaI: Stainless stee13I6. Titanium for use v,rith raised face, flanged wells.
13315.doe 133I5-13 a�i3�o2
City of Fort Worth
Rolling �Iills WTP
Backwash Supply System
b, Tip Length: 90mm (3.5-zn) minimum.
c. Lagging Extensian: 75rnm (3-in) minimum.
C. Temperature Eletr�.entlTransmitter
1. Type:
a. Input: 3-wire, 100 Ohm platinum RTD.
b. Outpu�: 2-wire, 4-20 znA DC inta 7S0 Ohm
c. El�ment mounted,
2. Function/Performance;
a. Receive input signa� frorn resistance ternperature device {RTD) indicated in process
units and transmit a 4-ZOznA DC signal linear propartional to the measured temperature.
b. Input: 13 to 50 c�olt DC into 0- 1875 Ohm
c. Output: A� to 2b rnA DC into '150 Ohm
d. 1'ow�r: 120 volt 60 Hertz
e. CaIibrated Accuracy -± Q,25 percent o� calibrated span, or, ± 0.1 percent, whicY�ever is
greater.
f. Indepen.dent Lineariiy -± 0, OS percent of calibrated span
g. Speed of Response - 0.5 seconds for 90 perceni of step change
h. StaUility -± 0.02 percent (J, degree F.) 2ez-o and span
4. Physical:
a, Case Material: Cast aIuminum
b. Cast Type: NEMA 4X
c. Mounting: Threaded connection on RTD we�
d. Indicator: 2-in ARC iype
13315.doc 13315-14
3113102
City ofFort Warth
Rolling Hills W'I'�'
Backwash 5upply System
5. Manufacturer(s}:
a. Rosemo�ni
b. Approved equal
,
s�
�,
D. Temperature Switch
L Type:
a. Bulb and capillary.
2. Function/Performance:
a. Repeatability: Greaterr than 1.0 percent of pressure.
b. Set Point: Field adjustable attd set between 30 and 70 percent of the adjustable range.
c. Deadband: Automatic reset type unless noted otherwise on the Instrument Device
Schedules..
d. Reset: - Autoxnatic reset type unless nated otherwise on �he Instrument Device
Schedules.
e. Over Range Pratection: Over range pratection ta znaximum process line gressure.
f. Switch Rating: 250V AC @ 10 amps; and 30V DC @ 5 amps.
� Y
3. Physical:
a. Housing: NEMA. 4X.
b, Switching Atrangern.ent: 5ingle pole double throw (SPDT) unless doulale pole dnuble
throw (DPDT) switches are shown on the Instrument Device Schedule .
c. Wetted Parts: T�flan coated c3iaphragm, viton seals, stainless steel connection port.
d. Connection Size: %x-in NPT.
4. AccessorieslOptions Requiied:
a. Shutoff Valve: Pro�ide process shutoff valve which c�n be used as an adjustable
pressure snubber.
13315.doc
13315-i5
snaroz
City of Fort Worth
Ralling Hills 1VTP
Backwash Supply System
5. Manufacturer(s):
a, Ashcrof�
b. United Electric
c. Approved equal.
2.06 LEVEL 1NSTRUMENTS
A. Weighted �loat Type Level Switches
l. Type:
a. The switch assembly shall b� weigh#eci and suspended on its owr� caUle.
2. Function/Performance:
a. Temperature Rating: Q-54 degrees C.
ia. Contact Rating: Up to z50V ACIDC, and 8 amps �C, 5 amps DC.
c. Contact Arrangement: Form C contact which is field selectable nornaally apen or
cXosed.
3. PhysicaI:
a. Contact: Sealed mercury s�t�vitch housed in a chemical-resistant polypropylene casing.
b. Flexible Support Cable: Synthetic three wire cable, nainitnum 19 AWG wire.
c. Specific C`rravity: Match ta fluid being measured.
4. Options/Aecessoxies R�quired:
a. Provide flexible su�part cable of sufficient length to ensure tao splice or connection is
required in the we#well.
U. Provide junction box outside tb,e wetwell�far connection of cable.
c. Provide stainless steel supports/mour�ting accessories as required.
5. Manufacturers:
�. Flygt Model ENH-10.
b. Approved equal.
13315.dac 13315-16 3113/62
� ,.
.�
4 /
I II
1 1
1�
� ��
City of Fart Worth
Rolling Hilis WTP
Bac�cwash Supply System
PART 3: EXECUTION
3.01 GENERAL
A. See executi�r� requirements in Sectian 130�0.
END OF SECTION
13315.doc
13315-17
0
3ii3�oa
��
City of Fort Wortb
Rolling Hills WTP
Backrvash 5upply 8ystem
SECTION 13322
FIBER OPT7C DATA HIGHWAY NETWORK
PART 1: GENERAL
1.01 SCOPE OF WOR�
� A. rurnish, install, test, and make ready fiber optic cables necessary for the data highr�vay
network, as indzcated on the drawings and as speciiied herein. Each fiber must be
� ternunated and connected inio existing patch panels or network racks as applicable. Ail
, i test equipment at�d spare parts shall be delivered to the City.
" 1.02 RELATED WORK
A. Delivery, Storage and Handling in Section fl1600.
B. Process Instrumentation and Cantral System in Section 13300.
1.03 SUBMITTALS
A. Sulsmit to the Engineer, in accardance witb Section 01300, and the following:
1. Complete manufacturer's produet data. Praduct data shall be provided for the
data highway cables, connectors, patch panels, spares and tesf equiprn�nt.
Product data sheets shall includ� the rnanufacturer`s natn.e and catalog nUmber for
each itezn, the manufacturer's descriptive Iiterature, catalog cuts and any power
supply requirements.
2. Certification of compliance in writing stating the �iber optzc cable, anticipated
Iayaut, ar�d components are compatible, acceptable for use and in compliance with
these specifications.
3. Complete layout and installatian proposed vvhich shaws cable and conduit
routzng, materials, cable size and type, pulling lubricant being used, installation
details, estimated maa{imum pulling tensions, o�verall systezn losses for each fiber,
and any and aII patch panel Iocations.
4. Resumes of the certified installatia�a personnel wha will actually conduct and
supervise the installatzon..
5. Training plan and schedule for fiber aptic caUle ternunation training.
xi3azz.ao�
13322-1
3nsroz
City nf Fort Worth
Rolling Hills WTP
Backwash Suppfy System
6.
1.04
A.
7
Installation Test reports as specified.
Provide �aur (4) sarnpl�s of each type of cable, aud conn�ctor terminatinn kit.
Four (4) sampies of a c�mpleted example of eac� type af cannector #erinination
shall be suUmitted.
8. The PCSI sha11 provide a fiber optic power budget for each cable run in excess of
S00 feet. The budget sha�l include transmitter power, receiver sensitivity,
connector losses, cab�e losses and a 3db aging znargin. �iber optic transmission
line shall maintain a minimum af 3 db safety margin,
9. 11�Ianufacturer's Instructions.
RE�'ERENCE STANDARI7S
National Fire Protection Association (NFPA)
1. NFPA-70 - Nat�onal Electrica� Code {NEC) ArticIe 770,
B. Underwriters Labarataries, Tnc. (LJL)
1. UL 1581 ti'W-1 - VerticaI Tray Cable Flame Test
2.
3.
UL 1666 - UL Standard for Safety Test for Flame-Propagation Height of
Electrical and Optical-Fiber Cables Installed in Vertica� Shaf�s.
LTL 910 - UL Standard far Safety Test for Flame-Frapagation and Smoke-Density
Values for El�ctrical and Optical-Fiber Cables Used in Spaces Transporting
Environmental Air.
C. Itastitate of�Electricai and Electronics Engineers (IEEE)
1. IEEE Standard 383 -�larne Retardancy.
D. Electronics Indusiry Association/Telecommunications Tndustry Associat�on (EIA/TIA}
f. EIA-STD-RS-455 - Standard Test Procedures for Fiber Optic Fibers, Cables,
Transducexs, Connecting and Tarrninating De�vices
E. Nati�nal Electrical Cade Article 770, Optical Fiber Ca��e
1. NFPA 70-I996
F
Fiber Qptic Tesi Method and Instrumentatian
�i33az.ao� 13322-2 3ir3tnz
City of Fort Worth
Roiling Hills WT`P
Backwash Supply System
DOD-STD-1678
G. Where reference is made to one of the above standards, the revision in effect at the tizlae of
bid openin� shall apply.
1.05 QU��L,ITY ASSUi3ANCE
A. The fiber optic cabling system z�naterials furnished under ihis Section s�iall be provided by
Fiber Optic suppliers who have heen praviding these types of materia3s for the past three
years. The Fiber Optic supp]iexs shall provide personnel capal�le of pro�iding technical
assistance a�rad fiber testing du�zng installation.
B. The installatian af fiber optic cabling system rnaterials fi�rnishad under this Section shall
be pravided by the fiber manufacturers certified installation contractar who has been
znstalling these types of materials fox the past three years.
C. All cabled optical fibers shall be 100% attenuated tested. The attenuation af each fiber
sk�all be provided with each cable reel.
D. The cable manufacfurer shall be ISO 900 ] registered.
E. The Engineer shall determine whether a praduct zs an "Approved Equal" based upon the
information lisied herein and the manufacturer's data sheets regarding the models
specified. A]ternate equipment must meet the oriteria listed herein and any additional
infor�nation in the manufactuirer's data sheets in order to t�e accepted a� an "Approved
Equal.." Supplier must furnish five (5) �vorking installation references for a�ny alternate
equipment alc�ng with otx�rker, contact, and telephone number.
L05 DELNERY, STORAGE .AND HANDLTNG
A. The cable shall he packaged in cartons andlor wound on spools or reels, Each pa�kage
shall contaiza only one continuous length of cable. The packaging shall be constracted so
as to prevant damage io the cable during shipping and ha�dling.
B. When the length of an arder requires a large wood�n reel the cable will be covered witb a
thxee {3 ) layer laxninated protective rriate�ial. Thc, outer en.d of the cable shall be secureiy
fastened ta the reel head so as to prevent the cab1� frarn becozning laose in t�ansit. The
inner end of tk�e eable shall pro,}ect into a slot in the side of the reel or inta a k�ausing on
tne inner slot af the drum, in such a manner and with sufficient l�ng�th to znake it available
for testing.
C. Test tails shall be at least two (2) meters long, The inner end shall be fastened so as to
prevent the eable fronn. becoming loose during shipping and installation. Reels s�ialS be
permanent3y marked with an identification number that can be us�d by the manufacturer to
trace t�e manufacturing histary of th� cable and fiber,
FT3322.doc 13322-3 3113102
City nf Fort Worth
Ralling HilEs WTP
Backwash Supply System
Ja. Wooden reels shall be plainIy mariced tn indicate the dir�ction in which it should lae rollad
to preaent loosening of the cable on t�e reel.
E. The attenuation shall l�e measured at 850 nm and 1�00 nm for rr�ultimode fil�ers. The
aftenuation shall be measured at I310 nm and 1550 nm far single-mode fib�rs. The
manufacture shall ship the test results along with the fiber,
F. Packaging
1. The cornpleted cable shall Ue packaged far shipment on non-refurnaUle wooden
reels. It is the responsibilify of the Contractor to determine all required cahle
lengths.
2. Top and bottorn ends ofthe caUle shall be available for testing.
3. Both ends oi the cable shall be sealed to prevent the zngress of moistuxe.
4. Each reel shall have a weather proof reel tag attached identifying the reel and
cable.
5. Each cable shall be accompanied by a cable data sheet.
�'ART 2: P1�ODUCTS
2.01 MAN�UF�ICTI.JRERS
A. Belden {Cooper Industries), Richmond, ]N
B. Corning (Formally Szecor) Corp., Hickory, NC
C. Optical CaUle Corporation, Roanoke, VA
D. Lucent Technologies
E. Approved equal,
2.02 FULLY WATER BLOCKEp FIBER OPTIC CABLE (OUTDOORIINDOOR)
A. General Considerations
I. The cable shall meet all requirements stated in the sp�cification,
2. Pro�ide Ceramic steel ST style connectors far all fiber optic connections. The
connectors shall be designed far use with 62.5/125-micxon cable, and shall be
capable of operatin.g in a range af 0 to 80 degrees C. Each connector shall cause a
F l 3322.doc 13 322-4 3/] 3102
City af Fort Worth
Rolling Hilis WTP
Baekwash Supply System
ma�cimum signal attenuatian of 1.6 dB. Cnming (Siecor) shall provide connectors.
All fiber optzc cables shall be tested for performance an.d loss after termination
and insfa3lanon to verify that at least a 3 dB power safety margin is obtained
between alI transmitters and receivers. Test data for each fiber and safe�y margin
calculations far each iiber path shall be provided ta the Dwrzer and Engineer after
installation ta verify conformance with t11is specification.
B. Fiber Characteristics
1. All fibers in ihe cable must be usable �`ibers and meeC required specifications.
2. Each optical iiber shall consist of a daped si3ica core surrounded by a concentric
. silica cladding. The iiber shall be �nnatched clad design.
' 3. Multimode: The multirnode fiber utalized in the cable specified herein shall ixaeet
ETA/TIA-492A-1989, "Detail Specification for 62.5 �.m Corc Diameter1125 �crn
Cladding Diameter Class Ia Multzmode, Graded Index Optical Wave guide
ribers."
a. Core diameter: 62.5 f 3.0 µm.
U. Cladding diameter: 125.0 � 2.0 �.m.
c. Core to-Cladding of£set: <_ 3,0 �m.
d. Cladding ndn-circularity: <_ 2.0 %.
Defined as: [1 -(min. cladding dia. = xn.ax. cladding dia.)] x 100
e. Core non-circulari.ty: <_ 5.0 %.
' Defined as: [1 -(min. core dia. = max. cor� dia,)] x 100
f Coating diame#er: 245 � IO �m.
g. Colored fiber diameter: nomina1250 }�m.
� h. Graded index.
i. Nunnerical Aperture: 0.275 � D.OIS µm.
4. Single-mode: The single-mode fibez utilized in the cable specified herein shall
confo�rn to the following specifications:
F133�2.doc
13322-5
3113102
City of �ort Worth
Rolling Hills VJ'I'P
E�ackwash Supply System
a. Cladding dia�neter; 125.0 � 1,4 µm.
U. Core-to-Cladding offset: < Q.8 �tn,
c. Cladding nfln-circularity; < 1.0 %.
Defined as: [ Z-( inin, cladding dia. = max. cladding dia. )] x
lOQ
d. Coating diameter; 245 � 10 �.m.
e. Colored fiber diameter: no7nina1250 µm.
£ Attenuation unifomuty: No point discontinuity greater than p.10 dB at
either 1310 nn�. or 1550 nrn.
g. Att�nuation at the Water Peak: 'I'he attenuation at 13$3 t 3 nm shall not
exceed 2.1 dB/km. �
h. Cutoff waveIength: The cabled fiber cutoff wavelength {h���) shall be �
1260 nm.
i, Made-Field dia�aa.eter: 930 � O.SO �Cm at I310 nn�10.50 t 1.00 �.rn. at
1550 nm.
j. Zero dispersion wave length {�): I301.5 nm <�, < 1321.5 nm.
k. Zera dispersion slope (So}: 5 0.042 ps/(nm2•km�
L Fiber po�arization m,ode dispersion (PNID): 5 0,5 ps/�Il�a.
5. The caating sk�all be a dual layerad, UV-cured acrylate applied by the fiber
manufacturer.
6. The caating shall be mechanicalIy strippable.
C. Fiber Specification Parameters
1. Required Fiber Grade - Maximum Individual Fiber Attenuation.
2. (Multimod� only): The rninimum noz-�nalized bandwidth oi multimode optical
�bers shall be ?I60 MHZ•1� at 850 nrn and >_SOQ IuIHZ•lrn� at 1300 nm.
3. (Single-mode only}: The ma�imum dispersion shall be <_ 3.2 psl(nm•l�m) from
F13322.dae 13322-G
3/13102
City of Fort Worth
Rolling Hills WTP
Backwash Supply 5ystem
12$S nn� to 1330 nm and sha11 be < i 8 ps/(nun•krn) at I550 nm.
4. The fiber naanufacturer shall proof test 140% of tiie optical �ber ta a rrtinimum
load of 100 kpsi.
D. Specifications %r Cables
1. Cable shall be flanae-retardant, iJV stabilized, fully wat�r blocl�ed fnr use in
indoorloutdoor applications. CaUle shall be suitable for installation in duct, aerial, and
riser environrnents. Cable shall meet UL OFI�TR speciiications an.d not require
transiiion splicing upon building entry iri order �o meet fire codes. The cable shall be
the FREEDM seri.es-as rnanufactured by Corning {formally Siecor} or approved equal.
2. Optical fbers shall be placed i�nside a Uuffer tube.
,, � 3. Each buffer tube shall contain the nurnbex of fibers shown on the dra�vings.
'' 4. Each fiber shall be distinguishabie by means of calar-coding according to TIAIEIA-
, 598-A, "Optica3 Fiber Color Coding."
S. Buffer tubes containing fibers shall be colox-coded with distinct and reeognizable
colors according to TIAIEIA-598-A, "Optical Fiber Co1or Coding."
, 6. Zn buffer tubes containing multiple iibers, the calors shall be stable across the
� specified starage an,d operating tamperature range and nat subj ect to fading or
' smearing onto eac�a other or into the gel iilling material. Colors shall nat cause fibers
. to stick to�ether.
7. Buffer tubes shall be kink resistant withia the specified minimum bend radius.
8. Fillers may be included in the cable core to lend s�nrunetry to the cable cross-Section
where neEded.
9. The central anti-buckling zx�ember shall consist of a glass reinfnrced plastic xod The
purpose of the cenfxal rneznber is to prevent buckling of the eable.
10, The cable core shall cont�in a water-blocking material. The nvater blocking material
shall be non�nutritive ta fungus, electrically non-conductive an.d k�omogenous. It shall
also be free frorn dirt and foreign matter and shall be readily remaval�le with
conventi�nal n.ontoxic solvents. Cable shall contain vvater-Ulocking threads between
tubes.
11, Th� cable shall contain at least one r�pcord under the sheath for easy sheath removal.
F 13322.doc 13 322-7 3/13/02
City af Fort Warth
Rolling Hills WTP
Backwash Supp�y System
12. Tensile strength s�all lae provided Uy a combir�ation of high tensile strength dieleGtric
yarns.
13. The higY� tensile st�ength dielectric yarns shall be �.elically stranded e�v�nly around the
cable core.
14. All dielectric cables {with no armoring) shall be sheathed with �edium density
palyethylene (]I�DPE). The minimum normal jacket thickness shall be 1.4 mtn.
Jacketing material shall be appIied directly over the tensile strength members aa�d
water Ulocking material. The polyet.�ylene shall contain carbon black to provide
ult�aviolet light protectaon and sha1I not promote the growth of fungus.
1S. Armored cables sha11 have armar composed of a corrugated steel tape, plasiic-coated
on Uoih sides far corrosion resistance, and sl�all be a.pplied with on an averlapping
seam with the corrugations in register, All armor splices shall be recoated with plastic
to maintain the armar's corrosion resistance, The auter jacket shall be applied aver
the corrugated steel tape armor. The outer jacket shall Ue a medium density
po�yethylene with a z�inimum nominal jacket thicicn�ess of 1.25 mm. T�� polyethylene
shall contain carbon black to proaide ultravio�et Iight proiection and shail not pramote
the growth of fungus.
15. The jacket or sheath shall be free ofholes, sglits and blisters.
17. The cable jacleet shall contain no metal elemenis and shall Ue of a consistent thickness.
18. Cable jackets shall be marked with manufacturers' narr►e, sequential r�aeter or foat
markings, the year of manufacture, and a telecommunication handset symbol, as
required by Section 350G af the National Electrical Safety Code (NESC). The actual
length of the cable sha�l be within � 1% of the length, markings. The marking shall Ue
in contxasiing colar witla the cable jacket. The lzeight of the marking shall be
approximately 2.5 mm.
I9. The maYimurr� pulling tension, shall be 2700 N(60$ lbtj duxing installation (short
term) and 600 N(1351� fl long term anstaIled.
20. The shippin.g, storage, and operating temperature range of the cable shaII be -40°C to
�-70°C. The installation iemperature range of the caUle shall be -30°C to +70°C.
21. When tested i�a accordance with FOTP-3, "Procedure to Measure Temperatura
Cycling Effects oz� Dptical Fibers, Optical Cable, and Other Passive Fiber Optic
Cornponents," the average change i�a atienuation at �xireme operational temperatures
{-4Q°C to +70°C) shaIl not exceed 0.05 dB/km at 1550 nm for single-mode fiber. The
magnitude of the maximun�. atienuation change of each individual fiber shall not be
greater than 0.15 dB/km at 1554 nm. For multimode fiber, the average change in
F13322.doc I 3322-8 3/13/02
City of Fort Worth
Rolling Hills WTP
Backwash Supply System
attenuation sha11 r►ot exceed 0.50 dB/laii with 80% of the measured iibers nnt
exceeding 0,25 dBllcm.
E. General CaUle Performazace Speciiications
!. When a one-meter stat�c head or equivalent continuous pressure is applied at one
end af a one meter length of unaged cable for 24 hours, no water shall leak
� through the opex� caUle end. VVhen a one-rnetex static head or equivalent
� contin.uous pressure is applied at one end of a one meter length of aged caUle of
• �ne haur, no water shall leak through the open cable end. The aging cycle is
defined as exposing the caUle to +85 f 2°C for 168 hours and twa cycles of -40°C
`, to +70°C with cable held at these temperatures far 24 hours. The water
� - penetxation test is completed at the end of the 24-hour hold. Testing shall be
performaaed in accflrdance with the industry standard test, FOTP-82, "Fluid
� Penetration Test %r Fluid-Blocked Fiber Optic Cable."
2, When testing in accordance wiih FOTP-81, "Compound Flow {Drip) Test far
Filled Fiber Optic Cable," the cable shall exhibit no flow {drip or leak} of fillin�
andlor flooding material at +65°C.
The cable shall withstand a minimum compressive load of 440 Nlcm (2541bflin)
for armored cables and 220 N/cm (125 Ibflin) for non-armored cables applied
uniformiy over #he length of the campression plate. The cable shall be tested in
accardance with FQTP-41, "Compressive Loading Resistance of Fiber Optic
Cables," e�cept that the load shall be applied at the rate af 3 mm to 2Q mm per
txzsnute and maintained for ten minutes. The magnitude of the attenuatian change
shall be wjihin the repeatability of the me�surement system for 9Q% of the test
fbers. The rernaining 10% of the fibers shall not experience an attenuation
change greater the 0.1 cIB at 1550 �m {5M). The average increase in attenuatian
f�r the fibers shall be S �.20 dB at 13D4 nm (NiIVI). The repeatabilaty of the
measurement system is typically f 0.05 dB or less. No fibers shall exhibit a
measurable change in attenuation after load removal.
4. When tested in accordance with F�TP-104, "Fiber Optic Cable Cyalic Flexing
Test," the cable shall withstand 25 mechanical flexing cycles at a rate of 3Q � �
cycle per minute around a sheave di.ameter not greater than 20 times the cable
diameter. The magnitude of th.e attenuation change shall be within the
repeatai�ility af the measurernent system for 90°/9 of th� test fibers. The remaining
10% of the fibers shall not experience an attenuation change greater than 0.1 dB
at 1550 nm (SM). The repeatability of the measurexnent systezn is typically � 4.05
dB or less. The average increase in attanuation for the fiberrs aball be 5 0.20 dB at
1300 nm (MM}. For arrnored cables, the inside or outside o£the a�mor surface
shali be inspected for fractures. Any visihle cracks causing separation of the
armor shall not have propagated more than 5 rnm. The outer cable j acket shall not
P 13322.dac 13 322-9 3! 13/02
City af Fo�t Worth
Itnlling Hills WTF
Backwash Supply �ystem
exhibit evidence of cracldng ar splitting when observed undex Sx znagnification.
When tested in accordance with FOTP-25, "Repeated Impact Testing af Fiber
Optic Cables and Cabl� Assemblies," tkae cable shall withstan.d 25 impact cycles.
The magnitude of tl�e attenuation change shall be within the repeatability of the
measurement system for 90% of the fibers. The remaining 10% af the fibers shal�
no# experience an attenuation ehange greater than 0.1 dB at 1550 nm (SM). The
repea�abiIity of the measuremen# system is typically f 0.05 dB or less. The
average increase in attenuation for the fibers shaIl be < 0.40 dB ai 1300 nm
(MM}, T�e cable jacket shall nat e�chiUit evidence of crackirag or splitting at the
completion of the test.
b. When tested in accordance wifh FOTP-33, "Fiber Optic Cable Tensile Loadzng
and Bending Test," using a maximu�m rnandrel and sheave diameter af 56D mz�n,
the caUle shall withs#and a tensile load of 2700 N(6081bf} applied for one ha�r
(using "Test Condition II" of the procedure). Tn addition, the cable sarnple, while
subjected to a minimurn load of 2654 N(6001U�, shall Ue a�Ie to withstand a
twist of 360 degrees in a length of less than 3 meters (9.9 feet), The magnitude of
the attenuation chan�ge shall be within the repe�tability of the rneasurement systeaa�
for 90% of the test �bers. The remaining 10% of the fibers shall not experienca
an attenuation chaiage greater than Q.l dB at 1550 nm {SM), The repeatability of
the measurement systern is iypicalIy � 0.05 dB or less. TI�e average increase in
attenuation for the fibers shalI be < 0,40 dB at 130Q nm {MM). The cable shall
not experieizce a measurable increase in attenuation when suUjected to the rated
residual tensile load, 890 N{2001bf�.
7. W�en tested in accordance with FOTP-85, "Fiber Optic Cable Twi,st Test," a
length of cable na greater than 2 a�eters will with�stand 10 cycles of zxiechanical
twisting, The magnitude of the a�tenuatian ck�azige shall be within the
repeatabiliry of the measuremenfi system far 90% of the test fibez's. The remaining
IO% of t�e fiUers shall not experience an attenuation change greater than 0. I dB
at 1550 nm (SM}. The xepeatability af the :nneasurement systezn is typically � O.QS
dB ar less. The average increase in attenuation for the fibers shall Ue 5 0,40 dB at
1300 nrn {MM), For armored cables, the inside or outside of the armor surface
shall be inspectcd for fractures. The cable jacket will exhibit no craclang or
splittizag when nbserved under 5� magnification. after completion of the test.
When tested in accordance with FOTP-181, "Lightanzng Damage Susceptibility Test
fox Optic Cables with MetalIic Cornpanents," the caUle shall withstand a simulated
Iighming strike with a peak vaIue of the current pulse equal to 105 kA. A damped
oscillatory tast currenY shall be used with a rnaximum time-to-peak value of 15 µs
(whioh corresponds to a minimum frequency of 16.7 kHz} an,d a maximum frequency
of 30 kHz. The time to laalf-vaiue of the waveform en�elope shall be from 40 - 70 �.s.
F13322.doc 13 � Z�,-1 � 3I13/�2
�
,
•�
�I
City af Fart Warth
Rolling Hills WTF
Backwash Supply System
2,03 PATCH CABLES, FIBER CONNECTOR�
A Maz�u£acturers
1, Siecor Corp., Hickory, NC
2, AMP, Tnc., Harrisburg, PA
0
C
2.04
A
F13322.doc
3. Lucent Technologies
4. A.P.D., Inc., Brooklyn, CT
5. Or approved equal.
�DIlI1�C�0i5:
Provide Cexamic ST style connectors for all fiber optic fibers. The connectors shall be
designed for use with 62.51125-micron cal��e, and shall be capab�� of operating in a range
of minus 40 to 75 degrees F. Each conne�tor shall cause a m�imum signal attenua�ion of
1.6 dB. Corinector specifications shall be as follows:
1. Insertion Ioss (typical): 0.5 dB
2. Durability (rn.aating cycles): I ObQ (minirnum)
3. Repeaiability: Less than 0.2 dB
4. Operating Tennperature: min,us 40 to plus 75 degrees F
Fiber �ptic Patch CaUies and Connectors
i. FiUer optic patch cable shall be 2-fiber zi.pcord 62.SI125-core/clad micron
multimode riser rated cable.
2. Installatian of patch cables shall include all spares and observe the rninaimurnn fiber
bemd radius and strain relief.
PATCH PANELS
Manufacturers
1, Corning (fonnally Siecor) Corp., Hickory, NC
2. Lucent Technalogies
13322-11 � 3n�ro2
City afFort Worth
RolEing Hills WTF
Backwash Supply System
3. Rittal
4. Or approved equal.
B. I'atch Panels: Suitable for wall mounting, camprised of internal maunting plate, cable
holders, slack cable take up/organizer bloc�s, patch block with connectors and ground
lugs as indicated. Panels shall be NEMA 4X, 316 stainless steel con.struction for outdoors
and NEMA 12, 316 stairiless sieel or fiberglass fox indoor use. Patch panels shall be
suitable for muitimode system operation at 800 and 1.300 nanometers. Patch panels shall
be suitable far ST connectors. The Patch panels shall be sized to handle the number of
fibers ini�ieated nn the drawings. All fibers shall be te�ninated in the patch panel.
2.05 SPARE PARTS AND TE�T EQUIPMENT
A. Spare Parts
1'ravide tvventy {�.0) spare �T style connectors.
2. Provide ten (10) spare patch cables r�ith ST connectors {Uoth ends) terminated,
B. Test Equipz�nent
One (1) complete fiber op#ic connec�or terrninatian tool lcits. The ki# shall be
Model TKT-UNTCAM by Coming (fornaally Siecor) or appro�ed equal.
2. Optical Test Meter, Pravide single and mulYi-made capabiIity with ST and 5C
siyle conne�tors. Provide data stor�ge, Windows based software and r�ecessaxy
cabling for report printouts. Meter shall be OTS-210 as manufactured by Siecor
or appro�ved equal.
Qptical Pawex Source. Provide 85�/1300 nm single and multi-mode with Visual
Fault Locatar (VFL). Unit shall Ue campatiUle witi�. the Optical Test Meter and Ue
Model OS-342 as manufactured by Corning (fornaally Siecor) or appraved equal.
PART 3: EXECU�'�ON
3.41 GENER.AL
A, Provide all material, equipz�ent and 1aUar to in�all and test tkie fiUer optic cables as
indicated and as specified,
B. Installation shall be in accordance with ihe National Electrical Code.
C. Installation shall carnply with EIA/TIA Standards 568 and 569,
P13322,doc 1 �322-12 3/13102
City of Fort Worth
Rall�ng �Iills WTP
Backwash Supply System
D. Fiber o�tic cables shall. be continuous from component to cornpon.ent as shown on the
Drawings. Intermediate fiuer splices sha11 not be allQwed.
E. Provide delivery, storage, and handling of materials and equipment in accordance with
Section 016a0.
3.02 INSTALLATION
A. All cable shall be in�stalled in conduit.
B. � Inspect racev�+ay prior to pulling cables. Notify the Engineer of any conditions which
would pra�ent installation of t'he specified cables, before proeeeding with the installation.
Rfld and svc+ab out ducts prior to installing cables.
C. Pull cables priox to attachment of connectors.
D. Puli cables by directly pulling only on the slrength m�mher.
E. Lubricate cables with lubncants specially formulated for fiber cabling jackets during
installation. Do not exceed cable mazzufacturers specifica�ions for tensile strength. and
bend{ng radius. Yulleys used to aid in the installatiQn of the fiber optic cable must be
sized according to the minirnu�-bending radius, The pulling tension of all fiber cables
during installation shall be recorded usin.g a strip recorder. The printout of the strip
recorder shall be submitted to the En�ineer.
F. Ground outer sheath and steel armor before entering building. Remove outer sheath and
steel armor from indoor installation.
' G. Do not make splices in cable unless appraved by the ENGINEER. 5plices shall be made
_ in designated enclosures above ground only. Provide adequate put-up lengths on cab�e
reels to make termination to- ternunation runs vvithout splices. Where splices are
unavoidable, subject ta the approval of the ENGINEER, pro�vide fusion splices with
attenuation Iosses of (}.3 dB ar less. Make splices watertigh.t and provide mechanical
protection equal to the cable jacket, or bett�r.
H. Pravide Ureakout kits, signal transceivers, gower supplies, patch panels, pigtails and
jumpers as required and as indicatad to install a complete data iaighway co�z�,znunieations
network. Patch panels and splice enclosures shall be wall rnQur�ted, or mounted within
PLC enclasures.
I, Support cal�les in riser conduits at intervals as req�aired by Natianal Electric Code.
Installation tools and materials sh.all be approved by the cab3e rnanufacturer.
K. If the Coming (farmally Siecar} Unicam connector system is not used, the polishing
F 13322.doc 13 322-13 3/13/02
City of Fnrt Worth
Rolling Hills WTP
Backwash Supply System
process of ter�ninal connectors shall be a twa stage wet process using 3.0 rriicron Iapping
film for an initial polish followed by 0.3 rnicron lapping film for the final polish.
L. Within manholes, protect cable b� providing flexible, carrugated, polyethylene slii duct.
Conneet slit duct-ta-duct bank by using hose cla�nps. Support duct at ten (ld) foot
intervals.
3.03 IDENTIFICATIQN
A. Label each terminatio�z point.
B. Tag each cable in junction boxes, manholes and hand holes. Pro�ide permanent
nylon/plastic tie-wrap ty�ae tags with waterproof markings.
C. Label each cable, �ufFer tube and fiber with perman,ent waterproof typewritten tags,
3.04 PHYSICAL CHECKOUT
A. General Procedures:
1. Conduct physical checkout ai the �iber optic data highway network.
2. Physical checkout shall be perFormed prior to functional tes�ing,
B. Check Procedures:
l. Verify that fiber optic cable reels ha�e been, aff-loaded from tr�tck carefully and
not damaged.
2. SuUmit to the Engineer all test data provided by the fiUer manufacture.
3, Verify that the optical fibers of the cabie assembly are the type arid quantity as
speeified and as recommended by the Instrunnentation System 5upplier.
4. Verify that cable construction is the type specif ed.
5. Verify that fiber aptic patch panels have been installed plumb and level at
locations zndicated.
6. Verify that optical fiber connectians or termznatia�.s vvithin patch panels and
splice closures are in, accordance with cable manufacturer's recommendations.
3.05 FIELD AND FUNCTIONAL TESTING
A. Make the following site tests befor�e removing eable from cable reels:
P 13322.doc 13322-14 3�i s�oz
City o€For# Worth
Rolling Hilis W'1'P
Backwash Supply System
1. Determine att�nuation Iasses �f each fiber from end to end. Use an optical time
damain reflectometer (O`TDR) to capture and recard. Pro�ide a printout of the
captured data.
2. Sul�mit ta the Engineer a11 test data and models of test equipment, calibration
standards and tests.
B. Make the fol.Iawing field tests after cable and connector installation:
�
Ali iiber nptic cables shall be tested for perfarmance aud lass after cable installation and
connector temunation to eertify tha.t at least a 3dB power �afeiy margin is obtained
between a11 transmitters and zeceivers. '�est data forr each fiber and safety margin
calculations for each �ber path shall be provided to the Owner and Engineer after
installation to verify conforn:�a�ace witl� this specifzcation. The follqwing tests shall be
performed as a mixzirnum but not limited to:
1. Visually, inspect ternvnal connectars for out-of-round cc�ndition and sur£ace
defects such as rnacza-chips and cxacks using a 2QOX (mznimum) inspectian
irucroscope.
2. Check optical caniinuity of each fi�er from terminal to terminal. Use test
equipme�t as specified herein and provide typewritten report certifying each fiber
in every cable. T�st each fiher from bath ends.
3. Verify the calculated attenuation power losses of eacn fiber fro�n bnth the transmit
and receive temunals af each data communications loop (both direciinns). The
l�ght source and operating waveleng�h af th� t�st equipment shall be
representative of th� actual operating eyuigment. L7se an OTDR, and test each
fiber from both ends.
,� 4. Submit to the Engineer all test data and models of test equipment, calibration
standard arzd tests.
C. Owner ar Engineer rnay observe testing. Inform Qwner/Engineer of testing schedule at
least one week prior to start of testing.
3.06 TA�i1NING
A. I'rovide half day training for up to thr�e (3) students on tem�ination techniques aiid tesfiang
prrior to installation.
B. Provide training as soan as possible following submit�al of proposed fiber aptic cabl�.
F13322.dac
13322-15
3/13/02
City of Fort Warth
Rolling Hills WTP
Backwash 9upply System
3.07 WARRAN'�Y
A. Tlie Contractor shall submit a warranty certif'icate from the eq,uipment manufacturer, The
manufacturer's warranty period shall he concurrent with the Contractor's for twenty (20)
years, commeneing at the tinne of final acceptaa�ce by the Owner.
END QF SECTION
F33322.doc 13322-16 3/13102
City of Fort Worth
Ro3ling Hills WTP
Backwash SuppSy System
SECTION 13325
CONTROL P ANELS AND PANEL MOUNTED EQUTPMENT
PART 1: GENERAL
1.O I SCOPE OF WORK
A. The General Provisions of �ection 13300 apply to this Section.
B. Furnish all labor, ma�erials, equiprnent and incidentals required, to install, cumplete and ready for
opexation, the pane3s depicted on the Drawings and on the Inst�urn.entation Details provided.
• C. Install aZl PLC enclosures as specified and indicated on tb.e Drawings and a11 necessary hardware
inside the panels as specified and as shown on the Dravvings.
. D. All the Wark in this Section shall be the product of the Process Cantrol System Integrator (PCSI}
as defined in the contract dncurnents. Components may be pzov�ded to PCSI Uy suh-suppliers
' and/or rnanufacturers; but the packaging of these carnponents and t�ae production af the final
product shall be the sale responsibility of the PCSI. The compleied assembly shal] be UL
labeled.
� E. The following panels and cansoles shall be fumished by the PCSI. Each panel shall Ue supplied
with full sub-panels and side panels as required
PLC-13 Water Tower �LC (Shall be NEMA 4X 31b Stainless 5tee1)
1,Q2 RELATED WORK
A. Refer to Sectian 13000.
1.03 SUBNIITTALS
A. Submittals shall be prepared and i�az�smitted to the Engineer for approval in compliance with
Sectzon Oi3Q0, Section 1330Q these Specificatians. In addition, shop drawings shail include the
foIlawi.�ag information:
Material for ali panels, instrument racks, and enclosures.
2. Drawings shall be to scale and shall show the location af panel mounted deviees as well as
doors, louvers, and subpanels.
3. Drawing� sha11 i�clude a panel legend and a bill of materials. The panel legend shall list and
identify front of panel devices by #heir assigned tag numbers, nameplate inscriptions, service
legend, and annunciator inscriptions.
4. The bill of materials shall list devices mounted with.in the panel that are not Iisted in the
panel legend, and shall include the tag number, deseriptian., manufacturer, and model
13325 1� �25--� 3/13/02
City of Fort Warth
Rolling Hills WTF
Backwash Supply System
number for each.
B. Ir�terconnecting Wiring Diagram
1. pro�ide interconnecti�ag vviring diagrams showing electrical connections between equipment,
cansoles, panels, terminal junction bo�es, and field mounted components.
2, Diagrams shall show component and panel terminal board identi�cation numbexs, and
external wire and cable numbers,
3. Circuit names carresponding to tha Circuit and Raceway Schedule shall be shawn. Note:
This diagram shall includa intermediate terminatians between feld elements and panels
(e.g., terminal junction Uoxes, pull Uoxes, etc.}.
4. This diagram shall be coordinated with the Electrical SuUcantractor and shall bear his mark
shawing that this has been done. Diagrarns, device designations, and symbols shall be in
accordance with NEMA IGS 1-101.
1.04 REFER�NCE STANDARDS
A. Refer to Section 13300 for PCSI SCADA Plant System.
1.05 �YSTEM DESCRTPTION
A. Refer to Section 13300 for PCSI SCADA Plant System.
1.Ob DELNERY, STORAGE AND HANDLING
A. The panels shall be mounted on wood skids four inohes high, Adequate cratin�g wi11 Ue provided
far the panel being shipped wbere a transfer fraxn one trucic to another is planned.
B. Instruments shall be blocked and tied to prevent darnage during shipment. Front-panel mau�ating
instrumenta shall be removed and repacked in their origina] containers for shi�ment.
C. Accessories, dxawings, instruction bulletins, etc., shall be packed azid shipped with the panel.
D, Refer to Section 13300 for PCSI SCADA 1'Iant System,
1.07 MATNTENANCE
A. Refer to Section 1330Q �or 1'CST SCADA Plant System,
B, Spare Parts: Tn addition to the spare parts listed in other in.strumentation sections, provide #he
follovving;
1. Fuses: 20 percent of each size and type use, but n� less than ten. af each size and type.
2. ReIays; 20 percent of each type used, but no less than ten of each ty}�e.
3 DC Power 5upplies: 20 percent of each size and type used, but no less than iwo of each size
and type.
13325 13325-2 31i3l02
Gity of Fart Worth
Rolling Hills WTP
Backwash 5upply 5ysterrE
4. Corrosion 7nhibiting Vapor Capsules: Provide 100 of each typ� and size used.
D. The spares listed above shall be packed in a manner suitabl� for lang-terrn starage and sha13 be
adequately proteeted against corrasion, humidity and temperature.
1.09 WARR.ANTY
A. Refer to Section 130�0.
1.10 Q�ERATION AND MAINTENANCE DATA
A. Refer to Section 13000.
PART 2 �RODUCTS
2.01 CONTROL PANEL GENERAL REQUIREMENTS
A. Furnish and install the panels per Specifications,
B. The panels shall be the freestanding type, complete wzth PLC unit, instruments, pushbuttons,
indicating Iights, and nameplates.
C. The construction and wiring shall be in accordance with this �pecification and applicable panel
' dravc+ings. The panel drawings will specify the arran.gement of instruments to be mounted on the
front, rear, and sides of the panels.
D. Unless otherwise sp�cified on app3icable panel drawings, alI panels shall be of the fully enclosed
type designed for use with high-density ir�t�umentation mounting.
• E. The instruments designated for rear-of-panel mounting shall be arranged withtn the panel
according to respective panel drawings and in a manner to allot�v for ease of rz�aintenance and
' adjustment.
F. Conductors running from the field to the panels shall be continuous wit�aut splices, except at
approved junction boxes. The junction boxes shall have terminal bloeks with ZO percent spare
, terminals. Special care sha11 be exerczsed to carry grounding lines thraugh. such junction boxes
with t�e least possible resistance. Cables entering panels sha11 be multi-conductor. Conduit and
multi�conductor cables entering panels shall be sealed to prevent the intxusion of gas and
moistt�re.
G. Multi-conductor cable shall be used between junc�ion boxes and the panels.
H. The panels shall be completely fabricated, instruxt�enfs installed and wired at the PCSI #'acility,
;�
I. All co�nponents shall be rnounted in a manner that shall permit servicing, adjustment, testing and
removal wikhout discor�ecting, moving ar reinoving any other carnponent. Componenfs
_, �aaounted on the inside of paziels shall be mounted an rez�;�ovable plates and not directly to the
enclosure. Mountzng shall be rigid and stable unless siaock m.ounting is required atx►erwise by ihe
manufacturer to pratect equip�ent from vibration. Conaponents mounting shall be oriented in
accordance with the internal carnponents shail be identified with suiiabie plastic ax nnetal
�� engraved tags attaahed with drive p�ns adjacent to {not an) each carr�ponent identifying the
13325 ].3325-3 3113IU2
City af Fort Wnrth
Rolling Hills WTP
Backwash 9upply �ystem
component in accardaz�ce with the drawing, specificatians, and DSSs data.
AlI exterior panel maunted equipnaent shall be installed wi#h suitable gaskets, faceplates, etc,
requit-ed to �naintain the NEMA ratin.g of the panel.
K. All panels shall be supplied with suitable nameplates that identify the pazael and individual
devices as required.
2.02 PANEL MATERIALS AND CONSTRUCTTON
A. Panels sha11 be constructed of 304 stainless steel with angle or channel bracing. �ach panel shali
be fabricated fro�n sheet steel with a minimum thiclrness of 12 gauge. Par�el fronts shall be
fabricated frorn a single piece af sheet steel. Side filler panel5, top filler panels, and subpanels
shall be 12-gauge steel. Steel s1�a11 Ue seleeted for Ievelness and smoothness and shall be free
fram scale or any Ulemish tk�at wauId mar the �inish. �Panels ahall Ue su'rtable �'or installation. in
NElYiA Type 4X environments.
B. StructurE and Enclosure
1, Panels shall be of continuaus welded-stceI construction. Pz'ovide steel angle stiffeners as
required on the k�ack of the panel face to prevent panel deflection under instrument loading
or operation. Internally the panels shall b� suppIied with a structural steel framework for
instrument support gurposes and panel bracing. The internal framework shall pernut pat�.el
lifting without racking or distortion. Pxovide removable lifting rings designed to facilitate
sirriple, safe rigging, and lifting ofthe contral panels during installation. Plugs shall be
provided and sha11 unobir�sively filI the pan.el lifling ring holes when substituted for the
�if�ing rings after installatian is compiete.
2. �ach panel shall be provided with full height, fully gasketed access doors where shawn.
Doors shall Ue provided with a three pozn.t latch and heavy duty-locking laandle. Rear access
doors shall be cnnveniently arranged and sized such that they extend no further �han 24
inches beyand the panel when opened to tlae 90-degree pasition. Front and ssde access doors
shall be as shown. Panel access doars shall be provided with full length, continu�us, piano
t�pe, steel hinges with stainless steel pins,
3. The panels, including com�onen� parts, shal] be constructed and assembled in a fharoughly
workmanlike manner and shall be free #'rom sharp edges and welding flaws. Wiring shall be
free from kinks and sharp bends and shall be rauted far easy access to oth�r components for
maintenance and inspection purposes,
C. Freestanding Vertical Pan.els or Computer Consoles
Freestanding vertical panels shall be oiNEMA 4X constr�tc�ion and labeled by undervvriters
labaratories. The panels s�alI be canstruot�d of 12-gauge sheet steel, suitabIy braced
internally for structural rigidity and strength. All exposed welds, seatns, or edges sha116e
graand sm.oath. Front panels ar panels containing instruments shaIl i�e not less than 7 gau�e
st�etcher leveled sheet steel, reinforaed to prevent warping or distartian.
Fanel� shall be provided wiih full-length rear doars or frant access doars as sho�n on the
panel details. �'ulI-length rear access doar shall he no greatcr than 24-inches wide. Front
access daors with mounted instruments or control devices shall be af sufficient width to
za�2s 13325-4 3n3/oz
Gity afFnrt Worth
Rolling Hills WTP
Backwash Supply System
permit door npening wiihout interference from �.ush mounted instruments. All doors shali
be mounted with stron.g, continuous, piano type hinges and �e pxovzded with lockable door
handles and three point latches.
�- 3. Appraximate size and equipment layaut is shown on the panel details.
4, Provide overhead switched lighting ar�d at least one {1) cnnvenience receptacle in each
panel.
The panel shall he suitable for top or bo�tnm canduit ently as required by the Elecl�cal
Drawings. For top mounted conduit entry the panel top shall be provided wiih nominal one
faot square removable access plates which may be dri3led to accomrnodate conduit and cable
penetrations. All conduit and cable penetrations shall be provided with ground bushings,
hubs, gasketed loc�rnuts, or other accessories as required to maintain the NEMA rating of the
panel and electrical rating of the conduit system.
D. Wall or Unistrut IWiounted CaUinets
Unless noted otherwise on the Contract Drawings, all itadoar panels in air conditioned
spaces sha11 be minimum of NEMA 12 and fab�.cated oi not jess tk�aul USS 14 gauge steel.
All outdoor panel� and i.z�door pane3s specified as having a NEMA 4X rating shall be
construcied of 316 stainless sfieel. FRP enclosures are not acceptable.
2. AlI par�els shall be as manufactured by Hoffrnan, or equal.
E. Finish Requirements
- 1. All sections shall be descaled, degreased, ��led, ground and finished. The enclosure vwhen
fabricated of steel shall be finished with twa rust resistant phosphata prirne coats and iwn
2 coats of enamel, polyurethane, or Iacquer finish which shall be applied b�+ either the hot air
: E, spray or conventional cald spray methods. Brushed anodized aluminum, stainless steel, and
� FRP panels will not require a paint finish.
J
2. The panels shall ha�ve edges ground smooth and shall be sandblasted and then cleaned wifi�i a
solvent. S�uface �oids shall be filled and ground smoath.
Immediately after cleaning, on.e coat of a rust-inhibiting primer shall �e appliad inside and
outside, followed by an exterior interrnediate and top coat of a trvn-component type epoxy
enamel. A final sanding shalj l�e applied to the intertn�diate exterior coat before top coating.
, �. App1y a minimum af two (2) coats of flat �vhite lacquer on the panel interior after priming.
�
5, i7nless otherwise noted, the finish exteriar caloxs to be used shall be selected by the Owner
from colvr ck�ips supplied by the OSS and �CS�.
2.03 TEMPERATURE CONTROL
A. �'re�standin� NEMA 12 panels shall be provided with louvers and/or forced air ventilation as
required to prevent temperature buildup due to electrical devices mounted in or on the pazxel.
iaazs 13325-5 3113102
City of Fort W orth
Rolling Hills WTP
Backwash Supply System
B. Except for panels xnounted with their 6acks directly adjacent to a wall, Iouvers shall l�e in the rear
of the panels, top and bottam, and shall be stamped sheet metal constructian,
C. For panels mounted with �heir backs directIy adjacent to a wall, louvers shall be on the sides.
D. �'arced air ventila�ion fans, where used, slaalI provide a positive.internal pressure within the panel
and shall be provided with washable or rep] aceable filters. Fan motors shall operate on 12Q-valt,
60-Hz power,
E. Should su�ficient haat be generated within a panel where dissipation cannat be adequately
acca7m.plished with natural canvection or farced air �entilation, an air conditioner shall be
provided, The contractor shall provide heat dissipation catculations for eack� enclosure.
F. The internal temperature of all panels shall be regulated not to exceed 100 degrees Fahrenheit.
Under no circumstances shall the panel cooling equiprnent compromise the NEMA rating of tbe
panel.
G. Ail enclosures shall Ue provided vuit� a thermostatically controlled strip heater to xeduce
candensation.
H. NEMA 4X enclosures staall be pravided with NEMA 4X — rated air conditioning units where
required. Submit internal heat rise calculations ta show whether or not an A/C unit xequired.
2.04 CORROSION CONTROL
A. Panels sha11 Ue pratected frorn internal corrosion vy the use of corrosion-inhibitirrg vapor capsules
as znanufactured Uy Northern Instruments Model Zerust VC; Haf�inan Engineering Model
A-HCI; or equal.
2A5 CONTROL PANE.L - INTERNAL CONSTR�CICTION
A. Int�mal Elecfrical Wiring
1. Fanel equipment shall be mounted and wued an or withi� the cabinet. Wiring shall coznply
with the National E�ecirical Code. Wiring within the panel shall be grouped together with
harnesses or ducts and secured to the structure. Wiring shall be nuzx�bered in compliance
with the numbering system used an the wiring/connection diagranns. Wiring and connection
diagrams shall comply with I�A 55.4 Instrurnent T.00p Diagrams and shall be submitted by
the manufacturer as part of the Shop Drawin�s far review by the Engineer.
2. Power and Iow voltage DC signal wiring shall be routed in separate wire ways. Crossing of
the two syst�m wires shall be at right angles.
Power wixe shall be 16 AWG Type MTW stranded and shall be insulated for not less than
600 volts unless specified atherwise. Conductors shall l�e of tinned copper canstruciion. All
intercannecting wzxing, except far electronic circ�its, shall be rated for not less than 9�}
degrees C.
4, Signal wire shall be 1 pair 16 AWG shielded. Conductors shall be oi'iinned copper
construction.
13325 13325-5 3/13/42
City o�Fort Worth
Rolling Hills W'I'P
Backwash Supply System
5. Wire shall be color-coded as follows: Line Power - Black; Neutral or Comrnon - White; AC
Control - Red; DC Cantrol - Blue; Equipnaent or Ck�assis Graund - Green; specified
extEmally powered cireuits - Orange. Cnraphic light wiring (24 volt maxirn.�n:y at the lamp
socket) may be 22 AWG if properly fuse protected and ternvnated in a tern�inal binck
capable oF accep�in� No. 14 AWG field wiring.
6. Wiring shall terrninate at a master terminal board, rigid type and numUered. The master
terminal board shall have a minimum of 25 percent spares.
7. Temninal blocks shall be atranged in vertical rows and separated into groups (Power, AC
control, DC signal, and alarm}.
Tez-rninal blocks shall be harrier type with the appropriate voltage raiing (600 valts
minimum). Terminal strips shall be provided far the purpose of connect�ing all contral and
signal w�izing. They shall be the raised channel zaaoun.ted type tubulax claznp-screw type as
rnanufactuzed by Allen Bradley, or equal,
9. Wiring trough far supporiing internal wiring shall be plastic type with snap an covers. The
side waIls shall be open top type to permit wire chan.gin.g without d'zsconnecting. Trough
sha11 be supported to the suhpanel by stainless steel screws. Trough shall not be bonded tn
ihe panel wi�a glue or adhesives,
10. Each wire shall be provided with numbezed heat shrix�k tubing identification markers at both
ends and the numbering s�aall be in accordance with the Control Panel Drawings.
Identification rnarkers shall be pretyped. Hand�ritten rnarkers or paper markers ar any
markers requiring adhesives to attach will not be p�r�itt�d.
1 L. Direct interlock wiring between equipment wi11 not be allowed. Only one side of a terminal
block row shall be used for internal wiring. The field wiring side of the terminal shall not be
within b-inches of the side panel or adjaceni iernunal.
12. Wiring troughs shall not be more than 60 percent visible fill. Wiring trough covers shalI be
_ z�natch marked to identify placem�nt. �f component identificatian is shown on covers for
�' visibility, the ID shall also appear on the mounting sub-panel.
�
13. Each pane! shall have a single tube, fl�oreseent Iight fixture, 24 Watt in size, mounted
interinally to the ceiling af the panel. Light fixture shall be switcY�ed and sY�a116e camplete
+ with the lamp.
14. Each panel sha11 have a specification grade duplex convenience re�eptacle mounted
internally within a stamped ste�l dev'ice box with appropriate caver.
15. Each panel shall he provided vVith, far instrument power, Wiremold Company type 210a, ar
equal, plugrnold raceway, wzth one out�et for each inst�rurnent plus 20 perces�t excess for
future use.
16. Each panel shalj be providad with an isolated copper grounding bus f�r all signal and shield
graund connectians. Shield grounding shall Ue in accordance with the insttumentation
manufacturer's recammendations.
13325 13325-7 3I13/02
City of Fort Worth
Rolling Hills WTP
Backwash Supply System
17. Each panel shall be provided with a separate copper power graunding bus (sa�ety) in
accnrdance with the requirements af the Na�ional Elect�ical Cnde.
i 8. Eaoh panel, where appiicable, shall be provided with ana�og signal isolation (� where
analag signals are sent from one pan�i or console to at�other. A114-20 xnA circuits leaving
the panel shali be surge pratected.
19. Each panel shall be pro�ided vvith surge suppression protection (electri.cal transients) far
connections between AC power systems and electrical and electronic equiprr�ent. 5urge
suppressor grounding shall he in accordance with the rnanufacturer's recommendations.
20. Al1 wiring to hand svvitches and the Iike whieh are live circuiis independent of the panel's
normal circuit breaker protec#ion shall be clearly identified as such.
B. Relays nat provided under Division l 6 and required for properly completing the control function
defined iu this Section or shown on the Drawings shall be provided under this Section. For ex-
ample, pilot lights (both "QN" and "OFF") will receive a single pair of wires for both conditions.
As a result, a relay is required to pxovide inputs io both pilot lights, Additionally, discrete �ield
control and status circuitry shall be isolated fram PLC IIO termination Uoards using relays.
Relays shall h,ave red LED indicatars which illuminate upon coil energization.
C. Th.ese relays shail be mQunted in their respective panel and shall be clearly identified as being
live circuits independent of the panel's narmal cireuit breaker protection..
D. Namepla#es slaall be provided for tlush rnounted equipment. The nameplate� shall h�
approximately 1-in x 3-in consiructed of Ulack azad white Iaminated, phenolic inaterial having
engraved Helvetica letters approximately 1/4-i.z� high, extending through the bIack �'ace into the
white layer. Nameplates shall be beveled and attached ta panels by self tapping stainless steel
screws. Adhesive bonded or �lued on naane plates shall not Ue accepted.
E. Print storage pockets shall be provid�d on the inside of each panel. Its size sk�all be sufficient to
hold alI af tk�e prin.ts required to service the equipment.
F. Hinged daars shall have continuous hinges of stainless steel construction and three-point latching
system with lock. Locks for each local panel provided under this Contract s�iall Ue kayed alike.
All hinged doors sk�aJ.l be gasketed.
G. P�anels shall be factary tested priox to shipment. Fie�d installatian sha�l consist only of setting the
paneI in plaoe and making necessary electrical and conduit connactions.
H. Components shall be mounted in a manner that permit servicing, adjustment, testing, and removal
wi�out discannecting, moving ar removing any other component.
I. Components shall ba zz�ounted on plates an the inside of panels in such a manner that allows for
remo�al af the conaponez�ts without removal of the plate. Components shall not be mounted
ciirectly to #�e enclosuxe.
Tnternal components shal� be ideniified with suitable plastic engraved name pIates attached with
stainless steel drive pins adjacent to (not on} each eom.ponent identifying tlae component in
compliance withthe Drawings, Specifications, and System 5upplier's data.
13325 i 3325-8 3113102
City of Fort Worth
Rolling Hills WTP
Backwash Supply System
2.06 MiSCELLANEOUS PANEL COMPONENTS
A. Pilot Type Indicating Lights
� I. The miniature lamp for the pilot �ights or CMC switches shall be rated at 14 V or 28 V for
12 V or 24 V systems, respeetively. The lamps shall be LED vased larnps visible from 4.5
meters, with a lamp life of 100,00� honrs plus. LED lamps shall be as manufactured by
� Ledtronics, Inc. ox equal.
' a. Type:
1) Heavy duty oiltighi type which utilizes a jow vnitage lamp.
, 2. FunctionallPerforznance:
a. Units shall be provided with lo�v woltage lamps suitable for the voltage supplied.
Lights supplied with 120VAC power sha11 ha�ve integral reduced voltage transformers.
�I b. Lamps shall be replacea�le from the front of fi.be unit.
' 3. Physical:
a. Lens color shall be as indicated on the instrument device schedule. Lens shall be
' ' approximately 1-11�-in diameter.
.�
b. Provide legend faceplates engraved to indicate the required functian �f each device.
; c. Units shall be rated NEMA 13 for indoor panels. Units located autdoors or indicated
to be weathezproof shall be rated NEMA 4X.
4. Manufaeturers:
� a. Micraswitch
b. Allen Bradley
c. General Electric
, � �
. . d. Square D
�� B. Rotary Hand Switches and Push Buttons
1. Rotary selector switches shall be heavy duty, oil resistant, with tlae number af poles and
� � number of positions as zequired. Swztches shaIl have a selector handle, stainless steel
escutaheon plate, and be of the maintained or mnmentary cantact type, as required, and rated
for 10 amperes at 120VAC. The switches required far "electronic duty" shall have low,
,, sYable, contact resistance a�d gald eontacts. Provide bridging. contacts where required. The
selector switches shall have a Iighted sections as shown on the Loap Diagraz�as.
2. Pushbuttons sha11 be heavy-duty, oil tight, with mornentary contacts. Switches shall be
supplied with tk�e number of poles required for the application, a stainless steel escuicneon
13325 1 �325 -9 31131p2
City of �ort Worth
Rolling Hills WTP
Backrvash 5upply System
plate, and contacts rated for � 0 amperes at 120VAC.
a. Type:
1) Con�tal devices shalJ. be hea�vy duty, oiltight type with stackable con�act blocks.
b. �'unciionaUPerformance:
1) Pro�ide contact arrangernent and switching action as required for the control
systenri specified.
3. Physical:
a. For 120VAC service provide contacts rated 10 amps at 12�VAC, for 24VDC service
�ro�ride sil�er sliding cantacts rated 5 arnps at 125VDC, for �lectronic (millivalt/
milliamp) switchi�g pravide contacts xated 1 amp at 28VDC.
b. Push Uuttans shall have flush type operators. Selectar switches shall have I�ob or
wing le�er operatars.
c. Units shaii be rated NEMA Type 13 far indoor service. Units locat�d outdoars or
indicated to be vveatherproo:f s�aall be rated NEMA 4X.
d. Provide legend plates denoting switchlpush button positionlfunction.
4. �ptionslAccessories Required:
a. Frovide lock-out-push but�ons, key-operators, etc., as indicated an the iz�strument
device schedule.
b. Provide make-before-break bridging contacts where required,
S. Manufacturers:
a. 5quare D
b. Allen Bradley
c. �pproved equal
C. Industrial Relays and Tizne Delays
1. Type:
a. Industrial heavy duty z-elays.
2. �'unctionallPerformance:
a. Cantaet arrangeinentlfunctian shall be as required to meet the specified cantxol
function speciiied.
13325 13325-10 3113102
City af Fort Worth
Ralling Hills WTP
Backwash Supply System
b. Cantacts shail be rated 10 amps continuous at 600 volts,
c. Relays shall be pro�ided with convertible contact blocks.
d. Pneumatic tirne delay relays shall be used on time delays less than 180 seconds and
shall be adjustaUle.
�
e. Solid state time delay relays shall be used on time dalays betvveen 180 seconds and
i
one-hour.
�
3. OptionslAccessories Required:
,
a. Provide all mounting rails, etc. that are required.
4. Manufacturers:
� a. Square D
b. AlIea� Bradley
, D. General Ptarpose Relays and Time Delays
1. Relays shall be douUle pole, double throw, octal plug in type with a transparent dust caver,
� The relay shall be equipped with an indicating light to indicate when its coil is energized.
The mechanicallife of the relay shall be ].QO,bQ0,OQ0 aperations �naizaiznurz�.
a. Type:
{I) Units shall be of the general purpase plug-in type.
l�. �'unciional/Perf�rznance:
(1) Coi1 vnitage shall match suppIy voltage.
{2) Cantact arrangernent/iun�ction shall be as required to meei �he specified control
� function.
�. Mechanical life ex}�ectancy shall be in excess of 10,000,00d.
d. Duty cycle sha11 be rated for continuous operatian.
e. Units shall be provided with integral indicating light to indicate if relay is enexgized.
£ Solid state time delays shali be provided with paiarity protection (DC units) and
transient pratection.
g. Time delay units shall be adjustable and available in ranges from .1 secand to 4.5
hours.
13325 13325-I 1 �n3roz
City oiFort Worth
Rolling Hills W'I'P
Backwash 5upply System
3. Physical:
a. For 120VAC service provide eontacts xated 10 amps at 120VAC, far 24VDC service
pra�zde co�tacts rated 5 amps at 28VDC, for eIectronic (milliamp/ rnillivolt) swi.tching
applicator prov�ide gold plated contac�s rated for electranic service.
b. Relays shall be gro�ided with dust and moisture resistant covers.
4. Options/Accessories Required:
a. Provzde mounting sockets with pr�ssure type terminal blocks rated 300 valt and 10
amps.
b. Pz-o�ide moun.ting rails/holders as required.
S. Maraufacturers:
a, Eagle Sigzial Controls
U. Allen Bradley
c. Patter & Brumf'ield
E. Signai IsolatorsBaosterslConverters
1, T}�e:
a. Externally powered salid state electronic type, Loop powered devices are not
acce�table.
2. Functional/Perfarmance:
a. Accuracy - 0.15 percent.
b. Inputs - Current, voltage, frequency, temperature, or resistan.ce as required. �
c. Outputs - Current ar voItage as required.
d. Isolatian - There shall be complete isolatian beiween input circuitry, output circuitry,
and the power supply.
e. Adjustments - Zero and span adjustment sha11 be provid�d.
f. Protection - Pravide RFI protecti.on.
3. Physical:
a. Mounting - Suitable far mo�nti�x�g in an �nclosure or instrument rack.
13325 13325-12 31131p�
City of Fort Worth
Roliing Hills W'I'P
Bacicwash Supply System
4. OptionslAccessories Required:
a. Mounting rack ox general purpase enclosure as required.
5. Manufacturers:
a. AGM Electronics
b, Acromag Tnc.
e. 1Wloore Industries
' F. Signal Selectflrs, Computation, and Conditioning Relays
1. Signal Selectar. Computing rnodule shall accept the number af input signals noted and
� produce an output signal which corresponds to the highest ar lowest, as noted, input signal.
Input or output accuracy shall be plus 0.25 percent or better, including linearity and
'� repeatability. The units shall be Moore Model ADM, RTS Model SC-1320, or equal.
a. Type:
1) Sa1id stata electronic type.
2. FunctionaUPerformance:
a. Inputs - 4-2Q mA.
f; b. Outputs - 4-20 mA.
. c. Protection - Provide RFI protectian.
'I
" d. Operation - T'�e relay sha11 multiply, add, subtract, select, extract the square root, or
_ petform the specified condition.ing/computation function required. AlI inputs shall be
able to be individually rescaled and biased as required.
e. Isolation - All inputs, autputs, azad power supplies shall be completely isolated.
f, Aecuracy - 0.35 percent of span.
g. Adjusrinents - Multiturn poientiometer for zero, span, scaling, and biasing.
3. Physical:
, a. Mottnting - Suitable for mounting in an enelosure or instrument rack.
4. Options/Accessories Required:
a. Mounting rack or general purpose enclosure as required.
i��zs 13325-13 3n�roz
City af Fort Worth
Ralling Hills WTP
Bacicwash Supply System
5. Manufacturers:
a. Rochester Instru�x�,ent Systems
b. Acromag Inc.
c. Mnore Industries
G. ,Squa�re Type Selectar S�vitches and Multalight Indicators
1. Type:
a. Selector switches and indicators shall be ofthe illurninated, multiple Iamp, oil tight
type with square shape disp2ay w�indows and renn�vable contact blocks.
2. Functional/Performance:
a. Provide contact arrat�gement as required for the control system specified.
3. Ph.ysical:
a. For 120VAC service provide contacts rated 1Q aznps at 120VAC; for 24VDC circuits
provide silver sliding contac#s rated 5 arnps at 12SVDG; for electronic {MiIlivolfiJ
Milliamp) switching duty grovide gald plated slidin.g coniacts rated 1 amp at z8 VDC.
b. Units s�aIl be approximately 2-1/2-in square and shall be divided uato as many as four
separate Iightable quadrants.
c. Indicating ligk�ts us�d with �120 volt cantrol power shall be pro�ided with an integral
transforrnex to reduce the voltage.
d. Provide legend plates, colar inserts, and cover plates to indicate the required functi.on.
e. Lamps far tlne switches shalI be as indicated under paragz-aph 2.06A.
4, Manufacturers:
a. Micro�witch type CMC
PART 3: EXECUTTON
3.01 INSTALLATION
A. TnstaIlation shall be perfarmed by others under a separate connact.
B. Refer to �ection 1328a.
3.02 TESTS {GENERAL)
�
A. Panels a.zid pan�I assemblies shall be tested far praper operation at the PCSI factory prior ta the
shiprnie�at of any panel to the jobsite.
L3325 133Z5-1�4
3/13l02
City of Fort Worth
Roliing Hills WTP
Backwash Supply 5ystem
B. Prior to shipment, a witnessed dernons�ration iest in conjunction with the FDT shall be perfonned
at the System 5upplier's factory an panels pro�vided. The test shall demonstrate speci�ed
functions by simulating inputs and autputs ta the panels.
C. Acceptance of shop tests by Owner or Engineer shaIl not constitute a waivcr of requirements to
nneet the #'ield tests under specified operaiing canditions, nor does inspection relieve the
manufact�rer of his responsiUility in any way.
� D. Refer to Section 1328D.
s
3.03 Vi�TNESSED I'ACTORY TEST {WFT)
, A. Refer ta Section I3280.
� 3.04 OPERA.TIONAL READINESS TESTS {ORT)
A. Refer to Section 13250.
3.05 FL7NCTIONAL DEMONSTRATION TEST {FDT)
, A. Refer to Seciion 13284.
END OF SECT�ON
i�
,
�6
:�
.�
i3�zs 13325-IS 3n3roz
��
�.
���
���
y �
5 �
� ������� � �
�������
�
.,'�
��
��
�
',�
:�
�
.,
.r
��
i
City af Fort Worth
Rolling Hills WTP
Bacicwash Supply 5ystem
SECTION i505I
FIPING — GENER.AL REQUIREMENTS
I ,
PART 1: GENERAL
1.Q1 SCOPE OF WORK
A. T1us section specifies the basic adminis�ra�i�e and testing requirements for non-buried pipzt��. Testing
requirements for non buried piping systems are included in Section 15052. Specific piping rnaterials,
systems, and related installation requirements are specified in oilier Sections of Division 2,11 and 15.
lA2 RELATED WORK
A. Pzping materials and systems are included in other Sections �f Di�ision 2 and 15.
B. Valves axe included in Section 15100.
1.03 SUBMITTAI..S
A. General submi�tals for piping and piping systems are listed below. Submittals shall be sn accordance
with Section Q1300. It is not intended that alI submittals listed below be pro�ided for all piping
materials and systems. Refer to indzvidual System or Piping Sections for speciiic submittals.
B. Shop Drawings and Product Data
1. Piping layouts in full detail.
2. Location af pipe hangers and supports.
3. Location and type of backup b1Qck oz- device to prevent loint separation.
4. L�rge scale details of wall penetrations and fabricated fittings.
5. Schedules nf all pipe, fi�iings, special castings, couplings, expansion joints, and other
appurtenances.
6_ Catalog cuts ai joints, couplings, harnesses, expansion joint�, gaskets, fasteners and other
aecessari�s.
7. Brochures and technical data on coatings and linings and praposed method for application and
repair.
C. Samples
D. Design Data
Fl5051 15051-1 ton iroi
City afFort Warth
Ralling I-iilis WTP
Backwash 5upply 5ystem
E. Test Reports
1. Ten capies of c�rCified shop tests showing compliance �with appropriate standard.
2. Ten capies of all field test reports, signed by Contractor and En gi.neer.
F, Certificates
i. Copies of certi�caiion for all welders performing work in accordance with ANSI B31.1.
G. Manufacturer's InstaTlation {or application) instr�ctions.
H. Stateme�t of Qualifications
I. Manufacturer's Field Report
�. Proj ect Recard Doc�ment
K. Operation and Maintenance Data in accordance wi� Seciion Q 173�.
L. Warranties
1.04 REFERENCE STILNDARDS
A. American �ociety for Testing and Materials (ASTM)
1. ASTM A307 - Carbon Steel Balts and Studs, 50,000 psi Tensile Strength
B. Aix�erican National Standards Institute (ANS�
1. ANSI B 16.5 - Pipe I'langes and Flange Fittings
2. ANSI B31.1 - Power Piping
C, American Welding �ociety {AWS) ,
1. AWS B3.0 - Weldin� Procedure and Performance Qualif cations
D, American Water Works Association (AWWA) -
1. AVJWA Manual M11 - Steel l'ipe - A Guide for Design and Installation
E. Where reference is made to on� of the above standards, the revision in effect at the time of bid opening
shall apply.
1.05 QUALITY ASSURANCE
A. A11 naaterials shaIl be new and unused.
B. Install piping to meet xequirements of local codes.
�isnsi 1505I-Z aoiia�oi
City of Fart Worth
I2olling Hills WTP
�ackwash Supply System
C. Provide maz�ufaciurer's certification that m�terials meet or exceed minirnutn requirements as specified.
Reference to standards such as ASTM and ANSI shall apply to those versians in effect at the time of
bid opening.
D. Coordinate dimensions and drilling of flanges with flanges for valves, pumps and other equipment to be
installed in piping systems. Bolt holes in flanges shall straddle vertical centerline.
E. Reject materials eantaminated wiin gasoline, lubricating oi1, liquid or gaseous fuel, aromatic
campounds, paint solvent, paint thinner, and acid solder.
F. Pipe }oint compound, for pipe carrying flammable ar toxic gas, rnust bear approval of Unden�-iters'
La6aratories or �actory Muival Engineering Division.
G. Unless otherwise specified, pressures re£erred to in all Piping Sections are expressed in paunds per
square inch gage above a�nospheric pressure, PSIG, and all temperatures are expressed in degi-ees
Fahrenheit.
1.06 DELNERY, STORAGE AND HANDLING
A. During 1�ading, transportation and unloading, take care io prevent damage to pipes and caating.
Caz�efully cantrol loading and unloading of each pipe at all times. Place slads orblocks under each pipe
in the shop and securely wedge pipe during transpartation to ensure no injury to pipe and lining.
PART 2; P1tODUCTS
2A1 MA.TERIALS
A. Specif c piping materials and appurtenances are specified in the respective Piping or System Sections.
B. General installatian rnaterials shall be as speci�xed below.
1, Unions shall be brass ar bronze unions for joining nonferrous pipe; malleable brass or bronze-
seated iron or steel unions for joini�n.g ferrous pipe; PVC unions far joining PVC pipe; CPVC
unions for join�ng CPVC pipe.
2. Flanged Saints. Bolts an.d nuts, Type 304 stainl�ss steel, holt number and si�e same as flange
standard; studs - same quality as machine bolts;1/16-in thickruhber gaskets with c1oY,h insertions;
rust-resistant coatings. �
3. Temporary P�ugs shail be standard plugs or caps whzch are suitable for permanent sexvice.
4. Wall Sleeve Seals sl�ail be a specified in Section 15120.
Flexible Cannections shall be flanged spoal type, 180 degree F m�imuxz� service, single filled
arch with synthetic rubber tube and cover, steel-ring reinforced synthetic fiber earcass, with
flanges drilled ta 150-Ib ANSI B1G.5 Standard. Steel retaining rings, controi rods and
connpression sleeves shall be provided where shovvn a�d as requirad for the worlcirig pressure of
the system in which the joint is installed. All flexible joints shall be rated for the working pressure
oithe system in which they are insta.11ed.
Fi5051
15051-3 iontiroi
Gity of rort W�xth
Rollin$ Hills WTP
Backwaeh 5upply 5ystem
PART 3: EXEC[TTION
3.01 GENERAL
A. All dirt, scale, weld splat�er, waier and other foreign matter shall be removed from the inside and
outside of all pipe and sub-assemblies priar to installing.
B. All pipe}oints and connec�ions ta equipment shall be made in such a manner as to produce a miz�.iznum
strain at the j oini.
C. Install piping in a neat manner with lines siraight and parallel or at ri�ht angles to waIIs or column lin.es
and with risers plumb. Run piping so as t� avoid passin.g thraugh ductwark ox directly under electric
light outlets, and/ox interference with nther lines or extending beyond furrin� lines as determined by
Archi#ectural Drawings. AlI work shaIl be accomplished using reeognized methods and procedures of
pipe fabricatzoza and in accordance with t�e lat�.st revision of applicable ANST Standards, ASME Codes
and Pipe Fabrication Insiitute Standards.
Use fu111ength of pipe except where cut lengths are necessary. Do nat spring or de%rm pipin� to
make up j oints.
2. Pipe sha11 be cut square, not upset, undersize or out ofround, Ends shall be carefully rearned and
cle�ned b�fore being installed, Bending of pipe is nat pemutted. Use fittings for ail changes in
direction.
3. Do not use bushings except where specif ca11y approved by the Engineer. Reducers shall be
eecentric to provide for drainage from all �iquid-�earing lines and facilifate a�r removal from water
lines.
4. Verify the lacations and eIevations of any existing piping and manholes before praeeeding with
work on any system. Any discrepancies between the information shown on the Drawings and the
actual canditions found in the field shall b� reported at once to the Engineer. No claim for exira
payment will be considered if the above provision has nat been complzed with.
5. Where lines of lawer service rating tie into services or equipment of higher service rafing the
isalation. �alve befween the two shall conform to the higher rafing.
6. Mitering of pipe to foxm elbow is not pemutted.
7. All piping interiors shall be tharoughly cleaned after installation and kept clean by approved
temporary cIosures on all openings until the sysiem is put in service, Closures should be suitable
to withstand the hydrostatic test.
8. End caps on pre-cleaned pipe shall nat be removed until ixnrnediately before assembly, All open
ends shall be capped immediately after completion of in�tallation.
D, Test Connecti�ns
Provide %-inch female NPT test conneetion equippcd with %Z-inch brass pIug on all pump suction
and discharge Iines. Where indicated on the Drawings, test can7n�ctions shall be equipped with har
Fisas� 15a51-4 30/1I/OI
City of Faek Worth
Rolling I-Tills VWTP
Sackwash Supply System
stnck �valve and gage. Provide test connections at a13 steam traps. The connectinn slaall be located
on the discharge side of the trap between the ixap and the fzrst valve. It shall consist of a%z-inch
branch connection terminated with a gate valve.
E. Unians
1. Screwed or flanged unions sha11 l�e provided where indicated and in �e following locations even
if not indicated.
a. In long nins of piping to permit convenient di�assembly for alterations or repairs.
b. In by passes around equipment.
c. In connections to tanks, pumps and other equipm�n� between fhe shut-off valve and the
equipment.
,, d. In connections an both sides of traps, conirols, and autamatic control valves.
•� 2, Number and location of uruons shall be subject to review and determination at a canference
b�tween the Contractor, Owner and Engineer at the tizne of itzstalla�ion of �he piping.
� F. Vents and Drains
1, Provide vents and drains in the following places:
a. Water Lines - Vents at high points aand drains at low points.
�. Air Lines - Drains at low points.
3,02 UNIONS
A. Use unions to allnw convenient dismat�iling of pipe, valves, and equiprnent.
3 A3 WELDING
A. Welding in accardance with .ANSI Standard B31 and AWS B3.0.
B. Install welding fittings an all r�relded lines. Ma�e changes in direction and intersection of lines with
welding fittings. Do not miter pipes to form elbows or notching of straight runs to form tees, or any
similar construction. Da not employ welder who has not been fu11y qualified in above specified
procedure and so certified by approved welding bureau or similar lncally racognized testing autha�ity.
3.04 FI.ANGED �OTNTS
A. Make flanged j oints with balts; balt studs with nut on each end; ox studs with nuts where one f�ange is
tapped. CJse numl�er and size of balts conforming to sarr�e ANSI Standard as flanges. Before flanged
pieces are assembled, remave rust resistant coating from machined surfaces, clean gaskets and smoath
all buixs and other d�fects. Make up flanged joints tight, care being f.aken to prevent undue strain upan
valves or other pieces of equipment. V�ere stainless steel bolts and nuts are used, they shall be treated
with a campatible anti seize cornpound.
F15051 15Q51-5 ionrioi
City of Fort Warth
Rolling Hills WTP
Backwash Supply System
3.05 SLEEV� COUPLING,S
A. Install tierods, pipe clamps or bridles vcrhen sleeve type coupIings or fittings are used in piping systern
where indicated, and at cha�ges in direction or other p]aces as necessary, to prevent j oints from pulling
apart under pres�ure. Use bridles and tierods at Ieast 314�inch in diameter, except where tierods replace
flange holts of smaller size, in which case fit with nut on each side of pair of flanges. Jaint harnessing
shail conform, as a mininnum., to Yhe requirements for �ie �olts and �ie balt lugs as set forth in AW WA
Manual M11.
3.Ob WALL SLEEVE SEALS
A. Use ex�andabte rubber segmented sealing device wi.th corrosion-resistant fasteners io malce waterti�hi
the annular space between pipe and sleeve. Deterrnine the ��quired inside diameter of each indi,vidual
wa11 opening or sleeve to fit ihe pige and seal to as��.ue a watert�ght joint as recommended by the
manufacturer, before nrdering, fabricating or installing. rnstall pipe concentrically through wall sleeve,
Install and tighten seal per manufacttu-er's instructions.
3 A7 TESTING
A, Test all pipelines for waterlgas tightness as specified in Section 01666 and/or in the Piping or System
sections. Fumish all labor, #esting plugs or caps, pressure pumps, pipe canr�.ectinns, gages, aaad alI other
equipment required. Testir�g shall be performed in accordance with ane or more of th.e testing
proeedures in Sec�ion 15052 and as specified in �aoh 1'iping or Sysiern ,Section. All testing shall be
performed in the presence of the Engineer.
B. Repair faulty join�s or rernove defective pipe and �ittings and replace as approved by the Engineer.
Retest.
END O� SECTION
F1505] 15051-6 �on i�nr
c�ry oe Fon wo�rh
Ralling Hills WTP
9ackw�sh 5upply System
SECTION 15052
PIPE TESTING - �ENERAL REQUIREMENTS
PART 1: GENER�L
1.01 SCOPE OF WORK
A. Thais Section speciftes the general requirements for testing the various pipin�; systems shown on the
Drawings and specified elsewhere in these Specifications. Refer to Piping and System Section
° specificatians for actual test parameters.
1.02 RELATED WORK
.: A. Pipe, joints, piping systems and appurtanarices are specified in ather S�ctions of Division 15.
� 1.03 SUSMITTALS
� A. Test Records
I. R�cords sk�a11 be mairstained of a11 tests performed.
2. Test recards s11aI1 include:
� a. Date of Testing
, b. Identification of Piping Tested
i
c. Test Fiuid
I d Test Pressure
�� � e. 5ignature nf Contractor
I
3. If leaks are found, they shall be noted, on the record. After correction, retesting as speciiied for
I ariginal test.
i
4. Recards of test shall be maintained by the Contractor and t,wo copies furnished to the Engineer.
PART 2: PR�DUCTS
2.01 TEST FLUIDS
� A. Hydrostatic Test - Water should be used as the tes# fluid vvhenever possih�e. In those systems where
vwater cannot Ue used the test fluid may be either the one to be used in the system ar the ane agreed
upon by the Ezagineer and the Contractor.
B. Service Pressure Test - The fluid for whicY� the system is designed shall be th� test fluid.
F15052 15052-i ion iroi
City of Fatt Worth
Rolling FIills WTP
Backwash Supply System
C. Pneumatic Test - Compressed air shail noxmally be used. Other gases may be used when specified or
directed by the Engineer. Test pressures shall be 1 I O percent of the anticipated maximum operating
pressure, but not exceeding 100 psig, and not less than 5 psig at ihe highest point in the system.
2.OZ TEST EQUIPMENT
A. Hydrostat�c Test
1, Water - Of sufficient capacity to deliver th� req�ired test pressure.
2. Strainer - On inlet side of the pump to pre�vent foreign matter from entering the systern.
3. Valves - Shall be provided on the suction and discharge side of the pump.
4. Heater - To allow heating of the test fluid vvhen elevated temperatures are requi�ed for test.
5. Relief Valve - Set at a pressure ta relieve at 20 to 25 percent above the reqaire�i test pressure.
6. �'ressure Gage(s) - Capable of reachzng 50 percent over the test pressure. These should be
located at the gump discharge and any otl�er place deemed convenient by the Contractor.
7. Pressure gages and relief valves shall be checked for accuracy before u,se in test procedures.
B. Service Pxessure Test
l. A pxessure gage capaUIe of registering 25 psi over the design pressure shall be installed
down.strearz� fram the supply shut-off valve if one is not included in the system.
C. Pneumatic Test
1. Contractor shall provide a compressor capaUle of #he required test pressure.
2. Valves shall be provided on the discharge side af the cornpressor.
3. Relief valve to relieve at 10 to 15 percent over the test pr�ssure.
4. Pressure gage(s) capable of reaching 50 percent over the test pressure. A gage �hall be located
on the compressor discharge and other lacation as required.
PART 3: EXECUTION
3.01 IIYDROSTATTC TEST
A. This test speci�ication shall ba used to hydrostaticallytest piping systenas for structuraI integrity and
leaks. The test shall be performed at ambient �emperature unless othez�wise specifed.
B, Preparation For Test
1. Determine the fluid to Ue used for the test, and, zf other than ambient teznperatuie is required,
what ihe test temperature will be.
Fisosx 15052-2 ioii vo�
City of Fort Worth
Rolling Hills WTP
Backwash Supply 5ystem
2. When a fluid other than water is used for a test, the equipmeni used for the test shall be of a
material compatible with the test fluid. Norrnally tk�is would be equal to tl�.e piping nnaterial.
Vents shall be provided at the high points of the system and drains provided where means of
venting or draining do nof exist.
4. Remove or block off, aIl xelief valves, rupture discs, alarms, control instruments, etc. that shall
not be subjected to the test pressure.
5. All discs, balls, ar pistons from check �alves shall be removed if they interfere with filling of tlie
system. Open alI valves hetween inlet and outlei oi the sectian to be tested.
6. Connect pump and provide temporary closures fnr aIl of the external openings in the system.
Use caution to ensure that #he closures are properly designed and strang enaugh to wit�stand the
test pressure.
7. All joints, including welds, are #o be left uninsulated and exposed for exatnination duringtest.
8. A j oint previously tested in accordance with this specification may be covered or insulated.
� 9. Piping designed for vapor or gas shall be provided with additianal terz�porary supports, if
necessary, to support the weight of the test liquid.
� 10. Expan.sian joints shall be provided �vith temporary resiraint for additional pressure under test or
shall be isolated from the test.
11. Flanged joints, where blanks are inserted fo isolate eqnipment during the test, need not he tested.
C. The hydrostatic test pressure shallbe 1-1/2 tim�s the desigin pressure unless Qtherwise specified in the
5ystern Specifcation Section.
D. Test Frocedures
� 1. Allow the test fluid to enter the system. Open vents to allow displacement of aIl entrapped air.
�� For all pipeli�es exeeeding 500-ft in length, the maximw �: rate of filling shall be limited to that
which produces a maximum nominal flow' velocity of one foot per second in the pipe to be
tested.
2. Close vents and restrict personnel in the test area to those involved in the test.
3. Raise the pressure slowly witl� the pump until the predetez-rriined test pressure is reached.
Maintain pressure for di.�ration of time sp�cified in System Specification Section, keeping
persannel at a safe distance.
4. Reduce the pressure about 20 percent and hold it at that point while the entire system is carrefully
inspected for leaks, cracks, or other signs of defects.
If defects are found, the pressure shall be released, the system drained, the defects carrected and
tk�e test repeated.
After a satisfactory kest has been completed, th� iine shall be drained.
�i5osz 15052-3 iai voi
City of �'ort Worth
Ralling Hips WTP
13ackwash Supply System
E. Flushing
Lines tested with �vater shall be completely drained.
Lines shall be flushed, after test.
3.02 SERVICE PRES�URE TEST
A. This test specificatian sha]] be used to tes# pipi,ng systems using service pressure and the fluid for
which tY►e system is used. It shall not be used to test piping systexx�.s conveying carnbustible or
flainmab�e liquids or systems that comply with AN�I B31 codes. Insulated lines shaII have all joints
ieft exposed until completion af the test.
B. The test pressure shall be equal to t�ae maximum pressure that i;he line will be subjected to under
narmal operating conditions as determined by the Engineer.
C. Test Procedures
Liquids
a. See tliat all personnel not Tn�olved in the test vacate the area.
b. Allow Y.he system fluid to enter the system slowly while venting the air at the extreme far
and uppermost points. Fox alI pipelines exceeding 500-ft in length, the rna.}cimum rate af
filling shall be limited to that which produces a maximuxn nominal flow velocity of one foot
pex second in the pipe to be tested.
a. When the system is full and all air is vented, close the vents.
d. Allow the pressure in the system to build up to the full line pressure,
e. Inspec# entire system for �eaks,
2. Gas or Vapor (Including Compressed Air and Steam)
a. See that all personnel n�t involved in the test vacate the area.
b. In systems that do not have a pressure gage near the main shut-off valve, a suitable gage
shall be installed, -
c, Allow the system fluid to enter �he systern slowly until the fu11 operating �ressure is
reach�d.
d. Shut ofif main supply valve. Observe the gage fox 15 minutes. The pressure shall noE drop
during this tinrae.
e. If the pressure drops, indicating tlae presence of leaks, the systerns shall be inspected
�isually and, zf n.ecessary, with soap suds or commercially available Ieak detecfiors to locate
the ieak{s).
��sas�. 15052-4 �a�ii�ai
City ofFort Worth
Rolling FIills WTI'
Backwash 5upply Syscem
3. If leaks are found, the lines sha11 be re3ieved of pressure, purged if necessary and repai.red. Tests
shall be repeated for repaired sectio�ris.
3.03 PNEUMATIC TEST
A. This procedure for a pneumatic test of piping systems shall be used when directed by the Engi.neer
when water, or other liquid, cannot be introduced into the line, or as a supplement io a hydrostatic Yes�.
B. Safety
1. All pn.eumatic t�sts shall be done under the super�ision of Contractnr and in the presence of the
Engir�eer.
2. New Construction, The Engineer's pernussion shall be secured before testing.
3. Renovation Projects: The Owner representative and the Engineer must be rnforzn.ed and their
permission secured bafore testing.
4. Only those people actzvely participating in the test shall be allowed in the test area.
,, S. Safety glasses and hard-hats m.ust be worn.
C. Test Procedures
I. Increase the pressure in the lixze gxadualiy, in steps, to the specified pressure. Checks shall be
made at 25 psig intervals until th.e test pressure is reached using saund, soap solutian or a drop in
, � indicated pressure.
2. When the specified pressure for the test is reached, shut offthe valve in the supply line from the
compressor.
�� 3. Maintain the test pressure long enough to visually inispect all joints or a minimum of 10 minutes.
There shall be no drop in the test pressur� in this,t�rne.
, 4. Leaks shall be repaired and the line retested. All leaks shall be noted an th.e Test Reeord form.
5. Af�er satisfactory coz�pletion of the test, vent the line and allow it to return to atmospheric
pressure. Connection can then be made to the supply 1ine.
END OF SECTION
��
�L
I
.�
Fi5052 isasz-s �a�ilo�
Ciry of Fort Worth
Rolling Hills WTP
Backwash 3upply 5ystem
SECTION 150b1
�TEEL PIPE AND FITTINGS
PART 1: GENERAL
1.01 SCOPE OF WORK
A. Furnish ail labor, materials equipment, and incidentals required and install, test and disinfect (as
� required) all nan-buried steel pipe and fittings as shown on the Drawings and as speci�ied herein.
�� B. Steel pipe shall in�lude bjack steel and galvanized steel pipe and fitiings.
1.02 RELAT�D WORK
.. A. Disinfection af Potable Water Facilities is included in Section 01656.
' B. Concrete work is specified in Division 3.
G. 5urface Pre aration and Shop Prirne Painting is zncluded in Section Q9901.
P
D. Pipe testing is included in Section 15052.
-� E. �tainless steel pipe and fittings are incIuded in Section J.5066.
" F. Pipe hangers and supports are included in Section 15140.
C`i. Valves and appurtenances are included in 5ection 15100.
, H. Buried Steel Pipe and Fi#tings is included in Sec�ion 02615.
- - 1.03 SUBMITTALS
A. Furnish shop drawings, product data, design calculations and test reports as described below and in
� accordance with 5ection 01300.
1. Certi�ed copies of mill tests confirming the type of maierials used in sieel piatcs, mi11 pipe
flanges, and balts and nuts to show compl�ance vvith the requirements of the applicable
standards.
2. Complete and dimensianal worlang drawings of all pipe layauts. Shop drawings shali include
the grade of material, size, wall thiclrness of the pipe and fittings, type and locafaon of fiffings,
and the type and limits of the lining and coating systezns of the pipe and fittings.
3. Praduct data to show compliance of a11 couplings, supports, fittings, coatings and related items.
�
�zso6i.ao� I5061-1 initiioi
c�ri flf xort wo�tn
Rvlling Hills W7'P
Backwash 5upply System
1.Q4REFERENCE STI�NDARDS
A. Specifications of the Americaz�. Water Works Assacia�ion (AWWA) listed beiow shall apply to this
Section.
czao
C243
C205
C206
C207
czas
C2p9
C210
C602
Cb46
Steel Water Pzpe 6 Inches and Larger
Coal-Tar Protective Coatings and Linings for �tcel Water Pipelines -- Enarnel and Tape --
Hot-Applied
Cement-Mortar Protectiva Lining and Caatin.g for Steel Water Pipe -- 4 Tnches and Lax�er --
Shop Appiied
Field Welding af Steel Water Yipe
Steel Pipe FIanges for Waterworks 5ervice -- Sizes 4 Inches through i�44 Inches
Di;nensions for Steel Water Pige �ittings
Cold-Applied Tape Coatings for 5pacial �ections, Conn�cl�ons, and FiLtings for Stee� Water
Pipelines
Coal-Tar �paxy Coating System for the Interior and Exterior af Steel Water Pipe
Cem�nt-Martar Lining of Water Pipelines --- 4 Inches and Laxger -- Ir� P1ace
Graoved and Shouldered Type .Toints
B. Specifications of the American Society for Testing and Materials (ASTM) Iisted below shall apply to
this Section.
A 120
C.
0
Pige, Steel, Black and Hot-Dipped Zinc-Goated (Galvazuzed) Welded and Seamle�s, for
Ordinary Uses
Piping Fittings of Wrougnt Caarbon Steel and Al�oy Steel for Moderate and Elevated
Temperatures
A234
Specifications of the American Naiional Standards Institute (ANSI)listed below shall apply to this
Section.
B2.1 1'ipe Threads, Except Dr� Seal.
B 16.1 Casi Tron Pipe Fianges and Flanged Fittings
B16.5 Steel Pipe Flanges and Fla�ged �'ittings
B 16.9 Factary-Made Wrought Steel Butt Welding Fittings
B16.11 Forged Steel Fittings, 5ocket Welding and Threaded
Specifications of t�e Fe�leral Government {I`S) listed below shalI apply to th.is Seciion.
WW-P-521F
Pipe-Fittings, Flange Fittings, and Flanges; Steel and Malleable Iron {Threaded
and Butt Weldad), 15Q poun.d
raso6i.ao� 15061-2 iaEtiro�
City af Fort Wartli
RoVling Hills WTP .
Backwash 5upply System
WW-U-531D Unions, Pipe, Steel or Malleal�le Tron; Threaded Connectian, 150 Pound an.d 250
Pound
�
1.05 QUALITY ASSiIRANCE
A. A11 steel pipe and itttings shall be frumished liy manufacturers who are fully e�perienced, reputable
and qualified in the naanufacture of the items to be furnished. The equipment shall he designed,
canstructed and installed in accardance with the best practioes and methods and shalI comply with
these Specif cations as applicable.
B. Steel pipe and fittings shall conform to all applicable standards of A�TM, ANSI and AWWA.
PART 2: PRODUCTS
2,01 MATERIALS
A. Description. Pipe shall camply with the applicable standard depending on the proposed piping systenn
as designated by the pipeline sizes shawn on the Drawings.
� Pipe Size
3-in ar smaller
3-in nr smaller
, 6-in and larger
0
� Description
B1ack Steel
Galvanized Steel
Steel
Standard
ASTM A120
A�TM A120
AWWA C200 ,
[7nless ott�erwise specif�eda hlack steel or steel pipe sizes 3-inch to and including 6-anch, may comply
nvith any of the above standards for black steel or steel pipe.
B. Metlaod af Manufacture.
1. Black or galvanized steel pipe may ha seamless, electro-resistance welded ar furnace-welded.
2. Steel Pipe.
a. Except for seannless mill-type pipe, all piping shall be made from steel plates rolled into
cylinders or sections thereof with not rnore thaxa two Zongitudinal butt welded seams, or shall
be spirally formed and butt weld�d. �rth seams shall be but� welded and shall not be closer
than 6 feet except in specials and fitt�ings.
b. Spiral lap welded steel pipe will not be allowed for pipes 24 zt�zches and larger.
c. Circumferentiai deflection af all pipe in-place shall not exceed 2.d percent ofpipe diameter.
C. Wei�ht or Wall Thicl�ess.
F150fil.doc
15061-3
io��vai
City of Fart Worth
Rolling Hills W I'Y
Bacln�ash 5upply System
1. Blacic or galvanized steel pipe shall be standard vveight (Schedule 40) or extra heavy weight
(Schedule 80) depending on ser�ice.
2, Steel pzpe wall thickness shall be designed for the internal loads specified beIow and as shawn
on tk�.e Drawings, but in no case should the wall thiclmess be less thaza Iisted below.
0
Pipe Diameter,
Inches
24 and under
27 ta 36, inclusive
Over 36
Minimum Wall
Thickn�ss, Inch
0.25 J
0.313 �
0.375 �
D. Diameter, Nom�inal pipe diarneter shall be as shorvn on the Drawings. Unless otherwise specified, the
diameter shall be as follows:
1. steel Pipe. Diameter shall b� the nominal inside diame�er of the pzpe for I2-inch diameter and
srrballer and shall be actual outside diametez- for 14-inch diameter and lar�er.
2. Black or Galva�rxized Steel Pipe - diameter shall be per ASTM A120.
E. All steel pipe shall be manufactured domestically.
2.02 �'ITTING�
A. Threaded.
1. Malleable iron fittings sha11 comply with FS WW-P-521, Typ� 1%r use with black s�eel pipe
and Type 2 far use with galvaz�ized steel pipe,
2. Forged steel fittings shall comply with ANSI B 16,11 far extra hea�y �eight piping.
B. Welded.
1. Forged steel fittin� shall caxnply v�it� ANSI B16.11
2. Butt-welded fittin�s shall comply with AN�I B 16.4,
3. Wrought carban steel fittings of seamless or welded construction shall camply with ASTM
A234,
4. Fabricated steel fttings sha11 be of the same material as pipe and shall cornply with AWWA
c2a$.
2.03 FLANGES
A. Flanges shall corinp�y wifh Y1�e requiremezats of ANST B16.1, Class 125, AWV+�A C-207, CIass D.
F�so6r.ao� 150G1-4 ia�ti�oi
City of Fort Worth
12o1ling Hills WTP
Backwash Supply System
B. Gaskets for other than air serwice shall be cloth-inserted rubber, 118-inch thick. Gaske�s shall be full
face.
C. Gaskets for air service shall be 118-inah thsck, constructed of elastozners suitable for temp�ratures to
200❑F. Gaskets shall be full face.
D. Flanges shall be flat faced with a se�rrated finish.
2.04 COUPLINGS
A. F1exiUle Coupling
� 1. Coupiing shall be of a gasketed, sleeve-type, with diameter to praperly fit the pipe.
f "
2. Minimum sleeve length shall be 5 inches for pipe 5 inches and smaller, 7 inches for pzpe largez
'� than 5 inches and smaller Chan 36 inches, and 14 inches for pipe 36 inches and largez. Sleeves
shall be supplied withaut pipe stop unless atherwise specified.
` 3. Caupiings shall be Dresser Style 38, Smifli Blair StyIe 411, or equal.
�. Steel c4upled joints which will be required to resist thrust shall l�e reinforced with a harness of
� balts as fallows:
"� a. All tie holts and lugs sk�all eonf4rm ta the recommendations in the American Water'VVorks
. Association, Manual of Waier Supply Practice M-11, Section 19.8.
' h. Bolts shall span the steel cauplings connecting to sfeel lugs.
c. Lugs shall be either walded to the pipe or to a sleeve which is welded to the pipe,
,
; � d. Bojt Iengi;h and Iug placexxient shall pernut steel coupling to be slipped in one direction to
clear joint.
e. Number of l�olts sha11 depend on operating conditions, with a minixz�um af two 518-inch
bolts installed.
5. Gaskets for couplings on air service piping skall be suitable for use up to 200dF.
B. Groo�ed or Shouldered Typa Coupling (Split Coupling).
1, Grooved or shauldered couplings may be used as an alternate to flanged couplings with the
Engineers' approval.
2. Coupling shall comply with. the requirement of AWWA C606.
3. Couplings sha13 be Victaulic Style 77 or 41. �oints slaall be flexible unless otherwise shovcm tn
be rigid.
4. Gask�ts for couplings on air service piping shall be suitable for use up to 200 ❑F.
PISO6�.dOG 15051-5 lont�oi
City of Fnrt Worth
Rolling Hills RJTP
Backwash 5upply System
a.os u�vroNs
A. Unions shall be rnalleable iron complying to F� WW-U-531, Class l, Type A for use vvith black steel
pipe and Type B for use with galvanized steel pig�. Use dielectric union where specified.
PART 3: EXECUTION
3.01 P]PE J�II�TTS
A. Threaded
l. Comply vvith ANST B2.1, NPT.
2. Cut threads fitll and clean with sharp dies, with not more than three threads exposed at eaeh
ca�an.ection.
3. Ream ends afpipe after threading and before assembly to rema�e burrs.
4. Use joint compound ox th.read tape on male tlareads only. After having been set up, a joint rnust
nat be backed off unless the j oint is completely broken, the threads cleaned and new compound
applied,
B. �Welded
1. All welds shall be sound and free from erz�:bedded scale or slag, s�aall have tensile sirength across
the weld not less than that oithe #hinner of the connected sections, axid shall be watertight. AIi
field welds sball coznply with AWWA C206.
2. Use butt welds for fabrication of bends and other specials. Use fiilet welds for tlange attachment
in accordance with AWWA C207.
3. After installation of pipe, fitti,ngs and specials, a11 unlined or uncoated ends adjacent to welded
field joints, including the weId proper, shall Ue cleaned, grimed, lined and coated as specified far
the pipe adjacent ta the weld. Preparation of surfaces to be lined and coated shall be as
stipulated for shop application of caal tar primers az�d enamels except tk�at all for�ign matter,
including all damaged lining ar eoating materials, shall be rarriaved Uy scraping, chipping or
larushing and the surfaces cleaned to bright meta] free of ali rust, slag and scale by means of wire
b�ushing or sandblasting. En#ry for appjicatian of interiar linings to unlined ends shall be from
open ends. Pour holes shall not be provided. -
C. Flanged
1. Tighten flange bol#s so gasket is uni#'ornnly campressed and sea�ed.
2. Do not distort flanges.
Leave flange bolts with ends project�ng 118 ta 3/& inch beyond face of nut after tightening.
4. Flange bolts shall be coated with anti-seize compound.
Fisa�i.aoc ISObl-6 �oi� i/oi
City ot Fort Worth
Rolling F{ills W'I'P
Backwash 5upply 5ystem
D. Flexible Couplings
1. Prepare ends of pipe square, removing a11 buns from inside and outside pipe.
2. Prepare exterior surface of pipe in accordance with compression coupling manufacturar's
instructions.
3. Install harness lugs on pipe as applicable.
� 4. Pipe gaps shall be as recomnriended by coupiing manufacturer wi.th a maximum gap of 112-inch.
, Pipe exterior surface and interior surface of campressian sleeve ring shall receive required
protective coating prior to assembly.
,, E. Grooved ox ,�houldered Type Couplit�gs (Split Couplings)
�
' 1. Cut grooves clean and sharp with.out burr� or chuck marks.
2. Ream end af pipe atier grooving and befare assembly to remove buz-irs.
3. Pipe shail �e free of indentations, projections, or roll marks from ihe er�d ofpipe to the groove to
provide a Ieak tight seat for th.e gasket.
4. Lubricate gasket with manufacturer's furnished lubricant priar to assembly.
,� 5. Split aouplings used in lieu of flanges shall be of the rigid type.
� F. Shouldered
1. Assemble shoulder ring to pipe ends and weld.
= 2. Repair dama.ged pzpe lining extending protecti�ve coating over pipe end and shoulder ring.
- 3. Lubricate gasket wi.th manufacturer's furnished lubricant priar to assembly.
3.02 INSTALLATION
A. Piping Exposed, 3-inch and Sxnaller
1. Piping Layout -
a. Make provisions for expansion and contraction. during normal operations.
b. Provide unians to permit removal of equipment, pumps, and valves.
c. Pravide dielectrie unions far eor�nection of copper piping.
, 2. Cut pzpe from measurements taken at the site, using Drawings as guide.
3. Water Piping: Arrange so system can be completaly drained.
F15061.doc 15�(��-� 10![ 1/01
City of Fort Worth
Rolling Hi]]s WTP
Backrvash 5upply 5ystem
4. Air Piping; Grade to points af c�rainage collection.
B. Piping, Exposed, Larger than 3-Inches
1. Piping Layaut
a. Install as shawn on the Drawings and pez fabricator's shop dravc�ings.
b. In placing the pipe, hold pipe by one or more padded slirzgs. Handle in a manner �hat will
prevent damage to the pipe or the protective coating. Support pipe adequately while bein�g
�tted and joined �vith adjoining pipe section.
c. After each section of pipe has been set ixato positian, attach to ihe adjoining sectian as
speczfied or shown on the Drar�ings.
2. Fravide drait�s and high point �ents to facilitate pressure testing.
3. Install valves with operator positioned to permit access for operation.
C. Fittings
1. In addition to those shown on the Dra�wings, provide all iittings required to complete the work at
no additional cost to Yxie Owner.
3:03 P'IPE SUPI'ORTS
A_ Provide supports as shov�m on the Drawings and as described in Section 15140.
B. Pro�vide additional supports as required to support piping such that its weight is not supparteci by the
puxri.ps or equipment.
3A4 PROTECTNE COATTNG
A. Exterior Surface, Exposed Loca�ians, Clean exierior suriaces, except machined surfaces, by
sandbIasting and giva a prime cpat, applied in the shap. Prime coat and iield painting shall be as
specified i� Section 0990I and Section 09902.
B. Tn�erior Surfaces
1. All AWWA C2�0 pipe, except that used for azr service, shall be rriortar lined and shall corx�ply
Uvith the requirernents of AWWA C205 for shop application. Minimum thicknesses and
tolerances s�aall be as follows:
F�so6i.ao� 15061-8 �oriziai
City of �'art Worth
RalVing Hills WT'P
Backc�rash Supply 5ystem
,
,
I
Pipe Size
4" - 1 �"
11" - 23"
24" - 36"
o�+er 36"
114"
5116"
318„
112"
Tolerance I
Plus or Minus
-1/32" � 1132" I
-1116" } 1!&"
-1116" } 118"
-I116" + 118" �
2. Interior surfac�s af galvanized pipe and black steel or steel pipe 3-ir�ches and smalle�r will not be
coated.
3. Interior surfaces of pipe designated for air service shall be cleaned only and shall be furnished
bare meial.
C. Machined Surfaces. Shop coat machined surfaces with a rust preventative compound.
3.05 SMALL BRANCH GONNECTIONS
A. Branch connections 2 0-inches and smaller shall b� made witl� welding fittings with threaded outlets.
�Vhexe there is some daubt as to the exact outlet size desired, but it is l�own that the size will be less
than one inch, prQvide a one inch outlet and bush down as required.
B. Branch eonnecti�ns 3-inches through 12-inches in size shall be made with pipe nipples or with
welding iittings. Pipe x�pples for branch connections shall be black, standard wei�ht, Schedule 40,
seamless pipe conformin.g to ASTM A120. Steel pipe nipples an.d welding fttings shall be welded to
the pipe and shall be reinforced as required to meet design and test requirements.
C. Small branch connectzons sh.all be located so as nai interfere t�vith joints, supports, �r ofiher details.
3.05 CLEANING
A. Keep inside of all pipe, fittings and val�es clean and free from dirt a3nd debris.
B. Thoroughly blaw all lines befare testing or placing in service.
C. Applicable piping shall be disinfected in accardance with Section O1b56.
3.07 TESTING
A. Furnish atl necessary equzpment and labor far conducting a pressure test on the pip�lines. The
procadures and method far conduc�ing the pressure tests shall be approved by the Engineer. The test
gage shaIl have rnznor graduations no �reaier than one percent of the speciiied test pressure.
B. Make any taps and furnish all necessary caps, plugs, etc., as required in canjunction with testing a
gortian of the pipe between valves. Furmish a test pump, gauges and any oth�r equipment required in
conjunction with conduc�ing the h.ydrostatic tests.
F15061.dac 15061-9 ioi� i�ai
Lining Thiclrness
City of Fort Wvrfh
Rolling Hills WTP
Backwash SuppEy System
C. All steel pipe sha�l be hydrostatically tested at 150 percent af the warking pressure or 50 psi,
whichever is greater, or as approved by the �ngineer. T'h� specified t�st pressure shall be held fox t�io
hours with no drop in pxessure and no leaks.
Testing shall #ake place in the presence af the Engineer. If leaks are discovered, they shall be repaired
at na additional cost to the Qwzier and appraved by the Engineer.
�ND QF SECTION
F15061.doc 15061-I O �a�t i�oi
City oiForE Worth
Rolling Hills W 1'P
Backwash 5upgly Systerrt
SECTION 15063
COPPER PIPE AND TLTBING
PART 1: GENFRAT,
1.01 SCOPE OF WORK
� A. This 5ectian spec�es the basic materials and methods of installation for coppar pipe for the liquid
oxygen system.
1.02 R�.LATED WORK
, A. System applications for coppex pzpe and tubing are speci#ied in other Sections of Division 15.
1.03 SUBMITTALS
�- A. Refer to 5ection O I3170 and specific System Sections for submif.tal requirements.
� 1.Q�4 REFERENCE STANDARDS
A. American Society for Testing and Materials (ASTM)
� 1. ASTM B32 - Standard Specification for Salder Metal
2. ASTM B42 - Standard Specification far Seannless Copper Pipe, Standard Sizes
3. ASTM B62 - Standard Specification far Composition Bronze or Ounce Meta1 Castings
' 4. ASTM B75 - Standard Speciiication far Seamless Copper Tube
�
- 5. ASTM B88 - Standard 5peciiication for Seamless Copper Water Tube
6. ASTM B280 - Standard Speciiicatian �or Seamless Copper Tube for Air Conditioning and
Refrigeration Field Service
° 7. ASTM B306 - Standard Speciiicatinn far Copper Drainage Tube (DWV)
B. American National Standards Tnstitnte/American Society of Mechanical Engineers (ANSIIASME)
1. ANSI/ASME B 16.15 - Cast Bronze Thr�aded Fittings Classes 125 and 250
, 2. ANSI/ASME B16.18 - Cast Copper Alloy Solder Toint Pressure �ittings
3. ANSUASME B 16.22 - Wrouglnt Copper and Copper Alloy 5older 3oint Pressure �'ittings
4. ANSTIASME B16.23 - Cast Copper Alloy Solder JointDrainage Pittings (DWV)
5. ANST.fASME B 16.24 - Bronze Pipe Flanges and Flanged Fittings Class 150 and 30�
F1S063.doc 15063-L ioiirroi
CliY Of i'pTl wQCth
Ralling T-iills WTP
Hackwash Supply 5ystem
fi. ANSI/ASME B 16,2b - Cast Copper A11oy Fittings for Flared Copper Tubes
7. ANSI/ASME B16.29 - Wrought Copper and Wroughi Copper Alloy Solder Jnint Drainage
Fittings (DV4�V)
C. Where reference is made to ane of the above standards, ihe revision in, effect at the time af bid
opening shall apply.
I,05 OXYGEN SERVICE
A. All piping, gaskets, and associated appurtenances shall be eIeaned, sealed, praiected in accordance
with Compressed Gas Association (CGA) publication, G-4.1 and certified far a�ygen service before
shipping to the site.
B. Greases and lubricants shall be oxidatian resistant and shall he Dupont "Krytox" for the al�ove noted
special services.
C. Gaskets shall be expanded PTFE, Teflon, or Hypalan (80 Durometer)
PART 2: PRODUCTS
2.01 PIPE AND TUBTNG
A. Copper pipe, shalI conform to ASTM BS8, Type K.
B. Copper pipe, Cu2, shall conform to ASTM B$$, Ty�e L.
C. Copper pipe, Cu3, shall conform to ASTM B306, DWV, Temper H.
D. Copper pipe, Cu4, slaall coniorm to ASTM B42, Temper H$0, drawn.
E. Copper pipe, CuS, s�aall aon�orm to ASTM B75, Type C12200 (DHP), seamless, deaxidized.
F. Copper pipe, Cu6, shal] conforrri to ASTM B280, deoxidized and dehydrated.
2.02 FITTINGS
A. Type C�-1, cast l�ronze, t.�readed adaptors, 1501U. �crew�d, ASTM B62, ANSI/ASME B I5.I5.
B, Type CF-2, brass iube solder type, ASTM B62, ANSI/ASME B16.18.
C. Type CF-3, wrought copper, solder type, ASTM B7S, ANSIIASME B16.22 sfandard.
D, Type CF-4, cast brass or bronze xecessed drainage pattern, ANSUASME B 15.23.
E. Type CF-S, flange fittings, 150-Tb, ANSVASME B16.24,
F. Type CF-6, �25 IU, flared ar compression type copper unions, ANSI/ASME B16.26.
F1 SQG3,doc 15Q63-2 la�� lifll
City of Fort Worth
Aolling Hills W'I"Y
Backwash 5upply 5ystem
G. Type CF-7, sold�red cast brass or wrought copper drainage pattern, AN�UASME B 16.29,
H. Type CF-8, I251b. bronze unions with ground joint seats, ASTM Bb2.
I. Type CF-9, flareless unions, Parker "Intru-Lak", Crawford "Swagelok" or equal.
2.43 JOTNT MATER.IALS
A. Type S-1, Solder Alloy 95TA (95 percent Tin, 5 pereent Antim.ony), ASTM B32. No salder
containing lead shall be utilized an the Project.
B. Type S-2, brazing �ller rne#al classified as BCu4 or BCuS, with minimum melting point af 13aQ ❑F.
Use wrought fittings for brazing.
PART 3: EXECUTION
3A1 JOINING O�' PIPE
- A. Saldering (Copper Tubing)
' 1. Tubing shall be cut with square ends and reamea to prevent burrs, aut-of-round or improperly
, sized ends.
r 2. Afier cuiting, all surfaces to b� soldered shall be thoroughly cleaned to a metal-bright finish, free
. � from dirt, grease or other material befare flu�ng and soldering. This cleaning shall be
perforzned �y using emery cloth, sandpaper or steel woal. Clean the outside end af ihe tubing for
••� a length of 112-in greater than the depth of the fitting. The inside of the fittin.gs shall be cleaned
; 1 in a sinnilar manner. Apply non-carrosive flux and assemble ti�e joint. Acid solder or acid flux
will not be allowed.
3. The surfaces to Ue jained shall be heated up slowly and unifortnly to the melting point of the
solder. The surface being soldered shall be maintained ahove the melting point of tlae solder for
sufficient time to draw the solder completely intn the j oint. When the solder congeals to a plastic
state tl�.e excess metal sha11 be removed with a cjath brush, Ieaving a fillet around ti�e end of the
fitting. Full penetration of the solder uniformly throughout the entire sacket is required. The
soldered joinl:s shall be allowed to coal in sti1l air. Quenching will not he permitted.
Any type af arack, pinhole, area of incomplete penetration, or similar defect will not be.a�cepted.
Peening far ciosing up de:fects wilS not be permitted.
5. Heating tarches of suf�"icient size equipped with multiple tips ar ring burners for use on
cornbination tarches, shall be used for heating of large fittings of 2-in diameter a�nd larger prior
#o soldering.
6. Re�move all external and internal loose solder and flux after joint cools.
B. Brazing
Cutting az�d cleaning of tubing shall be as specified for soldering operations.
�15063.doc 15Db3-3 lon ua�
City af Fart Worth
Aolling Hi13s WTP
Baokwash Sup[aly 3ystem
2. Apply flux in accordance with xecommendations af manufacturer ofbrazing fillez znaterial being
used. Apply to outside of fitting and heat affected area of iubing. Avoid gettin.g flux inside
tube. �"lux may be omit�ed when j oining copper tubes to wrought capper fittings but is required
for joining to cast (bronze) fittings.
Assemble joi_nt by inserting tube into socket hard agaznst stap and turning.
4. Heat parts to be joined beginnirig 1-in fram edge af fitting, continuously moving the fiame.
When flux has become txansparent, begin ta heat the fitting at the base of the cup, still
continuously moving the �1ame, When flux at fifting is quiet and transparent, maintain, heat
along j oint by maving flame along axis between fitting and tubing.
Apply brazing material at pai�at were tubing enters socket of fitting. Avoid putting flame on
brazing material. Heated joint should melt brazing mat�rial and capillary action will draw
ma�erial into the joint. When joznt is properly made, a fillet of filler metal will be visible
cflmpletely arnund the joint. Sta� adding fiiler metal when fillet is formed.
After brazing material has salidified, clean off flux residue. Fittings zn.ust cnol naturally.
Quenciung will not be allowed.
7. Any type of crack, pinhole, area nf incomplete pen;etration, or similar defect wi11 not be accepted.
1'enning for closing up defects t�ilI not be permitted.
3.02 FIELD CLEANING
A. Piping sk�all be cleaned in accordance with CGA Publ�cation G-4.1.
END OF �ECTTON
��sa6s.aa� 15063-4 lo�i 1�Q�
City of Fort Worfh
RallingHifls WTP
Backwash Supply System
SECTION 15064
FLASTIC PIPE AND FTTTINGS
PART 1; CrENERAL
1.01 SCOPE OF WORK
A. �urnish all labor, materials, equipment and incidentals required and instail 1/S-in to 6-in plastic pipin�;
and appurtenances as shown on the Dravc�ings and as specified herein.
I.02 RELATED WORK
A. Buried piping is incluc;ed under Divisian 2.
S. Conerete wark is included in Division 3.
C. VVall sleeves are included in Sectian 01172.
' D. Pipe �angers and supports are included in Sectian 1514�.
E. Valves and appurtenances are included in Section 15100.
F. Pipe insulatian is included in Section 15254.
1.03 517BMITTALS
.�
A. 5hap drawings and produci data, in accnrdance with Section D 1300, sha�l include the fol�owing:
, 1. Shap drawings including piping layouts and sehedules shall be submitted fa the Engineer and
shall include dimensioning, fittings, locations of �alves and appurtenances, joint details, methods
�� and lacations of supports and all other pertinen# technical speci�cations for all piping to be
fumished.
a
2. Shop drawing s�bxxuttals far piping under this Section shall include all data and information
' xequired for the complete piping systezns. .A11 dzznen.sions shall be based on the actual equipment
,, to be furnished. Types and locations of pipe hangers a�ad/or supports shall be shawn on the
piping layout for �ach piping submittal. -
I.04 REFERENCE STANDARDS
A, American Society for Testing and Materials (ASTM}.
,, 1. ASTM D 178� - Siandard Speciiication for Rigid Po�y(Vinyl Chloride) (PVC) Coznpounds and
Chloriz�ated Poiy(Vinyl Chloride) (CPVC) Compounds.
2. ASTM D 1785 - Standard Specification for Pvly{Vinyl Chloride) (PVC} Plasfic Pipe, Schedules
' ' 40, 80 and 120.
� 3. ASTM D2447 - Standard 5pecification for Polyethylene (P�) Plas�ic Pipe, Schedules 40 and 80,
Based on Outside Diameter.
4. ASTM D2464 - Standard Specification for Threaded Poly(Vinyl Chloride} (PVC) Piastie Pipe
Fittings, Schedule 8�.
f�iso6a.aQ� 15064-1 iai�io�
City nf Fort Worth
Rolli�g Hills VJ'I'P
Sackwrash Supply System
5. ASTM D2466 - Standard Specification fa� Poly{Vinyl Chloride) (PVC) Plastic Pipe Fittings,
Schedule 40.
6. ASTM D2467 - Standard Specificatian far Sacket - Type Poly (Vinyl Chloride) (PVC} Pla�tic
Pipe Fittings, Schedule 80.
7. ASTM D256�4 - 5tandard Specification for Salvent Cements for Poly(Vinyl Chloride} (PVC)
Plastic Pipe and Fittings.
8. ASTM D2657 - Standard Practice iar Heat-Joinir�g Polyolefin Pipe and �ittings.
9. ASTM D2855 - Standard Practice for Making Salvent - Cemented Joints with Poly (Vinyl
Chioride) (PVC) Pipe and Fzttings.
1.0. ASTM D3261 -�tandard Specification far Butt Hea# Fusion Polyethylene (P�) Plastic Fittings
for Poly�ethylene (PE) Plas�ic Pipe and Tubing.
11. ASTM �'437 - Standard Specificatian for Threaded Chlarinated 1'oly {Vin�'1 Chlaride} {C�VC)
Plastic Pipe Fittings, Schedule $0.
12. ASTM F�3$ - Standard 5pecifica#ion for Soeket - Type Chlorinated Paly{Vznyl Ghloride)
{CPVC) Plastic Pipe Fittings, Schedule 40.
13. ASTM F439 - Standard Spccification for Socket-Type Chlorinated Poly(Vinyl Chloride)
{CPVC) Flastic Pipe Fittings, Schedule 8Q.
14, ASTM F441- Standard Specificatianfor ChlorinatedPoly(Vinyl Chloride) {CPVC) Plastic Pipe,
Schedules 40 and 80.
15. ASTM F�}93 - 5tandard Specification for Salvent Cements %r Chlorinated Po�y(Vinyl Chloride)
(CPVC} Plastic Pipe and �'ittings.
16. ASTM F593 -�tan.dard Specificatinn for S�ainless Bteel Bolts, Hex Cap Screws and Studs.
17. ASTM F594 - Standard Specification far 8tainless 5tee1 I*luts.
B. Plastic Pipe �nsti�ute (FFI)
I. PPI TR31 - Underground Installation of pnl�rolefin Fiping.
C. Arnerican Natzanal ,5tandaz�d I�stitate
1. ANSI B 16.5 Pipe Flanges and Flanged Fittings.
D. Where reference is made to one of the ahove standards, tihe revisions in effect at the tirne of bid
opening shall apply.
1.05 QUALITY A5SL7RANCE
A. All plastic pipe and iitting� of each type shall U� furnished by a single rnanufacturer who is
axperienced in the xnanufacture of the zterz�s to be fumished; howe�er, it shall not be a requirement
that the pipe and fittings be manufactured b� the saxne manufacturer, provided that the pipe an,d
fittings are compatible in both compaunding and size. The pipe and �ttings shall be designad,
manufactured and installed in accordance with the best practices and n�.ethods and shall be suitable for
the intended service.
riso6�.ao� 1 S Qb4-2 ion iio i
9
F
.,
,
ciry of Fort worth
Rolling HiHs WTP
Backwash 5upply 5ystem
1.06 SYSTEM DESCRIPTION
A. Piping sha�l be installed in those Iocaiions as shown on the Drawings.
B. The equipment and materials speciiied herein are intended to be standar3 types of plas�ic pipe and
iittings for use rn tramsporting water and chemi�als.
C. Plastic piping systems shall be designed for the following conditions:
System: Cl�emical
Material: Schedule 80 �VC
Fluids: Chemical Solutinns
Pressure: Atmosphere to 1 DO psig
Flow Velocity: Up to 10 fps
Tenlperature: 35°F to 1Q0°F
Special Conditions: Pulsation from progressing
cavity
PART 2: PRQDUCTS
2.01 MATERIALS
A, Poly(Vinyl Chloride} Pipe and Fittings - PVC
Protected Water
Schedule $0 PVC
Proteci�d water
Atmosphere to .
12Q psig
Up to I O fps
35°F to 100°F
Nane
Potable Water
ScheduIe 8a PVC
Plant water
Ahnosphere to
120 psig
Up to 10 fps
35°F to 104°�'
NQne
1. Pipe shall be manufactur�d from PVC campounds meeting ASTM D1784, Class 12�154-B in
accordance with ASTM D 1785, PVC 1120. The pipe shall have a aninimum hydrostatic design
, stress of 2,OQ0 psi at 73°F and shall be suitaUle for field cutting and solvent welding. Pipe shall
� be nf the sizes as shown on the Drawings and shall be Schedule 8Q unless atherwise sl�own.
�
2. Fittings shall be the socket type for snlvent welded jaints conf�rn7ing to ASTM D2467 ar ASTM
- D2466 where Schedule 40 pipe is shown on the Drawings. F'ittings sha11 be manufactured from
PVC compound meeting ASTM D 1784, Class 12454B. Solvent cement shall be as specified it�
` ASTM D2564.
0
� .�
0
B, Threaded joints sha11 be as specified under the applicable ASTM standard for the pipe and iittings
being used. Thread sealer shall he thread tape which shall b� standard indusirial qua}ity Teflon, Ty�e
1.
C. �lang�d Joints
1. Where flanged joints are slaawn. on the Drawings, they shall be supplied with 118-in thick
full-faced Vitan-N gaskets or equal.
2. Flange bolt spacing, number and dimensions shall confarm to the requirements of ANSI B 16.5.
CPVC and PVC flan�es sha13 be single piece, suitable for solvent cementing to the pipe and shall
be suitable for a minimnm pressure of 150 psi. Two pi�ce sleeved flanges (Van Stone type) shall
not be acceptable:
F15064.doc
15064-3 ton tro�
City of Fort Wnrth
Ralling Hills WTP
Backwash 5upply System
Bolts, nuts and washers far flanged joints shall be for corrosive service condirians and shall be
ASTM �593 and F594, Type 316 staanIess steel. Antisieze compound far stainless steel bolts
and nuts shall be af a molybdenum disulfide base such as Molycoat-G or equai.
D. Fittings, specials, unians and fiangas shall be af the sa7m.e schedule number and manufactured of the
same matcrials as the pipe. Whene�er uniozas are called out on ihe Drawings, flaaZged cannections
may be subs�ituted, pravided that dirsienszonaI controls do not preelude us� of flanges.
E. Sleeves for pIastic pipe sliall be as specified in Seciian 01172,
F. Expansion jaints �ar PVC sizes 1/2-in to 5-in s�all be telescoping type as manufactured by
Plastiu�etics, Tinc.; ASAHI/America or equal. Expanszon in pipes smaller than 1/2.in shalI be
accam.madated vvith expansion loops.
PART 3: EXECUTION
3.Q 1 INSTALLATION
A. The installatian of plastic pipe shall be strictly in accardancs �vith the manufacturer's technical data
and pxinted instructions.
B. dninis for PVC pipe shall be solvent cemented unless threaded are othervaise sh.own on the Drawings
or ar� specified as other types herein. In making solvent cemented connections, clean dirt and
moisture from pipe and iittings, bevel pipe ends slightly with emery clath to remave any sk�oulder or
burrs created by cutting ofthe pipe. Salvent c�ment joints shalX be made in accordance with ASTM
D2855. Primer shall be used whenever recommended by th,e pipe, fitting, or cement manufacturer and
in all cases fox joints on pipe systems four inches in. diameter ar larger. Making solvent cement joints
shall not be performed and the work shall stap when ihe temperature, measured ir� the shade, is �0 q F
and falling,
C. Tnstallation of va�ves and fittings shall be in accardance with man;ufact�arer's instructions. Particular
care shall be taken not to overstress threaded eonnections. In making sojveni cement connectians, the
solvent cement ar prjmer shall not be spilled on valves, Any cement allowed to run from jaints shall
be eleaned from the pipe and fittings irnmediately.
D. All pipin� shall have a suf#icien.t number of unions to a�low convenient remaval of piping and sha11 be
as approved by the Engine�er. PVC pipe shall be installed with at ]east ane expansion joint or laop
near the center of each straight run of pipe which is 50 feet or longer with the maximum spacing
bet�een expansion joints or loops being 150 feet.
E. Where plastic pipe passes through wall sleeves, the s�ace between the pipe and sleeve shall be sealed
with a mechanical sealing element as specified in Sectian 01 I72.
F. A11 plastzc pipe to znetal pipe connectians shall be tnade using flanged connections. Metal piping shall
not be ttueaded into plastic fittings, valves, �r couplings nor shall plastic piping be threaded into rnetaI
valves, fittings or couplings. Only socket to thread adaptars sha11 be used for threaded plastic pipe
coz�aections to other threaded devices.
G. Cozacrete inserts for hangers anfl supports shall be furnished and installed in Y.he concrete as it is
placed. The inserts shall be set in accardance with the requireznenis of the pi�ing jayout and the
Contraator shall verify these locations from approved piping layo�zi drawings and the structuraI
dravvings. Pip� hangers and supports are speciiied in Section 15I44.
P 15064.dac 1 S ��4-� lU/l 1101
City of Fort Worth
Rolling Hills WTP
Backwash 5upply 5ystem
3.02 FIELD TESTII�G
A. All pipelines snall remain undisturbed for the minimum cuzing or cooling time specified for each type
of pipe material but no less than $ hours to develop fu11 curing and complete strength at all j oznts, All
- pipe systems shall be flush�d clean and then subjected to a hydrostatic pressure test for 12 haurs at a
test pressure and temperature specified below. Testing procedures shall be as specified below and in
�ection 15052. Should the temperature nat be attainable undex hydrosta�ic conditians, then the test
maybe perfozmed under hydxo-dynamic conditions, pro�vided that aceurate measurements for Ioss of
the test fluid can be made, or the pressure shall be prQportianally increased to simulate th� stresses of
, the higher temperature in relatinn to tne lowest system temperature that is expected during the duration
of the test. The praportionally higher test pressures shall be determined in accordance with the
accepted temperature versus streng�h properties as pu�lished by the pipe manuiacturer, Plastic Pipe
Institute qr other pipe material standards organizatinn.
B. The �est pressures and temperatures for the various pipe Iines shall. be 15 Q psi at ambient temperature,
;, C. The test shali Ue perfarnled by slowly filling the piping system, exp�lling entrapped air from all high
points. The iill rate sha11 be conirolled so that the fluid velocity within th� pipe systern is less than two
,. fps. Upon eompletion of the filling process, the system shali be braught up to the speci�ed test
temperature as applicable, holding the system pressure ta less tlnan ten percent oF �he test pressure.
�� Once the systena has been stabilized at the specified tesi temperature, the pipe should be slowly
brought up to the test pressure in such a nr►anner so as to not create shocic, surge or water harnmer in
� the pipe system. Tk�e test duration time limit shall not begin until ihe fizll pressuxe specified above has
been reached and the system has been stabilized to witlain five percent of the test texx�perature. The
system pressure and ternperature shall be maintained to with.in one-balf percent but no rnore tY�an �ve
percent of the specified value for tbe temperature and wiihin five psi af the specified value for the
pxessure. These tolerances shall be held far the entire duration of the test. Upon completion af the
� test, the pressure shall be slowly rerno�ved by ope�aing a valve or other pressure xelie�ing de�ice at a
location remote to the locatian of the pressurelternperature monitoring equipment.
D. The gressure test shall be monitored 6y a recording iypa pressure gage for tests not requiring
temperature control ax a dual pen pressure/temperature recording gage when temperature control is
required. The entire test process shall be recorded, including the initial temperature stabilization and
pre�surization of the paping system. The record shall be cantinuous through the system test and shall
show th.e final de pressu�ization of the pipe systern.
E. All visible leaks detected du�.ng the pressure test shall be repaired and the pressureltemperature test
rerun. A successful test shall be a test in which no �isible leaks are detected and the pipe system
pressure can be maiz�tained within one-h.alf percent but no more than fi�ve psi af the specified value.
F. Prior to testing, the pipelines shall be supported in an approved manner to prevent movement during
the tests.
3.03 PAINTING
A. All PVC pipe and fi�tings exposed to the direct sunlight shall be f eld painted ta provide additional
W protection. Tk�is painting shall be required whether or not marlang is required and shall be in
accordance with Section 09901 and Section Q9902.
B. PVC pipe shall be painted in aecordance with the color coding schedule in Section 09902.
END OF SECTTON
F 15064.doc i S 064-5 ioii ira i
City of Fort VVorth
Roliing Hills WTP
Bacicwash Supply System
SECTION 15066
STAINLESS STEEL FIPE AND FITTINGS
PART 1: GENERAL
1.01 SCOPE O�' WORK
A. Furnish all labor, mater�als, equipment and incidentals required and zn.stall, test, complete and xeady
for operation all stainIess steel pipe as shown on tlze Drawings and as speciiied herein.
B. Where the word "'pipe" is used it sha11 refer to pipe, fittings, hangers, supports and appurtenances
unless otherwise noted.
C. T�e �vork iricludes, but is not necessarily lirnited to;
' 1. Furnishing and installing interior, abooe grade, stainjess steel pipe, fittings and specials with
,, screwed, buit wetded, or flanged and plain ends.
2. Furnisk�ing stainless steel pipe sleeves, and stainJ.ess steel pzpe wall castings for interior and
exterior wall and foundatian wall genetratian.
3. Furnishing buried stainless steel yard piping including all piping and fittings extending outward,
' upward, and downward inta the ground from the outside face of structures and all buried pipe
, designated to be stainless steel.
` 1.02 RELATED WORK
A. Testrng is included in Section 1SOS2.
B. Concrete work is included in Division 3.
C. Field painting is included in �eetion 09902.
D. Instrumentation is included in Division 13.
E. Valves a�ad appurtenances are included in Sec�ion 15100.
F. Piping specialties are included in Section 15120.
G. Pipe hangers and supports are included in 5ection IS14�.
i.03 SUBMITTALS
A. Not Used
B. Submit s�op drawings including piping layouts and schedules to the Engineer in accordance with
Section 01300, including dimensioning, fittings, expansion joints, locations of valves and
appurtenances, j oint details, wall penetration details, methods and locations of supports and a13 other
pertinent technical specificati4ns for all piping to be furnished. S�op drawings shall include all data
and infarmation required far the complete piping systems. All dimer�sions shall be based on the actual
equiprnent to be furnisned. Types and location.s of pipe hangers and/or supports shall be sk�own on the
piping Iayauts for each pipe submittal. Not al1 dimensions will he checked by the Engineer, nor vuill
detailed review be perform�d. Connactnr shall be responsible for accurate dirr�ensioning of piping
systems.
F15066.doc 1 S �6(,X 3113102
City o£ Fort W orth
RaLlingHills WTF
�ackwash Supply 5ystem �
C. Subrnit certifications that vvelders are qualified, in accordance with ANSI 831.1, Paragraph 127.5 for
shop and project site welding of pipe work.
1.04 REFEREI`�TCE STANDARDS
A, American Society for Testin� and M�terials (ASTM}
1. ASTM AI$2 - Standard Specification for Forged or Rolled Alloy-steel Pipe Flanges, Forced
Fittings, and Valves and Parts for �Iigh T�mpexature Service.
2. ASTM A240 - Standard Specification for Heat R�sisting Chromium and Chromiutn�Nickel
Siainless Steel Plates, Sheets and Strip for Pr�ssure Vessels.
3. ASTM A3 I2 - Standard �peciiication for,Seamless and Welded Austenitic 5tainless Steel Pipe.
4. ASTM A530 - Standard Specification for Genera112equirements for Specialized Carbon and
Alloy Steel Fipe.
5. ASTM A774 - Standard S�aeci�cation for As-Welded Wraught Austerutic Stainless 5tee1
Fittings fox General Corrosive Service at Low and Moderate T�mperatures.
&. ASTM A778 - Standard Speci€'ication. for Welded, Unannealed Austenitic Stainless Steel
Tul�ular 1'roducts.
B. A�nnerican Natianal Standards Institute {ANSI)
1. ANSI B 16.1 - Cast rron Pipe Flanges and Flanged Fittzngs.
2. ANSI B J.6.9 - Factory-Made Wrought 5tee1 Buttwelding Fittings.
3. ANSI B36.19 - Stainless Sieel Pipe
C. American Water Works Associa�ion (AWWA)
1. AWWA C1 l I- RubUer-Gasket Joints fox Tauctile-Iron Pressure Pipe and Fittings.
D. American Society of Mechanical Engineexs (ASME)
1. ASME B31.1 - Power Piping.
E. American Welding Society (AWS)
F. Cannpressed Gas Association (CGA}
1. CGA PubIicatinn G-Q-.1, Cleaning Equipment for Oxygen Service.
G. Where reference is made ta one of the aUove standard�, the revision in effect at the time oi bid
opening shall apply.
1.05 QUALITX A.SSURAI'dCE
A. Stainless steel pipe and fittings shall be furnished l�y a single manufactYzrer who �s f'xilly experienced,
reputable, qualified and regularly engaged far the last �ve years in the manufacture of the materials to
be furnished. The pipe and fittings sha11 be designed, constructed and installed in accorda�nce with the
best practices and methads a�id shall comply with these Specifications.
F L SOE6.dac 15066-2 31 L 3/02
City af Fart Warth
Rolling Hills WTP
�aekrvash Supply 5ystem
1.06 SYSTEM DESCRIPTION
A.
B,
C.
Piping shall be installed in tho�e locations as shown on the Drawings.
The eguipment and rnaterzals specified herein are intended to be standard types of stainless steel pipe
and fittings for use in transporting air, ozane gas, ozane off-gas, ozone-in-wa�r sannples, and oxygen.
Stainless steel piping for the sysfems listed below shall be designed for the following conditions:
1.Q7 DELNERY, STORAGE AND HANDLING
A. Care shaIl be taken in loading, transporting and unloading to prevent injury tn the pipe and �ttings.
Pipe and fittings shall not be dropped. 1'ipe and fifYings shall be examined before installation and no
piece shall be installed whieh is found to be defective.
B. Tnhandlzng the pipe, wide cushioned sIi.�ags slaall be used or other devices and methods acceptable ta
tlie Engineex. Na uncushioned ropes, chairs, wedges or levers shali be used in handling the pipe,
fittings and coupiings.
C. If any defective pipe is discavered after it has been installed, it shall be removed and replaced �vith a
• sourzd pipe by the Contractor, at the Contractor's awn expense. All pzpe and fittings shall be
thoraughly cleaned Uefore installation and shall be kept clean unt�l they are put into servi.ce.
PART 2: PRODUCTS
2.01 MA.TERIALS
� I A. AIl stainless steeI pipe and f�ttings shall be fabricated from stainless steel sheet and conform to ASTM
A77$ Type 304L or 316L as noted. Carhon content of Type 316L material shall Ue 0.03 percent
maximum. Finis� shall be No. 2D.
B. Pipe shall Ue die-formed ar rolled tnte to dimension and round. Tolerances for length, inside and
outside diameter and straightness shall conform to ASTM A530. The twa edges of sheet sha11 be
brought to line so as not to leave a shouldex on the inside of the pipe. Ends of pipe and fittings shall
be perpendioular to the longitudinal aacis. Langitudinal seams on pipe and fittings sha11 be welded Uy
either the.tungsien gas or the metallic-gas method. The interior vvelds shall be smoot�, even and shall
noi have an internal Uead higk�er than 1116-in. Ail pieees shall be marked �ith gauge and type of
stainless steel.
C, Pipe and fiitings shall be supplied with the wall thicknesses sk�own in Section 1,06C, or as below if
nat noted:
F 150b6.doc
Dia�neter (inches)
Less than 1p
12
14
16 to 20
24
30
36
15066-3
Thic1�►ess
14 gauge
12 gauge
11 gauge
10 gauge
8 gauge
3/16 inches
114 inches
3��siaz
City of Fort Wortfi
Rolling Hi ps VJTP
Backwash Supply System
D. Fittings shall be smoo#h curve type up to 1$-in diameter and miter�d type 2Q-in diameter and greater.
Fitf.ings shall confarzn to ANSI B 16.9,
E. Bolts, washers, nuts and other hardware far flange bolting s�ali be Type 316 staznless steel.
F. Gaskets far fianged connections shalI be a minimum of 1/16-in thick, fiall face, and s�ialI be rubher,
hypalon, teflon, BiINA-N, SBR, NBR or vitan and shall be selected by the manufacturer based upon
the fluid, pressure a�d temperature specified in Paragraph 1.06C. C'ras�efs far ozane in oxygen, azone
off-gas or ozonated water pipe shail be expanded T'TFE, Teflon, ar Hypalon only.
G. Shop fabricated multiple output headers may be used in Iieu of zndi�idual flanged fittings.
H. Wall pipes shall have integral shop welded waIl stops.
I. All stainless steel pipe and �ittings except those used for ozone service shall be pickled at the point of
manufacture, scrubbed and washed until al� discoloraf�on is r�moved in accordance with ASTNi A3 80.
Pickling of ozone or oznnc off-gas piping shali nat l�e al�owed. AIl ozan� giping sha11 Ue deliv�ered to
the site free of hydrocarbons. 1'ipe and fittings shall be sandblasted and cleaned with solvent or other
m�ans aeceptable to the Engineer.
Pipe ends shall Ue prepared for couplings or oth�r type ends r�+'here required by transpart and handling
liznitatians, where requu-ed by the support layout requuements and where noted an tha Drawings,
Groaving (or Uuilt-up ends for Schedule 5s or 10s pipe) shall l�e of ihe caupli�.g manufacturers
standard type. Split xing, grooved ez�d couplings shall nat be used for ozone, ozane off-gas, ar
ozonated water ].izaes. Contractor is responsiUle for ensuring rigidity of joints where required. A11
narmal pipe joints at valves, bends, etc., sha11 be flanged, drilling per ANSI B16.1, Class 125.
K. Sk�op welding of fabrications sh.all l�e done according to the procedures an.d Uy welders certified per
,ASME Section IX. Welds sk�all be by an inert gas shielding process using only extra Iow carbon filler
�x�.etals. Welds shall have a bead heigl�t Qf no mare t11an 1116-in. Butt welds shall have 1Q� percent
pan�trativn to the intezior �r backside of the weld joint. Crass-sectional thickness of welds shaII b� .
�qual or greater than tk�at of the parent znetal.
L, Where shown on the Drawings or where approved by the En�eer, plain end pipe shall he j ozned Uy
sleeve type cauplings. Sleeve type coupl�ngs sha]1 Ue of the T�pe 316L stainless steel and shall be
Style 38 as t�anufactured by Dressex Manufacturing Divisian a£Dresser Industries; coupling 41 I as
man�factured by Sznith Blair, Ine. cn equal.
M. Wlaere shown an the Drawings or where approved by tlae En�ineer, flaz�ged coupling adaptors shaIl be
used to connect plain end pipe to equipment, iittings and valves. Flanged coupling adaptors shall Ue
of the Type 316L stainless steel and sha11 comply with AWWA C207. �'langed coupling adapters
shall be manufactured by Dresser Manufacturin� Di�isian of Dxesser Industries; Smith Blair, Inc. or
equal.
N. Where flanged ends aze required far connection to flanged valves and appurt�nances, they shall be
made using welding neck or slip-an type flanges. Flanges shall be ofthe same material as the pipe,
Flanges shall he 150-1b, raised face type, co nforming to ,ANST B 16.5. �Ianges s3�a�l be faced, cZrilled
and spot faced an the back. Flanges shall be bored to z�aatch connecting pipe and f�tti.ngs. Welding
neck flar�ges shall have l�eveled end for welding. Slip-on flanges shall be welded at both flange hub
and at the pipe end.
�isas6.aao 15066-4 3ii�ioz
City ofFoR Worth
Rolling Hips WTP
BackcwasF� 5upply System
2.02 STAINLESS STEEL TUBE AND FITTINGS
A. Tubing shall be seamless austenitic 316L stainless steel in accordance with ASTM A269, TP31GL,
with the following wall �ickness:
Tube 5ize (in.�
118 and 3116
1/�4 thru 3/8
1/2 thru 5/8
314 thru 7/$
1
1-114 thru 1-112
2
0.035
0.049
D.065
0.083
0.095
Q.134
4.188
B. Fittings: Bar stock rr�ateriai for compression type fittings shall he in accordance with ASTM A276,
Type 316L and forgings shall be in accordance with ASTM A1$2, Type 316. Material shall be in
accordance with ASTM A252, Practice A. Assemblies shall COriS15i of tubing, fittvags, and
components of one manufactuz�er.
2.�3
A.
INSTRUMENTATION TUBING �ND FITTINGS
.A11 instrument air header takeoffs and branch connections Iess than 2 in.ahes shail be Ty�e 316
stainless steel.
B. All instrument shut-off valves and associated fittin.gs shall he supplied in accordance with the piping
specificatian san.d all instrumen� installation d�tails. Fittings shall be Swagelok Type 316 stainless
steel and �alves shall be Whitey Type 316 stainless steel.
C. All process eannections to instrumen.ts shall be annealed stainless steel tubing, Type 31b.
D. All tuUetrack shall be supported by stainless steel and installed as per manufacturer❑ s installation
instructions.
YART 3: EXECUTION
3.01 INSTALLAT�ON
A.
:
All pipe and fittings shall be installed tru� to grade and alignment and pipe anchorage and/or restraint
sha11 be provided where required. Manufacturer's instruciions shall be strictly �ollowed.
AlI gipe and fiktings shall be pratected from dirt, dust, aiI, grease and other foreign tnatier during
installation to prevent damage ta pipe and to assure no foreigr� matter is left in the piping.
C. To assemble the joints in the fie1d, the Contractor shall thoroughly clean all j oint surfaces and gaskets,
if any, with soapy water before assembly. Bolts shall be tightened alternately, evenly to the
manufacturer's specified torques. i7nder no condition shall extension �vrenches or pipe-over-Iaax�dle
ratchet wrenches be used to secure greater leverage. All electrical Uonding or insulat�an shall be
installed as joints are made up.
D. Fittzngs, in addition to those shown on the Drawings, shall be provided if required. Due consideratian
shall be given to thermal expansion/contraction aver a tempexature range of 200°F.
E. SIeeves of the praper size shall be insta3led for all pipes passing through. floors or wails as slaown on
the Drawings,
F15066.dac iS�b6-S 3/13/a2
Wall Thickness (in.)
City of Fort Worth
Rolling Hi14s WTP
SackwaSh Supply System
F, At all times when tl�e work oi instalIing buried pipe is not in prngress, all openings into ttie pipe and
the ends afpipe in the trenches shall be kept tightly closed to prevent ent�ance of animals and foreign
mate�ials. The Contractor shall take all necessary precautions to preve�t the pipe from floating due to
watez en.tering the trench from any source, shall assurne full responsibility for any damag� due to this
case and shalI at his�er ovvn expense r�store and replace the pipe to its specified condition and gradc
if it is displaced due to flaati�ag. The Contractor shall maintain the inside af the pipe free from foreign
materials and in a clean and sanitary condition until its acceptance by the Owner.
G. When cutting nf pipe is required, the cu�ting shall be done neatly by machine, without damage to the
pipe. Cut ends shall be smoath and at right a�ngles to the aYis of the pipe.
H. After installatian, stain.Iess steel pipe Iin.es shall be washed clean with steam or hot vuater to remove
any foreign material picked up during transport.
I. Underground installa�ion shatl be pexformed in accordance vuith Section 02615.
3.02 IN�TALLATI4N OP TUBING
A. Cuts rnade an tubing shall be reamed. Bends in tubing shall be made with elbow fittings, except thai a
proper Uending todl shall be used if a Uend without a iitting is nec�ssary and in cases specifically
parmitted by the Engineer,
B. �tainless steel tubing lines sha11 be installed only by meehanics azad pipe fitters skill�d in their
respective trades and with stainless steel accessories. 1'arallel lines shall be held truly paralFel by
rneans of an adequate number of supparts. Wa�iness or sagging of the lines wi11 not be permitted.
C. Stainless steel tubing and connecting lines used for hydraulic service shalI be flushed out with
hydrauiic fluid to ensure that tubing is free from obstructions, dzrt, and foreign zx�at�er. Other stainless
steel tubing shall Ue flushed out with apprapxiate fluid, as approvad Uy the Engine�r.
3.03 .TOININGr MEGI�.A.NICAL AND RESTRALNED JOINTS
A: MechanicaI joints shall be in accordance with the "Notes on Methods oiInstallation" under AWWA
C 111 and the instructions Qf the rnanufacturer.
B. Restrained joint pipe and fittings sha31 be insialIed in the locations shown nn the Drawings and as
acce�table to the Engineer,
3.04 JOINING FLANGED JO1NT�
A. Flanged jaints shall be made with gaslcet, bolts and nut t�olts stud with a nut on each end, orstuds with
nuts where the pipe is tapped, The number and size of bolts shall conforrn to the same standard
speciiications as the flange.
3.05 FIELD WELDING
A, Welding in the field shall be done only if appravcd by the Engineer. Field welds shall be made by
weld�rs certified under ASME �ection IX and be equa] in all respects to shop welds. After field
welding has been dane, all j oints shaii be thoroughly cleaned and buffed using de�ur�g and finishzng
wheels.
F 150G6.doc � 5066-6 3/13102
City of Eort worth
RoEling k�i11s WTP
Backwash 5wpply System
3.06 FIELD PAINTING
A. Final field painting is included in Seetion 09902 exeept that for a1] stainless steel pipe, only Uands,
labels and axrows rath�r than full pipe paintirig will be required.
3.07 CLEAN[]P
A. Cornpleted installed lines shall be cleaned with Oakite deoxidizer or similar deoxidizer as
recomrnended by the manufactarer to re�aaove all foreign matier, consiruction stains or shop markings.
Cleaned lines shall be rinsed clear with steam or hot water.
3.08 FIELD TESTING
A. Test pressures shall be in accordance wii�h paragraph 1.06.c of this sectian.
, „
��
�
;�
��
r1
}
I
,i
END O� SECTION
F 15066.doc
15066-7
3/13/02
City af Fort Worth
Railing Hills WTP
Backwash Supply 5ystem
�ECTzorr �sa�2
DLTCTILE IlZON P]PE �ND FITTINGS
PART 1: GENERAL
� 1.01 SGOPE OF WORK
� A. Furnish all labor, materials, equipment and incidentals required, install and test non-huried ductile
, iran pipe and ittings for plant mechanical piping as shown on the Dra�vings and as spacified herein.
B_ Mechanical piping shall include all pipzng and fittings installed aUove grade, in utility tunnel or
,. ,
gall�ry, Uut shall exclude pipe zn �+alve vaults, manholes, cleanouts and similar yard structures.
.. C. Mechanical piping shall be installed as shawn on the Drawings. Provide pipe supports, hangers and
couplings as required to achseve a connplete pipe system.
, � D. Where the ward "pipe" is used, it sha13 refer to pipe, fittings, or appurtenances unless atherwise noted.
� 1.�2 RELATED WORK
A. Yard Piping is included in Division 2.
�, B. Pipe Hangers and Supparts are included in Section 15140.
� C. Piping Specialties are izacluded in Section 15120.
� 1�7. Vai�es and Appurtenances are included in Section 151.aQ.
E. Cannection to and Work on Existing Systern is in.cluded in Section 02658.
,_ F. Delivezy, Storage and Hat�dling is zncluded ixi Section O1b00.
G. Painting is included in Divzszon 9.
H. Stee1 pipe sleeves are included in Section 01172.
1.03 SL7BMITTALS
A. Shop drawings and produot data shali be submitted in accordance with 5ectron 01300 for Engineer's
review.
I.d4 REFERENCE STANDARDS
A. A�nerican Soeiety for Testing and Materials (ASTM)
1, ASTM A377 - Specificatian for Ductile Iron Pressure Pipe
2, ASTM C150 - Standard Specification for Portland Cerr�eni.
Fi so7z.doo i 5 072- l 1111102
City of Fort Wnrth
Roiling I-Iills WTP
Sackwash Supply Syatem
B. Aznerican Natianal Standards Institute (ANSn
1. ANSI B I.1 - Unified Tnch Screw Threads (UN and iJNR Thread Form}.
2. ANST B16.1 - Cas# Iron Pzpe Flanges and Flanged Fittings Class 25, 125, 250 and 804.
ANSI B 18,2 -�quare ar�d Hex Bolts and Screws Inoh Series Including Hex Cap Screws and Lag
Screws.
C. American Natianal Standaxds Institute (�N�I)1 American Water Works Association (AWWA)
1. ANSUAWWA C 104/A21.4 - ANSI Standard for Cement-Mortar Linirig for Ductile-�on �ipe
and Fi�tings far Water.
ANSIIAWWA C110/A21.1Q - ANSI Standard for Ductile-Iron and Gxay-Iron Fittings, 3-in
Thrau�h 48-in for Water and Other Liquids.
3. ANSI/AWWA Cl 11/A21.11 - ANST Standard for Rubber-Gasket Joints for Ductile-Tron and
Gray-Iron Pressure Pipe and Fittings.
4. ANSTJAWV�A G115/A21.15 - AN�I Standard for Flanged Ductile-Tron and Gray-Iron Pipe witla
Threaded Flanges.
ANST/AWWA C 150/A2I.50 - ANSI Standard for the T'hickness Design of Ductile-Iron Pipe,
6. ANSI/AW WA C 151/A21.51 - AN�I Standard for Ductile-Irnn Pipe, Centrifugally Cast in Metal
Molds or Sand-Lined h�olds, fox Water or Other Liquids.
ANSI/AWWA C600 - ANSI Staz�darc� far Installation of Ductile-Iron �Jater Mains and Their
Appurtenances.
ANSI/AWWA C606 - ANST Standard for Graoved and Shouldered Type Joints.
D. American Water Works Association (AWWA)
AWWA C651 - Disinfection of Water Maixas.
E. Where reference is made ta one of the aUove stan.dards, the revision zn effect at the tinna of bid
apening shall apply.
1.05 QUALITY AS�UI�NCE
A. The manufacturer is responsible for the performance of alI inspeciion requirements as s}�ecified in
ANSI/AWWA Standards. In addition, all pipe and fittings to be installed under this Contract may be
inspected at the plaz�,t for compliance with these Specifieatians by an independent testing laboratory
selected by the Owz�:er.
B, Tnspection of the pipe and fittings will also be made Uy the Engineer or representative of the Qwrner
ait�r delivery. The pipe sh;all be subject to rejectian at any time on account of failure to meet arny of
the Spsci�ication req�iremezats, even thougY� saznple pipes may have Ueen accepted as satisfactory at
Fisa�2.ao� 15072-2 u� lio2
City ofFart Wurth
Ralling Hills WTP
Backwash 5upply 5ystem
the place of manufacture. Pipe rej ected after d�livery shall be marked for identification and shall be
removed from the job.
C. AIl pipe and ittings shall be permanently marked vaith the following information:
1. Manufacturer, dai�.
2. Size, type, class, or wall thickness.
3. Standard praduced to (ANSIIAWWA, ASTM, etc).
1.06 DELIVERY, STORAGE ANll HANDLING
A. See 5ection 016Q0 for general requirennents.
., B. Care shall Ue taken in loading, transporting and unloading to prevent injury to the pipe or coaiings.
Umder no circurmstances shall ihe pipe Ue dro�aped or skidded against each other. Slings, hooks, or
pipe tongs shall be padded and used in such a rnann:er as to prevent damage to the axteriar surface or
� internal lining of the pzpe.
�. 1Wlaterials, if stored, shall be kept safe from daxzaage. The interiar of a11 pipe, fitt7ings and other
appurtenances shall be kept free from dirt or foreign matter at all times.
D. Yipe shall not lae stacked higher than th� limits recoznmended by its manufacturer. Tlae bottam tier
shall be kept off the ground on timbers, rails, or concrete. Pipe in tiers sha11 be altern.ated. At least
two rows of 4-inch Uy 4-inch tisnbers shall l�e placed between tiers and chocks affixed to each end in
order to prevent moverrient.
P.ART 2: PRODUCTS
2A1 MATERIALS
A. Pipe
1, Ductile iran pipe shall conforn� to ANSIIAWWA C115/A21.S 1 and C1101A21.10 standards.
The pipe shall Ue Class 53 pe�- ANSUAWWA C150/A21.50.
2, Pipe sha11 be supplied in stiandard Iengths as much as possible.
B. Joints
1. Ductile iron pip� shall have flanged or grooved joints. Flange ahall be flat face typ�, unless
otherwise noted, rneeting ANSI reyuirernents either ANSI B 16.1 Class 125.
2. F1ange gasket shalI be full face type SBR per ANSUAWWA C111/A21.11 to pro�ide positive
sealing for the flanged ductile iron joints. Thickn:ess shall be c-inch unless otherwise indicated.
3. Assembly bolts shall be square headed carbon steel �rr�achine bolts with hexagon nuts per ANSI
B18.2. Thread shall conform ta ANSI B1.1. Bolt len�th shall be such that after joints are
assembled, the bolts shall protrude through the nuts, but not more than 2-inch.
F 15072.doc 15 Q 72-3 ii� i�oz
City af Fort Worth
Ro[ling Hills WTP
Backvvash Supply System
4. Groaved joir�ts shali conform ta ANSVAWWA Cf06 standard rigid and shall be Style 31
couplings as manufactured by Victaulic Company of America or equal.
5. Sleeve type couplings shall be Dresser Style 3$ or 13 8 as manufactured by Dresser Industries ar
equal.
6. Flanged coupling adaptors shall be Srnith-Blair Type 913 ar equal.
C. Fittings
Ductile iron pipe fittings shalI Ue Class 1 S�. Fit�ings shall meet the z'equirements of
ANSI/AWWA C110/A2I.lp as applicable. Fit�ings shall have the same pressure rating, as a
minimum, af th.e connecting pipe.
D. Interior Lining
Ductile iron pipe and fittings sha]l have the same type of 3ining as specified or indicated on the
Drawings.
2. Ductile iron pipe shall ha�e a c�ment mortar lining and bituminous seal in accordance with
ANST/AWWA C3041A21.4. The cement shall l�e Type II per ASTM C15a and shall Ue
centrifugally spun witli a uniform thiclrness af not less ihan 11$-inch far pipe smaller than
24-inches in diameter and 1/4-inch for pip� 24-inches and larger to suit applicatian or refer to
ANSUAWWA C1D41A21.4 for standaxd thiclrness.
Ductile iron pipe where specifically called for on the Drawiz�gs shall have glass lining, Glass
lining shall be a smooth, continuous glass caat�ng with an avera�e dry film thrcl�ess of �0 rnils
and a rninimum thicicness of 8 miIs, Surface hardness shall be greater than 5 on the MOHS scale
and a minimum density of 2.5 gramslcc, The lining shalI ha�e a�veight Zoss of not more than 3
mils per square inch when tested in a range of SOOEF in accardan,ce vaith U.S. Bureau of
Standards, Standard T Sec�ion ThermaI Sh�ck Tests and lining shall ha�e a minimum
comp�essive strength af 30,000 psi. Cartified test reports shall be furtzished to t�e Engin�er.
The finished lining shaIl be free of pin holes, crazitag or iish scales. Lining ahall b� as
manufactured by Ferrock; Permutit, or equal. Lining thickness wi�l Ue measured by a Mikrotest,
Elcomet�x, or equal magnetic thiclrness gauge. Continuity of lining will be �verified by means of
an approved "haliday" detectax of Iow-valtage, wet sponge, transistorized type.
�, Exterior Coatings
Unless oth.erwise specified, all ooatings shall Ue shop applied with "hold-backs" provided as
required at pipe and fitting ends for satisfaciory installation for joint connections in the field.
Provide all neeess.ary coating materials ta perforrn fi�ld coating applications at jaints. Unless
otherwise noted, field applied caating material shall be compatzble with or equal to the shop
applied material. Field repair of pipe with damaged coating shall receive prior approvaI of the
Engineer. If, in the opinian of the Engineer that the caatin� damage is beyand repazr, the pipe
shalI be repla�ed at the expense ofihe Contracior. All fEange bearing suxfaces shallbe uncoated.
2. Unless othexwise specified, alI exposed exterior ferrous surfaces sY�aIl be painted with an
applicable paint system as specificd under Divisian 9, Surface preparation and application
thereof shall be in conformance with appliaable provisions of Divisian 4,
�� so7z.aoc 15072-4 i �� i�az
City af Fort Worth
Rolling Hills WTP
Bactcwash Supply System
F. Pipe Hangers and Supports
1. Pipe hangers and supports shall be pravided at suitable distance aSang the pipeline regardless
whether ihey are shown or not shown on the Drawings.
2. Pi}�e hangers and sugpQrts shall be as specified in Sectinn 1514�.
PART 3: EXECUTION
3.01 PIPE INSTALLATION
A. General
s�
I. All piping and fitti�z�gs shall be installed true to alignment and rigidly supporte Anc orage
shall be provided where required. Any damage ta linings shall be repaired to t�.e satisfaction of
the Engineer before the pipe is insialled. Each length of pipe shall be cleaned out before
ix�stallation. All af manufactarer's recomrnendatians shall be utilized.
The deflection at joints shal! not exceed 75 pezcent of that recommended by the pipe
manufacturer, �'ittings, in addition to those shown on the Dra�vings, shall be provi,ded, if
required, in areas where conflict exists with the existing facilities.
3. When p�pe cutting is acceptable to the Engineer, the cutting shall Ue cione by ahrasive saw,
leaving a smooth cut at right angles to the axis of the pipe.
�- 4. Ductile iron pipe and �ttings shall be installed in accordance with requirements nf AWVVA C6a0
modified.
B. Jointing
].. Flanged j oints shall be made using gaskets, bolts, bolt studs with a nut on each end, ar studs with
nuts where the flange is tapped. '�'he number and size of bnIts shall conform to the same ANSI
Standard as fhe flanges.
2,. Bolts in flanged joints or mechanical3oints shall be tightened a]ternately and evenly.
3. Sleeve type couplings and grooved joints using split ring couplings shall be installed in
accordance with the recommended prflcedures required by their respective manufacturers.
C. All pipe and appurtenances connected to equipment shall be supported in such a manner as to prevent
any strain bein� imposed on the equipment. When manufacturers have indicated requirements that
piping loads shall not be transmitted to tkzeir equipment, submit a certifica�ion stating that such
requirements have been earnplied with.
D. Sleeves ofproper size shall be installed far all pipes passing th�rough flQors or walls. Sleeves shail be
installed as shown on tl�e Dra�+ings. Where indicated on the Drawings or required for liquid or gas-
tighmess, the pipe shall Ue sealed with a rnechanical seal equal to Link-Seal as manufactured hy
Thunderline Corporation, or equal.
FISU72.dnc 15072-5 iit i�o2
City of Fort Worth
Ro]]ing Hi215 WTP
Sackwash 5upply 5ystem
E. Concrete inserts for hangers and supports shall be furnished and installed as reconnmended by the
manufactu�rer or as specified herein or as shown on the Drawings. The inserts shall be set in
accordance with the requiremen.ts at'the piping layout and tI�e Contractor sha11 verify their Iocations
fram approved piping layout drawings and the strucfura� drawings.
3.02 TESTING
A. All piping shall Ue subj ect to aooeptance tests. Provide all necessary utiIities, laUor and equipm�►t fflr
flushing and tesiing and dispose all waste a#�er the test including wafier.
B, All pipe and f�ttings sha11 be pressure tested using water at 100 psi for one hour and ihe pipeline shall
show no Ieakage.
C, The Contractor shall, at hi�llier own axpense, correc� any lea�age and repair any damage ta the pipe
and pipe appurtenances.or to any structures resulting from, or caused by tests. All Ieaks shall be
repaired and Ii�es retested. �
3.03 CLEANING
A. Clean alI of the pipe by ffushing with vvater or other means to remove a11 dirt, stones, pieces of wdod,
or ather material which znay have entexed during the construction period. AlI debris shall be remo�ed
framthe pipeline. T�e lowest segment outlet shall be fiushed last to assure debris removal.
3.Q4 DISINFECTION
A. All water piping, except raw vuater and sludge, s�all be disinfected as specified in Section 01656.
END OF SECTION
�ison.a� 15072-6 i�iiroz
City of Fort Warth
Rolling Hi11s WTP
BacEcwash 5upply System
S�CTION 151Q0
VALVES
PART 1: GENERAL
1.DI SCOPE OF W4RK
� A. Furnish all labor, materials, equipment and incidentais requised atad install complete and ready for
nperatian and test all non-buried valves as shown on the Drawings, and as speciiied herein.
•. B. The equipmen� shall include, but not be limited to, �be follovving. However, all items specified herein
may not be included in this project.
: �t 1. Valve Actuatazs - Genera!
� 2. Valve Actuators - Powered
.�
3. Butterfly Valves for Fluid Service
4. Butterfly Valves %r Fluid Control
- S. Gate Val�es
' b. Resilient Seated Gate Valves
7. Ball Valves
, 8. G1obe Val�es
• 9. Plastie Valves
10. Solenoid Valves
11. Corporation Stap and Stop and Waste Valves
12. Air andlor AirlVacuum Valves - Ge�eral Use
i
13. Air/Vacuum Valves for Vertica3 Turbine Pumps
- 1�. Hnse Hydrants
, 15. Hose End �alves
16. Water Pressure Reg�.lators
� 17. Oil-Cushioned Check Valves
18. Insulating Fittings
��sioo.aoC
15100-1
3iizioz
City of Fort l�orth
Rolling Hills WTP
aackwash 5upply System
1, 02 RELATED W QRK
A. Mechanical wall seals are included zn Saction 01172.
B. Piping for potable water systems zs included in tiae rasp�ctive Sectians of Divisions 15 and 2.
C. Disinfection �f potaUle water systez�ns is included in Secfion Q 1656.
D. Valves on all HVAC systems, plumbrng and/or chemical systems, not noted herein are included in
their respective Sections of Divisia�. 15.
E. Pipeline appurt�nances are included in Section 15120 and include the follawing:
I. LTnions
2. Flanged Joints
3. Plugs and Caps
4. Miscellaneous Adaptors
5. Vents and Drains
6. Line Strainers
7. Service Claznps
8. Quick-Connect Couplings
9. Mechanical Sleeve Seals
10. �'lexi�le Conzaectors
11. Harnessing az�d Restraints
12. Rotorneters and �low Indicators
I3. Spray NozzIes
14. Appurtenances and Miscellaneous Items
F. Pipe hangers, suppar�s and anchorage are included in Section 15140.
G. Instrumentation and EI�ctrical, not s�iecified herein., are included in Divisions 13 and 16.
H. Valve tags are included in Di�ision 1.
I. Rield painting is included in Sectian 09902.
r. SIuice and Slide Gates are included in Di,vision 11,
F15100,doc 15 i oa-2 3/12102
Ciry of Fvrt Worfh
Rolling Hi11s VVTY
Backwash Supply Systern
K. Certain appurtenances for individual types of pipe or systems are specified with the specific type of
pipe or system. However, additional itenns are speciiied in this Section.
L. Certain items sirnilar to those specified in this Section may be spe�ified to �e furnished an.d installed
with individual equipment or systems. Tn case of a conflict, those individual equipment ar s�tem
requirements sha11 govern.
M. Electrxc �alve operators of all types, rat� of flot�v canixollers (including rnodulaiin� valves an.d
aperators) and other types of val�es which are part of the automated instrumentation (such as some
solenoid valves) iFnot included herein are included in Divisioza 13. Valve operators shall, however,
be mount�d at �ie factory on the valves as specified herein, as part of the Work af this Section.
N. Buried valves and appurtenances are ineluded in Di�vision 2.
1.03 SUBMITTALS
A. Sul�mit materials required to establish compliance with these Specifications in accordance with
Section 01300. Submittals slaall include the following:
1. Certified drawings showing alI impartant details of consiruetion and dimensions.
2. ]]escriptive literature, bulletins andlor catalogs of the equipment.
3. The total weighfi of each item.
4. A complete bill of maierials.
5. Additional submittal data, wI�ere noted with individual pieces of equzpment.
B. Test R�ports
1. Provid� certified hydrostatic test data, per manufacturer's standard procedure or MSS-SP-6I for
all valves.
C. Certificates
1. �or each valve specified to be manufactured, tesied andlar installed in accordanee wifh AWWA
and other standards, submit an affidavit of complianoe with the apprapriate standards, including
certified results o�zequired tests and certification of praper installati�on.
D. Dperating and Mainkenance Data
Operating and maintenance instrucfions sha11 be furnished #o the Engineer as prorlided in Section
01730. The instructions shall be prepared specif ca]ly far this instal3ation and shall include all
required cuts, drawings, equiprnent lists, descriptions and other information required to instruct
operating and maintenance personnel unfamiliar witll such equipment,
F 151UO.doc I 5100-3 3112102
City af Fart Worth
RollingHills WTP
Backwash 5upply System
1.04 REFERENCE ST�NDARDS
A. America7n Society far Testing and Materials (ASTM)
1. ASTM A48 - Standard Specifzcati�n far Gray Txon Castings.
2. ASTM A126 - 5tandard Specification far Gray Tron �astizags for Va]ves, Flanges and Pipe
Fiitings.
3. A�TM A159 - Standard Specification for AutomQtive Gray Iron Castings.
4. ASTM A240 - Standard 5peci%nation for Heai-Resisting Chromium and Chromium-Nickel
Stainless Steel Plate, Sheet and 5trip for Pressure Vessels.
5. ASTM A276 - Standard Specifieation far Stainless and Heat-Resisting Steel Bars and Shapes.
6. ASTM A436 - Standard Speci�cation for Austenitic Gray Iron Castings.
7. ASTM AS36 - Standard Specification for Ductile Iron Castings.
8. ASTM B30 - Sta:ndard Specifieation for Copper-Base AIloys in Tngai Form.
9. ASTM B62 - Standard Specification for Composiiion Branze or Ounce Meta1 Castings.
B. American Water Warks Association {AWWA}
1. AW WA C 11 ]. - Rubber-Gasket Toints for Ductile-Iron Pressure Pipe and Fittings.
2. AWWA CSpQ - Gate Valves for Water and Sewage Systems,
3. A�WWA C504 - Sta.ndard for Rubber-Seated Butterily Valves.
4. AWWA C507 - Ba11 Valves 6-in Through 4$-in. �
5. AWWA C508 - Standa�rd for Swing-Ch.eck Valves for Waterworks Servic�, 2-in Tk�ough 24-in
NPS.
b. AW�+VA C509 - Resilient-Seated Gate Valves for Water and Sewage Systeins.
7. AWWA C511 - Reduced-Pxessure Principle Backflow-Preventian Asserribly.
8. AWWA CS40 � power-Actuating Devices for Valves and Sluice Gates.
9. AW WA C550 - Protective Epo�y Inter�or Coafings for Valves and Hydrants.
1Q. AWWA C800 - Underground Service Line VaIves and Fit�ings.
F� s i no.�o� 151 b0-4 3112102
eity of Fort worth
Rolling Hills WTP
Baokwash Supply System
C. Axnerican National Standards Institute (ANSI}
1. ANSI B2. I- Specifications, Dimensions, Gauging for Taper and Strar.ght Pipe Threads (except
dry seals).
2. ANSI B 16.1 - Cast Iron Pipe Flanges and Flanged Fittings.
3. AN�I B 15.10 -�ace-to-Face azad End-ta-End Dimensions of Valves.
9
� 4. ANSI B 16.104 - Butterfly Valves.
D. American Iron azxd Steel Institu�e (AISn
E. Manufacturer's Standardizaiion Society of the Valve and Fittings Industry (MS5)
,. 1. MSS-SP-b 1- Pressure T�sting of Sieel Valves.
2. MSS-SP-67 - Butierfly Valves.
3. MSS-SP-7d - Cast Iron Gate Valves, Flanged and Threaded Ends.
4. MSS-SP-7I - Cast Iron Swing Check Valves, Flanges and T'hreaded Ends.
� 5. MSS-SP-72 - Ball Valves with Flanged or Butt-Welding Ends for General Services.
6. M�S-SP-78 - Cast Iron Plug Valves, Flanged and Threaded Ends.
7. MSS-SP-84 - Bron�ze Crate, Glabe, Angle and Check Valves.
8. MSS-SP-82 - Valve Pressure Testing Methods.
9. MSS-SP-9& - Proteetive Epoxy Coatings for the Interior of Valves and Hydrants.
F. National Electx-ic�l Manufacturers Assaciation {NEMA)
G. Undet-vvriters Laboratories (UL)
, H. Factory Mutual Insurance (FM)
I. Where reference is made �o one of the above standards, the revision in effect at �he time of bid
opening shall apply.
1.05 QUALITY ASSiJRANCE
A. Qualifications
1. Valves and appurtenances shall be produc#s of weIl established �irms who are iully experienced,
rninimum l. 0 years, reputal�le and qualiiied in the manufacture di the particular �quiprnentto be
furnished.
2. The equipment shall be designed, canstructed and installed in accnrdane� vaith the besi practices
and zx�ethods and shall compIy with these Specifications as applicable.
F15100.doc 15100-5 3nz�o2
City of Fort Worth
Rolling Hilis WTP
Backwash 3upply 5ystem
All units of the same type shall be the produc� o� ane maiaufacturer.
B. Certifications
'�he manufacturers shall fumish an af�davi� of compliance wi�h Standards referred to herein as
specified in Para�raph 1.03C. Refer to PART 3 for testing required for certain items in addition
io that required by re�erenced standards.
C. Provide the services of a qualifiad and factory-trained sexvice representative of the manufacturer to
pro�ide operaiional and maintenance xnstructian, for a one-da�+, eight hour period for;
Valve motor operatars.
Pressure r�gulating valves.
Air reIease, air and vacuum valves.
D, Inspection of the units may also be made �y the Engineer or oth�r representative of the Ovvner after
deli�very. The equipment slaall �e subject to rajection at aziy time due to failur� to meet any of the
Speci�cation requirements, �ven thougIa submittal da�a may have Ueen accep#ed previously.
Equipment rejected after delivery shall be z�:arked for idez�ti�cation and sk�a11 Ue removed from the job
site at once.
lA6 SY�TEM DESCRIPTION
A. Ail of the equipment and materials specified herein is intended ta be standard for use i� controlling
the flow o� potable water, vackwash water, protected plan,t water, or chemicals, depend:ing on the
indivzdual systems, as noted on the T�rawings.
B. Valves, appurtenances and miscellanaous items shall be installed as shown on the Drawzngs and as
specified, so as to form complete workable systems.
C. Unless atherwise noted, all powered valve operators shall have:
1. Valves la�rger than 3-in: electric operators 4$0 volt, 3 phase, 60 Hz.
2. Salenoid valves: 120 vott, single phase, 60 Hz, NEMA 4 enclosure, continuous duty CIass F
coils an.d manual operator. ,
See ot�.er paragraphs for additional requirements.
1.07 DELNERY, STQRAGE AI�]D HANDLTNG
A. Reference is made to �ection 01600 for additional infarmation.
B. Packing and Shipping
l. Care sha11 be taken in loading, tra�sporting and unlaading to prevent injury to the valves,
appurtenances, or coatings, Equipment shalT not Ue dropped. All valv�s and appurtenances shall
be examined befor� ins#allation and no piece shall be insialled which is found to be defective.
Any damage to the coatings sha11 be repaired as aceeptable to the En,gince�.
�isioo.ao� 1510D-6 3iiz�a2
City of Fort Worth
Ralling Hills WTP
Backwash 5upply 5ystem
2. Prior to shipping, the ends of all valves sha11 Ue acceptably covered to prevent entry of foreign
ma�enal. Covers shall remain in place until after installation and connecting piping is
compl�ted.
a. AlI valves 3-in and larger shall be shipped and stored on-site until time of us� with wood or
plywood covers an each walve end.
b. Valves smaller than 3-i,n shall be shipped and stored as above except that heavy eardboard
covers may be used on the openings.
c. Rising stems and expased stem valves shall ba coated with a protect�ve oil film which shall
be maintained until the valve is installed and put into use.
d. Any corrosion in evidence at the time of acceptance by the Owner shall be removed, ox the
' �alve shall be remo�ved and rep�aced.
C. Starage and Protection
, 1. Special care shall be taken to preveni plastic and similar brittle iierns from being directlp
expased to the sun, or exposed to ext�remes in temperature, io prevent deformation. See Y.he
individual piping specifications a�ad manufacturer's inforrnation far further requirements.
LQ8 MAINTENANCE
A. Special tnals and the manufacturer's standard spare parts, i� required for nomzal operation and
maintenance, slaail be supplied with the equipment in accordance vaith Seetion 01730 and where
noted, as speczfied herein.
B. Provide a�l special tools required for normal maintena:nce. Tools shall be packaged in a steel case,
clearly and indelibly marked on the exterior to indicate equzpm.ent far which tools are intended.
C. Pxovide to the Owz�er a list of all spare and replacement parts with individual prices and location
where they are available. Prices shall remain in effect for a periad of not less than one year after start-
up and final acceptance.
PART 2: PRODUCTS
2.01 MATERIALS AND EQUIPMENT - GENERAL
A. Reference is made io Diviszan 1 for additional requirements, including nameplates, proviszans for
terz�porary pressure gages, protection against electrolysis and anchor bolts.
B. T�e use of a manufacturer's name andlor model or catalog nurnber is for tl�e purpose of establishing
the standard of quality and general coniiguration d�sired.
C. Valves and appurtenances shall be of the size shovvn an. the Dxawings or as noted and as far as
passible equipment of the same �ype shall be identical and from one manufacturer.
D. Valves and appurtenances shall have the nanne of tl�e maker, nominal size, flow direc�ional axrows,
working pressure for which they are designed and standard referenced, cast in raised letters or
indelibly marked upon some appropriate part of the body.
Fisioo.aoc I 5100-7 3nz�oz
City af i'ort Worth
I�ol3ing Hills WTP
Backwash Suppty System
E, Unless otherwise noted, items shall k�ave a rrunimnm worl�ing pressure of 150 psi or be of the sanae
working pressure as �he pipe they cannect io, whichever is higher and suitable for the pressures noted
where they are installed.
F, Joints, size and zaaaterial - unless o�laerwise noted or required by the Engineer:
Except v�here noted, all joints referred to herein shall be of the sam� type, nominal ctiarneter,
material and with a minimum raiing equal to the pipe or iittings th�y are connectad #o.
2. Valves and appurienances shall be of the same n�minal diameter as the pipe or fittings they are
connected to.
All valves exposed to view, or in vaults,
a. 3-in and smaller � threaded ends.
U, 4-in and largex �langed ends.
G. Provide alI special adaptors as r�quired to ensure campatibility between valves, appurt�nances and
adjacent pipe.
H. Valves and actuatnxs located outdoors but not within abuilding; within maximum 2-ft above liquid; in
vaults; or where atherwisa noted shall be specialIy designed for submerged service where water may
cotnpletely suUmerge the �valv� and operator. A11 other units shall be as a minimum weather tight.
AlI valves larger than 2-inch diart�eter shall open clockwise. (Note: This is nat industry standard)
2.02 VALVE ACTUATORS - GENE�AL
A. See the previous Article for suUmergence requirements.
B. The valve manufacturer shall supply and iniegrally, z-�gidly mount a11 actuators, including any type of
manual or powered actuators, on val�es at the iactory. The, valves a�d their individual actuatoxs shall
be �hipped as a unit.
C. Unless othe�rvvise noted, valves shall be manually actuated; nonburied valves shall have an operating
wheel, handle or lever mounted on the operator. Those with operating nuts shall have a non-rising
stem with an AW WA 2-in nut.
D. Except as otherwise shown on the Drawings or specified herein, all valves 3-in diaaneter ar larger,
with the valve center line located 7-�t or more above the operating floar, shall Ue provi.dad with chain
wheel apexators complete with chain guides and hot dipped galvanized steel chain, which Ioop within
4-ft of the operating �Ioor.
E. All actuators shali be capable of moving fhe vaJ.ve frorn #he fulI open ta full close position and in
reverse and holding the valve at any position part way between full open ar closed.
F. EacIa operating de�ice shall have cast on it the word "OPEN" and an arraw indicating the dzrection af
operation.
F�szoo.ao� 15100-8 3iivaz
City of Fort W orth
Rolling �iills WTF
Sackwash Supply System
G. Floor boxes for operating nuts recessed in concrete shali Ue standard cast iron type, east-in. place, with
fastening tap by Claw, or equaS.
H. Stem guides shall be of the adjustable wall bracket type, bronze bushed, with maximum spacing of 10-
ft as manufaciured hy Clow; Rodney Hunt or equal. Extended operatin.g nuks andlor stems shall have
universal j oints and pin couplings, if longer fihan 10-ft and a rating of at least five t�mes the maximum
operating torque. Stem adaptors shall be provided.
I. Where required by ih� in stailatian, or as speciiied, provide the fnllowin�: extended stezn; floor skand
and handwheeI; position indicatar and etched or cast arrow to show direction of rotation to open the
val�e; resilient seal around stem penetrafion of slab.
J. Gear Actuators
` 1. Unless otherwise noted, gear actuataxs shall be provided far the following: all valves of larger
; �> than 8-in nominal diameter; all valves with operating shaft mounted horizonially (buttei-�ly, plug,
etc.); where speci�ied and/or indicated an the Drawings; where manual aperator effort zs greater
'' tha�n 80 ft-Ibs rim puil.
2. Gear acfuators shall be af the woz�rr� or helical gear type with autput shaft perpendicular to valve
shaft, having a removable h.and wheel mounted on the output shaft. Unless noted they slaall
conf'orm to A�VVA C504, except tlaat butterfly valves need not be cert'riied.
Actuatars sha11 be capable of being rernaved froxxi. the valve without dismantling the valve or
removing the valve from the line.
4. Gearing shall be znachine-cut steel designed far sm:oatla operation. Bearings shall tae
permanently lubricated, witY� bronze bearing bushings provided to take all thrusts and seals and
to contain lubricants. Housings shall be sealed to exclude zn.aisture and dirt, allow the reduction
mechanisms to operate in lubricant and be of the same r►aaterial as fhe valve body.
�� 5. Manual operator input effort �o the handwh�el shall be a maxiznum of 4D f�-lbs for operating the
�alve fram full apen to fuSl close, under any conditions. Gear actuators shall indicate valve
' pasitian and have adjustable stops. Maximum handwheel size shal] be 24-in diazneter.
K. Additional valve actuators are included with the individual valve types an.d as noted in Paragraph
1.02.
L. All position indication and direction of opening arrows shall be em.l�ossed, stamped, engraved, etched
ar raised decals.
M. Unless otl�erwise noted, all valves larger than 3-in norninal diameter shall be provided �ith position
indicataxs at the points of operat�on.
2.03 VALVE ACTUATORS - POWERED
A. Electrical actuators furni�hed as part oftbis Section, shall comply�ithAWWA CSA�Q. Th�se
actuatars shall be Limitorque ox EIM.
B. Unless o�herwise not�d all electric ar other powered actuators shall utilize worzn gear ar �elical
gearing far all size valves.
F1510D,doc 151Q0-9 3iixioz
City of Port Worth
Ralling Hilis WTP
Backwash 5upply 5ystem
C. The motorzzed actuator shall comprise xnotor, red�ction gearing, deiachable drive i�ushing, thrust
bearizag a�nd emergency hand wheel lacal position indicator, together with torque and position limit
switches, thermostatically controlled space heater, terminals and integxal controls. The actuator
shall be a seIf-contained, totally enclased unit with position lights, push buttons and position and
status contacts.
D, The Contractar's attention is specifically directed to the Drawings for details on controls
requirements. Note that the electrical control indicated in the Dravvings and Specifications is
based on u�ilizing Lirnitorqu� ac�uators. Equal products may be utilized, but any modz�cations
required to ihe control andlor wirzng indicated in these Cantract Docurn�nts, in arder to u�ilize
. otber thar► Limitorque equipmezat, shall be the Contractor's responsibiIity.
E, The handwheel drive shalI pernut manuaI operation in a reasonable time related, ta valve size.
FaiIure of motor drive ar gearing shauld not prevent manual operation. Handwheel shall not
operate when the motor operates. Mator �ha11 be unable to op�rate when handwheel is operating.
I'. Continuous znechanical dial indication nf valve end positions shall Ue incorporated.
G. Qpen and close torque a�ndlar position limit switches to suit the valvc type shall be provided for
travel control, with means to p:revent unwanted tripping on torque during initial unseating. A
ualve position 4-20 mA siginal sha11 be furnished far one valve as shown on the Drawings,
H. Where required on the Drawings, fuzr�ish position indicating switclaes nn valves. Swiiches shall
be single pole, douUl� throw, at either limit af open or cIose or Uoth limits as shawn. Swi#claes
shall be enclosed in a NEMA 4 enclosure and contacts shall iae rated 1 Q an�}�eares at 120 volts AC.
I. The input vo3tage to the valve actuator shall be 48�V, 3 r� or 240V, 1� as shown on the
Electrical Drawings.
2.04 BUTTERFLY VALVE� FOR FLUID SERVICE (METAL BODY}
A. Butterr�ly valves and operators up to 72-in diazneter shall conform ta AWWA C504, Class B, except as
specified herein. The manufacturer shalI submit an af£idavit af compli�at�ce stating that t�e valves
have been manufactured and test�d in accordance witla AWWA C504 and specifically Iisting aIl
exceptions. Valves shall have a rniniinurn 150 psi pressure rafing or highex as noted on the Drawings
ar in this Section and be manufaciured by Dezurik; Henry Pratt; CMB/K-F1o, or equal.
B. Butterfly valves for abave grade shall be flangec� end with face io face dimensions in accordance with
Table 2 of AWWA C504 for short-�ody valve. All valves for dead end shut off service shall be
flanged type.
C. Valve seats shall be full resilient seats retained in the body or on the disc edge in accordance with
AWWA C504. Valve discs shall be constructed of cast iron, ASTM A�48, Class 40; Ni-resist, ASTM
A43b, Type 1; or duc�ile iron, ASTM A536, Grade 65-4S-I2.
1. For valves 24-in in diameter and larger, when the resilient seats are a#tached to the bady, discs
shaIl have Type 304 stainIess steel seating edges. When the resilient seat is aitach�d to tlae disc,
it shall be fastened with a one piece Type 304 stainless steel reiaining ring, Type 304 stainless
steel Nylock set screws and a mating Type 304 stainless steel ring shaIl be installed in the valve
bady.
2. Resilient seats shall be Hycar or equal. Sea�s shall be fully adjustable and replaceable witb the
valves in place for alf valves 24-in in diameter and larger.
�isioo.ao� 15 i 00-10 3ilzrnz
Ciry of Fort Wnrth
Rolling Hills WTP
Backwash 5upply System
D. The valve body shall b� constructed of elose grain cast iron per ASTM A126, Class B with integrally
cast hui�� for shaft bearing housings of the through boss-type. Permanently self lubricating hody
bushings shall be provided and shall be sized to withstand bearing loads. Stuffing box o£ Iiberal
dimensions shali be provided at the operator end of the vane sha£t.
Facking shall ve ofthe self compensating V-type. A sealing element utilizing O-rings shall also
be acceptable for up to and ineluding 24-in �valves. O�er 24-in, pull down seals using a square
braid of g�'aphited iiber is an acceptal�le alternaie.
2. Packing shall be held in place by a boIted corrosion. resistant retainer plaie or gland; retainer
clips are not acceptable. For 30-in or Iarger, use a stuffing hox with follower gland.
3. Replacement of seals, for a11 size butterfly valves, shall nof require reta�oval ofthe valve frorn the
line. In addition ad�ushnent or replacement of seals on valves of 30-in or larger shallnotrequire
disturbing any part of tne valve or operator assembly, except any packing follower gland.
E. The valve shaft sha11 be of Type 304 stainless steel and designed far both tflrsianal and sl�earing
' stresses when the valve is operated vnder its greatest dyr�amic or seatztag tarque. No reductions of
:, shaft diameter will be ailawed except at the operator connectinn. Any reductian shall have a full
radius fillet.
, F. �i general, the butterfly valve actuator sha11 confarzn to the requirements of AWWA C504, insofar as
applicable and as speciiied herein.
G. Gearing for the actuators where required shall be totally enclosed in a gear case in accordance with
� AWWA C504.
H. The manual actuators shall cnnforrn to AWWA CSa4, insofar as applicable. Actuators shall have
permanent indicators with raised or engraved m.arlcs to show position of the valve disc.
2.05 BUTTERFLY VALVES FOR FLOW CONTROL (MODULATING NON-CAVITATING)
A. For installation as a flow control (modulating) valve on the filter l�ackwash supply line, a
� non-ca�itating butterfly valve shall be utilized. The valve shall camply with the requirements for
other butterfly valves. Valve shat�, seating and disc sha11 be special design far this service.
B. The valve shall be certified Uy the manufacturer, based on testing of this valve (see PART 3), that no
ca�+itation will accur at the following canditions:
Backwash Watex
Valve size: 42-in diameter
Valv� centerline elevation: El. 660.0�
�'low rate (gpm): Q = MaJcirnum - 22,500
Minimum - 8,000
4. Maximurn head loss butferfly valve requixed to dissipate.
50 ft
F15lOO.doc 151�D-11 3��z�az
City afFort Worth
Rolling Hills WTP
Backwash Supply System
5. Minirr�um head loss b�tterily valve required to dissipate.
Oft
�. Fluid: Treated Watex
maxzmum iemperature 45°F
2.06 GAT� VALVES (2% -IN AND SMAI-,LER)
A. Gate valves 21a -in diameter and smal�er shall ha�e flanged, screw�d, or salder ends as required and
sha11 be brass, or bronze, ar Type 304 s#ainless steel solid wed�e, union bonnet, rising-stezn gate
�alves su�h as Figures 47 and 4$ as mazzufactured by Jenkins Brathers or equ�l producis as
manufactured by Crane; Rairbanks; Kennedy Valve Manufacturing Co.; Lukenhiemer or equal.
B. AlI water valves 2%z �in and 3-in, unless noted otherwise, shall be brass body gates and shall be
Jenkins No. 12�0, or Hammond 1B-647.
2,07 GATE VALVES (3-IN AND LARGER)
A. General Requirements
1. Unless otherwise specified Uelow, these r�quirements sha11 apply io all gate valves.
2. Gate valves shall meet the requirements of AWWA CSQO and AWWA C509 as applicable to
the typ� of valve speci�ted. Buried valves, valves in vaults, and sul�merged valves shall be
furnished with mecha�nical joints and stainless steel ha�-dvvare, non-risi�t�g stem design.
3. Exposed (non-buried} valves shall l�e fumished with Class 125 flanged ends; provide �alves
�,vith outside screw and yoke. .
4_ All-znetal valv�s shall be mianufactured of ASTM Al2{ Gast Tron, Class B, with bronze
mounting design.
5. Rising stem valves shall Ue sealed with adjustable and replaceaUle packin.g; val�e design must
pez-r�nit pacicing replacement under operating system pressures with only rxaoderate leakage.
6. Nan-�szx�g stern �alves shaIl use a dauUle 0-ring stean seal, except that packing shall he used
where geared operators are required.
7. Except as ot.�erwise specified, valves shail be rated for the following working water pressures:
Valve Size Pressure (psig)
3-in to I2-in �pp
14-in to 20-in 150
24-i� and greater 150
All val�e badzes shaIl be hydrastatically tested to at least #wice the rated working water
pressure. In addition, valves shall Ue seat-tested, bi-directional at the rated working pressure,
�isioo.aoG 15100-12 siiz�oz
City of FarE Worth
Rolling Hills WTP
Backwash Supply System
with seat leakage not ta exceed one fluid ounce per inch of valv� rliameter per hour. Provide
certificates af testing.
8. F3anged valves to have iace-to-face dimensi�ns per ANSI B 16.1 and flanges per ANSI B 16.10.
9. Exposed (non-buried} valves 16-in and latger to have valve by-pass.
10. All bonnet and packing gland bolts shall be zinc or cadmiurn electroplated steel; packing gland
bolts sk�all have bronze nuYs.
�
11. Exposed val�es 16-in and greater indicated far horizontal stem installation shall be furnished
with rollers, tracks and scrapers and enclosed bevel gear grease case.
e
12. Prnvide geared operator and chainwheel, chain and chain guides for valves with handwheel
centerline mare than i-ft above operating level.
, 13. All valves �hall be marked per AWWA Standards, including name of manufacturer, valve size
'' and warlaing pressure and year of manufacture.
1�. Unless otherwzse indicated, val�es 12-in and smaller shall be capable of installation in the
� vertical or horizontal position, sealing iza both directions at the rated pressure.
15. Valve operation shall be c1ockw�se for potable water; clockwise for wastewater and other non-
potable waters. Provide permanant laUel showing "OPEN" axzd arirows.
� 16. Metal-seated valv�es shall be coated internally and extern.ally with an aspbaltic varnish, per
. AWWA C500. Resilient seated valves shall be coated, interiar and exte�or, with fusion bonded
epoxy per AWl�VA C550,
�
B. Valve Applications
1. Valves for Potable Water Service
a. Double disc design manufactured by American �Tow Conisol, Kennedy Valve; M&H Valve
Cornpany or equal.
b. Double revolving disc manufactured by American Flow Cantrol.
Y
c. Resilient seated design manufactured by American F1nw Contral; Kennedy Valve; M&H
- Valve; or Clow Corp.
2. Valves far Wastewater and Other Non-Potable Water Service
�
a. Resilient seated design manufactured by Arnerican Flow ControI; Kennedy Valve; M&H
Valve or Clovcr Corp.
b. Doubl� revo3�ing disc manufactured hy Axanerican �low Control.
3. At the Gontractor's optian and unless o�erwise indicated, any of the listed �alve styles znay be
used, at no additional cost to the Owner.
Fisioo.ao� 15100-13 3�ia�oz
City of Fort Wortl-
Ralling Hills W'i'A
Backwash Supply Sysfiem
C. Valve Requirements
1. Double Disc
a. Can�'orm to AWWA C5Q0.
b. Wedging suxfaces shalI be Uro�.ze, monel or stainless steel.
2. DouUle RevoIving Disc
a. Canform ta applicable proviaions of AW�VA C500.
b. Wedging surfaces shall be monei or siainless steel.
c, Discs fully free to rotate, guided in travel Uy cast surfaces.
d. Disc ratation sh.all produce a self cleaning actian during opening ar closing.
a. Wedging forces applied only when discs are in seating positian.
3. Resiliant Seated
a. Conforrri to AWWA C509. Alsa TJL and FM appraved.
b. Tnternal and external epoxy coating of valve body, including bonnet, per AWWA CS50.
c. Gate shail be encapsulated with synthetic rubber. Zt shall be banded and vulcanized in
accordance with ASTM B429 Method B.
ci. No renesses in valve body.
D. Buried Valves
1. Confortn to the requirements above, except rnechanieal joint bell ends per AWWA C111.
a. All exposed valve haxdrx�a�-e (nuts, Uolts, washers, ete) including boz�unet, bonnet cover,
stuffin� box, gear adaptor and joints shall be Type 304 stainless steei,
2. Non-rising stem design, double Q-ring seals for non-geared valves and shall incorparate
packing far geaxed valves. �
3. Pro�ide valve l�ax, 2-in operating nut and �xtension stern and stem cover.
E. Tapping Valves and Sleeves
I, Tapping valves shall comply with the same requirements as salid wedge or double disc gate
valves except they shall ha�e the flanged end and port apening modif ed for tapping service.
Valves sha11 be capable ofpassing a full nominal sized cutter without damage to the valve. The
tapping slee�e shall be gray cast iron or ductale iran mechani,cal j oint type with the autlet flange
conforming to I1�ISS-SP-60.
F15IOD.doc 15100-14 3�iz�oz
City of Fart Worth
Rolling fIilis V�TP
Backwash 5upply System
2. AIl water valves, 4�in and larger, shall be iron body gates, bronze t�rim, flanged ends, O.S.&Y.
pattern, solid wedge, rising spindle, Jenkins No. 651, or Hammond 1R-1140.
2.08 BALL VALVES
A. Ball valves for plant water piping shall b� rnanual actuated, bron�e, resilient seated, regular port,
threaded two piece Ualted body type valves. The Uody and cap shall be of bzass, ASTM B30, �he ball
and stem oi Type 31b stainless steel and the s�ats and seals of TFE. The valves shall have full
floating hall and shall be non lubricat�d. Valve seats shall Ue easily accessible and replaceable.
Valves shall be rated t� 250 psi and shall be as manufactured by Ne3es-Jaznesbury; WKM or equal.
2.09 GLOBE VALVES
A. Globe valves for Iines shall have a bronze body, renewable fu11 plug stainless steel disc, renewable
stainless steel seat atid 400 lU. cold water non-shock worldng pressure. Globe �valves shalI �e Fig�ue
3245P as manufactured by Walworth Co.; Valley Forge, PA, or equal.
2.iQ PLASTIC VALVES
A. General
1. AIl vaives sha11 Ue certified as completely compatible with the intended and speci�ied service;
compatibility shall apply to the material of the valve and internal camponents, including all
seals, gaskets, O-rings and washers; solvents and primers used in valve j oint make-up shall be
specificajly in conformance wifh the written instructions of the valve supplier. Sen�ice
chemicals an.d service canditions are shawn in the piping specifcations in Division I5.
2. Except as ntherwise specified, valve ends shalI be socket-type designed for solvent welding,
The val�e manufacturer sh.all provide specific xece�mmendations far saivent and primer.
3. Valve rnaterial shall b� the sa�ae as the piping serrvice except as speci#"ied.
a. PVC shaIl be Type 1, Grade 1, perl�STM D1784 classificatian, xnade from unplasticized
polymer, and generally suitable iar service to 120°Tr.
b. CPVC shall be Type 1, Grade 1, per ASTM D1784, classification generally suitable for
service to 180°�'.
c. Polypropylene (PP) shall conform ta the material requirements of ASTM D4101 for
copolymer polypropylene.
d. PVDF (polyvinylidene fluoride) shall be rnanufactured from high rnolecular weight
palymers of vinylidene fluoride.
e. The manufacturer of the valves shall retain material source quality documentation and shall
furnish it to the Engineer upan request.
risioo.ao� 15100-15 3nvoa
Ciry af Fort Worth
Rolling Hills WTP
Backwash Supply 5ystem
4. Unless otherwise specified:
a. O-rings, t�alve seats and stezn s�ais shall be teflon, or teflon encapsulated elas#orner.
Alternative materials may not be substituted without complete documentaiion provided to
the Engineer oi service suitakri,lity.
b, Gaskets shall be rnade from PTFE-bpnded sheet rttaterial, GORE-TEX manufaetured by
W.L. Gore & Associates, AV Low-Torque gaskets by Asahi of America, ar equal.
c. Valve extemal harduxare shall be Type 31 b stainless sieel. No intemal metaIlic coznponents
shall be expased to #he service fluid.
d. Na factory ar field coatings shall be applied to the valves.
5. All valves, except but�erfly valves shall have a non-sk�ock service pressure rating of not less than
120 psig at 7Q❑F.
6. All valves shall Ue given hydrostatic and pressure az�d leakage tests at the factory, Pro�ide
certi�ed copy of test resuIts,
7. Valves shall be �e standard, catalogued products of the %llowing �anufacturers:
a. Cherntral
U. Asahi/Arnerica
c. Plast-O-Matic
d. Hayward
8. Valves specified as furnished with equipm�nt, or equipm.ent syst�ms shall comply with these
requirements.
B. Ball Valves
1. Ball valves shaIl be the double-union type, unless �therwise speci�ied, with fizll-port opening.
2, Provide quarter-turn manual valve operator and valve seat adjustability.
C. Butterfly Valves
1, Valv�s shall have PVC body and PP ctisc, wifh teflon seat and teflon O-ring shaft seals fully
isolating a Type 316 or Type 403 stainless steel st�rri.
2. The valves shall be af the lug or wafer style, suitable far dead-end service.
3. Each valve shall. be fumished wiih a lever actuator.
D. Check Valves
1. Ball check valves shall be double-union style with socket ends, solid and coznplete�y splaerical
ball and capable of either horiz�ntal or vertical mounting,
Fisiao.ao� 151pD-16 3iiz�aa
City of Fort W orth
Rolling Hills WTP
Backwash 5upply Systam
2. Swing Check valves sha11 be flanged, full-ported, with top entry access for disc inspectian and
removal. Furnish with outside Iever and weight, with weight pasition along lever arm
adjusiable.
E. Glohe Valves
1. Plasiic globe valves shall be socket welded antilor flanged as required, shall have rigid PVC
stem, bady, ban�aet, gland az�d capnut with n�oprene seat gasket and Teflon stem sealing. The
valve shall be able to �e servicad in the line and shall be by Asahi, or equal.
2,11 �OLENOID VAL'VES
A. Solenoid valves shall be packless piston type direct acfiing for sizes less than 1-in and internal pilot
operated for sizes 1-in and larger, 2-way or 3-way �alv�s and shall l�� ASCO Valve; Aed Hat as
manufactured by Autornatic Swiich Co., equal by Atkomatic Valv� Co. or equal for air and water
service.
,� B. Valves shall be energized to open.
C. Valves shall ha�+e forg�d brass bodies, NPT end connections of the connected piping Type 304 series
stainless steel intemal parts, and Buna-N or EthyIene Propylene valve seats. Valves shaIl have a
rniniznurn 15� psig safe working pressure and zero minimum aperating pressure differential.
Connecnons shall be threaded.
1. Except as atherwise specified herein, valves shall be as noted i� PART 1 of this Specification.
D. Solenaid valves on bypass piping shall be instalied whetk�er shown. ar not.
E. Note that solenoid valves may be showz� on Electri.ca� andlor Mechanieal Drawi.ngs, ar may only be
specified.
2.12 CORPORATIOI*1 �TOPS AND STOP AND WASTE VALVES
�� A. Corporation stops shall be of bronze or Urass and shall be designed and manufactured in accordance
� with AWWA C800, except as rnodified herein.
B. Corporation stops shall have Mueller inlet threads, except thai corporation stops for use with se�ice
clamps shall have Il'S threads. Where corporation stops are used vS+ith plastic pipe, a brass
companion flange shall be provided on the outlet of each corparation stap.
C. �top and waste valves shall be sirnilar to carparation stops as mariufactured by Crane, Ford,
McDonald, or equal.
2.13 AIR AND/OR AIlWACWM �ALVES - GENERAL USE
A. This general section applies to aIl air release, air/vacuuzr�, k�ydraulically operated air/�acuum valves,
vacuum re�ief, combination air and air/vacuum or vacuum ze�ief or simalar valves.
B. Valves shall be supplied with shutoffvalves witl� operator handle or lever removed. Valves shall be
properly vented and piped to drain.
F151QO.dac 1�J 7 ��-li 3112102
City af Fott Worth
Rolling kIitls WTP
Backvaash.5upply System
C. Attention is directed to the requireznent that vaSve's pxessure rating be at least equal to the attached
pipe's rating.
D. Valves shall be proper madel l�y Val-Matic; APCO; GA; or equal.
E. For service on sewage, sludge (of any type) and non-scr�ened watex, the valves shall be aftha special
sewage type, performing similar functions �or specific type of valve as noted for water.
1. The valves shall have Type 316 stainless steel trim and float, wi.th an adjustahle viton seat and
be supplied with backwash accessories.
2. A valved outlet with hos� cnnnections for flushing water connection (where flushrng accsssories
are required) shall ve pro�ided within a distance that hoses, supplied wifi.h the �a1ve, mayreach.
Proper cross cannection prevention shalI Ue pra�id�d.
2.14 AIK 1�N£] VACUUM VALVES FOR VERTICAL TURBIN� PUMPS
A. Air and vacuum val�es for vertical turbine pumps shall be des�gned to allow large quanfaiies of air to
escape out the ari�ice when the pump is started and elose watertight when the liquid enters the val�e.
The air valve shall also pernut large quaztti�ies of air to re-enter through tIY� orifice when the pump is
stapped to prevent a vacuum from forrning in the pump colunnaa,
B. The valve shall consist of a body, cover, baffle, (of ASTM A48 Cast Iron) and Buna-N-seat. The
baf'fle will be designed to protect tI�e float frQm direct contact af the rushing air and water to prevent
the float from closing prematurely in. the valve. The seat shall %e fastened into the valve cover,
wiihout distortion and shall be easily removed, if necessary.
C. Fnr valves up to and including 3-in, the entire flnat and Uaffie assern,bly must be shro�ded with a
perforated water diffuser (brass) to prevent the water column entering the valv�, slarrnning the float
shut and to alirninate water hammer in the system. �or valves of 4-in an d larger, the valves sha11 be
rnounted on top of a sur�e, slow-clasing check valve.
D. The �ischarge orifice sha11 be fitted with an adjustable throttling device (iron) to regulate the flow af
air escaping, to estaUlish a pressure Ioading on the rising column of water, to minimize shock to the
pump and check valve. T'he val�e shall ha�e non-slamming closing featura.
E. The flaat sha11 i�e ASTM A240 stainless steel, designed to withstand a mini�nn.u�m of 1000 psi. The
float shall be center guided and noi free floating for �ositit�e seating.
F. Air and vacuum valves fax vertical turbine p�xmps shall be of special design fox this service. The
manufacturer af the val�e shall confirm in writing fihat unit is suitable for type and si.ze af pump, as
shown on Drawings and specified herein. Unit shall be by Val-Matic; APCO; GA; or equal.
2.15 AIR RELEASE VALVES
A. Air r�lease valves shall be installed to releaso any smaII accumulations of air which may collect while
pipe is in operation and under pressure.
B. The small orifzce assembly air release valve shall automatically release air accumula#ions from the
pipe while under positive pressure. When the valve body fills with air, tl�e float ball shall fall to opcn
FI5100.doc 1510Q-18 3i12�q2
City of Fon Worth
Rolling Hills WTP
Backwash 5upply 5ystem
the small orifice and exhaust the air to atmosphere. When the air has been exhausted, the float ball
shall be Uuoyed up and tightly close the small orifice.
i
C. The small orifice assernbly shall be furnished with cast iron body and cover (ASTM A126 Class B).
The £�aat ball shall be constructed of stainless steel and at�ached to a stainless steel lever mechanism.
A xesilient, Buna-N seat shall be attached to the lever mechanism for dzap-tight closuze.
D. �eparate air release valves shall be rnanufactuxed by APCO; Val-Matic; GA; Crispin or equal of the
special type for use with nan-clean water.
2.16 HOSE HYDRANTSIBIBBS
A. Hose hydrantslbibbs for installation on the nonpotaUle (plant) waier lines shall be of the type and
size as detailed on the Drawings.
2.17 HQSE END VALVES
s A. Hose end valves shall be globe pattern valv�s, equal to Fairbanks �'ig. 074; Jenkins Fig. 112 or equal.
Fumish cap an.d chain.
• � 2.1 & WATER PRESSURE REGULATORS (PRV}
' A. Shall be Watts Muesco Regulator Co. Seri�s 115 for 1 1/2-iz� and larger and Model 223-5 for uni�s
, smaller than 1 1/2-in or equal with strainer and of size nated on the Drawing. Shail be diaphra�n
type, pressure reducing globe �alves.
,
,, B. Provide a three valve full size bypass around each FRV.
C. Provide strainers sam.e zxaaterial as the PRV ahead of each 1'RV with pressure gauges on high and 1ow
side.
D. Smialler PRV shall have pressure setting 10 psi less than main valve.
E. Pressure regulators and components shall be securely anchared to wall nr floor at a height as directed
_ by Engineer.
F. Pravida an adjustable pressure relief valve dowiast�ream of each PRV station.
2.19 DTL-CUSHIONED CHECK VALVES �aR PUMP CONTROL
A. General
1. Swing check valve shall ha�e outside lever and weight with oil cushion feature.
2. AIl internal parts af valve shail be easify replaceahle in the field without the use of "special"
taols a�d without r�moving the valve from the pipeline.
3. Cushioning mechanisms shail be field adjustabl� �rvithout ihe use of special taols,
4. Upon cornplete closure of disc, seat shall be drip-tight watezproof.
F1510U.doc
IS].Qa-19
3/12/Q2
City af Fort Worth
Rolling Hills WTP
Backwash Supply System t
5. Valves shall be primer painted (minimubn. 2 iruls) at the factory wiih a caating suitable for
contact with patable water.
6. Valves shall be capable of being installed h.oriz�ntally or vertically. Horizontal valves shall
have a clean-out/drain plug.
B. Materials
1. Body: Cast iran ASTM A126, CIass B, or cast steel with integral flanges, I50 psig woricing
pressur�.
2. Seat Ring: Aluminum, Uronze, or AISI Type 316 stainless steel locked in place wiih stainless
screws, field replaceable.
3. Disc, Arm and Levers; Cast steel or ductile iron, ASTM A536.
4. �haft: One-pieee AISI Type 17-4 FH stainless steel passing through both sides of valve body
with 0-ring seals.
5. Disc Sea�: Buna-N, fie�d replaceaUle.
6. Flanges; ANST Class 125
C. Di� Cushion Mechanisrns
1. Totally enclosed to protect oiI cylinder from weather and ins�cts.
2. Adjusiable air controI for varying closur� frorn 0 to 2 seconds.
3. Valve mounting capable of Ueing fisld retroiitted ta oiI cushion control.
4. Valves 3b-inches and larger to have dual side mounted Iever azrn/cushion assembli�s.
D, Manufacturer
1. Val�e ta manufactured by GA Industries or APCO.
2.20 INSLJLATING FITTINGS
A. Fittings shall Ue of#ype ta provide cantral of electrolysis and equal to "Dielech-ic" as manufactured
Uy Watts Regulator Co., or equal.
2.21 SUIZFACE PREPAI�TION AND �HOP COATINGS
A. Not wztk�standing any of these Specifications, all coatings and lubrican�s in contact t�vith potable
water shaIl Ue certi�ed as acceptable for use with fi.hat fluid.
B. If not specified herein, coatings shall comply with the requirezaaents nf Sections 09901 and 09902. In
case of a conflict, the requixernents of this Section govern.
Fisioa.ao� 15I04-20
3I12J02
City nf Fort Worth
Rolling Hills W'I'P
Baekwash Supply System
C. If the manufacturer's requirement is not to require iinished coating on any interior surfaces, th.en
man�facturer shall so state and no interior finish caating will be required, if acceptable to the
Engineer.
D. The exterior surface of various parts of valves, operators, floor-stands and miscellaneous piping sha31
be thoroughly cleaned of a11 scale, dirt, grease or other foreign matter and thereafter one shop coat of
an approved x-ust-inhibitive primex such as Inertol Primer No. 621 shall be applied in accordance with
the instructions of the paint txaanufacturer or other primer compatible with the finish coat provided.
E. Unless fltherwise noted, interiar ferrous surfaces of all �alves shall be given a shop finish af an
aspha.it varnish confarnling to AWWA C509 {except mounting faceslsurfaces), or epoxy AWWA
' C550 with a minimum thickness af 4 mil.
F, Ferrous surfaces obviously not to be painted shall be given a shop coat af �rease or other suitable
' rust-resistant coating. Mounfing surfaces shall be especially coated with a rust preventative.
G. 5pec�al care shall be taken to protect uncoated items and plastic items, especially from env�ranmental
damage.
2.22 FACTORY INSPECT�ON, TESTTNG AND CORRECTION OF DEFICIENCIES
A. Faciory inspectian, testing and correction of deficiencies shall be dane in accordance with the
referenced Standards and as noted herein.
B. See Division 1 far additional requirernents. Also refer io PART 1 of this Seetion, especially for
required submission of test data to the Engineer.
C. In addiiion to al1 tests required by the referenced Standards, the following shall also be factory tested:
1. Pressure regulating valves shal� Ue £actory tested at the specified pressures and flows.
All types of air and vacuum valves.
The nan-ca�itating butterfly valves to demonstrate its non-cavitating capabilities.
PART 3: EXECUTION
3.01 INSTALLATION - GENERAL
A. All valves and appurtenances shal� Ue installed per the nr�anufacturer's instrucrions in the locations
shown, true to alignment and rigidly supparted. Any damage to the above items shall be repaired to
the satisfaction of the Engineer befare they are installed.
B. Insiall all brackets, extension rads, guides, the various types of operaiors and appurtenances as show�a
on the Drawings, or othervwise required. Before setting these ztems, the Contractor shall check a11
Drawings and figures vvhich have a direct bearing on their 3ocation. The Contractor shall be
r�sponsible forr the proper location of valves and appurtenances during th� construction of the Work.
C. All mate�zals shall be carefully inspected for defects in construction and materials. Ali debris and
foz'eigxt material shall be cleaned out of openings, etc. AlI valve flange covers shall remain in place
until connected piping is in place. All aperating mechanisms shall be operated to check their proper
funct�oning and all nuts and balts checked for tightness. Valves and other equipment which do not
�� sioo.ao� 15100-2I 3�i2io2
City of Part Worth
Rollitlg Hills W"T'Y
Backwash Supply System
aperate easily, or are otherwise defec#ive, shall be repaired or rep�aced at no additional eost to the
��er.
D. Where insta].lation is cover�d by a Referenced Standard, installation sha11 be in aceordance witia that
Standard, e�cept as herein modified, and the Contractar shall ceriify such. Also note additional
requireznents in other parts of this Specificatian.
E. Unless othervwise nated, �oints far val�es and appurtenances shall be made up utilizing the sazx�e
procedures as specified under the applicable type connecting pipe joint and aIl valves and other items
shall be installed in ihe proper position as recommended by the manufactzirer, Contractor shall be
responsiUle for verifying manufaetuzers' torquing requirem.ents for alI vaives.
3.d2 INSTALLATION OF MANT]AL O�ERA,TIONAL DEVICES
A. Unless ot}�erwise noted, all operational de�ices sha11 be installed with the units at tlae factory, as
shown on the Drawzngs or a.s acceptable ta t�e Engineer to allaw accessibility to operate and
maintain the item and ta prevent interference with otI�er piping, valves and appurtenances.
B. I'ar manually operated valves 3-in in diarneter and smaller, valve operatoxs and indicators shall be
rotated to display toward normal operatian locations.
C. �loor baxes, valve boxes, exfension stems and ]ow floor stands shail be installed verticalIy centered
over the aperating nut, �cvith cauplings as required and the ele�ation af the box top shall be adjusted
to confarm with the elevatinn of the finished floor surface or grade at the cornpletion af the Contxaet.
Boxes and stem guides shall be adequately supported during concrete pouxing to maintain vertical
alignment.
3.03 INSPECTION, TESTII�TG AND CORRECTION OF DEFICIENCIES
A. See also Division 1. Take care not ta aver pressure valves or appurtenances during pipe testing. If
any unit proves to be defeatide, it shalI be replaced ar repaired to the satisfaction of the Engineer.
B.. The various pipe lines in which the valves and appurtenances are to be installed are specified to be
field tested, During these tests any defective valve or appurtenance shall be adjusted, remaved and
replaced, or otherwise made acceptable to ihe Engineer.
C. Various regulating valves, strainers, or oYher appurtenances shall be tested to demonstrate th�ir
confarmance with the specifi�d operat�onal capabilities and any deficiencies shall be corrected or the
device replaced or otherwise made acceptaUle to the Engineer.
3.04 CL�ANING
A, All items (including valve interiors) shall Ue cleaned prior to installation, testing and final
acceptance,
3.05 DI�INFECTION
A. Disinf�ction of valves and appurtenan,ces an all potaUle water l�es and where othenvise nated, shaXl
be as noted in th� Section referenced in Paragraph 1.02.
�ND �F SECTION
�is�oo.ao� 15100-22 3112102
City nf Fnrt Wor[h
Rolling �iifls WTP
Backwash Supply 5ystem
SECTION 15I20
PII'ING SPEGIALTIES
PAR�' 1: GENERAL
I.�1 SCOPE OF Vi�ORK
A. This Section specifies piping appurtenances which are not specificaily covered iz� other sections.
, Specific piping materials, systems and related installation and testing requirennent� are included in
ather sections of Divisions 2 and 15.
B. The items sh.all include �he following:
- L Unions
2. Flanged 7oints
3. Dielectric Connectors
4. Plugs and Caps
5. 11�iiscellaneous Adaptors
�
b. Vents and Drains
7. Line Strainers
8. Service Clamps .
9. Quick Connect Couplings
ld. Mechanical Sle�ve Seals
I l. Flexible Connactors
a. Sleeve Couplings
b. Split ar Groaved Couplings
c. Flan.ge Adapters
d. Pump and Equipment Flexible Connectaxs
e, Flexible Connectors
I2. Harnessing and Restraints
13. Rotameters and Flow Indicatars
I4. Spray Nazzle
15. Appurtenances and Miscellaneous items
F1512b.doc 1512a-1 io�� t�vi
City of Fori Worth
Ralling Hills WTP
Sackwash 5upply System
i .az RELATED WORK
A. Piping materials and systems are included in oiher Sections ofDivision 15,
B. . Valves are included in Sectian 15100.
1.Q3 SUBMTTTALS
A. General submittals for pipin.g, piping systern� and pipeline appurtenances are listed belauv, Subrnittals
shall be in accordance with Section D1300. It is not intended that all subrruttals listed below be
pro�ided for all piping materials and system.s. Refer to individual Sysiem or Piping Sections for
specific submittals.
B, Shop Drawings and Product Data
1. Piping layouts in full detail.
2. Location of pipe hangers and supports.
3. Location and type af backup block or device ta prevent joint separation.
4. Large scale details of wall penetraiions and fabricated fittings.
5. Schedules of all pipe, fit�ings, 5pecial castings, couplings, expansioz� joints and other
appurtenances.
6. Catalag cuts of joints, couplings, harnesses, expansian jozrats, gaskets, fasteners and other
accessoxies.
7. Catalog cuts of all pipeline app�rtenances specified herein.
8. Brachures and technical data on caatings and linings and propased method for application and
repair,
G Samples
D. Design Data
E, Test Reports
1. Six copies of certified shap tests showing compliance with appropriate standard.
2. Six eapies of all field test reports, signed by Contract�r and Engineer.
F. Certificates
1. Copies of certification for aIl welders performing work in accoxdance with ANSI B31,1.
G. Manuiacturers Installation (or application} instruetions.
H. Statement oi Qualifications
�isizo.do� 15120-2 ia�i voi
City af Port Worth
Rolling Hills WTY
Backwash Supply SysYem
I. Manufacturer's Field Report
J. �roject Record Document
K. Operation and Maintenance Data in accardance with Section 01730.
L. Warranties
� 1 A4 REFERENCE STANDARDS
A. Atx�erican Society for Testing and Materials (ASTM)
r
, 1. ASTM A36 - Standard Specification for Structural Steel.
`' 2. ASTM A126 - Gray Iron Casting for Valves, Flanges and Pige F'ittirigs.
3. AS`I'M A183 - Carbon Steel Track Bolts and Nuts.
4. ASTM A278 - Gray Iron Castings for Pressure-Containing Parts for Ternperatures up to 65Q
Degree F.
5. ASTM A307 - Carbon 5teei Bolts and Studs, 60,000 psi Tensile Strength.
6. ASTM A325 - Standard Specification for High-Strength Bolts for Structural Steel Joints.
7. ASTM A536 - Ductile Iron Castings
, 8. ASTM A57S - 5tandard Specificat�on for 5teel Bars, Carbon, Merchar►t Quality, M-Grade.
9. A,STM B62 - Standard Specification for Composition Bronze ar Ounce Metal Castings.
� ld, ASTM BS$ - Standard Specificat�on for 5eamless Copper Water Tube.
B. Annerican National Standards Institute {ANSI}
1. ANSI A13.1 - Scheme for the Identification of Piping Systems.
2. ANSI B 1.1 - Unified Inch Screw Threads (LTN and i.TNR Thread Form)
3. ANSI B2. I- Specifications, I}imensions, Gauging for Taper and S#raight Pipe Threads (except
dry seals).
4. ANSI B 16.1 - Cast Iron Pipe Flanges and Flanged Fittings Class 25, 125, 250 and 800.
5. ANSI B 16.5 - Pzpe Flanges and Flange Fittings
6. ANSI B 18.2 - Square and Hex Bolts and Screws Tnch Series Including Hex Cap Screws and Lag
Screws.
7. ANSI B3I - Code for Pressure Piping, B31 Intezpre�ation.
�isi2o.aoC
1 S 124-3
io�i iioi
Gity of Fort Worth
Rolling Hills WTP
Bac[twash 5upply System
8. ANSI B31. I- Pawer Piping
C. Arnerican Welding Society (AWS)
1. AWS B3.0 - Welding Procedure and Performance Qualifications
D. American Water Works Association {AWWA)
1. AVVVVA C-1 10 - Ductile-Iron and Gray-Iran �ittir�gs 3-in Through 4$-in, for Water and Other
Liquids.
2. AWWA G111 - Rubber-Gasket Joints far Ductile-Iron and Gray-7i-on Pressure Pipe and
�ittings.
3. AWWA �-605 - Groaved and Shouldered Type Joints.
4. AWWA Manual Mi 1- Steel Pipe - A Guide for D�sign and Installaiion.
E, Plunnbing and Drainage Institute (PDI)
1. WH 2Q 1- Water Hammer Arresfors
F. Wl�.ere reference is made to one of the above standards, the r�vision in effect at the tiz�e o� bid
apening shall apply.
LOS QUALITY ASSL7T2.�LNCE
A. All naaterials shall be new and c�nused.
B. Install piping to meet requirements of local codes.
C. Provide man�facturer's certification that rnaterials meet or exceed minimumrequirements as speci�ed.
Reference to standards such as ASTM and ANSr shall app�y to those versions in effect at the time of
bid opening.
D. Coordinate dimensions and drilling of flanges with flanges for valves, pumps and other equipment #o
be installed in piping systems. Bolt holes in flanges to straddle vertical centerline.
E. Rejeet mat�rials contaminated vvith gasoline, lubricating oil, liquid or gaseous fuel, aromatic
corripounds, paint solvent, pair�t thinner and acid solder.
��. Pipe j oint campaund, far pipe carrymg flammable ar toacic gas, must bear approval af Undarwriters'
Laharato�ies or Factory MUtual Engineering Division.
G. Unless otherwise specified, pressures referred to in all Piping Sectians are expressed in pounds per
square in gage above atmospheric press�are, psig, and aIl femperatures are axpressed in degr��s
Fahrer�eit.
F15120.doo 1 S 12.Q-4 10/I 1101
Cityaf�ort Worth
Rolling Hills WTP
IIackwash 5uppfy 5ystem
1A6 DELNERY, STORAGE AND HANDLING
A. During loading, transpartation and unloading, tak� care ta prevent damage to pipes and coati�gs.
Carefully load and unload eacla pipe under control at a1T tizzaes. Place skids ar blocics under each pipe
in the shap and secur�ly wedge pipe during transportation ta ensure no injury to pipe and lir�ing.
PART 2: PRODUCTS
2.01 MATERIALS AND EQUIPMENT
A. Speciiic piping znaterials and appurtenances are specified in the respective Piping or system �ectinns.
The us� of a manufacturer's name and/or madel number is for the purpose of establishing the standard
of quality and general configuration desired.
B. Equipment sk�all be of the size shown on the Drawings or as noted and as £ar as possible equipment of
the same type shall be id�ntical and from one manufacturer.
C. Equipment s�all have fhe name of the maker, nonninal size, �low direction.a� arrows (if applicable},
woxking pressure for which they are designed and standard referenced specifications cast in raised
letters ar indelibly marked u�an some appropriate park of the body.
D. Ilnless otherwise noted, items shall have a minirnum working pressure of 150 psi or be of the same
vvorking pressure as the pipe they �onnect to, wk�ichever is highar and suiiable for the pressures noted
where they are ins#alled.
2.02 LTNIONS
A, Unions shail be brass or bronze unions for j oining non%nrous pipe; malleable brass or bTonze-seated
iron or steel unions fnr joining ferrous pipe; PVC unians for joining PVC pipe; CPVC unions far
jaining CPVC pipe.
2.03 FLANGED 70INTS
A. Flanged Joints, Bolt and nuts, Type 304 stainless steel, bolt number and size same as flange standard;
studs - same guality as machiwe boits; 1116-in thick �ubber gaskets with cloth insertions; rust-resistant
co�tings.
2.04 DIELECTRIC CONNEC�ORS
A. Dielectric pipe fittingslinsulators and unions shall be used to prevent galvanic actian where�er valves
or piping nf dissimilar meials coz�neet. This shall be partzcularly the case for capper, brass and bronz�
piping connecting to cast iron ar steel piping systez�ns, but shall apply to all dissimilar metal
connectians.
B. Dieleatric unions shall be used for 2-in and smaller ear�ectians, Steel union nuts shall meet ASTM
AS75 �equirements. The steel or ducti.le iron connection end shall have a steel body and shall have
accuxately machined taper tapped pipe th�reads in accordance with ANSI B2.1. The cop�er connection
end shall be a copper solder jaint that meets requirements of ASTM B88. Dielectric unions shall be
rated for at least 2S0 psi at 210EF.
F r 5( 20.doc 15120-5 I 0/11l41
city of Fort Worth
Rolling I�ills WTP
Backwash Supply System
C. Dielectric flange unions sliall be used for connections 22-in and larger. Cast iron fianges shall �neet
A�TM A126; the copper salder end shall meet ASTM B62 and the pipe thiread shall meet ANSI 52.1,
Dielectric flange unions s�all be rated for at lea�t I75 psi at 210E�.
D. Dielectric unions and flange unio�as shall be as manufactured by Epco Inc., CIeveland, OH or equal.
E, k'lange insulating kits shali be as acceptable ta the Engineer, as manufactuxed by PSI �or equal.
F. Insulated sleeve couplings az�c� £lange adaptors shall be sirnilar to those units as specified eIsewhere.
2.05 PLL7GS AND CAP�
A. Provide standard plug or cap as required far testing; plugs, caps suitable far permanent ser�+ice.
B, Plug or cap or otherwise co�er al] pi�ring work in progress.
2.06 MISCELLANEOUS ADAPT�RS
A. Between different types of pipe andlar fittings special adapters may be requi�ed to provide proper
connecfion. Sarne of these may be irndicated on the Draw�ings or specified with individual types of
pipe ar equiprnent. However, it is the Contractor's responsibility to ensure proper connection hetween
various types af pipe, to stzuctures and between pipe and valves, gates, fittings and other
appurtenances. The Contractor shal� provide all adapters as required, whether speoi�callynoted or nat.
B. As required, these adagters shall be suitable far direct bury, with prop�r dielectric insul�.tion and as a
minimum, if inetallic (noi stainless steel or galvanized), with two coats of Coal Tar Epaxy.
2.07 VENTS AND DRAIlVS
A. 112-in vents shall be �ro�ided at the high point in each system. Vent connections may be #apped,
provided the tap vvill accept ihree full threads on the Uronze nipple.
B. 12-in drains shall be provided to permit cirainage of each system; provide hose-end valve.
2.08 LINE STRAINERS
A. "Y" Type 5trainers
1. Manual strainers furnished for pipe diameters smaller than 2-in shall be "Y" type, capable of
remo�ing solids 0.01 in in diameter and Iarger. The strainer bady sha31 ba of semi-steel
construction for steel pipe and brass or bronze for copper pipe and shall conform to the latest
revision of ASTM A278, Class 30. Straaner elements, incIu�ling wo�en wire mesh, shall be
constructed of stainless steeI,
2, The design af the strain�r body sball be s�zch that the cleanout plug and screen rnay be easily
remaved to permi# inspec�ion and cleaa�ing without disassetnbly of the inlet ar�d outlet piping.
End connectians shal� be ANST screwed pipe tttreads.
F 1512D.doe 1512Q-6 i on � io i
CiYy of Fnrt Wartr
Rollin$ Hills WTP
Backwash 5upply System
Sufficient spare screen shall be furnished far replacement flf all "Y" type units at least ance. The
strainers shall be designzd for a maxinnuzia operating pressure of 150 psig. They shall be as
manufactured by GA Industries Inc., Pit�sburgh, PA or equal.
B. PVC Line Strainers
PVC "Y" strainers shall be installed in all rn.etering pump suction piping as shawn on the
Drawings. The strainer screen shall be made ofPVC with 1132-inch perForati�ns. Strainers shall
have conn.eetions of either socket, threaded, ar flangec� ends as required, and shall be as supplied
by Ryaa� Herco, Hayward Tndustrial Prnducts, or equal.
� 2.09 SERVrCE CLAMPS
A. Service clamps for outlet sizes up to 2-in shall have malleahle or ductile iron bodies which axtend at
� least 16Q degrees around the circumference of the pipe and shall have neoprene gaskeis cernented ta
. the saddle body. Bodies shall be tapped for IPS. Clamps shall be of the double strap design. Service
, clamps shall be Style 91 as manufaciured by Dresser Industrias, Inc. or equal as manufactured by
� Smith Blair; Mueller or equaI.
B. Service clamps %r outlet sizes A�-in through 12-in where the outlet size is n�t greater thanbalfthe size
of the rnain pipe shall have ductile iron bodies and a neoprene circular cross section O-xing gasket
confined within the body. �utlet shall be AWWA G11Q flange or AWWA C-11 I meehanical joint
as required for the application. Straps shall be allay stee3, minimum 1/�4-in by 12-in in cross section
and fabricated with 314-in threaded ends. Service clarnps shall be Fig. A-10920 or A-3092Q as
manufactured by American Cast Iran Pipe Company or equal.
2.1� QUICK CONNECT COUPLINGS
A. Couplings sha11 be of the cam and groove type consisting of a male adapter confornung to
Specification MIL-G27487. Male adapters shall be designed to r�ceive a female coupler without
requiring threading, balting, or taols. Connections shaSl remain tight and leakpxaof under pressures up
to 100 psig. Each adapter shall be furnished with a dust cap camplete with a 18-in lang stainless steel
security chain af corrosion resistant material. Couplings shall be as manufactured by Dover
Cozporation; Ever-tite, or equal. Units shall be "drip proof', pra�iding totally dry connections and
disconnections.
B. Adapters shall be furnished in accordance with the Drawrngs, or as required by the installation.
2.11 MECHANICA.L SLEEVE SEALS
A. Mechanical sleeve seais shall be used to secure and seal the annular space around all new sSeeved and
core-drzlled wall penetrations.
B. A single seal shall be provided far all sleeve and cnres in walls up tn 14 in thick; dual sleeves sha11 he
provided in larger walls.
G Galvanized steel waIl sleeves and concrete core diameter sha11 be sized sufficiently large to
accomzaaodate the modular elements, p�r the manufacturers recommendations.
F�si2a.aoc 1512�-7 io�it�oi
City oiFort Worth
Rolling Hills W'I'P
Backrvash Supp[y System
D. Bolts and hardware shall be carbon steel, zin�-plated. 1'ressure plates shall be canosion-resistant
acetal resin.
E. Mechanical sleeve seals �hall cansist of modular bolted, synthetic rubber sealing elements, Link Sea1,
manufactured by Thunderline Corp., or equal.
2.12 FLEXIBLE CONNECTOI�S
A, Sleeva Cauplings
I, Pra�ide plain end type ends to be jain.ed by sleeve couplings as stipulated in AWWA C201.
a. Toin welds on ends by couplings without pipe s�ops. Grind flush ta permit slipping
coupling in at least one direction to clear pipe joint.
b, Outside diametex an.d out-of-round tolerances shall be within limits specified Uy couplzng
manufacturer,
c. Provide lugs in accordance with ASTM A36.
d. Provide hardened steel washers in accordance with ASTM A325.
e. Flastic pSugs shal� be fitted in coupIing to protec# bolt holes.
f. Nuts and bolts:
1) Provide bolts and balt-studs in accordance with ASTM A307 and ANSI B1.1 with
hexagonal or square heads, caarse thread fit, threaded full length with ends chamfered
or rounded.
2) Project ends 1/4-in beyond surface of nuYs.
3) Hexagonal nuts with dirnensions in accordance with ANSI B 18.2 and coarse threads in
accordance with ANSI B 1, l..
2. Middle ring af each mechanical coupling shaIl have a tt�ickness at ieast equal to that specified £or
size of pipe on which cnupling is to be used and shall not be iess than 10-in long for pipe 3Q-in
and larger and not less than 7-in long far pipe under 30-in in diameter.
a. Omit pipe s�op from inner surface of middle rings of couplings whenever necessary ta
pernait rennoval of valves, flowrneters and ather installad equipment.
b. Pravide pipe stops in other couplzngs.
3. Clean and shop prime with manufacturer's standard rust inkiibitive primer.
4. Furnish gaskets of a compositian. suitable for exposure to the fluid s�rvice.
5. Where shown on tha Drawings, anchor sleeve-coupled joints w'rth harness bolts. Weld harness
lugs to steel pipe.
F 1512Q.dac 15120-$ � on iro i
City af Fnrt Wnrth
I2olling Hi[]s WTP
Backwash Supply System
a. laint harness baits shall be of'suffcient length, with harness lugs p3aced so th.at coupling
can be slipped at least in one direction to clear joint. Pro�cride harnesses of sufficient number
and strength ta withstand test pressure.
b. Each harness shall have a minimum of two 5/8-in diameter bolts.
b. Unless othez�wise speci�ied wi�h the individual type of pipe, sleeve couplings (mechanical
couplings) shall be ITT (formerly Smith Blair) Style 411; Dresser Style 3$, similar models by
Baker or equal, with tlae pzpe stop removed.
7. Similar insulation type couplings shall be pxovided at the face af buiSdings, between different
typ� metals ar where othexwise nated.
8. In addition to those locations noted an the Drawings, sleeve couplings shall be provzded on aJ,l
piping where it connects with a struciure or buried directly under a sintct�re at the structure's
e�ansion j oints. Special treatment will be xequired where pipe is encased in concrete, utilizimg
minimum 3-in thick sty�rofaazn placed pexpendicular to ihe horizontal centerline ofthe coupling.
B. Split or Groov�d Couplings
Spiit couplin�s shalj be cast in two or more parts, When secuxed together with ASTM A183
bolts and nuts, couplings shall engage grooved or shouldered pipe ends ax�d encase an
elastom�ric gasket to create a pipe seal. Gasket n:�atezzal shall be as recor�aen.ded Uy the
manufacturer far the service required.
2. Split couplings shall be as manufactured by Victaulic Com.pany of Azx�erica; Gustin-Bacon ar
equaL Numbers below refer to Victaulic Co. items, for reference only.
3. Unless otfierwise specifed with the individual type of pipe:
a. Flexible spl�t ring couplings shall be:
1) grooved ends - Styl� 77
2) shou�dered ends - Sty1e 44
b. Ri,gid split ring couplings shal� be:
1) grooved ends - rigid groove with Style HP-70 cauplings on ductile iron less than 18-in
diameter v�ith sufficient wall thickness per AWWA C6Q6, on standard groove with
Style 77 coupling on manufactured steel or other pipe.
2) shouldered ends - Style 44 coupling on ductile irnn over 16-in diameter or without
sufiicient vvall thickness per AWWA C606 or on manufactured stee1 pipe or thin wall
stainless steel pipe.
�4. Ductile iron pipe for use with split-type coupling jaints shall have radius grooved ends
confarming to AWWA C606. Pipe sha11 have girooved ends to provide either a rigid joint or
flexible joi.nt as shown on the Drawings azad as specified herein. �lexible joint grooving shall
permit expaxasion and contractian, and angular deflectian, Rigid j oint grooving shall allow no
F�s � za.�oc 1512Q-9 tai vo i
City of Fort Worth
Anlling Hills 1aVTP
$ackwash Supply System
angular or linear movement. Minimuz�n pipe wall thickness for grooved pipe shall be the
followzng class:
Size Class
4 thru 16 53
18 54
20 55
24 56
5. Groaved couplin.gs for steel and stainless steel piping shall have roll groaving,
rnachine-grooving, or ring collars fully welded to the pipe or fitting,
6. Rigid split couplings may be substituted for flang�s as noted on the Drawings and in f�ae
individual pipe specifscations.
7. Certain minimum thiekness of pipe walls are required by A�WA C606 an.d coupiin� manu-
facturers for use of various type split couplings with certain pipes. The Contractor shalI be
responsiUle for utilizing at least those rninimurn wall thiclmesses required (unless a greater
thiclaiess is speciiied ar required ir� the individual pipe specifications) with split eoupling�.
8. If minimum thicknesses are not utilized with graaving, t�en a shauIdeerad end treatn�ent wiih
couplings as nated shali be utilized.
C. Flanged Adaptors
1. �Ianged adaptor connections for grooved ar shouldered end pipe compatible with split couplings
at fittings, vaIves and equipment shall be VIC Flange Style 341 as manufactured by the Victaulic
Company of Arnerica, ar equal product as nnanufactured by Gustin-Sacon.
2. �lang�d adaptor connections for plain end pipe at fittings, valves and equipmezat shall be Dresser
Style I27 ar I28, similar models by ITT (formerly Smith-Blair); Baker or equal.
D. Pump and Equiprr►ent Flexible Connectars
The flexible connectors shall be expansionlvibratien joints ofthe single arch type ofbutyl rubber
construction vaith carcass of high grade woven cotton or suitable synthetic fiber and indi�idual
solid stael ri.�ag xeinforcement. Soft ruhber fillers shall be integrally cured into tl�e axohes to
provide a smooth £law path tn prevent settling of material into the arch, Joints shall be
constructed to pipeline size and ta meet worldng pressures and coz-rasiv� conditions similar to the
line wY�ere installed, Joints shall have fuil faced fabric r�inforced butyl flanges integral with the
bady.
2. Sp1it steel ar ductile iran back-up rings shali be provided to ensure a good j oint. Rings shall be
designed for mating with ANSI Standard minimum I50 lb flanges. All jaints shall be finisb
coated with Hypalon, or equal paint.
Ex.pansian/vibration joints shall be furnished with control (harness) units. Harness units shalI
cansist af minimurxa two drilled plates, stretcher bolts, and rubber washers backed bp matal
v�ashers. The stretcher bolts shall pre�ent over-elongation af the joint. Extra nuts shall �e
F1S120.doc 1512d-1Q loil ��o�
City of Eort Worth
Ralling liills W'1'P
Sackwash 3upply 5ystem
provided on tk�e stretcher bolts on the inside oi the plate to prevent overcampression. All nuts,
bolts and plates sh.all be gal�anized.
4. The manufaciurer of the expansion joints shall be a member of the Rubber Expansion Joint
Division of the Fluid Seaiing Associatian. Expansion joints shall be Style 1025 filled arch as
manufactursd by' General RuUber Cozp., South Hackensack, NJ or similar products of Mere�r
Rubl�er; Goodall Ruhber; Garloc; Proco Products Inc., Stocicton, CA or equal.
5. in addition �n nther lncations shown on the Drawings, expansion joints shall he utilized in all
exposed piping, �vithin one foot of a building expansion j oint, and on the suction and dischaxge
szde of aIl pasitive displacement pumps, com.pres�ors and ratating machinery, as close to the unit
as possible.
E. Flexible Connectars
,�
,, 1. i'rovide one flexible connector for the seal water connection to each pump stuf�ng box.
Connectors shall be of hose of Buna-N or similar resi3ient material., wzt� fiber reznfarcEment,
• rated rninim�m 150 psi with branze or Type 304 stainless steel NPT end fittings and shall be
, 12-in in length. Conneciors sha11 be %r the purpose of isolating pump vibration frozn �e seal
water piping.
2.13 HARNESSIlVG AND RE�TRAINT
A, Where harnessed c�uplir�gs or adapters are noted, they shall conform to AWWA Manual M1 J. except
as modiiied hy the Drawings ax this 5peciiication.
B. Unless otherwise noted, size and material for tie rods, ciamps, plat�s and hex nuts shall be as shovvr�
;� on the Drawings, or, if nat shawn on the Drawings, shall be as required in AWWA Manu�l MI 1.
' Manufactured rest�raining clamp assemblies shall be as manufactured by Stellar Corporation,
Columbus, OH, or fabricated equal.
C. Restrained joints (such as welded, locldng mechanical }aints) shall be of the iype specified with the
individual type of pipe. If nat speciiied, restrained (locking) mechanicaI joint pipe shall b� of the
manufacturer's standard desigin utilizing a 1oc�ing device {ring or ears) integrally cast with the pip�.
D. For sizes through 18-in diameter ductile iron pipe anly, the foZlowing may be used as an altemative to
other xestraint system:
1. The optional mechanical j oizit restraints s1�aI1 be incorporated in the desigri of a follower gland.
The gland shall be manufactured of ductile iron confonning ta ASTM A536. Dirnensions ofthe
gland shall be such that it can be used with the standardized mechanical j oint bell and tee-head
bolts as specified with the pipe.
2. The restraint mechanism sha11 consist of numerous individually activated gripping surfaces to
rnaximize restraint capability. The gripping surfaces sha11 ba wedges designed to spr�ad the
bearing surfaces on the pipe. Twist-off nuts, sized same as tee-head baits, shall be used to
ensure praper actuating of restraining devices. When the nut is sheared off, standard hex nut
shall remain.
3. The mechanical ,�oint restrai�nt device far ductile zxon pipe shall have a working pressure of at
least 25� pounds per square inch with a minimum safety factor of 2: l.
F15120.doc 15120-11 iat iro�
C;ty of Fort Worth
Rolling Hills WTP
Backwash Supply System
4. The mechanical joint restraint devices shall be of the type listed below or equal.
5. For Ductile Iran Pipe: EBAA Iron, Inc. Megalug 1100 series for up ta 12-in anly.
E. The Contractox shaI1 be responsii�le far anchorage including restraint as nated elsewhere in Division
15,
2.14 ROTAME'�ERS AND FLOW INDZCATORS
A. Rotameters for the systems listed l�eiow shall be of the glass tube type with Barosilicate glass tubes,
Type 302 stainless steel frames with sIip-on covers, 10-in detaclaed type aluminunc� scales graduated in
gallons per minute, iQ:J. flow range, accuracy of 2 percent af fu11 scale and vertical screwed end
conn�ctions. Capacity, size and maierials of canstruction shall be as shown on the Dra�vings. Tube
size shall be the same size as the end connectians. l'ressure drap at rated capacity shall not exceed
32-in of water.
B. Number and size of rotameters shall be as shown on the Drawings.
C. Flow indicators for shaft seal/flushing water systems shall be brass body, glass ar plastic tube,
stainless steel float, 125 psi pxesaure rating. Accuracy sha116e at least 5 percent af full scale.
2. ] 5 SpRAY NOZZLES
A. NozzIes shall be of the size, with feed rates as noted on the Drawings. No�.zles shall be attached to the
distribution header, as indicated on the Drawings, via split-eyelet conzaect�ons. Unless otherwise noted
n�ozzles shall be Type 316 stainless steel.
B. Each nozzle shall be furnisk�ed with a stainless steel adjustable ball fitting.
C. The distribution piping to the nozzles shall be sloped for drainage and shall be adequately supported to
prevent sagging, while facilitating access �or nozzle replaoement. The Cantractor shall test the system
to demo�stxate ta the Engineer that zt is entirely self-dxaining prior to acceptanae,
D. All nozzles shall be the appropriate model, as manufactured by Spraying Systems Incorporated or
equal.
2.16 APpURTENANCES AND MISCELLANEOUS ITEMS
A. All gaskets, �lands, bolts, nuts and other required hardware shall be provided for conn�ction ofpipzng
and appurtenances, BoIfs and nuts shall be high sirength, Typc 315 stainless steel if sUbmerged,
buried, or subj ect to splashing and cadmiutzi plated atherwise, with tee-head and laexa�on nut. All
ather hardware shall l�e of the size, type aaad number as required and recomrnended by the piping ox
appurtenance manufacturer and as specified herein.
B. A11 gaskets fnr fIanges shall be fu11 face and suitable for 200EF operating temperature, ut�less higher
tempexature required on individ�al systems and the fluids cairied. . See also Division 1,
C. Flugs, caps an.d similar accessories shall be of the sa�nne material as the pipe and of the locking type,
unless otherwise noted.
�i s i2a.aQ� 15120-12 iori �io F
CityofFort Worth
Rnlling Hills WTP
I3ackwash 5upply System
D. Unions shall be of the same material as the pipe, except for dielectric connections.
E. Special protective tape shall be fabric reinforced petraleum tape as manufactured by Denso Inc.,
Hausian, TX or equal.
PART 3: EXECUTION
3.01 GENERAL
A. All dirt, scale, weld splat�er, water and other foreign maiter shall be removed from the inside and
outside of all pipe and sub-assemblies prior to installing.
B. All pipe joints and cannectiions to equipxnent shall be made in such a maz�aer as to produce a
minirnum of stra�n ai the j oint.
C. Ynstall piping in a neat manner with lines straight and parallel or at right angles to walls or calumn
lin�s and with risers piumb. Run piping so as to avaid passing through ductwork or dixectly under
elec�ric light outlets andlor inferference with other lines. All work shall be accomplished using
, recognized �nethods and pracedures of pipe fabricaiion and in accnrdance with the Iatest revisian of
applicable ANSI 5tandards, A�ME Codes and Fipe Fabrication Institute Sfandards.
1. Use full length of pipe except where cut lengths are necessary. Da not spring or deform piping to
� make up jnints.
,
2, Pipe sha11 be cut square, not upset, undersize or out of round. Ends shall be carefully reamed
' and cleaned before being installed. Bending of pipe is not permitted. Use �Zttings for all changes
in direction. �
3. Do no� use bushings except whexe speczfically approved by the Engin�er. Reducers sha11 be
eccentric to provide %r drainage from all ]iquid-bearing lines arid facilitate air remo�val from
I �ater lines.
�. Ve� fy the locations and elevations of any existing piping and manholes befare proceeding with
work an any system. Any discrepancies between the information shown on the Drawings and
the actual conditions faund in the field slaail be reported at once to the Engineer. No claixn for
extra payment will ba considered if the above provision has not t�een camplied with.
Where li�aes of lower service rating tie into services or equipment of higher service ra�ing the
isolation valve between the two sha11 confoz7m to the higher rating.
6. Mitering of pipe to form elbovv is not pern�.itted.
7. All piping interiors shall be tl�oroughly cleaned after installation and lcept clean by approved
temporary closures on all openings until the system is put in service. Closures shouldbe suitable
to withstand �e hydros�atic test.
8. End caps on pre-cleaned pipe shall not be removed until itnmediately befare assembly. All ogen
ends shall be capped immediately after completion of installation.
�is�zo.aoe 15120-13 ian uoi
City af Fort Worth
Rol]iRg iiills WT`P
Backwxsh Supply 3ystem
D, Test Connectians
1. Provide il2-in femaIe NFT test connection equipped with 1/2-in brass plug on a.11 pump suction
and discharge lines. Where indica#ed on the Drawings, test connections should Ue equipped with
bar siock valve and gage. Provide test connections at a1l s#eam traps. The connection shall be
located an the discharge side af the trap between the trap and the first valve, It shall consist of a
I/2-in branch conne�ction ternunated with a gate valve,
E. Unions
i. LTnions scr�wed or flanged sk�aIl be pFovided wh�re in�icated and in the follovving locations even
if not indicated.
a. In lang runs of piping to perr�zt convenient disassennbly for alteratians or repairs.
b. Jn by passes around equipment.
c. In cannection.s to tanks, pumps and other equipment between the shut-off valve and the
equipnaez�.t.
d, In connections on both sides of traps, con�rols and autornatic con�rol valves.
F. Vents and Drains
1. Provide vents and drains in the follawing places:
a. Waier Lines - Vents at high points and drains at low points.
b. Air Lines - Drains at low points.
3.02 UTTIONS
A. Use unions to allovw dismantling oipipe, valves and equiprnen#.
3.03 WELDING
A. Welding in accordance wifh ANSI Standard B31 and AWS B3.0.
B. Install welding fittings on all �velded lizaes. Make changes in direction and intersection af lines wi�
welding fzttings. Do not miter pipes to form elbows�or notching of straight runs to form tees, or any
similar constructian. Do nat employ welder who has not been fully qualified in above speeified
procedure and so certified by approved welding bureau or similar locally recognized testing authority.
3.04 PLANGED .TOINTS
A. Make fianged j oints �ith bolts; bolt studs with nut on each end; or studs with nuts where ane flange is
tapped. Use nurnber and size ofbalts confornung to same ANSI 5tandard as flanges. Before flange
pieces are assernbled, rernove rust resistant coating from rnaohined surFaces, clean gaskets and smooth
all burrs and other defects. Make up flang�d joints tight, care being taken to pr�vent undue strain
upon valves or other pieces of equipznent.
F15120,doc 15120-14 �ar tioi
Ciry of Fort Worth
Rolling I-#ills WTP
Backwash 5upply 5ystem
3.05 SLEEVE COUPLINGS
A. Install tie rads, pipe clamps ar bridles when slee�e type couplings or �tt�ngs a�e used in piping
systems where indicated, and at changes in direction or other places as necessary, to prevent joints
from pulling apart under pressure. Use bridles and tierods at least 3/4-in in diameter, except w�aere tie
xods replace flange balts of smaller size; in which case, fit with nut �n each side of pair af flazzges.
Joint harnessin� shall conform, as a rninimum, to the requirements %r the holts and tie bolt lugs as set
forth in AW WA Manual Ml l.
3.06 WALL SLEEVE SEALS
1�. Use expandable rubber segtnented seaiing device �,vith corrosion-resistant fast�ners to make waterti�ht
the annular space beiween pipe and sleeve. Detenniz�e the required inside diameter of each individual
wall opez�ing or sleeve to fi� the pipe and seal to assure a watertight joint as recommended by the
manufaett�rer, before ordering, fabricating or in�talling. Install pipe concentrically thraugh wall
slee�e. Install and tighten seal per manufacturer's instructions.
5 � 3.07 TESTING
A. Test all pipelines for waterlgas tightness as speci�ed in the Piping or System sections. Furnish all
•� labar, tes�i�ng plugs or caps, pressure puxnps, pipe connections, gages and all other equiprnent required.
Testing sk�all be performed in accordance with ane or more of the testing procedures contained in
Section 15052 as speciiied in each Piping or System section. All testing shall be performed in the
presence of the Engineer.
B. Repair faulty joints or xemowe defecti�e pipe and fittings and zeplace as approved by the Engineer.
Retest.
3.08 DISINFECTION
A. After satisfactory testing, all potable water collection and distrihution systems shall be tharoughly
disinfected wifh a solution of not less than 50 parts per mi3lion of availa6le chlorine. The disinfecting
soluticrn sha11 be allowed ta remain in the system fnr � period of tbz-ee k�ours after which time all valves
and faucets shall be apened and the system shall be flushed wvith clean water.
B. Water being flushed from structures ar pipelines after disinfection with a chlorine residue of 2 mglL or
greater, shall be treated wi.th a dechlnrination solutian, in a methad appzoved by the Engineer, prior to
discharge to natural strearns or upon the ground. If ihe disinfection water is bled slowly into the plant
drasn sys�em, dechlorination is not required.
END O� SECTION
i�
F15L20.doc 15120-15 �oiii�ai
City of Fort worth
Itolling Hills W'I'P
Backwash 5upply System
SECTTON i 5 J.4Q
PIPE HANGERS AND SUPPORTS
PART 1: GEN�RAL
1.01 SC�PE OF WORK
� A. Provide all labar, material, equipment and incidentals required as shown, specified and required to
design, fumish and install the system of support, guidance ar�d anchorage for all giping, valves and
� specialties.
1.02 RELATED WOAK
,. A. Concrete is zncluded in Di�vision 3.
{'' B. Misceilan.eous metal fabrication is included in Section OSSOQ.
C. Pield painting is in.cluded in Section 09902,
,
D. Piping and valves are includad in Diviszan 15,
1 A3 SC]BMITTALS
� A. Submit for approval, shop drawings for the following:
� 1. Detailed drawings showing all han�ers and supports far each piping system specified. Shop
` Drawings shall show location, installatian, material, loads or forees and de�lection of a1l hangers
and supports.
� 2. Manufactuxers' catalogs, literaiures and engineering data on all hangers and supports. Load
ratings, materials and installation shall be consistez�t with the recommendations af the MSS
� SP-5 $ and MSS SP-69.
1.04 REFERENCE STANDARDS
, A. Con�ply with applicable pravisions and recommendations of the following except as otherwise shown
ar specified.
B. The Manufacturers Standardization Society of the Valve and Fittings Industry (MSS}
1. M�S SP-58 - Pipe Hangers and Supports - Materzals, Design and ManuFacture.
2, MSS SP-69 - Pipe Hang�rs and Supports - Selection and Applieation.
C. Federal Specification (FS)
1. F� WWH-171, Hangers and Supports, Pipe.
D. American Society for Testing and Materials (ASTM)
�isiao.ap� 15140-1 �oiuror
City of Fort Worth
Rolling Hills WTP
Baakwash Supply System
1, ASTM A57S - Staz�dar.d Specification for Steel Bars, Carbon, Merchant Quality, M-Grades.
E. Underwriters' Laborataries, Ina (UL)
1. Standard UL-203 - Pipe Hanger Equipment for Fire Protection Service.
F. Where refexence is made to one of the al�ove standards, the re�vision in effect af the time of bid '
opening sha11 apply.
1.05 QLJALITY AS,SURANCE
A. Source Quality Cantrol - OUtain each type of pipe hanger or support from no more than one
manufacturer.
I.06 SY5TEM DESCRIPTION
A. General
I. It is the iritent af these Contract Documents that the gipe hangers and supparts be provided for
all piping systems as shawn in or as described in the Contract Dacuxnent.
B. Design Requirements
1. , Contractor is responsible fur the design af the pipe s�pport system.
1.07 DELIVERY, STORAGE AND HANDLING
A. All materials shall be ins.pected for size, quality and quantity against approved Sbop Drawings upon
delivery.
B. All materials shall be packed, labeled and stored in a covered dry location until time af installation.
1.Q8 COORDINATION
A. Review installatzon procedures under other Sectians and caordinate the Worlc that must be instaIled
with or attached to the hangers and supports.
B. Contractor sh.all coordinate the location and pIacement of eoncrete inserts and drilling of structural
members xequired.
PART 2: PRODUCTS
2A1 GENERAL
A. Design criteria for the fabrication of'the pipe hangers and supports shall conform to t�e follawing
criteri.a:
].. Accurate weight balanae caIculations shail be made to determine the required supporting force at
each hanger lacation and the pipe weight laad at each equipment concentration.
F 15 340.doc 15140-�, i a�� vo i
City of Forl Worth
Ralling Hills W'T`P
6ackwash Supply 5ystem
2. Pipe hangers shall be capaUle of supporting �lie pipe in all conditions of operatian. T�ey shall
al�ow free expansion and contraction of the piping and prevent excessive stress resulting from
transferr�d weight being inciuced into the pipe or connected equipment.
3. Hangers shall be designed and instal3ed so that th�y cannot beca�ne disengaged by movement of
the supparted pipe, �
B. The hangers and supports shal] meet with the �ollowing requirements:
1. Staaadard and fabricated hangers and supparts sh.all be furnished compleie with necessary inserts,
bolts, nnts, rods, washers and other accessaries.
2. All fenous rods, clamps, hangers, inserts, anchor bolts, hrackets and components for pipe
supports shall be furnished with galvax�ized �xush, hot dipped or electro-galvanized coated.
3. Run piping in groups and parallel to building walls where prac�icable. Provide minimum
clearance of 1-in bet�uvean pipe and other work.
�4. Install hangers or supports at all locaiions where piping changes direction.
5. All hangers and supporks sha31 be capable of adjustment a#�er placement of piping.
b. Each type of hanger or suppart shall be the product of otae manufacturer. Types of hangers ar
suppork sl�all be kept to a minimum. �
7. All suspended or supported ductile iron pipe shall have a k�anger or support adjacent to each
j oint.
8. Veriical pipin.g shall l�e supported at each floor and between floors by stays ar braces designed to
prevent rattling and �ibration.
9. Hanger rads shall be straight arzd vertical. Chain, wire, strap or perf'orated bar hangers sha11 not
be used. Hangers shall not be suspended from piping.
10, Prevent contact between dissimilar metal by use of capper plated, ruhber or vinyl coated, or
stainless steel hangers or supports,
I 1. Thin walled stainless steel piping shall be isolated from carbon steel by Use of plastic coated
hangers or supports.
i2. Hangers and supports shall provide for expansion throughout the full operating ternperature
range.
13, Pro�ide Iateral suppart, anchors and guides for alI pipeIines in wnich expansion joints are
installed. Anchors and guides shall be in accardance with the recommen.dations o£ tb.e
manufacturer of the expansion joints.
2A2 HANGERS AND SUPPORTS
A. Hangers and supports shall be in accordance with MSS �P-58. Special hangers and supports shall be
ir� accordance wifi.h details shovvn Qn the Dra�ings.
F15140.doc I S 14a-3 1R/11101
City nfPort Worth
Ralling Hills WTP
Backwash Supply System
B. Provide haz�gexs and supports as manufactured by one of the follo�ving. No substitutes will be
considered.
�
C.
�
Pipe Size (inches)
Less than 2
2 tl�rough 3
4 thraugh 6
8 thraugh 12
1� through 20
Larger than 20
2.
3/$
1/2
3/4
7/8
1
1 1/4
Fabricated Concrete and Steel Hangers and Supports.
1. Fabricated concrete and steel hangers and supports shall be as detailed on the Drawangs.
Materials and design shall confarm to the standards af M�S 5F-58 and as required for the
specific piping system.
Hanger rod steel shall conform with ASTM A575, with square head nut on top and running thread on
the battom end.
1. Minimum size single hanger rads shall be in accardance wit1� the schedule below unless
otherwise shown or specified. Double rods used for pipe 8-in and greater may be 1/4-in less in
diameter than uadieatad.
E. Cancrete Inserts
F
G.
2.03
1. Cozacxete inserts shall be M5S SP-58 malleahle Type 18.
2, Where shawn or required conarete inserts shall be of the continuaus type capable of supporting
2,�QQ pounds per foat of insert. Section shall be 1 51$-in wide aynd I 5/8-in deep. The
continuous insarts shall be as manufactured by one of the following;
�TT Grinnell.Campan�.
Carpenter & Paterson Inc.
a. Unisf.rut Coz�aration.
b. B-Line.
Steel beam clamps sha�l be of malleable ixon and conform to MSS SP-58.
Brackets for wall mounting sl�al� be M5S SP-S8 Type 32 or 34.
SURFACE PREPAI2ATTON AND SHC�P C�ATINGS
A. Except where otherwise specified sl�ap painting and coatings shali conform to manufacturers best
standard finish. Field paz�ating shall be as speci�ied in 5ection 09902. Galvanized and sta�inless steel
surfaces shali not be painted.
Rod Diameter (inches}
F15140.doc IS 14d-4 ta� iioi
City of FoR Worth
Roiiing Hills @VTP
Backwash Supply System
PART 3: EXECUT70N
3.01 PREPARATION
A. Locate hangers, supports ar�d accessories to support piping, valves and at aIl concentrated laads.
B. Locate hangers, supports and accessories within maacimum span Iengths specified to su}aport
continuous pipeline runs.
�. Lacate k�angers and supports to prevent vibration or swaying and to provide for expanszon and
contractian.
� D. Install items io be embedded before concrete place�rnent.
E. Fasten embedded items securely to prevent movennent during concrate placement.
F. Install hanger and support units an piping systems as xecommended by mannfaciurer.
. G. Adjust hangers and supports and place grout for concxete supports �o brin� pipelines to speci�ed
elevations.
H. All ferrous pipes shall be supported by galvanized steei pipe attachment.
• i� I. All copper piping shall be supported by plastio-coated or copper-plated steel pipe attachments.
`' J. All plastic piping shall be supported by plastic-coaied steel pipe attachments
K. AI� stazn.less steel pipe shall be supported by plastic-coated steel pipe attachments.
�,
3. Q2 INSTALLATION
•- A. Supports and Hangers for Horizontal Pipes
' 1. Space supports and hangers £oz all piping no farther apart than indicated below unless otherwise
� shown.
� I a. Copper Tube:
�
{1) 2-in and Srnaller: b-ft.
._ (2) 2 1/2-in and Larger; 8-ft.
f b. Steel Pipe:
y (1) 1-in and Smaller: 6-ft.
(2) 1 11Z-in and Larger: 1Q-�.
c. Stazniess Steel Pipe:
� (1) 2-in �nd Sxnaller: 6-ft.
Fl5140,doc 15140-5 ion uor
City of Fart �+Vorth
Rolling I-Iills WTP
�ackwash Supply System
(2) 2 1/2-in and Larger; 8-fi.
d. Plastic Pzpe:
(1) Ma�mum suppori spacing for plastic pipe at ambzent temperature shall be on�-half the
above values speci�ed for steel pipe.
e. l7nctiie Iron Pipe:
(I) Twn supports per leng�a.
2. Addaitianal supports shall be placed immediately adjacent to an,y change in piping dixeciion, arid
on both sides of val�es and couplings.
Aecurately loaate inserts for hanger rods in farms before concrete is placed.
4. Use expansion anchors only to support rods, hangers and brackets for giping 2-in a�d srnall�r
and only if the expazision anchors are designed ta cany lOQ percent of ihe full laad, han.gers
and/or bracket at�d pipe load.
B. Sugports for Vertical Piping
1. Provide riser clamp �laced under hub, fitting or coupIing wi�h approved solid bearing on steel
sleeVe at each floor Ievel.
2. Where riser clamps are used with plastic piping they shall be modified so as not to exert any
compressive forces on tk�e pipe.
3.03 ACCEPTANCE ANI] SERVICE
A. All pipe systems shall be brought to operating pressures an.d temperatures. Systems shall be cycled to
duplicate operating conditians. All znalfunctions shall be carrected. Contractor shall furnish all labor
�nd materials to readjnst and cflrrect faults with hangers and supports for the pipjng systems.
�
ENT? OF SECTION
Fisiao.aoc 1514Q-6 ioti t�ai
City of �ort Worth
Ctolling Hills WT'P
Backwash Supply System
SECTION 1525fl
THERMAL INSULATION
�
pART 1: GENERAL
1.01 SCOPE OF VirORK
A. Furzu.s�a and install insulation on piping, valves, and fittings, ducts and equipment speczfzed in this
section ar�d shown on the drawings.
1.02 RELATED W�RK
A. System application and thickn�ss for insulation when not speci�ed in other Sections of Division 15
aze included izz this �ection 15250.
B. Building insulation is included in Division 4 and 7.
1.D3 Si3BMITTALS
A, Submit to the Engineer, in aecordance with Section 01300, the following for each insuIation by
System: manufacturer's product data showing conformance wit�i these specifications fox a11 required
insulation, jackets, oovers, coatings, adlaesives, fasteners, supports and appurtenances; cart�plete
tnanufacturer's instructions %r installatiQn of all required items.
B. All materials deliveries must have acco�panying manufacturer's certificatzons attesiing to satisfactory
results of product t�sting showing canformance with these specificatzons.
1.04 DEFINiTIONS
A. Particular fernunology used under th7is Section is defined as fallow�:
• 1. Traffic Level and Personnel Level - Areas, including pr4cess areas, equipment raanns, boiler
rooms and other areas where insulatian may be darnaged by norzx�.al acti�ity and 1aca1 personnel
� tra#'fic. Area extends to �8-ft above floor, waIkways, platfarms aand stairs.
2. Exposed Piping and Ductwoxk - Piping and ductwor% visible from thc floor leveI and includas
all piping and ductwark in equipment rooms, Uailer zootns, etc.
3. Cancealed Piping and Ducfwork - Piping and d�ctwork nat visible from the floor level and
includes piping and ductwork above hung ceilings and in shafiways.
4. Outdoor Air Ductwork - Portion of ductwork which bri.ngs air fram outdoors into air handling
equipment far treatment,
5. 5upply Air Duc%vork - Ductwork cazrying conditioned air suitable for delivery into a space.
6. Return Air Ductwork - Ductwork carrying asr fram conditioned space back to air handling
ec�uipment for t�rr�atment.
7. E�aust Air Ductwork - Ductwork cariying air to l�e discharged to the outdoors.
Fl 5250.doc
152S0-I
IO/11101
City of Fort Wartt�
Rolling Hills WTp
Backwash Supply System
8. Thez�nna3 Conducti�ity - The rate of heat flow through unit area of a homogeneous substancs
under the infIuence of unit temperatrtzre gradient in #he direction perpendicular to the area, Units-
BTU per (hour} (sq ft) (degrees F temperature dif'ference) ( per inch thickr�ess}.
9. F1ueslStacksBreeching - Ductwork carrying products of cambustion to atmosphere,
10. Heated Spaces - Areas where heat is supplied to maintain a minimum temperature during the
heating season.
11. Unheated 5paces - Areas where heat is nat applied and there is no mi7ii tx�utn temperatut�e during
the heating season.
12. Mixed Air Ductwork - Ductwark capaUle of carrying both return air and outdoor aix or a
combination af both.
13. Hot Ductwork - Ductwork carr�g air with a tempexature a�ove the surrounding space
temperature.
14. Cold Ductwork - Ductwork carrying air vc�ith a temperatuxe below the surrounding space
tc�nperature.
15. HotJCold Ductwoxk - Duetwork cariying air with a temperature that can be either abowe or below
the surrounding space temperature.
16. Conditioned 5paces - Areas that are provided wi�h heating and mechanical cooling,
17. Non-Canditioned Spaces - Areas that are not pro�ided with mechanical cooling.
18. Indnor-Piping - Piping �vithi�, a building that is not exposed to the wea#her.
19. Outdaor Piping - Piping that is not within a building and which is ea�pased to the weathex.
PART 2: PRODUCTS
2.fl1 GENERA.L
A. The materials supplied shall conform to all goveming codes, standards, and specifications. If any
depariures from tY�e specification are deemed nec�ssary, departures shall not be made without prior
written appraval of Engaineer.
B. Materials and integrated insu3ation assemblies furnished shall have flazx�e spread ratings af not over 25
(fire resistive), smoke deve3oped rating afnat over 50, and fuel cantrzbuted rating ofnot aver 50, as
estabIished by tests canducted in aecordance with Interior Federal Standard Number Q0136B, entitled
"Tnteriar Federal Standard Flarne-Spread Propertie� for Maierials" and the NationaI Fire Code of the
NFPA. The treatment of jackets ar facings to impart flame and snnok�: safety must be permanent.
(The use af water-soluble treatrs�ent is prohibited.} Exception allowed for clos�d cell foam znsulation
amd PVC fitting co�ers.
C. The toxicity of the solvents used shall not exceed a maximum allowable concentration of 204 ppz�n ar
the latest vaIue published by the America�n Canference of Governmental Industrial Hygienists and
OSHA.
D. Adhesives, ooatings and vapar barrier materiaIs shall be compatible witb. the insulation as
recommended by the insulation manufact�rer. Suhmit a certified state�ant attesting tn the a�proval of
F15250.dnc 15250-2 loi� liol
' 1
0
City of Fort Worth
Railing Hills WTP
Backwash Supply 3ys4em
the materials by the insulation manufacturer. Adhesives and coa�ingsshall be manufactured by Foster
Div., H.B. Fuller Cv.; or Childers Products Co. or equal, H.B. Fuller and Childers Products Nos are
listad below by adhesi�efcaating type�.
1. Lagging adhesive: 30-40, CP50.
2. Vapor bar�ri.er coating: 30-35, CP30.
3. Vaporseal adhesive: 85-75, Cl'82.
4. Duct adhesive: 85-20, CP82.
5. Sealing com,pound adhesi�e: 30-45, Cl'70.
5. Weatherproofxnastic: 35-01,CP10-l.
2.02 INSULATION FOR HOT PIPING (TYl'E T-1) �
A. Hat piping systems include but are not limited to:
I. Hnt glycollwater heating syskem.
B, Insuiation Material
1. Indoor and Outdoor 1'iging - Molded rigid fiberglass sectional pipe insulatian rated to 500
degrees F. The insulation shall ha�e a minitnum density of 3.S lbslcu ft and a ma�cimum "K"
factor of 0.29 at 200 degrees F mean temperature.
2, Buried Piping - Molded rigi� cellular glass sectional pipa insulation rated to 900 degrees F. The
insulation shall have dcnsity of 8 pounds per cubic foot and a maximun� "K" factnr of 0.33 at 75
degrees F m�an temperature. Water vapor permeability shall be negligible. The insulation shall
be certiiied ta eonform t� the requirements of AST C552 "'�pecification for Cellular Glass
Thermal Insulation."
C. 7acket
; 1. Indooz Piping - Jacket shall be kraft paper bonded to alurninum foil reinforced with fiberglass
yarn and self sealing lap.
2. Indoor Piping at Trafiic Level -]acket shall be kraft paper bonded to aluminum foil reinforced
' with fiberglass yarn and self sealing Iap with field applied 0.016-in thick aluminum jacket.
3. Dutdoor Piping - Jacket shall be factory or field applied O.DIb-in thick alurninum.
4. Buried Piping - Jacket shall be a self sealing, �non-naetallic sheet, Pittwrap CW by PittsUurg
Corning, or e qual.
➢. Fittings Covers
1. Indaor Piping - Pre�molded one piece PVC covers.
2. �utdoor Piping - preformed alumi�nuzn covers.
Fls2so.doc
15250-3
1 D/I 1101
City of Forl Worth
Rolling Iiills WTP
Backwash Sapply System
E. Acceptable manufacturers shall be Manville Corp.; Certain-TEed; Qwens-Corning FiherrgIas, Pitisburg
Corning Foamglas, or equal.
2.03 INSLJLAT70N FOR COLD PIPING WITH VAPOR BARRIER (TYPE I-3j
A. CoId piping systerns with vapar barrier include but are nat limited to:
1. Chilled glycoI/water system.
B. Insulation Material
1. Tnfloor and Outdoor Piping - Molded rigid fiberglass sectional pipe insulation rated 500 degrees
F. The insulation shall have a minimum density of 3.5 �bs/cu �t and a maximum "K" factor of
0.24 ai 75 degrees F mean temperature,
2. Buried Fiping - Molded rigid cellular glass sectianal pipe insulation rated fo 900 degrees F. The
insulatian shall have den.sity of 8 pounds per ouUic foot and a maximum "K" factor of 0.33 at 75
degrees F mean temperature. Water vap�r perrneability shall be negligiUle. The insulation shali
be certiiied to conforn�, to the requirements of ASTM C552 "S�aecification for Cellular Glass
Thermal Insulation".
C. Jacket
Indoor Piping Jacket shall be kra�t paper bonded ta alurninum f�il reinforced with fibergIass yarn
and self sealing lap witll a maxim.urn permeability of Q,42 perms.
2. Ixadoor Piping at Trafiic Leve1- Jacket shall be kraft paper bonded to aluminum fdil reinforrned
with fiberglass yam and self sealing Iap with a m�iznum permeability o:f OA2 perm with �e1d
applied D.016-in thick aluminum jacket.
3. Outdoor Pipin.g - Jacket shall be draft paper Uonded ta aluminum foil reinforced with fiberglass
yar� se�f sealing lap with a rnaximum permeability of 0.02 perms with field applied 0.016-in
thick aluminum jacket.
�. Buried Piping - Jacket shall be a self sealing, non-metaIlic sheet, 1'ittwrap CW by 1'ittsburg
Corning, ar eq�xal.
T�. Fittings Covers
1. Indoor Piping -�'retnolded one piece PVC covers.
2, Outdoor Piping - Preformed aIuminum covers:
E. Accepta�le rnanufacturers shall be Manville Cotp.; Certain-Te�d; Owens-Corning Fiberglas, Pittsburg
Corning Foamglas, or aqual.
2.04 INSULATION FOR DUCTWORK-BLANKET TYPE (TYPE I-5)
A. Blanket type duct insulation applications include but are not 3imtted to:
Concealed round and rectanguIar hat, cold, and hoticold ductwark.
2. Exposed round hot ductwork.
�'lszso.doc 15250-4 ton ��al
City of Fort Worth
Rolling Hills WTP
Backwash Supply 5ystem
3. Expased raund cold and hoticold ductwaxk.
B. Insulation Material - Fibrous glass insulation, nninimum density 1 1b/cu ft, maxiznum. "K" factar of
0.29 at 75 degrees F mean temperatnre.
C. Facing sk�a]1 Ue factory applied vapor barrier 0.10 perzn consisting of gl�ss �ber sc�ri�zxr xeznfarced
Iarninated £acing af 2 mil aluminum £o�l and kr�.ft paper.
, D. Acceptable manufacturers shall be owens-Corning Fiberglas; Marnville Corp.; Gertain-Teed, or equal.
' 2.05 1NSULATION FOR DUCTW�RK-FIBERGLASS BOARD TYPE (I-6)
A. Fiberglass board type insulation appiications include but are not Iznazted to:
1. Exposed rectangular hot, cold and hot/cold ductwork.
., B. Insulation Material - Fibrous glass insulation, miniz�num density 3 Ihslcu $, maximuni� "K" factor of
Q.24 at 75 degrees F mean temperature.
� C. Facing sha11 be factory applied vapor barrier OA2 perm, cansisting of glass �`iber �crim reinfarced
� lamanated facing of 2 mil aluminum foil and kraft paper.
D. Acceptable manufacturers shall be Ovwens-Garning �iberglas; Manville Corp.; Certain-Teed, or equal.
2.06 INSULATION FOR HOT EQUIPMENT (TYPE I-10)
. � A. Insulation for hot equipment applications include, but are not limited to;
� 1. Hot water pumps.
� 2. Air separators.
3. Che�nical feeders.
4. Expansion Tanks.
, B. Insulatio� Material - Fibrous glass semi rigid board rated to 45Q degrees F. The insulation shall have
a minirnum density of 3 ibs/cu ft and a minrmum "K" factor of 0.24 at SQO degrees F.
C. Jacket sh.all be field applied glass cloth.
D. Acceptable rnanufacturers shall be �wens-Corning FibergSas; Manville Cor�a,; Ceitain-Teed, ox equal.
2.07 INSULATION FOR COLD EQUIPMENT (TYPE I-11)
A. �sulation for cold equipment applications include, but are not lirnited to:
1. Chilled water pnmps.
2. Chennical feeders.
3. Expansion tanks.
F1525d.doc 1 SZS�-S 10/11/01
Ciry of Fort WarEh
Rulling Hills WTP
Baokwash Supply System
B. Insulation Mattrial - Fibrous glass semi-rigid baard rated to 450 degirees F. The insulat�an shall have
a zninimum density of 3 lbslcu ft arxd a rnaxirnum °K" factor af 0,24 at 75 degrees R.
G. �acket shall be field applied �iass cloth with vapor barrier.
D. Acceptable znanufacturers shall be Owens-Corning Fiberglas; Manville-Corp.; Certain-Teed, or equal.
2.08 INSULATION F�R PIl'ING WITHOLTT VAPOR BARR�ER (TYPE I-12)
A. Piping sys#enns without �apar barrier include but are not limited ta;
Potable and Utility Water, Outdoor.
2. All Chemical Pipxng, Outdoor.
Instrumentation, Pzpzng Ca�rying Water, Qutdaox.
B. Insulation Material - MoIded rigid fiberglass sectional pipe insulation rated to Sq0°�. The insulation
shall have a minimum density of 3.5 paunds per cubic faot and a rnaximum "K" factor of 0,24 at 75°F
mean temperature.
C. Jacket shall be la'aft paper bonded ta aluminum foil rein.foxced with fibergiass yarn and self sealing lap
with factory or field applied 0.016-in thick alurninuna jacket.
D. Fittings Cavers ahall be perfortned aluminum.
E. Acceptable manufacturers shail be Manville; Certain-Teed; Owens-Co:rning �iberglas, or equal.
2.09 HEAT TRACING
A. AlI piping, �al�es, ar equipment noted to be heat �raned on the Drawings, shall be heat trac�d with a 5
watts/linear faot applicatian. The pipes to be heat traced inciude but are not Iirriited to the �#-inch
utiliiy wat�r lines and 1 I12-inch oil supply and return Iines at the High 5ervice Pum� Station. Heat
tracings shall be provided on those lines which are less than � feet below �inish grade or located in
trenches.
B. The Contractor shall furnish and install on such pipelines, val�es, or equipment an electric heat tracing
system cansisting of flat, flaxible, low heat-density eIectrical heating strip of se�f-linniting parallel-
circuit const�uctaon consistin� nf an inner core of conductive m.aterial between two para11e1 copper bus
strzps. The strip shall be cut-to-length inf eId and installed on pipelines, valves, and equipment, as
requi�ed.
C. The electrical insulatian of #he heater strip shall be rated at 1$p°F nt�inimum temperature exposuxe and
shall be suitable for 115V, 208V, 230V, or 277 volts as indicated on Drawings ar as available. The
heat #racing system shaJl be complete with all necessary power connections, end seals, adjnstable
thermostats, and electric traced sigins per manufacturer's instructions.
�ART 3: EXECUT70N
3.01 GENERA.L
A. Do not apply insulation priar to testing and acceptance of pipin.g, ductwnrk and/or equipnnent. Clean
dust, dirt, grease and rnoisture fronn surfaces afpipe and ducts before applying insulation or insulation
adhesives. Nazneplate� and equipment certification and data tags affixed to any piece of apparatus
F1525p.doc 15250-6 I0111/01
City of Fort Worih
Rolling Tii]!s WTP
• • Backwash Supply System
s1aa11 not be covez'ed. Where two layers of insulation are used, stagger a11 joints both ways. Secure
each layer independently. Continue insulation and jacicetivag thr4ugh walls, partit�Qns, floors and pipe
steeves.
B, Insulation, adhesives, coatings and vapor barrier xnaterials shall Ue ap}�lied in accordance with
manufacturers recommendat�ons. Do not apply these znaterials when ambient temperature is ahave ar
below the rnaximum and minirnum ambient temperature respectively, specified as limits by the
nr�anufacturer.
C. All penetrations through a vapor barrier for haalgers instruments, etc, sha�l be sealed to pravide a
cornplete uapor barrier. The use of staples or athez faste�ars that penetrate the vapor barrier is nnt
permitted.
3.02
' A.
INSTALLATTON OF PIPING INSULATTON
pipe shields and pipe saddles shall be provided as specified in Seciion� 155D5.
B. Vaporseal adh�siwe shall be used to seal seams and to butt sections on all cold piping if self sealing
� laps are nat provided. The use of staples or any other fastening metl�od that would penetrat� the �apor
barrier will not be permitted an cald piping systems. Stagles may be used on hot piping systems
' where ther� is no potential for condensation.
C. Where piping is provided with eleetric or steaxz� heat tracing the ins�xlation shall not be installed untiI
� the heat tracing has beeza tested and accepted. InsuIation shall be sized to allow for the heat tracing
,
line without deforming the iYisulation.
, D. Where supports, anck�ors ar guides are in direct conta�t with cold piping, insulate the item in contact a
distance of four times the insulation thickness. Clamps and non-welded support devices shall �e
contained within the insulation.
' E. On vertica] risers exceeding 15-ft in height, provide intermediate support for the insulatian. For
carbon steel pipe, tl�is support shall consist of angle clips of angle clips or other suitable devices
�velded to the pipe at abo�t 15-ft an centers and concealed by the pipe covering. On non-carbon ste�l
� �riping, clann.ps or other non-welded devices shall be used.
F. Unless otherwi�e specified insulate all valves, control valves, fittings, pipe specialtias and all other
componenis that could be construed as being part of the piping system. Insulate valve bannets to a
point just below the stuf�ing box.
G. Bridge flanges, unions, and pipe line strainers with block or sectional insulaiion wired in place. Wire
shall be black steel, annealed. Stop the pipe insulatian a snfficient distat�ce to allow removal of flange
bolts withaut ciisturbing the pipe insulation and extend the biock, at Ieast 2-in over the adjacent pipe
� insulation. FiII vaids with blank�t insulation.
3.03 1NSUI,ATION F�R HOT PIPING (TYPE I-1)
A. Installation
• 1. Apply insulation in thickness indicated. Laps and joints shall be sealed using self-sealing laps ar
outward clinch staples. Laps in horizontal piping shall be at the top.
� 2. Where �actary applied aluminum jacket is used for outdoar piping factory supplied aluminum
� closures with sealing cornpound shall be used at all j oints, Seaxns shall be located to shed water.
� F15250.dac 1$�Sa-i 14/11101
City of Foet Worth
Ro]Iing Hills WTP
Backwash 5upply System
Where field applied aIuminum jacket is used for outdoor piping or indoor piping ai tra#'iic level,
the j acket shall be attached with aluminurn drav�r bands lacated within 3-in of each j oint and 2�-
in on c�ni�r maximum. 7acket on nutdonr piping shall have joints arranged to shed water.
4. �ittings shall be wrapped with blanket insulation to prouide the same insulat�on �alue as xequired
fox straight piping. PVC iittings covers where speciiied shall be aYtached with tacks and taping
to the adjacent pipe insulation. Aluminum fitting covers shall �e attached by aluminum draw
bands r�it�i joints located ta shed water,
B. Insulation thickness shall be as sgecified in the respective pipirtg system sections.
3.04 INSULATION FOR COLD 1'IPING WTTH VAPOR BAIt1tIER {TYPE I-3)
A. Installation
l, Apply insulation in thic�Cri�sses indicated. Laps and joints shall be sealed using s�1f-sealing laps
or vapQr barrier tape. Lap in horizontaI piping shall be at the top. Seal ends of insulation
sections at flanges, valnes and fittings on 15-ft eenters in straight pipe vvith vapor barrier coating
that extends fram vapar harrier jacket to the piping. All penetration oFthe vapor barrier shall be
sealed vapor tight, including s#aples if used.
Where field applied aluminum jacket is specified the jacket shall be attached with alumi�uzm
draw �at�ds located within 3-in qf each joint and 2�-in on centers maxitnum. Jackets an outdoar
piping shall have j oints arranged to shed water.
�ittings shall be malded fiberglass or mitered sections of pipe insulat�an to provide the same
insulatian value as required far straight piping. PVC fitting cavers, where specified, sh,a11 be
sealed with vapors�al adhesive. Circumferential edges shall be wrapped with vapar barrier tape.
Where preforimed aluminumfi�ting covers are specified a vapor barrier coating reinforced �vith
glass cloth shalI be applied directly to the insulation before installing the fitting cover. The
�apor baxrier shall Ue insta�led in accordance with the coating manufacturer's instr�ictions.
Alunninum fitting covers shall be attached with aluminum draw banda with j oints locat�d ta shed
water.
B. Insulation thickness shall be as specified in the respeetive piping systern section.
3.d5 INSTALLATOIN OF DUCT INSULATTON -GENERAi.
A. For purposes of insulation, flexible ductwork shall be treated as sheet metal ductwork.
B. All cold ductwark shall Ue provided with a vapor barrier. Where the method af attachment causes
penetrations of the vapor barri.er such penetrations shall be seale�d with vaparseal adhesi�e and vapar
barrier tape.
C. All outside corners of ductwork in the traffic level shall be protected by sheei �etal angles. Angles
shall be 22 gauge galvanized s�eel with 2-in legs. Angles shall b� attached tn �e outside of the vapor
barriex with adhesive. The entire inside surfac� of the comer angle shall be coated with adhesive
before being installed.
D. All ductwork, except as specifically noted belo�v, shall be ins�iated unless approved in writing by fihe
Engineer.
1. Process exhaust ductwork un.less otherrwise noted on the Drawings or as specified herein.
F 15250.dac 15 25 0-8 � ai uo i
City of Fort WoRh
Rolling Hills WTP
Backwash Supply System
2. Toilet exhaust.
Exposed supply and return air duciwork located in the area it serves.
4. Retum au ductwark located in ceiling spaces above the area it serves, except where retum
ductwork is installed in ceiling spaces wi� a roof abave.
3.06 INSULATION �'OR DUCTWORK-BL�NKET TYPE {T�PE Z-5
A. Hot Ductwork
Apply insulation in t�ie thickness listed below. Adhere insulatian to the duct suriace with
adhesi�e applied in strips 6-in wide on 12-in centers. Butt all joints and lap jacket 2-in over
adjoining jacket. Seal all lap joints with vapQrseal adhesive and staples. For ducts 30-in wide
and over, additionally support insulation bottom of duct with rovvs of welded or adhesive clips
and washers on 18-in cen�ers.
2. Insulation thiclrness sha1Z be as specified in Section 15890.
B. Cald and HotlCold Ductwork
Installation - Apply insulation in the thiclrness listed below. Adhere insu3ation to the duct
surface vvitla adhesive applied in strips 6-in wide on 12-in centers. Butt all joints and lap jacket
2-in ov�r adjoini�g jac�et. SeaI all lap joints with vaporseal adhesi�e and staples. For ducts 30-
in �wide arid aver, additionaliy support insulation nn bottorr� of duct with row� of welded or
adh�sive clips and washers an 1$-in centers. Seal penetrations, staples and ternunations of vapor
barrier with vapor barrier coating,
2. Insulation thicicness sha11 be as sp�cified in Section 15890.
3.07 INSiJLATION FOR DUCTWORK-FIBERGLASS BOARD TYPE {TYPE I-6)
A. Hot Duclwork
3. I�nstallation - AppIy insulation in the thickness indicated. Impale tha in�ularion over surtable
znechanical fastensrs, such as welded pins �or approved adhered pi�s, applied to duct suxface an
12-in to 18-in centers. Use a minirnum of two rows of fasteners an each side of duct. Secure
insulation in place vclith suitable self-locking caps pushed inta the pins. All joints and breaks in
insulation and pin heads shall be sealed vrith �apar barrier tape. All insulation raw edges and
butt joints are to be sealed off with either pressure sensitive duct tape ox lagging adt�.esive.
Groove insulation io cover standing sea'rns or stiffeners or butt to the standing seams or
stzffeners. Extend facing continuously over sta�c3ing seams ar stiffeners to provide a continuous
fizaish.
2. Insulation thiclrness shall be as specified in 5ection 15890.
B. Cold Ductworlc
I. Installation. - Apply insulation in the thickness indicated. Fasten insulation to sheet metal duct
with weld pins or approved adhered pins and clip washers. Place pins an 12-in centers located
near edge of insulation and with a minimum of tow rows per side. Impale insulation on pins.
Attach clip washers so that they rest on the surface of the insulation without indent. Cut offpins
flush with surface of washers. Seal penetrations with aluminum vapor barrier coating. Groove
insulation to cover standing seams or stiffeners. Exisnd vapor barrier facing continuously over
F15250.doc 1 SZ$�-g 10/11/01
1�
. �
.�
.�
�j
1�
�,
1
s�
, ������� ��
� ���� �
� ���
,
�
1
i �,�
,�
a�
�.11
� 9-`
l�
�
.�
�
City of Forf Worth
Rolling Hills W'I'i'
Backwash 5uppiy System
SECTION 16000
PART 1 GENERAL
1.01 SCOYE OF WORK
A.
:
�
C
ELECTRTCAL - GENERAL PROVISIONS
Furnish all labor, materials and equipment required to install, test and provide an operational,
electrical system as specified and as shown on the Drawings.
The work shall include fuxnishing, installing and testing the equipment and materials detailed
in the following speciiication Sections:
Section
16000
15110
16120
16I21
I614b
16i50
16170
16191
I6�30
1647Q
16480
165Q0
16b00
16660
Title
EIectaical - General Pro�isions
Raceways, Boxes, Fittings and Supports
Wires and Cables (600V Maximum)
Medium Valtage Cable
Light Svaitches and Receptacles
Mators 240 Horsepawer and Below
Metal Framing
Miscellaneous Equipment
Pad mounted Transformers
Panelbnards
Mator Control Cent�rs
Lighting System
Underground Systern
Grounding System
The work shall include the cost, furnisYung and installing the following in the contract price:
1. Conduit, wire and field connections for all moiors, motor contrallers, con.trol devices,
cantrol panels and electrical equipxzaent fumished under oth�r Divisions of these
Specifieations. The Gontractor sl�all coordinate with the supplier of electrical
equipment specified uzader o�er Divisions.
2. Cdnduit, wiring and terminations for all field-maunted instruments furnished under
other Divisions of these Specificatians, including process instrumentation primazy
elements, transmitters, lacal indicatozs and control panels. Lightning and surge
proteetion equipment wiring at process instruz�nentation transmitters. Install vendor
furnished cab�es specified under other Divisions of these Specifications.
3. Power winng for all heating, ventilating, and air condiiioning equipment furnished
under other Di•visions of these Speci£'ications, including power vuiring for 120V unit
hea�er mo�ors and thermostats.
�
The electrical subcontractor for this proj ect shall have the following minimum qualifications.
�i6oao.do� 16000-1 43lI 1/02
City of Fort Warth
RollingHills WTP
Backwash 5upply System
1. A minimum of five years in business
2. Previous experience in Iarge water and wastewater projects.
3. Pre�ious worl� experience in mediuxn voltage switchgear and large horsepower
motors.
1 A2 RELAT�D WORK
A. Excavation and backfilling, including gira�vel or sand bedding �'oz underground electrical work
is specified in Division 2.
B. Concre�e work, includin.g concrete electricaI duct �ncasement, is specified in Divisinn 3.
C. Except for directly con#rolled, single phase, unit heater thermostat �cviring, aIl automatic
temperature control wirit�g for heating, ventila�ing and air canditioning equipmetit
(thermostats, duct svvitches, P-E s�witches, dampers, automatic temperature conirol panels, etc}
will be fumished and installed under Division 15, unless atherwise indicated o�a the
Drawings.
1.03 SUBMITTALS
A. Subznit shap drawings in accoxdance with 5ection 01300 for equipment, materia�s and ather
items furnished under Divisian 16.
B. Shop drawin.gs sha11 be submitted for th� following equipment:
1. Raceways, Boxes and Fittings
2. Wires and CaUles
3. 11�iscellaneou� Equiprnent (a� speciiied in Section 16I91)
�4. Panelboards, Switchboards
5, Pad mounted Transformers "
6. Motor Control Centers �
7. Lighting Fiactures and Lamps
S. Switches, Receptacles and Co�ers
9. Maiaboles and Handholes, Frames and Covers
10. Grounding Hardware and Cannections
�is000.ao� 1 b000-2 a3�x ��az
City of Fort Worth
Aalling Hills WTP
Backwash Supply Systero
�
C. Check shop drawings for accuracy and con�ract requirements prior to submittal. Shap
drawings shall be stamped �with the date checkcd and a statement indicating that the shop
drawin�s conform ta Specifications and Drawings. Shop Drawings shall be organized by
specification sectian and shall be clearly marked tn indicate which items are applicable on
each cut sheet page. This staternent shall also list all exceptions to the Specificatians and
Drawings. Shop dravcrings not so checked and noted sha11 be returned.
' D. The Engineer's check shall be for canfor�nance with the design concept af the project and
. compliance with the Specifications and Drawings. Errors and omissions on approved shop
drawings shall �ot reli�ve the Contractor from the respansibility flf providing materials and
,� worlananship required by the 5`pecifications and Drawings.
E, All dimensions shall be field verified at the j ob site and coordinated with the work of all other
trades.
F. Material shall not be ordered or shipped until the shop drawings have been appraved. No
material shall be ardered or shop work started if shop dz�awings are marked "A�'PROVED AS
NOTED - CONFIRM", "APPROVED AS NOTED - RESUBMIT" nr "NOT APPROVED".
G. Operation and Maintenance Data
1. Submit operations and rnaintenance data for equipment furnished underr this
Division, in accordance with Section 01730. The manuals shail be �repared
specifically for this insta3lation and shall include catalag data sheets, c�awizags,
equipment lists, descrzptions, parts lists, etc, to instruct operating and maintenance
personnel unfamiliar wi� such eqaipment.
2. Manuals shall include the follovving as a minimum:
a. A coxnprel�ensive index.
h. A complete "As-Built" set of appro�ed shop drawings.
c. A cornplete list of the equipment supplied, including seri al numb�rs, ranges
and pertinent data.
d. A ta�Ie ]istin� of the "as left" settings for all timing relays and alarrn and trip
set points.
e. �ystem schematic drawings "As-Built", illustrating a�I components, piping
and electric con.nectians of the sysierns supplied ur�der this Sect�ian.
f. Detailed service, maintenance and opera�ion instructions for eack� itern
supplied.
� ib000.ao� 16000-3 o�n �loz
CityoFFort Worth
Raliing Hills WT'P
Backwash SupplySystem
g. Special maintenance requirements particular to this system shall be clearly
defined, along with special calibration and test procedures.
h. The operating instructzons sha11 also incarporate a functional description o�
the eniire system, with references to the systerns schematic drawings atad
instruc#ions.
i. Complete parts list with stock numbers, iuncluding spare parts.
1.04 REFERENCE STANDARDS
A. Electric equipment, materials and installation shall comply with the current Naiional
Electrical Code (NEC) and with the Iatest editinn oithe following codes and standards;
1. Naiional Electrical Safety Cade (NESC)
2. Occupaiional $afety and HeaItk� Act (OSHA)
3. National Fire Protection Associatzon (N�'PA)
4. National Electrical Manufacturers Association (NEIbIA)
5. American National Standards Instztute {ANSn
b. Insulatad Cahle Engineers Assaciation {iCEA}
7. Instrument Society of America (�SA)
S. Underwri�ers Laboratories, Tnc. (UL)
9. Factary Mutual, Inc. (FM}
10. International Electrical Testing Association (NETA)
B. Wh�re reference is made to one af the above standards, the revision zn effect at the time of bid
opening shall apply.
1,OS AREA CLAS�IFICATION & ENCLOSURE TYF�S
A. Unless otherwise specifi�d herein or shown on the Drawings, electrical enclosures and
asaociated installations shall have the %llowing ratings:
1. NEMA lA. gasketed or NEMA 12 for dry, non-process indoor locations, air
candition�d roams only.
2, NEMA 4� Stair�Iess st��l for all other lacations on the project,
1.06 SERVICB AND METERING
Fi�aoa.ao� 1600Q-4 o3�i vo2
City of Fort Worth
Rolling Hilis WTP
'� Backwash Supply 3ystem
A. Refer to Drarving %r informarion on the electrical set�vice and metering reiating to
this project.
1.07 HA7ARDOUS AREAS
A. Equipment, materials and installation in areas designated as hazardous an the Drawings shall
conrzply with National Electrical Code Az-�icles 500, 501, 502 and Sfl3.
B. Equiprt�ent and materials installed in hazardous areas sha1l be UL listed for the appropriate
hazardous area classification..
� ,
C. Locatzons of hazard�us areas shall comply with NFPA 820.
1.08 CODES, INSPECTION AND FEES
A. Equipm.ent, znateria�s and installation shall comply with fhe requirements of the local
, � authority 3�a�+ing ju�sdiction.
� B. Obtain all necessaty pennits and pay all fees required for pernzits and inspections.
,
1.09 TESTS AT]D SETTINGS
A. Test systems and equiprnent furnished under Division 16 and r�pair or replace all defec�ive
work. Make adjustments to the systams and instruct th� Owner's personnel in the propex
operation of the systems.
B. Make the following minimum tests and checks prior to energizing electrical equipment:
1. Meehanical inspection, testing and setting of circuit breakers, disconnect switches,
motor starters, cont�al equipment, etc for proper operation.
2. Test grounding system as �pecz�ed in Seation 16650.
3. Test motor control centers as speci�ed in Section 16000.
4. Test 600 volt wires az�d cables as specified in Secti.on 1612Q.
5. Check wue and cable ternvnatians for tightness.
G. Field set transfo�aer taps to obtain the proper secondary voltage.
7. Check motor nameplates for correct phase and voltage. Check beai7ngs for proper
Subrication.
_ 8. Check the ampere rating of thermal overloads for motors and submit a typed record
to the Engine�r of same, including MCC cubicle iocation and laad designation, mott�r
service factor, horsepower, full load current and starting code Ietter. If
incansistencies are found, new thermal eiements shall be supplied and installed.
FL6040.doc 16�d�-5 Q3/l 1/02
City oiFoR Warth
Rolling I�ills WTP
Baokwash 5upply System
9. Check rotation of motors prior to energizatian. Disconnect driven equipment if
darnage could occur due to wrong rotation. If it rotates in the w�-ong direction,
correct it.
10. Check interlocking, contra] an.d insnument wiring for �ach system and/or part of a
system to p rove that the systern will function properl� as indicated by schematic and
wiring diagxains.
11. Verify all terminations at �ransformers, equipment, panels and enclosures by
producing a 1-2-3 roa:ation an a phase sequenced mator v�hen connected t� "A", 'B"
and "C" phases.
C. Testing shall be scheduled and coardinated with the Engineer at least two weeks in advance.
Frovide qualified tast personnel, instruments and test equipment.
D. Make the following zninimum tests and chec�s prior to energizing eIectrical equipmezat.
Testing shall be perfarrned by an uadependent NETA certified testing fiz-�.. 5ubmit test
reports upon completion in accordance with Sectian 013Q0.
Test and caliUrat� protective relays and circuit breakers,
1,10 INTERPRETATION OF DRAWINGS
A. The Drawings are not zntended to show exact locations of conduit runs, Coordinate the
conduit installation with e�cisting and praposed undergraund structures, pipes and utiIities,
and with other trades and the actual supplied equipment.
B. �nstall each 3 phase circuit in a separate conduit unless otheruvzse shaWvn on tha Drawings,
C. Unless otherwi�e approved Uy the Engineer, conduit shown exposed shall b� installed
exposed; conduit shown conc�aIed shall be installed eoncealed.
D. Where circuits are shown as "home-runs" alI n�cessary fittings and boxes shall be provided
for a camplete raceway installaiion.
E. Verify the �xact loca�ions and mounting heights df lighting #ixtuxes, switches and receptacles
pri�r to installation.
F. Except where dimensians are shawn, the locatiozas of equipmant, fi.xtures, outlets and siznilar
devices showzi on the Drawings are approxirnate only. Exact locations shaIl be dete�niried by
tk�e Contractor and approved by ihe Engineer during constructian, Obtain infarmation
relevant ta the placing of electrical work and in cas� of any interference vwith other wark,
proceed as directed by the Engin�er and fiarnish all labor and materials necessary ta cornplete
the vvork in an approved manner.
G. Circuit layouts are not intended to show the number of fittings, or other installation details,
Furnish all labar and materials necessary to install and p�ace in satisfactary operation alI
power, lightzn� and other electrical systems shown.
F isaoo.ao� 16000-6 n3n voz
City of Fnri Worth
Rolling Hills �VTP
Backwash 5upply System
H. Redesign �f electrica] ox mechan.ical work, which is requireci due ta the Cantractor's use of an
alternate item, arraz�gex�nent of equipxa�ent andlor layout other than speci�ed k�erein, shall be done
Uy the Contractor at hislher own expense. Redesign and deta,iled plans shall be subznztted to the
Engineer f�r approvaI. No additional compensation vwill be provided for changes in the work,
either hislher own or others, caused by such redesign.
�. Raceways and conductors for lighting, switches, receptacles and other �niscellaneous low
voltage power and signal systerns as specif �d are not shown on ihe Drarvings. Raceways and
conduciors shall be provided as required for a complete and aperating system. Refer to riser
diagrams for signal system wiring. Homeruns, as shown on the Drawings, are to assist the
Contractor in identifying raceways to be run exposed and raceways to be run coneealed.
Raceways installed exposed shall be near khe ceiling ar along walls of the areas through which
they pass and shall be routed to avoid conflicts with HVAC ducts, cranes hoists, monorails,
equipz�nent hatches, doors, windows, etc. Raceways installed concealed shall be run in the
cen.te�' af conerete floor slabs, above suspended ceilings, or in partitions as required.
The Contractor sha11 run all canduit and wire to the PLC tertninatian cabinet, wh�'e
designated an the drawings. The Contractor shall z�un all conduit and wire as showia on the
drawings. The conduit and wire as 5hown on the interface drawings may not necessarily be
shovvt� on the floor plan.
K_ InstaIl cnnductors ca7rrying low voltage signals (typicaIly twisted shielded pair cable�) in
raceways totally separate from all other raceway�s containir�g power ar 120 volt control
I conductors.
1.12 SIZE OF EQUIl'NfENT
A. Invesiigata each space in the structure through which equipment must pass to reach its imal
location. Coardinate shipping splits with the manufacturer to pemut safe handling and
passage ihrough restricted areas in ihe structure.
B. The equipment shall be kept upright at all times during storage and handling. When
equipment must be tilted for passage through restricted areas, brace the equipment to insure
th.at the tilting does not impair the funetional integrity of the equipment.
1.13 RECORD DRAWING�
A. As the wark progresses, legibly record all field changes on a set of praj ect cQntract dzawings,
hereuaafter called the "record drawings".
B. Record drawings shall accurately show the installed condition of the failowing items:
1, One-Iine Diagrams.
2. Raceways and pull boxes.
3. Conductor sizes and conduit fills.
4. �ane� Schedules.
� i s000.aa� 16QQ0-7 a3n �roz
City of Fort Wortr
Rnlling Hilts WTP
Backwash Supply 3ystem
5, Control Wiring Diagrams.
6. Lighting Fixture Schedule.
7. Lighting fixture, receptacle and switch outlet locatzons.
8. Underground raceway and duct bank routing.
9. Plan view, sizes and locations of switchg�ax, distribution transformers, substations,
rnotar control centers and panelboards.
C. Sub�it a schedule of coni�ol �n�iring raceways and wire numbers, iulcluding the �ollowing
info�at�on:
1. Circuit origin, destination and wire num�exs.
Rield uviring terminal strip nam�s and numbers.
D As an alternate, poini-to-point coz�nection diagrams shawing the same information ma}� be
submitted in place of the schedule of con�ro� wiring racevcTays and wire numbers.
E. Submit the record drawings and the schedule of control wiring raceways and wire numbers
{or the point-ta-point connection diagram} to the E�gi.neer.
1.14 EQUIPMENT INTERCONNECTIONS
A. Revier� shop drawin.gs of equipment furnished under atlaer Divisior�s of this Speciiication an.d
prepare coordinated wiring interconnection diagrams or vviring tables, Submit copies af
wiring diagxams or tables wiih Reeord Drawings.
B. Furnish and install all equipment interconnections.
1.15 MAT�RIt1LS AND EQUIPMENT
A. Materials and equipment shall be new, except where specifically identified an Yhe Drawings
to be re-used. �
B. Material and equipment af the same type sh.all Ue the product of ane manufacturer and shall
be U�., listed.
1.16 EQLTIPMENT IDENT�'ICATION
A. Identify equip�nent {disconnect switches, separately �aaountad motar starters, control stations,
etc) furnished under Division 16 with the name o#'the equipment it serv�s. Motax cnntrol
aenters, control panels, panelboards, switchlooards, switchgear, junction or termirzal boxes,
transfer switches, etc shall have nameplate design,ations as shown on the Drawings.
�i6000.a� 16QQ0-8 a3�� iioz
City of Fort VJar[h
12olling Hiils WTP
Baakwash �upply 5ystem
B. Nameplates shall be engraved, laxninated plastic, not less than 1/16-in thick by 3/4-in by
2-112-in with 3/16-in high white letters on a black backgraund.
C. Narneplates sha11 be screw mounted to NEMA 1 enclosures. Nazneplates sha.11 be banded ta
all otl�er enclasure types usin� an epoxy ar similar permanent waterpxoof adh�sive. Two
sided foam adhesive tape is nai acceptaUle. Where the equipxnent size does not have sgace
for mounting a nameplate the nameplate shall be perzr�anently fastened ta the adjacent
mounf.ing surface.
PART 2 PR�DUCTS (NQT USED)
1'ART 3 EXECUTI�N
3.01 SL�EVES AND FORMS FOR OPENTNGS
, � A. Pro�ide and place all sleeves for canduits penetrating flaors, walls, partitions, etc. Lacate all
necessary slots for electrical worl� and form before concreie is poured.
,. B. Exact lacations are required for stubbin.g-up and terminating cancealed conduit, Qbtain �hop
- �drawings and tempiates from equipxnent vendors or other subcontractors and locaie the
`' concealed eonduit before the floor slab is poured.
C. Where setting drawings are not availaUle in time to avoid delay in scheduled floor slab pours,
the Engineer may allow the inskallations of such conduit ta be exposed. Requests for this
deviation must k�e subznitted in writing. No additional eompensation �ox such change will be
allowed.
D. Seal all openings, sleeves, penelration and slots as specified in Section 16110.
3.02 CUTTING AND PATCHING
A. Cutting and patching shall be done in a tharoughly workmanlike manner. Saw cut concrete
and x�asonry prior to breaking out sections.
B. Core drill holes in cancrete floors and walls as requirad.
C. Install work at sUch tirne as to require the minimum aznount of cutting and patching.
D. Do not cut joists, bearns, girders, columns or any other structural mernbers.
E. Cut apening anly large enoUgh to allaw easy installation of the conduit.
F, Patching to be of the same kind an.d quality of material as was remaved.
G. The compleied patching work shall restore the surfac� to its ariginal appearance or better,
H. Patching oi waterproofed suz�£aces shall render the area of the patahing completely
waterproofed.
�a�ooa.dQ� 1600Q-9 a3�iiia2
City af Fort WorEh
Ro]Iing I-�ills V�'I'P
Backwash 5upply 5ystem
I. Remove rubble and excess patching materials fronn the premises.
3.03 INSTALLATION
A. Any work not instaJled according to t�e Drawings and Specifications shall be subject to
change as directed by the Engineer. No axtra compensation will b� allowed £ar maldng these
changes.
B. Electrical equipment shall be protected at all times against mechanical injury or damage by
water. Electrical equipment shall nat be s�nred outdaors. Electrical equipxnent shall be stored
in dry permanent sh.eltars. Do not �nstall eiecirical equipment in its permanent location until
structures are weati�ex-tight. Tf any appaxatus has been subj ect t� possible inj ury by water, it
shall ve thoroughly dried nut and tested as directed Uy the Engineer, or shall be replaced atna
additional cost at the Engi.neer's discretion,
C. Equipment that has been damaged s�all be replaced or repaired by the equipment
manufacturer, at the Engineer's discretion,
D, Repaint any damage to fact�ry app�ied paint finish using touch-up paint furnished by the
equipment manufacturer. The entire damaged panel or section shall be repaznted per the field
painting specifications zn �ection 099Q2, at no additional cost to the Owner.
3.04 MA1Vi_TFACTURERS SERVICE
A. Provide rnanufacturer's services for testing and start-up of the equiprnent as Iisted in Table
16000-1.
B. Testing and siartup shall nat Ue combined with iraining. Testing and start-up tizne shall not be
used for manufacturers warranty repairs,
C. Each trip for start-up �vill con.sist of 2 days each and each day an, 8 hour duration. Travel time
shaII not be considered as part of the 8 hours,
D. The Contractor shall pro�ide the cosi af start-up far each equipment as a separate cosf nn this
breakdown of values. If all the training trips are not required for the project, the Owner shaIi
have the optian of extended warranty in spare parts.
3.�5 TRAINING
A. Frovide manufacturer's services for training of plant personnel in operation and mazntenance
of the equipment as listed in Table 1 b400-1.
B, The cost af training grograms to be conducted vaith Owner's personnel shaI] be inciuded in the
Contract Priee. The training and instruction, insofar as practicable, shall be direatly related to
the System Ueing supplied.
C. Provide detailed O&M manuals to supplement the trainiz�.g caurses. The manuals sh.all
include specific details of equipment supplied and operations specific to the project.
Fi6oao.ao� 16000-10 o��t iroz
City nf Fart W orth
Rolling Hiils VJTF
Backwash 5upply System
D. The training program shall represent a cnmprehensive program covering a11 aspects ai the
operation and rnaintenance of each system.
E. AIl training schedules shaIl be coordinated with and at tha convenience of the Owner. Shifi
training may be required to correspond ta the Ovvner's vvarkrng schedule.
F, �ithin 120 days of cont�'act award to the Contractor, submit an overview of the proposed
. training plan. This overview shall include, for each caurse proposed:
"- 1. An overview af the t�raiz�it�g plan.
2. Course title and objectives.
3. Prerrequisite training and experience af attendees.
� 4. Recornrriended types a� attendees.
� 5. Course Cantent - A topical outline.
6. Course Duration.
7. Cnurse Location - Training center or jobsite.
8. CQurse Format - Lecture, laboratory demonstraiion, etc.
9. Scheeiule of training courses including dates, duratian and locaiions of each class.
�
10. A�sumes of the instructors who will actually implement the p1an.
: G. The Engineer will review the training plan submittal with the Owner.
H. Five (S) separately bflund typewritten copies of a11 test reports and related riaanufacturer's data
, shall be submitted ta the Engineer. The cost af all testing shall be included in the bid.
I. The Contractor sball �rovide the Owner with quaiified factory trazned persannel to perform
the trainang. The trainers qualif�ications must be sent with the proposed training schedule
subj ect to the �wner's acceptance of the trainer. If the Owner determines that the proposed
trainer zs not qualified, the contractor shall sul�mit substitute trainers with tlae respective
quali�xcatians for the Owner's acceptance,
7. Refer ta Table 1 b00-1 for iesting and traini�g duration. The cost of the testing and training at
the job site shall he ineluded in the bid. The testing and startup shall he perfartned by a
factory trained service Engineer. Training by Contrac�or or sales representative will not be
acceptable. .
Table 1606D-1
Manufac#urer's Testing and Training Schedule
F1600D.doc l��fl�-� 1 03/11l0�
City of Fort Warth
Rolling Hills WTP
Backwash 5u�ply System
Equipment
Mot�z Cantrol Cenie�s
3.06 TESTING
A.
B.
C,
D.
E.
StartuplTesting
Yes/Min.-4 Trips
I Training
� Na. of Days
� 1. days
1'�a. of Peopie
6
Test syste�ns and equipment furt�.ished under Division 16 and repair or replace a1X defective
work. Make adjustments to the systems and ins�ruct the Owner's personnel in the proper
operation o� the systems.
Make the fests and checks priar to energizing electrical equiprnent as per Paragraph 1.09 Test
and Settings.
Mators
1.
2.
At the time of motor receipt, each motor shall be visually inspected far any physical
damage, and tested per t�.e test form included her�in.
All voltage moiars shall be provided wi.th adequate hea#ing during starage,
Befoxe energizing the machine, visually inspect for serviceabiIity. Check
manufacturer's instruction manual for correct lubrication and ven�ilation. Veriiy that
proper aligz�ment has baen performed. Ch.eck name plate for electrical power
requireme�ats.
4. Test run all motors, preferably uncoupled or unloaded, before placing into regular
�ervice. A check on �he motaz far rotation, speed and cunent to be made and results
recorded. The prnper colar codes for phase identiiications to be maintained. This
may require lead swaps- at the motor for prflper rntation. A xnotar phase rotation
rneter should be used priQr to cannection at motar to prevent late swaps.
Testing sha11 be scheduled and coordinated with the Engineer at least two vv�eks in advance.
Pro�ide qu�lified test personnel, instz'unnents and fest equipment.
Complete the follovc+ing test forms:
Mator Control Centers, Switchboards and Panelboards Test Report: Befarre
energizing any swztchboard, panelboard or niotor control center, ete., the Cantractor
shall perform meg�hm meter tests. Tha measurements shall be made an all phase
busing and the data claecked for conformance with typical manufacturer's data. The
tests must adhere ta manufacturer's testi.ng racommendatians for the proper testing
methods and test volta.ge levels for each piece of equipment. Readings that fall
below manufact�rer°s recommended values will notbe aceeptable and the Contiractar
shall be required to perform. any necessary xemedial action before the busing is
energi�ed. A data sheet shall be snbmitted to the Engineer for each MCC, swiichgear
Fi�aaQ.ao� 16000-12 o3�i ��a2
c�� orFort wo�n
Rolling Hills WTP
� Backwash Supply 5ystem
or panell�oard supplied. The test report sk�ail include the following equipment
inforrnaiion:
a. MCC (SB OR PNL) NAME AND NUMBER:
b. MCG (SB OR PNL) MANUFACTURER
a MCC (�B OR PNL) NAMEPLATE DATA:
VOLTS:
HORIZONTAL BU5 AMI'S:
MAIN BREAKEI2 A1VI�S:
d. IN�ULAT�ON TEST (MEASURED}:
PHASE A-B:
PHASE B-C:
PHASE C-A:
� PHASE A-G:
PHASE B-G:
� �HASE C-G:
� e. TEMPERATURE �F MCC {OR SB) DLJRING TEST (DEG. �):
. �;
£ EQUIl'MENT DISCONNECTED DURING TEST:
g. DATE OF TEST:
. , h. TESTED BY:
�° F. Where test reports show unsatisfactary results, the Engineer may require the remaval af alI
�. defective or suspected materials, equipment andlor apparatus, and their replacement wi�a new
itezns, ail at no cost to the Owner. The Contractor shaIl bearr all cost �'ox a�y retesting.
END OF SECTION
��i
,_
f!
�� : I
Fi6000.do� 16000-13 osn iroz
City ofFort Worth
Rolling Hills �17'
' Backwash Supply SysYem
�ECTION I6110
RAGE'4VAYS, BOXES, FITTINGS AND �UPPORTS
PART I: GENERAL
1.01 S�OPE DF WORK
A. �'urnish and install complete racevvay sysiems as shown on the Drawings and as specified
herein.
B. Raceways and conductorrs t.�.at are listed on the motor cantrol centez one lines andpanelboard
,� schedules are generaliy shown by a homerun on the plans, except whexe they are raquired to
pass through a restricted c�r designated space. �xcept for undergraundruns of encased PVC,
' all canduits sha�l be Aluminum or PVG coated Aluminum conduit.
1.02 RELATED WORK
�,
A. Section 16120: Wires and Cables (600 Volt Maximum)
B, Section 16121: Medium Voltage Gable
1.03 SUBMITTALS
A. The manufacturers' names and pxoduct designation vr catalog nux:nbers oi all materials
specified shall be submitted.
FART 2 PRODUCTS
2.01 MATERIALS
A. PVC Caated Rigid Steel Conduit
i. PVC coated rigid aluminurn conduit shall have a ininimum 0.040-in thick, polyvinyl
chloride coating permanently bondad to rigid aluminum canduit and an intemal
chemically cured urethane or enamel coating. Rigid aluminum conduit sha13 be as
manufactured by the Allied Tube and Conduit Corp.; Wheatland Tuhe Ca.; TriangZe
PWC Inc. or equaL The ends of all �ouplings, fittings, etc. sk�all ha�ve a rninimum of
one pipe diameter in length of P'VC overlap. PVC conduit and fittings shall be
P1as�ibond as manufactured by Robxoy Industri.es, or equal as manufactured by
Triangle PWC Inc. or Occidental Coating Company.
B. Rigid Nonmetallic Conduit
1. PVC conduit shall be rigid polyvinyl chloride schedule �0 as manufactured by
Carlon; An �andian Head Co.; Kraloy Yroducts Co., Tnc.; Highland Plastics Inc. or
equal. Thi�wall conduit designated fnr encasedburial as (Type EB) is not acceptable
in any application.
��6� ia.ao�
16110-1 asn vaa
City of Part Worth
Rolling Hills WTP
Backwash 5upply 5ystem
C. Liquidtigh# Flexible Metal Conduit, Couplings a�n.d Fittings
Liquidiighi flexib�e metal conduit shall have an interloc�ed alumin�zn core, PVC
jacket rated for 80 degrees C., meets NEL Article 351, UL 360 as maziufactured by
the Anaconda Metal Hose Div.; Anaconda American Brass Ca.; American �lexible
Conduit Co., Inc.; Universal Metal Hose Co,; ALFLEX or equal.
2. Fittings used with liquidtight flexible metal conduit shall be extruded from 6a63
a�lo� in temper desi�nation T-1 wi#h maxirriurn 0. �% copper cantaci and shall
canform to FEDSPEC VJW-C-54QC ANSI C80.5, and LJL-6.
D. Ri�id Aluminum Canduit: Rigid Aluminum conduit shall be extruded fram 6d63 alloy in
taz�pe r desi�nation T-1 with m�imum Q,1 % capger content a�nd shall conforrn to FED Spec
WW-C-S40C ANSI C80-5 and�C7L-6.
E. Boxes az�d Fit�ings
NEMA 4X terminal boxes, june�ion boxes, pull boa�es etc, shall be cast aluminum or
Ya inch marine grade aluminum unless otherwise shown on the Drawings. Boxes
shall bave continuously r�velded seams an.d mounting iset. W�lds shalI be ground
smooth. Boxes shall be flanged and shall not have hales ar laiockouts. Box bodies
sY�aIl not be Iess than 14 gauge metal and covers shall not he iess th,an 12 gauge
metal, AlI boxes shall hav� hinged, gasketed doors with stainless steel clamps or
quick locking devices. The t�rxninal boxes shall be furnished with terzninal rnounting
straps and brackets, Terminal bfocks slaall be NEMA type, not less than 20A., 600V.
Boxes shall be as manufactured by Hoffman Engineering Co.; Lee Products Co.;
Keystone/Rees, Inc. or equal. NEMA 4X box shall be used in all areas except non�
process, dry, air conditioned MCC rooms.
2. NEMA 12 tertninal boxes, june�ian boxes, pull boxes etc., shall be sheet aluminum
unless otherwise sho�r� on #he Drawings. Boxes shall have continuousIy welded
seams. Welds sha11 be giraund smooth. Boxes shall be flanged and shall noi have �,�_�
holes or knockouts. Box bodies shall not be less than 14 gauge metal and covers
shall not be less than 12 gaug� metal. All baxes shall have hinged, gasketed doors
with 316 stainless steel cIamps or quick locking devices. Terminal Uoxes shall be
fumished with terminal mounting straps and Urackets. Terminal blocks shall Ue
NEMA type, not l�ss ihan 20A., 600V. Baxes sh�ll be as manufactured by Hoffir�an
Engineering Co.; Lee Producfs Co.; ASCO Electrical pro�ucts Co., Inc. or equal.
NEMA 12 boxes shall only be used in non-process, dry, air conditianed rooms only.
All Uoxes and fittings used wi#h PVC coated conduit shall be fuz-nished with a�VC
coating bonded to tiae metal, the same thickness as used on the coated aluininum
conduit. The ends af couplings and fittings shall have a minimurn of one pipe
diameter PVC overlap to cover threads and provide a seal. The fitting caating
rnanufacturer sha11 be the same as the conduit coating man�aiacturer, and shall be the
same coatiung system.
4. Casfi or malleable iron device boxes shall nat be used.
F�6� io.ao� 16110-2 osiiiio2
City of Fon Worth
Itolling Hills WTP
IIackwash Supply System
5. Cast alunainum device boxes shall be Type FD. All cast aluminuzxa boxes and fittings
shall be capper-free alunniz�um with cast aluxninum covers and stainless steel screws
as manu�actured by the Killark Electric Co.; Cxouse-Hinds Co.; L. E. Mason Co. or
equal.
6. Elbows and couplings shall be PVC coated by the �ame manufacturer supplying the
conduit PVC coating system. Elhows and couplings used with FVC eoated canduit
shall be fumished with a PVC coating bonded to the steel, the saz�:xe thic)�ness as used
on the coated aluminum conduit.
7. Conduit hubs shall be as manufactured by Myers Electric Products, Inc. or equai.
$. Conduit wall s�als for new concrete wa33s below grade shall he O.Z./Gedney Co, type
WSK; Spring City Electrical Manufaciuring Co, type VL�DP ar equal.
9. Conduit waIl seals far cored �aales shall be #ype CSML as manufactured by the
Q.Z.IGedney Ca. ar equal.
10. Conduit wall and floor seals for sleeved openings shall h� type CSMI as
n�:anufactured by the O.Z.IGedney Co. or equal.
11. Combinatian expansion-deflectzon fittings embedded in concrete shallbe Type XD
as manufantured by the Crouse-Hinds Co.; O.Z./Gedney Co.; Spring City Eleetrical
Mfg. Co, or equal.
12. Cornbination expansion-defleciion Fittings installed exposed shall be Type XJ as
manufactured by Crouse-Hinds Co.; O.Z. Gedney Co.; Spring City Blectrical Mfg.
Cn, or equal.
13. Explosian proaf fittings sha11 be as manufactured by the Crouse-Hinds Co.; Appletan
Electric Co.; O,Z,/Gedney �Co. or equal.
1�. Conduit sealing bushings shall be O.Z./Gedney Type C5B or equal.
15. Where used with PVC-coated conduit, fittings shall be coated by the same
manufacturer supplying the conduit coating. Frovide the same coating systern.
J 6, The Kellems�grip to support the ca�iles shal� be stainless steel.
H. Conduit Mounting Equipment
1. All canduit suppnrt clamps, channel, �ut, bolts, washers, etc. not in indaar dry, air
canditioned NEMA 1 areas shall he 316 stainless steel or shall be alwninum
channels, A1I fastener ha7rdware shall be 316 stainless steel.
I. Conduit Identification Plates
L Canciuit identification plates shall be embossed stainless steel witY� stainless steel
�i 6i ia.do� 1611 Q-3 o3r� rro2
City af Fort Worth
Rolling Iiills WT'P
E3ackwash Supp[y 5ystem
band, perznanently secured to the conduit without screws,
2. Identification plates shall �e as manufact�ured Uy the Panduit Garp. or equal.
r. Wall and Floor Slab Opening Seals
1. WaIX and floor slab apenings shall be sealed with "FLAME-SAFE" as n�anufactured
Uy the Thornas & Betts Corp.; Pro Set Systenas; Neer Mfg. Co.; Specified
Technologies, Inc. or equai.
K Wireway
1. NEMA 4X wzreway shall be aluminum with gasketed and hinged covers and
stainless steel screws.
PART 3 E�ECUTION
3.a1 RACEWAY APl'LICATIQNS
A, Unless exact locatiozas are shown on the Drawings, the Cantractor sha11 coordinate �he
placem�nt of conduii and related components with other trades and existing installations.
B. Unless shown on the drawings or specified otherwise, �e conduit type instaI�ed vvifih respect
to the location shall be as follows:
Conrluit Ty,pe
]. Rigid Galvanized Conduii
2. PVC Coated Rigid Csal�anized 5tee1
3. Liquidtight F1exiUle Meta]
�. Flexible {Hazardous Area)
5, Rigid Non-metallic, 5chedule 40
�G. Akuminum Rigid Metal Candui#
Zacatiait
Not acceptable for use.
All embedded conduiY bends (except underground duct
banks) and all conduit stuh-ups to a minimum of 6 above
fnished �loor or grade.
Raceway connection to motors or v[brating equipment in al]
areas.
Same applieations as I.iquidtight except for hazardous areas.
Underground encased in red dyed reinforced cpncrete.
All above grade areas, except for concrete emhedded and
those areas described in Locarions 2 through 5. Abo�e.
Fl6l l0.dac 16 I 10-4 031ll /q2
City nf Fart Worth
Rolling Hi]!s WTP
� Backwash Svpply 5ystem
r
�
1
�
C. All conduit of a given type sha11 be the product of one manufa�turer.
3.(}2 BOX APPLICATIONS
A. Unless otherwise l�ereinafter specified c�r shown on ilae Drawzngs, a�l boxes shall be
aluminum.
B. Exposed switch, recepiacle and lightiz�g outlet boxes and conduit fittings shall 1�e cast
aluminum.
C. Terminal boxes, junet�o� bc�xes and pu�l baxes shall have NE7VIA ratings suitable for t�.e
Iacatian in which they are installed, as specified in Seetian 15000.
3.03 FITTII�IGS APPLICATIONS
A. Combination ex�ansion-deflectian fittings sha11 be used where aanduits cross structure
expansion joints. Refer to �tructural Drawings, for expansion joint locations. Provi�e
Uondin:g jumpers araund fittings.
B. Conduit wall seals shall be used whez'e underground conduits penetrate walls ar at other
lacations showza on the Drawings.
C. Canduit sealing busk�ings shatl be used to seal conduit ends expased to the weat�er and at
oti�ex �ocatians shQvvr� on tha Drawings.
D. Exp�sion fitting on ext�riox conduits risers, where such ris�rs ierminate in equipx�nent
attached to masonxy stxuctures.
3.04 INSTALT,AT70N
A. No conduif smaller than 3/4-in electrical trade size shall be used, nor shall any have more than
the equival�nt of thr�e 9Q degree bends in any one run. Pull baxes sl�all l�e grovided as
rec�uired or di�ected.
B. No wire shall be pulled untzl the condurt system: is camplete in all details; in the case of
concealed worl�, un�il aII rough plastering or masonry has been completed; zn tlae case of
expased wark, until the aonduit system has Ueen cornpleted in every defail.
C, The ends oi all conduits shall be tightly plugged to exclude dust and moisture during
construction, Plug�in� with tape is prohibited, �ven fox a#emparary time.
D. Canduit supports, flther than far underground ra�eways, shall be spaced at intervals of 8-ft or
Zess, as required to obtain rigid construction,
E. Single conduits siaal� be supparted by means af one-ha�e pipe ciamps in eombznation with
one-screw Uack plates, to raise conduits fram the surface. Multiple tuns af conduits shall be
F1 G 1 l0.doc 16110-5 U3lZ 1/02
City of Fort Wortlt
Rolling Hilis WTP
�ackwash 5upply 5ystem
supported on trapeze type hangers with steel horizontal members and threaded hanger rods.
The rods shall be not less than 3/$-in diameter. Surface mounted panel boxes, junction boxes,
condurt, efc shal] be supported by spacers to provide a minimum of 1l2-in clearance between
wall and equxpment.
�. Conduit hangers shall be attached to structural steel Uy means of �eam ar channel clamps,
Whexe attac�ed to eQncrete surfaces, canerete inserts of the spot type shall be provided.
G. A11 conduits on exgosad work, within partitians and above suspended ceilings, shall be run at
righfi angles to and parallel with the surrounding wa11 and shall ctinf`orm to the form ofthe
oeiling. No diagonal runs will Ue allowed. Bends iu parallel conduit runs shall be aancen#ric.
A]1 conduit shall Ue run perfectly straight and true.
H. Conduii terrninating in NEMA 4X and 12 enclosures shall Ue terminated wzth Myers rype
conduit hubs.
I. Conduits containing equipment groundin� conductors and ternainating in boxes shallhave
insulated throat grounding bushings. The wire shall be grounded to tlxe box.
Coriduits shall be installed using threaded �ttings.
T�. Liquidtigh� flexible metal conduit shall Ue used for all mntor ternn�inations, the primary azid
secondary of transformers, generator terminations and ather equipment where vibraiion is
present,
L. F1exiUle coupliz�gs shall be used in hazardous locations f�r �Il motor t�rnjinations and other
equipment where vibranon is present.
M. Where conduits pass through openings in wa11s ar flaor slabs, the remaining operaings shall be
sealed against the passage af flame and smolce.
N. Condurt ends exposed to the vsreather or corrosive gases shall be sealed �vith canduit s�aling
bushings.
O. Expansion fitfings sha11 be used on exposed runs af aluminum conduit where required for
thermal expansion. Installation and number of fittzngs shall be as xecommended by
manufaciurer.
P. All conduit f�oin extemal sources entexing or leaving a motox cantrol center, swit�hboard or
ofiher mul#ip1� compartment enclasure shall be stubbed up into the hottom horizontal wireway
or other manufacturer designated area, directly below the �ertical section in tivhich the
conductors are to be terminated. Conduits entering from caUle tray shall be stubbed into fhe
upper section.
Q. Conduit sealing and drain �ittings shall be installed in areas designated as NEMA 4X or 7,
R. A conduit identi�ication plate shall be installed on all power, instr�unentation, alarm and
cozatral conduits at each end of the run and at intermediate junction boxes, mank�oles, etc.
Conduit plates sha�l be installed before conductars are pulled in#a cc�nd►�its. E�xact
identification plate location shall be coardinated with. the Enginser at the time of installation
to pravide uniformity of placeanent and ease of reading. Conduit numbers shall be exactly as
Fi6i io.ao� 16110-6 o�rt iroz
Citq of Forl Vlrorth
Rolling Hills WTP
Backwash Supply System
shown an the Drawings.
S. Conduits nated as spaie shall be capped ar plugged at bath ends with easily removable
fittings.
T. Mandrels shall be puiled through all e�sting conduits that will be reused and ihrough all new
canduits 2-in in diameter and larger prior to installing canductars.
U. 3/16-in polypropyiene pull lines shall be installed in all new con.duits noted as spares or
desigz�at�d for future eQuipment.
V. All conduii that may under any circumstance cantain liquids such as water, condensation,
1iquid chenai�als, etc, sk�all be an•anged ta drain away from the equipment served. If conduit
drainage is not possihle, conduit seals shall �e used to plug tY�e conduits.
W. Where no type or size is indicated for junc�ian baxes, pull boxes or terminal cabinets, they
shall be sized in accordance with the xequirements of N.E.C. Article 370.
X. Miscellaneous 316 stainless steei for the support of fixtures, boxes, transformers, starters,
� contactors, panels and conduit shall be furnished and installed.
Y. Aluminurn structuzal shapes such as channels, flats, etc. shall be furnished and instailed for
the support of alI elecirical equipment and devices, �here required, A,ll at�chors, inserts,
bolts, nuts, washers, etc. shall be provided and of 316 stainless steel for a rigid installation.
l
Z. Canduits shall not cross pipe slaafts, access hatck�es oz vent duct openings. They shall be
I routed to avoid such present or futura openings in floor or ceiling eonstruction.
AA. T�ae use of running threads is prohibited. Where such tkireads are necessary, a 3-piece union
shall be used.
AB. Conduits passing from heated to unk�eated spaces, exteniox spaces, refri�erated spaces, coId air
plenums, ete, shall be sealed with "Duxseal" as manuf'actured by Manville or seal fitting to
prevent the accumulaiion of condensation.
AC. Conduits shall be located a minimum of 3-in from steam or hnt water piping. Where
crossings are unavoidable, the conduit shall be kept at least 1-in from the covering of the pipa
crossed.
AD. Conduits terminating at a caUIe tray sha11 be supported independently from the cable tray.
Provide a conduit support within 1-ft of the caUle tray. The weight of the conduit shall not
bear on the cable tray.
AE. Provids sway braaes for cable trays. Sway braces shall be U-channel supports insialled at a 45
degree angIe from the tray and anchored ta the concrete cei3ing structure or siructural support
system. Braces shall be provided on 20-ft spacing centers. Alternate the direction of the
bracing supports.
Fi�zio.doG lb 11Q-7 osn iroa
c�ry of ro�r wo��n
Rolling Hills WTA
Backwash Supply System
END OF SECTI�N
�i�i ia.ao� 16110-8 o3n troz
Ci#y of Fort Worth
Rolfing Iiills WTP
Backwash Supply 5ystem
SECTION 16120
WIItES AND CABLES (600 VOLT MAXIMUM)
YART 1 GENERAL
' 1.01 SCOPE QF WORK
A. Furnish, install and test all wire, cable and appurtenances as shown on the Drawings and as
�, - specifaed herein.
1.Q2 RELATED WORK
� A. Instrumentation anci Control Systems are specified under Division 13.
• B. Sectzon 161 I0: Raceways, Boxes, Fittings and Supports
� � I.Q3 SUBMITTALS
A. Suhmit samplas af proposed wire for approval. Each sar�aple shalI have the size, type af
insulation and volfage stenciled on the jacket.
B. Approved samples shall be sent to the project location for coza�parison by the Resident
� Engineer with the wzre actually installed.
C. Installed unapproved wire shall be removed and replaced at no additional cost to the Owner.
1.04 DELNERY, STORAGE AND HANDLING
. A. Carefully handle all conductors to avQid kinl�s and damage to insulation.
, ' PART 2 PRODUCTS
� 2.01 GENERAL
d
A. Wires and cables shall be of annealed, 9$ percent canductivity, sof� drawn copper.
; B. All conductors shall be siranded.
C. Except for control, signal and instrumentation circuits, wire smaller than Na. 12 AWG shall
not be used.
2.02 BUII.DING WIRE
A. �ire for fighting, xeceptacles az�d ather circuits not exceeding 150 volts to ground shall be
NEC type TI�I�IN/TIIWN as manufactured by the Carol Cable Co. Tnc. West; Pirelli CaUle
Corp. or equai.
16120.dae 1612Q-1 03/11/02
c��y nr Fa� wortn
Ro[ling klills W`CP
Backvvash Supply System
B. Wire for circuits over I50 volts to ground shall be 1'�EC type T�-IHNITHWN for sizes #6
AWG and smaller and shall be NEC type XHHW for sizes #4 a�d larger as manufactured by
the Caro1 CaUle Ca. Iz�c. West, Pirelli CaUle Corp. or equal.
2.03 CONTROL, STATUS AND ALARM WTRE
A. Wire shall Ue No.14 AWG 1'�EC t}�e THHNITHWN, stranded as manufactured by the Carol
Cable Co. Inc. West; Pirelli CaUle Cnrp, ar equal.
B. Multi-conductor contxol cable, where shown on the Drawings, shall be stranded, No.1�4 AWG
600V, polyvinyl chlaride insulated, nylon jacket over ins�zlation, polyvinyl chloride jacket
o�erall, Type TC as manufactured by the Pirelli Cable Carp. or equal.
2.04 ]NSTRTJIVI�NTAT�ON WIRE
A. Wire for 4-20 ma, R.T.D., potentiometer and similar signals shall be TG rated and shall be:
Single pau cable:
Conductors: 2#16 stranded and twisfed on 2-in lay
Insula�ion: PVC with 600 volt, 10S degree C rating
Shield: 100 percent rnylar tape with drain wire
7acket: PVC with LTL and manufacturers identification
Max ovcrall diameter: 0.262-in
Misc: C7L listed fox underground wet ]ocation use
Manu�acturers: Balden ar equal
2. Three conducior (triad) cable:
Conductors: 3#lb stz�anded and twistad on 2-in lay
Insula#ion: 1'VC with 60Q volt, 105 .degree C rating
Shield: 100 percent rnylar tape with drain vvire
Jacket: PVC with UL and manufacturers identification
Max overall diameier: D,276-in
Misc: UL listed for underground wet lacatian use
Manufacturers: Belden or equal
3. Multiple pair cai�les (�vhere showm on the Drawings):
Gonductor: multiple pairs, size as shovvn on the Drawxngs, stranded and twisted on a
2 in lay
Insulation: FVC wzth 600 valt, 1DS de�ree C rating
Slaield: Individual paxrs shielded witYi 140 p�rcent mylar tape and drain wire
Jacket: PVC with UL mar�ufacturers identification
Misc: U�. listed for underground wet Iocation use
Manufactuxexs; Belden ox equal
2.Q5 MOTOR C4NNECTIONS
i6izq.da� 1b120-2 o3�i va2
Cityof Fort Wortli
RollingHifls WTP
Backwash Supply System
A. Motor connectians sha11 be �ing type zneahan.�ical corr�pression terminations installed on the
branc�i circuit wires and the motor leads and secured vvith Uoli, nut and springt�vasher.
Connections shall be insulated with a Raycherr� Type RVC, roll-on stub insulator or equal.
2.Q6 TERMINATION (CON'TROL & 1NSTRUIVIENTATION CONDUCTORS)
A.
:
Terinination conncctors shall be af the locking fork-end (uptunned leg ends) type as
manufactured by Id�al Industries; 3M Co.; Panduit Corp, or equal.
Splices shalI nafi be allowed.
2.07 WIRE AND CABLE MARI�ERS
A. Wire and cable markers shall be a wlaite slip-on sleeve witri Ulack printed l�tters. Provide 10
� pt font for wire sized #10 AWG azid Iess, 12 pt font for wire size #$ AWG through #2 AWG
: � and 14 pt font for all wire #1 AWG and larger. Provide sleeves as manufactured by the W.H.
Brady Co.; Thomas & Betts Co.; 3M Co. or equal.
2,0$ W.ALL AND FLOOR SLAB OPENIlVG SEALS
A. Wal3 and floor slab openings shall be sealed with "FLAME-SAFE" as manufactured by #he
Thomas & Betts Corp. or equal.
2.09 CONDUCTOR AND CABLE TAGS
A. Tags relyivag on adhesives or taped-on markers are nat acceptable.
B. VVire ta�s shall be heat sh.zink type "Brady" or appraved equal with the tag numbexs typed
with an indelible marking process. Character size shall be a minimum of 181" in height. Hatsd
written tags sha11 not be acceptable. Where ends ars not avaiiable, attach cable tags wiith nylon
tie cord.
C. Cable tags shall be engraved plastic (phenolic) with an approved calor caded back�round (see
below) and white characters of a minimum character size 3116" in height. Cable tags
(background color) shall be color coded as follows. Attach these tags to cables with nylon tie
cord.
Cable Type
600 V and less Power & Control
Instrumentation Cable
Data Communications Cable
Tag Color
Orange
B1ack
Blue
D. Tagging shall be done in accordance with the execution portion of ihese Specifications.
2.10 WIRE COLOR CODE
I
i�iao.aa� 16120-3 o3n voz
City of Fort Wortl1
Rolling Hills VJTP
F3ackwash 5upply System
A. Ali rvire shall be color coded or coded using el�ctrical tape in sizes �vhere colared insulation is
nat availabla. Where tape is used as the ident.ificaiion system, it shall be applied in all
3unction boxes, manholes and ather accessible intermediate locations as well as at each
temYinatian.
B. TY�e following cading sha11 be used:
Svstem
24$Y/120, Volts
3 Phase, 4-Wire
480Y/277 Volts
3-Yhase, 4-Wire
1'AR'� 3 EXECC7TION
3 A 1 GENER AT,
Wire
Neutral
Phase A
Phase B
Phase C
Co1or
White
Black
Red
Blue
Neuiral Gray/White with one or more
colored stripes
Phase A Brown
Phase B Orange
Phase C Yellow
A. Do not exceed cable manufacturer's recomzn.endatians for m�imum pulling tensions and
nainiznuzx� bending radii. Where pulling eompound issued, use only UL Iisted compound
carrapat�ble with the cable outer jacket and with the raceway involved.
B. Tighten all screws and terminal bolts using tarque type wrenches and/or d�ivers to tighten to
the inch-pound xequirements of the NEC and UL,
C. Where single conductors and caUl�s in manholes, handhoIes, vaults, cable trays, and oi;Y►er
indicated loca�ions are not wrapped together by some athex zn.eans such as arc at�d
fireproofing tapes, bundle throughout their exposed length all conductors entering from each
conduit with nylan, sel� locking„ releasaUle, cable ties placed at intervals not exceeding 4
inches on centers.
3,b2 CONDUCTOR G00 VOLTS AND BELOW
A.
B.
C.
D.
E.
�dizo.ao�
Pra�ide coriductor sizes indicated on Drawings.
Use crimp connectors of a11 stranded conductors.
Saldered mechanical joints insulated with tape will not be acceptable.
Provide terminals azid connectors acceptable for the type of material used.
Arrange wiring in cabiz�ets, pane�s, and motor cont�ol centers neatly cut ta proper lengah,
remoue surplus wire, and bridle and secure in an acceptabJ.e rnanner. Tdentify all circuits
16120-4 osn ��o�
City of Fort Worth
Rolli�g fIilis WTP
Backrvash Supply 3ystem
entering maior control c�nters or other control cabinets in accordance with tl�e conductoz
identiiicarion system speei�ied herein.
F. Terminate contrnl and instrumentation wiri�g_ with methods consistent with tertninals
��� provided, and in accordance wi�h terminal ma.nufacturer's instructions. Where ternninals
provided will accept such lugs, ternvnate all control and instrumentatzon wiring with
insulaied, locking-fork compression lugs, Thomas & Betts Sta-Kon., or equal.
G. At�ach compression lugs with a tool specifically desigx�ed for that purpase which provides a
complete, controlled crimp where the toal will not release until the crimp is complete. Use of
plier type crimpers is not acceptable.
H. Cap spare conductors and conductors not terminated with the UL lisied er�d caps.
�
�. Where conductors pass through hales ar over edges in sheet �netal, remnve a116urrs, chamfer
all edges, a�d install bushings and pratective strips of in.sulating material to protect the
conductors.
J. For conductors that wi111ae connected by others, provide at l�ast 6 feet spare conductars in
freestanding panels and at least 2 feet spare in other assemblies. Frovide additiona] spare
� conductar in any particulax assembly where it is ohviaus that more conductar will be needed
-` to reac�i fihe t�rmin�t�on point.
3.03 CONDUCTOR ARC AND FIREPROOFIl�G TAPES
A. Use arc and �reproofing tapes an a1164D�volt single conductors and cables except t�ose rated
Type TC thraughout their entire exposed length at splices in al1 manholes, hand�oles, vaults,
cable t�ays, and other indicated locations.
B. Wrap together as a single cable all conductors entering from each conduit.
C. Follow tape manufacturer's installation instructions. 5ecure the are and firepraoiing �ape at
frequent inter�vals with bands of the specifed glass cloth electrical tape. Make each band of at
least two r�vraps of tape dir�ctly over each other.
3.04 TERMiNATIONS AND SPLICES
A. Power conductars: Terminations shall be die type or set screw type pressure connectors as
specified, Splices (allowed in junetion bax only) shall �e die type coznpressinn connectar and
waterproof vvith heat shrink boat or epoxy filling.
B. Confrol Conductors: Terrnination on saddle-type ternunals shall be wired directly with a
max.i.zz�urr� of i�vvo conductors. Ternunatian on sarew type terrr�inals shall be made wi�h a
rnaacimum of two spade connectars. Splices allow�d in }unction boxes only,
C. Instrumentation Signal Conductars (including gxaphic pane�, alarm, low and high level
signals): terminations same as for control conductors. Splices allvwed at instrumentation
iei�rninal boxes oniy.
16120.doc
16120-5 o3niroz
City of k'ort Worth
ltolling Hills W7'P
�ackwash 5upply 5ystem
D. Except where permitted Uy tk►e Engineer and Owner, no splices will be allowed in man�oIes,
handholes ar other below gxade locat�d boxes.
E. Splices shall not be made in push button control stations, control de�ices {i.e., pressure
switches, flow switcl�es, etc), panel boards, MCC`s, VFD°s canduit bodies, etc.
3.05 �hTSTRiJ1VIENTATTON CABLES
A. Instrumentation cahles shall be instalied in xigid steel raceways as specified_ All circuits shall
be installed as twisted �airs nr triads. In no case shall a circc�i� b� made up using conductors
from different pairs or triads. Triads shall be used vcrherever three wire circuits are required.
B. Ternunal blocks shall be provided at all instrument cable junction, and all czrcuits shall be
id�ntified at such junctions.
C. Shielded instrumentation wire, coaxial, data high�ay, v0 and fUer optic cables shall be run
withaut splices between instrurrzents, ternunal boxes, ar paneIs.
D. �hields shall be grounded as recommended by the instrument 7manufacturer and iso�ated at all
ather locatians. Terminal blacks sha11 be provided forinter-connecting shield drain wires at
aII junction boxes, Where individual circuit shieldin.g is required, each shield circuit si�all be
pravided with its own block.
E. Sea1 openings in s1aUs and vvalls tlu-ough which wires a7nd cables pass.
3.Q6 WIRE TAGGING
A. All v�ririn.g shall Ue tagged at all ternlination points and at all ma�or access points in the
eIecixicxl raceways. A tezzninatioza point in defined as any point or junction where a�,+ire or
cable is physioally connected, This includes terminal blocks and device terminals. A rnajar
access point to a raceway is de�`ined as any enclosure, bax or space designed for wire ar cable
pullzng or inspecrian and incIudes pull6oxes, manholes, and junction boxes,
Wire tags shall show both origination and destination informatiorz to allow far a wire or cable
to Ue traced from poznt in the field. Infonnation regarding its origination shall be shovrn in
parenthesis.
For multiconductor cables, l�oth the individual canductors and the overall cable shall be
tagged. Conductors that are gart of a mitl.t�iconductor cable shall reference the cable
identification nurnber that they are a part of, as well as a unique conductor number within the
cable. The tag farmat will be different for single conductor rvires versus single conductars in a
multiple conductar cable. See the appropriate section for each type.
�. Single Conductor Wire Tagging
The follo�ing is the format to use far single conductor wire tags. Tag infarmation to the left
refers to the termination paint. Tag information in parenthesis xefers to goint of origir�ation.
�6izo.d�� 16120-6 a3n vo2
City af Fort Worth
Rnlling Hills WTP
Backwash Supply 5ys4em
��'�
* Equipment Tag No.
Ydentifier
* For wiring within a piece of equipment, the Equipm�ni Tag No, is not zequued, only.
the Device Identifiar atad Terminal Number from the point of origination.
1. Device Identifter: The Device Identifier uniquely identifies a device within a piece af
equipment. Examples are: TB I, for terminal block number 1, an,d CR02 for control
relay # 02.
�
The following is the format ta use for a single conductar that is in a multicanductor cable. The
tag information to the left is the termination point, and t.he information in parenthesis refers to
� the caUle number and conductor number the wire is part of
` XXXX ' �X iXXXX� XX}
���'
D@V1C£
Identiiier
2. Terminal Nun:�.ber: The Terminal Number along with the Device Identifier identify
which speci�c point in ihe equipment the wire must be terminated to. Refer to
manufacturer's �abaling or record drawings for device terminal numbars. .
3. Equipment Tag No: The Equipment Tag Number is the physical tag attached to the
equipment.
C. Single Conductor in a Multiconductor Cable
_ �
�'C�IillTlai
Number
Device Terminal Cable Cond�ctor
Identifier Number ID Nnmber
��
�
r
2
3
Device Identifier and Ternainal NumUer: The device identif�er and terminal nurnber is
the same as in a single vuire tag above and ii describe what device and terminal
number the wire is to be terrninated to.
CaUle ID: The Cable ID is rnade up of fve alphanumeric eharacters that uniquely
identifies a cable within a facility. Refer to the cable tagging sect�on for additional
information.
Canductor Number: The Conductor Numher consists of two alphanumeric characters
t�iat unique�y identify the conductar within the multicanductor caUle.
3.07 CABLE TAGGING
A. All cables sha11 be tagged at all termination points and at all rnajar access points in the
electrical xaceways as defined in the wire tag section.
The cable tag shall be installed where the cable enters and leaves each access point (e.g.,
j�xnetion box, manhole, etc,}. In cases of limited access space, a single tag may be used that
1G120.doc
1612Q-7 uan �raz
City of Fort Worth
Ra3ling Hills WTP
Hackwash 5upply 5ystem
shovtrs both equipment tag arigination and destinatzon. In the case where the jacket is stripped
for terminations, the tag shall be installed at the e�d of the j acket.
B. Cable Tagging
�'he following is the �ormat to use foz cable tags.
P
c
I
D
X
2.
XXX7�X (XXXX- X.��� - X�)
Gable Equipm�ent Tag Number
ID
Cabl� Identification: The Cable ID is xnade up of five alphanumeric characters that
uniquely identi� es a cable wit�in a facility. The first oharacter is the cable type
idantiiier that describes tl�e Uasic type of cable as follaws:
Cable Type
Description
Fovver cable5
Control cables
7nstrurnentation cables
Data cammunications (networkj cables
Audio/Videa and Miscellaneous ca.bles (paging, intercorn,
voice phane, surveillance �tc.)
The remaining four alphanumeric characters make up a�nique number for a given
cable type within a facility, The Cable Identifica�ian number shall be used to identify
the cable.
Equipznent Tag Numbex: As with wire tags, the equipment tag number is the physical
tag number di the equipnnent.
3.08 FIELD TE�TS
A.
:
Conductors U�der �00 Volts
2.
4.
Perfoz-nn insulation resistance testing of a1I power circuits below G00 volts with a
1Q00-volt znegger.
Frepare a written test report of the results and submit to the Engineer prior to �naI
inspectian.
Minimum acceptable value for insulatian resistance is S megohm Lawer values
shall be acceptable only by the Engineer's and Owner's specific written approval.
Disconnect equipxnent that might be dannaged by this test. Perform tests wiih all
other equipment cannected to the circuit.
Titie: After instrumentation ca�le installation and conductor ierminatiax� by the
instrum.entation and control supplier, perform tests witnessed by the Engineer to ensure �hat
lbi2�,doe IG12Q-8 os�itrna
City Pf T�ort Worth
Rolling Hi]]s WTP
Bacicwash Supply 5ystem
instrumentatian cable shields are isolated fxom grouzad, except at the grounding point.
Remove alI irnproper grounds.
END OF SECTION
.�
. �:
,�
�
�
� .L
1612D.doc
16120-9
03/11/02
Ciry o1'Fart warth
Rolling Hilks WTP
Backwash 3upply System
SEC'TIDN 16121
MEDIUM '4TOLTAGE CABLES
PART 1 GENEKAL
1.Q1 SCOPE OF WORK
A. Furnish, install and test t.he medium voltage cables and accessories as shown an trie Drawin�s
and as speciiied herein.
I, B. This Section sha31 agply to all temporary and pezxnan.ent feedsrs used an the project.
I � � 1.02 SLTBMITTALS
A. �ubmit to the Engineer, in accardance with Section OI300, xhe follawing:
1. Froduct data sheets.
2. Factory and field test reports.
3. Cable sarnples.
�4. Pulling tension and sidewall pressure calculaiion.
,
1.03 REFERENCE STANDARDS
, A. Medium voltage cables shall meet or exceed the specifications and requirements of the latest
Insulated Cable Engineers Associatian (ICEA} and the Associatsan of Edison Illumina�ing
" � Corrapanies (AEIC) publicatians, except as modified by this Section.
B. Ethylene-propylene rubber (EPR) insulated cable shall meet or exeeed ICEA 5-68-5161 NEMA
WC-8 and AEIC CS-6.
�
G Cables shall comply with Underwriters Laboratories (LTL) Stax�da�rd 1072.
I D, Field testing and commissioning shall be done in accordanae wi.tk� the lat�st revision of the
� "Acceptance Testing Specifications for Electrical Power Distributio� EqUipment and 5ystems"
published by the Internafional Electrical Testing Associatian (NETA Standard ATS-19$7) unless
otherrvise modified by thzs Section.
E. VVhere reference is made to one of the above standards, the revision in effect at the time of bid
opening shali apply.
�6izi
16I21-1
fl3/11/02
City of Fort Warth
Rolling I�iUs WTP
Backwash Supply S}rstem
1.04 QLTALITY ASSiTRANCE
A. The general construction of the cable and �he insulation material used shall be similar to that
used for caUle of t.�e sam.e size and rating in cantinunus production for at least 15 years and
successfully operating in, the fieId in substantial quantities,
B. Upon request, tl�e manufacturer shall submit a copy o�'his Quality Assurance ManuaJ. detailing
the quality eontral azad quality assurance zneasures in place at his facility.
C. The manufacturer shall have available for audit detailed descz-iptions oi the method Uy which his
various manufacttariMg processes and pxoduction test are recorded, thus enabling the
"traceability" o� the completed cable. All steps in the manufactuxing pracess, frorn receipt of raw
material to the final tests, are to be included. Where multiple records are used, tY�e method for
cross-referencing shall be noted.
D. Cable shall be iJL listed as Type MV-105.
1.05 DELN�RY, STORAGE AI�1D HANI]LING
A. Check for reels not cornpletely restrained, reels with interlocking flanges or braken flanges,
damaged reel covering or ar►y other indication of damage. Da nat drop reels frazz� any height.
B, 'C.3nload reel,s using a sling and spreader bar. RoII reels in the direction af the arrows shown on
the re�l and on surfaces free of obstructions tt�,at cnuld damage the cable.
C, Store cable on a solid, well drained Iocation. Non jacketed aimored cable shall Ue stored
indoors. Cover cable reels with plastic sheeting or tarpaulin. Do not lay re�ls flat.
D. Seal caUle ends with heat shriankable end eaps. Do nofi remove end caps until cables are ready to
Ue terminated.
1.06 WARRE�NTY
A. The manufaeturer shall warrant the cable against failures in aceord,a.xace with the generaI
conditions and shall remave and replace failed cables at his own expense during this warranty
period.
PART 2 PRODUCTS
2.0 � GENERAL
A. The manufactut'er's name, the voltage class, type of insulation, thickness ai insulation, conductor
size, LJL listing and dat� of manufacture shall be printed on the jacket.
B. Cables shaIl be suitable far use in partially s�bmerged wet locations, in non-metal�c or metallic
aanduits, under�ound duct systems ar�d direct buried installation.
C. Cables shalI be able to operate continuously at 105 degrees C conductor temperature, with an
emergency rating of 130 degreas C and a short circuit rating o� 25Q degrees C. Ernergency
lslzl 161�.1-2 o3niroz
City of Fort Worth
Rolling Hills WTP
F3ackwash Supply System
overloads shall be possible for periods of up to 100 hours. Five 100 hours ernergency averload
opexatians within the life time of the cable shall be possible.
D. Mediurri voltage cable shall be shielded unless specifically shown otherwise an the Drawings.
E. Medium voltage cables shall have the following physical characteristics in aecordance with
ICEA, AEIC and UL standards:
. 1. Canductors: Annealed coppez, Class B concentric Iay, stranded per ASTM B8.
� 2. Insulation.: Thermosettzn.g ethylene propylene rubber (EPR) campound aver an extruded,
non-conducting high dielectric stress conirol layer, with a semi-conducting shield applied
directly overr the prirmary insulation. The base elasfomer sha11 have a maximum ethylene
� content of 72 pezcent by aveight and shall contain no polyethylene. The serniconducting
� layers and insulation shall he applied using a triple extrusion process.
, F. Acceptable manufacturers:
� 1. Okonite Company, Inc.
2. Hubbe111Kerite Company, Tnc.
3. Southwira Company
. 4. Houston Wire & Cable Company
' 2.02 C ABLE RATINGS AN D TYPE
A. 5 kV Cabl� - Multicnnductor
1. CaUle type: MuIticonductor, Armor 7acketed.
2. Insulatian levei: 5 kV - 133 pezcent / S kV - 100 percent, 95 kV BIL.
� 3. Operating voltage; 4160 Volts, 3 Phase, 60 Hz, grounded distrihution system.
� 4. Cable shall be pravided wath an alunninum sheath.
B. S kV Cable -�ingle Canductor
1. Cable fype: Single conductox.
� 2. I�sulation level: 5 kV - 133 percentl8 kV - 1.00 percent, 95 kV BIL.
3, Operating voltage: 4160 Volts, 3 Phase, 60 Hz, grounded distributzon system.
�
i �iai 1612I -3 o3n voz
City of Fart Worth
Rolling Hills WTT'
Backwash Supply Systern
2.D3 CABLE SHIELDING SYSTEM
A. Insulation Shield
I. The insulation shield shall consist af a Sayer of black semi-conduoting materiaI extruded
directly over the insulation.
B. Metallic Shield
5 mil capper tape h��ically applied wit�i a nQminal 1Z.5 percent overlap.
C. Cable Jacket
Provide an o�eraIl, moisture, heat, abrasion; UV and ozone resistant jacket n�er the metallic
sheath. 7acket material shall be PVC in accardance with UL1072,
f►�+L [�1:l:3 �l �1:[iF�7 �X`Y�l:i! �.�
A. General
Cable term.inat�on and splicing matei7al shall be as rnanufactured by 3M Cozp.; Raychem or
equal. All material used in fermina#ing and splicing rnedium valtage cables shall be as
recommended hy tha cable manufacturer. Cables shall be terminated and spliced in
accordance with the kit supplier's drawings.
Calale terminations shall meet or exceed JEEE Standard 48, Class I requirements.
EP insulated cable splices shall be hand wrapped axad shall meet or exceed the xequirements
of ANSI Cl 19,1 and IEEE 404.
4. Cable accessories shal] be by one manufacturer to assure adequate installer training a�ad
application assistance.
5. The manufacturer s�all be able to document a minimum of S years successful field
experience as well as demonstrating technical life assessment as requested. The
manufacturer shaIl esta�lisl� an.d document a Quality Assurance Pxogram implementing
suitaUle procedures and cantrals for all activities affecting quality. The program shall
provide documentation that verifies th� qua3ity of production joint kits and traceability back
to inspeciion records, raw material and the original d�signs and design proaf tested j oints.
B. Indoor Cable Ternunation (5 and 15 kV}
1, Single conductor shielded cable terrninations for zndoar applications shall be ane piece,
t�ack resistant EPDM rubber with top seal and gz-ound strap assembli�s.
2. Termination shall have a current rating equal to, ar gxeater than the ca�le ampacity.
3. Termination shall aecommodate any form of cable shielding or construction without the
need for special adapters.
i6izi 16121-4 a3rii�aa
City of Fort Worth
Rolling Hills WTP
Backrvash Suppiy System
4. Acceptable products:
a. 3M Corp. Quick Term II, 5620K Series.
b. Raychem Cnrp., HVT Series.
C. Mediurn Voltage HeaC-Shrinkable Matar Conz�ection Kits.
1. Motor connection kits shall insulate the rnotor feedex motor �ead coxr�ection and allaw
installation within the motor conduit box.
2. Kits shall envirtrnmentally seal the connection and be easily re-enterable, Kits shall be
Raychem, Type MCK; 3M Corp., 5300 Series, or equal.
,�
D. Cable end caps shall be heat shrinkable palyolefin, 3M Carp., Type ICEC ar equal.
- E. Lugs and Cannectors
� 1. Copper lugs and connectors shall be crimped �vith stazidard industry tonling. AI1
co�vnections of capper stranded wire in sized No. 6 AWG through 1000 kcmil shall be made
elecnieally and mechanically secured. The lugs and connectars shall have a current
� carrying ca}�acity equal to the canductors for which t�aey are rated and meet UL 486
requizements. Lugs larger tha�n 410 AWG shall be two-hole lugs with NEMA spacing. The
lugs and connectors shall be rated for operation through 35 kV. The lugs shall be of cIosed
end construction to exclude moisture migration into the cable conductor.
F. Electrical Grounding Braid
L Gonducting metal braid sha11 be woven from 240 strands of 30 AWG tinned copper wires
and be capable of carrying fault current compara�le to that of 6 AWG copper wire, 3M
� Corp., Scatchbrand 25 or equal.
G. Cable Marldng Systems
1. A 7-mil, fiame retardant, cold and weather-resistant vinyl plastic electrical tape shall be
used for phas� identification, 3M Corp.; Scotch 35 Tape ar equal.
2. Cahle tags shall be heat stamped nylon secured by palyprapylene cable ties, Thomas &
Betts No. TC228-9 or equal.
2.Q5 PZILLING COMPOCINDS
A. Pulling compound sha11 be nantoxic, nonflaminable, noneombustible and noncorrasive. The
' material shall be UL l�sted and compa�ible with the cable insulation and jacket,
B. Acoeptabje manufacturers are Ideal Campany; Polywater, Inc.; Cable Grip Co. or equal.
__�
1612I
i[.'��►�iQ�
03/1i1D2
City af Fort Worth
Rolling Hi11s WTP
Backwash Supply System
2.06 SHOP TESTTNG
A. Per%rm manufaeturers standard production testing and inspection in accordance with Section 6
of ilie referenced TCEA standa7rds. If requested by the Ezagineer, the manufact�rex shall subrnit
certified proof of compliance with ICEA design arid test standards.
B. Provide cerkiiied test reports indicating that the cable has passed the follawing tests:
Partial Corana Discharge Test in accordance vvith AEIC CS516, Section G.
Vertical tray flame test in accordance with IEEE 1202,
C. After completion of the faetory tests, individual pulling eyes shall be instalIed on single ox
trip�exed conductor lengtl� of.cabl�. Pulling eyes shall be suitable for rnaximum allowal�le
pulling tension on the canductors and they shaII be sealed against entrance of water.
PART 3 EXECUTTON
3. D 1 GENERAL
A, Determine the cutting lengtb,s, xeel arrangements and total lengths of cable required and shalI
furnish this da�a to the cable manufaeturer as soon as possil�le ta assure on-time delivery of cable.
B. Make use of the field engineering services a�ailable from the cable manufactwr�r.
3,021NSTALLATION
A. Cable Installaiian
When temperature is below SO degrees F, caUle reels shall be stored at 70 degrees F for a#
least 24 hours before installation.
2. Do nat exneed manufacturer's recommendations for maacirnum pulling tensions and
minimunn l�ending radii.
3. Pull cables fron:� direction that requires the least tension,
4. Feed cables into xaceway with zera tension and wifihout cable crossover at raceway entrance.
B. Marking and Identification
Plastic nameplates shalI be installed in each max�hole, pull box and at splice and terzninating
points. Th�se nameplates shall show the phase a�rkd feeder designations and the date when
the cable was installed or splice ar ternunation was znada. The feeder desi�nation shalI be
as indieated on the Drawings. Nameplates shall be tied to each cable with self-Iocldng
nylon. ties.
t�t2i 16121-5 os�ti�oi
City af Fort Worth
Rolling Hills VJTP
Backrvash Supply 5ystem
3.03 FIELD TESTING
0
A. Engage the services of a recogni.zed independent testing firm to inspect and test the installed
cables priar to energizatian, The testing firm shall provid� a13 n�aterial, labor, equipment and
technical supezvision ta pexfo�nn the tests ar�ci inspection. Notify the Owner and Engineer at least
two vveeks prior to scheduling any testing.
B. Equipment testing and inspection shall be performed in accordance with NETA Standard ATS
and shall include the following:
1. Visual and mechanical inspection.
2. Shield continuity test.
3. Insulaiion resistance test.
4, DC Hipot test per IEEE Sfiandard �400.
�� C. When new cables are spliced into existing cables, the DC high potential test shall be performed
., in accordance with Paragraph 3.03B above on each ald and new cable prioz to splicing, A�er
� tes� results are approved and the splice is completed, a�a insulatian reszstance test and a shieid
' continuity test shall be performed on the len.g�la of new axzd exista.x�g cable including the splice.
After a satisfactory insulatian resistance test, a DC high patential test sha11 be performed on the
cable utilizing a test voltage reaommended by the tesring firm and approved by the Enginear.
D. Submit eertified capies of the test results and leakage plots ta the Engineer in accardance vriih
Section 013 QQ within 5 days of completion th.e of t�ae tests.
E. Imrnediately natify the Engineez ar�d do not energize the cables if any of the following condi�ions
occur:
1. Cable damage.
�' 2. Tmproper insta3lation or grounding.
3. Shield discantinuity ar high resistance.
� �4. Dielectric aUsorption ratio and polarization index b�low 1.5.
S. Abnormal plot of leakage current versus vdltage.
F. Defective or Damaged Cables
1. Th.e Engineer shall make sole deterxnination of the acceptability of the cables based on the
submitted test reports. Do nat energize cables until the test reparts have been reviewed and
approved by the Engineer.
�
. �,
i6�21 16121-7 asn iioz
Ciry of Fort Vs+orth
Rolling Hilis 'V�7"P
Backwash Supp3y System
2. If, an the opinion of the Engineer, �ie cables, terminations or splices are determined to be
damaged or defective, provide the following remedial actians at no addiiional cost to the
Owner:
a. Remave splices and terminatians and completely re-test the cables to deteritx�.ine
whether the cables are damaged or defective.
b. Remove and replace darnaged or defeeti�e cables as directed by the Engineer.
c. Remake terminations a�d splices with new ldts.
d. Complet�ly re-test cable, spliees and terrr�inations in accordance with Paragrap�i 3.03B
above.
END ��' SECTTON
�612� ] 6121-8 osniroz
City of Fort Worth
Roliing Hifls WTP
aackwash Snpply 5ystcm
SECTION 16140
LIGHT SWITCHES AND RECEPTACLE�
PART 1 GENEu � r.
' 1..01 SCOPE OR WORK
A. Furnish and install complete lighting system including panelboards, transforrners, lzghting
,- fixtt�res, receptacles, switches, contactors, clocks and all necessary accesso�.es and
appurtenances required as speciiied herein and shown an tlae Drawings.
� � 1.02 STANDARDS
'" A. Lightivag f�iures shall be in accordance with t�,e Na�ional Electrical Code and sha�3 be
,, con.siructed in accordance with the latest edition of the Underwriters i.aboratories "Standarcls
for Safety, E�ectric Lighting F�tures." Lighting fixtures shall be Llnderwriters Laboratories
- � labeled.
FART 2: PRODUCTS
2.01 MATERIALS
� A. Panelboards shall be as specified under Section I6�470.
� B. Transformers shall Ue as speci�ed ur�der Section 1619I.
;
C. Conduit shall be as specifisd under Section 16110,
� D. Wire shall be as speci�ed under Section 16120.
E. Switches
� 1. Wa11 switches shall be of the indicating, toggle action, flush mounting quiet typ�,
� rated fax 20 A. 12d/277 volts. Switchas shall conform to Federal Specifrcation
WS 8965-E.
2. Wal] switches shall be of the follawing types and manu�'acturer ar equal.
a. Single pole - Arrow Hart, Catalog No. 199I, or equaI by Harvey Hubbell,
Inc., l'ass & Seymour, Inc. ar equal.
b. Double pole - Arrow-Hart, Catalog No. 1992, or equal by Harvey Hubbell,
Inc., Pass & Seyrnour, Inc. or equal.
c. Three way - Arrow-Hart, Catalo� I�1a. 1993, or equal by Harvey HubbelI,
Inc., Pass & Seymour, Ine. or equal.
oa�i i�ox
16140.doc 16I40-1
Cily of Fort Wortla
Ralling Si11s WTP
Backwash Supply System
d, Four way - Arrflw-Hart, Catalog No. 1994, or equal by Harvey HuUbell, Inc.,
Pass & Seymour, Inc. or equal.
e. Single pale, key operated � Arrow-Hart, Catalog No. 1991-L, ar equal.
£ Single pole, pilot indicating - Bryant Catalog No. 4901-PLR120, or equal by
Harvey HuUUell, Inc., Pass & Seymour, Inc. or equal.
g. Mamentary contact, 2 circuit, �enter off - Arrow-Hart Catalog, No. 1895, or
equal by �arvey Hubbell, Inc., Pass &�eymour, Inc. or equa].
h. �luorescent dimmer s�itch for I20 vQlt control of � to ].2 F4Q Iamps.
Prescolite Control Catalag No. D56F ar equal as manufactured by Lutron
Eleatronics, Valmont(Hunt Electrflnics or equal,
Weatherproaf caver for standard toggle su+itches - Crouse-Hinds Catalog
No. DS 1$1, or equal by Appletan Electric Co., L.E. Mason Co., or equal.
Explasion-proof single pole switches shall be �'or 2D arnperes, l 20127'1 valt�,
mounted in cast boxes and be similar and equal to Crouse-Hin,ds EDS Series,
or equal Uy A�pleton Electric Co., L_E. Mason Co., or equal.
�'. Receptacles: Receptacles shall be of the following types and manufacturex or equal.
Re�eptacles shaIl conform to Federal Specification VJC596-F.
l. Duplex, 2QA, 125V, 2p, 3W; Arrc�w Hart, Catalog �+Tn. 5362, or equal by Hazvey
Hubbell, Ina., Pass & Seymour, Inc. c�r equal.
2,. Weatherproof or corrosion resistant single, 20A, 125V, 2P, 3W; with cover Crouse-
Hinds Co., Catalog No. WLRS-5-20, or equa� by Harvey HubUell, Inc., Pass &
Seymour, Inc. or equal.
3, Weath�rproof or carrosion resistazat duplex, 20A, 125 V, 2P, 3 W; with cover Crou�e-
Hinds Co. Catalog No. WLRD-5-20, or equal by Harvey HuUUeli, Inc., Pass &
Se�mour, Ine. or equal.
4. Ground fault interrupter, duplex, 20A, 125 V, 2P, 3W; Arrow-Hart Catalog Nfl. GF
5342, or equal by Ha�rvey HuUbel, Inc., Pass & Seymour, Tnc. or equal.
5. Duplex 2dA, 125V, 2P, 3W with transient vnitage surge suppressor and iz�dicator
light; Pass &�eymour Catalag 63b2-GRY-�P, equal byHarweyHublaelllnc., Bryant
Electrzc Co., or equal.
6. Stainless steel indoor mounting plate for G.�.I. receptacle; Arr�w-Hart Catalog No.
97461, ar equa� by Harvey Hubbell, Inc,, Pass & Seymour, �nc. or equal.
Weatherproaf cover for G.F.I. receptacle in FS box; Artow-Hart Cata]og No. 450I-
�S, or equal Uy Harvey Hubbell, Inc., Pass & Seytxj.our, Inc. or equal.
03111l�2
i�tao.ao� 1b140-2
City af Fart Warth
Rotling Hills WTP
BackWash Supply SysYem
8. Explasion proof, 2QA, 125V, 2P, 3 W; Appleton Electrie Co. Ca#alog Na. EFS 175-
2423 or EFSC 175-2023 or equal by Crouse-Hinds Co., Killark Electric Mfg. Co. ar
equal. Furnish one Appleton Electric Co. Catalag No. ECP-I 523 cap ar equal by
Crouse-Hinds Co., Killark Electric Mfg. Co., or equal far every two receptacles
(minimum of one),
r
9. Clnck hanger, 15A, 125V, 2P, 3W; Arrow-Hart Catalog No, 452.
10. Single, 20A, 25QV, �P, 3W; Arrow-Hart Catalog No. S86i, or equal by Harvey
HuUbell, Inc., Pass & Seymour, Inc, or equal.
11. Single 30A, 125V, 2P, 3W; Arrow-Hart Catalog No. 5716; cap: At7'nw-Hart Catalog
No. 5715.
12. Sirigle, 30A, 25aV, (3 phase) 3P, 4W; Arrow Hart CatalogNo. 843dN; Cap: Arirow-
Hart CatalQg No. 8432AN. �
G. Device Plates
Flates for flush m.ounted devices shall be of the requ�ed nutnUer of gangs far the
application involved and shall be 302 (18-$) high nickel stainless steel of the sanne
manufacturer as the device.
2. Plafes for surface rnounted device boxes shall be of the same material as tha box.
H. Lighting Contactor
1. Lighting cnntactors sha11 be of the electrically aperated, mechanically held type in
NEMA enclosures ofihe number of pales as called for on the Drawings.
2. Contactors shall be rated for 2�A-600 voli A.C. contacts and ve si�ailar and �qual to
Automatic Switch Ca. bulletin 917 RC, Square D Ca., Westinghouse E�ectric Coip.,
ar equal.
I. Lighting Control Time Switches
1. Time switches for the cantrol of lighting shall have astranamic dials, reserve power
and Ue similar and equal to the following types.
a. Whare time switc� is indicated to �e for momentary contact operation it sha11
be similar and equal to Tark Time Controls Cat. No. 1$47ZL (120V) and
1848ZL (208/277�, or equaI by Paragoa, Intermatic or equal.
b. Where time switch is indicated for SPST and DPST maintained cantrol it
shaIl be similar and equal to Tork Time Controls Cat, No. 7200ZL (120V), .
7202ZL (207-277V), ax equal by Paragon, Intermatic or equal.
2. Time switches for lighting control with ON by photocell and OFR by time svwitch
shail be two circurt type with SPDT switch contacts, 2000 watt capacity and reserve
161 �}U.doc
1514Q-3
63l11102
CiF.}+ of Fort Wor�h
Rolling Hills VJTP
Bacicwash 5uppfy System
power motors. Tork catalog nurnber T920L (120V) and T922L (20$-277V) or equal
by Paragan Elec�ric Co., Intermatic Inc, or equal.
a. Momentary contact adaptar for con#rol of contactar r�vith mechanically held
cantac#s shall be SPDT, 1000 watt capacity and b� Torl� catalog TMG 1
(120V} and TMCA (208-277V} or equai by Paragon Electric Co., Intermaiic
Inc. or equal.
J. Fhato Ele�tr�c Controis
Photo electr�c controls with time delay for outdoor lighting shall be cornpletely self-
contaxned and not affected by moisture, vibration ox temperature chan,ges.
2. ON/OFF adjustnients are ta be made by movement of a light level selector without
the use of taols in a range from 2 to 50 foot caaadles.
3. Photo electric control device shall l�e SPST, an.d have 200Q watt tungsten capacity
ana Ue Tork Catalog No. 2101(120V); 2104 (208-277V} or equal hyIntermatic Tnc.,
Carlon or equal.
4. Phota electria cantrol far uss in conjunction with electrically operated, mechanically
held lighting contactors shall hav� a turn-�ock photo control de�ice. The complete
assembly �hall be NEMA 3 rainpraof constructian witla a SI'DT, 1000 vvatt capacity
relay and be Tork CataJ.og Nn. 5420 with a Model Tl�iIC-1 ad�pter for zx�ornentary
contact operation or equal by Intermatic Inc., Carlon or equal,
PART 3: EXECUTTON
3 A 1 IN�TA.LLATION
A. Eacla fixture shall be a completely finished unit with companents; mounting and/or han�ing
devices necessary, for ihe proper installation of th� particular fixture in its designated location
and slaall be completely wired ready %r connection io the branch circuit wires at the outlet.
B. When fi�tures a�re noted #o be installed flush, they shall be coznplete with the proper
accessories for installing in the partzcular ceiling type involved. Flush rnounted fixtures shall
be supported frorn the structure and shall nat Ue dependent on the hung ceilings for theu
support. �
C. F1exiUle fixture hangerrs shall be used far pezzdant mounted fxtures.
D. Canduit run in areas with hung ceilings shall be instaIled in the space above the hung ceiling
as close to tha structure as passible. Conduits shall be suppor#ed �'rom the structure.
E. Switch and receptacle outlets shall be installed flush with the finished floox or vvall when
raceways are shown as "concealed" nn the Drawings.
3.02 CLEANING UP
03/l 1102
���ao,aoc 1614a-4
City oF Fort WoRh
iZolling Hills WTP
Backwash Sappfy System
A, 1'lastic dust co�er bags ta be pro�ided with new parabolic reflector lighting fixtures shall be
removed after construciion activity that may cause dust formation on reflector surfa�es has
been completed.
B. ��tures shall be left in a clean condition, free of dirt and defects, before acceptance by the
$ngineer.
END OF SECTION
,�
�
I��
t6tao.ao�
IC.�C[I��
03/11/02
City of Fort Worth
Ralling Hills WTP
Backvrasit 5upply System
SECTION 1615Q
MOTORS 2fl0 HORSEPOWER AND BELOW
1'ART 1 GENEuar.
1.01 DESCRIPTION
A. Related Work 5pecified Elsawhere
1. General Fra�visions: Section 16400.
2, Motor Controi Centers: Section 16480 and appropriate Drawings..
� � 3. Appropriate Mechanical Sections.
„
B. Scope. Singje or three phase motors included in this seciion shali comply with NEMA
' Standard Publica�ion MG-1 (Latest Revision and Supplements) unless otherwise indicated.
Supplaers should note: These are not Standard "Off the S.helf' motors.
C. Special Definition. The word "Drive" is to be constru�d to mean the driven equipment i.e.
pump, hoist, fan, compressor, or variable frequency drive connected vvith motor.
D. Exclusion. Any self contained portaUle appliance, which includes the motor with or without
control that is specifically referred to, �y catalog nurnber nn the Drawings or in ather sections
of the Specifications {more specifically fan coil urut motors, e�haust fan motors, unit heater
motors, and blower ventilation znotors} are not covered bythis Sectian af the SpecifYcatians.
E. H4rsepower Designations. If there is incansistency of size on different Drawing sheets or
between Drawings and other sections of Specifications, then the larger size shall b� required.
If a larger size results in a larger wire, cixcuit breaker or starter, then these larger contro3
devices shall be included at no ad�ztional cost to the Owner.
F. Suppliers nf fractional horsepflwer motors below frame 1�43 T will not Ue requir�d to submit
operational charaeteristics.
1.02 QUALITY ASSUR.ANCE
A. Motor Com�atibility. The Contxactor sk�all satisfy himself that the motor included with the
drive is compatible with driven equipment and comp3ies with th�se Specificatians. In the
event the motars described in these Speci�ications can not be pro�ided, then th� Contractor
shall take exception outlining the deviations with his bid.
B. Acceptalale Manufacturers. The motors shall be as manufactured by:
a. Reliance
b, General Electric
i�iso.ao� 15�50-1 o3ni�o�
c�ry ofFoM v�ortn
�ou;�g x�vs w�
Backwash Supply 5ystem
G. u� Mot��s
d. Siernens
1.03 SUBMITTALS �
A. The fo�lowing inforznation s�all l�e submitted with the rnotar drawings for re�iew.
l.. Name of Dri�e
2. Horsepower of Motor
3. Phase
4. Efficiency at ] 12, 314, Full Load
5. Voltage
6. Pawer Factor at I/2, 3/4, Full Load
7, Speed
S. NEMA Design Starting Torque
9. NEhQA Frame and Dimensians
10. FuZI Load Current
1 I. Lacked Rator Current
12. Enclosure
13. Statement of Bearing Life
14. Special fe�tures (i.�,, space heaters, RTDs, oversize conduit bax and corrosion
resistantfeatures).
B. Subrnitial shall be in accordance with Section 01340.
1.04 SYSTEM DESCRIl'TION
A. Motars specified herein are three phase, squirrel cage inductian iype far'/z HP and abave; '
single phase for less thazi !z HP or DC motars.
i6tso.�o� Zb150-2 osif iroz
City of Fort Worth
RollingHills WTP
Sackwash 5upply Systam
PART 2 PRODUCT"S
2.01 OPERAT'1NG CHARACTERISTICS
A. The motor shall have adequate torque to operate the dziven equipment over the entire range
required of the drzve without the brake �orsepower exceeding the nameplate horsapower even
momentarily. Starting torque shall be NEMA design B unless the application indicates
otherwise. Minimurn accaleration torque sha1l be J.DO percent af full load tarque.
:
C.
AIl motors shall be continuous time rated suitable for operatian in a 40 degzees C ambient
unless noted otherwise.
Speeific xn.otar daia such as HP, rpna, enclosure type, etc. is specified under the detailed
speczfication for the equipment with which the motar is supplied.
2_Q2 ENCLOSURE DETAILS
A. Unless otherwise indicated the rnotor shall be totally enclosed for outdoor application.s.
Motor enclosures shall be cast �ron canstruciion. See mechanical specificaiions for purn:ps
, and other equipment that require additional enclosure requirernents.
B. Service factnr shall be 1.15 for totally enclased.
' C. The bearing shall ha�e a AFBMA nated minimum life of B 10 Class M5 200,000 hours af
� operatioz� in a�0 degrees C Ambient.
D
Provide oversize canduit box, grour�d l�xg on motors. Provide drain plug on motoxs.
E. Motors shal] have corrosion resistant enclosures, epoxy paint, corrosion proaf �ittings and
' stainless steel nameplates simila� ta Reliance Mill and Chemical motors, U.S. Mators
, Coroduty or equal.
� F, The motar manufactuxer's nameplates shall be engraved or embossed an stainless ste�l and
fastened to th.e rnotor fram� with stainless steel screvtrs or drive pins. Nameplates shalI
indioate clearly all of the items of information enumerated in NEMA Siandard MG�-10.38 or
� MGI-20.6C1, as appli�aUle.
, �
Cande�asa#ion heaters sha11 be supplied with all 3 phase motors and shall con%rm to the
follawing:
I, Heaters shall ba o� the cartridge or flexible wrap around ty�e instal�ed witlun the
mator enclosure adj acent to core iron. Heaters sha11 be rated for 120 V, single phase
with wattage as required. The heater wattage and voltage shall be embossed on the
motor namepiate. Power leads iar heaters shall be brought out at tk�e motor lead
junction box.
H. Winding temperature detectors shall be pravided for ai1 rnotors above 75 hp whan cantrolled
by vaxi,abie frequency drives, Pxovide factory installed, embedded, bi-metallic switch type
with 1�ads terminating in the main. conduit box. Device shall grotect the mator against
i6isa.do� 16150-3 o3nvoz
City o£Fart Worth
3tolling Hitls WTP
Backwash 6up�ly System
darn.age from overheating caused by sing�e phasing, averload, high ambient temperature,
abnornnal voltage, locked rator, frequent starts flr ventilation faiiure. The switch shall ha�e
normally closed contacts. Not less than three detectors shall l�e fiirnished wif,h each motor.
2,�3 1NSiJLATION
A. The insulation shall Ue Class F, operated at Class B temperattiu-e rise and shalJ. be
manufacturer's prerruum grade, resistant to attack by rnaisture, acids, allcalies and mechanical
ar thermal shock for 480 Volt mators. The rnotor insulatzon system for motors controlled
vv'rth the VFD shall have full capability to handle the common mode voltage conditions
it�nposed by the VFD, I600 volt insulation shall be provided.
B. Motars for outdaor service shall have vacuumlpressure impregnated epo�y insulation for
tnoisture resistance.
2.04 TEMPERA.TURE RISE
A. The rz�axirn.unn temperature rise above �0 C ambient at a service factor of 1.00 shall be 8S
degrees C far Class "F° msulation system provided {i.e. this is zneant to limit C1ass "F"
systems ta a CJ.ass "B" maximum temperature rise.
2.05 RESONAN'� FREQUENCY
A. The critical speed af the shaft and rotor assembly shall exceed the operating speed by a
zninimum of 10 percent.
2.06 SINGLE PHASE MOT�RS
A. Unless otherwise specified, motors smaller ihan %z HP shall be single p�aase, capacitor start.
Small fan motors may Ue split-phase or shaded pole type if suck� are standard for the
equipment. Wound rotor or coznmutator ty}�e singl�-phase rnotars are not acceptable unless
their specific characteristics are necessary far the application.
B. Motors shall be rat�d far operation at 1.15 Valts, single phase, 60 Hz.
C. Locked rator current shall not be greater than specified in NEMA Standa�rd MG1-12.32,
Design "N".
D. Motars shall be tatally-enclased in cnnformance with NEMA �tandard MGl-1�.35. Small
fan motors may be open type zf suitably protected fram moisture, dripping water and lint
acGurnulation.
E. Motars shall be provided with sealed UaII bearings lubxicated for 10 years normal use.
2.07 THREE PHASE MOTORS-FRAMES 143T THROUGH 449T
A. General
1635fl.doc 16150-4 asn i�oz
City of Fort Worth
Rolling Hills WTP
Backwash Su�ply System
�. Unless otherwise speeified, motors %z HP at�d lazg;er shal3 be 3 Phase, squirrel cage
induciion type.
2. All motors %4 HP and laxgex slaall be a NEMA frame 143T or larger. %Z HF motors
and 3/a HF m4tors raked 180Q and 3600 rpm, shall be a 56 frame. Motors shail be
designed and connected fox operation on a 480 Bolt, 3 phrase, 60 Hz alternating
current system. Dual voltage (23Q1460) rated motors are acceptable.
,
3. Unless otl�exwise required by the load, aIl motars shall be NEMA Design B, nornial
starting torque. Locked rotor kVA1HP shall not exceed Code Letter G as descrihed
° in NEIVIA Standard 1WIG1-10.37 for mntors 20 HP and larger.
�
4. Motors connected ta variable frequency drives shall be inverter duty rated.
�
,
2.08 GUARANTEED MOTOR EFFICIENCY
,, A. Mators shall meet or exceed the fallo�wing minimum Quaranteed efficiencie� at the following
approxiz�nate nam.eplate current values at 460 volts.
,, HP RPM FLA EFF HP RPM FLA EFF
,�• 1 3600 1.5 80.Q 25 3600 2$.�4 91.0
I800 1.4 84.0 18a0 30.5 92.4
1200 2.1 78.5 1200 29.5 9I.Q
900 2.2 75.5 900 32.3 89.5
900
� 1.5 3600 2.0 81.0
.� i$QO 2.3 84.0 30 3600 34.3 91.0
1240 2.6 84.0 18Q0 36.I 93.0
90Q 3.0 78.5 1200 32.9 92.4
�
900 38.0 90.2
2 3600 2.S 82.5
: 1$QO 3.1 84.0 4Q 3600 45_3 93.1
1200 3.4 85.5 1800 47.5 93.d
900 4.1 84A 1200 45.9 92.4
, 900 50.2 90.2
� � 3 3600 3.8 86.5
1$00 3.7 87.0 50 3600 SS.S 91.7
12d0 4.2 $7.5 � 1800 57,0 93.0
� 900 5.6 84.0 1200 57.4 91.7
` 900 53.7 92.1
5 3600 6.0 87.6
18fl0 5.1 $8.0 f0 3600 55.4 92.4
� 1200 6.8 87.5 1800 67.2 93.6
900 8.4 86.5 1200 74.1 92.8
900 73.8 91.8
• 7.5 3600 8.9 89.7
1800 9.3 9Q.2 75 3600 $0.7 93.0
1200 9.9 90.3 1800 83.5 94.1
1615�.daa 1 f 150-5 o3ii �io�
City af Fort Worth
Rolling Hills VTTP
Bacicwash Supply 5ystem
900 12.3 89.& 1200 55.1 93.8
90D 101.9 9I,5
HP Rl'M FLA EFk' HP RPM FLA E�'F
IQ 3600 11.$ 88.5
1800 1Z.1 90,2 lOQ 3G00 117.293.5
1200 13.6 90.2 I8Q0 120.3 94.1
900 16.2 86.5 I200 120,5 9�4.2
9QQ 137,6 92.1
15 3600 17.1 9I.4
1800 18,5 9�.5 125 36Q0 133 93.6
1200 19.3 89.5 180Q 135 94.5
900 21.0 89, 8 12a0 143 93.0
900 146 93.8
2D 360Q 23.0 90.$ 150 3600 157 93.6
180Q 23.4 9�.9 1800 154 94,1
1200 26.8 91,4 1200 18� 94.5
900 �7.5 89.0
200 3600 212 9�.5 250 3600 2b9 94.5
1800 21b 95.0 1840 280 94.9
1200 227 94.1 1200 305 95. ]
Note: This 5ection does nat apply ta 2-speed, 2-winding and slower speed rnotors.
2.09 THREE PHASE AC INDUCTTON MOTORS
A. Design Criteria
1. Type: Vertical squirrel cage induct�on znotor and horizontal squirrel cage induction
motor.
2. Operating voltage: 4$0 Volts, 3 Phase, 60 Hz.
3. Insulation ra�ing: 600 Volts per NEMA MG-1 Standard for power sources and increased
for non-sinusoidal �vave fortn power sources as specifi�d.
4. M�ximum ambient temperature: 40 degrees C.
5. Operational humidity: Up to 100 percent non-condensing,
6. Minimum eificiencies: 95.0 percent at fuli load, calculated per IEEE ] 12, Methad B.
8. Teznperature Rise: 80 degree C(NEMA Class B}. Insulating material shall be NEMA
Class F mizairnum. Temperatu�re rise shall not be exceeded over entire operating speed
range.
9. Noise Le�el: Lim�ited to 85 dBA at no load measured ai 3 feet fromthe motor,
10. Vibration limits: Nat ta exceed 0.2-in/sec at any frequency.
16150.doc 16150-6 a3ii ��oz
Ciry of Fart Worth
Rolling Hilks W'TP
Backwash Supply System
2.10 DIRECTION
A. In general, the motors are to be bi-directional. If the ian must be uni-directional, it will be ilie
motor rnanufacturer's xesponsibility to obtain �he direction required from the drive
manufacturer.
2.11 NOISE LEVEL
A. The �notar shall camply in sot�nd leval to the Walsh-HeaZy Public Contracts Act minimum
listing for continuous operation.
2. ].2 SUBMERSIBLE M�TORS
A. Unless otherwise indicated in these 5pecifications, submexsible motars shall Ue housed in.
' watertight casing and shall have Class F insulated windings, which shall be moisture resistant.
., Pump motors shall have caoling characteristics suitable far cont�inuaus r�peration in a totally,
partially, Qr non s�xbrx�erged condition without overheating or other damage. The power cable
shall be of adequate length to allow the unii to be wired as detailed on the electrical drawings
,, without splices. The cable entry r�vater seal design shall preclude specific torque requirements
to insure a waterkight seal. Epoxies, silicones or other secondary sealing systems shali not be
required or used. The caUle entry junction box and motor shall be separated by a ternunal
hoard, which shall isolate fi.he motor interior from foreign mate�.als gaining access through the
pump top.
2.13 GUARDS
; I A. Expased moving parts shall be provided with guards in accordance with the requirements of
OSHA. Guards shall Ue iabricated of flattened expanded metal screen, 3/4-inch No. 10, to
pravide v�isual inspectiox� �f moving parts without remo�al of the guard.
B. Guards shall be galvanized after fabrication and shall be designed ta be readily removable ta
facilitate maintenance of maving parts. Windows shalI be provided in the guard for access ta
the lubricating fittings.
2.14 NAMEPLATES
A. Equipment nameplates shall be engraved ar staxraped on stainless steel and fastened to the
equipment (except pipework) in an accessible locatio�a with oval head stainless steel screws or
drive pins.
B. Nameplates shall as a minimum contain manufaeturer's nax�ne and address; year of
manufacture; serial number; speed (if applicable) and ather applicable information as
acceptable to the Engineer.
�6iso.aa� 16150-7 n3ii ��oz
Ciry of Fort Worth
Rolling Hi13s WTP
Sackwash Supply System
PART 3 EXECUTION
3.01 INSTALLATION
A. The Contractor shall receive, mount and wire each motor, and check rotation az�d provide
connections necessary to provide a working electrical drive systean. The drive sIaali be
properly protected during construction.
END OF SECTIDN
16150.dac � 61$ �-$ b3/ l 1/02
City of�ori Warth
Rolling Hills WTP
Backwash Supply 5ystem
SECTION 1617�
METAL �RAMING
PART 1 GENERAL
1.01 SCOPE OF WORK
A. FumisH and install metal framing, iz�cluding channels, fittings, clamps, hardware, electrical
• accessories and brackets.
1.02 QUALITY ASSURANCE
A. NEMA ML I- Metal Framing.
�
PART 2 PRODUCTS
., 2,01 CIIANNELS, FITTINGS, CLAMPS, ELECTRTCAL ACCESSORIES AND BRACKET�
' � A. Aluminum,
B. Fabricate threaded fasteners of 3I6 stainless steei.
2.02 SIZES
. A. Provide channels fabricated from not Iess thaxa 12-gauge sheet aluminum, 1-5/8 in.ches �vide
and nat less than 1-5/S ir�ches deep.
, 2.a3 ACCEPTABLE M�N�UFACZ'URERS
: A. B-LINE Systems, Inc.; Unistrut or approved equal.
� PART 3 E�ECUTION
� 3.41 APPLICATION
� A. Use aluminum components �or all applications.
B. Use aluminum channels with all aluminum conduits. The aluminuzz� channel shall not come
in direct contact with concrete. Install a spacer or coat the channel as per manufacturers
� recom�mendation.
3.02 SUPPQRTS
A. Provide metal framing to support large ar heavy wall-tnounted equipmen.t, waIl-mounted
raceways and ceiling-hung raceways.
asiiiroa
16170.doc 1 � � 7�-1
c�ry oe ror� wor�h
Rolling Hills WTP
Backrvash 5s�pply SysEem
3,D3 ANCHOR BOLTS
A. Use 1/2-inch diameter by 3 inches long stazn.less sieel expansion bolts to atfach framin� to
concrete.
B. Space balts a maximum of 24 inches an center, with not less thata two Uolts per piece of
framing-
END OF SECTION
o�i� vaz
� �z�a.ao� 16170-2
Ciry of Fort Warth
Rolling Hills W'I'P
Backtvash Suppl�+ System
SEGTION 16191
MISCELLANEOUS EQU]PMENT
PART 1 GENERAL
1,01 5COPE OF WORK
A. Furnish and install all miscellaneous equipment as shown on the Drawings and as specified
� herein.
� 1.02 EQUIl'MENT LIST
9
A. This Section provides the requi�zeznen.ts for rnisc�llaneous equipm�nt typicalIy employed in a
� facility, however, not all components specified in this Sechon are necessarily utilized on ihis
. , project.
' ' 1.03 BUBMITTALS
A. Submittals shall be detailed catalag inforxnation or drawings describing electrical and physical
�� characterisiics of a11 equiprnen� speciited.
I.(}4 RE�'ERENCE STANDARDS
� �
� A. Equipment enclosures shall ha�e NEMA ratings suitahle �or th.e location in which they are
�, I installed, as specified in Section 16Q00.
B. ANS/IEEE C62.41 1980 (Formerly, IEEE Std 587-1980), Guide for Surge Voltages in Low
Voltage and Power Circuits.
C. Undervcrriters Laboraiories UL 1449, 5tandard far Safety, Transient Valtage Surge
: Suppressors, Re�is�d edition, effecfive date July 2, 1987.
PART 2 PRODUCTS
,
�
2.Q1 DISCONNECT SWITCHES
� A. Disconnect switches shall be heavy-duty, quick-make, quiek break, visible blades, 6Q0 volt, 3
pole with full cover interlock, interlock defeat and flange mounied operatinghandle. Cirauit
' hreaker type discannect switches are unacceptable.
B. NEMA 4X enclosures shail be cast aluminum.
C. Switches shall Ue as manufactured by the Square D Co. or equal.
,�.
i619f.�o� 16191-1 o3i�iroz
City of Fort Worth
F�olling Hills WTP
6ackwash Supply Sysfem
2.d2 FUSED DISCONNECT SWITCHES
A. Fused disconnect switches shali be heavy-duty, quick-make, quicl�-bzealc, visible blades, 600
volt, 3 pale with full cover interlock, interlock defeat and flange mounted operating handle.
B. Fuses shall be rejection type, bODV. 200,000 A.T.C., dual element, time delay, Bussman
�'usetron, Class RK-5 or �qual.
C. NEMA 4X enclosures shall be cast aluxninum.
D. Switchea shall Ue as manufactured by the Square D Co, or equal.
2.03 MANUAL MOTOR �TARTER,S
A. Manual starters shall be suitaUle for the voltage and number ofphas� shown on the Drawings
an.d shall he non-reversing, re��rsing ax iwo speed type as shown on the Drawings. NEMA
sizes shall be as required far the horsepawers showri on the Drawings. Manual starters shall
ha�ve motar overload protection in each phase.
B. NEMA 4X enclosures shall be cast aluminum.
C. Manual moior starters shall be as manufactured Uy the Square D Co, or equal.
2.04 MAGNETIC MQTOR STARTERS
A. Mator sfarters sha�l be 2 or 3 pole, single or 3 phase as requir�d, 60 �Iertz, 6Q0 volt,
znagnetically aperated, fuIl voltage non-reversing except as shown on the Drawings. NEMA
sizes shall be as required for the horsepowers shown on the Drawings. IEC :ra�ed starters are
unacceptab le.
B. Two speed starters shall be far single or two winding motors as shown an the Drawings.
C. Each motor starter shall have a 120 volt operating cail, and control power transfarmer.
Starters shall have motor overload protection in each phase. Auxiliary con#acts shall Ue
provided as shawn on the Drawings. A minimum af one N.O. and one N.C. auxiliazy
contacts shall h� pres�vided in addition to the contacts shown on the Drawings.
D. Overload relays shall Ue adjustaUle, ambient campensated and manuaIly reset.
E. Controi power transfoxmers shall be sized for additipn.al load of 10QVA ar an addi#iona110%
whiehever is larger. Transformerprimari�s and secondaries shall be equipped with ti.zne-delay
�uses.
F, Built-in. cont:rol stations and indicating lights sha11 l�e furnished whe:re shown on the
Drawings.
G, All wires sbal2 be terminated on terminaI blocks and shall be tagged.
i�i9�.ao� 16191-Z o�iii�o�
GLijl p}� kpY'L WDTftI
Rolling Iiills WTP
Bacicwash Supply 5ystem
H. NEMA 4X encIosures shall be cast aluminum.
I. Pravide as built wiring diagram and post it inside the enciasuze.
Ma�metic motor starters shall be as manufactured by the Squar� D Co. or equal.
2.05 COMBINATION MAGI�IETIC MQTOR STARTERS
A. Motor starters shaIl be a combination motor circuii protector and cantactor, 2 or 3 pole, single
or 3 phase as required, 60 Hertz, 600 volt, magnetically operated, fu11 valtage non-reversing
unless atherwise shown on the Drawings. NEMA sizes sk�all be as required for the
horsepowers shown on the Dravwings. Motor cixcurt protectors shall be molded case with
adjustable magnetic trip only. They shall be specifcaIly designed for use with magz�etic
motor starters. Motor circuit protectors shaIl be current limiting type, with additional current
lizniters if required. IEC rated startexs are unacceptable.
B. Two speed starters shall be for single or two winding motors as shovwn on the Drat�vings,
C. Each rnotor starter shall have a 120 �olt ap�rating coil an.d control power transformer, Three
phase sta�rters shall have three overload relays. One narmaIly open and one narmally closed
auxiliary coniact shall be provided as spares in addition to coniacts shown on th.e Drawings.
D. Overlaad relays shail be adjustable, ambient compensated and rnanually reset.
E. Furnish built-in control stations and indicating lights where shown on the Drawings.
�. All wires shall be t�rminated on terminal bl4cks and tagged.
G. NEMA 4X enclosures shall be cast aluminum.
H. Frovide as i�uilt wiring diagram and post it inside the enclosure.
I. Comhinatio$ magnetic rmotor starters shall be as manufactuxed by the Square D Co. ar equal.
2.07 PUSHBUTTONS, INDICATING LIGHTS, �ND SELECTOR SWITCHES
A. For non hazardous, indaor, dry locations, including mator contral centers, cont7rol panels, and
individual stations, provide heavy-duty, oiltight type pushbuttons, push-to test, indicating
lights, selector switches, and statians �for these devices. Utilize General Electric Type CR
104P, ar equivalent by Square D, Cutler-Harxamer, or other acceptable man.ufacturer.
B. For nan hazardous, outdaor, or normally wet locations, or where otherwise indicated, pro�vide
heavy-duty corrosion resistant, watertight ty��e pusY�buttons, push-ta-test indicating lights, or
selector switches mounted in NEMA 4X �c�vat�rtight enclosures. Provide special gasketing
required ta make camplete station watertight, Utilize Square D Type SK, or equivalent �y
General Electric, Cutler-Hammer, or other manufacturers.
C. Pravide devices meeting the requzrements ofNEMA. ICS 2, and having individual, extra large
naax�.eplates indicating their specific function. Provide pushbutton stations with Iaminated
plastic nameplates indicating the driye th.ey control. Provide contacts with NEMA
7 6191.doc 1619 I-3 o3n i ioz
c�cy of Fort wo,th
Rolling Hi13s WTP
Backwash Supply 5ystem
desagnation rating A604. Tnstall provisions for locking pushbuttons and selector switches in
the OFF position wherever locknut provisions are indicated,
D. Utilize selector switches having standard operating levers. Make ail indicating lights push-to-
test type. Pro�vide ON or START pushbut#ons colored black. Provide OFF or STOP
pushbuttons colored red.
2.08 DRY TYPE SMALL POWER TRANSFORMERS (0- TO 5Q0-VOLT PRIMARY)
A. Transformers shall be ventilated ar tatally enclosed dry type, t-vvo winding with kVA, voltage
and other ratings as shown on the Drawings.
B. Si�c full capacity taps shall Ue furnished: two, 2-1/2 percent above and four, 2-112 percent
belo�v rated grimary voltage,
C. Ventilated transformers for NEMA 1 areas only: provide open self cooled transformers
designed fox naturai circulaiiQn of air through �e windings carrying fui] load eontuiuously at
rated voltage and frequency without exceeding the following temperature rating and arnbient
af �}0 degrees and "hot-spot" of 30 degrees C. Winding temperature rise of 80 degrees C for
insulatian system. 220 degrees C. Provide windings and the core and coil assem.bly treaied to
resist the effects of moisture. Transfarmers shall have ventilating enclosures wit� carrosion-
resisiing �'inish. Units shall be similar or equal to Sor�el "Watchdog" Type Class 7�131.
D. Totally enclosed transformers far all other NEMA area designations: totally enclosed seif-
cooled transformer shall have silicon� insulated windings ra�ed Insulation Class 220 degrees
C and shall carry full load continuously at rated voltage and frequency without exceeding the
average copper temperature rise of 150 degrees C above an ambient temperature af 40
degrees C. The tz�az�sfoz�r�ner shall have a totally enclased case that shall be finished to reaist
corrosian. Units shall �e similar or equal to Sorgel Class 7�15.
�. Supply units where sound levels deiernlined Uy tests in accordance with NEMA and ANSI
statadards da no# exceed:
1. 40 decibels for 0 to 9 kVA.
2. 45 deciUels for 10 to SO kVA.
3. SQ decibels far 51 to 150 kVA.
4. SS decibels far 151 to 304 kVA.
5. 60 decibels for 341 to 500 kVA.
F, Fox transformers 30 kVA and larger, equip units witb integral vibration isalations completely
isolating the core and eail assembly from the transformer enclosure. �or smaller transformers,
pravide in.tegral vibratio� isolatars ar instalI external vil�ration isolators, which isolate the
entire unit from the structure on which it is mounted. Utilize only integral or external
vibration isolators, which axe rated for the weight of the �ransformer and pravide 99 percent
isolation efficiency at the fundamental frequency af sound emit�ed by the transfarmer.
G. Provide "A" rated type #ransformer where indicated on the dxawings {for harmonic content
circuits).
H. All transformers shall have copper windings. Aluminum windings shalI not be used.
16191.doc 16191-4 o3�i iraz
Ciiy of Fvrt Worth
Itolling Hills WTP
Backwash Supply 5ystem
� I. Acceptable Manufacturexs: Cutler Hammer, General El�ctric, Hevi-Duty, Sorgel, or equal. �
2.09 LIGH1`NING ARRESTER AND SURGE CAPACITOR
A. Lightning anester shall be 650 volt, 3 phase, "Tranquell" type: General Electric Co. Cataiag
No. 9L15ECC001 or equal.
B. Surge Capacitor shall be 6S0 volt, 3 phase, non-toxic liquid insulated, General Electric
Company's Catalog No. �L1 SBAB301 or equal.
2.10 CONTROL RELAYS
i A. Gontrol ralays shall be heavy duty machit�e tool type, with 10 arnpere, 300 volt convertible
cantacts. Nuxnber of contacts and coil voltage shall be as shown on the Drawings. Generai
� use relays shall be General Electric Co. Cat. No. CR120B or equal by Squaare D Co. or
Allen Bradley Ca Latehing relays shall be General Electric Co. CRI2QBL or equal by
Square D Co. or Allen-Bradtey Co.
B. Time delay relays shall Ue pneumatic, 6�0 volt, 20 amp contacts, with calibrated knob
'' operated adjustment. On delay and off delay types and timing �anges shall be as shown an the
. Drawings. Relays shall be Agastat Mode17012 or 7022 ar equal.
' 2.11 POLYETHYLENE NARNING TAP�
,
A. Waming tape shall be red polyethylene film, 6-in minimum widtl3.
; B. Warning tape shall he W.H. Brady Co., Cat. No. 91296 or equal.
. . 2.12 TERMINAL BLOCKS
A. Terminal Ulocks sha11 be 6�0 valt, channel mounted, witTi tubular screw and pressure plate.
B. T�rminal bincks shall be Bulletin 1492 as manufactured tay the AIIen-Bradley Co. or equal.
2.13 30 AMP 484 VOLT RECEPTACLES
�� A. 30 a�x�p 4$D volt receptacles shall be 3 polc, 4 wire, grounding pin-and-sleeve type, with
circuit breaking capaUility.
� B. 30 am�p 480 �aIt receptacles shall be Crouse-Hinds Ark#ite style 2 Cat. No. �RE 3423 or
equal.
.` C. �urnish and install one matchiun.g plug far eaah receptacle shown on the Drawings.
2. l.4 JIC BOXES FOR GF RECEPTACLES
I
i
A. JIC boxes shall be 6-in. by 6-in by 4-in aluminum continuous hinge clamp cover boxes,
Hoffrnan Cat. No. A-6Q6 C�IAL with Type L23 stainless steel fast operating JIC clam� or
equal.
1G191.doc 16191-5 o�n va2
City of Fart Worth
Rolling Hills W"I`P
Backwash Supply System
B. Install 1-1/2-in bushings ir� bottom of box for cord and plug ta pass through.
2.15 EMERGENCY ALARM HORN AND LIGHT
A. Emergency alarm harn shall be vibrating type for I20 volts, 60 Hertz and shall be Federal
Signal Corp. Cat. No. 350�-WB for suxface maunting, Cat. No. 350+FG+FB for flush
mounting, equal by Senjaz•nin Ca. or Edwards Co. or equai.
B. Emergency alarm light shall be a flashing strabe unit with red fresnel globe, for use on a 120
volts, 60 Hertz power supp]y, and shall be Benj amin Cat. No. �L,-4011-120, equal by Federal
Signal or Edwards Co, or equal.
2.16 ON-DELAY, OF�-DELAY TIMERS (SOLID STATE}
A. On and off delay tinaers shall be microprocessar based, snlid state type.
B. Timers skaall have the following features:
1. Adjustable timing rat�ges from �.1 seconds to 99 haurs, 59 minutes minimum.
2. Set points entered by pressing membrane covez'ed keybaard on unit.
3. LCD readont of timing progress and set point.
4. Adjustable for an-delay ar aff-delay modes.
5. Standard sized plug-in case.
6. Totaily sealed face plat�.
7. Sealed battery backup power to retazn znemory for up to 30 days.
S. Accuracy plus or minus 0.01 second.
9. DPDT isolated instan#aneous and timed output contacts rated 6 amps minimuxn at
120V.
C. Timers shall be Bulletin b51 Multirange, solid state as manufactured by Tenor Co., Inc.;
Eagle Signal CS-300 Serias or equal,
2.17 CQRROSION II�lI1�BITORS
A. All equipment enclosures, tenninal boxes, ete, lncated outdooxs that contains electrical or
electronic equipment or termina� strips shall be furnished u�rith an internally maunted,
cheznically trea�ed corrosian in.hibitnr pad,
B. The corrosinn inhibitor pads shall be as manufactured by Hoffinan En.gineering Ca,; 3M or
equal.
i6tsi.aoo i6191-6 o3n i�a2
City of Fort Worth
Rolling Hills WTP
Backwash Supply5ystem
2.18 EQUIPMENT TDENT]FYCATTON NAMEPLATES
A. All field mountad electrical equipment such as lighiing contraetor, r�lay enclosures
disconnects, gush button stations, starters, circuit breakers, panelbaards, etc, shall be provided
�v'ith a weather resistant engraved laminaid equipment identification nameplate screvt�ed or
Uolied adjacent to the de�ice. Nameplate shall identify the mechanical equipzxi.ent controlled
exactly as shown an the electrical one line drawings (i.e, Influent Pump No. 1).
2.19 11VSTIZLTMENTATIDN DISCONNECT S'4NTTCHES
A. Provide Hea�vy Duty single pale disconnect toggle switci�es in a NEMA 4X cast aluminum
enclosure for all field instrutn.ents served with electric povaer this feature shall be included
whether or nar shown on Drawings.
2.20 DIGITAL LIGHTING C�NTROL TIME SWITCHES
� A. Time switches for conirol of lighting with photocell ON/time OFF/time ONlphotacell QFF
. (selected days); phota�ell ON / photocell OFF (every day); remote photocell; 9 valt lithium
battery back-up; manual override; photocell li�ht level controi adjustment; LCD digital
� display a�d indoor/outdoor enclosures. Time switches shall Ue similar and equal to Tork
. CatalQg No. DGVM-100.
�• Note: Above time switch requires a dedicated clock circuit (no other loads cannected to
circuit).
2.21 TRANSIENT VOLTAGE SURGE SUPPRESSION (TVSS) (AT PANELBOARDS,
SWITCHBOARDS AND MCC's)
. A. This subsectian descriUes the materials a�d installatian requzrements for transient voltage
� surge suppressors (TVSS} for the protectzon of all AC eleetrical cucuits from the effects of
•' lightning-induceci currents, substatian switching transients, a�d �ternally generated transients
xesulting from inductive and/or capacitive load switching.
�' B. Subpan.el locatzon shall be deimed as designated in AN5UC52,41-19801ocation, Category B.
C. Suppressors shall be listed in accordance with UL I449, Siandard for Safety, Transient
Voliage St�rge Suppressors, Revised edition, effective date duly 2, 1987.
D. For 3 phase, 4-wire canfigurations, suppressors shall provide suppression elements in phase-
to-neutral configurations, wiih supplemental neutral ta grou�d suppressian.
E. VisiUle indication of proper suppressor connection and operation shall be pxovided.
F. Suppressars shall be close ni�pled to the panel being pratected. Tbe mounting position of the
suppressor shall perznit a straight and short lead length cannection between the suppressox an:d
the point of connection to the panelboard. Connections utilizing conduit bekween suppressors
arid panelUoards will not be accep�ed.
G. Suppressors shall meet or exceed the fallowing criteria:
1619 Ldoc 1� 191-7 03/I 1/U2
c��y of FQn woni,
xou�ng x�i� urrr
Backwash 5vpply System
1,
2
Ma�cimum Surge Current Rating {based an 8/24 µ s Wavefa�rn): 60,00� Amps.
Maximum Clamping Voltage Rating (Tested to ANSIIIEEE C62.41-1980 Cat. B,
600�}V, 1.2/50 µ s, 3flt?OA 8120 µs Waveforms):
Ma�cimum Clamping Voltage LTL 1449 Clamping
Volta�e Canfi�uration (Actual) Valta�a Class
3
12C�l24Q, Single Phase 403 Volt 5Q0 Valt
�20i2D8, Wye 403 Volt 500 Volt
277/480, Wye 890 Volt 1000 VolY
480 Delta 1730 Volt 2000 Volt
Transient Jou1e Ratingl�'hase (Based on 1Q/10�0 µs 'Waveforms}:
Volta�e Cflnfiguration
12a/2�1Q, Single Phase
120/208, Wye
277/480, Wye
48Q Delta
H.
X.
J,
Transient Joule Ratin�
570
570
420
14 ${}
LTz�i#s shall be field maintainable Uy use ofi removable surge suppression compon�nt modules.
Disposable units are nat acceptaUle.
Unit sh.all i�e fumished vvith low valtage relay and dr}r cantacts for tying into the building
alarm s�stems.
Unit enclosure shall Ue NEMA 12 minimum.
T�. Unit may be manufactured using Metal Qxzde Varistors (MOV's) as -primary suppression
co�n.ponent, or as a"hyhrid" system using MOVs, Gas TuUes, Inductors, capacitors, andlor
diades. However, units relying solely on gas tub�s or diodes axe not acceptable.
L.
M.
Suppressors sha11 be of solid-state cozx�ponentry and shall operate bi-directionaIly.
Acceptable rnanufacturer is Sentrex by The Wiremald Connpany, or approved equal.
PART 3 EXECUTIQN
3.01 INSTALLATION
A. 1Vlaunting 8tands
1, Field mounted disconnecis, pushbutto�. control stations, etc, shall be maunted on
aluminu�.n stands as shown on the Drawings. WY►ere clearance zequirements for
stands may a�ot be maintained, the Engineer xx�ay direct equipment to be
lbl�l.ao� 16191-8 o3ntiaa
City aTFort Worih
Rolling Hills WTP
Backwash Supply 5ystem
wall-mounted adj acent to the drive. The distance from t}►e drive matoz to the control
stanon shall naf exceed three feet, unless shown aiherwise on the drawings.
3.02 �UTLET AND DEVICE BOXES
A. Installation
1. Mnunt boxes at the foIlowing heights unless otherwise indicated (hei�hts are to the
centerline of the box):
Wa11 Switches
, Thermostats
' Wall telephone outlets
,
�
Wall nnounted telephone
outlets
Convenience receptacles:
Tndoor
Office, lab, general
48 inches ahovc floor
54 inches above floor
6 znches above eounter tops;
12 inches above floor
S�. inches abor�e flaor
far public pay telephone
52 inches above floor
standard wa11 t�lephone
�lush device plate bottom or
use areas, halls, side with top of t�e splashback
etc. on counter tops, or 6 inches above
counter tnps without splashback;
12 inches above floor unless
otherwise indicated
48 inches above floor
Industrial areas
� � machine shops,
warehouses, workshops,
' etc.
Vaults
��
���
2.
48 inches above vault floor
Outdaor
All areas 24" to 36" inches above �ished grade
Multioutlet assernbly Above counters or table�; see
arclutectural details
Special purpose receptacles 48 inches abave floor.
Where above heights do not suit the building cons�ruction or fznish, locate boxes
vcThere directed by the Construciion Manager.
i6 i9 i.ao� 161.91-9 a3n i�oz
City uf Fart Vs�nrth
Rolling Hills WTP
Backwash Supply System
3. Locations indicated are approximate. Study the Drawings in relation to spaces and
equiprnent surrounding each outlet. When necessary, with tbe approval of the
Construction Manager, re�ocate outlets to avoid interference with rnechanical
equipment or stru�tural features. Laca#e all light switches on lack side of doors.
Locate aI� light �ixture autiets in a syinmetrical pattern according to the room layout
unless otherwis� indicated.
4. Mount all boxes plum.b and level. Use flush mounted boxes with concealed conduits.
Make edges of Uoxes flush with finished surface. Provide proper type extension
rings or plaster covers for this putpo�e. For flush mounted boxes, make holes in the
surrounding surface no larger than required to receive th� box.
7nsta1l boxes in a secure, suUstantial manner supported inde�endently of conduit by
attachment to the building siructure ar a strucYural members. Use bar hangers in
frame canstruction, or fasten l�nxes directly with wood screws on wood, bolts and
expansion shields, on concrete or brick, toggl� bolts on hollow masonry units, and
machine screws or welded, threaded studs on steelvc�ork. TYsreaded studs driven in by
a pawder charge and pro�ided wiih loak washers and nuts are acceptai�le in Iieu o£
expansion shields. Boxes embedded in concrete nr masonryneed not be addii�onally
supported. Utilize stainless steel mounting hardware in industrial axeas.
6. 1'rovide flush ar recessed lighting fixtures with separate junction boxes when
requixed by the iixture terzninal temperature. VVh,er� k�ox�s support f�xtures, provide
proper meazis of attachinent with adequate strengtb,
7. Open no more l�ockouts in sheet ste�l boxes than are actually required. Seal any
unused openings in an� type U�x,
3.03 WIltING DEVICES
A. 5witches: Mount switches at the laeights indicated unde� QUTLET t�ND DEVICE BOXES.
Mdunt srvitches for swifch operation in the vertical position.
B. Receptacles: Mount recep#acles at heights indicated under OUTLET AND DEVICES
BOXES, Mount receptacles with grounding slot up except where horizantaI mounting is
indicated, rn which case mount with neuiral slot up. Gro�and receptacles to boxes with
grounding wire, not by yoke ar screw contaet. Mount wea�aerproofraceptacles with the hinge
for the protective cover above {not at side, or below} the rece�tacle ap�ning.
1. Special Purpose Receptacles: L+�cate special purpos� receptacles where shown,
Install and mount the receptacles in accordance with the manufacturer's instructions
and the applicable codes.
C, Telephane Qutlets: Mount autlets at the heights indicated under OUTLET AND DEVICE
BOXES. Mount outle#s in the vartical position unless otherwi.sa indicated.
1. Tnstallation: Securely fasten der�ice plates to switch or receptacIes boxes or the
wiring device contained therein. Install device glates used with flush m.ottnt�d boxes
with all four edges in continuous contact tivith tl�e finished wall surfaces without Yhe
t6191.doc 16191-10 o3iuroz
CiEy ofFort Warth
RopingHills WTP
Backwash Supply SysYem
use of mats or similar rnaterials. Plaster fzllings will not be acceptable. Install de�+ice
plates vertically or ho�izontally with an alignment tolerance of I/i 6-inch. Do �ot use
sectional type device plates.
D. Dry Type Transformers (0- to 600-voit Primary)
1. Mount transformers approximately where indicated. Load any vibration isoIators
external to the unit properly and provide complete isolation with no direct
iransformer unit 7metal in contact with tk�e miounting surface. Corjnect electrical
circuits to trarisformers by means af moisture proof, flexible canduit zn a manner that
preven.ts transformer vihrations from Ueing transmitted to the building or ather
equipment.
2. Ground neutrals and enclosures of all transformers in accordance with applicable
codes and as otherwise may be indicatad. Cox�nect voliage taps on a11 transfor�ners
to give as close as possible to rated output voltage under noz-mal plant laad
cnnditions.
END OF SECTIQN
�
�
f�
1619Ldoc
16191-11 osn i�a�
City of Fort Worth
Italling Hills WTA
Bac3curash Suppty System
SECTION I6430
PAD-MOUNTED TRANSFORMERS
PART 1 GENERAL
�
1A1 SCOPE OF WORK '
� A,. Furnish and install pad-xnounted trans£ormers as speciiied herein and as shown on the
Drawings.
I 1.02 RELATED WORK
,�
� A. Cancret� fbr equipment pads is included in Division 3.
, 1.03 SLTBMITTALS
A. Submit shop dra�uvings and product data in accordance with �ectia� 01300, as follows:
1. Master drawing index
2. �'ront view elevation or outline drawing and weight
' 3. Flaor plan with recommended pad dirnensions
_ 4. Schematic diagraxn
5. Nameplate diagram
' I 6. Camponent list
. 7. Condurt entry/exit locations
$, Rafings including:
a, kVA
_ �. Primary and secondary voltage
. c. Taps
d. Primary and secondary continuous current
� e. Basic Tmp.ulse level
f. Impedance
g. Insulation class anci teznperature rise
` h. Sound level
9. Cable terminal sizes or deadfrant elbaw information.
B. Where applicable the following additionaI information shall be submitted to the
Engineer:
1. Busway Cannection
� 2. Key interlock scheme drawing and sequence af operations
3. Specified accessories
1.04 ItEFERENCE STANDARDS
F! 6000.doc 1643 0-1 03/11/fl2
City oi Fart Warth
Rollsng Hills WTP
Backwash Supply �ystam
A. The pad-maunted transformer{s) and all components sk�all be d�signed, manufactured
and tested in accardance with the latest applicable NEMA and ANSI standards.
1..05 QUALITY ASSU12�f1NCE
A. The manufacturer of this equipm.ent shalI have produced similar electrical equipment for
a mir�imum per�od of five {S) years. When requested by the Engineer, an acceptable list
of installatians wit� szmil�r equipment shalI be provided demonstrating complianne ivith
this requirement.
B, Acceptable Manufacturers
1. G�neral Electric
2. Cutler Harnmer
3. Square D
4. Coaper Industries
1,06 DELYVERY, STQRAGE AN17 HANDLIIVG �
A. Equipnaent shall be handled and stored in accorrdanee with manufacturcr's instructions,
One {1) copy of these instructions shall Ue incIuded vvith the equipment at iime of
shipment.
1.07 FIELD MEASUREMENTS
A. Measure primary and secondary voltages and make appropriate tap adjustments.
1.08 OPERATION ANi� MAINTENANCE MAN� JALS
A. Equipment operation and rnaintenance manuaIs shall be provided in accordance with
Section16000.
B. Operation and maintenance manuals s�aal� includ� ihe %llo�ving information:
1, Tnstructionbooks andlor leaflets
2. Recommended ren�waI parts list
3. Drawings and inforxn.ation required by the SUBMITTALS part of this Sectinn.
PAItT 2 PRODUCTS
2.01 RATINGS
A. Tb,e ratings of the transformer shall be as %llows or as shown on the drawings:
Fisooa.ao�
16430-2 osniroz
City of Forl Worth
Rolling Hills VJ'I'P
Sacfcwash Supply System
kVA Rating
Izx�pedance
HV BIL.
HV Taps
2.02 CONSTRUCTION
As shown OA
5.75 %
60 kV
�-/- 2 - 2-1/2% full capacity
A. The unit shall be mineral ail-filled and shall be in accordance with the latest edition of
the NEC.
B. The transfornner shall caxzy its continuous rating with average winding temperature rise
�� by resistan.ce that shall not exceed 55 degrees C, based on average ambient af 3D degrees
C over 24 hours with a maacimum of 40 degrees C. The insulation systezn shall allow an
additional 12°/n kVA output at 65 degrees C average wznding temperature rise by
resistance, on a cantinuous basis, withdut any decrease in normal transformer life.
.�
�
�
The iransfonner shaJ.l be desigried to meet the s�und level standards for liquid
transformers as deimed in NEMA and ANSI.
High-voltage and low-voltage windings shall be copper. Insulation between layers of the
windings shall be by Insuldur paper or equal.
E. The main �rans�ormer tank and attached coznponents sha11 be design�d to withstand
pressures 25°/o greater than the required aperating design value without permanent
deformation. Cons#tuctian shali consist of carbon steel plate reinforced with external
sid�vc+a11 braces. All seams and joints shall be continuously welded.
F. Each radiator assernbly shall be individually welded an.d receive a qua�ity contral
pressurized check far leaks, The entire �ank assembly shall receive a similar leak test
before tankin�. A%naI six-hour leak test shall be perfarmed.
G. The transformers shall be cornpartmental-type, self caoled and tamper-resistant for
mounting on a pad. The unit shall restrict the entry of water (other ihan flood water) into
the coixzparEments so as not to impair its aperatian. There shall be no exposed screws,
bolts or other fastening devices which are externally rennovable.
H. The transformer(s) shall consist of a transformer tank and fu11-height, bolt-an high- and
low-volta�e cable terminating corripartments located side-by-side separated by a rigid
meial barrier. Each compartment shall have separate doors, designed to provide access to
t�ae high-voltage compartment only after the low-vdltage has been opened. There slaall
be at least ane additional fastening device accessible anly after the low-voltage door has
been opened, which rnust be rernoved to open the high-voltage door. Doors shall be
mounted flush with the cabinet frame. The low-voltage doar shalI have a handle-
operated, three-point latching mechanism deszgt�ed to be secured with a single padlock.
F 1 GOOU.doc
16430-3 03l11/02
City oFFnrt Worth
I2alling HiUs WTP
Backwash Supply System
A hex-head bolt slaall be incor�orated into the lovv-voltag� doar latching mechanism.
Both high and low-voltage doors sha11 be incarporated znto the low-voZtage doar latching
mechanism. Both high and lovv-voltage doors shall be equipped with Iift-off type
stainless steel hinges and door stops to secure them in the open position.
I. Cornpartmeni sills, doaz�s and covers shall be remova�le to facilitate cable pullzz�g and
installation. Tl�.e high-volta.ge door shall b� on th� left with the low-voliage door an the
rig�t. Compartnients shall be designed for cable entry from below and shall be sized to
the minimurn dixnensions of ANSI C57.12.25.
J. Tra�sformers shall be �upplied with a welded main tank cover an.d be af a seated-tank
constxuctia�a designed to withstand a pressure of 7 psig wzthnut germanent distortion,
The tanlc cover shall b� domed to shed watex az�d be supplied with a tamper-resisfant
access h.andhole sized to allow access to internal busYzing and switch connecti�ns.
Transfor�exs supplied with "less flamxnable" fluids, {high-moleculax-wei.ght
h}�drescarbon ox silicone), s1�a11 be nzanufactuxed fio withstand 12 psig wzthout rupture.
The transformer shall remain effectively sealed for a top-oil te�rperature of -S degrees C
to 105 de�-ees C. Whe� necessary to zneet the temperature rise rating specified ahave,
flat cooling panels of the conun�n header type shall l�e provided.
I�. The tt'ansfornner manufacturer shall certzfy that the iransfoz'mer is nan-PCB containing np
detectable �'CBs. Do not provide nontlarnmable transfarmer �iquids including askarel
and insulating liquids containing tetrachldroethylene, perchloroethylen�, chlorine
compaunds, or haloger�ated compounds.
L. When k�igh-voltage taps are speeified above, full-capacity taps shall b� provided with a
tap changing mechanism designed for de-energized aperation. The tap changer operator
shall be Iocated witlain one of the compartments.
M. The coil windings shaZ1 be of the two winding type, designed to reduce Iosses and
manufactured with the conductvr rnaterial as specifted above. The windings shaIl
incorporate a secondary sheet conductor fnr 600V ciass secondary to rnaximize short-
circuit strength. For higher-�oltage class secondary, si�ap conductor shall be utilized.
All insulating materials shall be rated for 65 degrees C rise, SO degrees C hot-spot
operation.
N. Far gz-ounded wye to g-ounded wye application the core assez�n.bly shaIX be a 4- or 5-
legged, distributed-gap, �ound core, designed with a low fl� density to mini�ize
noise. For ratings above 2500 kVA, a stacked core design may be utilized.
O. The cox-e material shaIl be high-grad�, grain-oriented, non-aging silicon core steel with
high magnetic permeability, low hysteresis and eddy current los�es. Magnet�c flux
densities are to be kept well below saturation to allaw for a rzunimum of 1 Q percent
overvoltage excitation. The cores shall be pro�erly annealed to r�duce stresses induced
during the manufacturing pracesses an.d r�duce care losses.
F� �000.aoo 16430-4 a3�t i�az
City of Fart Warth
Rnlling Hills WTP
Hackwash Supply System
P, The core frame sha11 be designed to provide rna�cirnum support �f the core and coil
assemhly. The core frame shall be welded or balted to ensure ma�ci�muzn shart-circuit
strength.
Q. The core and coil assembly sk�all be desig7ned and manufactured to meet the short-circuit
requirernents of ANSI C57.12.90. The core and coil assem.bly shali he baked in an oven
prior to tanking io "set" the epoxy coat-ix�g on the Kraft paper and remove moisture fram
the insulation prior io vacuum filling.
R. Transforzz�er shall be vacuum-iilled wit� the appropriate fluid as indicated above. The
process shall be of sufficient vacuum and duration to ins�u-e ihat ihe core and coiI
assembly is fre� of moisture priar to filling the tank.
2.03 FINISH
A. Transformer units shall include suitable autdoor or indoor paint imish. Each transfanmer
shall be painted utilizing an initial phasphatizing cleaning treatznent, followed by
' n�anufaciurer's standard paint process baked on to a total of three (3) to fir�e (5) mils
. average thiclrness. Units shall be painted padmnunt green, Munsell Na.7GY3.29/I .S.
2.04 ACCES�ORTES
A, Transformer features and accessories shall include:
� 1. Dial-type thermometer
2. Liquid �eve1 �auge
3. Pressure-vacuum gauge
4. One (lj inch drain valve with sazx�ple valve
' S. Pressure relief valve
- 6. Nan-PCB label
7. One (1) inch upper filUfilter press connection
2. Additiional accessaries.
2AS HIGH-VOLTAGE SWTTCHING
A. Provide a two position, oil-immersed, gang-operated, rotazy, Ioad-break switch. T'�e
switch mechanisrn, shall be spring laaded and the operation shall be independent of
o�erator speed. The switch shall have the foIlowing ratings:
2.06 PRTMARY FUS]NG
A. Provide full-range, current lzmiting fuses in loadbreak drywell canisters.
2.07 PRIMARY COIVNECTIQNS
��6000.ap� 16434-5 a3�i 1�az
City afFort Warth
Rolking Hills WTP
Baakwash 5upply 5ystem
A. Transformer primary connec�ions shall be deadfront wells, inserts and elbows for cable
sizes shown an the drawings.
PART 3 EXECUTTON
3.01 FACTORY TESTING
A. The following standard factory tests shall b� performed on the equipment provided under
this section. All tests shall be in accardance with the latest applicable ANSI and NEMA
standards.
1. Resistance rneasurements of all windings an the rated voltage conn�ction of each
unit and at the tap extremes of �ne unit on�y of a given rating on t�is prnj ect
2, Ratio tests on the rated voltage connection and on all tap connections
3. Polarity and phase-xelation tests on the rated voltage cannections
�4. No-load loss at rated voltage on the rated valtage connection
5. Exciting current at rated voltage on the rated valtage cannecfian
6. Impedance and load loss a� rated current on the rated vnitage connection of each
unit and on the tap extremes of one unit only of a given rating on this project
7. Applied potential test
8. Zriduced potential tests
B. The manufactw-er shall provide three {3) certified copies of factary tiest reports.
C. 'The foliowing special factoiy tes�,s shall be perfornied an the equipment provided under
this section. All tests shail be in accordance with the latest agplicable AN�I and NEMA
standards.
1. Temperature #ests shall be made on one unit only of a project covering �ne or
more units of a given. kVA rating. Tests shall not be required when there is
available a record of a ternperat�ue test on an essential�y duplicate unit.
2. Basic impulse test on alI windings.
3.03 ]NSTALLATION
A. Tne Contractors shall install alI equipment per the manufacturer's recommendatians and
the contract drawin�s.
�i�ooa.ao� 16430-6 03�� iroz
City ofFvrt Warth
Rolling I3ilis WTP
Backwash Supply System
3 A4 FIELD QUALITY CONTROL
A. Provide �lie services of a qualified factory-trained manufaeturer's representative t� assist
the Contractor in installation and start-up of the equipment sp�cified under this section
for a period of 2 working days. The manufacturer's representati�e shall provide technical
direction and assi�tance to the Contractax in general assembly of the equipment,
9
connections and adjustments, and testing of the assembly and camponents contained
� herein.
B. The Contractor shall provide three (3) copies of the manufacturer's field staxt up report.
3.p5 FIELD TESTING
A. Measure prriznary and secondary vol#ages for proper tap settings.
B, Megger primary and secondary windings
' I C. Liquid transformers -- Test oil for dielectric strengtY�
, ,
3.U6 FIELD ADNSTMENTS
. l• A. Adjust taps ta deliver apprapriate secandary voltage
` 3.07 MANi.JFACTURER'S C�RTIFICATION
,
, A. A qualified factory-trained manufaciurer's representative shall certify in writing that the
equipment has been instaljed, adjusted and t�sted in accordance with the rnanufacturer's
recommendations.
B. The Contiractor shall provide three {3) copies of the manufacturer's representative's
certification.
3.08 T1�INING
A. The Coniraator shall provide a training session for up ta 3 owner's repxesentatives for
1/2 normal.workdays at a jobsife loca�zon determined by the owner.
B. The training sessian shall be cozaducted by a manufacturer's quatiiied representatzve.
Txaining program shall inc3ude instructians on the transforrr►ers, auaciliary devices,
protective devices, and other major cornponents.
END OF S�CTION
Fi�000.aoC
16430-7 031] 1/02
City af Fart Worth
Rolling Hills WTP
Backwash 5upply System
SECTION 16470
PANELBOARllS
� PART 1 GENERAL
1.41 SCOPE O� WORK
,
A. Furnish all labor, rnaterials, equipment and incidentals required and insta.Il all panelboards as
sho�vn an the Drarvings and as specified herexn.
�
1.02 SUBMITTALS
�, A. Refer to Seciian 16000 for su�mittals
1.03 RE�'ERENCE STANDI�RDS
A. Panelboards shall Ue in accordance with the Und�rwriter Laboratories, Inc. "Standard for
' Panelboards" and "Standard for Cahinets and Boxes" and shall be so labeled where
procedures exist. Panelboards shall also comply with NEMA Sta�dard for panelbaards and
I the Nationa! Electrical Code.
S. Where ref�rence is zxxade to one oithe above standards, the ravision in eff�ct at the time ofbid
opening shall apply.
3.04 MANI.JFACTURERS
. A. 120/2DSV, 3 phase, 4 vc+ire panelUoards sha11 be Type Pow-R-Line C as manufactured by
Westinghause Eleetric Co., Sentron as rr�ariufactured by Siernens; Type NQOD as
maa�ufactured by Square D Co., or equal.
S. 27714$OV, 3 phase, 4 wire panelboards shall be Sentran as rnanufactured by Sieznens; Type
: Pow-R-Line C as manu#'actured by Westinghouse Co.; Type NEHB as ma7nufactured by
�
Square D Co., or equal,
� C. 120f240V, single phase, 3 wire panelbaards.
� D. NEMA 3, 4 and 12 panelboards shaIl be type DVP or DHP as required Uy valtage applica#ion;
manufactured by the Crouse-Hinds Compariy, or equal.
PART 2 PRODUCTS
2.01 GENERAL
A. Rating
� I. 1'an�lboard ratings shall be as shown on the Drawings. All panelboards shall ba
rated for the intended vo�tage.
1647D.dnc 16470-1 osn voz
City of Fort Worth
Rolling Hi]]s WTP
Sackwash Supply System
2, Circuit Ureaker panelboards shall be fulIy rated for the sgecified circuit breaker fault
current inten'upting capacity. Series connected shart circuit ratings �uili not be
acceptable.
3. Panelboards sha�l be UL Iisted.
2.02 MA.TEIZIALS {NEMA 1)
A, Interiars
All interiors shali be completely factory assembled with circuit brealcers, wire
connectars, etc. All wire connectors, except screw terininals, shall be of the anti-turn
solderless type and all shall be suitable fQr capg�r or aluminum wire af tk�e sizes
indi�ated.
2, Intenors shall be so designed that circuit bxeakers can be replaced without disturbing
adjacent units and vvithout remaving the mai�i bus connectors and shall be sa
designed that circuits inay be changed without �nachining, drilling or tapping.
Branch circuits shall be arranged usit�g double row construct7.an except when narro�wv
colurnn panei� axe indicated. Branela circuits shall be numUered bythe manufacturer.
4, A nameplate shall be provided listing znanufacturer's name, panel type and rating.
B, Buses
Bus bars far the mains shall be of tin plated capper, �'ull size neutral bars shaIl be
included, Phase Uussizag shall be full height with,oui reductian. Cxoss connectors
shall �e tin plated cappex.
2. Neutral laussing s�a�l have a suitable lug for each outgoing feeder requiring a neutral
connection.
Spaces for future circuit breakers sha11 be bussed for the m�cimum device that can be
fit�ad into them.
4. �;quipment ground bars sk�all Ue furnished.
C. Boxes
Recessed or flush mounted boxes shall be made from �alvanized coda gauge steel
having multiple lrnockouts, unless othervvise nated. Boxes shall be of suf�icient size
to provide a minimum gutter space of 4-in on all sides.
2. Surface mounted boxes and trims shall have an internal and external finish as
Yaereinafter specified in Paragraph 2,02 D.4 be1Qw. 5urface mounted haxes shall Ue
fiel.d punched for con.duit entrances.
3. At least 4 studs for mounting the panelboard in�texior shall be furnished.
�ba�a.ap� 16470-2 o3ii �roz
City of Fort Warth
Rolling �-Tills WTP
Backwash Supply 5ystem
D. Trim
1. Hinged doars covering all circuit breaker handles shail be inciuded in aIl panel triz�s.
2. Doors shall have semi flush type cylinder Iock and catch, except that doors over 48-in
in height shall have a vault handIe �nd 3-paint catch, complete with lock, arratzged to
fasten door at top, bottom and center. Door hinges shall be cancealec�. Furnish ttva
keys for eaoh lock. All3ocks shall Ue keyed alike; directory fratr�e and card having a
transparent cor�er shall be furnished on each door.
3. The trims shall be fabricated from code gauge sheet steel,
�� �4. All extei-ior and interior steel surfaces ofthe parielbaard shall be properly cleaned and
; iinished vwith ANSI Z55.1, Na. 61 light gray paint over a rusY-inhibiting phosphatized
� coating. The finish paint shall be of a type ta which �eld applied paint will adhere.
5. Trims for flush panels sha13 averlap t�e box by at least 3/4-in all around. Surface
' trixns shall have the same width and height as the box. Trims shall be fastened vvith
quarter turn clamps.
I
2.03 MATERIAI�S (NEMA 3, 4 and 12)
A. Interioxs az�d Buses
1. Interiors and huses shali be as hereinUefore specified far NEMA l. canstxuction.
. B. Boxes and Covers
1. Boxes and covers shall be made from aluminum.
2. Boxes and covers shall be hinged together and gasketed.
, 3. Conduit openings shall be tapped,
C. For paneiboards mounted outdoors ar in carrosive areas as i7ndicated an the drawings, the
enclosure shaIl l�e NEMA 4X aluminum.
2.04 CIRCUIT BREAKERS
A. Panelboards shall be equipped with circuit breakers with frame size and i�ip settings as shown
on the Drawings.
B. Circuit breakers shalI be molded case, bolt-in type.
C. Each circuit breaker used in 120/208 V panelboards shall have an intenrupting capacity ofnot
less tl-ian 22,000 amperes, RMS synunetrical, unless indica#ed otherwise on the drawings.
�
1 G47p.doc 16470-3 03111l02
City of Fort Warth
Rolling Hills WTP
Backwesh 5upply 5ystem
D. Each circuit breaker used in 277/A�80 V and 480 V panelboards shall have an i�aterrupting
capacity ofnot Iess than 25,000 amperes RMS symmetri.cal, unless indicated otherwise on the
drawings.
E. Each circuit breaker used in 120/240V panelboards shall have interrupting capacity indicated
on dravvings.
F. GFCI {ground fault cixcurt interrupter) shall be provided far circuits where shown on the
Drawings. GFCT units shall be 1 pole,124 �olt, malded case, bolt-on breakers, incorporating
a solid state ground fault interrupter circuit insulated and isolated from the breakez
mechanisrn. The unit shall be UL listed Class A Group I device (5 zn.illi� sensitivity, 25
�illisecond trip time) and an interruptin.g capacity of 10,Q00 amperes RMS,
G. Circuit breakers shall be as manufactured hy the panelboard manufacturer.
H. Cixcuit breakers shall be able to be locked in the OF� position.
PART 3 EXECUTIQN
3.01 INSTALLATION
A. Maur�t baxes for surface mounted panelbaards so there is at least 1/2-in air space between the
box and the vvall,
B. Connect panelboard branch circuit loads so that the load is dis�tibuted as equally as possible
between the phase busses.
C. Type circuit directories giving lacation and nature o�load ser�ed. InstaIl circuii directories in
each panelUoard.
D. Install markers on the $ont cover of all paneIboards that identify the volta.ge rating. Markers
shall be made. of self sticking B-S00 vinyl cloth printed with black characfers on an Alert
Orange l�ackground, 2-114-in high by 9-in wide, Style A as manufactured by W.H. Brady Co.
or equal.
E. Tnstall a 1-in Uy 3�in, laminated plastic nameplate with 1/4-in white lettexs on a black
back�round on each panelboard. Nameplate lettering shal� lae as sho�vn an the Drawings.
Nameplates shall Ue stainless steel scr�w mounted.
END OF SECTTON
1 G47p.dac 16470-4 oan irox
City of Forl Worth
Rolling Hi11s WTP
Baekwash Supply System
SECTION 16480
4$Q V�LT MOTOR CONTROL CENTERS
PART 1 GENERAL
1.01 SCOPE OF WORK
A. Furnish all labar, maierials, equipment and incidentals required to provi.de, and make
•- read� for operation, Motor Control Centers {MCC's} as specified herein.
B. Motor cantrol centers shall be sized to include aIl equipment, spares and spaces shown on
� the Drawings
� C. The MCC's shall be installed in a NEMA-3R, non-walk in enclosure as shown on th�
. Drawings.
' ' l.a�. RELATED WORK
A. Concrete for equipment pad is included in Divisian 3.
B. MotQr Starters are specified in Section I6I91..
1.03 SUBMITTALS
�' A. Submit shop drawings an.d product data, in accordance with Seetion 013�0, as follows:
�
1. Eauipment aUtline drawings showing elevation and plan views, dimensions, weight,
� shipping splits and metering layouts. Iudicate all options, special features, ratings
�� and deviations frotn the Specifications.
2. Conduit entrance drawvings.
�
3. Unit st�mtlaary tables showing detailed equipment description and nameplate data for
� each compartment.
4. Product data sheets and catalog numl�ers for overcurrent prokective devices, motor
starters, contral relays, control stations, meters, pilot �ights, etc. List alI options, trip
adjustrnents and accessories furnished specifically for this Project.
, 5. Provide wiring diagrains including all interwiring and interlocking bet�veen units and
to remotely moun#ed devices. Show wire and terminal numbers, Jndicate spacial
� identifications foz electrical devices per the Contract Drawings.
6. Instruction and renewal parts books.
7. Itemized list of spare parts furnished specifically for this proj ect, including quantities,
description and part numbers.
16480.doc 1648a�1 o3�t ii�z
City of Fort Warth
Ralling I-iills W'I'P
Backwash Svpply System
I.04 REFERENCE STANDARDS
A. The manufacturer of the MCC's shall also manufacture all major components and subsystems
contained therein (e.g., circuit breakers, etc.)
B. The motor control center shall be designed, constructed, and test�d in accordance with the
latest applicable requiremcnts of NEIWIA, ANSI, UL, and NEC standards including, but nat
limited to:
ANSI 68.1 NEMA AB-1
NFPA70 LJL 5Q8
ANSI 255.1 NE1�A ICS-1
LTL98 UL 8�5
NEMA ICS-2 UL 489
C. AIl starters and contactors shall be �ated and designated in accordance with NEMA standards.
Start�rs and contactors rated in amperes without manufactuxers published data indicating the
cartesponding NEMA sizes will not be acceptable. Cross reference data shall ix�,clude details
of the manufaciurers compiiance with NEMA standards, test methods, and results af those
test �or all non-NEMA, cnntactors and starters. Internat�onal (ZEC) starters will not be
acceptable.
D. For specific r�quirements on the motar control cent�r, refer to t�e nne Iine diagrarns and
motar confirol center data sheets.
1.05 QU.ALITY ASSURANCE
A. The folIowin� minimum tests and checks shall be made before energizing the MCC's. These
tests shall be performed by a�'actory Traiar�ed Field Technician specializing in povver
distribution equipment ins#alIation and repair.
1. Thoraughly inspect motor cnntrol center for iterns such as loose connections and
presence of foreign material, and remedy priox to energizing,
2. Check all rnechanical interlocks for proper oparation.
3. Calibrate protective relays according to settings provided hy MCC supph�� a�d verify
proper operation.
4. Megger terminals and t�uses for grounds after disconn�cting de�ices sensitive to
megger voltage,
5, Verify continuity of ground bus throughout motor control center'.
Verify heater circuits are operational.
16480.doc 15480-2 a3n iroz
City of Fatt Worth
Rolling Hifls WTP
]3ackwash 5upply System
7. Verify ratios of all CTs, and proper operation af all metering.
$. Submit documentation of all tests outlined above to City personnel for review and
acceptance. Additaonally, inc�ude a11 data in operation and rnaintenance manuals.
B. Manufacturer shall detez7mine protective device settings coordinated to the upstream break�,
1.06 OPER.ATION AND MAINTENANCE MANUALS �
� A. �'urnish six copies af manuals incltxding the following information on each cornponent used
� after installation is complete:
�� 1. Installation and aperation manual.
; 2. RenewaS parts bull�tin.
�� 3. Component description, rating, catalog number, etc.
� , 4. Vendoz drawings.
' S. As built drar�vings with ternunal number, etc.
� 6. Test data.
'r
7. Protective relay setiings caordinated to upstreamfeeder device (furnished by Motor
Control Center Supplier).
1.67 MAN[JFACTURERS
A. MCC`s shall Ue as manufactuxed by Cutler Hamrner WH, �quare D, GE or equal.
� 1.08 WARRANTY
A. Manufacturer shall provide a one year warranty from the time manufacturer's start-up sarvices
are completed or 18 x�nanths frorn date af shipment whichever is Iater. Warraniy sh.all include
' all parts aand labor to troubleshoot and r�place failed deeices.
', 1.09 TOOLS AND SPARE PARTS
A. Fur�aish the followi.ng spar� parts with fihe equipment for each motor control center in
coz�foz-�ance with the specif cations:
].. One set (m.ixtimum 3) of iuses for each type and size used.
2. On.e set of starter contacts for every three sfiarters used { ininzmum of 1 for each size
" used}. �f' contacts are �ot repIaceable a spare starter for each siz.e used shall be
suppiied.
� 3. Two contactor cails foz every three starters of each NEMA size installed {rninimum
of one coi2 per size).
• �. 10°/a spare control relays �'ar each type used (minimum of tv�o).
5. i 0% spare pushbuttons, selector switches, indication light assemblies for each type
i�aaa.ao� i 6480-3 o3ii ►�oz
City nf Fort Worth
Rolling Hills WTP
Backwash 5upply 5ystem
used (minimum of two).
25% pilot lights for each type used (minimum of 12).
7, 25°/a spare lenses for each type and color used {xx�.inimum of 6).
One set of overload heaters for each size and type used.
PART 2 PRODUCTS
2.01 GENF.R AL.
A. Por additional canstruction notes and special requirements, refer to the MCC drawings.
2.Q2 CO�TSTRUCTION
A. Structure
l. Each MCC shall consist of the specified nuinl�er af vertical sections bolted togef�ier
to form a rigid, self supporti�g �ree-standing assembly. NEMA. rated enclasure per
attached data sh�ets. Vertzcal sections shall be znounted on steel channel sills
provided by contractor. The stracture shall be nat more than 90 in.ches nominal
height, az�d be fabricaied af formed steel af not less than 14 gauge t.�ickness. It shall
Ue fur�ai.shed with remaval lifting facilities as well as bas� construction designed far
rolling or skidding.
2. Front maunted (dead front) units, where specified, shall not require rear access and
shall be sui.taUle for back-to-t�ac� or back to wall maunting. All wir�ng, bas jaints,
and other mechanical parts requiring tightening ar o#her maintenance shall be
accessible fram the front or to�.
3. Each verticaI sectian shall Ue divided into no more than six compartments.ihat shall
contain a feeder breaker, coml�inatian mo�or control unit, or o�her control assemlalies
connecied to a common vertical paw�r bus.
4. Vertical sections shall contazn horizontal wu'e ways at top and botiom of the
structure. Tne design shall be such to permit a continuous �wiring trougk� fram end to
end of the entire width of the motor contrnl center. End vertical sections shall have
cover plates, which can Ue easily removed fo allow continuatian of wire ways and
h�rizontal bus extenszons for future addition of vertical sections.
The v�rtical section shall also have a continuous vertical raceway extending the futi
height a£ the structure as�d shall intersect with the harizontal race�vays. This tivire
way shall be completely barriered from the bus compartments, the contro]ler
compartment, and the adj acent v�ertical units, and shall have its awn separate hinged
daor or bolted cover.
5. Holes or slots providcd in wire ways or other metal mambers for routing of wires
shall be provided with bushings or grommets to avoid damage to the wiring
1G480.doc 16480-4 asn iraa
City af Fort Warth
Rolling Hills WTP
Sacfcwash 5upply 5ystem
insuiation.
Combzn.atian motor control units (size 5 and smaller), as well as other electrical
assernblies, including feeder tap units (225 amp and smaller}, shall be provided with
apprapriately rated stab assemblies for draw out (plug-in) type construction.
8. Plug in provisions shall include a positive guide rail system and sta� shrouds ta
insure alignment af stabs with the vertical bus. The stal� shall be designed ta �increase
bus contact pxessure during a fault. The stab design shall assure a consistent low-
resistance cantact with the vertical hus, even after repeated insertions and xemovals.
� The unii shall he equipped with a latching mechanism to lock the drawez in az�
; extended or stabbed position �or maintenance and testing. Eac� draw out
compartmen� is to have a separate hinged door.
Each unak compartm.ent shall be provided with an individual front hinged daor.
Mator control and feeder units shall be interlocked mechanicall�r with a unit
discoz�.n.ect device to prevent unintentiana3 opening of the door w�i1e unit is
energzzed. An interlock Uetween the unit disconnect and the struciure shall prevent
the rezxioval or reinsertion of the unit when th� unit is in the "OF�" position. Means
shall be pxav�ided for releasing the interlock f�r intentional access and/or application
of power. Pad locking arrangemenis shall pernut 3acking the disconnect device in the
"OFF" position.
10. The MCC shall be fitrnished as a completely factory assembled unit where
fransportation facilities and installation requirements perxnit. Minimize shipping
splits if required.
11. All painted steel work shall be treated with a primer coat and a finish coat, or
bonderized and fmished with a coat of baked enameS at the factory, such that no field
painting will be required except for "touching up° af damaged areas. Golor shall be
manufacturers standard.
12. Furnish documentation with the equipment as foilows: Campartnnents containing
panel boards shall have a card holder on the inside of the door with the branch
circuits clearly identiixed. Compartments containing motor starters shall each have
an averload heater section table pasted inside the door. All coniral compartm�nts
shall have a pocket an the inside of the daor with a copy of the a�prapriate schematic
and wiring diagram.
� 13. Provide screw on type engraved Iarninated nameplates as follows: Main equipment
° nameplate shall be lacated at the tap ofthe MCC near the main breaker compartment.
Individual compartment nameplates screwed t�o t3ieir respectzve doors. Cantr�l
I device nameplates for all devices screwed on near the vicinity of each device as
' approved by the Engineer. A manufacturer's plaque shall be attached to th.e MCC
givin� model number, bus amps, voltage, maintenance reference docuznents, and
other applrcable infnrma.tion.
1�. Each vertical section shall be equigped with a space heater and thermostat.
i�sa.ao� 16480-5 osii iro2
City of Fort Worth
Rolling Hills WTP
Backwash Supply System
$, Bl15ES
1. All power buses shall be tin plated copper. The maiz� horizontal bus s�iall extend the
�ntire Iength af the motor control center. The main bus bars shall be rated as shown
an the drawings and/or data sheets, Uut s1aa11 not be less than 600 amperes.
2. Each vertical draw out sectian shall have a ful] height vertical tin plated copper bus
rated as specified, but not less tban 300 amperes. Each vertical bus �hall he of
uniform cross sectional area from tQp to bottom. Tapered bus shall not be acceptable.
The bus suppart system shall be high ciielectric s�re�gth, law xnoistuxe absorbing high
impact material.
A cantinuous tin pla#ed copper graund bus shall be furnishetl for the entire len�h of
the MCC. Provide ground bol�ed connectors far 2I0 AWG wire at each end af the
bus.
4. Bus bracing shall Ue 55,000 amperes RMS, symtnetiical unless otherwise indicated
an the Contract Drawings.
5. All buses, except ground buses, shall be connpletely cvncealed by steel plates or
insulating material. Cutouts shall be providad in� the vertical isolation barriers for
siab connections to vertical bus. Unused cutouts shall Ue co�ered.
6, A11 Ualted bus mating surfaces shall be tin plated copper.
C. i�iTiring
1. Unless otherwise stated in the data sheets, the matar control center shall be wired
Class II, type B cor�strucfion with master terminal blocks for uach cubicle.
2. AIl wiring shall be strandad copper not smaller than #14.
3. All contral wiring to draw out units shall be run through split type terminal blocks
{dravv out) that can be split to aIlow easy unit removal. Motor "T" leads s1aall bolt
direcily to starter or overlaads and shall not Ue split type.
4. All wirizxg shall be neatly bundled with ty-raps and supported to wire way supports.
control wi.ring shall be �undled separately from power warin�. Tn addition, low signal
�viring (znillivolt and miIliamp) shall be bundte separateZy fromthe rest ofthe control
wiring.
One spare normally apen and one norrnal�y closed contact on all relays, selector
switches, push buttan.s, "m" contact, alarm points, etc. shall be wired to ternvnal
b]ocks.
6. Where "shipping splits" are r�quired hetween the control compartments and the
starter cubicles, interc�ru�.ecting jumper wires shall be pravided for %eld re-
i6asa.ao� 16480�6 o3n iroz
City of Fort Warth
Roliing HiUs WTP
Backwash Supply 5ystem
COilI7.BC�lOII.
D. Identification
].. All cozx�.ponent and contral identification nameplates shall be engraved with the
device narne and number ExactIy as it appears on the MCC Single Line Drawing
andlor as approved hy the Engineer. For de�ices not shown on the single line
drawing such as time delay relays, the names will be as shown on the Control
Schematic Drawings andlor as assigned Uy the Engineer.
2. All wiring sha1S be tagged and coded with an identificatian num.ber as shown on
drawings. Coding �vill be typed on a heat shrinkable tube applied to each end
showing arigination and destination of each wire. The marking shall be permanent,
non-smearing, solvent-resistant type similar to Raychem TMS, ar equal.
' 3. All terminal hlocks shall be identified by a system approved by the Engineer.
E. Main Seciion
1. The MCC main sections shall inelude the main breaker, rnetering and power feeder
� entrance to the MCC. Pravide bus extenszons and compression lugs for number and
� size of incomin� cables as slaown on the Drawings.
' 2.a3 COMPONENTS
A. Provide three valve type ligntsiing arresters in each incoming line where required by drawings
or data sheets.
B. Unless otberwise nated on drawings, provide a microprocessor based salid state power
metering device far each incorning line. The meter shaIl be PQM as zr�anufactured by
Multilin.
C. Furnish lugs for incoming line feeders, sizes as specified on reiated data sheets. Allow
adequate clearance for bending and terminating of cable type specified.
, D. All motar starters shall be combination units, fiill voltage non-reversing {FVNR), wi�h
� adjustable instantaneous trip rna�netic anly circuit breakers, unless otherwise specified on
` drawings or data sheets. NEMA starter sizes and Ureaker trip ratings shall be as required for
the h.orsepawex izidicated, but shall ba in no case less than NEMA Size 1. �aaternational (IEC}
� starters shall not be acceptable.
E. Each rmatar starter shall have a I20 volt operating coil(unless atherwise noted).
F. If full voitage non-reversing (FVNR} starters are specified, NEMA 5ize 5 and szzaaller shall be
draw out design with stab-on cazanectars engaging the verticai buses. Larger unzts shaIl he of
fixed (bolt-in) design.
G. Overload relays sha11 be siandard class 20, a�nUient cornpensated, manually reset by
pushUutton Iocated on front af the compartment door. A normally closed cantact shall be
i��o.ao� 16480-7 a�n i�nz
City of Fort Worth
Rolling HilJs WTP
Backwash 5upply System
directly used in the start circuit and a normally open oantact sha�� be wire to a terminal board
for o�verload alarm.
H. Control power transformers shall be 12d volt grounded seeondary. Qne leg of the secandary
transfnrrner shall �e salidly groundad while the other leg shall be equipped with a slow acting
fuse. The transformer shaIl be oversized far au�iliary loads as indicated on drawings, but in
na case Ue smaller than 100 VA. Prirnary side of ihe transfonner shall be fused.
I. 1'rar�ide the pilot deviees as shown on th� electrical drawings on the front of the MCC, for
each motor starter,
Th�rmal Magnetic Circuit Breakers
AlI Main, branch feeder or mainitie circuit breakers shall be of #he thernnal rnagnetic
t�p typ�. .
z. Circuit breakars sha11 be d:raw out (plug-in) type, molded case, 500 volt. All circuit
brreakers with 225 ampere fxame� and larger shall have inEerchangeable trips uni#s.
Brealcers shall have fixed thermal and adjustable magnetic tri}�s.
Furnish 1u�s for terminating cable to starters and circuit breakers, sizes as specifed
on drawings and relaied data sheets. Allow adequate clearance far bending and
terminating of cable type specified.
4. Circuit breakers shall be able to be locked in the OFF position.
K. Miscellaneous Accessories
1. Transfonners and iransducers.
a. Instrumentation nansfarmers: Tndoor, 600-�volt, butyl-rubber molded,
metering class designed in accordance with ANSI and N�MA sYandards.
Window type current transformers, with buxden capacity as low as 50 VA,
may be used where such capacity is sufficient. Current transformer accuracy
ratin�s shall be at least equal to NEMA staz�dard requirements for the
partieular application.
b. Instxu�ent transducers: Ir�puts matched to the corresponding metering
circuit, 4-2D ma DC output, 0.5 percent accuracy, as manufactured by
Rochestex Instrument Systez�as or equal,
2. TVSS
a. Refer to Section Ib191 for the specification on the TVSS.
L. Pi1ot Devices
I. Control Operators: Heavy duty, f�ll size, oiltight, with NEMA AbpO contact rating.
Types and quanti�ies as shawn an the Drawings, ar integral with protective reIay.
idaso.ao� 16480-8
43/11/Q2
City af Fort Worth
Ralling Hills WTP
Backwash 5uppiy Sysfem
2. Indicator lights: FuII size, oiltight, Iow voltage, with push-to-test feature. Coiors and
quantiries as shown an the Dravi+ings, or integral with pratective relay.
Contxol relays and tizx�;ers: 300 volt, induslrial rated, plug-in socket type, housed in a
transparent polycarbonate dust cover, desi�ad in accordance with LTL Standard 508
for motar controller duty. Continuous cantact rating shall be 1Q asnperes resistive,
114 HF, at 120 VAC, operating temperature minus 10 to plus 55 degrees C. PrQvide
spare N.O. & N.C. contacts. Relays shall be Porter & Brumiield KRP Serie� or equal
with neon coil in.dicator light. Timing relays shall be 300 volt, solid state type, with
ratary switch to sel�ct the ti�ing range. Timers shall be Square D Type �'CK70, ar
approved ec�ual.
PART 3 EXECUTI�N
3.01 SHOP TESTING
A. The Motor Cont�ol Center shall be completely assembled, wired, and adjusted at the factory
and shaIl be given the manufacturer's routine shop tests and any other additional operational
test to insure the workahility and reliable aperation of the equipment.
�� B. The opexat�onal test shall include the proper connection of supply and control voltage and, as
far as practical, a mockup of simulated control signals and control devices shall be fed in�o the
baards to check for proper operation.
C. Factory test equipment and test met�ads shall confoz�m with the latest applicable requirements
of ANSI, IEEE, UL, and NEMA standards, and shall be subject to the Engineer's appraval.
3.02 STOR.AGE AND HANDLTNG
A. The Contractor, and hence the MCC supplier, sha11 be responsible for safety of the MCC
during storage, iransporting and handling.
B. At all times the MCC shall be housed inside a rnoisture free weatherproof h�using.
C. Th.e MCC shal� have w�atherproof non-pnrous extra heavy duty plastic covers at all iimes,
until it is ready for test and start-up.
� D. Interior and exteriar of the �otor control centers shall be kept clean at all times.
`" E. Space heaters within the MCC shall be energized during starage and installation.
� 3.03 F'IELD INSTALLATION
A. Field installed vcriring to MCC shall he neatly bundled with ty-raps and supported to wire way
supports. Control wiring shall be bundSed separately �orin power wiring. In addition, low
signal �viring (nnillivolt and milliamp) sha11 be hundle separately from the rest of the can.tral
vvixing.
16480.doc 1648.0-9 a3n iia2
City of Foit Worth
Rolling Hills VJTP
Backwash Supgly Sysiern
B. All field wiring shall be tagged and coded wzfh an identification number. Coding wi�l be
typed on a�eat shrinkable tube applied ta each end of the wire. 'The �arking shall be a
permanent, non-smearing, solvent-resistant type siznilar to Raychem TMS, or equal,
C. Field testing and training shall comply with Section 16000 and as specified in Part 1 herein,
3.04 EQLnPMENT PROTECTIQN AND RESTORATIC?N
A. C1ean and vacuum interior of the equipment.
B, Touch-up and restore da�ma�ed surfaces ta factozy finish.
C. RemQve all current transfbrmer shunts after c4mpleting secondary circuit.
D, 7iistail overload reIay heaters based on actual znator nameplate current. S�� overload relay
settings at tnaximum values permitted by tk�e NEC 43Q-32.
E. Verify proper phase rotation of all loads,
I'. Set avercurrent device trip settings at the IeveIs recornrnended in the coordination study
performed per Section 16DOD, Confrm and record alI device trip settings.
END O�` SECTION
1648Q.doc 16480-10 Q3111/D2
City of Port V4orth
Rolliog Hilis W7'P
Bacttwash 5upply System
sECT1oN i6sao
LIGHTING SYSTEM
PART 1 GENER AT •
1.01 SCOPE 0� WORK
A. Furnish all labar, matenals, equipm�nt and incidentals required and install a coxnplete
� lighting system ready for operation as sho�vn on the Drawings and as specified herein.
i
1.02 RELATED WORK
_
A. Panelboards are included in Section I6470.
., B. Transformers are included in Section 1&191.
°' C. Conduit is included in Section 16110.
D. Wire is included in �ection 1612fl.
�
I E. Time switches, phota-electric controls and contactors ar� included in 5ection 16191.
F. All concrete and reinforcing steel required for exterior lighting pole bases sha31 be as
speci�ied undar Division 3, Concrete, but the responsibility of furnishing and installing �the
material shall be tha� of Division 16.
1.03 SUBMITTALS
, A. Submittals shall include those set forth in Section 160D0,1'aragraph 1.p3
"SUBMITTALS",
1,04 R�FERENCE STANDARDS
A. All lighting fixtures shall be in accordanc� wi#h the Natianal Electrical Code {NEC) and
shall be canstructed �n accardance with the latest edition of the Unde�iters LaUoratories
' "�tandards for Safety, Electric Lighting Fixtures," All lighting fixtures shall b�
Underwriters Laborataries labeled.
.�
' B. All emergency lighting shalI ba in accordance with NFPA 101 (Li�'e Safety Code).
PART 2 PRODUCTS
2A I MATERIAI.S
A. Lighting Fixt�ares
1. Lighting fixture t�pes shall be furnished as required by the "Lightin� Fi�ture
i 6sao.ao� 1650D-1 o�n �roz
City of Port Worth
Rvping Hills W7'P
Sackwash Supply System
Sch�dule" on the Dravwings. The catalog numbers are given as a guide to the
design and quality of fixture desired. Equivalen.# designs and equai quality
fixturas af other manufacturers will be acceptable upan appro�al by the Engineer.
B, Lamps
k'Iuarescen� lamps shall be medzur�� bi-pin, recessed, dQuble contact, rapid start,
�i-phosphor, 4100 Kel�in and compact types all as shown on th� "Fixture
5chedule".
2. Mercury vapar Iarnps shall Ue deluxe whzte of the size and type as s�iown on the
"Lighting Fi�ture Schedule."'
High pressure sodium lamps_shall be clear and of fihe size az�d typ� as shown on
the "Lightizag Fixture Schedule,"
�4. Metal halide iainps shall be clear and of the size and type as shown on the
"Lighting Fixture Schedule."
3. Incandescent lamps shall be inside frosted, extended service, 2504 hour life with
m�dium base.
6. All lamps shal.l be of one manufactuxer a�nd shall Ue as manufactured by General
Electric Ca.; North American Philips Lighting Corp.; 5ylvazaia Electric Products,
Inc., or equal..
C. Ballasts
1. Magnetic fluoxescent ballasts shall be energy saving, Class P, rapid start, high
power factor, GBM certifed by E.T.L. and listed by Underwri.ters Laboratories,
Inc., for operation on 12fJ voZts ar as shown oz� the "Lighting Fixture Schedule".
Ballasts shall have ballast efficiency factors {BEF} af: 1.$OS for 1-F�OT12 lamp
and 1.060 for 2-F40T121amps.
a. Ballasts faz twva F48 {S00 MA) larr►ps shall be similar and equal to
Advance Transformer Co., Mark III equal by Magne�'ek Universal
Manufacturing; Holophane Lightzng or equal.
2. Unless other�vise indicat�d in the Lighting Fixture ScheduXe, fluarescent ballasts
shall be electronic, high-frequency, full-output rapid-start type fox use on 265 mA,
TS lamps.
a. All ballasts shall be LT.L. listed, ETL certified, Class "F", high power
factor (minimum 0,9�).
b. Ballasts shall have a"A" sound rating ar better,
All ballasts used in exterior applications shall have a mirumum starting
temperatuze of 4 degrees F unless otherwise specified.
[6saa.doc 1 �500-2 o3n vo2
City of Fart Worth
RollingHills WTP
BackwasF� Supply 5ystem
d. All interior ballasts shall hat�e a minimum starting ternperx�ure oF 50
d��rees
e. Ballasts sha1S be series wired typ� and designed to operate the number and
�ength of lamps specified.
f. The total laarn�onic distoz-tYon (THD) of each ballast shall be in
accardazace with the requizements of the utility connpany and in no case
shali it exceed 10 percent THD.
g. Ballasts shall have a minimum ballast factor of 0.95.
h. Ballasts shall have naminal power faetor 0.90 or higher.
i. Ballasts sha11 have a maximurn lamp current crest factax of 1.7.
j. Ballast shall provide norrnal rated life for tlae Xamp specified.
k. All electronic ballasts sha11 be waxranted for paxts and replacement in
accorciance with Section 1740.
1. Electronic ballasts shall be Advance Model Mark V or equal as
znanufactured by Valmont, equal by Motorola ar equal.
3. Mercury vapor ballasts shall be of the constant wattage auto-transformer type of
the correci size and �oltage for the fixture it is to serve as shown on the "Lighting
Fixture Schedule". All ballasts shall be as manufactured by Holophane Lig�ting;
MagneTek Universal; Advance Transfarmer Campany or equal,
4. High pressure sodium ballasts shall Ue of the canstant wattage type af the correct
size and voltage for the fixtute it is to serve as shown on the "Lighting Fixture
Sched�ale". All baltasts shall 6e as manu�actured by AdvarYce Transfoz7mer Co.;
Holophane Lighting; MagneTek Universal Manufacturing or equal.
5. Metal halide ballast shall be of the constant voltage auto-�ransforimer type of the
carrect size and voltage for the fixture it is to serve as shown an� tk�e "�,ighting
Fixture Schedule". AII ballasts shall be as manufactured by Holophone Lighting;
MagneTek Universal Mat�ufacturing; Advance Transformer Ca. ar equal.
D. Flexible Fixture Hangers
1. Flexible fixtvre hangers used in non-hazardous areas shall be type ARB and
fl�xible irxture supports used in hazardaus areas shall be type ECHF as
manufactured by the Crouse-Hinds Co.; Appleton Electric Co.; Killark Electrical
Mfg. Co. or equal.
��
i6soa.ao�
16504-3 a3n voz
City af Fort Worth
Rolling Hi[ls WTP
Backwash 5upply 5ystem
E. Lamp Changing Equipment
1. Lam.p changing equipment shall Ue able to handle BT�37, E-18, E-23-1I2 and E-
28 type H.I.D. lamps in apen luminaries.
2. �quipment sha11 cansist af three 5-ft steel poles each sz�nilar and equal to McGill
Catalog No. 160-P and two lamp holders similar and equal to McGill Catalog
Nas. 158C and 161C.
F. Ennergency Lighting Battery Units
Emergency lighting units and remate lighting heads shall be as speci� ed in �e
"Lighting Fixture Schedule" shown on the Drav�ngs.
2. Battery units shall be of the self contained, fully automatic type witli sealed lead
acid 6atteries, val#-m�ters and time delay relays v�rhere used in H.I.D, Iighted
areas. Frovide larownout feature that prevents battery unit from becoming fully
discharg�d.
Un.it enclosures slaall be �ompatible to their �nvironment and units shall comply
with the requirements oiNFPA 7a {N.E.C.) and N�'PA I01 (Life Safety Code).
4_ AIl nec�ssary mou�iting hardware sha�l Ue provided.
G. Emergency Ligh�ing — Fluorescent �'ixture Integrai Bat�ery Units
Flu�rescent fixtures desigziated for emergency Zighting shall hav� an integnral
bat�ery un.it that automatically supplies power when #he norn�al building power
fails. During normal operation, the �ture operates from normal power.
2. Em.ergency lighting fluorescent fixtures shali include a press-to-test feature that
indzcates that the battery is in adequate condition.
All necessary rnounting hardware shall be pxovided.
PART 3 EXECUTION
3.01 1NSTALLATTON
A. �ach fixture shall be a completely finished unit with a11 components, mounting and/ar
hanging devices necessary, for the proper ins�allation of tha particular fixture in its
designat�d location and shaII be cazzapletely wired ready for connection to the branah
circuit wires at the autlet.
B. AIl flush mounted fixtures shall Ue supported fronn the structure and sha11 not be
dependent on the hung ceilin�s for their support.
C. Fzxtures noted ta be installed �Jush in suspended ceilings shall be of rnounting types suited
for the typs ceili.�ag involved. It shall be the responsibility of the eleatrical cantractor to
v�riiy #he ceiling tyges priar to ord�ring fixtures.
165flQ.dac 1650Q-4 o3n [roa
City oFFort Worth
itolling Hills WTP
Backwash 5upply System
D. Flexible fixture hangers shall be used for all pen.dant mounted fixtures. Fixtures two feet
long and larger shall be supparted with a minitx�um of iwo fixture hangers.
'� E. Conduii ntn in areas with hung ceilings shall be izastalled in the space above the hung
ceili�g as close to the structure as possible. Conduits shall be supported from the
structure.
F. Exterior ligk►ting poles shall Ua mounted plumb.
-� G, Fixture lacations are shown on the Drawings in approximata locations; hovvever exact
locations shall be coardinated so as to avoid conflicts with HVAC ducts, equipment and
� other nbstacles.
" .
3 AZ REPLACEMENT
A. Laznps (except far H.I.D.) used during the Uuilding c�nstruction, shall be remaved and
replaced with new bulbs within four weeks prior to �roject acceptance and beginning of
� warranty.
� 3.03 CLEANING UP
,�
A. Plastic dust cover bags to be provided witl�. new parabolic reflector lighiing fixtures shall
I be removed after all construction activity that may cause dust farmation on reflector
_ surfaces has been compleied_
B. All fixtures s�all be left in a clean c�ndition, free of dirt and defects, before acceptance by
, the Engineer.
�
n
END OF SECTION
1650Q,dac 16500-5 03/11/02
City of Fart Worth
Rolling Hills WTP
Backwash 5upply 3ystem
SECTION 166�0
t_JNDERGROi.JND SYSTEM
PART 1 GENERAL
�
1.41 SCOPE OF WORK
: A. Furnish and install a complete under�round systezn of racevvays, manholes and handho3es
as shown on the Drawings and as specified herein.
,�
�I
1.02 RELATED WORK
A. Excavation and backfilling, including gravel and saz�d bedding, are included in Division 2.
F •
;, B. Concrete and reinforcing steel are included in Di�ision 3.
� - 1.43 SUBMITTALS
A. Submit shop drawings and product data zn accordance with Section 01300, as follovvs:
� f 1. Manhales and handholes
1
.�
2. Plastic duct spacexs
3. Manhole and handhole fr�nes and cov�rs
�
PART 2 PRODUCTS
2.01 MATERTAI�S
A. Raceways shall be polyvinyl chloride conduit encased in concrete. Refer to Section 16110
for material specification.
B. Cable racks, supports, pulling-in irans, tnanYa.oIe steps and hardwa�re �hall Ue galvanized
� steel as manufactured by Line Materials Go. or equal.
C. Frecast manhales shall Ue designed in accordanca with Seciion 02605.
i
D. Handholes shall be precast cancrete, heavy-duty type, designed for a Class H-20 wheel
' laad and conform to ASTM C478, Precast units shali be as manufactured by Chase
Precast Corp.; American Precast Co. or equal and construcied to dirnensions as shown fln
the Drawings.
E, Manhole and handhole frames and co�ers shall be cast iron, heavy duty type far Class
H-2a wheel loading. Pravide cast raised lettering on cover indicating box function {e.g.
"POWER"; "SIGNAL"; "COMMUNiCATION".)
�. Ground rods and other grounding materials and methods shall be as specified under other
Sections of Di�ision 16. �
PART 3 EXECUTION
i6soo.ao� I6604-1 o3�t iroz
City of Fort Worth
Kalling Hills WTP
Aackwash 5upply System
3.01 TI�TSTALLATION
A. Insta]� raceways to drain away from buildings. Raceways between znanholes or handholes
shall drain tnward the manholes oz handholes. Raceway slopes shal� nnt be less than 3-in
per 100-ft.
B, Reinforce raceway banks as shawn an the Drawings.
C. Lay raceway lines in trenches on mats of bank gravel not less than b-in thick and we11
grade.
D, Use pIastic spacers located not more thaza 4-ft apart to hold raceways in place. Spacers
shall px�vide not less than Z-in clea�ranee Uetween raceways.
E. The minimum cover for racevway banks shall be 24�zn unless oCherwise permitted by the
Engineer.
F. Make xaceway entrances ta i�uildings and vaults vvith steel conduit not less than 10-ft lang.
CanduiYs run beIow flaor slabs in slab-on- �x'ade constructian shall be steel.
G. Where i�ends in raceways are required, use long radius elbo�vs, sweeps and offsets,
H. Swal� alI xaceways clean befare installing cable,
I. Plug spare raceways arzd seal them watertight at all manholes, build�ngs and structures.
Seal Yhe ends of raceways and make wateriight at all man�oles, buildings and structures.
K. Install pulling-in irons opposite a]I raceway entrances to manholes.
L. Train caUIes in manhoIes and laandholes and suppart and restrain them on racks and
hooks. Furnish inserts on all zr�anhole and handhole walls for mounting #'uture racics as
weI1 as racks required far present installa�ion.
END OF SECTION
i��oo.�o� 16600-2 o3it voz
City oi Fort Worfh
Rolling Hills WTP
Backwash 5uppty System
SECTION 16b42
CATHODIC PROTECTION �YSTEM
1'ART 1: GENER.AL
1.01 RELATED DOCUMENTS
A. The work of this project is to fumish all labor, equipment, and materials
necessary to install an automatic impressed current cathodic protection system to
control the carrosion of the subm.erged steel surfaces of one (1) new Sa0,Q00
gallon elevated water storage tank. The cathodic protection Contractor shall
provide a11 materials, equipment, labnr, and supervision to furnish a systern as
described in this specification and as show�a an t�e project drawings.
B. The work shall �e done i�. strict accorciance rvith these specifications and is
subject io the terms and conditions of the contract. The work shall include but
not be limited io fumishing and installing the power uni.t, recti£'ier, conduit,
cables, junctian boxes, anodes and a1I other materials required for a complete
. cathodic protection system installation. Protect all portions of inetaj an the new
tank: top, bottom, and sides.
I 1.02 REFERENCES
A. AMERICAN WATER W�RKS ASSOC7ATION Standards shall be referred to
as AWWA.
B. AMERICAN 50CIETY FOR THE TESTING OF MATERIALS s�andards and
specifications shall be xeferred to as ASTM.
C. U.S. ENVIltONMENTAL PROTECTI�N AGENCY sha11 �e referr�d to as
EPA.
1.03 SYST�M DESCRIPTION
A. These specifications and attachments are intended to cover a complete cathodic
protection system properly designed and installed, suitable for safe and
satisfactory opezai�on in accordance wiih AWWA D104. Unless expressly
excluded by ihese specifications or by specific written exception taken in the
suacessful bidder's proposal, any and all equipment, materials, and/ar labor not
included but v�+hich may be necessary to produce such a product in a proper,
complete, substantial and worlananlike rnanner, are to be furnished by the
successful bidder without extra cast to the purchaser.
B. The systam shall be designed by a corrnsion engineer who is an individual
accredited by the Natinnal Association of Carrosion Engineers (NACE) as being
a 5enior Corrosion Technolagist or a Corrosion Specialist with experi�nce in
cathodic pratection for water storage tanks, The Corrosion Engineer shall desigx�
the system to provide effeciive corrasian contral in accordance with criteria for
proiection. The criteria for protectaan shall be based on a tank-to-water potential,
�'16642 16b42-1 031I4102
Ci ty of P'ort W orth
Rolling�iills WTP
@acicwash Supply System
IR dxop free, wi�hin a range of —0.850 volts to —1.100 volts relaiive to a copper-
copper sulfate reference e�ectrode. This criteria shali be maintained by an
automatically conirolled rectifier and a long-life anode syste�.
C. The fo�lowing data shall be used as the basis for system design:
Tank
Capacity: 500,000 gallons
Length/Height; 40 +/- feet (con�irm with Tank
Manufacturer)
Diazneter: Per manufacturex (see Tank Details}
Interior Coating
Type:
Thiclrness:
Epoxy �olyamide (See Section 09903)
10-12 mils
D�sign for SO% of the iotal subrnerged sc�rface area of the tank to be bare metal
ne�ding protection.
Water
1.04 SUBMITTALS
Tota] Dissalved Solids: 200 mg/1
Total Hardness (CaCo�: 120 n�g/1
Canductance: 325 micro-mhos
A. The cathodic �rotection Contractor shail submit t�e follawing items far approval
prior to beginnin.g work on the project for the tank pxotection systezx�.
1. Drawings of sys�em eomponents and layout of tank and anode at�'ay,
2. IR drop free automatic recti�er description.
3. Complete system wiria�g diagram and eiecl�ical �lans.
4. Design calculations/Engineers certificatznns.
5. Anode suspension and I�andhole details.
6. Perman�nt referenca ele��rode data sheet.
'1. Plantinized niohium anode and connection detail.
8. AI'�TSI/NSF 61 ciassification for all com�anents Iocated within the #ank.
F i�G4a 16642-2 o3n aro2
City of Fart Worth
Rolfing Hills WTP
Backwash Supply System
1.OS OPERATING PARAMETERS
A. Mode of Operation
The power unzt shall be capable af opera�ing in the following three (3} rnodes
wzth the seleciion of the desired operating mad� made o1� the front panel �vithout
additional equipmen� or tools with access limited to autlaorize personnel only.
B. Manual Mode
The power unit sha]I operate as a constant current rectifier continuously
delivering pre-selected current to the anodes. In this mode, the auiomatic control
shall be locked out without affec�ing the preprogramnaed settings. The output of
thE pnwer unit shall be regulated frarr� Q-1Q0% of rated capacity without the use
of transformer taps.
C. Auto-1 Mode
In the Auto-1 mode, the controller sha11 automatically an.d cantinuously monifior
the potential of the structure and make nacessary adjustments in the current
output to maintai.n the structure potential at the pxe-selected value. A single
reference electrode pZaced withzn. I to 2 cm, from the protected sixucture shall be
used to measure the potential and cantral the operaiion of the power unit.
D. Auto-2 Mode (TR Error Drop Free)
The Auto-2 �nn.ode shall function the same as Auto-1 e�cept the potential shall be
monitared against a reference electrade located sozne distanee fram the protected
structure. The rneasured and clisplayed potential shall be free of Ilt drop error.
E. Potential Criteria
The power uxiiticontroller shall be set to maintain an elect�o-negative tank-to-
water poten�ials of at least 850 mv as measured agains� a copper-copper sulfate
reference electrod�. The poten�ial shall be measured wit� pratective curreni
being applied as recarnmended in NACE Standard RPO 388-881atest revision.
F. Potential Profile
To verify that the cathodic protection system is operating wiihin the specified
patential range, an inde�endent series of potential measurements shall be made
with a test r�ference electode and a 10 meg-ohm or greater input imp�dance
m�ter. When n,aaki�ng the zx�easurements, the iest cell shall be pIaced rnidway
bettiveen anodes witliui 2 cm. of th� submerged steel tank surface. All
measurements shall be taken with protection current applied ai inter�+als flf
approximately three feet.
F�66az
16642-3
p3/14102
Cily nf Fort W orth
Ralling �-Tills WTP
Backwash Supply System
1.�6 QU'ALTI'Y ASSUF.ANCE
The successful cathodic pratectzon bidder shall u�ilize personnel c�n this proj�ct wk►o have
been e�.gaged in the design and installation of impressed current carrosion control system
for five {5) ar �more years. The work shall be perforra�ed under direc�ion of a licensed
prof�ssional engineer ar a person with N.A.C.E. certificatinn who �as experiez�ce in water
tank cathodic protec#aon design.
PART 2: MATER�AI,S
2.01 STANDARD PRODUCT�
AlI materials shall be new and confoz-�m to ihe applicable portion of th�se specificat�ons.
The materials to be furnished under these specif cations shall be the siandard product of
r�anufaciurers regu�arly engaged in the production of such equipment and shall be the
man�zfacturer's laiest standard design., Any enclosures required ta be exposed to the
wea�her shall �e NEMA A�X stainless steel enclosur�s.
2.02 SP�CIAL PRODUCTS
The supplier of the power units, anodes and other �gecial cathoc�ic protec�ion materials
and equipment sha11 ha�e a minimuzn of five (5) continuous years of successful
experie�.ce in t1i� manufacture, installation and service of ca�hodic protection systems for
similar structuras.
2.03 COMPONENTS
A. Power Unit and Cont�al Box
All components of this systern shall meet the following minimurn. quality
standards to obtain long-term economy a�d reliabiIity. T�ae power unzi sha11 be
solid state, air-cooled and consist of t.�e necessary patential control circuitry,
transformers, rectifiers, circuit breaker, meter, wirin�, aondui�s, groundir�g
wireirod, NEMA 4 en�losures, ju�action boxes, panels, terminals and
appurten.ances of adequate capacity to �neet the requirements of the system.
Where multiple D,C. output circuits are requixed, e�ch circurt shall cansist of
separate transformers, recti�er and control. 'The autput of each circuit shall be
electranically controlled in all rnodes o�' operation, no variable resistors or other
mechanical devices shall be used. The entire power unit shall be field
serviceable and s�.a11 have the fallowing compo�aents and featu�es:
1. Power: The power wtxit shall be designed to aperate on 110 volts, 1 phase, 60
hertz, A.C. Power unit and canirol box s�all be laeated i�aside the elevated
storage tank support pedestal.
2. Rectifier; Selenium ar silicon rectifying elemen#s sha11 be used that have
adequate coaling. sur�acas so that their normal temperature rise at rated
capacity wiil not �ceed that specified by NEMA. The xectiiaer eleman�s
shall be air-cooied, housed in the power unit cabinet, and meet tl�e
specificatians di the recti�ier sec�ion below.
�'166az 16542-4 o3naroz
City aiFort Worth
Rqllin� Hitis WTP
Sackwash 5upply Systcm
3. Reference Electrode: The unit must accept all standard reference electrodes
without internal wi�ing modi�cation ox replacement of components.
4. Display: The unit musi measure and display potential in any operating rnode
continuously nr on demand and have �oltmeter(s) and ammeter(s).
S. Restart: The unit must perfornn an auto-stari after any pawer ouiages.
6. Transformer: The transfarmer ahall be oi the s�parate primary and secondary
type and shall withs�and continuous operation 10% ab�ve rated input voltage
� at the maximum rat�d D,C. output, The �ransformer shall be designed for a
maacimum hot spot heat rise no� to exceed 50° C.
, 7. Circuit Breakers: Circuit breakers shall be of the single phase, 2 pole, series
trip, manually reset, magnetic type not affected by change in ambient
- temperature.
' &. Protecti.on: The units shall incorporate circuits that protect it against
lightning, surr�es, and overlaads.
� 9. Enclosure: The entire po�ver unit shall be housed in a weathezpraoFmetal
cabinet meeting NEMA 4 requirements and have a tamper proof locking
mechanism. with tabs for a keyed 1ock. This enciosure musi have provisians
for air-cooling operation.
10. The power unit shall have the following standard features;
(a)
�)
(c}
(d}
��)
��
(g}
�n�
(i}
�)
(k)
{1)
{m)
(n}
(o}
(p}
Automatic control of current output to maintain potential at pre-
selected level
Accesp alI standard ref�r�nce �l�ctrodes without interrra] wiring
madi£�ications ar replacerrzent of components
Measure and display potential in any operation rnode
eontinuously or on demand
Linear current limit�ng
Auto-restart after power outage
Short circuit and surge protection
Automatic circuit check
Dead frant panel
Clock circui.t _
k'ingertip panel control
Digital readout
Automa�ic overprotection control in aIl modes of operation
Autornatic temperature compensating circuit
Tlluminated panel display
Complied with �'CC regulation for digital devices
RS-232 Compaiibility
F16642 16b�2-S 03/14/02
City of F'o�'Warth
Ralling I-iills W'I'P
Backwash 5uppty Sysiern
B. Rectifier and Confrol Circuits
General Requirements:
1, DG Output lZatuig: Ratiz�g shall be capable of operating conti�tuausly ai
rated output current at any output voltage from zero to 10�°/4 without
damaging any recti��r campanent.
2. Full rated DC output voltage shall be adjusted by no� less tl�an 20 equal steps
from approximately 5% of xated voltage to full rated output. This adjustment
may be accomplished with tap s�uds and link-bars.
3. Coaling: Recti�ers shall be designed to operate continuously at ratied
voltage and current in ambient iemperature of 45° C without damage ta the
rectzfier components. Fan cooling is not acceptable. Ga�inets tnay be air or
oil cooled as specified.
4. Overload Pratection: Pratection from overloads on the input shall be
accomplished by moulded-case, fully magnetic circuit br�akers on the
incoming power lines. These circuit breakers shall hold at 100% of load and
may trip l�etween 101°/o and 125% of rated load. "I'hey must trip at 125% of
ratad load and higher. The irip point must be unaffect�d by changes in
amb�ent temperature.
4n inputs under 125 volts, the circuit breaker may open #he ungrounded line
only. For input voltages over 125 volts, a11 input lines rnust be o�ened. Trip
handles af individual pole brea�Cers rnust be mechanicallinked to open all
lines when an overload accurs,
S. Output: Protection fram ou�Eput overloads on units equipped with selenium
stacks shall be provided by a slow-blow fuse in the output.
�or units equipped with silicon stacks, overload protection sha�l be provided
by a quick openin.g fuse in the trans%rn.ler secandary.
6. Volfage Sur�e Protection: Voltage surge prote�tion far units equipped vvith
selenium stacks shall consist of lightning arrestors on the ineoming power
lines.
7. Voltage �urge protection for uniis �quipped wiih silican stacks shall be
supplied by AC and DC lightriing azxestors and metal oxide varistors across
all secondary lines to the stack and acrass the DC output of the rectifier. The
metal olc�ide varistors shall fire before the voltage surge reaches the peak
inverse voltage rating of the diades used in the stack.
8. Transformers: Transformers shall be isolation type with a grounded
electrostatic shield between the primary and secandary windings. The
dieleotric strength of all insulaiing materials shall not be less than 2,000 valts
RMS as tested for one minute when applied bet�ee�a windings and the
transfarmer core.
F1G�42 16642-b o��ia�o2
e3ty af �flrt worth
Rolling Hills WTP
Backwash Supply 5ystem
Magnet wire insulation and layer insulation sha11 be rated no less than 15S°
C.
10. Efficiency: The transformer shall not be less than 9S%.
I 1. Recrifyin.g �lements: Selenium stacks -� Cells shall be of high current
density, non-aging type. Operafing vo�tage shall b� derated to meet the
requirements Qf Pazagraph 4.C.2. Cells rated at 33 volts RM5 shall not
exeeed 1 volt RMS forward valtage drap with a forwaird current density of
355 milliamperes per square inch. Reyerse Ieakage with 33 volts RMS
applied shall nnt e�ceed 3,2 milliamperes per square ir�ch. Selenium stacks
sl�all be finished vvith a conosian resistani fmish similar to NEMA Grade C.
Assembled stacks shall be subjected to a dielec9ric test a£2,000 volts RMS
applied between each of the electrical t�rnlinals on the mounting stud.
12. Silicon siacks shall be equipped with silicon diodes rated at a minimurn of
800 p�ak inverse volts. Heat sinks shall be sized to keep diode junctian and
� case temperatures fram exceeding 100° C under 45° C ambient tenaperature
. conditions.
' 13. Meters: Either a eatxibinati.on volt/ammeter or separate voltmeter and
alzune�er shall be provided for monitoring each output circuit. Minirnum
rneter width sha11 be 3'!z inches round or rectangular with minimum scale
leaagth of 2 inches. Meters installed in explosion proof housings shall have a
minimum scale length of 1.7 inches. Meter movement shall be jewel and
pivot D'Arsonval type. Taut hand rneters are not acceptable because of a
tendancy �o bread whe�n jolted during shipment.
' 14. Meter accuracy shall be a minimum af �2% of full scale of 84° �' and shall
,� be temperature campensated to vary no moxe thar� 1% per 10° F temperature
, variation. 5cale faces shall be rnetaI or plastic.
15. Meter switches, when used, shalI be sealed military type which have been
approved as electrically and mechanieally operative after being subjecied to
the sand and dust pracedure No. 1 of MTL-E-5272. Wiring to switehes shaIl
be soldered, utilizing only non-corrosive flux. Cannections must be
mechanically secure and elec�rically con�inuous before and after soldering.
1 b. Ammeter shunt sha11 be block type_ mounted on the front panel for easy
access. Current millivolt ratinga sha11 be clearly stamped on the shunt.
Shunt accuracy shall he at lease �1%.
17. Enclosurea: air cooled enclasures shall be NEMA Type 3R, ventilated per
NEMA sta�dards publicatian NO. 25V-I979, including Rev. No. 1-
December, ].9$0. Access shall be provided by hinged Iiftofi sides and donr,
or removahle chassis.
18. Rectifier shall be Corrpro Companies, Inc. model number CTAYSA TASC
VII.
F16642 16642-7 osnaroz
City of Fort Worth
Ro[ling Hills WTP
Bacicwash Supp�y System
C. Aufomatic Controller
The canfroller shall be housed with the rectifier unit in th� elevated storage
tank suppart pedest�l. The automatic controller shall be completeZy solid-
state design (no maving parts) and shal] be capable af autornatically
maintaining the tank-to-�ater potential at —900 millivolts with respect to a
copper-copper sulfate (ox —SSO millivolts sil�er-si�ver chloride) reference
electrode with an accuracy of 25 �nillivolts, Tank-to-water potential
measured and m.aintained by controller sha11 be free of "IR" drop error. The
"IR." drop error free metl�od sha11 be ihe utiliza�ion of "instant off' when
r�easured at the inherent A.C. "O" sine wave in accordance with the
National �ssociation of Coz-�rosion Engineers (NACE) RP401-69 (19$3
Revision) criteria, Section 6, Paragraph b.3.1.3.
2. When set ta operate automatically, th� controller shall adjust current ouiput
io main�ain potential at a preselected level by compensating for changes in
water ]evel, temperature af water, water chemistry, and catbodic polarization;
and shall include the following pzovisions:
a. Utilize Iong-life reference electrode(s) �ounted in tank.
b. Monitar the ta.nk-to-water potential, free af IR drop.
c. Automatic�lly adjust the tank-io-water potential, free of TR drop, to a
preset value.
d. Operaie within 25 millivolts of preset value.
e. Automatically limit current to a preset value.
f. Utilize potentiaX meter(s) io display tank-to-�water poiential, free of IR
drop,
D. Long Li%• Reference Eleciz-odes
The reference �lectrode shal� consist af a copper-capper sulfate eIectrode
which is nlanufactured to rernain stable (� 2S m'V) for a minimum of ten
{10) years and is not xefillable. The reference electrode to lead wire
connection shall be encapsulated ta prevent water migratinn. Reference
elecirodes shalI be Corrpro Campanies, Itac. model number THRP-801.
2. Reference electrodes rnust be pl�ced so that they are suspended a
minimum of 1 foot away fxom any metal or ather surface at all times,
under any conditiozzs, and are located in separate areas af t�ae tank.
Fi66az 16642-8 o��ia�oz
Gityof�'ort Worth
Rnlling Hi]]s WTP
Backwash Supply System
E. Anode Suspen�ion Systean
1. Tanks Without Icing Problems:
The anode suspension system for non-icing tanks shall be a
system which allows %r vertical sus�ension from the roof of the
tank. The axiode load wire shall be a minimum #10 HMWPE or
USE and will be used to secure tha lead wire to a porcelain
insulator braeket bolted or welded to the interior af the iank raof.
b. Handhole assemblies used for the installation of vertical anode
suspension systems from the roof af the tank shall cansist af a 6"
diameter steel cover, rubber gasket, and a steel bar and bolt
ass�mb�y.
The an.ode arz�ay depicting the number of strings and segments is
shown on khe project drawings.
' 2. Tanks Not Suhjeci to Icing Using Platinum/Niobium Anodes:
a. The anodes shall be supported from the rao£ in. a vertical position
�� and Iocated for opiimum current distribution. This installa�ion
.. shall nat require ti�e use of pressure fittings, dewatering Qr wall
penetrations below Y.he high water line.
, b. The Contrac�or shall use meiallurgically banded platinum on
solid or copper-cored niobium wire O.Ob2" diameter. The
� platinuzx� thickness s�all be 50 m.icro-inches. The anode material
shali have a minimum design Iife of 10 years. The anodes can
� either be a continuous length or segmented by k�eing fabricaf.ed
. onto continuous strand�d copper wire.
' F. Wire Specificatians And Requitrezn.ents
� 1. D�scriptian
s�
a. All wiring within the tank sha11 be insulated to prevent cooper
conductox to water contact. All wiring on the exierior of the tank
and betw�en the power unit and under-roof anode feeders shall
be insulated and run in rigid elecirical grade conduit. All wiring
canduit, junction boxes, and grounding wires/rods shall conform
to NEC and aIl ather applicable cades.
h. The wires to c4nnect components of the power unit shall be
stranded ar solid copper meet�ng the requirements of the NEC
for allovvable current carrying capacities. Control signal wires
shall be in,sulated copper not snr�aller than #22 AWG svitable for
the mechanical and environmental exposure anticipaied: The
D.C. output temunals shall be canveniently located and shall be
the solderless pressure type size to accoz�nmodate wires as
Fi��a� 16b42-9 as�iaioz
City of Fort Worth
Rolling Hills WTP
Backwash Supply 5ystem
required for safe aperation of the cathodic protection systean.
Provisions �or connecting the A.C. power shall be made
available in the form of insulated pigtails ar shielded terrn�inals.
2. The wirin� material used on tl�is proj ect must rneet the following
standards and quality:
a. Type: iJSE-RHH-RHW; AI,' 16601
b. Conductor: Annealed bare copper conductar per
AN�T/ASTM B3; Class B strand; $ AWG-1QOOMCM
c. Insulafion: Cross-Iinked polyethylene th�rmosettin� XLP
3. Required Minimum Wire Specifications
a. iJL 44 Standard for Rubber-insulated Wzres GM Cables and UL
854.
�. ZCEA 5-66-524 Standard for Cross-linked 1'alyethylene
insulated Wire and Cable.
c. Ty�e C cable of AC 150I5345-7C. Specifications for L-$24
Underground Electrical Cable for Airport Lighting Circuits.
d. Federal Specifieaiian JC-30A. Arnendment Number 1.
4 Maximum Conductor Temperature
a. Type USE or HW Wet or Dry: 75° C
b. Type RHIVI Dry: 90° C
5. National Elec�rical Code Referenaes:
a, Ampaeities: ArticIe 310-15
b. Cable Trays: Article 31$
c. Wiring Methods; Article 300-A
G. ANSI/NSF G1
A11 znaterials in contact wit�a the water ar exposed to the interior of the tank shal�
be classified in accordance with ANSI/NS� 61 "Drinldng Water System
Camponents".
Fi66az 16642-10 o3�ru�Q2
City of Fort Wnrth
Rolling T-Tills WTP
Backwash 5upply 5ystem
PART 3: EXEC[3TION
3.03. ACCEPTABLE WOItKMANBHIP AND OTHER REQUIREMENTS
A. General: Tk�e system shall be installed by personnel spacifically trained in the
installation a7nd servicing of cathodic protection systems. Tlae Contractor shall
haee had five continuaus years of experience snstalling cathodic protection
systems. The Cantractor shall ba regularly engaged in cathodic protection of
water tanks showing evidence of not less than five similar installations,
B. Components: All system components shail be installed �n stri.ct accardance with
the composite and detail drawings of the approved submitted package. Any
deviaiion from the drawings or this specification shall be suhmitted in wri#ing to
the Owner and Corrasion Engineer for approval, No changes sl�all be made
witho�t written approval frorn both the Owner and the Corrosion En.gineer.
C. The Contxactor shall make up �o and includzng 5 separate return trips back to the
tank site to cnmglete the system installation at no chaz-ge ta the Owner. If any
additional xeturn trips become necessary to complete the initial insta3lation du� to
problezns caused by or occuFring �o th� Owner or other contractors at na fault oi
the cathodic protectian systezn Contractor, a reasonab�e fee will be paid by the
' Ovvner to cnver the Contractor's expenses. �hould the Contractor have to make
�; additional return trips because of negligence or other problenas that he is
responsible for, the Owner vvill not pay any additional fees.
r D. Although the normal location is on the tank wall, the recti�er pawer unit shalI be
placed at the O�mer's discretion anywhere in the immediate vicinity of the tank.
� The Contractor shall not charge additional monies, nor inerease the quoted price,
if �he rectifier is not located on the tank leg.
, E. All of the material used in conjunctivn with the system, as well as the system
coznponenis, shall be constructed and eonf gured ia pro�ect them against
' corrasion,
� �'. CoinpQnents of the cathodic pratection system shall be installed in the manner
and at the locations as shown on the design drawings prepared by the Corrnsion
En�ineer.
G. All materials and equipment shall be inspected priar to installation. Any
defective comparient s�iall be repaired or replaced.
H. EZectrical work shall be in accordance with the National Electrical Code_
I. All lead wires siaaII be �installed to prevent damage from abrasion.
J, EleetricaI connections within the tank shall be sealed to prevent water nnigration.
K. The recti�ier power unit shall be mounted at a convenient height {eye Ievel)
above grade for rnanitoring and service purposes.
P�66az 16642-1 I p3I14/02
City of Fnrt Worth
Ralling �Iills WTP
Sackwash 5upply 5ystem
3.02 ENERGIZING THE SYSTEM
A. Aftex tlae systems are installed and the tank is filled, the Contractor or other
trained representative of the manufacturer shall energzze, test, and adjust the
cathndic protection systern for optimum performance as described in NACE
Standard RP-01-69 (1983 Revision).
B. This startup servzce shall be coordinated with the Owner or his representative. In
addition to the startup service, "as-built" drawings and an Ovvners Operating and
Maintenance Manual shall be deli�ered ta the Owner. This Owner's Manual
shall include operating instructions with sufficient detail to pe�rnit the Owner's
operator to properly rnaintain and adjust the system and a description of the main
components and tb.eir function, as welI as a schematic drawing of the pawerlunii
controller.
3.03 MAINTAINANCE AND OPERATION INSTR�C7CTIONS
Maintenance and aperating instructions shall be pxovided with sufficient detail ta pexmit
the Owner's operator to prapexly rnaintain and adjust the system. They shall include a
descripiion of thc main companents and their function, as well as a schematic drawing of
the powerlunit contrnller. Refer to Speczfication OI73� for requirements.
3.fl4 ONE YEAR WARRANTY AGREEMENT
A. The fmal test and adjushnent of the system slaaIl be cnnducted upon connpletion
of the contract. AlI testing shall be conducted with a calibrated pnrtable copper-
copper sulfate reference elecfrade and a portable high impedance voltmeter. A
minimum of �ve (5) locations shall be measured. All test data shall be reviewed
and evaluated by a Coz�rasion Engineer in accordance with criteria for proteetion,
B. At appro3cimately 11 months after the system is placed in service, as part of the
one (1) year vvarranty contracted for ir� these documents, the conixactax will
schedule with t�.e Owner to return to the tank site and claeck and adjust the
function of the system, at no charge to the Orvncr.
C. The Cantractor shall do the following:
Perform tank-to-water potential measurements at a minimum of five (S)
representative Iocations throughout the tank with a parlable high
impedance valfimeter and a calibrated copper-copper sulfate reference
ce11.
2. Use the data recorded from fihese measurements ta evaluate the
perfarmance of the system relatiung to the criteria for protection,
Test all components of the systern to make sure that tMey are functioning
corirectly and adjust the system foar optzmum corrosion eontrol in
accordance with the criteria far protection.
F1G642 16642-12 o3n�roz
City of Farc Worth
Rolling F3ills WTP
Backwash 5upply 5ystem
4,
5
3.05 GUARANTEE
Replace any of the system materials or components found to be damaged
ar defectiv� during this inspection and testing.
Diagnose and repair or replace any improperly installed items and other
defieiencies in the initial installation.
All worlrn�anship, materials, and equipment sha11 be guaranteed for a period of one (1)
year f'rom the date af final acceptance or 6eneficial use. The Contractor shall guarantee
that the cathodic protecti�n system, when maintained in aperation in accordance with the
rnazlufacturer's instruct�ions, shall provide protection against corrosion af the submerged
surface inside the tank. Ita the event carrosion is not prevented, the Contractor shall, at
his own expense, make whatevex changes aze necessary in the cathodic pro�ection system
to prevent corrosion.
END Qk' SECTIDN
,
' �,
:�
�[
l�
I Fi 66aa 16642-13
�
D3/14/02
City nf Fort Worth
Rolling Hills WTP
Backrvash 5upply 3ysfem
sECT1oN i���a
GROUNDING SYSTEM
PART 1 GENERAiJ
1.01 SCOPE C7F WORK
: A. Furnish all labor, znaterials, equipment and incider�tals xequired and install a camplete
g,�ounding systezza in strict accordanca with Article 2S0 of th� Natianal E�ectrical Code
, (N.E.G}, as sh.own an ihe Drawings and as speci�ed herein. This is io include aIl z�ew
Uuildings and structures.
B. All raceways, conduits and ducts shall contain equipment grounding conductors sized in
' accordance with the N.E.C. Minimum sizes shall be No. I2 AWG.
1.02 SUBMITTALS
,
A. Submit shop drawings and product data in accordance with Sectian Q1300, as follaws:
1. Manufacturer's name and catalog data for graund rods and exathermic welding
' methods and mat�rials.
FART 2 PRODUCTS
� 2.�1 MATERIALS
A. Conduit shall b� as specified under Section 16110.
,, B. �'Vire shall Ue as specified under Section 16120.
. C. Ground rods shall �a 314-in by 1Q-ft copper clad steel and constructed in accorda�.ce with
UL-467. The minimun� copper thicl�ess shall be 0.25 mm. Graund rods sha11 be
� � Copperweld or equal.
'. � D. Grrounding conduat hubs shall Ue malieable �ron type similar to Thomas & Betts Co.; Cat.
. No. 3940 (3/4-in conduii size) by Burndy; O.Z. Gedney Co. or equal, and of the correct
size for the conduit.
I E. Waterpipe ground clam�ps shall Ue cast bronze saddle type, similar to Thoma� & Betts Go.
� Cat. No. 2(1/2-in, 3/4-in, or 1-in size) or equal by Bumdy; 0.�. Gedney Ca or equal, and
of the correct size for the pipe.
, I �. Buried grounding connections shall be by Cadwe�d pracess, or equal exott�,erxnic welding
system.
PART 3 EXECUTION
3.01 INSTALLATION
, I A. Run grounding elec�rode conductors in PVC coated rigid aluz�ni.num conduits. Bond the
protecting conduits to the grounding electrode conductoxs at both ends. Do not allow
water pipe connections to be painted. If the connections are paint�d, dis-assexnble them
I and re-make them vS+ith new fittings.
16fi60.doc 1656p-1 a�it ��az
City of Fort Worth
Rolling Hi]]s WTP
Backwash Supply System
B. Install equipznent grounding conductars with alI feeders and branch circuits.
C. Bond all steel building col�mns in new structures together with ground wire in ri.gid
conduit and connect to fhe distribution equzpment ground Uus, as shown on tlae Drawings.
D. Ground wire cannections to structural steel columns shall be made witk� long barrel type
one-hole k�eavy duty copper campression lugs, bnited through 112-in rna�imuzn diameter
holes drilled in �he column web, with stainless steel hex head cap screvvs and nuts.
E. Metal conduits stubbed into a motor contxol center shall be tertninated with insulated
grounding bushings azad connect to the motar contro� center ground bus. Bond baxes
mounted belaw motor cantrol centers ta tlae r�otor canirol center ground bus. Size the
grounding wire in accordanee with Tab�e 250-95 of the National Electrical Code, except
that a zniz�i.z�urn No. 12 AWG shall be used.
F, Liquid tight flexible metal canduit in sizes 1-1/2-in and larger shall have bondit�.g jumpers.
Bonding jumpers shall be exlernal, n�n parallel (not spiraled) and fastened wi.t�t plastic tie
wraps.
G. Grround transfra�er neutrals to the nearest available grounding elecirode with a canductor
sized in accardance with Article 250-94 nf the N.E.C.
H. Drive grounding eiectrQdes as shown on the Drawings,
I. All equipment encios�u-es, motor and transformer firarn.es�, conduits systezms, cable armor,
expased structural steel and all other equipment and z�n.atarials required by the N.E.C. ta be
grounded, shall be grounded and bonded in accardan.ce with the N.E.C.
7. Seal exposed connections between diffexent rnetals with No-Qxide Paint Grade A or
equal.
K. Lay all underground graunding conductors slack and, where exposed to mechanical injury,
prntect Uy pipes or othex substantial guards. �f guards are iron pipe, ar ather magnetic
material, electrically connect conductors to ba#h ends of the guard. Make connections as
specified herein,
L. Care shall Ue taken io ensure goad giround continuity, in particu�ar between the conduit
system and equipment frames and enclo�ures. Where necessary, jumger wires shall be
installed.
M. AlI grounding type recep�acles shall be grounded to the outlet boxes with a No. I2
THWNI TI��N green conductor connected.to the ground terminal of the r�ceptacle aa�d
fastened to the outlet box by means of a grounding screw.
3.02 TNSP�CTION AND TESTING
A, Inspect the grounding and bunding systexn conductors and connections for tightness and
proper installatian.
B. Use Biddle Direot Reading Earti1 Resistance Tester or equivalent test instrument to
measure resistance to ground of the sysiem. Perform testzng in accordan.ce with test
instrument manufacturer's recomrnendatians using the fall-of potentiaJ. rnethod.
C. All test equipment shall be provided under this Section and appraved by the �ngineer.
i6��a.ao� 1b660-2 a3�i Lroz
CityofFort Worth
Rolling Hills W'1'P
Backwash Supply System
D. Resistance to ground testing shall be performed during dry season. 5ubmit test results in
the fnrm of a graph showing the nurnber of points measured (12 miniinutn.} and the
numencal r�sistance to graund.
E. Testing shall be perforrned before energizing the distributson system.
F. A separate test shall be conducted for each Uuilding ar system.
G. Nvtify the Engineer immediately if ihe resistance to graund for any building or system is
greater than five ak�zns.
I ,;
,
l l�
i��6o.ao�
END OF SECTION
15660-3
D3/l 1102
�'ART G - CONTRACT
T� STATE �F' T�X.AS
COUNTY OF TARRANT
THIS C�NT'RA�T, made and �ntered into �Li� ���
by and between the City o Fort Worth, a home-rule municipal
carporation located in Tarrant County, Texas, actu�g �hrough its City Manager ther�unta duly
authorized so to do, Party of the First Pa�, hereinafter tenned "OV�NER", and BAR Constructors
Inc., of the City of Lancaster, County of Dallas and State of Texas, Party of the Second Fart,
hereinafter termed "CaNTRACTOR".
WITNES�ETH: That for and in consideration of the payments and agrreemer�ts
hereinafter mentio��ed, to be rnade and performed by the Pariy of the First Part (Owne�r), said
Pariy a�the Secand Pat� (Contractar) hereby a�rees with the said Paz�y af the First Part (Owner)
to co:mm�nce and complete c�rtai� work described as fol�ows:
City of Fort 'V�I�orth, Texas
Ralling Hil�s Wa#er Treatment P1ant
Facil�ti�s Upgrade and 40 MGD Expansion
Phase 2- Backwash Supply SyStem
Project No. PW 77-Ofi0770510050
and alI extxa work cortnected therewi�, under the terms as stateci on the Contract Dacuments,
and at his (t��ir) own proper cost and expense to furnish a�l the materials, suppl��s, machinery,
equipment, tools, superintendence, labor, bands, insuz-a��ce, and other accessories and services
necessary ta complete the �aid construc�on, in accordancE with all tbe requirements of the
Contract �ocuments, which include all maps, plats, blueprints and other drawings and printed or
writte� explanatory mat�er; thereof, and the specifica�ians ther�of, as prepared by the Engineers
emplayed by the Owner, each of 't�vl�ich has been identified by the endorsement af the Contrac�or
at�d the Engir�eers thereon, together with the Contractor's `7Vritten Proposal and th� ather parts af
the Con�ract Documen#s hereto attached, including the Fort Warth Water Department General
Contract Documents and General Specifications, all of which are made a part hereof and
collec�ively evidence and cansti�ute the �ntire confract.
T�e Co�tractor hereby agrees tv cammence wo�k u+ithin ten (14} days after the date
written notice �o do so �hall ha�e been given to him, and to Substan�al�y Campl�te aud Totaily
Camplete same within the time stated in the Propasal.
Th� Owner agrees to pay the Contractor in current funds for the performance of �he
contract in accordance with the Proposal submitted there�ore, subject ta additions and
deductions, as pzovided in the Gontract Docum�nt� and all appraved modifications thereof, ant�
to make payment on account thereof as pravided t�erein.
G-1
IN WITNESS W�IEREOF, the Parties to these presents have executed this Cantract in
quadruplicate iii the y�ar and day first above writteil.
, ATTEST:
:i �
. !�/�p� r
; � .._ , - � _
City Secretar�
,�,
�,SE.�L)
Citv of F�rt Warth, Texas (Dw_ ner_}
Party af the First P2�t � %}
_ r � By: ..
Marc . Ott
Assis ant Citiy Managez
WIT'I�ESS:
e � '�
Marl,ene A. ,Arrambide
Approve�cl far Fort Worth City Water Department:
,� �l r
�'
�! Dale A. Fzsseler, Water L�rector
Appro d as ta Form �d Legality:
f
A e
,_
By: Tsidro Arrambide
President
BAR Canstnzctors, Tnc.
��.� �..g��_R_
Contiract Authorization
._ _ � r � �-l-_ ��. — .— '
Date
G-2