Loading...
HomeMy WebLinkAboutContract 40832~ il rJ) ~ -il j -l 0 I • P-4 . ! ' > ro u • P-4 ~ ' t • P-4 u Q) 0. ~~ r;fJ City of Fort Worth, Texas ~c;~~ L.fu3J~ Fort Worth Water Department WESTSIDE WATER TREATMENT PLANT PREPARED BY: 54-INCHRAWWATER PIPELINE PROJECT CAPITAL PROJECT No. 00456 APRIL2010 Camp Dresser & McKee Inc. Texas Registration Number F-3043 FFICIAL E ORD CITY ~ ECRETARY 09 -22 -1 n 10 :3 7 I N FORTW RTH, TX M&C Rev iew ) ' ' Page 1 of 2 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORTWORTB ~ DATE: CODE: COUNCIL ACTION: Approved on 8/17/2010 811712010 REFERENCE NO.: C TYPE: C-24407 NON- CONSENT LOG NAME: PUBLIC HEARING: 60WESTS1DE WTP PROJECT LEWIS NO SUBJECT: Authorize a Contract in the Amount of $2 ,268 ,084 .00 with Lewis Contractors , Inc ., to Construct the Westside Water Treatment Plant Raw Water Transmission Main Project , Located at 12200 Old Weatherford Road (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council authorize the City Ma,nager to execute a construction contract in the amount of $2,268,084.00 with Lewis Contractors, Inc., to construct the Westside Water Treatment Plant Raw Water Transmission Main Project, connecting the Westside Water Treatment Plant to the existing Tarrant Regional Water District Raw Water Pipeline . DISCUSSION: On May 30 , 2006 , (M&C C-21475) C ity Council authorized the City Manager to enter into an interlocal agreement with the Tarrant Regional Water District (TRWD) relating to cooperation in the construction of the City of Fort Worth (City) Eagle Mountain Lake Raw Water Conveyance Project and the TRWD Eagle Mountain Connection Project. As part of this interlocal agreement , the TRWD constructed a tee connection on their raw water pipeline to be used as a future connection to the City Westside Water Treatment Plant. On October 2, 2007, (M&C C-22433) City Council authorized the City Manager to execute an engineering agreement with Camp Dresser & McKee, Inc . for the design of the Westside Water Treatment Plant and Raw Water Transmission Main Project. On June 23 , 2009 , (M&C C-23623) City Council authorized the City Manager to execute a construction contract with McCarthy Building Companies, Inc . to construct the Westside Water Treatment Plant. The bid for the Westside Water Treatment Raw Water Transmission Main Project was advertised in the Fort Worth Star Telegram on May 13, 2010 and May 20, 2010. On June 17, 2010 , a total of eight bids were received , including the following four lowest bids: COMPANY Lewis Contractors, Inc. S. J. Louis Construction Wright Construction Company, Inc. William J . Schultz d/b/a Circle C Construction BID AMOUNT $2,268 ,084.00 $2,468 ,672 .50 $2,485,854.00 $2,594 ,959 .00 In addition to the contract amount , $35 ,000 .00 is required for project contingencies and $20 ,000 .00 is required for inspection cost. Lewis Contractors , Inc., is in compliance with the City's M/WBE Ordinance by committing to 12 percent M/WBE participation . The City 's goal on this project is 11 percent. The project is located along Old Weatherford Road , both inside the City limits (COUNCIL DISTRICT 7) and in the City's extra-territorial jurisdiction. FISCAL INFORMATION/CERTIFICATION: ":// app s. cfwnet. or g/ council _packet/me _re view . as p ?ID = 13 84 5 &c ouncild ate=8 / l 7/2010 8/18 /2 010 ). .M ~C R ev iew Page 2 of2 The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated , of the Water Capital Projects Fund . TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 60WESTS1DE WTP PROJECT LEWIS map_,_~1 FROM Fund/Account/Centers P264 541200 607140045680 $2 ,268 ,084 .00 Fernando Costa (6122) S . Frank Crumb (8207) Chris Harder (8293) http ://app s .cfwnet.org/co uncil _pac k et/mc _review.asp?ID= 13 84 5&counci ld ate=8/1 7/2 010 8/1 8/2 010 Listing of Certified Companies: Surety Bonds: Programs and Systems : Financial Management Se... Page 1 of 1 FCCI Insurance Company (NAIC #10178) BUSINESS ADDRESS: 6300 University Parkway, Sarasota, FL 34240. PHONE: (800) 226-3224 x-2726. UNDERWRITING LIMITATION b/: $38,893,000. SURETY LICENSES c,f/: AL, AZ, CO, FL, GA, IL, IN, IA, KS, MI, MS, MO, NE, NC, OK, PA, SC, TN. INCORPORATED IN: Florida. Federal Insurance Company (NAIC #20281) BUSINESS ADDRESS: 15 Mountain View Road, Warren, NJ 07059. PHONE: (908) 903-2000. UNDERWRIT LIMITATION b/: $1,315,625,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, GU IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MP, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, 0 PR, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, WV, WI, WY . INCORPORATED IN: Indiana. FEDERATED MUTUAL INSURANCE COMPANY (NAIC #13935) BUSINESS ADDRESS: 121 EAST PARK SQUARE, OWATONNA, MN 55060. PHONE: (507) 455-5200. UNDERWRITING LIMITATION b/: $201,777,000. SURETY LICENSES c,f/: AL, AZ, AR, CA, CO, CT, DE, DC, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, 01 RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Minnesota. Fidelity and Deposit Company of Maryland (NAIC #39306) BUSINESS ADDRESS: 1400 AMERICAN LANE, TOWER I, 19TH FLOOR, SCHAUMBURG, IL 60196 -1056. PH (847) 605-6000. UNDERWRITING LIMITATION b/: $16,093,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, C CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MP, MT, NE, NV, NH, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT,~ VA, VI, WA, WV, WI, WY. INCORPORATED Ir Maryland . ~J.. N~.~ fRF'9'itJ,ll8'6~ ¥2,Z<,~1 0-0<-1 Phwv A)~·, gou ~ 36~--(DD(,$'° c,,~l,,;t,1J -c. {../. FIDELITY AND GUARANTY INSURANCE COMPANY (NAIC #35386) BUSINESS ADDRESS: 385 Washington Street, St. Paul, MN 55102. PHONE: (651) 310-7911. UNDERWRITl LIMITATION b/: $1,933,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI,~ TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Iowa. Fidelity and Guaranty Insurance Underwriters, Inc. (NAIC #25879) BUSINESS ADDRESS: 385 Washington Street, St. Paul, MN 55102. PHONE: (651) 310-7911. UNDERWRITl LIMITATION b/: $3,618,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI,~ TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Wisconsin. Fidelity National Property and Casualty Insurance Company (NAIC #16578) BUSINESS ADDRESS: P. 0. Box 45126, Jacksonville, FL 32232 -5126. PHONE: (800) 849-6140. UNDERW LIMITATION b/: $9,297,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CT, DE, DC, FL, GA, HI, ID, IL, I KS, KY, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, OH, OK, OR, PA, RI, SC, SD, TN, TX, l VA, WA, WV, WI, WY. INCORPORATED IN: New York. Financial Casualty & Surety, Inc. (NAIC #35009) BUSINESS ADDRESS: 3131 Eastside, Suite 600, Houston, TX 77098 . PHONE: (877) 737-2245. UNDERWRI LIMITATION b/: $1,079,000. SURETY LICENSES c,f/: AZ, CA, CT, DE, FL, ID, IN, IA, KS, LA, MD, MI, MN, I NV, NJ, NY, NC, ND, OH, PA, SC, TN, TX, UT, VT, WA, WV. INCORPORATED IN: Texas. Financial Pacific Insurance Company (NAIC #31453) BUSINESS ADDRESS: P.O. Box 292220, Sacramento, CA 95829 -2220. PHONE: (916) 630-5000. UNDER~ LIMITATION b/: $7,190,000. SURETY LICENSES c,f/: AK, AZ, AR, CA, CO, ID, KS, MO, MT, NE, NV, NM, NI OR, SD, UT, WA, WI. INCORPORATED IN: California . Fireman's Fund Insurance Company (NAIC #21873) BUSINESS ADDRESS: 777 San Marin Drive, NO\, 94998. PHONE: (415) 899-2000. UNDERWRITING LIMITATION b/: $296,531,000. SURETY LICENSES c,f/: AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NJ, NM, NY, NC, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, VI, http://www.fms.treas.gov/c570/c570 _ a-z.html 9/14/2010 CDIVI 777 Taylor Street, Suite #1050 Fort Worth, Texas 76 102 te l: 817 332-8727 fax: 817 332-6870 September 7 , 2010 Mr. Chris P . Harder, P .E . Fort Worth Water Department 1511 11th Avenue Fort Worth, Texas 76102 Subject: Westside Water Treatment Plant Raw Water Pipeline Project Capital Project No. 00456 Construction Contracts Dear Mr. Harder: Enclosed please find six sets of Contract Documents for the above referenced project , which have been signed by Lewis Contractors , Inc . These are being forwarded to the Fort Worth Water Department for execution. Please note the following items that are included: • The one addendum has been attached to the front of the document. • The Proposal form has been replaced with a copy of the original proposal submitted by Lewis Contractors, Inc. Note that it was revised and initialed by Lewis Contractors, Inc. to reflect that the base bid price shown in the proposal includes the three add-alternate items. • The M/WBE Special Instructions for Bidders and Attachment IA-Subcontractors/Suppliers Utilization Form have been replaced with copy of forms submitted by Lewis Contractors, Inc. to Fort Worth. • The Certificates of Insurance have been included. We request that the City review these certificates to ensure the City's specified coverage has been included. • The Worker's Compensation Form has been completed, signed, and notarized . • The Performance, Payment, and Maintenance Bonds have been filled out, signed and sealed . A copy of the power of attorney has been provided with each. The City needs to date the bonds . • The Contract has been signed and sealed. The City needs to execute the Contracts . Please contact me if you have any questions or need additional assistance. J. Dan Shannon, P.E., BCEE Project Manager Camp Dresser & McKee Inc. TBPE Firm Registration No. F-3043 File: C0-1.0 consulting. engineering· construction· operations , CDM 777 Ta ylo r St reet . Sui te t.1050 Fo rt Wor t h, Texas 76102 tel: 8 17 332 -8 727 fax : 8 17 332-68 70 June 24, 2010 Mr. Chris Harder, P.E. Project Manager Fort Worth Water Department 1511 11th Avenue Fort Worth, Texas 76102 Subject: Westside Water Treatment Plant Project City Secretary Contract No. 36010 M&C C-22433, October 2, 2007 54 -Inch Raw Water Pipeline Project Proposal Evaluation and Recommendation Dear Mr. Harder: ---···-···-·-······-··-··-···-··---------- Proposals were received and publicly read at 2:00 p.m. June 17, 2010 for the above referenced project. Eight general contractors submitted proposals. Each contractor had been pre-qualified by the City and submitted the required proposal security with their proposal. Each proposal included the base proposal price and three add alternate proposal item prices . We have reviewed these proposals and have found discrepancies on two of the proposals -Lewis Contractors, Inc. and Jackson Construction, Ltd. In both cases, the total of the individual base proposal items (Items 1 through 29) were less than the Total Base Proposal Price presented on the proposal form . It appears that the Total Base Proposal Price presented in the Lewis Contractors, Inc. proposal included the three alternate bid items (A-1, A-2, and A-3). The Jackson Construction, Ltd. Proposal also appears to include the three alternate bid items and a small math error. The eight proposals are tabulated on the attached exhibit. Lewis Contractors, Inc . submitted the lowest base proposal price and the lowest price for the base proposal plus add alternate items A-1, A-2, and A-3. Based upon our review of the proposals, CDM recommends that the Lewis Contractors, Inc. base proposal price of $2,213,369.00 be accepted as the lowest evaluated proposal for the Westside Water Treatment Plant -54-Inch Raw Water Pipeline project. Further, if the City decides to proceed with the three add alternate proposal items, the contract amount should be increased to $2,268,084.00 based upon the Lewis Contractors, Inc. alternate proposal amounts. This recommendation is subject to their submission of proposed M/WBE participation information and verification that the proposal is considered responsive by the City. consul ti ng , engineering · construction · operations -,--~------------------- CDM Mr. Chris Harder, P.E. Ju11e 24, 2010 Page2 Please contact me if you have any questions about the proposal evaluation or our recommendation. Sincerely, J. Dan Shannon, P.E., BCEE Project Manager Camp Dresser & McKee Inc. TBPE Firm Registration No . F-3043 File: 0515-62142 3.03 CltyofFOftWonh, hut WetttldtW,1torlretlmt1ntPlant S4-lnch Phw Wat-, Plptlln• P,ojed Caplta1Projtc1Mo.G0454i 810 TABULATION BIOS RECEIVf.O 1:30PM. JUNE 17, 2010 lttmNo. Oncrlptlon i----.--£1!'t1t C Construction ·-,._ ConaturConslructlon I J1cksonCons1ructlon II Ll'WbCon1nc1or1 l NonhTunConlrKllng J OsurRand1Conlradln1 I SJ.Lou:sconslruetlon I Wr1ghtConstrucilon I -r-:-:=.:-1 I I ·-•A•• '°'"' t-1,.,,..1 .. __ ,, I . . . I I I I I ii,.... ..... nlbdo 1 I L.s. I s100.ooo.ooj s100.ooo.ooj 1 \ Ls. j sJS.ooo.ooj ns.ooo.ooj , I Ls. J s::.o.fXIO.ool s::.0.000.oo{ 1 [ L.S. I 526.1::.0.00 S2V'...O.oo{ 1 ILS. sr.o.ooo.oc soo.000.001 , I L.s. SJ0.000.00 SJ0,000.ooj 1 L.s.1 s100.ooo.oc s,00.000.001 1 LS. I 542,000.00 $42.000.0C ,i,,...~.-dD ........ ollr•N>!'I , [ 1..s I S2>.ooo.ooj S55,ooo.ooj 1 I Ls. [ s10,ooo.ooj s10.ooo.cq 1 IL s. I s,00,000.ool s100.ooo.oo( 1 [LS.I s~.000001 S5.1.ooo.001 1 LS I $125.000.0C $125,000.ooj 1 j L.S. $70,000.00 sro.ooo.ool, I.S. j $211,000.0l $211.oo,1.ooj 1 j L.S. $11.700.00 $11,700.0C llfrf\,;S•l~Sy,,-1 I LS. I s1s.ooo.ooj s,s,uoo.oo{ 1 I LS. I Sl!i,000.00[ s1s.ooo.ool 1 I LS. I S8,txll.ool S8,00'.l.tXJ! 1 I LS. I s10,soo.uo1 $10.!iW.OOI 1 I L.S. $6,000.IX $6,000.001 1 I L.S. $10,Clll.OO $10,000.ooj 1 I L.S. $12,SOO.OOI l12.5(YJ.OOI I [ L.S. $7,400.00 $7.-'000 IRiJl"olW•~PttpoqliN, 1 I LS. I suoo.001 H.500.ooj 1 I Ls. [ s10.ooo.ooj s10.ooo.ooj 1 I Ls. I s..so.ooo.ooj sso.ooo.ooj 1 I LS.] s21,soo.001 m.soo.001 1 L.S.I $50.000.0C $50,000.ooj 1 j L.S. s,0.000.001 s10.ooo.ooj 1 I L.S. '5,000.0( $5,000.001 1 I LS ,u,300.<r,J $14,300.01 T---,tedor.etulaon'E..,...,..C...... I 1 I LS. 1,c-trdlfl.-wa1 .. ~ l•,1!150IL.F. l,w,c.llE,o,:,1...,.,S.,9'ySyt-l4,850ILF. la-M>J-...OOV.... I 2 IEact'I 2 IEach SIS,000~ s,s.ooo.~~ s295.oo s,.oo.1so.ool~IV. s1.001 soso.ooj4.asolL.F. s11.soo.001 s11.soo.oot 1 ] Ls. I s13.ooo. s.13,ooo.~ 1 I L.s. S34o.oo s1.EM9.ooo.ooj~~ SJ18.oo s1.aJJ,300.ooloso Ll. SJ.ooj s14.550-ooi4.a!'JO[Lr.l s1.oo[ s...850.ooj4,3SOIL.F. uo.ooo. S40.000.oo 2 e.u, H.500. su.ooo.~ 2 le..:nl s,a.ooo.~ S3&.ooo.~ ' IE.ach $28,000.00 $56,000.00 2 Eldl $28,000. $56,000. 2 EKh $64.000.~ $128.000. 2 Each S269.00l Sl.299,800.0014.6:iOI L.F. $390.0C SJ78.00j S1,&JJ,JOO.oojc,a50t L.F. $10,200.001 $10,200.001 1 I LS.,~~~ LS. I $20,000., $20,000.~~ L.S., $15,000.00 $15,000.001 \ I l.S. I $13,000. $13,500.0( SJ:lO.!:IO Sl.601.925.00 4.l!l50 L.f. $261. Sl.362.850.0C $1.891.500.00l4,850[L.F. sz.001 S9,100.00l4.850I L.F. $1.0C $4.850.ooi•.MOI L.F. j S1.001 M.650,00l4,a50I U=. $0.01 SO.S014.l!l~IL.F. suq S4.1!150.oo $21,700.ool S..J,400.00 s,s.000.00 tJ0.000.00 z Eacll 2 Eadl S25.(X)O.OO 2 lflchl $32,000 00 $6-1,000.00 2 Eacll E1dl $30,000.00 Each S3.t,<t00.~ $68,800.00 I 10 l' .. -~v . .._ I , l-==--1 soo.000.00 S90.ooo.001_2_J~1 s100,ooo.~ s100,000~~1 t,11.000. ~1~, sa2.ooo.ool S&2.ooo.ool--'-l~1 sro.ooo.~~~~ s1s.ooo.~ S75.ooo.~~ S59.~.oo SS9.500. 1 ~1 1110.000.~ s110.ooo.oo s,25.ooo.oo s12s.ooo.oo , \ LS. s15,000.ooj s15,ooo.ooj 1 I L.s. 591,000.00 1 L.S. tSG.000.00 S$.OOO.oo 1 LS. S110,ooo. s110,ooo.oof , I Ls. I s1s.ooo.00J s,s.ooo.oof 1 I L.s. j S4G,750.oo sc6.750 JU. s10J,900.~ s10J.900.oo 11 [,,4•1n.h.,._ltrV.hwV... I 1 I LS. n [!.i.cttea1 .. ,o ... ,-.tb" I 1 I LS.! sc2,ooo.001 '42.000.001 1 1 LS. I sco.ooo.oo[ S40.ooo.ool 1 [ L.s. I s,0.000.00[ S40.ooo.ool 1 I Ls. [ SJ7,ooo.ool SJ1.ooo.ool 1 [ L.s. [ m.ooo.ooj t35.ooo.ool I I Ls. I S!:I0.000.001 S50,ooo.ooj 1 I L.s. j SJS.100.oc $35,100.001 1 I L.S. I $51,000.00 $51,000.00 tco~;,.,hh .. ~-hflRW~'hl j 1 !Ls.j s;.,o,ooo.ool s20.~ool t JL.s.J s1£.000~ t1s,ooo.cxi 1 [L.s.! S6.ooo.ooj ss.ooo.oo( 1 jLs.l $13,500001 s13.soo.ool , JLs.l S5.ooo.oo( S5.ooo.oof 1 IL.s.l s100,cw.ou[ t100,oot1ooj 1 IL.s.l S9.ooo.cx S9.000.00J 1 I LS. I $15,500.00 $15,500.00 -:;:!':~s':E..-,.M-wt.Rw,...-;.. I 1 j L.s. J s20.ooo.ool s20,ooo.ool I I Ls. I $25,ooo.oo[ s25,ooo.ooj 1 .. I L.S. I t6,ooo.oo[ s&.ooo.ooj I j Ls. j tJO,ooo.ool t:io.ooo.ooj 1 I LS, I s10,ooo.ooj s10,ooo.oo{ 1 I L.s. I 1100,000.oo[ s100.ooo.ooj 1 I Ls. I s111.ooooc s1e.ooo.oo! 1 I LS. [ $23,200.00 $23,200.01 11 IP_,,...&,,,t,odWiroFcrc•.-dO.leo l4.2001l.F. ~ ...... 1o .. r...1 .. ..,.,sv-•m $42.500.00 $42,500.~~,~~J $32,000.001 I IL.S.I mooo.oo(~ __ , jL.S.l~J~ 1 IL.S.I S30.000:°°1 SJ0,000.0011 El ~ S2!l.OOO.OO S5. szJ.100.ooJUOOU.J n.,ij s1s,750.004.200 LF. S4.ooJ s1G.aoo.oo(~ ss..oo{ sz1.ooo.oc,{4,200 L.F. sJ.1~ s15.750.oo4.200J~ ss.;J s2,,J60.cx U l1ffllll0....,81rbtdwtohr~undG.!u j5,600j L.F. S4.00I S22.40000l5.800I L.F. I S...JOI $24,080.ooj:5.6001 L,F. j $4.50! S2S.200.ooj5.600] l.F. II lc-••E-" eo l L.F. J s125.oo{ s10,ooo.ool so I LF. I s18s.oo[ s,4.800.ooj &0 ! L.F. [ s200.oo[ s1s.ooo.001 80 I L.F. " 1,·ttMI\CtTw-c1o-i.y I 9,400I s.v. [ s,o.501 St1uoo.oo\a,4ool s.v.1 Sll.ooj S84.600.oo{ 9,400[ s.v. I S8.ooj s,s,200.oojt1,400I s.v. wlhlKkc..t 9,400 S.Y. S6 $58,150.00 9,400 S.Y. $11. $103,400. 9.400 S.Y. '6. $61,100. 9,400 S.Y. I ........... ""'"""""''"""·· 1 I I ~~ I~ ~ ~I ~ ~I ~ 1rn,, .. 1to1eflll"n,;11c.p 2.100 s.v. SZ5.00 Sll1.soo.oo z;roo $.Y. SJO.oo ~ 2.100 s.v. 1211.od $75,600. ,.100 "s:; 2l l1T3.00D,...Cor,ctdtl11ndlC•p n 1---~~ rHMAC(T1"1"8)Slu.MaoonOW W......-tad"'-4 l,SC.OI S.Y. , I L.S. ,.. 1 IEWI «s I s.v. i.0.001 ne.0000011.9001 s.v.1 SJ!iOOI ses,500.cq 1.900f s.v. j S29.oo[ sss.100.ooj 1.9001 s.v. $15,UOO.OOI t1s,ooo.001 1 I L.s. I s.a,ooo.ooj ss,ooo.ooj 1 I LS. I ta,ooo.ooj sa.ooo.ool , I L.s. s21.oc1 s1.660.ool2eolL.F.I scs.ool s12.&00.ooj2110IL.F.I S2S.ool s1,ooo.ooj2eoJL.F. S35.ooo.001 tJS,000.001 1 IEKnl us.ooo.ooj s2s,ooo.ooj 1 IEKhl us.ooo.oo[ s211.ooo.001 , Je.c:11 $15.00i se.e1s.001 445 I s.v.1 S4D.ooj sn.eoo.ool 445 I s.v. I $28.oo[ Sl2.M:O.ooj «s I s.v. $1.60 $13SOOj S9.50 "·'° S23.00 $:l0.00 $10,000.00 $26.60 '33.000.001 SJJ.00 1 I LS. I $17,91.f..OO S17.92c.ool I IL.S.I S17,974.0C SH,924.ooj 1 I Ls. I sn,924.ool Sl7.924.ooj , j L.s. I sn.91400 ,. 124-lnchlAa ..... yhe&lhcht.u ........ 2 IEIK;:hl $15.000.00; S:JO.ouo.ool z ]Eact1I s1s.ooo.oc $30,000.ooi 2 [Each[ $15,000.oo[ SJO.ooo.ooj 2 [EKhl 119,000.00 ,o j,,,M ..... ,1ut111,8aulro'.-.W 1,400[Tonsl S15.00 S21.ooo.0011,<400\1onsl S18.0C ns.200.o::ij1,4ooJron,J s11.oo[ s2J,800.ooj_1,@[ror.sj Sil.SO $2,t90,1l4.00 18,960.00jS.flOOJLF. S3.ooj S16.SOO.oojS.iSOOIL.F. SJ.OOI $16.eOD.ooj5,600jL.F. sz.ooj s11,200.001s.1100I L.F. 14.7~ S26.J20.0C s,o.aoo.ool so I LF. I s,so.ooj s12.ooo.ooj 80 [ L.F. \ s:m.001 sz,.000.001 eo I L.F. s,s.ooj s&.ooo.ool ao I L.F. I s:no.ooj s1,.600.oc S89,300.00l&,«xil s.v. j ss.ooj sJS.200.0019.•ool s.v.1 Sto.ool S94,000.ooj 9,400[ s.v. H-ool s1s.200.oolt1.•ool s.v. I se.1oj S7B,140.oc SSJ,580.00~1S.Y.1~~~~~ $56,400.~9,400~ sn2.100.oofvoo S.'f'. S30.ooj S111.ooo.ool2.rool s.v. J·· s20.ooj ssc.ooo.OOJ2.100Js:;. $6.001 SS6,400.~J9,COOIS.Y.,~ $61,100.00 SJ0.00 181.ooo.oofz,700 S.Y. SJO.~ $81,000.D( $51,000.0011.900 I s.'f'. I m.ooj S66.500.00l 1.90'JI s v. I S21.001 SJ9.900.00[ 1.900I s.v. $35.00I !66.SOO.OOI 1,9001 s.v. j ~4c.ooj SIIJ.600.0C SI0,000.oof 1 j L.S. I $10,000.0C s10,ooo.ooj 1 I L.s. I ss.ooo.ooj ss,ooo.ooi 1 I L.s. H.500.ool ss.soo.oof 1 IL.s.j s11,;,w.ool u,.290.oc $7,420.001 280 I L.F. ,20.oc $5,600.00I 280 I L.F, I $40.00I $11.200.00I 280 I L.F. $32.oo[ $9.100.00j 260 I l.F. j $.0.0CJI $13.160.0C $33.000.00I 1 !Ek.hi SJ0,000.0C SJ0,000.oof 1 IE111;hl $.f.0,000.00[ $40.000.00I 1 jEech $28,700.00[ $28,700.00I 1 IEIChl $34,600.ooj S34.600.0: $14,695.oof 445 !S.Y. SflO.OC SJS.600.oof «s I s.v.1 s12.001 $5.340.00I 445 I S.Y. S2s.ool s11.12s.ooj'44s1s.v.[ $31.cq SlJ.795.0C $17,91.4001 1 ILS. ! $17,1174.0C s11.92400I 1 J L.s.1 117,924.00I $17,924.001 1 I L.S, I $17,W.4.00 s11.91.4.oo( 1 ! L.s.1 117,924.oo $17,934.00 SJB.000.001 2 IEIM:hl $13.000.0C s21>.uoo.001 z IEaci!I szo.wu.ool S40,1U>.UOI 2 l!:achl $8.5,i,J.OO $17,100.00[ ~ IE...t1I $23,550.00 $47,100.00 S18,900.ooj1,400]Tonsl 126.0C &.J6.400.00jt.400!Tons $6.001 S8,«10.00l1,cooJlonsl S1J.OOI $16.,200.ooj 1,400[ Tons I $17.1() 124,780.00 $2,213,J&t,OO $2,999,574.00 '2,i.0,114.001 $2,-411,0ZZ..SOI $2,431,169.00 ~~ ~lliu,•U.HMAC(T)'INID)O-boy l.2001 S.Y. $2,5l4,609.00 ~ $2,62S,0!>4~ s10.so! S33.&00.003,200!lil S9. S28.800~3.200Jsv.r S8.001 S25,600.ooj3,200I S.Y. S9.00I S30.40000j3.200I s.v Hooj SZ5.600.oo{3.2001SY. $10.00I S3Z.000.00j3,200[S.Y. S8.00! S25.60000l3.200I S.Y. $8.loj $25,920.00 Add~.A-i;::a:.~~•IIIS!ab.,INI jJ,1001 S.Y. MdM~F...,..l•ulbt.Jio.l l•S011ons IAU.lll•ALT.A-1,A-Jl,A,.) S6.zsl s20.ooo.oolJ.200Js.v.l s11.ooj U.'\200.ooj3,200Js.v. $1!>.ooj $11,l!IO.oo! 400 \Torosl $18.ouj $8,100.ooj 4SO llon1 tt.is,~.n,.001 s2.u,,,,4.oc S6.51'.>[ S20,l'IOO.oojJ.2ool S.Y. $5.7~ $18,240.oojl.200[ S.Y. $17.ooi $1.650.0IJl4SO[""'ICTII S1JSOI $6:0,S.OOj450[1-$J,1'4,114.00i 12.2&1,084.00 ss.cq s19.2oo.oo(3.zoof s.v. Sl:i.001 S19.200.ooj3,200j S.Y. S600I $19,200.oojl.2001 S.Y. Hsoj 120.IIOOOC szo.ouj S9.000.ooj'450f1ons $12.00[ SS,400.00I 4SO I !on, $1300j SS.IISO.ooj 450 !Ton1 s11.roj $7.965.oc U,053,174.00 n.ooJ,714.001 U,461,672.50 $2,415,ISC.OO alM TOPE Fm Regi!i~ll!m No. F-JCMJ ' . rJJ ~ 0 ·~ I ' ~ ~ u -~ ~ I I " -~ l • • J u Q) 0. ''J) . -' ' j City of Fort Worth, Texas Fort Worth Water Department WESTSIDE WATER TREATMENT PLANT PREP ARBO BY: 54-INCHRAWWATER PIPELINE PROJECT CAPITAL PROJECT No. 00456 APRIL2010 Camp Dresser & McKee Inc. Texas Registration Number F-3043 City ofFort Worth Westside 54" RW Pipeline Project CITY OF FORT WORTH Westside Water Treatment Plant 54-Inch Raw Water Pipeline Project Capital Project No. 00456 ADDENDUM NO. 1 June 3, 2010 The Contract documents for the Westside Water Treatment-54-Inch Raw Water Pipeline Project, for which proposals are to be submitted to the City of Fort Worth, Texas, are hereby clarified and modified by this Adaendum No. 1. Bidders inust acknowledge receipt of this Addendum on the Proposal -Part B . PROJECT MANUAL REVISIONS PART A-NOTICE TO BIDDERS a) Page A-5, Article 10. In the second paragraph, change "21 %" to "11 %". This change reflects that the M/WBE goal for the project is 11 %. b) Page A-7. Remove the M/WBE form -Special Instructions for Bidders attached following page A-7. This is a duplicate form that is included later in the documents. PART B-PROPOSAL a) Delete the Proposal form and replace with the Proposal form attached to the end of this Addendum No. 1. Note that the Proposal form shall be attached to the Specifications Volume as part of the bid submittal. b) M/WBE Form -Special Instructions for Bidders. Under the M/WBE Project Goals, change "21 %" to "11 %". PART D-SPECIAL CONDITIONS a) Page D-3, Item D-4 -Project Designation Signs Replace the text of Item D-4 with the following : "A project sign is required for this project. It shall be in accordance with the attached Drawing No. 1-H presented at the end of the Special Conditions. The signs maybe mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. Any and all cost ADDENDUM .No. I 1 June3 , 2010 CDM -Texas Registration F-3043 City ofFort Worth Westside 54" RW Pipeline Project for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed ." SECTION 01011 -SITE CONDITIONS a) Page 01011-1, Paragraph 1.01.A. Add the following to the end of the paragraph . "Also attached in Appendix Bis report of pavement cores taken in Old Weatherford Road, prepared by Mas-Tek Engineering & Associates, Inc . This report presents information related to related to replacement of Old Weatherford Road pavement specified in Section 02900 and detailed in the drawings." SECTION 01025 -MEASUREMENT AND PAYMENT a) Page 01025-7, Paragraph 1.04.S.1. Add the following to the end of the paragraph. "This work includes over-cutting and compaction of the existing 8-inch sub base materialas described in Section 02900. Additional flex base material, where required, is included in Bid Item No . 29 ." b) Page 01025-8, Paragraph 1.04.Y.1. In the third sentence, replace "These modulating valve actuators" with "The valve actuator". c) Page 01025-8, Paragraph 1.04.Y.2 . Replace "the proposal letter from FloTec to Camp Dresser & McKee Inc ." with "the May 20, 2010 proposal letter from FloTec to CDM". d) Page 01025-9, Paragraph 1.04.AA.4. Change "Bid Item No. 21" to "Bid Item No . 20". e) Page 01025-9 , Paragraph 1.05 .A. In the first sentence, replace "Add Alternate Items A-1 and A-2 " with "Add Alternate Items A-1, A-2, and A -3". f) Page 01025-9, Paragraph 1.05.C. Add the following at the end of the first sentence. "This work includes over-cutting and compaction of the existing 8-inch sub base material as described in Section 02900 ." g) Page 01025-9, Paragraph 1.05.D. Add the following paragraph 1.05.D. "D. Additional Flexible Base Material (Add Alternate A-3) 1. Furnish additional flexible base material as specified in Section 02900 as necessary to provide finished compacted cement treated base of 8-inches thickness . 2 . Measurement will be made by the ton based upon weigh tickets from certified scales delivered to the Engineer on-site by the delivery truck driver. Contractor shall be responsible for determining the proper amount of material to be del ivered to each section of roadway, as approved by the Engineer. 3. Payment will be the Unit Price shown in the Proposal for this Bid Item. ADDENDUM .No. I 2 June 3, 2010 CDM -Texas Registration F-3043 City ofFort Worth Wests ide 54" RW Pipeline Project 4. Costs for mixing with existing base, cement stabilizing, compacting, finishing, curing, and all other work necessary to complete the 8-inch cement stabilized flexible base shall be included with Add Alternate A-2. 5. This work is in addition to Bid Item No. 29." f) Add the May 20, 2010 letter from FloTec to CDM, attached to the end of this Addendum, to the end of Section 01025 . SECTION 02900 -PUL VERJZED CEMENT ST AB1LIZED FLEXIBLE BASE a) Page 02900-1, Paragraph 2.01, A, add the following, "After the undercut operation is completed, compact the upper 8 inches of subgrade soil to 98% ASTM D698, at -2% to +2% of optimum. Then the temporarily stored 8-inch deep pulverized material shall be returned to the excavation." b) Page 02900-3, Paragraph 3 .05 .A. In the first sentence, add "and Add Alternate No. A-2" following "(Bid Item No. 20", and add "compact the existing subgrade," following "undercut the base,". APPENDIX B -GEOTECHNICAL REPORT a) Add the Mas-Tek Engineering & Associates, Inc . report on pavement cores taken in Old Weatherford Road, attached to the end of this Addendum, to the end of Appendix B. END OF ADDENDUM NO. 1 ADDENDUM .No. I 3 June 3, 2010 COM -Texas Registration F-3043 City ofFort Worth Westside 54" RW Pipeline Project ADDENDUM.No . I ADDENDUM NO. 1 ATTACHMENTS 4 June3, 2010 CDM -Texas Registration F-3043 City of Fort Worth Westside 54" RW Pipeline Project TO: MR. DALE FISSELER, PE CITY MANAGER A TIN: PURCHASING OFFICE 1000 THROCKMORTON CITY OF FORT WORTH, TEXAS FOR: Westside Water Treatment Plant 54-lnch Raw Water Pipeline Project Capital Project No. 00456 PARTB PROPOSAL Pursuant to the foregoing "Instructions to Offerors," the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Fort Worth Water Department of the City of Fort Worth. Upon acceptance of this Proposal by the City Council, the bidder is bound to execute a contract and furnish acceptable Performance, Payment and Maintenance Bonds approved by the City of Fort Worth for performing and completing the Work within the time stated and for the following sum, to wit: DESCRIPTION OF ITEMS Item Estimated Brief Description of Item Unit Bid Price Amount No. Quantity With Unit Bid Price in Words in Figures in Figures 1 1 Insurance and Bonds L.S. Dollars and Cents per Lump Sum $ $ 2 1 Mobilization and Demobilization L.S. Dollars and Cents $ $ per Lump Sum Addendum No. I B-1 June 2010 City ofFort Worth Westside 54" RW Pipeline Project Item Estimated Brief Description of Item Unit Bid Price Amount No. Quantity With Unit Bid Price in Words in Figures in Figures 3 1 Furnish, Install and Maintain Traffic L.S. Safety System, Complete as Detailed and Specified Dollars and Cents $ $ per Lump Sum 4 1 Right of Way/Site Preparation, L.S . Complete as Detailed and Specified Dollars and Cents $ $ per Lump Sum 5 1 Furnish, Install and Maintain L.S. Temporary Sedimentation/Erosion Control Devices, Complete as Detailed and Specified Dollars and Cents $ $ per Lump Sum 6 4,850 Furnish and Install 54-lnch Raw Water L.F . Pipeline, Complete as Detailed and Specified Dollars and Cents $ $ per Linear Foot 7 4,850 Furnish and Install Trench Excavation L.F . Safety System for Trenches Greater Than 5-Feet Deep, Complete as Detailed and Specified Dollars and Cents $ $ per Linear Foot Addendum No . I B-2 June 2010 City ofFort Worth Westside 54" RW Pipeline Project Item Estimated Brief Description of Item Unit Bid Price Amount No. Quantity With Unit Bid Price in Words in Figures in Figures 8 2 Furnish and Install 8-lnch Flushing Each Valve, Complete as Detailed and Specified Dollars and Cents $ $ per Each 9 2 Furnish and Install Combination Air Each Valves, Complete as Detailed and Specified Dollars Dollars $ $ and Cents per Each 10 1 Furnish and Install 54-lnch Butterfly L.S. Valve in Vault, Complete as Detailed and Specified Dollars and Cents $ $ per Lump Sum 11 1 Furnish and Install Reinforced L.S. Concrete Vault for 54-lnch BFV, Complete as Detailed and Specified Dollars and Cents $ $ per Lump Sum 12 1 Furnish and Install all Electrical and L.S . Instrumentation Items, Complete as Detailed and Specified Dollars and Cents $ $ per Lump Sum Addendum No. I B-3 June 2010 City ofFort Worth Westside 54" RW Pipeline Project Item Estimated Brief Description of Item Unit Bid Price Amount No. Quantity With Unit Bid Price in Words in Figures in Figures 13 1 Connection to Existing 54-lnch RW L.S. Pipeline at Sta. 1 +00, Complete as Detailed and Specified Dollars and Cents $ $ per Lump Sum 14 1 Connection to Existing 54-lnch RW L.S . Pipeline at Sta. 48+50±, Complete as Detailed and Specified Dollars $ $ and Cents per Lump Sum 15 1 Furnish and Install Corrosion L.S. Protection System, Complete as Detailed and Specified Dollars and Cents $ $ per Lump Sum 16 4,200 Furnish and Install Permanent Barbed L.F. Wire Fence and Gates, Complete as Detailed and Specified Dollars and Cents $ $ per Linear Foot 17 5,600 Furnish and Install Temporary Barbed L.F . Wire Fence and Gates , Complete as Detailed and Specified Dollars and Cents $ $ per Linear Foot Addendum No . I B-4 June 2010 City ofFort Worth Westside 54" RW Pipeline Project Item Estimated Brief Description of Item Unit Bid Price Amount No. Quantity With Unit Bid Price in Words in Figures in Figures 18 _§Q_ Furnish and Install Concrete L.F. Encasement, Complete as Detailed and Specified Dollars and Cents $ $ per Linear Foot 19 9,400 Furnish and Install 2" HMAC (Type "D") S.Y. Overlay on Old Weatherford Road , Complete as Detailed and Specified Dollars and Cents $ $ per Square Yard 20 9,400 Furnish and Install 8" Pulverized S .Y . Cement Stabilized Flex Base with Tack Coat, Complete as Detailed and Specified Dollars $ $ and Cents per Square Yard 21 2,700 Furnish and Install 12" Flowable Fill S.Y. Trench Cap, Complete as Detailed and Specified Dollars and Cents $ $ per Square Yard 22 1,900 Furnish and Install 12" 3,000psi S.Y. Concrete Trench Cap, Complete as Detailed and Specified Dollars and Cents $ $ per Square Yard Addendum No . I B-5 June 2010 City of Fort Worth Westside 54" RW Pipeline Project Item Estimated Brief Description of Item Unit Bid Price Amount No. Quantity With Unit Bid Price in Words in Figures in Figures 23 _1_ Furnish and Install Permanent Erosion L.S . Control (Loaming and Hydroseeding), Complete as Detailed and Specified Dollars and Cents $ $ per Lump Sum 24 280 Furnish and Install Permanent Chain L.F . Link Fence, Fence and Gates, Complete as Detailed and Specified Dollars and Cents $ $ per Linear Foot 25 _1_ Furnish and Install 24-inch Gate Valve , Each Complete as Detailed and Specified Dollars and Cents $ $ per Each 26 445 Furnish and Install 6-inch HMAC (Type S.Y. "B") Shoulder on Old Weatherford Road, Complete as Detailed and Specified Dollars $ $ and Cents per Square Yard 27 _1_ ALLOWANCE for Owner selected L.S . electric motor actuator for modulating valve Seventeen thousand nine hundred twent~-four Dollars and no Cents $17,924.00 $17,924.00 per Lump Sum Addendum No . I B-6 June 2010 City ofFort Worth Westside 54 " RW Pipeline Project Item No. 28 29 Estimated Quantity _2_ Each 1,400 Tons Brief Description of Item With Unit Bid Price in Words Furnish and Install 24-inch Manway in 96-inch Manhole, Complete as Detailed and Specified ___________ Dollars and _________ Cents per Each Furnish Additional Flexible Base Material, as Detailed and Specified ___________ .Dollars and _________ Cents per Ton Unit Bid Price in Figures $ _____ _ $ _____ _ Amount in Figures $ ____ _ $ ____ _ TOTAL BASE PROPOSAL PRICE (Items 1 through 29) ------------- (in words) ____________________ ($) ________ _ (in figures) Addendum No . I B-7 June 2010 City ofFort Worth Westside 54" RW Pipeline Project ADD ALTERNATE BID ITEMS: OWNER will evaluate the bids based upon the Total Base Proposal bid amount above plus the bid price of the Add Alternate items presented below. The OWNER, in its sole discretion, will award the contract based on the base bid alone; or the base bid plus Add Alternates A-1 , A-2 and A-3. Add Alternate No . A-1 A-2 A-3 Estimated Quantity 3,200 S.Y . 3,200 S.Y. 450 Tons Brief Description of Item With Unit Bid Price in Words Furnish and Install Additional 2" HMAC (TYPE "D") Overlay Atop Existing Old Weatherford Road . Dollars and Cents perS.Y . Furnish and Install Additional 8" Pulverized Cement Stabilized Flexible Base with Tack Coat, Complete as Detailed and Specified. Dollars and Cents perS.Y . Furnish Additional Flexible Base Material , as Detailed and Specified . Dollars and Cents perTon $ $ $ Unit Bid Price in Figures $ $ $ Amount in Figures Bidder shall list below the subcontractor/material supplier firms that will be used on this project to furnish the 54-inch Raw Water Pipe, the 54-inch Butterfly Valve , the Combination Air Valves , and the pipe material for the 54-inch Raw Water Pipe . The 54-inch Raw Water Pipe supplier will be The 54-inch Butterfly Valve manufacturer will be The 16-inch Gate Valve manufacturer will be The Combination Air Valve manufacturer will be ------------ Addendum No . I B-8 June 2010 City of Fort Worth Westside 54" RW Pipeline Project The 54-inch Raw Water Pipe will be ______________ Pipe (insert type of pipe material) per specification Section (insert appropriate specification section number). The undersigned agrees to begin construction within 1 O Calendar Days after issue of the work order, and to Substantially Complete the Work and Totally Complete the Work within the Calendar Days specified in Paragraph D-15 of Part D -Special Conditions . The City reserves the right to accept or reject any and all proposals or any combination thereof proposed for the above work . The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance 7400 (Fort Worth City Code Section 13A-21 through 13A-29). Residency of Bidders: The 1985 Session of the Texas Legislature passed house Bill 620 relative to the award of contracts to Non-Resident Bidders. The law provides that, in order to be awarded a contract as low bidder, Non-Resident Bidders (out of state contractors whose corporate offices or principal place of business are outside of the State of Texas) that bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas Resident Bidder by the same amount that Texas Resident Bidder would be required to underbid a Non-Resident Bidders in order to obtain a comparable contract in the state in which the Non-Resident's principal place of business is located . The appropriate blanks in Section A must be filled out by all Non-Resident Bidders in order for your bid to meet specifications. The failure of out of state or Non -Resident Bidders to complete the forms may disqualify that bidder. Resident bidders must check the box in Section B. A. LI LI B. LI Non-resident vendors in (give state), our principal place of business, are required to be __ percent lower than resident bidders by state law. Non-resident vendors in ____ (give state), are not required to Underbid resident bidders . Our principal place of business or corporate offices are in the State of Texas Within ten (10) days of receipt of notice of acceptance of this bid , the successful bidder shall execute the formal contract and shall deliver approved Performance, Payment and Maintenance Bonds for the faithful performance of this contact. The attached cashier's check is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bonds are not executed within the time set forth , as Liquidated Damages for delay and additional work caused thereby. MINORITY/WOMENS BUSINESS ENTERPRISE (M/WBE): • I am aware that I must submit information to the Fort Worth Water Department concerning the M/WBE participation within FIVE BUSINESS DAYS of submittal of this Proposal in order to be considered RESPONSIVE. Addendum No . I B-9 June 2010 City ofFort Worth Westside 54" RW Pipeline Project Respectfully submitted, Company Name By: Signature Printed Name of Principal Address : Street City Phone : ----------- Fax: Email : ___________ _ Receipt is acknowledged of the following addenda : Addendum No. 1 : __ _ Addendum No. 2: __ Addendum No . 3: __ _ Addendum No. 4: __ _ Addendum No . 5: __ _ Addendum No . I B-10 Title Zip June 2010 May 20, 2010 Danny Shannon CDM Engineering RE: City of Fort Worth, Westside 54" RW Pipeline Project Dear Mr. Shannon, Ducor Inc., dba Flo Tee, is pleased to offer you the following pre-negotiated price proposal for Rotork e]ectric actuation of the 54" class 1508 A WW A butterfly valve on the City of Fort Worth, Westside 54" RW pipeline project. Below you will find our proposed actuator mode] and accessories: Rotork model: IQS20B4/IW1 OR Suitable voltage: 240VAC/1 Phase, 1/0 Dry Contacts: (4) SPOT Max torque: 43,868 lbs. ft. Max stem diameter: 8.00 in. Valve operating time: 219 seconds IrDA control: (1) IrDA hand held setting tool Actuator mounting hardware, assembly & testing to be done by valve manufacturer per specification #02640-6, 2.07, A. Total project cost: $16,424.00 Not included in cost: (1) day start-up assistance@$1500.00/Day. Thank you for the opportunity and please let me know should you have any questions . Project Manager Flo Tee 214-587-0417 Corporate Olli cc : 200 llnilin Bower Court. Suite 210 • lr,ing. Texas 75061 • 97255.U1199 • Fax 972 .55-1 b665 T~lcr Sales Ollicc : 1820 Shiloh Rnnd. Suite 1105 • T}lcr. ·iexas 750703 • 903 .581 2228 • Fa)>. 9035812-15-1 April 8, 2010 Mr. Danny Shannon, P.E. BCEE COM 777 Taylor Street, Suite 1050 Fort Worth, Texas 76102 Re: Pavement Cores Old Weatherford Road Fort Worth, Texas MTE Project No. E09-1210-02 Dear Mr. Shannon: MAS•TEK Engineering & Associates, Inc. Phn: (817) 332-8727 E-Mail: ShannonJD@cdm.com Transmitted herewith are the results of the four (4) pavement cores taken along Old Weatherford Road in Fort Worth, Texas. See Figures 1a thru 1c for core locations . See Figures 2 thru 6 for core logs. SUMMARY OF FINDINGS The existing pavement was observed to be severely cracked . The pavement appears to be raveling along the pavement edges due to steep existing drainage ditches close to the pavement edges. The pavement contains numerous longitudinal cracks parallel to the drainage ditches. Storm drain improvements would be required to alleviate this condition (to allow the drainage ditches to be backfilled and graded relatively level with the pavement. The pavement consists of 0.5 inches to 1. 75 inches of asphalt over 4 to 13 inches of cemented flexbase and gravel. The existing pavement base is underlain by layers cf fill consisting of broken asphalt, crushed limestone fragments, sandy gravel and clayey sand. These fill materials were encountered to depths of about 1.1 to 1.4 feet below the existing pavement surface and are generally underlain by moderate to high plasticity clay. No evidence of any lime stabilization below the base was found. RECOMMENDATIONS It is understood that a new asphalt overlay is to be placed over the existing pavement. Prior to overlaying, the existing pavement and base should be pulverized to a depth of 8 inches and treated with cement to provide a cement treated base for the new asphalt overlay. A mix Geotechnical Consulting & Materials Testing 5132 Sharp Street Dallas, Texas 75247 ~72 709-7384 .i I I I I I I , Pavement Cores Old Weatherford Road Fort Worth, Texas AGG Project No .: E09-1210-02 April 8, 2010 Page2 MAS-TEK Engineering & Associates, Inc. design could be performed to determine the optimum amount of cement to achieve the required compressive strength for design. If a mix design is not performed, we would recommend 8% cement for this project (54 psy for 8 inch depth). A paddle agitated truck should be used to allow the cement slurry to be applied uniformly. An acceptable gradation for pulverization (prior to cement treatment) would be 100% passing the 1" sieve and 60% passing the No. 4 sieve prior to spreading cement. Cement treatment, final mixing, shaping and compaction must be achieved within 6 hours. Then, rolling with a heavy steel wheeled roller should be performed 24 hours later to develop micro-cracking. This is a procedure recommended by Texas A & M based on their latest research related to construction technology. See detailed description below. This work should be inspected closely due to all of the critical aspects required for a successful project. The base should be compacted at -2% to +2% of optimum to 95% ASTM D1557 (modified proctor). Mixing, shaping and compaction must be achieved with 6 hours after adding cement. In order to reduce reflective shrinkage cracking wi _thin the new overlay, the cement treated base should be rolled with a steel roller 18 to 24 hours after initial compaction is achieved to establish micro-cracking. The cement treated base should then be moist cured for at least 7 days prior to beginning the overlay (prior to application of the tack coat). A moist condition should be maintained by watering the compacted surface as needed to minimize surface drying and cracking prior to placement of tack coat and overlay. Prior to overlaying, an asphaltic tack coat should be applied . All work should be performed per TxDOT specifications. For optimum performance, an asphaltic slurry seal or asphaltic sand seal should be scheduled within 1 to 3 years after overlaying. If you have any questions concerning this report, please contact the undersigned at (972) 709-7384. Sincerely, MAS-TEK ENGINEERING & ASSOCIATES, INC.------... .1A,t~7!t~. {2,7~/ ~-,-u ·. . . . -:::::L.. • -~I\\\ ·;~ioE·.·., ~ ~~~ ........ .1'~,t ,, v Vi1i'i1tam Cappel! · Project Manager AlLJANCE GEatEOHNi(W. GROUP T.s<As·Reo,~~eo· ENCtlNEERi~,:~ ·· ·· F-1970 IRM Mark J. Farrow,~~;.····.~ ••• ,$~ t1 Principal fl/ ·. . \ "' ,, ,... . ..· .. -•· " I.. -~·!~•'!•··~·-···~···· . .. ·.' .. ~ MARK ····· . •-••••••••••'-( •••••••.•••••.• J .... : FARROW ~ ,-.. • ....... . .. r. i . •• 4so· .-:· ····-····=·····" I°'.%·· .·.·59 .-" '•t°~·~CEN$i? .• •~~~ .J' ,, o's1. ........ l\~~ -\\\~!~~!--..:- ·;I ~¥ "-TaKEn ............ • Aa80Cla«es, Inc. Project No: E09-1210 PLAN OF BORINGS 54" RAW WATER LINE -OLD WEATHERFORD ROAD FIGURE NO: 1a Project No: E09-1210 PLAN OF BORINGS 54" RAW WATER LINE -OLD WEATHERFORD ROAD FIGURE NO: 1b ~..._,- ) -;,. MAs-TIEIC: Enstn-rlns & Associates.,. Inc. Project No: 1;()9-1210 PLAN OF BORINGS 54" RAW WATER LINE -OLD WEATHERFORD ROAD FIGURE NO: 1c .. I I LOG OF BORING C-1 Project: 54" Raw Water Pipeline -Old Weatherford Road Date: 04/01/2010 Elev.: Location: See Figure 1 Depth to water at completion of boring: Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ DEPTH . feet 0 O;~ 1.5 -2 . 2.5 3 3.5 Notes : ·SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION 0.5" ASPHALT over 4" CEMENTED FLEX BASE & gravel Broken ASPHALT MIX w/ limestone & clay Sandy GRAVEL (crushed limestone) w/ asphalt Sandy GRAVEL (crushed Limestone) w/ clay Tan clayey SAND w/ numerous limestone fragments Dark brown sandy CLAY w/ trace calcareous nodules & limestone fragments Core terminated at 20" MTE , INC. Project No.: E09-1210 MC LL PL Pl -200 DD P .PE N UN CON St ralo %%% % pcf tsr kst % 15 33 13 20 2.0 FIGURE:2 LOG OF BORING C-2 Project: 54" Raw Water Pipeline -Old Weatherford Road Date: 04/01/2010 Elev.: Location: See Figure 1 Depth to water at completion of boring: Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ DEPTH feel . 0 0.5 1.5 -2 2.5 a:s Notes : S01L SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESCRIPTION 1.5" ASPHALT over 6.5" CEMENTED FLEX BASE & gravel FLEXBASE Da rk brown sandy CLAY w/ trace limestone fragments Core terminated at 18" MTE, INC . Project No.: E09-1210 MC LL PL -200 DD P.PEN UNCON Strain · % % % Pl % pcf Isl ksl % e 33 16 41 15 26 2.5 FIGURE:3 LOG OF BORING C-3 Project: 54" Raw Water Pipeline -Old Weatherford Road Date: 04/01/2010 Elev.: Location: See Figure 1 Depth to water at completion of boring: Depth to water when checked: · Depth to caving when checked: was: was: ELEVATION/ DEPTH reel () 0;5 • 1 S -2 2 .S 3 -3.5 Notes: SOIL SYMBOLS SAMPLER SYMBOLS & FIELD.TEST DATA DESCRIPTION 1. 75" ASPHALT over 5. 75" CEMENTED FLEX BASE & gravel Sandy GRAVEL (crushed limestone) Sandy GRAVEL w/ clay (crushed limestone) Moderately hard to hard tan weathered LIMESTONE , fractured w/ tan clay seams Core terminated at 20" MTE, INC. Project No.: E09-1210 MC LL PL Pl -200 DD P.PEN UNCON Straf!l ' % % · % % pcf lsf ksf % 10 18 10 FIGURE:4 i I I ~ ~ r LOG OF BORING C-4 Project: 54" Raw Water Pipeline -Old Weatherford Road Date: 04/01/2010 Elev.: Location: See Figure 1 Depth to water at completion of boring: Depth to water when checked: Depth to caving when checked: ELEVATION/ OEPTH tfaet) SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA was: was: DESCRIPTION 0 1.5" ASPHALT over 13" CEMENTED FLEX BASE & gravel 0 .5 Dark brown CLAY w/ limestone fragments 1 5 Core terminated at 18" 2.5 3 3,5 Notes: MTE, INC. Project No.: E09-1210 MC LL PL Pl -200 OD P .PEN UN CON Strain % % % % pcf . tsf ksf % 15 52 18 34 4.5+ I FIGURE:5 KEY TO LOG TERMS & SYMBOLS Symbol Description Strata symbols Asphaltic Paving ~ ~ mil ltJE Notes: Asphalt, limestone , clay, sand Silty Sandy Gravel GRAVEL, sandy SAND, clayey CLAY, sandy Fill GRAVEL LIMESTONE, weathered Symbol Description -~·-·' <>· . · . . ·':", .. ·,. · . .-. CLAY 1 . Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. 2. Water level observations are noted on boring logs . 3, Results of tests conducted on samples recovered are reported on the boring logs. Abbreviations used are: DD = natural dry density (pcf} MC= natural moisture content (%) Uncon.= unconfined compression (tsf) P.Pen.= hand penetrometer (tsf) 4. Rock Cores LL = PL = PI = -200 = liquid limit (%} plastic limit (%} plasticity index percent passing #200 REC= (Recovery} sum of core sample recovered divided by length of run, expressed as percentage. RQD = (Rock Qual i ty Designation} sum of core samp l e recovery 4 " or greater in length divided by the run, expressed as percentage. FIGURE:6 MTE , INC . ·-----------------' t I: I: t I U.S . Standard Sieve U.S. Standard Sieve Numbers Hydrometer ~ ~ ~ 0 0 ~ ~ 0 0 0 tO M ' (") M -st N ,q-0 N ~ ~ 100 -· 90 ·, ,,,Lo.. ~ 80 \ - 70 -,, .c Cl 'ai 60 :·::, 3:: >, .Q ... 50 Cl) C ~-U: -: ~· C 40 Cl) \ CJ ... \ G) 0.. 30 I"- ' 20 r...... - l'-o- 10 - I 0 i' 1000 100 10 1 0.1 0.01 0.001 Gra in Size -mm Legen d Bo ri ng No De pth , ft %G rave l %Sand %-#200 LL Pl .. ---6-C-1 4.5"-9.5" 57.2 27 .0 15.8 --0- --0- Legend Boring No De pth Material Description uses ---z:::r-C-1 4.5"-9.5" --0- --0- RESULTS OF SIE V E ANALYSIS 54" Raw Water Pipeline E09-1210 Mas-Tek Engineering & Associates E09-1210 FIGURE 7 .I I f1 l !- l !: i : i· r I p 1; L IJ fl I I I. I ,_'. - U.S. Standard Sieve U.S . Standard Sieve Numbers Hvdrome.tet ~ ~ ~ 0 0 I '<t 0 0 0 ~ 0 <O M M ~ N '<t N 100 ., 90 h. - 80 . \ \ 70 .... .c Cl ~ ' j 60 -~·~ >, .c i\ ... 50 GI "' .E u.. .. ~ii C 40 GI · 1z r-. ~ ~ ~ QI D. 30 20 10 I 0 I 1000 100 10 1 0.1 0.01 0.001 Gra in S ize • mm Legend Boring No D epth , ft % Gravel %San d %-#200 L L Pl -6-C-2 8"-14" 40.5 26.1 33.4 -0- -0-- Le ge nd Borin g N o Dep t h Material Des crip ti o n uses ~ C-2 8"-141i -0- -0-- RESULTS O F SIEVE ANALY SIS 54" Raw Water Pipeline E09-1210 Mas-Tek Engineering & Associates E09-1210 FI GU.RE B I l f I r 1; ~ I' V ! ! ;; ,: ,, .~ .. . .. -.. U.S . Standard Sieve U.S. Standard Sieve Numbers Hydrometer !::! :::!: ~ 0 0 ~ 0 0 0 0 tO C') ' C') C') "<t ~ N "<t 0 N ~ ~ 10 0 ---·· ·.~' ' 90 .I ; ,, 80 · ; 70 ' -.r:. 0, 'ai 60 ~ 1 I >, .Q ,· ·, ... GI 50 c~ C u: -I i C 40 GI '\ ~ ~ GI ., Q. 30 ' .. I'~ ""r-,... 20 ·~. 10 ., 0 ., ~ 10 00 100 10 1 0 .1 0.01 0.001 Grain S ize • mm ... Legend Bori ng No Depth, ft % G ravel %Sand %-#200 LL Pl ---£:s-C-3 7.5"-16 58.1 24.2 17 .7 --c::J- -0- Legend Borin g No Depth Material Description uses ---£:s-C-3 7.5"-16 ~ -0- RESULTS OF SIEVE ANALYSIS 54 " Raw Water Pipeline E09-1210 Mas-Tek Engineering & Associates E09 -1210 'FIGURE q ,. ! i l· I I City of Fort Worth Westside 54" RW Pipeline Project TABLE OF CONTENTS PARTA · NOTICETOOFFERORS Notice to Bidders Instructions to Bidders PARTB · PROPOSAL Proposal City of Port Worth Minority and Women Business Enterprise Bid Specifications PART C · GENERAL CONDITIONS PART Cl · SUPPLEMENTARY CONDITIONS (TO PART C) PART D · SPECIAL CONDITIONS PART F • BONDS Certificate of Insurance Contractor Compliance with Worker's Compensation Law Performance Bond Payment Bond Maintenance Bond PART G · CONTRACT PARTE · TECHNICALSPECIFICATIONS DMSION 1-GENERAL REQUIREMENTS 01005 01010 01011 01025 01035 01110 01170 01172 01200 01300 01315 01410 01500 01510 01600 01610 01665 01666 01700 01710 01720 F62142-SpecTOC .doc Abbreviations Summary of Work Site Conditions Measurement and Payment Control of Work Environmental Protection Procedures Special Provisions Pipe Penetrations Project Meetings Submittals Progress Schedule and Reports Testing and Testing Laboratory Services Temporary Facilities Construction Temporary Controls Delivery, Storage and Handling Material and Equipment Trench Safety Requirements Testing of Pipelines Contract Closeout Cleaning Project Record Documents TOC-1 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 01730 Operating and Maintenance Data 01740 Warranties and Bonds DIVISION 2 -SITEWORK 02100 Right-Of-Way/Site Preparation 02140 Dewatering and Drainage 02200 Earthwork 02220 Structural Excavation and Backfilling for Structures 02221 Trenching, Backfilling and Compaction 02230 Granular Fill Materials 02270 Sedimentation and Erosion Control 02490 Loaming, Hydroseeding and Erosion Control 02613 Buried Concrete Pressure Pipe and Fittings 02615 Buried Steel Pipe, Fittings and Specials 02616 Buried Ductile Iron Pipe and Fittings 02640 Buried Valves, Hydrants and Appurtenances 02830 Chain Link Fences 02831 Barbed Wired Fences and Gates 02900 Pulverized Cement Stabilized Flexible Base DMSION 3-CONCRETE 03100 Concrete Formwork 03200 Concrete Reinforcement 03250 Concrete Joints and Joint Accessories 03300 Cast-in-Place Concrete 03350 Concrete Finishes 03600 Grout 03650 Flowable Fill DIVISION 5 -METALS 05500 Miscellaneous Metals DMSION 9 • FINISHES 09901 Surface Preparation and Shop Prime Painting 09902 Finish Painting DIVISION 11-EQUIPMENT 11216 Sump Pumps DMSION 1S-MECHANICAL 15120 Piping Specialties 15140 Pipe Hangers and Supports 15640 Joint Bonding and Electrical Isolation 15641 Corrosion Control Test Stations 15642 Magnesium Anode Cathodic Protection Systems 15643 Polyethylene Encasement F62142-SpecTOC.doc TOC -2 April 2010 -I City of Fort Worth Westside 54" RW Pipeline Project DMSION 16-ELECTRICAL 16020 Electrical List of Appendices AppendixA AppendixB AppendixC F62 l 42-SpecTOC.doc Temporary Construction Easements Geotechnical Report by Mas-Tek Engineering & Associates, Inc. Dated February 17, 2010 Corrosivity Study and Corrosion Potential Design Document Prepared by Corrpro Companies, Inc. Dated March, 2010 TOC-3 April2010 ", L ) l J l J PART A NOTICE TO BIDDERS ' , L l -J -J City of Fort Worth Westside 54" RW Pipeline Project PARTA NOTICE TO BIDDERS Sealed proposals for construction of the WESTSIDE WATER TREATMENT PLANT 54-INCH RAW WATER PIPELINE PROJECT CAPITAL PROJECT NO. 00456 will be received at the Purchasing office, City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102, until 1 :30 P .M., on June 17, 2010, and will be publicly opened and read aloud approximately 30 minutes later in the City Council Chambers. Contract Documents have been prepared by Camp Dresser & McKee Inc., (817) 332-8727, 777 Taylor Street, Suite 1050, Fort Worth, Texas 76102, and may be examined without charge at its office. Contract Documents may be obtained from Camp Dresser & McKee Inc. at the above address for a non-refundable charge of: Set of one-half size Plans and Specifications: Set of full-size Plans and Specifications: $150.00 $200.00 Documents may also be obtained free of charge at the City of Fort Worth online document management system (Buzzsaw). Contact Fred Griffin for access to the site at Fred.Griffin@fortworthgov.org. However, any Contractor wishing to bid the project must purchase a hard copy of the contract documents from Camp Dresser & McKee, which will be turned in with their bid. General Contract Documents and Specifications for the Water Department Projects, dated January 1, 1978, with the latest revisions, also comprise a part of the Special Contract Documents for this project and may be obtained by paying a non-refundable fee of $50.00 for each set, at the Planning & Engineering Division Office of the Fort Worth Water Department, 1000 Throckmorton Street, Fort Worth, Texas, 76102. The major work for this project consists of approximately 4,850 LF of 54-inch Raw Water Pipeline. All bidders submitting bids are required to be pre-qualified in accordance with the requirements of the Special Instructions to Bidders. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration of ninety (90) days from the date the bids are received. A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an amount of not less than five percent (5%) of the bid submitted (per the Instructions to Bidders) must accompany the bid. For additional information, please contact Mr. Danny Shannon, P.E., Camp Dresser & McKee Inc. at (817) 332-8727. Publication Dates: May 13, 2010 and May 20, 2010 Part A Notice to Bidders .doc A-1 April2010 City of Fort Worth Westside 54" RW Pipeline Project (THIS PAGE LEFr BLANK INTENTIONALLY) Part A Notice to Bidders .doc A-2 April 2010 ' j '-j • l City of Fort Worth Westside 54" RW Pipeline Project SPECIAL INSTRUCTIONS TO BIDDERS 1. PREQUALIFICATION REQUIREMENTS. All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary to the Director of the Water Department at least seven (7) days prior to the date of the opening of bids. · a) The financial statement required shall have been prepared by an independent certified public accountant or independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status of the submitting company . This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification . b) For an ·experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in the work of both the same nature and technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids receive in excess of the bid limit shall be considered non-responsive and will be rejected as such . e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered . g) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. For additional information contact Chris Harder, Fort Worth Water Department at (817) 392-8293 FAX 817-392-8410, Christopher.harder@fortworthgov.org . Pre-qualification submittal should be sent to : Mr. Chris Harder, P.E. Fort Worth Water Department 1000 Throckmorton Street Fort Worth, TX 76102-6212 2. EXAMINATION OF CONTRACT DOCUMENTS AND SITE: Before submitting his Bid, each Bidder must (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect performance of the work, ( c) familiarize himself with federal, state and local laws, ordinances, rules and regulations affecting performance of the work, and ( d) carefully correlate his observations with the requirements of the Contract Documents. Reference is made to the Supplementary Conditions for the identification of those surveys and investigation reports of subsurface or latent physical conditions at the site or otherwise affecting performance of the work which have been relied upon by Eng ineer in preparing the Drawings and Specifications. The data is furnished for information only and neither the Owner nor Engineer guarantees Part A Notice to Bidders .doc A-3 April2010 City of Fort Worth Westside 54" RW Pipeline Project the accuracy of the data. Before submitting his Bid each Bidder Will, at his own expense, make such additional surveys and investigations as he may deem necessary to determine his bid price for performance of the work within the terms of the Contract Documents. The Bidder acknowledges by the submission of his bid that he is solely responsible for trench excavation safety as prescribed by the Occupational Safety and Health Administration and HB662 and HB665as amended by the 72nd Session of the Texas legislature and amended by the 73rd Session of the. Texas Legislature with HB1569. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this Article 4. 3. BID FORM (PROPOSAL) Bidders shall use the Bid (Proposal) forms included in the documents for each contract Bid. Supplemental data to be furnished shall be included in same sealed envelope with Proposal. Bid (Proposal) Forms must be completed in ink. The Bid price of each item on the form must be stated in words, if specifically requested, and/or numerals; in case of a conflict, words will take precedence. Bids by corporation must be executed in the corporate name by the president or a vice-president ( or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant ~ecretary. The corporate address and state of incorporation ,shall be shown below the signature. Bids by p~erships must be executed in the partnership name aµd signed by a partner, his title must appear under his signature and the official address of the partnership must be shown below the signature. All names must be printed below the signature. · The Bid shall contain an acknowledgement of receipt of all Addenda (the number of which s~all be filled in on the Bid Form). · 4. SUBMISSION OF BIDS. Bids shall be submitted at .the time and place indicated in the Invitation for Bids and shall be included in an opaque sealed envelope, marked with the Project title and name and address of the Bidder and accompanied by the Bid Security and other required documents. Bidders shall not separate, detach or remove any portion, segment or sheets ftoni the contract dpcument at any time. Bidders must complete the proposal section(s) and submit the complete Specifications book or face rejection of the bid as non-responsive. Revised bid forms issued ·by addenda shall be stapled to the original bid form in the specifications book prior to submission. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time-line stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation. 5. MODIFICATIONS AND WITHDRAW AL OF BIDS .. Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. Bids maynotbe withdrawn after _opening of Bids for the period set forth in the Notice to Bidders. 6. OPENING Of'BIDS. Bids will be opened as indicated in the Invitation for Bids. Bids received aft~r such time will .not be considered, and will be returned unopened. · :... · · · ·· ·. 7. BIDS TO REMAIN OPEN. All Bids shall remain open for the period of time set forth in the Invitation for Bids, but Owner may, in his sole discretion, release any Bid and return the Bid Security prior to that date. Part A Notice to Bidders .doc A-4 April 2010 . ' . , l. ' j L J • j City of Fort Worth Westside 54" RW Pipeline Project 8. AW ARD OF CONTRACT. Owner reserves the right.to reject any and all Bids and waive any and all formalities, and the right to disregard all nonconforming or conditional Bids or counter proposals . In evaluating Bids, Owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and alternates and unit prices if requested in the Bid forms . Owner may consider the qualifications and experience of Subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for those portions of the work as to which the identity of Subcontractors and other persons and organizations must be submitted as specified in the Supplementary Conditions or Specifications. He may conduct such investigations as he deems necessary to establish the responsibility, qualifications and financial ability of the Bidders, proposed Subcontractors and other persons .and organizations to do the work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time. Owner reserves the right to reject the Bid of any Bidder who does not meet any such evaluation to Owner's satisfaction. If a contract is to be awarded, it will beawarded to the lowest responsible Bidder whose evaluation by Owner indicates to the Owner that the award will be in the best interests of the Project. It is expected that the Owner's evaluation of bids and award of contract will be made as set forth in the Invitation for Bids. The successful bidder will be notified by a Notice of Award which may be a letter or telegram . Time of completion is very important and failure to meet completion schedule will subject the Contractor to liquidated damages as provided in the Supplementary Conditions section of the Contract. . 9. EXECUTION OF CONTRACT . The accepted Bidder, with in ten (10) days after formal notice of award, shall execute the formal Contract Agreement and required Bonds on the forms prepared and submitted by the Owner. The Owner will issue a Notice to Proceed authorizing the Contractor to commence work . 10. MINORITY/WOMENS BUSINESS ENTERPRISE (M/WBE} All Bidders shall note that it is the policy of the City of Fort Worth to ensure the full and equitable participation of Minority and Women Business Enterprises (MIWBE) in the procurement of services with a fee of $25,000 or more by establishing an M/WBE goal. Within five (5) City business days from proposal submittal date, exclusive of the proposal submittal date , all Bidders will be required to submit information concerning the M/WBE(s) that will participate in the contract. The M/WBE goal is 21 %. The information shall include: (1) the name, address and telephone number of each M/WBE; (2) the description of the work to be performed by each M/WBE; and (3) the approximate dollar amount/percentage of the participation . The M/WBE firm(s) must be located or doing business in the City's geographic market area that includes the following nine (9) counties: Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall . The M/WBE firm(s) must be currently certified or in the process of being certified by the North Central Texas Regional Certification Agency (NCTRCA}, or Texas Department of Transportation (TXDOT), Highway Division prior to recommendation for award being made by the City Council. If you will not have any M/WBE participation during this contract, then a detailed explanation mustbe submitted to explain the Good and Honest Efforts your firm made to secure M/WBE participation. Failure to submit the M/WBE participation information or the detailed explanation of the Offeror's Good and Honest Efforts to meet or exceed the stated M/WBE goal , may Render the proposal non-responsive . Part A Notice to Bidders .doc A -5 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 11. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of five (5) per cent of the bid submitted. The Bid Security must accompany the bid and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (1()) days after the contract has been awarded. The Bid Security shall be included in the envelope containing the bid proposal. Failure to .submit the Bid Security will result in the proposal not being cpnsic;lered for this project. Bidder's bond will be retuni,ed if the City . fails to award the contract within 90 calendar days of receipt of bids, unless . the Bidder agrees to an extension. The surety must be licensed .to do business in the state of Texas. 12. BONDS: For projects in excess of $25,000, the successful Bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The form of the bond shall be a:s herein provi4ed .and the surety shat.I be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Texas Government Code Section 2~53, as amended. In orderfor a surety to be acceptable to tlie City, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal · law ; or (2) have obtained reinsurance for any ·liability in excess of $100,000 fro.m:a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of 'a certificate of authority from the Untied States secretary of the treasury t9 qualify as a surety on obligations permitted or required under federal law . . Satisfactory proof of any ·such reinsuran9e shall be providec;l fo th¢ City tipon request. The City, in · its sole discretion, will detemiine the ac;lequ~cy of the proof required herein. . . No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contrac.tbe d~termined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately .provide a new surety satisfactory tq the City. For this contract, the following bonds shall be provided: ( 1) a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work; (2) a Performance Bond shall be provided, in the amount of the contract, conditioned on the faithful performance of the work in accordance with the plans, specification, and contract documents : Said bond shall be solely for the protection of the City of Fort Worth ; (3) a two -year Maintenance Bond shall be provided, in the amount of the contract. · · 13 AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the .mpst ,advan~geous con.struction th~reqf t<;> the City or to rej~t the proposal. . . . . . . . . . : : . . . . . . . ·' . ~ . 14 . WAGE RATES. Not .less that the prevai)ing wage rates esttblished by the City of Fort Worth, Texas, and as set I • . •. , ' • .. • forth jji the Contract Document&; must be paid ·on this project. . . . • 1 • • • • • 15 . BIDDER LICENSE: Prior to the award of contract to an out-of-state bidder, the bidder shall be licensed to do business in the Sta~ of Texas . For lice~sing pr~e4ures, contact tl,le Texas Secretary of State Of(ices · (Telepho~e.N1,~mber ·1~5l2-46~-5555 or 1-900-263-0060) i6. NONRESID~NT B,IDDERS: fursu~t to Articl~ '601g, Texas ~ev.iseci Civil Stittues (the City of fort Worth will not award this contract to a nonresident bidder'tii:lless the nonresident's bid is lower than the lowest bid submitted by a Texas resident bidder by · the same amount that a Texas · res1dent would be required to und~rbid :a nonresident bidder to obtain a comparable contract .in the state in which the nonresident principal place ofbiisiness is located. . . . . . . . . . . .• -. . . .... "Nonresident bidder" means a bidder whose principal place ofbusin~s is not in this state, but excludes a c~ntJ;act who~e ultimate parent company or m3:jority owner: has a place of business in the State of Texas . This provision does not apply if this contract involves federal funds . P.art A Noµce to Bidders .doc A-6 April 2010 L • l. '' 'j City of Fort Worth Westside 54" RW Pipeline Project The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 16 . AGE: In accordance with the policy of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officer, members, agents, employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, adyancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification , retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitation to advertisement for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against the City arising out of the Contractor's and/or its subcontractors' alleged failure to comply wit the above referenced Policy concerning age discrimination in the performance of the contract. 17 . DISABil.,ITY: In accordance with provision of the American with Disabilities Act of 1990 (ADA), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on; the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of the Contractor or any of its subcontractors. Contract warrants it will fully comply with ADA's provision and any other applicable Federal, State, and local laws concerning disability and will defend, indemnify and hold harmless against any claims or allegations asserted by third parties or subcontractors against the City arising out of the Contractor's and/or its subcontractor's alleged failure to comply with the above referenced Policy concerning disability discrimination in the performance of this contract. 18. ADDENDA: Bidders wanting further information, interpretation or clarification of the contract documents must make their request in writing to the Fort Worth Water Department Engineering Services, at least 96 hours prior to bid opening. Answers to all such requests will be bound and made a part of the Contract Documents, or should the bidder be in doubt as to their meaning , the bidder should at once notify the fort Worth Water Department Engineering Services, in order that a written addendum may be sent to all bidders. Any addenda issued will be mailed or be delivered to each prospective bidder. The bid proposal as submitted by the bidder must be so constructed as to include any addenda issued by the Fort Worth Water Department, prior to 24 hours of the opening of bids with appropriate recognition of addenda so noted in the bid proposal. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the proposal form . Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Water Department or Design Engineer. 20. PRE-BID CONFERENCE: The pre-bid conference for bidding Contractors will be held by representatives of the Fort Worth Water Department and the Consulting Engineers at the Westside Water Treatment Plant Construction Manager's Trailer, 12200 Old Weatherford Road, Fort Worth, Texas 76108 on May 26, 2010 at 10:00 a.m. This conference is for the purpose of interpretation for bidding Contractors of Contract Documents, including plans and specifications, for construction of the Project. Only comments addressed in subsequent Addenda will be binding . END OF SECTION Part A Notice to Bidders .doc A-7 April 2010 . 1 ' J FORTW°ORTH ·w City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract Is $25,000 or more, the M/WBE goal Is applicable. If the total dollar value of the contract Is less than $25,000, the M/WBE oal is not a licable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis . All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's MBE/WBE goal on this project is _____ % of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following : 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m ., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m ., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated Qoal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m ., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 392-6104. PARTB PROPOSAL r r r- City of Fort Worth Westside 54" RW Pipeline Project TO: MR. DALE FISSELER, PE CITY MANAGER ATTN: PURCHASING OFFICE 1000 THROCKMORTON CITY OF FORT WORTH, TEXAS FOR: Westside Water Treatment Plant 54-lnch Raw Water Pipeline Project Capital Project No. 00456 PARTB PROPOSAL Pursuant to the foregoing "Instructions to Offerers," the undersigned has thoroughly examined the plans. specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Fort Worth Water Department of the City of Fort Worth. Upon acceptance of this Proposal by the City Council, the bidder is bound to execute a contract and furnish acceptable Performance, Payment and Maintenance Bonds approved by the City of Fort Worth for performing and completing the Work within the time stated and for the following sum, to wit: DESCRIPTION OF ITEMS Item Estimated Brief Description of Item Unit Bid Price Amount No. Quantity With Unit Bid Price in Words in Figures in Figures 1 1 Insurance and Bonds L.S. ~~ 5a~ Dollars I and ~ Cents per lump Sum $%"1'5Q~ $ 't(e, 152).. D:> 2 1 Mobilization and Demobilization LS. ~-..---~ ~ (~QL..,G) .. Dollars and .,,,~ Cents $ G~.az;, $~~ per lump Sum Addendum No. 1 B-1 June 2010 City ofFort Worth Westside 54" RW Pipeline Project Item Estimated Brief Description of Item Unit Bid Price Amount No. Quantity With Unit Bid Price in Words in Figures in Figures 3 1 Furnish, Install and Maintain Traffic L.S. Safety System, Complete as Detailed and Specified ~ ~au.SA~ ~"' ~ Dollars $ \o\sm. &IP $ \D, sa:D. po and V,Ao Cents per Lump Sum 4 1 Right of Way/Site Preparation, L.S. Complete as Detailed and Specified -~Du~-r~ ~ b1L Dollars $~f.C£l?' $ '2,IJ t;oo. CP and '7~,r;_ Cents ' per Lump Sum 5 1 Furnish, Install and Maintain L.S. Temporary Sedimentation/Erosion Control Devices, Complete as Detailed and Specified ~€:) ------=--IGLJ {/q1'2SAMA U,c..o Dollars IQ 142..0:0 I o, ,tg; .. II:> and tp.t? Cents $ $ per Lump Sum 6 4,850 Furnish and Install 54-lnch Raw Water L.F. Pipeline, Complete as Detailed and Specified 11,\/o "i.eMH!2 ~ £:"~ Dollars '2lu22."0 \, iqq I 'boo~ and ~~ Cents $ $ per Linear Foot 7 4,850 Furnish and Install Trench Excavation L.F. Safety System for Trenches Greater Than 5-Feet Deep, Complete as Detailed and Specified -[t:;,a Dollars 'l co $ t/,1a? .. .o and '1fi,.,p Cents $ per Linear Foot Addendum No. 1 B-2 June2010 -~------------------------------------------·---. City of Fort Worth Westside 54" RW Pipeline Project Item Estimated Brief Description of Item Unit Bid Price Amount No. Quantity With Unit Bid Price in Words in Figures in Figures 8 2 Furnish and Install 8-lnch Flushing Each Valve, Complete as Detailed and Specified ~iuja~ Dollars $ {6,mt?,~ $ ~p,000."' and ~ Cents I per Each 9 2 Furnish and Install Combination Air Each Valves, Complete as Detailed and Specified Dollars -r~ ~ •1tta~,wc:, Dollars $3~~~ $ tA.~f;O and "U:JP.o Cents per Each 10 1 Furnish and Install 54-lnch Butterfly LS. Valve in Vault, Complete as Detailed and Specified t:; -----=UfH'4 [l>D ~£XL~~ Dollars 02.azctP ei,crPP and ~ Cents $ $ per Lump Sum 11 1 Furnish and Install Reinforced LS. Concrete Vault for 54-lnch BFV, Complete as Detailed and Specified r~~~ s.z,-r'1ms:A~ Dollars $ t;&, lZ(:). ~ $ '5Z,, a:µ "1'? and ~ Cents per Lump Sum 12 1 Furnish and Install all Electrical and L.S. Instrumentation Items, Complete as Detailed and Specified ~:i"l-,"f~ <HJ6J Ji&""~~ Dollars ~-1.~.oo $ ~1c.a:,. ,z, and ~ Cents $ per lump Sum Addendum No. 1 B-3 Junc2010 City ofFort Worth Westside S4" RW Pipeline Project Item Estimated Brief Description of Item Unit Bid Price Amount No. Quantity With Unit Bid Price in Words in Figures in Figures 13 1 Connection to Existing 54-Jnch RW L.S. Pipeline at Sta. 1+00, Complete as Detailed and Specified ~ ~ 'fu~ U+:i.2:r~ ~&Ml~ Mu.ii!! 11:Z ~ Dollars $ ~,;,!i::V. a> $ \ ~' <;W,'""' and "?..!&a Cents . per Lump Sum 14 1 Connection to Existing 54-lnch RW LS. Pipeline at Sta. 48+50±, Complete as Detailed and Specified ---~ ~S"41"2 Dollars $ ~a:o.. a:> $ ~ t::rD..d') and ~~ Cents per Lump Sum 15 1 Furnish and Install Corrosion LS. Protection System, Complete as Detailed and Specified -----re; ~ l\.t~ _t.A-O O,,ve4a,t7 Dollars $ ~~a:a,. $ ;;,t,«1), ~ and 'l?PO Cents per Lump Sum 16 4,200 Furnish and Install Permanent Barbed .L.F. Wire Fence and Gates, Complete as Detailed and Specified -.-::-: l \.\;5ZE;G Dollars ~.15' s\45,1'?'0.~ and ~, &~ Cents $ -per Linear Foot 17 51600 Furnish and Install Temporary Barbed L.F . Wire Fence and Gates, Complete as Detailed and Specified l)d:, Dollars t. (1,0 $ '%1w0.og and <;~ Cents $ per LinearFoot Addendum No. I B-4 June2010 City ofFort Worth Westside 54" RW Pipeline Project Item Estimated Brief Description of Item Unit Bid Price Amount No. Quantity With Unit Bid Price in Words in Figures in Figures 18 ~ Furnish and Install Concrete L.F. Encasement, Complete as Detailed and Specified 0~ t~m2u.o ~~ &ut:. Dollars $ \~.c:,O \q&;t2~ and ,.,~ Cents $ per Linear Foot 19 9,400 Furnish and Install 2" HMAC (Type "D") S.Y. Overlay on Old Weatherford Road, Complete as Detailed and Specified ~i""e Dollars t4 ~ $ ~~.:> and f-;t'f:r!.:( Cents $ , per Square Yard 20 9,400 Furnish and Install 8" Pulverized S.Y. Cement Stabilized Flex Base with Tack Coat, Complete as Detailed and Specified ~~ Dollars $ 45. -i~ $ ~. &>12:0'C D:> and <:e:~ Cents per Square Yard 21 2,700 Furnish and Install 12" Flowable Fill S.Y. Trench Cap, Complete as Detailed and Specified -~a.ti; ~ Dollars i~~~ <A., l~f>/ and ~ Cents $ $ per Square Yard 22 1,900 Furnish and Install 12" 3,000psi S.Y. Concrete Trench Cap, Complete as Detailed and Specified --l~'T~ Dollars ~"' $. tS'l,aQ?. ,0 and ~ Cents $ per Square Yard Addendum No . I B-5 June2010 City of Fort Worth Westside 54" RW Pipeline Project Item Estimated Brief Description of Item Unit Bid Price Amount No. Quantity With Unit Bid Price in Words in Figures in Figures 23 _1_ Furnish and Install Permanent Erosion L.S. Control {Loaming and Hydroseeding), Complete as Detailed and Specified ~ 1ij,ia,?/ Dollars and ~ Cents $ \0, fJfJ. (}() $ 10,0CQ. o? per Lump Sum 24 280 Furnish and Install Permanent Chain L.F. Link Fence, Fence and Gates, Complete as Detailed and Specified ~~~~~ Dollars 1.J,_SC> $ 14$."° and ~ Cents $ per Linear Foot 25 _1_ Furnish and Install 24-inch Gate Valve, Each Complete as Detailed and Specified -.-;-----lk'U-e:f '~,v:i;. !Jfat.~"° Dollars and ~ Cents $ ~'S.av~c0 $ 3e:>,a22~ per Each 26 445 Furnish and Install 6-inch HMAC (Type S .Y. "B") Shoulder on Old Weatherford Road, Complete as Detailed and Specified ------(~~ ~ $ li <a©;.t)'O Dollars $ ;~po and '7~2 Cents per Square Yard 27 _1_ ALLOWANCE for Owner selected L.S. electric motor actuator for modulating valve Seventeen thousand nine hundred twentv-four Dollars and no Cents $17,924.00 $17,924.00 per Lump Sum Addendum No . I B-6 June2010 City ofFort Worth Westside 54" RW Pipeline Project Item Estimated Brief Description of Item Unit Bid Price Amount No. Quantity With Unit Bid Price in Words in Figures in Figures 28 _2_ Furnish and Install 24-inch Manway in Each 96-inch Manhole, Complete as Detailed and Specified kttt.>ef~ 1'~~ Dollars $ ltfii cw .(19 ~£?, ro2 90 and '71*"#(l Cents $ per Each 29 1,400 Furnish Additional Flexible Base Tons Material, as Detailed and Specified ~~""(¢6J Dollars and per Ton Cents $ \!::>.~ $ \~/'.k;O . ...o TOTAL ... PROPOSAL PRICE ,,terns 1 through 29}il,tlo Mii\;~~ 1wb \.l"caf(J f A-l, A-'1., A-~-~ (in words) ' ~ 4-:J.p,y 6'14w{ --G-l)ll SA..,~ ~lk:tv, :&wv bolw-\ . \ 1tw u,,.l) _____________ ($) '2,1.-J,i, D9,Dr-,<Ju , (in figures) Addendum No. I B-7 June 2010 City ofFort Worth Westside 54" RW Pipeline Project ADD ALTERNATE BID ITEMS: OWNER will evaluate the bids based upon the Total Base Proposal bid amount above plus the bid price of the Add Alternate items presented below. The OWNER, in its sole discretion, will award the contract based on the base bid alone; or the base bid plus Add Alternates A-1, A-2 and A-3. Add Estimated Brief Description of Item Unit Bid Price Amount Alternate Quanti:!Y With Unit Bid Price in Words in Figures in Figures No. A-1 3.200 Furnish and Install Additional 2D HMAC S .Y. (TYPE "D") Overlay Atop Existing Old Weatherford Road . ~ Dollars ti,5'0 $ j(). 4dfJ. p and F::z:f:ri ( Cents $ , perS.Y. A-2 3,200 Furnish and Install Additional a~ S.Y . Pulverized Cement Stabilized Flexible Base with Tack Coat, Complete as Detailed and Specified. ~ Dollars $ t;."'10 $ \~t.J\O.~ and SG~ Cents perS.Y. A-3 450 Furnish Additional Flexible Base Tons Material, as Detailed and Specified. -~,,a;,l Dollars \!,.'50 (.p c.ns-. g;, and 8-ff'4-Cents $ $ per Ton Bidder shall list below the subcontractor/material supplier firms that will be used on this project to furnish the 54-inch Raw Water Pi pe, the 54-inch Butterfly Valve . the Combination Air Valves. and the pipe material for the 54-inch Raw Water Pipe. The 54-inch Raw Water Pipe supplier will be 1 I . / . i,.\A tJS'() ,v The 54-inch Butterfly Valve manufacturer will be The 16-inch Gate Valve manufacturer will be The Comb ination Air Valve manufacturer will be __ .;...(\.Llxz;i=...:k"==-------- Addendum No . 1 B-8 June2010 City of Fort Worth Westside 54" RW Pipeline Project The 54-inch Raw Water Pipe will be b ~~ Ct.Ase; \ \~ Pipe (insert type of pipe material) per specification Section __ l!)~V.,~~l ...... "?>...,_ ____ (insert appropriate specification section number). The undersigned agrees to begin construction within 1 O Calendar Days after issue of the work order. and to Substantially Complete the Work and Totally Complete the Work within the Calendar Days specified in Paragraph D-15 of Part D -Special Conditions. · The City reserves the right to accept or reject any and all proposals or any combination thereof proposed for the above work. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance 7 400 (Fort Worth City Code Section 13A-21 through 13A-29}. Residency of Bidders: The 1985 Session of the Texas Legislature passed house Bill 620 relative to the award of contracts to Non-Resident Bidders. The law provides that, in order to be awarded a contract as low bidder, Non-Resident Bidders (out of state contractors whose corporate offices or principal place of business are outside of the State of Texas) that bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas Resident Bidder by the same amount that Texas Resident Bidder would be required to underbid a Non-Resident Bidders in order to obtain a comparable contract in the state in which the Non-Resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all Non-Resident Bidders in order for your bid to meet specifications. The failure of out of state or Non-Resident Bidders to complete the forms may disqualify that bidder. Resident bidders must check the box in Section B . A. LI Non-resident vendors in (give state), our principal place of business, are required to be __ percent lower than resident bidders by state law. LI Non-resident vendors in (give state), are not required to Underbid resident bidders. B. i/ Our principal place of business or corporate offices are in the State of Texas Within ten (1 O) days of receipt of notice of acceptance of this bid, the successful bidder shall execute the formal contract and shall deliver approved Performance, Payment and Maintenance Bonds for the faithful performance of this contact. The attached cashier's check is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bonds are not executed within the time set forth, as Liquidated Damages for delay and additional work caused thereby. MINORITY/V\fOMENS BUSINESS ENTERPRISE (~BE): • I am aware that I must submit information to the Fort Worth Water Department concerning the M/V\fBE participation within FIVE BUSINESS DAYS of submittal of this Proposal in order to be considered RESPONSIVE. Addendum No . l B-9 June2010 City ofFort Worth Westside 54" RW Pipeline Project Printed Name of Principal Address: fJ.Q. :fx)){ /IJ23 Street ~/ram City Phone:~\. gJ ~l tD-9 °1D0 Fax: (f,\dj QIJ0-°t°t0d: Email: '~if \Je ~ lt1JJJ-;fo)fr4~rs. U)f'/1 Receipt is acknowledged of the following addenda: Addendum No. 1 :L Addendum No. 2: __ AddendumNo.3:. __ Addendum No. 4: __ Addendum No. 5: __ AddendUJ11 No. 1 B-10 Title Zip June2010 06/24/2010 11:19 9403800616 OFFICEMAX 0814 FoaTWo~TH .., W ** ~ City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POYQX If the total doler Y8IUe of the contr,;att • $25,DDO or more, tt.. lllllt'l!BE gotl k -~ tr Iha tota1 dollar vaJue of the contract is less that $2s ·ooo tho MI\IVBE a, ls .not llcab19. ~UCY SIA!§MENT PAGE 02/07 It Is the policy of 1h$ CilY of Fort Worltl tr:, emlJl'Q the ful and 8QUitebl8 r,artidpatioo by Mlnol1lY and Women Business ~mwpliM$ (M/WBE) in -the prowl'CiJRlfilflt of al goods arid services to the City on a OOlltraCtUal basis. PJt requirements and mgu~ona stated In t.he City's axrent Minority and Women Business enterprise Ordinance apply to 1h19 bid. MIWBJ;; fROJECT GOALS Tho City's MBE/VVBE goaJ on th!$ project 19 a,{ 11 % of th~ base bid value of '*ie oontract. .. COMPLIANCE TO BID SPECIFICATIONS On City contracls of $25,000 or mom, bidden, are required to comply with the Intent or the Ci\y's MIWBE ordinance by either of the folOWing: 1. Meet et exceed the above stated MIWBE goal, or 2. Good Faith Effort documenblUon, or; 3. Walvar documantatlan, ar; 4. Joint VHture. SUBM!'.JJ'.Ab OF REQUIRED OOCUMStiIA!IOtl, The appllcable documenl!I J!UG11 be received by the Managing Department, within the following times allocated, h1 order for 1he entire bid to be oonsldered responsive to tfle spedftcatlons.. 1. S~r UtlfJQtlon F~ if goal la ~ived by 5-;00 p,m., five (5) City buslnesS days llftec the bid met or exceeded; ooenina dale exculve of the bfd ooenina date. 2.. Good Faith Effort and SUb-=ontractor received by 6:0D p.m., five (5} City bustneu days after the bid Utn11.at1on Fann, if participation is less than opening date, exdusive offhe bid opening dat.. smted aoaJ: a. Good Faith Effort and SlmCOIJl:ractor received by 5:00 p.m., fiv8 (5) City buslrress days afkir the bid Utillzallon Form, If no MIWBE -· ... . dale, exclusive of th$ bid QPaning date. n: 4. Prime Contractor W81ver Form, I you wlR raoelved by 5:00 p.m .. five (5) City bu91ne9i1 dftr.'I after lhe bid perform an aubcontr -uerwork! __ .. u,~ date, exciut;ive of the bid opening date. 5. Joint Venture Form, i utlllze e joint venture received by 5:00 p.rn., five (5} City bll$11le$$ d.lys after tt,C!l bid to met or el<O(ttd ooal. ---,H tUl\e, exductve of the bid oi,enlnQ date. FAR.URE TO COMPLY WITH THE CITY'S MIWBE ORQINANCJ;, Wll.f,. RESULT IN THE BID BEING CONS1DERE'D NON-RESPONS1VE TO SP!CIFICATIONS Any questions. please contact the MIWBE Offl(:D ~ (817') 3t'2.-8104. i I r 06/24/2010 11:19 FoRTWORTH •••• l'lUMB COMPANY MA.Ml: 9403800616 CFFICEMAX 0814 City of Fort Worth Subcontractors/Suppliers Utili~ation Foffll· PAGE 03/07 ATTACHMENT 1A ~1of4 M!WIDBE .NON•M/y,'ID~ BIDDAft hfrllt•~ M/WH f'roJec:t Uttlmtlln: %I Identify all snbcontraetors/suppliers you will use on this project Failure to complete thls form, In Its entirety with requested docume~, .and recetved by the Managing Department on or before 5:00 p.m. five (5) c~ bus!~ days after bid openlng, exclusive of bid opening date, will result in the bid being considered non-responsive. to .bid ~peofflcatlons. : · . . . . The undersigned Offeror agrees l'O enter Into a tonne! sg~ment .with ttre M/WBE firm(s) listed In this utlli1.ation schedule. condlloned upon sxeoutkln of a CQntra~ with the Cly of .fort Worlh. The Intentional . and/or knowing nilsreprasentalbl of facts Is grounds for oonelderatk>Fi of dlequalfficafJon and wfl result In the bid ~Jng considered , ...,, ... : .-~ to bkl specifications . : . . . . . M/WBEs lilted ttwafd rMCtblg the proJecit pal m11:st be loCJlted la tke mar: (!J) eeu.ty markt:tpla.:c or c:urcnt!J doing business ht the mttketpllce at the time of bld. Marketplace is the geographic am. of Tamnt. Parla:r. Jobmon, Collin, Dallas, Denton. Bllis, Kauftnan and Rockwall counties . Id~ ~eh Tlei:lent. T~ ~ die: l~l ~m~_below~e~ co~r, i~., a~~~ ~c pmnc contractor to a sul,contmctor II comA&:ml 1 • ti.ez:, a payment by a ·suboontractot:· ro ;as supplieJ lS COllSldeted 211d ~ . .. · .. · .. . . 4LL M/WBEA MUST BE CltR'l'JJ!mJl BEFORE CONTRACT AW ARD. Cerdfkatfo,a means those £inns, located or doing busini:ss 11.t the time of bid opening witlui;I tte Mad(etplaca, that have been determined to be bonef'ide miuorit;)r or~en bu!inoses by the North Central Texas Regional Certification Agency (NCTR.CA}, or the Te,cas D1!p11It1nenl ofTransportatioa CtX POT), highway drmion. Disadv!mtagcd Bnsincss Entmprise (DBE.) i!I sytion)'lll0tl5 with Minority/Women Bu8i11c119 P.nterpriRC (M/WBE). U'haoling Rl"'\11.ccS arc utmzed, tlic prime will be given. credit: "'5 fo11g 88 the ~E listed owm and opemtes It least · one fi1lly liccmled . and ~onal ~ tQ be used on the can1Dlct. The M/WBB may lease trucks fi'om another M/WBE £nm, Jnclod.in3 .MIW.BB owner-operators, and receive full ¥/WBB crtdit. The M/WBB may teue ~ from. .. , oon-M/WB~ including owner-qx:mto~ but wilt only ~ve ctcdit fur the f~ ~ OQD;IP]issi~. ~ by the MIWBB as outlined in the I.ease am:eemenL . ' Rev. 5/30/03 06/24/2010 11:19 9403800616 OFFICEMAX 0814 PAGE 04/07 ATTACHMENT 1A Pege2of4 Primes arc l'C(t\lited ta idmmfy ~ ~l;nl.ctorslsupplien, regardla of lllaltls; IA. Minority, Women and non--MIWBEs. · ' Pleaae Rst MIWB:E fimls fiffl.. use addi~Ollllt ,llhr:ets. if~~ Cortlflcalon 'ft .. .. o · ·su~C~CTORISUPJ:!~ (chtldcon.) n T N T D.tail Detail Company Name ' C X M BQbcontractlng Work SUpplies PU'l'<:haal Dollar Amount A'ddr'B» ·o II w i D w Telephone/Fax ,. B B R 0 8 E I! C T E: .. A .. . ' ~'la.u,J ~~ £cca ... ~ P.o, et,,,. , '-l ?>2.1 ~\ .. '\ ot'), 1=-t: ~ -,;;. 1l.ll.fl ' ,I ~?.14 f'(u.. o, DC:10. 1>('1'&1 ~ l"llf Sl,~4. n,._ .r"~ . ' . ~"t'...t~1'6..cL-../ 11 ~ .P.o.~ \4S"3 ~-• c::\ !Pt> :M .. ~.~ -i~ \ ~.~.Jr:1-C o.~~-· . ~ .. ~'"""~ . tl l 4'iA· 1.5'2* .. u.,J;\J(.U~\ ~ ~ T~.; .fk.~ . ~ ~. "'Cl\(.~ ~,Jt.6 ~'2.. : •;e . f)Q ~.c;. "f~,;, l " iv' .cet:>. ~ 7-/ :'r't1-~ : "LI ,1\4,i. .. ~ . ' .. ~oc,er ~ a'F'-12«¥> r.».-r.r..~ "· ":t'..rt.. J • rlA.Q.... -~,~-\"ZO\~~~ l. . j ~~~ "I;.. "11.o'° . 4&[ M--"255""" I . ~l"tM-"1441 .. ~~:t&.1,. E.llob..J ~\1~A~. I f • l1,.~.-' N:IZ~ U~,""f; 1 J ~ ftr,Jw .. . . '1,, •• t> -.. ..... . , .... €./9'11-~ . . ... . . 61~" .. , •' '' JU.~ I ,~, Gu,o~ 4. -s"""'E>-i " J IJ • t ,~) k~ . .,. ~~~. 1 ~ ~l!ll4'T C.r.-, ,-;;. 1~1 .. '.,,... • 1W11, ~,~-14(4-.. -··-·---·---·----·--------------------------- ' i r_ -06/24/2010 11:19 9403800616 OFFICEMAX 0814 ~ PAGE 05/07 AlTACl-!MeNT 1A P,ga3ot4 Primes 11TC n:quired to ;(letttlf.y '""k ~on/suppllera. l'CP[d.l~ of mtu.~ 1.c., Minority, Women l"'1 n~Jttt. P.l-U9t MIWBB fins fin;t, ll5e additional sheell it~. CeJtirlcetlon ~ (c:hedt Ol'le) ( SUBCONTRACTOR/SUPPUER T f N T Detall Detd Company Name I C X ' Subcontractihg Wenk Supples Purehaed Dollar Amount Add,-; "' II w T D " Tefephane/Fax r B B ~ 0 l E E C T E A U~rJStsi,J "'~·U. ~ '&le" 9-~.> lCO.J N. ~G.1'he 8wo ~~ffJi •• ~ "~" ~ "IS$ \ lJ f.:vtd~ 1.00~,'i~.· "izw. .. ~ '11~-'-1.1¥ Ac:r ~ ? ~,;. :tK. v4~\, F.rm~i l~·W.,,N,U~~A•t • "' la.f o,z:,. ro &Lvlt, ~ .,$1,.,i,p l I./ ~ 1l~~,a. 4' '"~ -'t-i..a 2 I ~,4-~~t.. J ·'-~., (o,~.~ CAi1' ... o:t.-J ~t. · 1.il\ ~"'°1i.4 £4>. ./ ~~~,b • l;,t_ 'tk:> . .., ·\ , ~ 'y~.~~so .. ~&. 'if~ -i14Si' CQflfE~,~. ~~ '!14"\ ~ Qo. ~'"' "'i l ~,--~, ' .z.,,, i:u,. ~ . ~£,) i:,. 11')~ ltl MA~ 1.,, .. ~ .. ~"l ik-1,.4,z. ... ~ ~~--~.$it. ~ t1oS' ~ \!it '5=t ~"-• ~ '11,Uf \ .j IJ ~ ... ' 1, SCD • .o f:»l~,s-~ ~f Wl-1\11 Rev. 5/30/03 06/24/2010 11!19 9403800616 CFFICEMAX 0814 Total Dollar Amo\Ult ofNon-M/W.BE Subcontractons/Supplien TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPUJ:RS s PAGE 06/07 ATTACHMSNT 1A. .Paae4of4 The Conttactot will ~« Make acklitiCIDII, d~oDBs or substitutiom to tils c~ ~ witboQt Ibo prlw approval. of 1he · Minority itnd Womenl3usiness Entapdaa Office M=~ or design.ee thtough1ho ~ of a bf.#dt/or App1'0vlll o Cle,mp!..441111it,,,_ Ait1 unjustified change ..-de1':tion shall ht: a material bmob of COlltraci: and may IP.$1.dt ·1n debamim in · accord l'lith the proeedmes outli1*l iu tho otdmmc:e. The ~or ~~ ~ a ~cd Cltplanation of how the :tequcsb:d cbau.ge(~on or ~clction ~ dfect ~ mmnilted WWBE pt lithe detail up1anation ie not Sllbmi1md, it will affect the~. , 'liance determhiatiQft, , ' I , By af:l'ixhi.g J signature to t1m form. the Offecor thrther agrees to provt&:, diteetJy to the City upon request, oon,plere and accurate inform.ation regmding actual wotk pcrfonned by aU. su~ctOB, including M/W/DSB(a) llmlgements submitted with the bid. The Offi:rof also ~ to allow en audit end/or exan.tination of 1111.y books, records and .files held by their c:o~y. '{he bidder agrees to allow the t11u1miis1don of interviews with ownctS~ principlls. offii:ers, employcca m,d applicable subcotttt'actors/sui,plim/co~ participating on the contract that will substantiate the actual worlc ptrl'olmcd b;y the WW/DBB(a) on. this cootract, by all lllltborized officer or employee of the City. Any intentional and/or lcnowjng miarcp~Wiott of fads will be grounds for terminating the C011tract or d~arro.ent :from City work for a period of J;JOt less than three (3) years and fur initiating ~on. under Federal. State or Local laws concerning false statenietlts. Any filflme to comply with thh ordinlll'\CO' and cme.te a ioaterial breach of co.Qtt'aet may result io a determination of an irrespottsible Offeror and bamd from p8l'ticipating in City wmk. fo.{ a period of tb:n.e not less 1hao. one (1) year. O!.Dfact N.111al'l'tlf1 (If difflrant} 5tt-'Zt-Q .. cJllf<Xl f'l1t>z.: fii\~ L L J ~ j FORT"WORTH w PRIME COMPANY NAME: PROJECT NAME: City's M/WBE Project Goal: % City of Fort Worth Prime Contractor Waiver Form PROJECT NUMBER ATTACHMENT 18 Page 1 of 1 Check applicable block to describe prime I M/W/DBE I I NON-M/W/DBE BID DATE lfboth answers to this form are YES, do not complete AITACHMENT IC(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete AITACHMENT IC. This form is only applicable if-answers are yes. Failure to complete this form In its entirety and be received by the Managing Department on or before 5:00 p.m, five (5) City business days after bid opening, exclusive of the bid opening date, will result In the bid being considered non- r(lSppnsive to bid speciftcations. WIii you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is NO your normal business practice and provide an operational profile of your business . WIii you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, Including M/WBE(s) on -this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev. 5/30/03 l • . ' . ' 'j FORT WORTH . w· PRIME COMPANY NAME : PROJECT NAME: City's M/WBE Project Goal: % City of Fort Worth Good Faith Effort Form .. I PROJECT NUMBER ATTACHMENT 1 C Page 1 of3 Check applicable block to describe prime I M/W/DBE I I NON-M/W/DBE BID DATE If you have failed to secure M/WBE participation and you have subcoaitracdng and/or supplier opportiuddes or if your DBE participation is less than the City's project goal, you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure -to complete this form, In Its entirety with supporting documentation, and received by the Managing Deparm1ent on or before 5;00 p.m. five (5) City business days after bid opening, exclu~lve of bid Qp,nlng date, wlll result In the J;,ld being considered lionff~ponslve to bid specifications. · · 1.) Please list each and every subcontracting and/or supplier opportunityl for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. {DO NOT LIST NAMES OF FIRMSl On Combined Projects, list each subcontracting and .or supplier opportunity through the 2° tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities . List of Supplier Opportunities Rev. 05/30/03 ATTACHMENT 1C Page2 of3 2.) Obtain a current (not more than three (3) months old fa:om the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. __ Yes __ No Date of Listing __ / __ / __ 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior .to t,id opening by mail, exclusive of the day the bids are opened? __ Yes (If yes, attach M/WBE mall listing to include name of firm and address and a !!!w! copy ofletter mailed.) __ No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least t~n c11le_ndar days prior to llid op~nilig by telephone;ucliisive of the day tlje .bids are opened? ___ Yes . (If yes, attach list to Include name of M/WBE firm, person contacted, phone number and date and time of contact.) _ .. _No ., 5.) Did ;ou ~~ovlcie plaits .and ~pecitications to pote~tial M/WBEs ot: inf~rmation regarding the locatio~'~f plans and specifications in ·order to assist the M/WBEs? · · · · · · · __ Yes __ No 6.) ~ubmit .~o~~~entatio.n ifM/WBE quote~we~e -reject~; ,T'1~ ~oc~~entation s1:1biµitted _.should l>e in the (orms of . . ,n 11fll(J~vit,· ~!!lud~ ·a ~ef.8:iled etj,l~nation of why ~he -~E was ,rejected aM any supporting do~umentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. 1 'Please use additional sheets if necessary, and attach.) Company Name Telephon Contact Person Scope of Work Reason for e Reiection . . , .. -· ········ . . ' .. Rev. 05/30/03 l, . ' ADDITIONAL INFORMATION: ATTACHMENT 1C Page 3 of3 Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this con,ract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment lC will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Title Company Name Number Address City/State/Zip Printed Signature Contact Name and Title (if different) Phone Number Fax Email Address Date Rev. 05/30/03 r ' - FORTW°ORTH ·e· CITY OF FORT WORTH Joint Venture Eligibility Form All questions m11st be ansJ11ered; 11se "NA n If applicable. Joint Venture Page 1 of 3 Name of City project:------,--,--=----=------,.----,--------------- A joint venture fonn must be completed on~ project RFP/Bid/Purchasing Number:------------ 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone : Cellular: Facsimile: E-mail address: Identify the firms that comprise the joint venture: Please attach utra sheets i additional s ace is re uired to rovide detailed lanations o work to be e ormed b each um com risin the oilll vent11re M/WBE firm Non-M/WBE name: . firm name: . Business Address : Business Address: City, State, Zip: City, State, Zip : Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2 S . f k rti copeo wor pe orme db th J"tV t IY e om en ure: Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE: Rev. 5/30//03 Joint Venture Page2 of3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? ------.,.---- 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including ... equipment: Other applicable ownership interests: 6. Identify .by name, race, sex and firm those ·individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating b. Marketing and Sales .. c; · · Hiring and Firing of management •.. ... . . .. . personnel .. d. -Purchasmg of major equipment and/or supplies ·· Supervision of field .operations .. The City's Minority and Women Business Enterprise Office will review your joint venture submission and · will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of th.a participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved Information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment In accord with the procedures outlined in the City's M/WBE Ordinance. Rev. 5/30//03 ', ', . ; AFFIDAVIT Paae 0 Joint Venture 3 f3 The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture . Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth . Failure to comply with this provision ~hall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. --------···------------·--Name ofM/WBE finn Name ofnon-M/WBE finn Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of __________________ County of _____________ _ On this ____________ day of ______ _, 20 __ , before me appeared and -----------------------·-·---------- to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed . Notary Public _____________________ _ Print Name Notary Public _____________________ _ Signature Commission Expires-----------------------(seaf) Rev. 5/30//03 r ' - PARTC GENERAL CONDITIONS r. - J SECTION Cl-1 PARTC GENERAL CONDITIONS DEFINITIONS Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents, the following terms or pronouns in place are used, the intent and meaning shall be understood and interpreted as follows: Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are all the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained in the General Contract Documents and the Special Contract Documents. A. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and include the following items: PARTA PARTB PARTC PARTD PARTE PARTF PARTG · NOTICE TO BIDDERS . PROPOSAL GENERAL CONDITIONS SPECIAL CONDITIONS SPECIFICATIONS BONDS CONTRACT .WHITE WHITE YELLOW GREEN WHITE · WHITE WHITE -B. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the· following items: PART A NOTICE TO BIDDERS PARTB PROPOSAL PART C GENERAL CONDITIONS PART D SPECIAL CONDITIONS PART E SPECIFICATIONS PERMITS/EASEMENTS PARTF BONDS PART G CONTRACT PART H PLANS (Usually bond separately) Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the Notice to Bidders. Fort Worth Water Department C-l General Conditions Cl-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. Cl-1.5 BIDDER: Any person, persons, firm, or partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for perfolining the work contemplated under the Contract Documents, constitutes a bidder. Cl-1.6 GENERAL ,CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Cl-1. 7 SPECIAL CONDITIONS: Special Conditions are the specific requirements which are necessary for the particular .project .covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project.· Cl-1.8 SPECIFICATIONS: The Specifications is that section of part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, workmanship, equipment, and services in order to render a completed and'useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. Cl-1.9 BOND: The bond or bonds are the written guarantee or security furnished by the Contractor for the prompt and faithful performance of the contract and shall include the following: A. Performance Bond (See paragraph C3-3.7) B. Payment Bond (See paragraph C3-3.7) C. Maintenance Bond (See paragraph C3-3.7) D. Proposal of Bid Security (See Special Instructions to the Bidders, Part.A andC2-2.6) Cl-1.10 CONTRACT: TheContractis the formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. · Cl-1.11 PLANS: The plans are .the drawings or reproductions made by the Owner's. representative showing in detail the location, dimension, and position of the various elements of the project, including such profiles, typical cross-sections, layout diagrams, Fort Worth Water Department C-2 General Conditioµs r • r . r . I • ' J working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from other parts of the Contract Documents, but they · are a part of the Contract Documents just as though they were bound therein. Cl-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manager, each of which is required by charter to perform specific duties. Responsibility for final enforcemenf of Contracts involving the City of Fort Worth is by charter vested in the City Manager. Terms City and Owner are synonymous. Cl-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro Tern of the City of Fort Worth, Texas. Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1.17 DIRECTOR OF PUBLIC WORKS: The duly appointed Director of the City Water Department of the City of F<;>rt Worth, Texas, or his duly authorized representative, assistant, or agents. Cl-1.18 DIRECTOR, CITY WATER.DEPARTMENT: The duly appointed official of the City of Fort Worth, Texas, referred to in the Charter as the City Engineer, or his authorized representative. Cl-1.19 ENGINER: The Director of Public Works, the Director of the Fort Worth Water Department, or their duly authorized assistants, agents, eQ.gineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. Cl-1.20 CONTRACTOR: The person, persons, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative. A sub-contractor is a person; firm, corporation, or others under contract with the principal contractor, supplying labor and materials, or only labor, for work at the site of the project. Cl-1.21 SURETIES: The Corporate bodies whfoh are bound by such bonds are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes herein. Fort Worth Water Department C-3 General Conditions Cl-1.22 THE WORK OR THE PROJECT: The completed work contemplated in and covered by the Contract Documents, including .but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. Cl-:-1.23 WORKING DAY: A working is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between-7 :00 AM and 6:00 PM, with exceptions as permitted in paragraph C7-7.6. Cl-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no .days being excepted. Cl~l.25 LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City Employees as follows: NewYear' Day _ J,muary 1 M.L. King, Jr. Birthday Third Monday in January Memorial Day Last Monday in May Indep~ndence Day . Jµly 4 Labor Day . First Monday in September Thanksgiving Day Fourth Thursday in November Thanksgiving Friday FourtJ} Friday in N:ovember Christmas Day December 25 . Such other days in lieu of holidays as the City Council may deteniline When one of the named holidays or a special holiday is declared by the City Council, falls on a Saturday, the holiday shalf be observed on the preceding Friday or if it falls on Sunday, it shall be observed on the following Monday, by:those employees working on working day operations. Employees working calendar day operations will consider the calendar holiday as a holiday. Cl-1.26 ABBREVIATIONS: Wherever the abbreviations defined herein appear in Contract Documents, the intent and meaning shall be as follows: AASHTO ASCE LAW ASTM - AWWA ASA m Asph . Ave . Blvd. CI American Association of State Highway Transportation Officials American Society of Civil Engineers . In Accordance .With - · ---: · ··· -.. ·· A,nerican Society of.Testing Materials --- Aiµerican Water Wor:ks Association American Standards Association Hydr~ulic Institute Asphalt Avenue . · Bt>ulevard Cast Iron Fort Worth Water Department C-4 General Conditions r • 1- r . r . • J CL Center Line GI Galvanized Iron Lin. Linear or Lineal MH Manhole Max. Maximum Min. Minimum MGD Million Gallons Per Day CFS Cubic Foot per Second R Radius I,D. Inside Diameter O.D. Outside Diameter F Fahrenheit C Centigrade In. Inch Ft. Foot St. Street CY Cubic Yard Yd. Yard SY Square Yard L .F. Linear Foot D.I. Ductile Iron Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplement agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which the bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by· the Contractor. Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: A. Any type of asphaltic concrete with or without separate base material B. Any type of asphalt surface treatment, not including oiled, surface C. Brick, with or without separate base material D. Concrete, with or without separate base material E. Any combination of the above Cl-1.29 UNPAVED STREETS AND ALLEYS: An unpaved street, alley, roadway, or other surface is any area, except those defined above for "Paved Streets and Alleys". Cl-1.30 CITY STREETS: A city street is defined as that area between the right of way lines as the street is dedicated . Fort Worth Water Department C-5 General Conditions Cl-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') feet back of the curb lines or four (4') feet back of the average edge of pavement where no curb exists. Cl-1.32 GRAVEL STREET: A gravel street is any unpaved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any .improvement was made. .. Fort Worth Water Department C-6 General Conditions n SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with proposal ·form, which will contain an itemized list of the items of work to be done or materials to be furnished · and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record", "Equipment Schedule", and "Financial Statement", all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent ·certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being . prepared, the previous statement shall be updated by proper verification .. Liquid assets in the amount of ten ( 10%) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are being received, and such experience must have been on projects completed not more than five (5) years prior to the date on which bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any For Worth · Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the Owner supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. Fort Worth Water Department C-7 General Conditions Bidders are required, prior to filing of proposal, to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, borings, and by such other means as may be necessary to gain a complete knowledge of the conditions which may be encountered during the cons.truction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing work or the time required for its completion, and obtain all information given by the Owner or any representative of the Owner other . than that contained in the Contract Documents and officially promulgated addenda thereto , shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is . to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigations, examinations, f,llld tests herein required. Claims for additional compensation due to variations between the conditions encoun,tered in construction and as indicated in the Contract Documents will not be allowed . The logs of Soil Borings, if any, showing on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantee .that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITIING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form ,shallbe correctly filled in and tl;le Bidder shaHstate the prices, written in ink in both words and numerals, for which he proposes to do the work contemplated or furnish the .. materials required . All such prices shall be written legibly. fu case of discrepancy between the price written words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized .agent. .. If a proposa,l i~ submitted by a fj.nn,•association, or . partnership, the name and address of each member 'must be given, and the proposal must be signed by. a member of the firm, association, or partnership, or :by a person duly authorized. If a proposal is submitted by a .company or corporation , the company or corporate name and busin,ess address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power of Attorney authorizing agents or others to sign the proposal must be properly certified, and must be in writing and subnµtted with the propos~. C2-2 .5 REJECTION OF PROPOSALS: Proposals ~ay be rejected if they show any alteration or words or figures, additiQns not called for, con(iitfonalor..uricalled for alternate bids, in~omplete bids, erasµres , or irregularities of any kµid , or cq_ntain unbalanced value of f,llly :items. · Proposal tendered or d~livered after tp.e official time designated for receipt of proposal ~hall l:>e returned to the Bidder unopened. Fort Worth Wa,ter Department C-8 General Conditions r - I , I r. ! ' C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and in the amount indicated in the "Notice to Bidders" and the "Proposal". The Bid security is required by the Owner as evidence of · good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will, within the required time, execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The · bid security of all other bidders may be returned promptly after the canvass of bids. C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders". It is the Bidders sole responsibility to deliver the proposal at Uie proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the work "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening the proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. · C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the written signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within the forty-eight ( 48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his duly authorized representative at the time and place indicated in the "Notice to Bidders". All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" if they show any omissions, alterations of form, additions, or conditions not Fort Worth Water Department C-9 General Conditions called for, wiauthorized alternate bids, or irregularities of any kind. However, Ute Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City. Tendering of a proposal after the closing hour is an irregularity which cannot be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to , the following reason: A. Reasons for believing that collusion exists among bidders B. Reasonable growids for believing that any bidder is interested in more. than one proposal for work contemplated. C. The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. D. The bidder being in arrears on any existing contract or having defaulted on a previous contract. E. The bidder having performed a prior contract in an wisatisfactory manner. F. Lack of competency as revealed by the. financial statement, experience of record, equipment schedule, and such inquiries as the Owner may see fit to make. G. Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. · H. The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the fmancial condition of the bidder as specified in Part "A" -Special fustructions . 2. A current experience record showing especially the projects of a nature similar to the one wider consideration, which· have been successfully.completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project .. The Bid Proposal of a bidder who, in the judgment of the Engineer, is disqualified wider the requirements stated herein, shall be set aside and not opened. Fort Worth Water Department C-10 General Conditions SECTION C3-3 AW ARD AND EXECUTION OF DOCUMENTS C3-3.l CONSIDERATION OF PROPOSALS: After the proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as may be considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISFJWOMEN OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and or a Woman-Owned Business Enterprise (WBE) on the contract and the payment therefore~ Contractor further agrees, upon request by the Owner, to allow and audit and/or an examination of any books, records, or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state, ·or local laws and ordinances relating to false statements; further , any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time not· less than six ( 6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinance prohibiting discrimination in employment practices. The Contractor shall post the required notice to that effect on the project site, and, at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAW AL OF PROPOSALS: After a proposal has been read by the Owner it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. C3-3.5 AW ARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five ( 45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made at to the responsibility of the proposed awardee. Fort Worth Water Department C-I I General Conditions The award of the contract, if an award is made, will be to the lowest and best responsible bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished by the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the Owner in the amounts herein required, the following bonds: A. Performance Bond: A good and sufficient performance bond in an amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against the damage by reason of negligence of the Contractor, or improper execution of the work or the use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until the provisions as above stipulated are accomplished and final payment is made on the project by the city. B. Maintenance Bond: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt; full and faithful performance of the general guaranty which is set forth in paragraph CS-8.10. C. Payment Bond: A good and sufficient payment bo~d. in a,i amount not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation .or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 5160, R,evised Civil Statutes of Texas, 1925, as amended by House Bill 344 Acts 56th Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contact being constructed under these specifications. Payment bond shall remain in full force until all payments as above stipulated are made. D. Other Bonds: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. Fort Worth Water Department C-12 General Conditions No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the Owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any · one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and the Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has by appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner the Contract and other such bonds as may be required in the Contract Documents. No contract shall be binding upon the Owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3.9 FAil.,URE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the Owner as an abandonment of his proposal, and the Owner may annul the award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the Owner by reason of said Awardee' s failure to execute said bonds and contract within ten (lO)·days, the proposal security accompanying the proposal shall be the agreed amount of damages which the Owner will suffer by reason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner. · The filing of a proposal will be considered as an acceptance of this provision by the Bidder. C3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed the "Work Order" or "Proceed Order'', it is agreed that the Surety Company will, within ten (10) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. Fort Worth Water Department C-13 General Conditions C3-3.11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all the insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime contractor sh~l be responsible for delivering to the Owner the sub-contractor's certificate of insurance for approval. The prime contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. A. Compensation Insurance: The Contractor shall maintain, during the life of this contract, Workers Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub- contractors. In case any class of employees engaged in hazardous work on the. project under this contract· is not protected :under the Workers Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. B. Comprehensive General Liability Insurance: The Contractor shall procure and shall maintain during the life of this contract Contractor's , Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with $2,000,000 umbrella policy coverage. . - C. Additional Liability: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability ( covers General Contractor's Liability for acts · of sub-contractors.) 2. Blasting, prior to any blasting being done. 3. Collapse of building or structures adjacent to ~xcavation (if excavations are to be performed adjacent to same). 4. Damage.to underground utilities for $500,000 .. . 5. Builders risk (where above:-ground structures -are involved) . •' 6. Contractual Liability (covers all indemnification requireme11ts of . Contract). Fort Worth Water Department C-14 . Oeneral Conditions l • l • l' l' L J 'l ' J D. Automobile Insurance -Bodily Injury and Property Damage: The Contractor shall procure and maintain, during the life of the Contract, Comprehensive Automobile Liability insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account on one accident, and automobile property damage insurance in an amount not less than $100,000. E. Scope of Insurance and Special Hazard: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. F. G. Proof of Carriage of Insurance: The Contractor shall furnish the Owner with satisfactory proof of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner. All insurance requirements made upon the Contractor shall apply to the sub- contractor, should the Prime Contractor's insurance not cover the sub;. contractor's work operations. Local Agent for Insurance Bonding: The insurance and bonding companies with whom the Contractor's insurance and performance, payment, maintenance and all such other bonds as written shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth, Tarrant County,. Texas. Each such agent shall be a duly qualified one upon whom service of-process niay be had, and must have the authority and power to act on behalf of the insurance · and /or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, any claims that the City of Fort Worth or other claimant, or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth-Dallas area. The name of the agent or agents shall be set forth on all of such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor, and services when due. C3-3.13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all persons engaged in work on the project at the site of the project shall be Fort Worth Water Department C-15 General Conditions furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posed in a conspicuous place at the site of the project atalltimes during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons, partnership, company, firm, association, corporation, or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth -Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office ( or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or otherwise, and as such shall be empowered, thus delegated and directed, to settle all material-, labor, or other expenditures, all claims against the work or any other matter associated with such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for administration of the work under the Contract shall be maintained until ~l business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth- Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all appropriately signed and sealed, as applicable, by the Contractor's responsible officers with the understanding that this written assignment of authority to a local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements js that all matters associated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed directly by local authority. This same requirement is imposed on insurance surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his discretion, stop all work until a new local authority satisfactory to the Engineer, is assigned. No credit of working time sill be for periods in which work stoppages are in effect for this reason. C3-3.15 VENUE: Venue of any actionhereinunder shall.be exch,isively in Tarrant County, Texas. Fort Worth Water Department C-16 General Conditions r - t - . , ' - '' '. SECTION C4-4 SCOPE OF WORK C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and · acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by the General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be a part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items or work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other part be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work". No allowance will be made for any changes in anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories . C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the Owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable t insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract . Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. Fort Worth Water Department C-17 General Conditions C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided however, that before any extra work is begun a "Change Order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: A. Unit bid price previously approved B. An agreed lump sum C. The actual reasonable cost of (1) labor, (2) rental ofequipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates; (3) materials entering permanently into the project, and (4) actual cost of insurance, bonds, and social security as determined by the Owner, pb.1s a fixed fee to be agreed upon but not to exceed 10% of the actual cost of such extra work. The . fixed fee is not to include any additional profit to the Contractor for rental of equipment owned by him and used for the extra work. The fee shall be full and complete compensation, to cover the cost of superintendence, overhead, other profit, general and all other expense not included in (1), (2), (3), and (4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to "Extra Wotk". No "Change Order" shall become effective until it has been approved and signed bye~ch of the contracting parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve "Extra Work" for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such "Extra Work", prior to beginning such work. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof; and the Engineer ·insists upon its performance, ·the -CoJitractor shall · proceed with the work after making written request for written orders . anci shall keep an accurate account of the actual and reasonable cost thereof as provided under method (Item C). Claims for "Extra Work" will not be paid unless the Contractor shall file his claim with the Owner within five (5) before the time for making the frr~t estimate after such work .is done and unless the claim is supported l>y satisfactory vouchers and certified payrolls covering all labor and materials expended upon said Extra Work. Fort Worth Water Department C-18 . General Conditions The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "Extra Work" whether or not initiated by a "Change Order" shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4.6 SCHEDULE OF OPERATIONS: Before commencing any work under this Contract, the Contractor shall submit to the Owner and receive the Owner's approval thereof, a "Schedule of Operations" showing by a straight line method the date of commencing and finishing each of the major elements of the Contract. · There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There shall be presented also a composite graph showing the anticipated progress of construction Within the time being plotted horizontally and the percentage of completion plotted vertically. The progress charts shall be prepared on 8 ¥2" x 11" sheets and at least five black or blue prints shall b e furnished to the Owner. C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITES: Within ten (10) days prior to submission of first monthly progress payment, the Contractor shall prepare and submit to the Owner for approval six copies of the schedule in which the Contractor proposes to carry on the work, the date of which he will start the several major activities (including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses, the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in the contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Owner. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. Prior to the final drafting of the detailed construction schedule, the Contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements. The following guidelines shall be adhered to in preparing the construction schedule: Fort Worth Water Department C-19 General Conditions A. B. C. Milestone dates and final project completion dates shall be developed to conform to time constraints, sequencing requirements, and completion time. · The construction process shall be divided into activities with time durations of approximately fourteen (14) days and construction values not to exceed $50,000. Fabrication, delivery. and submittal activities are exceptions to this guideline. Durations shall .be in calendar days and nonnal holidays and weather · conditions over the duration of the Contract shall not be accounted for within the duration of each activity. D. One critical path shall be shown on the construction schedule. · E. Float time is defined as the amount of time between the earliest stan date and the latest start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the Owner. F. Thirty days shall be used for submittal review unless otherwise specified .. The .construction schedule ·shall as a minimum be divided into genend ~ategories as indicated in the Proposal . and Technical Specifications :and each 'general category shall be broken down into activities in enough detail to achieve activities .of approximately fourteen (t4) .days duration. For each general category, the construction schedule shall be identify all trade~ or subcontracts whose work is represented by activities that follow the guidelines ofthis section .. For each of the trades or subcontracts, the coil$truction schedule shall indicate the. · following , procurements, construction and pre-acceptance activities and events in their logical sequence for equipment and materials. 1. 2. 3. 4. ··.5. 6. 7. 8. 9. Preparation and transmittal of subniittals· Submittal review periods Shop fabrication and delivery Erection or installation · Transmittal ·of manufacturer's operation and maintenanGe manuals · Installed equipment and materials testing Owner's operation instruction (if applicable) Operational testing Final inspection Fort Worth Water Department C-20 Ge.neral Conclitions r. - r. r - ' '' If, in the opinion of the Owner, work accomplished falls behind that scheduled, the Contractor shall take such action as necessary to improve his progress . In addition, the Owner may require the Contractor to submit a revised schedule demonstrating his .. program and proposed plan to make up lag in schedule progress and to insure completion of the work within the contract time. If the Owner finds the proposed plan not acceptable, he may require the Contractor to increase the .work force, the construction plant and equipment, the number of work shifts or the overtime operations without additional cost to the Owner. Failure of the Contractor to ·comply with these requirements shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with such diligence as will insure its completion within the time specified . Fort Worth Water Department C-21 General Cond itions SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5. l AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. He shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, rate of progress of the work, overall sequence of construction, interpretation of the Contract Documents, acceptable fulfillment of the contract, compensation, mutual rights between the Contractor and Owner under the Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequences or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the Contract Documents. He shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition of the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the Owner and Contractor, a written decision on the matter in controversy. C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with the lines, grades, cross-sections, finish, and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimensions shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions, and standard specifications, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the Contract Documents, and the Owner shall be permitted to make such corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents. In the event that the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in the drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. Fort Worth Water Department C-22 General Conditions • J . ' C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of the Contract Documents and shall have available on the site of the project at all times one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every way possible. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English -speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives.· Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas and shall be a subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenierice of the traveling public or the owners of property across which the project extends or the safety of property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to . examine and inspect the workmanship and materials entering into the work. C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar day or on a working day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or corrections necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall then deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. Fort Worth Water Department C-23 General Conditions C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 by 14 feet in floor area, substantially constructed, well heated, air conditioned, lighed and weather-proof, so that documents will not be damaged by the elements. C5-5.7 CONSTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor will all lines, grades, and measurements necessary to the proper prosecution and control of the work contracted for under these Contract Documents, and lines grade, and measurements will be established by means of stakes or other .customary method of marking as may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for the Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engi,neer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or reiµoved by the Contractor or any .of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be dedµcted from payment due the Contractor. C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City inspectors will be authorized to inspect all work done and to be. done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it . is being performed, to report any evidence that the materials bei,ng furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of1;he Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to p.erform the work in accordance with the requirements . · of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the material or equipment furnished or the maI1I1er of performing the work, the City Inspector will have authority to reject materials or equipment and to suspend work until the question at issue can be referred to and be decided by the Engineer. The City Inspector will ·not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, not to issue any itlstructions contrary to the requirements of the Contract Documents. He will in no case act as superintendent or foreman or perform any other duties .for the Contractor, or ·interfere wiUilhe management or operation of the work. He will not accept froi;n the Contractor any compensation in any , . form for performing any duties. The Contractor shall regard .and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the . Contract Documents, provided, however, sl:iould the Contractor object to any orders or instructions of the City Inspector,the Contractor may within six days make written appeal to the Engineer for his decision on the matter in controversy. Fort Worth Water Department C'-24 General Conditions r - r, r - I - C5-5.9 INSPECTOR: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents . If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should the work so exposed or examined prove to be unacceptable, the uncovering or removing and the replacing of all adjacent, defective, or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. C5-5.10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at his own expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specifically provided, or any Extra Workdone without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the · Owner. Work so done may be ordered removed at the Contractor's expense. Upon failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause the defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or. to become due to the Contractor. Failure to require the removal of any defective work or unauthorized work shall not constitute acceptance of such works. C5-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit the Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if the Contractor wishes to furnish or use a proposed substitute, he shall, prior to the preconstruction conference, make written application to Engineer for approval of such substitute certifying in writing that the proposed substitute will perform adequately the functions called for by the general design, be similar and of the equal substance to that specified and be suited to the same use and capable of performing the same function as that specified; and identifying all variations of the proposed substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without the written approval of the Engineer who will be the judge of the equality and may require the Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expense. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employed by either of them from and against the claims, damages, losses Fort Worth Water Department C-25 General Conditions and expenses (including attorney's fees) arising out of the use of substituted materials or equipment. C5-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless otherwise specifically ·provided. The failure of the Owner to make any tests of materials shall in no way relieve the Contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of the materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner.· The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use the materials represented by the samples until the tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the aggregate, cement, and mortar which are to . be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of the new materials. CS-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction operation shall be . stored so as to insure the preservation of the quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean, durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be p_l~ced and located so as to facilitate prompt inspection. C5-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the Plans relative to existing utilities are based on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines, and service lines for all utilities, etc, is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that suchfailurewiRnot be considered sufficient basis for claims for additional compensation, for Extra Work, or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered .is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision for which is not made in .the Contract Documents, in which case the provision in these Contract Documents for -Extra Work shall apply. Fort Worth Water Department C-26 . General Conditions r • I . •. l It shall be the Contractors responsibility to verify the locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures, and service lines. Verification of existing utilities,· structures, and service lines shall include notification of all existing utility companies at ·least forty- eight ( 48) hours in advance of construction including exploratory excavation if necessary. AU verification of existing utilities and their adjustment shall be considered as subsidiary work. CS-5.15 INTERRUPTION OF SERVICE: A. Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1. · Notify the Water Department as to location, time, and schedule of service interruption. · 2: · Notify each customer personally through responsible personnel as 3. to time and schedule of interruption of their service, or In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's entrance door knob. The tag shall be durable in composition, an in large bold type shall say: · NOTICE Due to Utility lrilprovement in Your neighborhood, your (water) (sewer) service will be interrupted on between the hours of and ___ _ This inconvenience will be as short As possible. Thank You, Contractor Address Phone Fort Worth Water Department C-27 General Conditions B. Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above, but immediate. C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through acts or neglect on .the part of the Contractor, any other Contractor or any sub-contractqr shall . suffer loss or damage on the work, the Contractor agrees to settle with .such other Contractor or sub-contractor by agreement or arbitration .. If such other Contractor or .sub- contractor shall assert any claim against the Owner on account of any damage alleged to have been sustained, the Owner will notify the Contractor, who shall indemnify and save harmless the Owner against such claim. C5-5 .17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these ContractDocuments shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four (24) hours after written notice is given to the Contractor that the clean-up. on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, ,µid the costs of such direct action, plus 25% of such costs, shall be deducted from monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus or discarde<;l mat~rials, temporary structures, and debris of every kind. He shall leave the site ofall work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in ~ bright, clean, polished, and new appearing condition. No extra compensation will be m~de to the contactor for any clean-up required on the project. C5-5 .18 FINAL ACCEPTANCE: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final cleanup performed, the Engineer will notify the proper officials of the Owner and request that the Final inspection be made . Such inspection will be made within ten (10) days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work . · · Fort Worth Water Departme nt C-28 Generiµ Conditions r - f - I J . r - SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances, and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof will be considered. The Contractor and his sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract prices shall include all royalties or cost arising from the patents, trade-marks, and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such patented design, device, material, or process, or any trade-mark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay for reason of such infringement at any time during the prosecution of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for infringement of any patent claimed to be infringed upon by the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to the cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation or a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by the Contractor. All such facilities shall be kept free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. Fort Worth Water Department C-29 General Conditions C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be so placed and used, and the work shall at all times be son conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to properly contiguous to the work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operation, at all driveway crossings. Such provisions may include bridging, placement of crushed stone or gravel, or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic, with specific approval by the Engineer. If diversion of traffic is approved by the Engineer at any location, the Contractor shall make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his own expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in the construction of the work, shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to the attention, after twenty-four (24) hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work done or materials furnished by the Owner, or by the City, shall be deducted from the monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when a street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, an,d, when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire · Department Headquarters when all such obstructed streets, alleys, or hydrants are again placed back into service. Where the Contractor is required to construct temporary bridges, or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures or such crossings. The Contractor shall at all times conduct his operation and the use of construction machinery so as not to damage or destroy trees and shrubs located in close proximity to . or on the site of the work. Whenever any such damage may be done, the Contractor shall immediately satisfy all claims of the property owners, and no payment will be made by Fort Worth Water Department C-30 General Conditions r ~ r • r , I . l" the Owner in settlement of the claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C6-6.6 PRIVELEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT OF WAY: For performance o f the contract, the Contractor shall be permitted to use and occupy such portions of the public streets and alleys, or other public places or. other right- of-ways as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or stacked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railway tracks, the work shall be carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc .. Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the Contractor, and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6. 7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railway, the City shall secure the necessary easement for the work. Where the railway tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railway company as to the method of performing the work and take all precautions for safety of property and the public. Negotiations with the railway companies for · permits shall be done by and through the City. The Contractor shall give the City notice not less than five (5) days prior to the time of his intentions to begin the work on that portion of the project which is related to the railway properties. The Contractor will not be given extra or additional compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6.8 BARRICADES, WARNINGS, AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place;the Contractor shall at his own expense furnish, erect, and maintain such barricades, fences, lights and danger signals, shall provide such watchmen, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. All installations and procedures shall be consistent with the provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways", Fort Worth Water Department C-31 General Conditions issued under the authority of the "State of Texas UnifonnAct Regulating Traffic on Highways", codified as Article 6701d Veron's Civil Statutes, pertinent sections being Nos . 27, 29, 30, and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City , If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary ~ign must be installed prior to the removal of the permanent sign. It the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the · tempoiary sign requirements are met. . When construction work is completed to the extent that the permanent sign can be re-installed, the Contractor shall again .contact the Signs and Markings Division to re"'.install the .. permanent sign and shall leave his temporary sign in place until such re-i.n.stallation is completed. The Contractor will be held responsible for all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order. the damaged portion immediateiy removed and replaced by the Contractor ~t tl:ie Contractor's own expense. The Contractor's responsibility for the mamtenance of barricades, signs, fences, and lights, and :for provlding watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in .these Contract Doclllllents, will .be paid to the Contractor for .the work and materials 'involv~ in the constructing, providing, and -maintaining of barricades, signs, fences, and lights or for salaries of watchmen, for . the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract .period, as this work js considered to be subsidiary to the several ite~ for which unit or lump sum prices are requested in the Proposal. . . . C6-6.9 USE OF EXPLOSNES, DROP WEIGHT, ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the pro~ecution of the work, the .utmost care shall be exercised at all times so as not to endanger life or prop~rty. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty.,four (24) hours in ~dvance of the use of any activity which might damage or .endanger their or his property along or adjacentto the . · work. Where the use of explosives is to be permitted on the project, as specified in the Special Construction Documents, or the use of explosives is requested , the Contractor shall submit notice to the Engineer.in writing twenty-four (24) ho~s pri~r to commencing an~ Fort Worth Water .Department C-32 General Condit.ions ,- shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. All claims arising out of the use of explosives shall be investigated and a written report . made by the Contractor's insurers to the Engineer within ten (10) days after receipt of written notice of the claim to the Contractor from either the City or the claimant. The City shall proceed to give notice to the Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received and such use shall not be resumed until the cause of the complaint has been addressed. whenever explosives are stored, or kept, they shall be stored in a safe and secure manner and all storage places shall be plainly marked "DANGEROUS EXPLOSNES" and shall . be under the care of a competent watchmen at all times. All vehicles in which explosives are being transported shall be plainly marked as mentioned above and shall, insofar as possible, not use heavy traffic routes. C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way easement privileges as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his own expense. Such additional rights-of-way or work are shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which. must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements,to all water, sewer, and gas lines, and to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences, and to all other public or private property along or adjacent to the work. The Contractor shall notify the proper representatives of owners or occupants of public or private lands or interest in lands which might be affected by the work. Such notice shall be made at least forty-eight ( 48) hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. Fort Worth Water Department C-33 General Conditions When and where any direct or indirect injury is don to public or private property on account of any act, omission, neglect, or misconduct of the execution of the work, or in consequence of the non-execution thereof on the part of the Contractor, he shall restore or have restored at his own cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original condition or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross braced posts on either side of permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross braced posts provided at the permanent easement limits, before the fence is cut. Temporary fencing shall be erected in place of fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures, and replacement shall be subsidiary to the various items bid in the project proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property to make good such damage or injury, the Owner may, upon forty-eight (48) hours written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due or to become due to the Contractor under this Contract. C6-6. l 1 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that the Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant or employee of the Owner. Contractor shall have exclusive control of and the exclusive right to control the details of all the work and services performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractors, subcontractors, licensees, and invitees. The doctrine of respondeat superior shall not apply as between the Owner and Contractor, its officers, agents·, employees, contractors and subcontractors, and nothing herein shall be construed as creating a-partnership or joint enterprise between the Owner and Contractor. · C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to and does hereby indemnify, hold harmless and defend, at its own expense, Owner,·its officers, agents, servants and employees, from and against any ~d all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatever kind or character, whether real or asserted, arising out of Fort Worth Water Department C-34 General Conditions (. or in connection with, directly or indirectly, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, WHETHER OR NOT CAUSED, IN WHOLE OR IN PART BY THE ALLEGED NEGLIGENCE OF ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, LISCENSEES, AND INVITEES OF THE CITY; and said Contractor does hereby covenant and agree to assume all liability and responsibility of City, its officers, agents, servants and employees for any and all claims or suits for property loss or damage and/or personal injury, including death, to any and all persons, of whatsoever kind of character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees and invitees, WHETHER OR NOT CAUSED, IN WHOLE OR IN PART, BY THE ALLEGED NEGLIGENCE OF THE OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, LICENSEES AND INVITEES OF THE CITY. Contractor likewise covenants and agrees to, and does hereby indemnify and hold harmless the City from and against any and all injuries, damage, loss or destruction to property of the City during the performance of any of the terms and conditions of the Contract, WHETHER ARISING OUT OF OR IN CONNECTION WITH OR RESULTING FROM, IN WHOLE OR IN PART, ANY AND ALL ALLEGED ACTS OR OMISSIONS OF THE OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, LICENSEES OR INVITEES OF THE OWNER. . In the event a written claim for damages against the contractor or subcontractors remains . unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended to the Director of the Water Department for a period of thirty (30) days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claims concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work, and such semi-final payment may be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory to the Director that: A. The claim has been settled and a release has been obtained from the claimant involved, or Fort Worth Water Department C-35 General Conditions B. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. · If condition (A) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (B) above is met at any time within the six month period, the Director may recommend that final payment to the Contractor be made. At the expiration ofthe six month period, the Director may recommend that final payment be made if all other work has been performed and all other obligations to the Contractor have been met to the satisfaction of the Director. The Director may, ifhe deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation for any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the month succeeding that in which any such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor's claim for compensation shll.11 be w~ved, and he shall not be entitled to payment on account of such damages. C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES :· In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to their property that may be necessary by the perform.ance of this contract.· C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his · own cost and expense, adequate pumping facilities and temporary· outlets or diversions . The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispo.se of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service . The existing sewers and connections shall be kept in service Fort Worth Water Department C-36 General Conditions . and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort · Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor'·s responsibility in the use of all existing fire hydrants and/or valves is detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be at the regularly established rates. When meters are not used, the charges, if any, will be as prescribed by the City Ordinance, or where no ordinance applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the ·Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written order of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver or any of the provisions or these Contract Documents: All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or to deficient operations on ·the part of the Contractor, shall be performed by the Contractor at his own expense. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or non-execution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damages to any portion of the work occasioned by any of the hereinabove causes. C6-6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents . Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. Fort Worth Water Department C-37 General ·conditions The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents . C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power or authority granted, thereunder, there shall be no liability upon the authorized representatives of the Owner, either personally or otherwise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in: lieu of the tax, said exemption certificateto comply with the State Comptroller's Ruling .007 . Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to and shall comply with the provisions of State Comptroller's Ruling .011, and any other applicable State Comptroller rulings pertaining to the Texas.Limited Sales, Excise, and Use Tax Act.. On a contract awarded by a developer for the construction of a.publicly-owned improvement in a street right of way or other easement which has been dedicated to the public and the City of Fort Worth, ~ organization which ·qualifies for exemption pursuant to the provisions of Article 20.04 (H) of the Texas-Limited Sales, Excise, and. Use Tax Act, the Contractor can probably be exempted in the same.mruµier stated above. Limited Sale, Excise, and Use-Tax permits -and information can be obtained from: Comptroller of Public Accounts Sale Tax Division Austin, Texas Fort Worth Water Department C-38 General. Conditions ,-, r ' r , I I • SECTION C7-7 PROSECUTION AND PROGRESS C7-7.1 SUBLETTING: The Contractor shall perform with his own organization, and with assistance of workman under his immediate superintendence, work of a value of not less than fifty (50) percent of the value embraced in the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. · Subcontractors will be considered only in the capacity of employees and workmen of the Contractor and shall be subject to the same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times, when the work is in operation, be represented either in person or by a superintendent or other designated representatives. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, convey, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in the Sureties. If the Contractor does, without such previous consent~ assign, transfer, sublet, convey, or otherwise dispose of the contract or his right~ title, or interest therein or any part thereof,· to any person or persons, partnership, company, firm, or corporation, or does by . bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any state, attempt to dispose of the contract may, at the option ofthe Owner ·be revoked and annulled, unless the Sureties shall successfully complete said contract~ and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operation, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall also be submitted a table of estimated amounts to be earned by the Contractor during each monthly pay estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Fort Worth Water Department C-39 General Conditions Engineer shall not relieve the Contractor from the full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7 .8 "Extension of Time of Completion" of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7.4 LIMITATIONS OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public . At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public right of way greater than is necessary for the proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is . commenced on the additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor if available. The Contractor may bring in from outside the City of Fort Worth his key man and his superintendent. All other workmen, including .equipment operators, may be imported only after the local supply is exhausted . The Contractor shall employ only such superintendents, foremen, and workmen who are careful , competent, and fully qualified to perform the duties or tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or be found to be incompetent, disresp~ctful, intem~rate, dishop.est, or .otherwise objectionable or neglectful in the proper performance of his or thei( duties , qr who neglects or refuses to comply with or carry out the directions of .the Owner, and such . person or p.ersons shall n.ot be employed agaip. thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to .them and operate any equ,:ipJI1ent necessary to properly ·carry out th~ performance of. the assigned duties. . · The Contractor shall furnish and maintain on the work all .such equipment as is considered to be necessary for prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of.the work shall be such that no injury to the work, workmen or adjacent property will result from, its ~se. C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of work completed as defined in Chl .23 "WORKING DAY'·' or tlle ~ate stipulated in the '~WORK ORDER" for .beginnµlg work, whichever comes first Fort .Worth Water Department C-.40 General Conditions I . I Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday, or Legal Holidays, providing that the following requirements are met: A. A request to work on a specific Saturday, Sunday, or Legal Holiday must be made to the Engineer no later than the preceding Thursday. B. Any work to be done on the project on such a specific Saturday, Sunday, or Legal Holiday must be, in the opinion of the Engineer, essential to the timely completion of the project. The Engineer's decision shall be fmal in response to such a request for approval to work on a specific Saturday, Sunday, or Legal Holiday, and no extra compensation will be allowed to the Contractor for any work performed on such specific Saturday, Sunday, or Legal Holiday. Calendar Days shall be defmed in Cl-1.24 and the Contractor may work as he so desires. C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified ·iri the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the Owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that .the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized by the Owner. C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall have occurred. Should an extension of time of completion be requested such request will be forwarded to the City Council for approval. In adjusting the contract time or completion of the work, consideration will be given to unforeseeable causes beyond the control of an without the fault of negligence of the Contractor, including but not limited to acts of the public enemy, acts of the Owner, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, freight embargoes, or delays of sub-contractors due to such causes. When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery Fort Worth Water Department C-41 General Conditions on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time may be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide infonnation or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or by the perfonnance of extra work, or by the failure of the City to provide materials or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his perfonnance bond from all obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the contract. Each bidder shall indicate in the appropriate place on the last page of the Proposal the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be. specified by the City in the Proposal section of the Contract Documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid u,pon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or the increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is si~ed, the sum per day given in the following schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. Fort Worth Water Department C-42 General Conditions -, AMOUNT OF CONTRACT Less than $5,000 inclusive $35.00 $5,001 to $15,000 inclusive $45.00 $15,001 to $25,000 inclusive $63.00 $25,001 to $50,000 inclusive $105.00 $50,001 to 100,000 inclusive $154.00 $100,001 to $500,000 inclusive $210.00 $500,001 to $1,000,000 inclusive $315.00 $1,000,001 to $2,000,000 inclusive $420.00 $2,000,000 and over $630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult of accurate estimation, and that the·"Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.11 ·suSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the city in the event the -Work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is riot solely responsible. C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unfavorable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor, as set forth in Paragraph C7-7.8 EXTENSION OF THE TIME OF COMPLETION, and should it be determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer tat Fort Worth Water Department C-43 General Conditions · construction may be resumed. Such reimbursement shall be based on actual cost to the . Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineerto so resume operations . C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the President of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement .of t:he efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after investigations, the Owner finds such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contract, then if the Owner cannot after reasonable effort, assist the Contractor in procuring and making available the necessary labor, materi,ils, and equipment within thirty days, the Contractor may request the Owner to terminate .t:Q.e contract and the Owner shall comply with the request, .and the termination shall be conditioD;ed and based upon a final settlement mutually acceptable to both the Ow!'.}er and the Contractor and final payment shall be made in accordance with the terms of the agreed .settlement, which shall include, but not be limited to, the payment for all work executed, but no anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORKAND ANNULMENT OF CONTRACT: The work operations on all or ,any portion or section of the work under contract shall be suspended immediately upon . written .order of the Engin~r or the contract may be declared cancelle4 by the City Council .for any good and sufficient cause. The following, by way of example, but not of limitation, may be considered grounds for. suspension or cancellation: . A. Failure of the Contractor to commence work ope;rations within thetime specified in the Work Order issued by the Ow.qer .. B. Substantial evidence that the progress of the work operations by the Contractor is insufficient to complete the work within .the specifie<;l time .. C. Failure of the Contractor to provide and -maintain sufficiep.t labor ~d, · equipment to .properly execute the working operatiQns. D. Substantial evidence that the Contractor has .abandoned the work ; E. ·StJbstantial evidence that the Contractor has ·pecome insolv,ent.or bankrupt, . . or otherwise financially unable to carry out t;lle work satisfactorily. Fort Worth Water Department C-44 General.Conditions . • j • J F. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. G. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has · been directed in writing by the Engineer or the Owner. H. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. · I. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. J. · If the Contractor shall for any cause whatsoever not carry on the working operation in aii acceptable manner. · K. If the Contractor commences legal action against the Owner. A copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties. When work is suspended for any·cause or causes, or when the contract is cancelled, the Contractor shall discontinue the work or such part thereof as the Owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the ·Contractor to discontinue, and may perform the same or may, with the written consent of the Owner, sublet the work or that portion of the work as taken over, provided however; that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and the Sureties or their authorized agents . The Sureties, in such event shall assume the contractor's place in all respects , and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contact Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all terms of the Contract Documents. In case the Sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered by the Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such part thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of an use any materials, plants, tools, equipment~ supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor, and property for the completion of the work, and to charge to the account of the Contractor of Fort Worth Water Department C-45 General Conditions said contract expense for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the Owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, .but the expense to be deducted shall be the actual cost of the owner of such work. In case such expenses shall exceed the amount which would have. been payable under the Contract if the same had been completed by the Contractor, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due . When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents in such a manner as to not hinder or interfere with performance of the work by the Owner. C7-7.I5 FULFILLMENT OF CONTRACT: The Contract will be considered as having been fulfilled , save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed , the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7.I6 TERMINATION FOR CONVENIENCE OF THE OWNER: A. Notice of Termination: The performance of the work under this contract may be terminated by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. A,.ly such termination shall be effected by mailing a notice of termination to the Contractor specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination is to become. effective. Receipt of the notice shall be deemed conclusively presumed and establi$hed when the letter is placed in tlJ.e United States Matl by the Owner. Further, it shall be deemed conclusively presumed and ~stablished that such termination is II).ade with just cause as therejn stated; and no proof in any claim, demand or suit shall.be required of the Owner regarding such discretionary action. B. Contractor Action : After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: · -· 1. Stop work under the contract on the date and to the extent specified · in the notice of termination. 2. Place no further o;rders or subcontracts for materials, services, or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated. · · Fort Worth Water Department C-46 General Co_nditions r - r . r. I - 3. Terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the notice of termination. 4. Transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer. a. The fabricated or un-fabricated part, work in process, completed work, supplies, and other material produced as part of, or acquired in connection with, the performance of the work terminated by the notice of termination. b. The completed, or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be furnished by the Owner. 5. Complete performance of such part of the work as shall not have been terminated by the notice of termination. 6. · Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property . related to its contract which is in the possession of the Contractor and in which the Owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to the quantity and quality of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by the Engineer. Not later than 15 days thereafter, the Owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list, as submitted, shall be made prior to final settlement. C. Termination Claim: Within 60 days after notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60 day period or authorized extension thereof, any an all such claims shall be conclusively deemed waived. D. Amounts: Subject to the provision ifltem C7-7.16, the Contractor and · Owner may agree upon the whole or any part of the amount or amounts to be paid · to the Contractor by reason of the total or partial termination of work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price as reduced by the amount of payments otherwise made and as Fort Worth Water Department C-47 General Conditions further reduced by the contract price of work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits. Nothing in C7-7.16 hereafter, prescribing the amount to be paid to the Contractor in the event of failure of the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict, or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. Failure to Agree: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7.16(D) upon the whole amount to be paid to the Contractor by reason of the termination of work on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. : F. Deductions: In arriving at the amount due the contractor (under this section, there shall be deducted (a) all un-liquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; (b) an y claim which the Owner may hav:e against the Contractor in connection with this contract; and (c) the agreed price for, or the proceeds of . sale of, any materials, supplies, or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G. Adjustment: If the termination hereunder be partial, prior to the settlement of the terminated portion of the contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or price · specified in the contract relating to the continued portion of the contract (the portion not terminated by the notice of termination), such equitable adjustment as . may be. agreed upon shall · be made in such price or prices; nothing contai,ned herein, however, shall limit the right of the Owner an d the Contractor to agree upon the amount or amounts to be paid to the Contractor for the completion.of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. H. No Limitation of Rights: Nothing contain~d in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "Suspension of Abandonment of the Work and Amendment of Contract" or any other right which Owner may have.for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. Fort Worth Water Department C-48 General Conditions r - I . I - r - C , The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work.· Fort Worth Water Department C-49 General Conditions SECTION C8-8 . lv.fEASURMENT AND PAYMENT C8-8.l lv.fEASURMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and items installed. CS-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finished, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other causes, delays, profits, injuries, damage claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place an in a satisfactory condition of operation. CS-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. CS-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation, as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or form the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in Paragraph CS-5.14) for all risks of whatever description connected with the prosecution of the work, for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements or patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense, any defects Fort Worth Water Department C-50 General Conditions or imperfections in the construction or in the strength or quality of the material used or equipment and machinery furnished in or about the construction of the work under contract and its .appurtenances, or any damage due or attributed to such defects, which defects, imperfection, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the one year guarantee period after final acceptance . The Owner shall be the sole judge of such defects, imperfections , or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. CS -8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and 5th day or each month the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents. Not later than the 10th day of the month the Engineer shall verify · such estimate, and if it is found to be acceptable and the value of work performed since the last partial payment was made exceeds one hundred dollars in amount, 90% of such estimated sum will be paid to the Contractor ifthe total contract amount is less than $400,000, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000 or greater within twenty-five (25) days after the regular estimate period. The City will have the option of preparing estimated on form furnished by the City. The partial estimate may include acceptable nonperishable materials delivered to the work, which are to be incorporated into the work as a permanent part thereof, but which at the time of the estimate have not been installed.(such payment will be allowed on a basis of 85% of the net invoice value thereof) The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates . · It is understood that the partial estimate from month to month will be approximate only, and all partial monthly estimates and payment will be subject to correction in the estimates rendered following the discovery of an error in any previous estimate, and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quality of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents . The City reserves the right to withhold the payment of any monthly estimate if the Contractor fails to perform the work strictly in accordance with the specifications or provisions of this contract. CS-8.6 WITIIlIOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. CS-8 . 7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the ·Contractor shall notify the Engineer in writing that the improvements are ready for the final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable Fort Worth Water Department C-51 General Conditions · time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project .and final . payment thereof as outlined in C8-8.8 below. C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimates upori which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the fmal estimate, less previous payments and any sum that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after fmal acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the Owner satisfactory , evidence of payment as · follows: prior submission of the final estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that alLpersons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, that the wage scale established by the City Council in the City of Fort Worth has been paid; and that there are no claims pending for personal injury and/or property damages. · The acceptance by the Contractor of the last or final payment as aforesaid sh.all operate as and shall release the Owner from all claims or liabilities under the CQntract for anything ... done or furnished or relating to the work under the Contract Documen,ts or any act or neglect of said City relating to or connected with the Contract. The making of the final payment by the Owner shall not reliev~ the Contractor. of any . guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has . employed competent Engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents .. It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, st:Ifficiency of the Contract Documents, the safety of the structure, and the practicability of the operation,s of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents,·all approved modifications thereof, and ac.lditions and alterations thereto approved in "".riting by the Owner. The burden of proof of such compliance shall be upon the Contractor to show ·that he has complied with the said requirements of the Contract Documents, approved modifij:ations ther~of, aQd all approved additions and alterations thereto .. Fort Worth Water Department C-52 . General Conditions r - I . ! - CS-8.10 GENERAL GUARANTEE: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guarantee as above outlined. The Owner will give notice of observed defects with reasonable promptness. CS-8.11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents, or the Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation, and clean-up are general items of work which fall in the category of subsidiary work. CS-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one- tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. CS-8.13 RECORD DOCUMENTS: Contractor shall keep on record a copy of all specifications, plans, addenda, modifications, shop drawings, and samples at the site, in good order and annotated to show all changes made during the construction process. These shall be delivered to the Engineer upon completion of the work. Fort Worth Water Department C-53 General Conditions l I PART C1 1 SUPPLEMENTARY CONDITIONS .l .J.. .l _. A. B. r , J C. D. Part Cl GENERAL PART Cl SUPPLE:MENTARY CONDITIONS TO PART C -GENERAL CONDITIONS These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. CONTRACT DOCUMENTS: In Section Cl-1.2 CONTRACT DOCUMENTS, delete Paragraph Cl-1.2b SPECIAL CONTRACT DOCUMENTS and add the following: . ?b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items : PART A - PARTB - PARTC - PARTCl - PARTD - PARTE - PARTF - PARTG - · PARTH - NOTICE TO BIDDERS (Advertisement) SPECIAL INSTRUCTION TO BIDDERS PROPOSAL (Bid) M/WBE BID SPECIFICATIONS GENERAL CONDITIONS SUPPLEMENTARY CONDITIONS SPECIAL CONDITIONS TECHNICAL SPECIFICATIONS PERMITS/EASEMENTS BONDS AND INSURANCE CONTRACT · PLANS/FIGURES (may be bound separately) White Whi~e White ·Golden Rod · Canary Yellow Green Green · White White · White White White DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS: Delete entire Paragraph Cl- 1.17, and replace with the following : Cl-1.17 DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS: The officially appointed Director of the Transportation and Public Works Department of the City of Fort Worth, or his duly authorized representative, assistant, or agents. DIRECTOR OF ENGINEERING: Add the following paragraph after Cl -1.17 and before Cl - 1.18: C 1-1.17 A DIRECTOR OF ENGINEERING: The officially appointed Director of the Department of Engineering of the City of Fort Worth, referred to in the charter as the City Engineer, or his duly authorized representative assistant, or agents . Cl -1 E. ENGINEER: Delete entire Paragraph Cl-1.19, and replace with the following: F. G . Part Cl The Director of the Fort Worth Department of Engineer, the Director of Fort Worth Transportation and Public Works Department, the Director of the Fort Worth Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: In Section C2- 2.3, Paragraph 2,add the following to last sent.ence: "except for changes in the site conditions caused by factors outside of the control of the Co11tractor which occur ~er the Contractor's . inspection and prior to iilstalla~ioii." · · · · Part C -General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2 .,2.7, C2-2.8 and C2-2 .9 with the following : C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in ·the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the propos~l actually delivered. Each proposal shall be in a sealed :envelope plainly .. marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notic::e· to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102 ., C2 -2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals . A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed wi~ him prior to the time set for the opening of proposals. After all proposals not requested for non..consideration are opened and publicly read aloud, the proposals for which non-consideration requests have beenproperly ·filed may, at the option of.the Owner, be retunied Qnopened. ... . . ' . . . . C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS : Any bidder may modify his proposil:1 by telegrc1phic communication at any time prior to the tiqie · .set for openjng proposals, provided such . telegraphic conimunication is received by the Pu,rchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder . was mailed prior to the proposal opening time. If such confbmation.is not receiyed within . ' . -. --. forty-eight (48) hours after the proposal opening time , no further consideration will be given to the proposal Cl-2 r 1 I 1 r I f I r l I l ' 1 H. n L I. u J. w r 1 Part Cl MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. C3-3.5 AWARD OF CONTRACT is modified to read as follows : "The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed the period state for the duration of the Bid Security stated in the Notice to Bidders or 90 day~; whichever is shorter ." C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November l, 1987; (City let projects) make the following revisions: 1. Page C3-3(3); the paragraph after paragraph C3-3 .7d Other Bonds should be revised to read: In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law . Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein . 2. Pg. C3-3(5) Paragraph C3 -3.11 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.11 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". Cl-3 K. INSURANCE . Change the following portions of C3-3 .11 Insurance as shown below:· Part C l 1. INSURANCE FOR SUJ3CONTRACTORS: At the end of the first paragraph of Section C3-3.l l, after "and for all subcontractors", insert the following sentence: ''The General Contractor may require all subcontractors to be insured and submit documentation ensuring that the requirements of C3-3.1 l are met for all subcontractors. Failure of the OWNER to request required documentation shall not constitute a waiver of the insurance requirements specified herein : The Contractor' liability shall not be limited to the specified mounts of insurance required herein '." 2. INSURANCE LIMITS. In Section C3-3.l l, after the word "occurrence", add 3. "/aggregate". . COMPENSATION INSURANCE. Add the following to the end of Paragraph C3-3.1 la: "Worker's. compensation insurance covering employees in the project site shall be endorsed with a' waiver of subrogation providing rights of recovery in favor of the OWNER." 4 . COMMERCIAL GENERAL LIABILITY iNSURANCE: In Paragraph C3-3.1 lb: Replace the word "Comprehensivett with "Commercial" Add the following to Paragraph C3-3.llb: .. . . "Certificates of insurance shall state that Insurance is on an "occurrence basis ." Certificate shall also contain a statement that no exclusions by endorsement have been made to the Commercial General Liability Policy". 5. COMMERCIAL GENERAL LIABILITY (COL) POLICY: Amend Paragraph C3-3.1 lc, Additional Liability by adding the following : a. Add the following .to Section 6 CONTRATURAL LIABILITY : ''The City, its offices, employees and servants shall be endorsed as additional ins"-red on Contractor's insurance policies excepting employer's liability insurance coverage under · Contractor's worker's compensation insurance policy. Contractor's insurance policies shall be endorsed to provide that such insurance is primary protection and any self- funded or commercial coverage maintained by the OWNER shall not be called upon to ·contribute to loss recovery." b. Add the following paragraph: "When required by the Contract documents, Environmental Impairment Liability Coverage must be provided in the limits of $1,000,000 per occurrence and $2,000,000 annual aggregate . The Environmental lmpairment LiabiHty (EIL) must contain coverage for sudden and accidental contamination or pollution, liability for gradual emissions, and clean-up costs. The EIL coverage shall include two year completed operations coverage on a per Project basis. A separate insurance . policy may be needed to fulfill this requirement. EIL for damages incurred in the course of transporting sludge shall be covered under the contractor 's insurance policy(s)." Cl-4 q r i I r i f I I ! ' \ r- ' .1 L 1 Part Cl 6. AUTOMOBil..E INSURANCE LIMITS: Revise Paragraph C3-3.l ld so that the insurance limit are as follows: 7. 8. 9. Bodily Injury Bodily Injury Property Damage $250,000 each person $500,000 aggregate $100,000 aggregate PROOF OF CARRIAGE OF INSURANCE: revise paragraph C3-3. l l f by inserting the following after the first sentence: "Other than Worker's Compensation Insurance, in lieu of specified insurance, the City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage." LOCAL AGENT FOR INSURANCE AND BONDING: For Paragraph C3-3. l lg, delete entire paragraph beginning "Local Agent for Insurance Bonding". DEDUCTABLELIMITS: Add the following Paragraph C3 .. 3.ll.g: "DEDUCTIBLE LIMITS. The deductible limits or self-funded retention limits, on each policy must not exceed $10,000 per occurrence unless otherwise approved by the City." 10. INSURANCE COMP ANY: Add the following Paragraph C3-3. l 1.h: 11. 12. "INSURANCE COMPANY: The insurance company with whom the Contractor's insurance is written shall be authorized to do business in the State of Texas and shall have a current A.M. Best Rating of "A: VII'' or equivalent measure of financial strength and solvency." NOTIFICATION: Add the following Paragraph C3-3. l 1.i: . "NOTIFICATION: During the lifetime of this contract, the Contractor shall notify the ENGINEER in writing , of any known loss occurrence that could give rise to a liability claim or lawsuit or which could result in a property loss." CANCELLATION: Add the following Paragraph C3-3.l l.j:. "CANCELLATION: Insurance shall be endorsed to provide the City with a minimum of thirty days notice of cancellation, non-renewal and/or material change in insurance policy terms or coverage. A minimum 10-day notice shall be acceptable in the event of non- payment of insurance premium to insurance company." 13. ADDITIONAL INSURANCE REQUIREMENTS: a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b . Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work ori the Cl-5 contracted project. b. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. c. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non~renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. ·Best rating of A: VIl or equivalent measure of financial strength and solvency. f. · Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation jnsurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment .measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance ·policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. . . k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a pr~perty loss. I. Contractor's liability shall not be limited to the specified amounts of insurance m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract docum~nts. 10. CITY RESPONSIBILITIES: Add the following paragraph to the end of Section C3-3.1 l: "CITY RESPONSIBILITIES: The City shall not be responsible for direct payment of insurance premium costs for Contractor's Insurance." 15. ADDITIONAL INSURED All insurance policies for this project exc~pt Worker's Compensation shall be written -. with the City of Port Worth, Camp Dresser & McKee Inc., and Freese and Nichols, Inc. listed as additional insured." L. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the follo"".ing: .(a) The contractor shall comply with all .requirements of Chapter 2258,.Texas Government Code, Part Cl Cl-6 r 1 l I r l ' I including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents . (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker . These records shall be open at all reasonable hours for inspection by the City. The provisioris of Section C-1, L. Right to Audit (Rev. 9/30/02) pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above ; (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . M. INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4 .3 INCREASED OR DECREASED QUANTITJES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents . No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents . Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories . N. LIMITATION OF INCIDENTAL CHARGES (Reference C4-4 .5c): Part Cl The Contractor agrees that should any change in the work of extra work be ordered, the following applicable percentage shall be added to Material and Labor Costs to cover overhead and profit: 1. Allowance to the Contractor for overhead and profit for extra work performed by the Contractor's own forces shall not exceed 15%. 2. Allowance to the Contractor for overhead and profit for extra work performed by a subcontractor and supervised by the Contractor shall not exceed 10%. Contractor shall be reimbursed for direct field overhead when the change requires ari extension of the Contract period. Contractor shall not be reimbursed for indirect overhead or indirect costs Cl -7 0 . related to changes to this contract TESTING COSTS: Section 5-5.12, revise the first sentence to read as follows :. "Where, as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made .at the expense of and paid for by the Contractor unless otherwise specifically provided for in the Technical Specifications." P . LAWS TO BE OBSERVED: Section C6-6.1, delete "or which may be en11cted later". After the word "exist" add "at the time of the Contract or may be hereafter exist during t he performance of the Contract." Q. BUILDING PERMITS : Paragraph C6-6 .2 Insert the -following at the end of the paragraph; "Contractors are responsible for obtaining construction permits from the governing agencies . Contractor shall schedule all code inspections with the Code Inspection Department in accordance with the permit requirements and submit copy of updated schedule to the Engineer weekly . Plumbing, electrical and mechanical building permits are issued without charge . Water and sewer access fees will be. paid by the Water Department. Ar,y other permit fees are the responsibility of the Contractor." R. BARRICADES.: WARNINGS AND FLAGMEN: In Paragraph C6-6 .8, replace the word · "watchmen':' wherever in appears with the word ''flagmen". In the first paragraph, lines five (5) and six (6), replace "take all such other precautionary measures" with "take all reasonable necessary measures." S. . CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Delete entire Paragraph C6- Part C l 6.12, and replace with the following: . . . . . . . . "C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to indemnify the City' Engineer and Architect, and their personnel at the proj~t site for the CQntractor' s sole negligenc::e. In addition, the Contractor covenants and agrees to indemnify, hold harmless and defend at its own expense, tile Own.er, its officers, agents, servants, and employees, from and against all claims or suits for proper:ty loss, property damage , personal injury, including death, arising out of, or alleged to arise of, the work and services to be performed hereunder by the Contractor, its officers, agents, employees subcontractors, licensees or invitees, whether or ·not anv such iniury, damage or death is caused.. in whole or in part, bv the negligence of the Owner, its .officers, agents, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless Owner from and against any and all injuries to the Owner's officers , agents, servants , and employees, loss or destruction of property of the Owner arising form the performance of any of the terms and conditions .of this Contract, whether or not anv such iniury or damage is caused, in whole or in part, by the negligence or alleged negligence of the Owner, its officers, agents, servants, or employees. In the event the Owner receives a written claim for d~mages against the Conq-actor or its subcontractors prior to final payment, final payment shall not be made until the Contractor either (a) submits to the Owner satisfactory evicJence tllat the claim. has been settled and/or a release Cl -8 r' r " r I ' ; ' l from the claimant involved, or (b) provides the Owner with a letter from the Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. · The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract." T. STATE SALES TAX u. Part Cl 1. Delete Paragraph C6-6.21 STATE SALES TAX in its entirety. 2. This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise, and Use Tax Act. All equipment and .materials not consumed by or incorporated into the project construction are subject to State Sales Tax under House Bill 11, enacted August 15, I99L All such taxes shall be included in the various amounts on the Proposal Form. The successful Bidder shall be required to submit a breakdown between costs of labor, consumable material and other constructic>n costs and costs of material incorporated into the project construction prior to execution of this contract. 3. At the time of execution of the Contract Documents by the Contractor, the Contractor shall complete the "Statement of Materials and Other Charges" which identifies the project costs anticipated in the Pro}ect into "Materials Incorporated into the Project" and "All Other Charges". The Contract shall be a "Separated Contract". 4. 5. The City of Fort Worth will issue appropriate Certificates of Resale to the Contractor. All Change Orders to the Contract will separate charges for materials and labor and will contain the following statement: ''For purposes of complying with Texas Tax Code, the Contractor agrees that the charges for material incorporated into the project in excess of the estimated quantity provided for herein will be no less than the invoice price for such material to the Contractor." CS-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page CS-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for . furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or Cl-9 equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfecti<;>ns in the .construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two .(2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein . V. CS-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Part Cl Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day arid 25th day respectively. Estimates Will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay · estimates may include acceptable nonperishable materials delivered to the work .place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimat~ have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer Such information as may .be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts .of $400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor · shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City . Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. . _: •· •• ' ..• ' •• : .• . • I • : .'.· It is understood that the . partial pay estimates will Qe approximate . only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estim~te: .:Partial p~yment by Owner: for .the ~mount of work done or of its quality or sufficiency or accepta,:ice 9f th~ work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or · other provisions of this contract. Cl -10 ' 1 r, w. -.1 . J X. ... Part Cl CS-8.10 GENERAL GUARANTY: Delete CS-8.10, General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness . Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders; TPW contracts place the following in lieu of the existing paragraph 2. RIGHr TO AUDIT: Part C -General Conditions, Section C8 -8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: CS-8.14 RIGHr TO AUDIT: a. Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section . The City shall give contractor reasonable advance notice of intended audits . b. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits . Cl-11 c. Contractor and subcontractor agree to photocopy such documents as may be requested by the City . The City agrees to re imburse the Contractor for the cost of copies as follows : 1. 50 copies and under -10 cents per page 2. More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter. Y. SCHEDULE OF COSTS: Add the following to Section C8-8: Part Cl CS -8.15 SCHEDULE COSTS: Following the completion of all work on the Project and prior to submittal of a request for final payment, the Contractor shall provide a Schedule of Costs to City for approval which lists all equipment systems, structures, building electrical and HV AC systems, overhead and project related costs. The items will be grouped into c~tegories using the . Owner's list of category codes which will be provided by the Owner at the Preconstruction · Conference . The Schedule of Costs will be used by the City as input to the Capital Assets System, and will not be considered iri preparation of modifications to the Contract. Costs associated with the preparation and processing of this schedule of costs shall be subsidiary to the price bid. · ' . The Contractor will also provide a projected payme~t schedule tied to the project schedule and the schedule of values which projects the monthly payments through the end of the Project. The Payment schedule must be submitted along with the first request for payment. This information is necessary to arrange financing of the Project by the City . · END O'.F SECTION Cl -1 2 i l [ 1 -J r r' PARTD SPECIAL CONDITIONS r , '' City of Fort Worth Westside 54" RW Pipeline Project PARTD SPECIAL CONDITIONS This Part D -Special Conditions is complimentary to Part C -General Conditions of the Contract. Anything contained in this Part D that is additive to ariy provision in Part C -General Conditions of the Contract are to be read together. Any conflict between Part C -General Conditions and this Part D, Part D shall control. FOR: WESTSIDE WATER TREATMENT PLANT 54-INCH RAW WATER PIPELINE PROJECT CAPITAL PROJECT NO. 00456 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between vario11& parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed. below : 1. Plans 2. Contract Documents 3. Special Conditions . The following Special Conditions shall be applicable to this project and shall govern over any conflicts with the General Contract Documents under the prov isions stated above . The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both , for a period of two (2) years from d~te of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained , the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions,· are made a part of the General Contract Documents for this . project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore , work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all . Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work . Part D Special Conditions .doc D-1 April 2010 City of Fort Worth Westside 54" RW Pipeline Project This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions : 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH CENTRAL TEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not . shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as ap~ropriate as_ determined by the City Engineer. · D-2 LOCATION AND DESCRIPTION OF PROJECT The Westside Water Treatment Plant-54-Inch Raw Water Pipeline will begin at the Westside Water · Treatment Plant site, located at 12200 Old Weatherford Road, Fort Worth, Texas, 76108 . The pipeline will connect to the existing 54-inch raw water pipeline being installed as part of the treatment plant .· construction project, niil southerly to Old Weatherford Road, and then easterly ·along Old Weatherford Road a total of approximately 4;850 linear feet. The pipeline will connect to ·an existing tee on the Tarran..t Regional Water District (TRWD) 96-inch Eagle Mountain -Connection Pipeline. This Contract consists of · the furnishing ·of all the material, ·equipment, labor and supervision necessary for the construction ·of the Westside Water Treatment Plant-54 -Inch Raw Water Pipeline as · shown on the plans 0 and as described herein. This project includes, but. is not limited to the following items: . 1. Right of way and site preparation 2. ; Installation and maintaining temporary sedimentation and erosion control 3. Construction of the 54-inch pipeline 4. Construction of a reinforced concrete valve vault with 54 ..,inch butterfly valve 5. Installation of new flushing valves and air valves 6 . Construction of temporary and permanent fencing 7. Construction ofHMAC overlay for Old Weatherford Road 8. Installation of permanent erosion control 9. Installation of pipeline corrosion protection system IO . Electrical and instrumentation facilities D-3 <NOT USED) Part D Special Conditions.doc D-2 April 2010 f l ' I r r I City of Fort Worth Westside 54" RW Pipeline Project D-4 PROJECT DESIGNATION SIGNS A project sign is required for this project. It shall be in accordance with the attached Figure 30A presented at the end of the Special Conditions. The Fort Worth symbol shall be modified to reflect the City's current symbol. The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. The information box shall have the following information : For Questions on this Project Call: (817) 871-8306 M-F 7:30 am to 4:30 p.m . or (817)871-8300 Nights and Weekends . Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-5 WAGERATES The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth, Texas, in accordance with statutory requirements, as being the prevailing classifications and rates that shall govern on all Work performed by the Contractor or any . subcontractor on the site of the project covered by these Contract Documents . In no event shall less than the prevailing wage rates, as attached to .the end of Part D, be paid . D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever . The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations . Contractor shall make all necessary provisions for the support, protection, relocation, and/or temporary relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction . The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed . NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type oforiginal material and construction, or better, unless otherwise shown or noted on the :pfans, at his own cost and expense . The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate . with the Owners of all utilities to locate existing · underground facilities and notify the Engineer of any conflicts in grades and alignment. Any and all penilanent structures such as parking lot surface, fencing, and like structures on either public or private property shall be replaced at no cost to the City by material of equal value and quality as that damaged. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public Part D Special Conditions .doc D-3 April 2010 City of Fort Worth Westside 54" RW Pipeline Project utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are notguaranteed by the City or the Engineer to be accurate as to extent, location, and depth; they are . shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground . D-7 EXPLORATORY EXCAVATIONS In addition to those areas as may be designated on the Drawings, it shall be the Contractor's responsibility to excavate and locate existing utilities which may affect construction of the facilities . All exploratory excavations shall be made far enough in advance to permit any necessary relocation to be made with minimum delay. All costs incurred by the Contractor in making exploratory excavations shall be considered to be included in the total price bid for the project. D-8 SUBSTITUTIONS . The specifications for materials set out the minimum standard of quality, which the City beHeves necessary to procure a satisfactory project. No substitutions will be ,permitted until the Contractor has .received written permission from the Engineer to make a substitution for the material, which -has been specified. Where tbe term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will .be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City . If a product of any other name is proposed for use, the Engineer's approval thereof must be obtajned before the Contractor procures the proposed substitute. Where the term "or equal"' or "or approved equal" IS not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish .the intended purpose. However, the Contractor shall have the full responsibility of proving that the propose4 substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "substitutions" shall be applicable to all sections of these specifications. D-9 DISPOSAL OF SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material, the ~ontractor shall advise the Director of Engineering Department, acting as the City of Fort Worth's Flood Plain Administrator ("Admmistrator"}, of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose . of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordin~ces of the City of Fort Worth (Ordinance No. l 0056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a -letter -signed by ·the Administrator stating that the site is not in a known flood plain or by a Flood .Plain Fill Permit authorizing fill within .the flood plain. Any expenses associated ,with obtaining the . fill permit, including any necessary Engin~ring studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, upon no tification by the Director of Engineering Department, Contractor shall remove tne spoil/fill material at its expense and dispose of such materials in accordance with the Ordjnances of the City and this section. Part D Special Cond it ions .doc D-4 April 2010 r j I' [ 1 r. I. -.. -... r • City of Fort Worth Westside 54" RW Pipeline Project D-10 TEMPORARY SOIL EROSION SEDIMENT AND WATER POLLUTION CONTROL A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the · area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 2. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 3 . When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 4. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. Part D Special Conditions.doc D-5 April 2010 City of Fort Worth Westside 54" RW Pipeline Project D-11 UTILITIES The Contractor shall at his expense provide all utility services, including water, electricity, gas, telephone, etc., as may be required by him and during the construction and testing period . The City may be able to make provisions for connections to the existing utilit ies provided that adequate service is available at appropriate points within the plant site; however, the Contractor shall make all necessary arrangements, furnish materials,· and perform all labor and services for co~nections and metering. D-12 SUBSIDIARY WORK Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by Plans, the General Contract Documents or these Contract Documents, in which no specific item for bid has been provided for in the proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal for each bid item. Surface restoration and cleanup are general items of work which fall in the category of subsidiary work. D-13 RIGHT OF ACCESS Representatives of the Texas Commission on Environmental Quality (TCEQ), Occupittional Safety and Health Administration (OSHA), and City Code Inspectors shall have access to the project wherever and whenever it is in preparation or progress. The Contractor shall provide proper facilities for such access. D-14 OSHA STANDARDS · All work performed under this contract shall meet the requirements of the Occupational Safety and Health Administration (OSHA). It is the responsibility of the Contractor to become familiar with the provisions of regulations published by the OSHA in the Federal Register and to perform all of the responsibilities thereunder. It is the Contractor's responsibility to see that the project i~ constructed in accordance with OSHA . regulations and to indemnify and save harmless the City, Construction Manager, and Engineer from any penalties resulting form the Contractor's failure to so perform. · D-15 TIME OF COMPLETION All work under this contract shall be completed within 270 Calendar Days. Liquidated damages will be assessed to the Contractor for failure to complete work necessary to meet the Substantial Completion date and the Final Completion date . Substantial Completion of the project is defined as completion of all structures, pipelines, and equipment, including electrical and instrumentation, pavement replacement, and fencing, having been installed, tested, and commissioned with · approval by the Owner, allowing the new 54-inch Raw Water Pipeline ~o deliver water from the existing raw water pipeline at Station 48+50 to the existing raw water pipeline located at the water treatment plant. To accomplish Substantial Completion , all facilities are required to be operational, in automatic mode . Substantial Completion shall be met within 210 calendar days from the Notice to Proceed and if such date is not met, Liquidated Damages will be assessed the Contractor as stated herein. Contractor will be allowed to work double shifts and Saturdays and Sundays if Contractor can demonstrate that tl>.e work items to be performed are related to the critical path of the ·construction schedule and if the additional work schedule is required to meet Substantial Completion . Part D Special Conditions .doc D-6 April 2010 r 1 r 1 r 1 r 1 I l ' l -.. -1 I , City of Fort Worth Westside 54" RW Pipeline Project The time period between Substantial Completion and Final Completion shall be scheduled for completion of ancillary items that have no impact on the 54-inch Raw Water Pipeline's ability to deliver water or completion of improvements to Old Weatherford Road, such as finish grading and permanent erosion control. In the event the Contractor fails to meet the Substantial Completion date of the Project as defined above, the Owner may withhold money permanently from the Contractor's total compensation per the requirements of Section C7-7.10 of the General Conditions until Substantial Completion is met. In the event the Contractor fails to complete the Project in total within the time set forth above, the Owner may withhold Liquidated Damages per Section C7-7 .10 of the General Conditions until Final Completion is met. D-16 'INTERPRETATION OF PHRASES Wherever the words "Directed", "Required", "Permitted",· "Designated", "Considered Necessary", "Prescribed", or words of like import are used on the Plans or in the Specifications, it shall be understood that they are intended as Specifications, it shall be understood that they are intended as prerogative of the Owner and/or the Engineer; and, similarly, the words, "Approval", "Acceptable", "Satisfactory", or words of like import, shall mean approval, etc., by the Owner and/or Engineer. Wherever in the Specifications or in the Plans for the work the terms or description of various qualities relative to finish, workmanship, or other qualities of similar kind cannot, because of their nature, be specifically and briefly described and are customarily described in general terms, the Owner and/or Engineer shall be final judge as to whether or not the workmanship so described is being performed in accordance with the intent of the Plans and Specifications the work shall be completed in accordance with his interpretation of the meaning of such words, terms, or clauses. D-17 {NOT USED) D-18 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION Prior to the final inspection being conducted for the project, the Contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. The Owner, with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. The Contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. Payment for substantial completion inspection, as well as final inspection, shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. Final inspection shall be in conformance with general condition item "C5-5.18 Final Inspection" of PART C -GENERAL CONDITIONS. D-19 FINAL ACCEPTANCE After construction work is satisfactorily completed, the Owner shall make a final inspection of the project. The Owner will advise the Contractor if the project has been satisfactorily completed in accordance with the Plans and Specifications and issue a written statement of final acceptance in accordance with Section C8-8.7 FINAL ACCEPTANCE. After final acceptance, the Contractor shall provide a two-year Guaranty in accordance with Section C 3-3.7 BONDS and CS-8.10 GENERAL GUARANTY, of the General Conditions, commencing the date of final acceptance. Part D Special Conditions .doc D-7 April2010 City of Fort Worth Westside 54" RW Pipeline Project D'!20 COOPERATION OF CONTRACTORS AND CITY It is expected that during various phases of the construction of this Project, other contract work, treated water pipelines and sewer lines, will also be in progress at or adjacent to the Westside Water Treatment Plant site. Each Contractor shall be required to cooperate to the fullest, each with the other, in, coordinating work, eliminating conflicts with work or personnel at all times. In case .of conflicts, the Engineer shall determine the responsibility or priority of work and his decisions shall be final. D-21 INTERPRETATION OF REQUIREMENTS a. Interpretation: Any question as to interpretation of drawings at1d specifications or any questions , arising after examination of premises must be referred to the Engineer in writing . No · interpretation nor instructions given verbally by any persons will be considered valid. b. Lack of Understanding: Lack of understanding of Drawings and Specifications or fajJure to secure information concerning all conditions will not justify any claims. Extra compensation will not be . made simply because of lack of such knowledge. D-22 HAZARDOUS AND TOXIC MATERIALS Insofar as permitted by law, the Owner shall indemnify and hotel hannJess .the Contractprfrom and ag11inst any and all liabilities, losses, .cost, damages and expenses, arising out of use of ~e, materials at the Owners site which are not under the direct control of the Contractor, including, but no~ limited to, any and all . liability resulting form personal injury, including death, property liab~lity, at any time, however caused, due to the presence or release of, or exposure, whether to the person or property injured or otherwise, to any hazardous or toxic substance, provided, however, that the City liability shall be limited to that established in Article 6252-19, Texas Revised Code and other applicable State statutes and Constitutionai provisions . D-23 {NOT USED) D-24 (NOT USE:D) D-25 {NOT USED) D-26 {NOT USED) D-27 {NOT USED) D-28 . TRENCH SAFETY SYSTEM Information, data, typical design schemes included on the Drawings and Specifications, Section 01665.:.... Trench Safety Requirements is for general guidance to the prospective bidders (an<l Cqntractor) ~d shall not be construed to instruct the Contractor nor specify to the Contractor the -design or method of ·-· ··---·· · .. -· impleme.nting a trench safety system. The Contractor shall be so,lely responsible for all µis activities as set forth in Paragraph C6~6 of the General Conditions. The Contractor $haU ind~mnify Ule Owner, · Construction Manager, and Engineer froin any claim related to tre.nch safety: In~urance coverage ' sh~ll co~ply .with these requirements. . . . . . . . . . The prospective bidders (and Contractor) shall make such explorations, analyses apd other investigations as they deem necessary to inform themselves of the actuai conditforis to be encountered in performing the work required by the Contract Documents, including, but not limited to, information necessary to develop a trench safety program to comply with all requirements of OSHA, federal, state, and local laws, rules and Part D Special Conditions .doc D-8 April 2010 I l f I r 1 r 1 I ' f J City of Fort Worth Westside 54" RW Pipeline Project regulations . Compliance with these laws, rules and regulations, including, but not limited to, HB 662 and HB 665 as adopted by the 72nd Session of the Te~as Legislature, shall rest solely with the Contractor. D-29 PUMPING AND DEWATERING OPERATIONS Work to be performed will require draining, pumping and dewatering, and certain cleaning operations necessary to complete the work as specified and as indicated on the Drawings. It is the intent of these specifications that such draining, pumping and dewatering, and cleaning operations shall be the obligation of the Contractor. D-30 <NOT USED) D-31 PROJECT SUPERINTENDENTS The Contractor shall keep a competent resident Superintendent at the project site at all times during the progress of the work. A resume listing the qualifications and experience record of the proposed resident Superintendent, as well as references from similar projects, shall be submitted to the Owner prior to the award of contract This resident Superintendent(s), if found to be acceptable, shall not be removed except under extraordinary circumstances. Qualifications of a proposed replacement shall be submitted when a request is made for the replacement of a Superintendent and shall be approved by the Owner prior to withdrawing the Superintendent. During the construction of the project the resident Superintendent shall demonstrate an ability to properly execute the work outlined in the Contract Documents in a timely manner and shall consistently produce work of an acceptable quality and in accordance with the Contract Documents. If the Owner has a reasonable objection to the performance of the resident Superintendent, the Contractor shall replace the resident superintendent upon written notice from the Owner. The resident Superintendent shall be replaced with a Superintendent acceptable to the Owner. No extension of time will be allowed for delays caused by the replacement of a resident Superintendent. The Contractor shall submit resumes for the electrical and instrumentation superintendents prior to the award of contract for approval by the Owner. The resumes shall list the qualifications and experience records . All requirements for assignment and replacement of resident Superintendents shall apply equally to electrical and instrumentation Superintendents. D-32 (NOT USED) D-33 CONTRACTOR'S OFFICE The Contractor shall furnish construction field office trailers for the Contractor's and subcontractors' use if necessary. Contractor shall negotiate with property owners directly for use of property to locate the trailers. No additional compensation for property use will be given . Contractor shall provide temporary utilities (water, sewer, power, natural gas, telephone, and data) to the temporary construction offices . Contractor shall be responsible for obtaining all City permits required for the trailer and ·associated utilities. D-34 (NOT USED) D-35 SANITARY FACiLITIES FOR WORKMEN As set forth in the General Conditions, Section C6-6.4, the Contractor shall provide all necessary sanitary conveniences for the use of workmen at the project site. The Contractor shall also provide adequate drinking water facilities. Part D Special Conditions.doc D-9 Aprif 2010 City of Fort Worth Westside 54" RW Pipeline Project D-36 PAYMENT FOR MOBILIZATION OR DEMOBILIZATION Payments for mobilization and/or demobilization may be approved on periodical estimates for the percentage completed. The payment for mobilization shall not exceed three and one third (3 1/3 % ) percent of the total contract amount. Demobilization shall equal one half(~) the mobilization cost. Total payment for mobilization and demobilization will be made to the Contractor when each is complete . D-37 SEQUENCE OF CONSTRUCTION Prior to the start of any work on the project, Contractor shall meet with the Engineer and develop a construction schedule and sequence of operation. The construction schedule shall be prepared in accordance with Sections O 1315. D-38 CONSTRUCTION LAYOUT The Owner will provide at the site of the work horizontal control points and, vertical control in the form of bench marks. From the controls established by the Owner; the Contractor shall be responsible for .the . complete layout of the work and for establishing lines and elevations as needed during construction. Tb.e Contractor shall furnish at his own expense labor, including -the services of competent personnel, equipment, including accurate surveying instruments, stakes, templates, platforms, tools, and materials a,s may be required for laying out any and all parts of the work . The Engineer will be available for assistance in an adv~sory capacity. D-39 WARRANTY CERTIFICATES The Manufacturer shall warrant that ·all equipment furnished by it hereunder complies in all respects with the design ,and specification of this Contract and contains no defect of material or workmaJ.1ship. In the event of failure of any part or parts of the equipment during the two years of s_ervice foUowing ;final . Completion , due to defects of design , materials, or workmanship , the affected part or parts shall be replaced promptly upon notice by the Contractor. Allreplacementparts shall be fumished,.delivered and installed at the expense of the Manufacturer. All warranty certificates or manufacturer's guarantees, for equipment purchased by the Contractor shall be issued in the name of the City of Fort Worth. D-40 LIMITS OF EXTRA COMPENSATION FOR DELAYS The Contractor shall receive no compensation for delays or hindrances to the woi:k, except when direct arid unavoidable extra cost to the Conti:actor is caused by the failure of the City to prQvide informat ion or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written . statement thereof shall be · presented by the Contractor to the Engineer and if by him found correct shall be. approved and referred by him to the City Coµncil for final approval or disapproyal; and the action tltereon by the City Council shall be final and binding. If delay is :caused by sp~ific orders given by the _Engin~r . to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent ·• , extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or tile surety on his Peno~ance_ Bond from aU his obligations hereunder which shall remain in full force until the discharge of the Contract. . . . Part D Special Condi tions .doc D-10 April2010 . r 1 I I f I I l p l ' 1. City of Fort Worth Westside 54" RW Pipeline Project D-41 PROGRESS PHOTOGRAPHS The Contractor shall take photographs of the project site prior to construction, monthly during the construction of the project, and after completion of the project. Photographs shall be taken with a quality digital camera with date back capability, with lenses ranging from wide angle to 135mm. Photographs shall be taken at locations designated by the Engineer. Two glossy color 3 11 x 5 11 prints shall be provided for each photograph taken. Each print shall be marked on the reverse side to indicate project name, date and time, location, direction of exposure, and a . description of what is being photographed. Prints shall be clear and sharp with proper exposure. ff prints of adequate quality are not produced from exposures, additional photographs shall be taken immediately. Floppy disks with each of the digital photographs stored shall also be provided. The Contractor shall provide twenty-four (24) photographs of the site prior to construction. Starting one month after the date of the preconstruction photographs, and continuing as long as the work is in progress, twenty-four (24) monthly photographs shall be taken to accurately record the work that has progressed during that period. Photographs are to be submitted with the monthly Partial Pay Request in 3-ring plastic binders. After the project has been completed and all construction trailers, materials etc. have been removed, the Contractor shall take twenty-four (24) photographs of the completed site. Two 8" x 10 11 glossy color prints and negatives are to be provided for each photograph. Negatives shall be of a quality to permit enlargements. Contractor shall also provide a detailed preconstruction video tape of the site, including all areas in the vicinity of and to be affected by construction, including the condition of the entire width of.Old Weatherford Road pavement. The Owner's inspector shall be present for the videotaping. The original of the videotape shall be provided to the Owner prior to beginning of work on the Project. D-42 SUBMITTALS The Contractor shall be responsible for the accuracy and completeness of the informa~ion contained in each submittal (also known as a shop drawing) and shall insure that the values, material, equipment, or method of work shall be as described in the submittal. All submittals must be stamped by the Contractor indicating that they have been checked for compliance with the Contract Documents and are approved by the Contractor as submitted. Submittals must include a certifications statement as required by the Contract Documents. Submittals that do not have the stamp applied or include the required certifications will be returned to the Contractor without processing . The Contractor shall ensure that there is no conflict with other submittals and notify the Construction Manager of each case where the proposed change may affect the work of another Contractor or the Owner. The Contractor shall coordinate submittals among the related crafts and subcontractors. Submittals will not be accepted from subcontractors or suppliers . The Contractor shall assign a number to each submission provided to the Construction Manager to allow each submittal to be tracked while proceeding through the review process . Submittals shall be accompanied by a suitable submittal transmittal form . A separate form shall be used for each specific item, class of material, equipment, and item specified in separate discrete specification sections, etc., for which a submittal is required. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package or are so functionally related that they should be checked as a unit. Part D Special Conditions .doc D-11 April 2010 City of Fort Worth Westside 54" RW Pipeline Project Assignment of a register number to each submittal shall be as indicated in Section 01 .300-Submittals. The sequence number shall be issued in chronological order for each type of submittal. Submittal numbers are to be clearly noted on each page or sheet of the submittal. In addition, each submittal shall have a cross-referenced identification number relating to the specification that the submittal applies. Submittals shall be marked to show clearly the applicable sections of the specification and sheet number .of Drawings. Correct assignment of numbers is essential as different submittal types are processed in different ways. Some submittals received do not require that a response be given. Construction Manager will maintain a log of submissions to allow for the monitoring and tracking of Cootracto(' s submittals. Logs will be reviewed periodically to determine that all submittals are received and processed. D-43 RECORD DRAWINGS · A. General: During prosecution of the work, the Contractor sJ:iall maintain a complete set of drawings upon which all deviations and changes shall be legibly recorded with actual works done. Deviations and changes shall be marked in red on a full-size set of drawings . Record Drawings shall be prepared as discussed in Section 01720 -Project Record Documents. B. Delivery: Record Drawings shall be delivered to the Construction Manager in good condition upon completion and acceptance of the work and before final payment is made. C. Requirements: Record Drawings shall be required for all work performed as a part of this project. D-44 SHOP DRAWINGS Equipment and material covered in PART E -SPECIFICATIONS shall be furnished with Shop Drawings and Operation and Maintenance Manuals ; These documents .shall be as required of Sections 01300 and ·O 1730 for submittals and operating and maintenance instructions;.respectively. These documents shall be provided for all equipment and material included in PART E regardless if reference is or is not made to Sections 01300 or 01730 within the respective specification section under which the equipment or material is purchased. D.;.45 REQUEST :FOR INFORMATION · When necessary, the Contracto;r shall request additional information, clarification, or interpretation of the Contract Documents. A request for information shall be used when the Contractor believes there is a conflict between the Contract Documents or when the Contractor believes there is a conflict between the Drawings and Specifications. He shall identify the conflict and request clarification using the Request for Information (RFI) form provided by the Construction Manager. Sufficient information shall be attached to permit .a written response from the Construction Manager without further information . The.Construction Manager will log and review each .request. If review of the request indicates a change to the Contract Documents, the Construction Manager will issue a Proposed Contract Modification as described in ·· Paragraph D-46. Part D Special Conditions.doc D-12 April 2010 I , I , City of Fort Worth Westside 54" RW Pipeline Project D-46 CONTRACTOR MODIFICATION REQUEST/ PROPOSED CONTRACT MODIFICATION Any requested change in the Contract Documents will be initiated by the Contractor issuing a Contractor's Modification Request or by the Construction Manager issuing a Proposed ContractModification on the form or forms provided by the Construction Manager. Contractor proposals will be reviewed by the Construction Manager and the Owner. If found acceptable, the proposed change will be incorporated in a Change Order iii accordance with Section C4 of the GENERAL CONDIDONS or by Field Order in accordance with Paragraph D-50 of the SPECIAL CONDITIONS. The Contractor's Modification Request shall fully identify and describe the deviations and associated costs stating clearly the reason the change is requested. Any savings in the cost related to a substitution is to be identified in the request for due consideration. D-47 RECORD DATA Record Data shall be submitted to provide information as to the general character, style, and manufacturer of the equipment that will allow the Construction Manager and the Owner to adequately identify the material or equipment incorporated into the Project. Record Data shall be provided for all equipment and material of construction. Record Data are not required for items which Submittals and/or Operations and Maintenance manuals are required. Record Data shall be complete to indicate where the material was incorporated into the project, provide schedules of materials and their use, colors, model numbers and other information which would allow this material to be replaced at some future date. Record Data will be received by the Construction Manager and logged for transmittal to the Owner. Record Data will not be reviewed for comment and no response will be made to the Contractor. D-48 EQUIPMENT INSTALLATION REPORT A written report shall be submitted by the equipment supplier performing the installation check for equipment as required. This report shall certify that 1) the equipment has been properly installed and lubricated, 2) is in accurate alignment, 3) is free from any undue stress imposed by connecting piping, equipment, or anchor bolts, 4) has been operated under full load conditions and is operating satisfactorily, 5) there are no conditions present with the completed installation that would affect the manufacturer-supplied warranty. D-49 NOTMCATION BY CONTRACTOR Contractor shall provide written notification to the Construction Manager of the need for testing, observation or inspection of the Work by the Construction Manager, of the intent to work outside of regular working hours, or requesting shut down of facilities or utilities to make connections. This written communication shall be in the form of a Notification by Contractor form provided by the Construction Manager. D-50 ALTERATION OF CONTRACT DOCUMENTS Paragraph C4-4.4 of the General Conditions shall be modified as follows: By Change Order or Field Order, the Owner reserves the right to make changes to the Contract Documents and in the character or quantities of the Work as may be necessary or desirable for completion of the work in the most satisfactory manner, provided such changes are consistent with the overall intent of the Contract Documents . Part D Special Conditions.doc D-13 April20IO City of Fort Worth Westside 54" RW Pipeline Project A Field Order is a written order issued · by the Construction Manager that authorizes minor changes or alterations in the work that does not involve a change to the Contract Time or Contract Amount. Modifications to the Contract can only be authorized by Change Order or Field Order. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents .. If Contractor believes that a minor change or alternat ion authorized by Field Order entitles him to an increase in the Contract Amount or Contract Time , he shall not proceed with the work. He shall within 10 days after receiving the Field Order advise the Construction Manager in writing and request a Change Order be issued in accordance with paragraph C4-4.5 of the General Conditions. D-51 UNDERWRITER'S LABORATORIES LABELING: All electrical materials and equipment installed as part of this Project shall bear the label of Underwriters' Laboratories, Inc. (UL) or other testing laboratory approved by the City of Fort Worth Electrical Inspection · Section . Such labeling shall include all electrical equipment provided as part of the building mechanical · systems package such as pumps, blowers, fans, etc. The label shall be included with the submittals for the respective pieces of equipment and under all circumstances shall be provided prior to the equipment being shipped to the Project site. D-52 STORMWATER POLLUTION PREVENTION PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more apres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state.tx .us/permitting/water perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in acc9rdance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained tbrough the .. Internet at www .dfwstormwater.comlrunoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are cons~~tion management techniques that, if properly utilized, can · minimize the need for phys ical controls. and .possjbly reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT {NOD : If the project will result in a total land d~stu!bance. equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site . The NOi shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required application fee : $325 if the NOi is submitted by regular United States mail or $225 if submitted electronically. · The NOi shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P .O. Box 13087 Austin, TX 78711-3087 Part D Special Conditions.doc D-14 April 2010 I , I • ·, City of Fort Worth Westside 54" RW Pipeline Project A copy of the NOi shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice th1,tt the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site . The SWPPP will be prepared by Engineer. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbound copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTNITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FNE ACRES: Submission of a NOi form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Part D Special Conditions.doc D-15 April 2010 City of Fort Worth Westside 54" RW Pipeline Project Deviations from the proposed control measures must be submitted to the engineer for approval . FORMS INCLUDED HEREIN: Copies of fonns for Contractor's use in filing Notice of Intent, Notice of Change, Notice of Tennination, and Instruction and General Infonnation for completing and filing the fonns are included at the end of Part D. END OF SECTION ••• 1 Part D Special Conditions.doc D-16 April 2010 r 1 r 1 r 1 r "1 r .. , . City of Fort Worth Westside 54" RW Pipeline Project HEAVY & WGBWAY CONSTRUCTION .PREV Ail,JNG WAGE RATES 2008 Air Tool nnerator AmhaltD1strmutor0narator Asubalt Pavin2 Machine c>nerator Asphalt Raker AsDhalt Shoveler Batching Plant Weillher Broom or sw-Onerator Bulldo:r.cr ODDl'lltor Camenter Concrete Finisher Pavin2 Concrete Plnishet Structures Concrete Pavlna Curblnir Machine Onerator Concrete Pavin11 Finisblne Machine c lnfmltor Cooorcto Pavlna 1oint Sealer Operator Concrcto Dlvfrut Saw untfflltOr Concrete Pavlne Spreader Operator Concrete Rubber Crane. ClamsheD. Backhoe. Demck, Draaline Shovel Onerator Elecbiclan Flaaaer Form Bullder/Settet Structures Form Setter Pavlrut & Curb Foundation Drill Onerator Crawler Mounted Foundation Drill f'lnArator Truck Mounted Front End Loader Operator Laborer, Common Laborer. Utllitv Mechanic MillinaMachine Oneratot Fine Grade . Mixer ODerator Motor Grader nneratcir. Pine Orade Motor Orader Operator, Rouah Oiler Painter Structures Pavement Marldna Machine anerator Pipelaver R.einforclna: Stool Setter PaviDR Reinforcing Steel Setter Structure Roller Onerarnr. Pneumatic Self-Pronetled Roller ODmtor Steel Wheel Flat Wheevramplna Roller Dnerator. Steel Wheel. Plant Mlx Pavement Scraner Operator Servicer Slip Form Machine Onerator Snrcader Box Ooerator Tractor Operator Crawler TYPo Tractor UDerator Pneumatic Travelinir Mixer Operator Truck Driver, Lowboy-Float Truck Driver SlnRle Axle HeaVY Truck Driver, Single Axle, Lillht Truck Driver Tandem Axle. Semi-Trailer Truck Driver Transit-Mix W12on Drill Dorine: Machine Post Hole Driller Operator Weldc,r Work Zone Barricade Servicer Part D Special Conditions.doc D-17 $10.06 $13.99 $12.78 $11.01 $ 8.80 $14.IS $ 9.88 $13.22 $12.80 $12.8S $13.27 $12.00 $13.63 $12.SO $13.56 $14.SO Sl0.61 $14.12 $18.12 S 8.43 $11.63 $11.83 $13.67 $16.30 $12.62 $ 9.18 SI0.65 $16.97 $11.83 Sl1.S8 $15.20 $14.SO $14.98 $13.17 $10.04 $11.04 $14.86 $16.29 $11.07 $10.92 Sll.28 Sll.42 $12.32 $12.33 $10.92 $12.60 · $12.91 $12.03 $14.93 $11.47 $10.91 Sll.7S $12.08 $14.00 $13.57 S10.09 April 2010 City of Fort Worth Westside 54" RW Pipeline Project Clc1ss1f1cat1on AC Mechanic AC Mechanic Heloer Acoustical Cellln11. Mechanic BricklMMr/Stone Mason Br1cklaver/Stone Mason Heloer canienter Carpenter Helper Conaete Finisher Concrete Fann Builder Drvwall Mechanic Drvwall Helper Drvwall Taper Drvwall TaDer Helper Electrician (Joumevman) Electrician Heloer Electronic Technician Electronic Technician Heloor Floor Laver (Resilient) Floor Laver Helper Glazier Glazier Hl!l""r Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Painter Heloer Ploefitter Ploefitter Helper Plasterer Plasterer Heloer Part D Special Conditions.doc 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY I I I Hr ly Rdtl• I CloY,1r1cotHHl $21.69 Plumber $12.00 Plumber Helper $15 .24 Relnforclniz Steel Setter $19.12 Roofer $10.10 Roofer Heiner $16,23 Sheet Metal Worker $11.91 Sheet Metal Worker Helper ~ $13.49 Sprinkler Svstem Installer S13,12 Sorlnkler ~tern Installer HelDer $14.62 . Steel Worker Structural $10.91 Concrete PumD ,; Crane, Clamsheel, Backhoe, Denick, D'Llne $13.00 Shovel .. $9 .00 Forklift ' $20.20 Front End Loader $14.43 Truck Driver $19.86 Welder $12.00 WelderHel_. $20.00 $13 .00 $18,00 $13 .00 $14.78 $11.25 $10.27 $13 .18 $16 .10 $14.83 $8.00 $18.85 $12.83 . $17.25 $12.25 D -18 I I I I I Hr ly fl ate> $20.43 r 1 $14.90 $10.00 $14.00 $10.00 $16.96 [ I $12.31 $18.00 S9.00 $17.43 $20.50 $17.76 $12.63 $10.50 $14.91 I I $16.06 $9.75 I l r 1 .... . ·- April 2010 4' -----------4'----------- -----1~" 4i·-CFORT WORTH ~-~ ' .... -'I'-.... J ____._f-3" 311 ~~-Project Title ~,· a1·-2 Funding -3" 1i" -______ Contractor::;-;;-------===::$---1" ~--Contractor's Name 2 -1111 1i· -Questions on this Project Call:--_;. 1i·-(817)392-XXXX _ 1 • 1i"-=After Hours Call: (817) 392 -xxxx =-. -*~ ~-...,.J'----------------------,------' LR1"TYP. 1"TYP .J FONTS: FORT WORTH LOGO IN CHEL TINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD COLORS: FORT WORTH • PMS 288 • BLUE LONGHORN LOGO · PMS 725 • BROWN LETTERING • PMS 288 • BLUE BACKGROUND -WHITE BORDER -BLUE NOTES: IF APPLICABLE TO THE PROJECT, CONTRACTOR SHALL OBTAIN VINYL STICKER "CITY GAS LEASE REVENUE IN ACTION"/ LOGO AT CDR SIGN AND ENGRAVING , 6311 EAST LANCASTER AVE (817-451-4684), PEEL AND PLACE IN FUNDING SECTION. PROJECT DESIGNATION SIGN CITY OF FORT WORTH -CONSTRUCTION STANDARD DRAWING NO. 1 -H DATE : Notice of Intent (NOi) for Storm Water Discharges Associated with Construction Activity under TPDES General Permit (TXR150000) TCEQ Office Use Only Permit No .: TXR.15 RN: CN: RefNo: Sign up now for ePermits NOi at www6.tceg.state.tx.us/steers · Get Instant Permit Coverage and only pay a $225 application fee. H filing a paper NOi yon can pay the application fee on line? Go to bttps:/lwww6.tceq.state.tx.us/epay/ Renewal of General Permit 1 Is this NOI to renew an ACTIVE permit? Yes -What is your permit number? Permit No. TXR.15 -------No - a permit number will be issued. Application Fee if mailing a paper NOi: You must pay the $325 Application Fee to TCEQ for the application to be considered complete. Payment and NOI must be mailed to separate addresses. See instructions for correct mailing addresses . Provide your payment information below, for us to verify payment of the application fee: . .. . • · · ) Mailed: Check/Money Order No.: Company Name on checlcing account : ... JEPAY: Voucher No.: Yes . 1. If the applicant is currently a customer with TCEQ, what is the Customer Number (CN) issued to this entity? CN Search Central Re s 2. What is the Legal Name of the entity (applicant) applying for this permit? (]'he legal name must be spelled exactly as flied with the Texas Secretary of State, County, or in the legal document forming the entity.) 3. What is the name and title of the person signing the application? (The person must be an official meeting signatory requirements in TAC 30S.43(a).) Name: Job Title: 4. What is the Operator's (applicant) mailing address as recognized by the US Postal Service? (verify at USPS.com} Address : City: Country Mailing lnfonnation (if outside USA). 5. Phone No .: ( ) 6. Fax No.: ( ) -7. Indicate the type of Customer: 0Individual Ocorporation Ostate Government Dother Government TCEQ-20022 (03/0S/2008) Suite No.lBldg. No./Mail Code: State: Country Code: Extension: E-mail Address: Osole Proprietorship-D.B.A. 0Federal Government D::ounty Government DOther (describe): ZIP Code: Postal Code : 0Limited Partnership Ooeneral Partnership Deity Government . "~·--''5 .·; Page 1 8. Independent Operator: [JY es [JNo (If governmental entity, subsidiary, or part of a larger corporation, check "No".) 9. Number of Employees: [J0-20; [J21-I00; · [J1oi-2so; C12s1-soo; or C]so1 or higher ~ Customer Business Tax and Filing Numbers (!'his Item is not applicable to Individuals, Gove~t, GP or Sole Proprietor.) . . ti UIRED for Co rations and Limited Partnershi s Ver the en • 's status and fllln no. with TX SOS at 512/463-5555) State Franchise Tax ID Number: Federal Tax ID: TX SOS Charter (filing) Number: DUNS Number (iflmown): If TCEQ needs additional information regarding this application, who should be contacted? 1. Name: Title: Company: 2. Phone No.: ( ) 3. FaxNo.: 1. T EQ Issued RE Reference Number (RN): (Search Central Registry) Extension: ~mail Address: 2. Name of Project or Site (the name as known by the community where this facility/projectis located):· ( example: phase and name of subdivision or name of project that's unique to the site) 3. Does the site have a physical address? If Yes, complete MM for a physical address. If No, complete Mfijj for site location information. Enter the physical address for the site. (verify it with USPS.com or other delivery source) Jtreet Number: Street Name: · ·city: ZIP Code: Enter the site location information. If no physical address (Street Number & Street Name), provide a written location access description to the site: (Ex.: phase 1 of Woodland subdivision located 2 miles west from intersection of Hwy 290 & IH3S accessible on Hwy 290 South) City where the site is located or nearest city to site: ZIP Code where site is located: 4. Identify the county where the site is located: · 5. Latitude: Longitude: 6. What is the primary business of this entity? In your own words, briefly describe the primary business of the Regulated Entity: (Do not repeat the SIC and NAICS code) 7. What is the mailing address for the regulated entity? Is the RE mailing address the same as the .Operator? es, address is the same as Operator No, provide the address Street Number: Street Name: Lis the site located on Indian Country Lands? 0No OYes-lfYes, do not submit this NOi. Contact EPA, Region VI If the site is on Indian coun lands ou must obtain authorization tbrou BP A, Re · on VI . ., ~at is the Standard Industrial Classificati~n (SIC) code (see instructions for common codes): (Sll!l_rch Osha.gov} Se<;(?ndary: TCEQ-20022 (03/0S/2008) •Page2 3(a) What is the total number of acres disturbed? 3(b) Is the project site part of a larger common plan of development or sale? (:JYes No .,.Ji' es, the total number of acres disturbed can be less than 5 acres. If No, the total number of acres disturbed must be 5 or more. If the total number of acres disturbed is less than 5 then the project site does not qualify for coverage through this Notice of Intent. Coverage will be denied. See the requirements in the eneral ermit for small construction sites. 4(a) What is the name of the water body(s) to receive the storm water runoff or potential runoff from the site? 4(b) What is the segment number(s) of the classified water body(s) that the discharge or potential discharge will eventually 4( c) Are any of the surface water bodies receiving discharges from the construction site on the latest EPA-approved CW A 303( d) list of impaired waters? DYes 0No If Yes rovide the name of the im aired water body s . 4(d) Is the discharge into anMS4? C]Yes 0No IfYes, what is the name of the MS4 Operator? _________________________ _ Note: The general permit requires you to send a copy of the NOi to the MS4 Operator. 4( e) Is the discharge or potential discharge within the Recharge Zone, Contributing Zone, or Contributing Zone within the -Transition Zone of the Edwards Aquifer? Ch~ck "Yes" to the certifications below. Failure to certify to all items will result in denial. D Yes I certify that I have obtained a copy and understand the tenns and conditions of the general permit (J'XR.150000). D Yes I certify that the full legal name of the entity (Operator) applying for this permit has been provided and is legally authorized to do business in Texas. D Yes I understand that a Notice of Termination (NOT) must be submitted when this authorization is no longer needed. D Yes I certify that a storm water pollution prevention plan has been developed and will be implemented prior to construction, and that is compliant with any applicable local sediment and erosion control plans, as re uired in the eneral ermit TXR.150000. "'"f P1"'::0~J\""'!""'(•""J""·~"'"}""';f,..,,,{ . =r:,,,;if;,;;'.~~;;;;i~;:,.:;;;;;,{;;;.i ..,~i .... ~t~l:.~f:,,....~~}~..,.,;?,,.,'ff,,...):-.-~:-~J::"::i.C"".)""".'~}.,..,:·t -.-Jf..,.)"" .. ~!~.,..,·i:c:".r:i'.">l{?"""?r:-~~,,.,i:~-::J'."""\~,,..r:.,..,.:J.~.""-j~tf..,.;\-~~.,.,,?\""1~,,,.~{.,..,,~="1./r.,...,i~.,,,..iJ...,.,~}':'"':~'.'.~;·;,.,.t:""."\f_,,?~-:--~~-.?? ... i:,,:,:,;:·,:,,?"'1·<,;,:1:"":·.t;.::f ;:,<l·~j I, ----------------------• Typed orprintedname (Required & must be legible) Title (Req11ired & legible) certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the infonnation submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the infonnation, the infonnation submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware there are significant penalties for submitting false infonnation, including the possibility of fine and imprisonment for knowing violations. I further certify that I am authorized under 30 Texas Administl·ative Code §305.44 to sign and submit this document, and can provide documentation in "\of of such authorization upon request. Signature:, ___________________ _ Date:. _____________ _ seblue ink TCEQ-20022 (03/05/2008) Page3 ~ Did you complete everything? Use this checklist to be sure! '. r-) Axe you ready to mail your fonn to TCEQ? Go to the General Infonnation Section of the Instructions for mailing addresses. Customer GP Notice of Intent Checklist TXR150000 .f This checklist is for use by the operator to ensure a complete application. Missing infonnation may result in denial of coverage under the dennit. (See NOi Process descriotion in the Instructions) D Application Fee of $325.00 was mailed separately to TCEO's Cashiers's Office (seoarate from the NOI) or the EPAY payment voucher is attached. OPERATOR INFORMATION -Confirm each item is complete: .f . D Customer Number (CN) issued by TCEQ Central Registzy D Legal Name as filed to do business in Texas (Call TX SOS 512/463-5555) D Name and Title of person signing the application. This person must meet signatory requirements in 30 TAC Section 305.43 D Operator Mailing Address is complete & verifiable with USPS . www.usps.com D Phone Numbers/E-mail Address D Type of Operator (Entity Type) D Independent Operator R Number of Employees For Comorations or Limited Partnershios -Tax ID and SOS Filing numbers are REOUIRED Aoollcation Contact person we can call for questions about this aoolication . REGULATED ENTITY (RE) INFORMATION ON PROJECT OR SITE -Confirm each item is complete: .f D Regulated Entity Reference Number (RN) (if site is already regulated by TCEQ) D Site/Project Name/Regulated Entity D Site/Project (RE) Physical Address Please do not use a rural route or post office box for a site location B Or if no physical address, the location information that includes description, zip code and city is listed. Latitude and Longitude TCEO USGS Topo!m!phic Map Viewer or TerraServer-USA R Business description Site Mailing Address (checked same as operator or comolete & verifiable with USPS. www.usns.com) ·, ' ' GENERAL CHARACTERISTICS -Confinn each item is complete: .f D Indian Country Lands -the facility is not on Indian Countzy Lands D Standard Industrial Classification (SIC) code www.osha.gov/oshstats/sicser.html B Acres Disturbed is provided and qualifies for coverage through a NOi. Common plan of development or for sale? D Discharge Information: D receiving water body D segment number(s) is REQUIRED D water body on the latest EPA-Approved Clean Water Act 303( d) list of impaired waters D MS4 Operator n Edwards Aquifer Rule D CERTIFICATION Certification statements have been checked indicating ''Yes" Signature meets 30 Texas Administrative Code {TAC) §305.44 and is original and has been provided for the Operator . . - TCEQ-20022 Checklist (03/05/2008) Page 1 " - -) Notice of Intent (NOi) for Storm Water Discharges Associated with Construction Activity under TPDES General Permit (TXR150000) General Information and Instructions GENERAL INFORMATION Where to Send the Notice of Intent (NOi) and other related fonns: BY REGULAR U.S . MAIL BY OVERNIGHT/EXPRESS MAIL Texas Com.mission on Environmental Quality Texas Commission on Environmental Quality · Stonn Water Processing Center (MC228) Storm Water Processing Center (MC228) · P.O. Box 13087 12100 Park 35 Circle Austin, TX 78711-3087 Austin, TX 78753 TCEQ Contact list: Application Processing Questions relating to the status and fonn requirements : 512/239-3700, 512/245-0130 or swpennit@tceg .state.tx .us Technical Questions relating to the general pennit: 512/239-4671 or swgp@tceg.state.tx.us Environinental Law Division: 512/239-0600 Records Management for obtaining copies of fonns submitted to TCEQ: 512/239-0900 Infonnation Services for obtaining reports from program data bases (as available): 512/239-DATA (3282) Financial Administration's Cashier's office: 512/239-0357 or 512/239-0187 Notice oflntent Process: When your NOi is received by the program, the fonn will be processed as follows: I. Administrative Review: Each item on the fonn will be reviewed for a complete response. In addition , the operator's legal name must be verified with ,-~ . Texas Secretary of State as valid and active (ifapplicable). The address(s) on the fonn must be verified with the US Postal service as an address . )-eceiving regular mail delivery. Never give an overnight/express mailing address . 2. Notice of Deficiency: Ifan item is incomplete or not verifiable as indicated above, a notice of deficiency (NOD) will be mailed to the operator. The operator will have 30 days to respond to the NOD . The response will be reviewed for completeness . 3. Acknowledgment of Coverage: An Acknowledgment Certificate will be maile~ to the operator. This certificate acknowledges coverage under the general pennit -or- Denial of Coverage: If the application is too incomplete to process, or the operator fails to respond to the NOD or the response is inadequate, covera2e under the 2eneral oermit may be denied . If coverage is denied, the ooerator will be notified . General Permit (Your Permit) If filing the NOi through ePermits onJine appJication, coverage under the general pennit begins the day the NOi is submitted to TCEQ through epennits . Sign up now for on line NOi at https://www6.tceg.state.tx.us/steers/ If mailing a paper NOi, coverage under the general permit begins seven (7) days after a completed NOi is postmarked for delivery to the TCEQ . You should have a copy of your general permit when submitting your application . You may view and print your permit for which you are seeking coverage, on the TCEQ web site httR:/[www.tceg,1tate .tx .us/gennittinglwater gualiWstonnwater/l'XR.15 AIR .html. General Permit Forms The Notice of Intent (NOi), Notice ofTennination (NOT}, and Notice of Change (NOC) #20391 with instructions are available in Adobe Acrobat PDF format on the TCEQ web site htm:llwww.tceg,!!tate.tx.us/gennitting{l!§ter guali~/stonnwater/TXR.15 AIR.html. Sign up now for on line Notice of Termination application at https://www6.tceq.state .tx.us/steers/ Change in Operator An authorization under the general pennit is not transferable . If the operator or owner of the regulated entity changes, the present pennittee must submit a Notice ofTenninai:ion and the new operator must submit a Notice oflntenl The NOT and NOI must be submitted not later than 10 days prior to the change in Operator status. ' TCEQ-20022 Instructions (03/05/2008) Page 1 J TCEQ Central Registry Core Data Form The Core Data Form has been incorporated into this fonn. Do not send a core data form to TCEQ. · I""\ ; · J.fter final acknowledgment of coverage under the general permit, the program will assign a Customer Number (CN) and Regulated Entity Number (RN). For Construction Pennits, a new RN will be assigned for each Notice of Intent filed with TCEQ, since construction project sites can overlap with other Customers. The RN assigned to your construction project will not be assigned to any other TCEQ authorization. You can find the information on the Central Registxy web site at www4,tceg.state.tx.us/cmub. You can search by the Regulated Entity (RN), Customer Number (CN) or Name (Permittee), or by your permit number under the search field labeled • Additional ID0 • Capitalize all letters in the permit number . The Customer (Permittee) is responsible for providing consistent information to the TCBQ, and for updating all CN and RN data for all authorizations as changes occur. For General Pennits, a Notice of Chanae form must be submitted to the pro1m1111 area. Application Fees: $225.00 application fee if submitting the NOI through ePermits. $325.00 application fee if submitting a paper NOI for processing. The application fee is required to be paid at the time the NOI is submitted. Failure to submit payment at the time the application is tiled will cause delays in acknowledgment or denial of coverage under the general permit · • Mailed Payments: DO NOT mail your check with the original Notice of Intent application. Use the attached Application Fee payment submittal form is mailing the payment. Do not include a copy of the NOi. BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Financial Administration Division Cashier's Office, MC-214 P.O. Box 13088 Austin, TX78711-3088 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Financial Administration Division Cashier's Office, MC-214 12100 Park 35 Circle Austin, TX 78753 ~ eP A Y Electronic Payment: \. )lo to https://www6.tceq.state.tx .us/epay/ . · · Select Water Quality, then select the fee category ''GENERAL PERMIT CONSTRUCTION STORM WATER DISCHARGE NOi APPLICATION''. You must include a copy of the payment voucher with your NOi. Your NOI will not be considered complete without the payment voucher. The Annual Water Quality Fee has been consolidated into the Application Fee effective March 5, 2008. An annual fee will not be assessed and billed to operators on 9/1/2008. This does not relieve the operator offees due for prior fiscal year assessments. The operator will continue to receive an invoice for payment of any past due annual fee. A 5% penalty will be assessed if the payment is received by TCBQ after the due date . Annual fee assessments cannot be waived as long as the authorization under the general permit was active on .September 1 of the FY billed TCEQ-20022 Instructions (03/05/2008) . Page2 r l I l r 1 = INSTRUCTIONS FOR FILLING OUT THE NOi FORM 1. TCEQ Issued Customer Number (CN) · TCEQ's Central Registxy will assign each customer a number that begins with "CN," followed by nine digits. This is not a permit number, registration number, or license number. If this customer has not been assigned a Customer Reference Number, leave the space for the · Customer Reference Number blank. If this customer has alrea been assi ed this number, enter the o erator's Customer Reference Number in the s ace rovided. 2. Legal Name Provide the legal name of the facility operator, as authorized to do business in Texas. The name must be provided exactly as filed with the Texas Secretary of State (SOS), or on other legal documents fonning the entity, that is filed in the county where doing business. You may contact the SOS at 512/463-5555, or go to http://www.sos.state.tx.us/com/contaclshtml for more information related to filing in Texas. Iffiled in the county where doing business rovide a co · of the le documents showin the le al name. 4. Operator Mailing Address Provide a complete mailing address for receiving mail from the TCEQ. The address must be verifiable with the US Postal Service at www.usps.com, for regular mail delivery (not overnight express mail). If you find that the address is not verifiable using the USPS web search, please indicate the address is used b the USPS for re lar mail delive . 5. Phone Number This number should correspond to this customer's mailing address given earlier. Enter the area code and phone number here . Leave ''Extension" blank if this customer's hone stem lacks this feature . 6. Fax Number and E-mail Address This number and E-mail address should corres ond to o erator's mailin address rovided earlier. tional Infonnation 7. Type ofEntity Check only one box that identifies the type of entity. Use the descriptions below to identify the appropriate entity type: is a customer who has not established a business, but conducts an activity that needs to be regulated by the TCEQ. 1ole Proprietorship-~.BA. is a customer that is owned by only one person and has not been incorporated. This business may: J be under the person's name • · have its own name ("doing business as," or d.b.a.) • have any number of employees Partnership is a customer that is established as a partnership as defined by the Texas Secretary of State's Office. Corporation the customer meets all of these conditions: • is a legally incorporated entity under the laws of any state or country • is recognized as a corporation by the Texas Secretary of State • has proper operating authority to operate in Texas. Government-Federal, state, county, or city government (as appropriate) the customer is either an agency of one of these levels of government or the governmental body itself. Other is Estate, Trust, etc. the customer does not fit one of the above descri tions. Enter a short descri tion of the e of customer in the blank rovided. 8. Independent Operator Check "No" if this customer is a subsidi or is a ovemmental enti . Otherwise, check "Yes.• 9. Number of Employees Check one box to show the number of employees for this customer's entire company, at all locations . This is not necessarily the number of employees at the site named in the NOi. 10. State Franchise Tax ID Number Corporations and limited liability companies that operate in Texas are issued a franchise tax identification number. If this customer is a corporation or limited liabili com an , enter this number here. Federal Tax ID All businesses, except for some small sole proprietors, individuals, or general partnerships should have a federal taxpayer identification number (TIN). Enter this number here. Use no refixes, dashes, or h hens. Sole ro rietors, individuals, or general artnershi s do not need to rovide a federal tax ID. TX SOS Charter (filing) Number Corporations and Limited Partnerships required to register with the Texas Secretary of State are issued a charter or filing number. You may obtain further :nformation callin SOS at 512/463-5555 h ://www.sos.state.tx.us/co /contact.shtml. TCEQ-20022 Instructions (03/05/2008) Page3 This is a number issued by TCEQ's Central Registry to sites (a location where a regulated activity occurs) regulated by TCEQ . This is not a permit number, registration number, or license number. • If this Regulated Entity has not been assigned a Regulated Entity Number, leave this space blank. • If this customer has been assi ed this number, enter the o erator's Re lated Enti Number. 2. Site/Project Name/Regulated Entity If the site is already regulated by TCEQ, use the same name as on the existing Regulated Entity Reference Number (RN). l1ll1fl1 Enter the complete physical address of where the site is located. This must be a street number and street name for a complete physical address . This address must be validated through US Postal Service or your local police (911 service) as a valid address . Please confirm this to be a complete and valid address. In some rural areas, new addresses are being assigned to replace rural route addresses. Please do not use a rural route or post office box for a site location • .W If a site does not have an actual physical address that includes a street number and street name, then provide a complete written location access description, and the zip code and city where the site is located. For example: "The site is located 2 miles west froi:n intersection of Hwy 290 & IlD5, located on the southwest comer of the Hwy 290 South bound lane.• This includes authorizations for construction projects such as highways and subdivision . · 4. Identify the County where the site is located. If the site covers more than one county, provide the county that is most affected by the authorized activi and list the additional coun . s as secon 5. Latitude and Longitude · Enter the latitude and longitude of the site in either degrees, minutes, and seconds or decimal form. For help obtaining the latitude and longitude, go to: CE S To h"c a iew orTerraServcr-SA · 6. Description of Activity Regulated In your own words, briefly describe the primary business being conducted at the site. (A description specific to what you are doing that requires this authorization -Do not re cat the SIC Code s . ~ :··. . .. ··,. ·.·: . . .... . . .. . rii~==~r,:f,f,,-,:::v-:,...,..,.,,,,.,..,.,..,...,,,......,..,,..,,,,.,.,,,,,....,..,,,..-r:-==,..,,,..,.:-..:::,====::"""'~:,,-;;,==~=-;-,,,-i-:-,-:==~;-::-.~~==I Provide a comple~ mailing address to be used by TCEQ for receiving mail at the site. In most cases, the address is the same as the operator. If so, . simply place a check rnarlc in the box. If you provide a different address, please verify the address with USPS as instructed above for the operator address. I. Indian Country Lands If your site is located on Indian Country Lands, the TCEQ does not have authority to process your application. You must obta~ authorization through EPA, Region VI, Dallas. Do not submit this fonn to TCEQ. Indian Country means (1) all land within the limits ofany American Indian reservation under the jurisdiction of the U.S. government, notwithstanding the issuance of any patent, and including rights-of-way running throughout the reservation ; (2) all dependent Indian communities within the borders of the United States whether within the original or subsequently acquired territory thereof, and whether within or outside the limits of a State; and (3) all Indian allotments, the Indian titles which have not been extinguished, including rights-of-way running through the same . Indian Tribe means any Indian Tribe, band, nation, or community recognized by the Secretary of the Interior and exercising substantial governmental duties and powers. 2. Standard Industrial Classification (SIC) code Provide the SIC code that best describes the construction activity being conducted at the site. Common SIC Codes related to construction activities include: 1521 Construction of Single Family Homes; 1522 Construction of Residential Bldgs. · Other than Single Family Homes; 1541 Construction of Industrial Bldgs. and Warehouses; 1542 Construction ofNon-,:esid~ntial Bldgs. other than Industrial Bldgs. and Warehouses; 1611 Highway & Street Construction, except Highway Construction; 1622 Bridge, Tunnel, & Elevated Highway Construction; 1623 Water, Sewer, Pipeline & Communications, and Power Linc Construction . For help with SIC codes, go to: www.osha.gov/oshstats/sicser.htinl · TCEQ-20022 Instructions (03/05/2008) Page4 I ' [ . I r' _I_ 3. Estimated Area of Land Disturbed · -• 3(a). Provide the approximate number of acres that the construction site will disturb. -, -J(b ). Indicate is the site is part of a common plan of development or for sale. ··construction activities that disturb less than one acre, unless they are part of a larger common plan that disturbs more than one acre , do not require pennit coverage. Construction activities that disturb between one and five acre, unless they are part of a common pl~ that disturbs five acres or more acres, do not require submission of an NOi . Therefore, the estimated area of land disturbed should not be less than five, unless the project is part of a larger common plan that disturbs five or more acres. "Disturb" means any clearing, grading, excavating, or other similar activities . If you have any questions about this item, please call the storm water tecluµcal staffat(512)239-4671 . 4. Discharge Information . 4 (a). The storm water may be discharged directly to a receiving stream or through a MS4* from your site. It eventually reaches a receiving water body such as a local stream or lake, possibly via a drainage ditch. You must provide the name ofthe water body that receives .the discharge from the site (a local stream or lake). 4 (b). The classified segment number(s) is REQUIRED to get coverage. Go to the link to find the segment number ofth~ classified -water body where storm water will flow http://www.tceg.state.tx .us/compliance/monitoring/water/guality/data/wgm/viewer/viewer.html . Call Water Quality Assessments at 512/239-4671 for further assistance. Another source for segments is: http://www.tceq.state.tx.us/comm_exec/forms_pubs/pubs/gi/gi-316/index .html 4 (c). If any surface waterbody(s) receiving discharges from the construction site are on the latest EPA-approved CWA § 303(d) list of impaired waters, provide the name(s) ofthewaterbody(s). EPA approved CW A 303d list of impaired waters can be found at: Texas Water Quality Inventory and 303(d} List -Texas Commission on Environmental Quality-www.tgeq .state.tx .us 4 (d). Identify the MS4* Operator name if the storm water dispharge is into an MS4. *MS4 ls an acronym for Municipal separate storm sewer system. MS4 is defined as a separate stonn sewer system owned or operated by a state, iity, town, county, district, association, or other public body (created by or pursuant to state law) having jurisdiction over disposal of sewage, industrial )\tastes, stonn water, or other wastes, including special districts under state law such as a sewer district, flood control or drainage district, or similar entity, · or an Indian tribe or an authorized Indian tn'bal organization, that discharges to water in the state. For assistance. vou mav call the technical staff of the Water Oualitv Assessment & Standards Section at 512/239-4671. 4 (e). Edwards Aquifer Rule See maps on the TCEQ website to determine if the site is located within the Recharge Zone, Contributing Zone, or Contributing Zone within the Transition Zone of the Edwards Aquifer at http://www .tceg.state .tx.us/compliance/field ops/eapp/viewer.htrnl . If the discharge or potential discharge is within the Recharge Zone, Contributing Zone, or Contributing Zone within the Transition Zone of the Edwards Aquifer, a site specific authorization approved by the Executive Director under the Edwards Aquifer Protection Program (30 TAC Chapter 213) is required before construction can begin. The general pennit requires the approved Contributing Zone Plan or Water Pollution Abatement Plan to be included as a part of the Storm Water Pollution Prevention Plan. The certification must be answered "Yes" for coverage under the general pemiit. Failure to indicate "Yes" to ALL of the certification items mav result in denial of covera2e under the general oennit. The certification must bear an original signature of a person meeting the signatory requirements specified under 30 Texas Administrative Code §305.44 IF YOU ARE A CORPORATION: The regulation that controls who may sign an NOi or similar fonn is 30 Texas Admin istrative Code §305.44(a)(l) (see below). According to this code provision, any corporate representative may sign an NOi or similar fonn so long as the authority to sign such a document has been delegated to that person in accordance with corporate procedures. By signing the NOi or similar form, you are certifying that such authority has been delegated to you . The TCEQ may request documentation evidencing such authority. IF YOU ARE A MUNICIPALITY OR OTHER GOVERNMENT ENTITY: The regulation that controls who may sign an NOi or similar fonn is 30 Texas Administrative Code §305.44(a)(3) (see below). According to this code provision, only a ranking elected official or principal executive officer may sign an NOi or similar form . Persons such as the City Mayor or County Commissioner will be considered ranking elected officials. In order to identify the principal executive officer of your government entity, it may _ Je beneficial to consult your city _charter, countv or citv ordinances, or the Texas statute(s) under which your 2ovemment entity was fanned . An NOi or TCEQ-20022 Instructions (03/05/2008) Pages similar document that is signed by a government official w)lo is not a ranking elected official or principal executive officer does not conform to §305.44(a)(3). The signatory requirement may not be delegated to a government representative other than those.identified in the regulation. By signing · he NOi or similar form, you are certifying that you are either a ranking elected official or principal executive officer as required by the administrative ode. Documentation demonstrating your position as a ranking elected official or principal executive officer may be requested by the TCEQ. If you have any questions or need additional information concerning the signatory requirements discussed above, please contact the Texas Commission on Environmental Quality's Environmental Law Division at 512/239-0600. 30 Texas Administrative Code §305.44. Signatories to Applications. (a) All applications shall be signed as follows . (I) For a corporation, the application shall be signed by a responsible corporate officer. For purposes of this paragraph, a responsible corporate officer means a president, secretaiy, treasurer, or vice-president of the corporation in charge of a principal business .function, or any other person . who performs similar policy or decision-making functions . for the corporation; or the manager of one or more manufacturing, production, ·Of . operating facilities employing more than 250 persons or having gross annual sales or expenditures exceeding $25 million (in second-quarter l~~O dollars), if authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. Corporate procedures governing authority to sign pennit or post-closure order applications may provide for assignment or delegation to applicable corporate positions rather than to specific individuals. (2) For a partnership or sole proprietorship, the appli~ation shall be signed by a general partner or the proprietor, respectively. (3) For a municipality; state, federal, or other public agency, the application shall be signed by either a principal executive officer or a ranking elected official. For purposes of this paragraph, a principal executive officer of a federal agency includes the chief e?(ccutive officer of the · agency, or a senior executive officer having responsibility for the overall operations of a principal geographic unit of the agency ( e.g., regional administrator of the EPA . TCEQ-20022 Instructions (03/05/2008) Page6 r 1 r l ! I I r I [ l ' . ' ' I.---.... : Texas Commission on Environmental Quality General Permit Payment Submittal Form $325 for a paper Construction NOi Annlication Fee Use this form to submit your Application Fee only if you are mailing your payment. •Complete items 1 through 5 below: •Staple your check in the space provided at the bottom of this document. • Do not mail this fonn with your NOi fonn. • Do not mail this fonn to the same address as your NOi. Mail this form and your check to: BY REGULAR U.S. MAIL BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Texas Commission on Environmental Quality Financial Administration Division Financial Administration Division Cashier's Office, MC-214 Cashier's Office, MC-214 P.O. Box 13088 12100 Park 35 Circle Austin, TX 78711-3088 Austin, TX 78753 Fee Code: GPA General Permit: TXR.150000 1. Check/Monev Order No: '· '· 2. Amount of Check/Monev Order: 3. Date of Check or Monev Order: 4. Name on Check or Money Order: A:l~?lf.t?t:.1.ti1ti>:;.~/kf:~~f!lf,t1r.r~!~~~~t~~~~;\~~i~f~l'i~~-t~.~:-:~:: {tt;:~~r=? ?t~a/: ::t:~:~rt.i:r:<.·.~)?i~:f; /;?f :~ t ~: \ -~:'{!:·:~-:: .... lJi{::;·:~~:Jt(~f ·: :· ;::.: ~:W~i:::·{t//~~ \-1.:· ._ .... ; ·=: \~~-; .... ::~.:_: . J_ 5. NOi INFORMATION If the check is for more than one NOi, list each Project/Site (RE) Name and Physical Address exactly as provided on the NOi. DO NOT SUBMIT A COPY OF THE NOi WITII nns FORM AS IT COULD CAUSE DUPLICATE PERMIT ENTRIES . • 1...· . See Attached List of Sites (If more soace is needed, you may attach a list.) Project/Site (RE) Name: ... Project/Site (RE) Physical Address : Staple Check In This Space TCEQ-20134 (3/05/2008) Page 1 Notice of Change {NOC} to an Authorization for Storm Water Discharges Associated with Construction Activity under TPDES General Permit {TXR150000} a. What is the full Legal Name of the current Operator as on the authorization? b. What is the TCEQ Central Registry Customer Number assigned to this Operator? What information has changed or needs corrected? TCEQ Office Use Only Permit No.: RN: CN: Check one or more of the sections bein u dated and enter the new information in the corres ondin section of this fonn. Operator Legal Name Change with Texas Secretary of State (TX SOS). Go to Section 1 &/or 2 as applicable. ote: Permits are not transferable. If a chan e in enti has occ this NOC is not attainable. Address and contact infonnation for Operator, Billing for Annual Fee, or Discharge Monitoring Report forms . Site Information (Regulated Entity) ote: Permits under a eneral ermit are site s ecific. If a chan e in site location has occurred, this NOC is not attainable. General Characteristics relating to the regulated activity. a. What is the NEW active Legal Name with TX SOS or on other legal docwnent? New Legal Name: Billing address/contact for Receiving Annual Fee D Reporting address/contact for Receiving Discharge Monitoring Statement Re orts MRs b. If you selected more than one, is the infonnation to be updated the same for each selection? Cl Yes-Provide the updated information in the fields below. CJNo-Attachment 1 of the NOC is attached to this fonn, to rovide the different addresses . ATTNorC/0: Address: Suite No ./Bldg . No./Mail Code: City: State: ZIP Code: yountry Mailing Information (if outside USA). Country Code: Postal Code: 'Phone No .: ( ) Ext: Fax No .: ( ) E-Mail : TCEQ-20391 (07/13/2007) Page 1 ,'l!j fF: ·• 'i;:lit')j '.lk"ri.n~;·:···. ···t .. ~E'!IN;i1~ .. o·;'lffi(l)"lti'tkfl'ii.'i>";ili':' ~--~1\t'.:,;-1::.(j;_;:!.:.1,1ffl-3\fi1~·-B11~.,,...,Y,·,y.·:;:f.t.\;tiH;;:TI,;1\;f.:fi!~~f,i'{J.'i!c.':'.:M,':;.:i/il,ljf:;(.f1i?{SJ'ft :·\{ .. ,. ),":, ,.:.~~~~,~&.,:t.~~;t~~ · . ... . ··'· ·'-·' ··r..~·~!'~1:?:t~-, ... ~~!lfS:t~"c.~~~ .. ,~t.,,i ~ Vt¥.J;~i.i(;,;r.:~~J;::~$,1J~ ;c"f.?:·i~~·:i1~;1~it:f{.t~~~.f·~ii~ ... f.1.~il.';h~·r,{i~: -:-~l•·~: ... :. ... ;.. ~:.-:i.~ri..-. a. Is this a change to the location of the pennitted activity? Yes -this re uested chan e will not be recessed since the authorizations are site s ecific . .. --~-New or Corrected Name of Project or Site : c. Updated Physical Address (new 911 address): Street Number: Street Name : City: ZIP Code: Bldg/Ste No. County (Counties if>l): d Update or Corrected location access description, ifno physical address {Street Number & Street Name): e. Corrected Latitude: Identify the specific change and provide the updated information. Han attachment is need, please reference it below. IfTCEQ needs additional infonnation regarding this application, who should be contacted? 1. Name: Title: Company: 2. Phone No .: ( ) Ext Fax No.: ( ) E-Mail: I, Typed or printed name (REQUIRED) Title (REQUIRED) }ertify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the infonnation submitted Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information sub!Ditted is, to the best of my knowledge and J>elief, true, accurate, and complete. I am aware there are significant penalties for submitting false infonnation, including the possibility of fine and imprisonment for knowing violations. I further certify that I am authorized under 30 Texas Administrative Code §305.44 to sign and submit this document, and can provide documentation in proof of such authorization upon request Date=------------------~---..-- (RE UIRED TCEQ-20391 (07/13/2007) Page2 r 1 r l I r 1 I I Attachment 1 to a NOC Form for Providing Different Address & Contact Information Related to a Specific Permit under General Permit TXR150000 What is the Permit No.? TXR.15 ,uomu»> --------------- !i~~m&N°?l1E;~ij;o)U$~,,~\\~omrA··, ··. ·: ... ·:(l)JfM!.l.tt0N~J.~lM~r1.~@1~r1s.tG'M,:\tt1[1.~\;¥~w:.~itt~z1~1::~tI!1t1~1,i iv~JP::~i1~?r,~itli,~\? Fill in the chan2es as aoolicable. Incomolete and invalid addresses will not be used. Verifv mailing addresses at USPS.com. ATTNorC/0: Address : I Suite No./Bldg . No ./Mail Code: City: I State: I ZIPCode: Country Mailing Information (if outside USA). Country Code: Postal Code: Phone No.: ( ) Ext: Fax.No.: ( ) j E-Mail: · ATTNorC/0: Address: I Suite No./Bldg . No./Mail Code: City: I State: j ZIP Code: Country Mailing Information (if outside USA). Country Code: Postal Code: Phone No .: ( ) Ext: Fax No.: ( ) I E-Mail: ATINorC/0: j Suite No./Bldg . No./Mai l Code : .:'.:ity: I State: I ZIP Code: Country Mailing Information (if outside USA). Country Code: Postal Code: Phone No .: ( ) Ext: I Fax No.: ( ) I E-Mail: TCEQ-20391 NOC Attachment l (07/13/2007) Page I -,~ Notice of Change (NOC) to an Authorlzat.lon for Storm Water Discharges Associated with Construction Activity under TPDES General Permit (TXR150000) .-! General Information and Instructions GENERAL INFORMATION Where to Send the Notice of Change (NOC): BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O. Box 13087 Austin, TX 78711-3087 TCEQ Contact list: BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) . 12100 Park 35 Circle Austin TX 78753 Application Processing Questions relating to the status and form requirements: 512/239-3700 or email swpennit@tceq.state.tx .us 512/239-4671 Technical Questions relating to the general permit: Environmental Law Division: 512/239-0600 Records Management for obtaining copies of forms submitted to TCEQ: 512/239-0900 Information Services for obtaining reports from program data bases (as available): 512/239-DATA (3282) Financial Administration's Cashier's office: 512/239-0357 or 512/239-0187 Notice of Change Process: When your NOC is received by· the program, the form will be processed as follows: I . Administrative Review: The fonn will be reviewed to ensure the request is from the permittee ( operator) on the authorization, the pennit is active _and initial coverage was acknowledged. Each item on the form will be reviewed for a complete response that qualifies for a NOC. In addition, the )perator's legal name change must be verified with Texas Secretary of State (if applicable). The address(s) on the form must be verified with the US Postal service as an address receiving regular mail delivery. Never give an overnight/express mailing address . If an item is incomplete or not verifiable as indicated above, the operator DI!! be notified by letter, phone call or email. In some instances as ·noted at the beginning of the form, the request may simply be returned. 2. NOC Confirmation: An updated Acknowledgment Certificate will be mailed to the operator only if the NOC is to change information provided on the acknowled1rn1ent certificate. The oriirinal covera2e effective date will not chan2e. General Permit (Your Permit) You may view and print your general permit on the TCEQ web site www.tceg.state.tx.us . Enter.the· 2eneral permit nwnber as the kev word in the search box to locate the specific web pa2e. General Permit Forms The Notice of Intent (NOi), Notice of Termination (NOT), and Notice of Change (NOC) with instructions are available in Adobe Acrobat PDF format on the TCEQ web site www.tcea .state.tx.us. Change In Operator An authorization under the general permit is not transferable. If the operator of the regulated entity changes, the present permittee must submit a Notice ofTennination and the new operator must submit a Notice of Intent The NOi must be submitted not later than 10 days prior to the change in Operator status. Note that the NOT is effective on the postmarked date. It may be necessary to not terminate the existing permit until coverage by the new entitv is confirmed. TCEQ Central Registry Core Data Form The Core Data Form has been incorporated into this form . Do not send a core data form to TCEQ. You can find the infonnation on the Central Registry web site at www4 .tceg.state .tx,us/crpub. You can search by the Regulated Entity (RN), Customer Number (CN) or Name (Permittee ), or by your permit number under the search field labeled "Additional ID". The Customer (Pennittee) is responsible for providing consistent information to the TCEQ, and for updating all CN and RN data for all associated authorizations as changes occur. For General Permits, a Notice of Change form must be submitted to the program area for approval to update the CN and RN data in central registry. TCEQ-20391 NOC Instructions (07/13/2007) Page I INSTRUCTIONS FOR FILLING OUT THE NOC FORM I. Provide the current pennittee(s) full legal name as on the pennit b. Provide the TCEQ Issued Customer Number (CN) for the entity. Go to http://www4.t!<@,state .tx .us/cmub/ to locate your CN. If the name(s) provided do not match the current pennittee name(s), this fonn will be returned . It is the responsibility of the pennittee(s) to comply with the general pennit · Note: If a change is being made to the CN and the CN has other TCEQ authorization types, it is the entity's responsibility to update those authorizations at the same time . If an authorization has been cancelled or termina~ed, the name can not be changed on the permit. Because of this, a new CN may be issued for the new name. · 2. Provide the TCEQ Issued Regulated Entity number assigned for this pennitted activity. Go to http ://www4 .tceq.state.tx .us/cmub/ to locate your CN. Provide the new legal name. If the entity is a Limited Partnership or Coiporation, the name change must be verifiable with Texas Secretary of State. Thi: TX SOS filing number must be provided to verify only a name change occurred. You may contact the SOS at 512/463-5555, for more infonnation · related to filing in Texas. If tiled in the county where doing business, provide a c:opy of the legal documents showing the legal name change. Legal name changes of a Coiporation and Limited Partnership will be verified with Texas Secretary of S~. If the entity is tiled as a new entity with a ,new filing number, then the change cannot be made through a NOC. The permits are not transferable . If the operator changes, the old entity must )erminate their permit and the new entity must submit a fonn for a new pennit. · Indicate the type of address and contact infonnation that has changed from the original NOi or last NOC submitted to TCEQ . . If the address and/or contact information is the same for all types, then check each type and enter the information in the fields .on the fonn . If some types have different infonnation, then use the NOC ATTACHMENT 1. The pennit number MUST be written on A'ITACHMENT I to indicate it is a part of the NOC form for the permit being updated . The updates cannot be made without referenc:;e to the su~mitted NOC fonn. Malling Address . The address MUST BE verifiable with the US Postal Service at www.usps.com., for regular mail delivery (not overnight express mail). If you find that the address is not verifiable using the USPS web search, please indicate the address is used by the USPS for regular mail delivery .. Failure to provide a valid mailing address will delay or prohibit us from updating the permit · · · . Please note that adcjress update~ relating to a general permit authorization can ONLY be made through a Notice of Change. Address changes submitted thro an other form can not be rocessed. · · The NOC form is only for use to update or correct information submitted on the original application or last NOC for the authorization . The authorization under a general pennit is site specific. If this change is related to a new location, a Notice of Change is not attainable. Provide the updated site name , updated site addresses, and/or corrected latitude and longitude, as applicable to your NOC request · A new physical address for an existing location is usually the result of a newly assigned 911 address for emergencies. :tilt( Indicate the change to information originally supplied. For example if the number of acreas of area disturbed has changed, Ulen state: "The number acres of area disturbed has increase to 40 acres." · · ·~e~~ ~. ,.. ·:,r~~ ~1r~£aiijt~<<!t~.:~·1 .. ~~;-;· .. :.t:~t;.(~/~.::t~::~:{:~~.-. ~tr;~r:.=~}?r:::~t~~?;;:~~·f .. ~:;:;:~~~:·i.;·).;:f:~~. ;~-~;:~~·:): .~t Iti~-.~ ·=~: :~!.:r t·.··~~:1·~.=: :··1:::: ~: •. :·7:j.~:;f ?::\,~:1<~-~: /tf., ·:·:·:r ;~K.~ :-.:r;.{i~t:.;.~!.: ;~ Provide the name , title and communication infonnation of the person that TCEQ can contact fo r additional information regarding this application . TCEQ-20391 NOC Instructions (07/13 /2007) Page2 r, r, I' _ ~ ;1D.~~arr···· 1·.~._-fl:-~?~··· .O.N.s·~}?tj~~l;~t-~· . .-~;;,r!.;z1~t~}~j\l!~~i~~\ii1~~\~;·:;~i1r~,~~~1~~;i~~1n.~~t~1~1'fk;~K{~t~~tt~·~~~r:s~(1ir.:.5fi~~ij:~trf=t~~ii~lr;tij1t?i~~r::9f~~t. .-..__ The certification must bear an original signature of a person meeting the signatory requirements specified under 30 Texas Administrative Code (TAC) J305.44. IF YOU ARE A CORPORATION: The regulation that controls who may sign an NOi or similar form is 30 Texas Administrative Code §305.44(a)(l) (see below). According to this code provision, any coiporate representative may sign an NOI or similar form so long as the authority to sign such a document has been delegated to that person in accordance with coiporate procedures. By signing the NOI or similar form, you are certifying that such authority has been delegated to you. The TCEQ may request documentation evidencing such authority . IF YOU ARE A MUNICIPALITY OR OTHER GOVERNMENT ENTITY: The regulation that controls who may sign an NOI or similar form is 30 Texas Administrative Code §305.44(a)(3) (see below). According to this code provision, only a ranking elected official or principal executive officer may sign an NOi or similar form. Persons such as the City Mayor or County Commissioner will be considered ranking elected officials. In order to identify the principal executive officer of your government entity, it may be beneficial to consult your city charter, county or city ordinances, or the Texas statute(s) under which your government entity was fonned. An NOI or similar document that is signed by a government official who is not a ranking elected official or principal executive officer does not conform to §305.44(a)(3). The signatory requirement may not be delegated to a government representative other than those identified in the regulation . By signing the NOI or similar fonn, you are certifying that you are either a ranltjng elected official or principal executive officer as required by the administrative code . Documentation demonstrating your position as a ranking elected official or principal executive officer may be requested by the TCEQ. If you have any questions or need additional information concerning the signatory requirements discussed above, please contact the Texas Commission 011 Environmental Quality's Environmental Law Division at S12/239-0600. 30 Texas Administrative Code §305.44. Signatories to Applications. (a) All applications shall be signed as follows. (1) For a coiporation, the application shall be signed by a responsible corporate officer. For purposes of this paragraph, a responsible coiporate officer means a president, secretary, treasurer, or vice-president of the coiporation in charge of a principal business function, or any other person who performs similar policy or decision-making functions for the coiporation; or the manager of one or more manufacturing, production, or operating facilities employing more than 2SO persons or having gross annual sales or expenditures exceeding $25 million (in second-quarter 1980 doll;ars), if authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures . Corporate procedures ioveming authority to sign permit or post-closure order applications may provide for assignment or delegation to applicable corporate positions rather lhan to specific individuals . (2) For a partnership or sole proprietorship, the application shall be signed by a general partner or the proprietor, respectively. (3) For a municipality, state, federal, or other public agency, the application shall be signed by either a principal executive officer or a ranking elected official. For purposes of this paragraph, a principal executive officer of a federal agency includes the chief executive officer of the agency, or a senior executive officer having responsibility for the o-yerall operations of a principal geographic unit of the agency (e.g., regional administrator of the EPA . · TCEQ-20391 NOC Instructions (07/13/2007) Page3 ,,., 1111 TCEQ Notice of Termination (NOT) for Authorizations under TPDES General Permit TXR150000 CN State: if outside USA . Coun Code: Extension: E-mail Address : 2. Name of Project or Site as currently permitted): -r,am le: base and name of subdivision or name of ro · ect that's uni ue to the site ·. /Physical Address of Project or Site as currently permitted: (enter in spaces below) Street Number: Street Name: TCEQ Office Use Only Permit No.: RN : CN: Postal Code: City: ZIP Code: County (Counties if>l): 4. Ifno physical address (Street Number & Street Name), provide the written location access description to the site : Check the reason for termination : Cl Final stabilization has been achieved on all portions of the site that are the responsibility of the Operator and all silt fences and other temporary erosion controls have either been removed, or scheduled for removal as defined in the SWP3 . [J Another permitted Operator has assumed control over all areas of the site that have not l;>een finally stabilized, and temporary erosion controls that have been defined in the SWP3 have been transferred to the new Operator. CJ The activity is now authorized under an alternate TPDES permit · The activi never be an at this site that is re ated under the eneral ermit I, Typed or printed name Title certify under penalty oflaw that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the infonnation submitted . Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the infonnation submitted is, to the best of my lmowledge and belief, true, accurate, and complete . I am aware there are significant penalties for submitting false infonnation, including the possibility of fine and imprisonment fo r !mowing violations . I further certify that I am authorized under 30 Texas Administrative Code §305.44 to sign and submit this document, and can provide documentation in ilOf of such authorization upon request Signature: ____________________ _ Date: ______________ _ (Use blue ink) TCEQ-20023 (02/06/2007) Page I Notice of Termination (NOT) for Authorizations under TPDES General Permit TXR.150000 General Information and Instructions Where to Send the Notice of Intent (NOi): BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Stonn Water Processing Center (MC228) P.O. Box .3087 Austin, TX 78711-3087 TCEQ Contact list: GENERAL INFORMATION BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Stonn Water Processing Center {MC228) 12100 Park 35 Circle Austin, TX 78753 ·, ~ Application Processing Questions relating to the status and fonn requirements : . 512/239-4671 •- Technical Questions relating to the general pennit: Environmental Law Division: Records Management for obtaining copies of forms submitted to TCEQ: Iofonnation Services for obtaining reports from program data bases (as available): Financial Administration's Cashier's office: Notice of Termination Process: A Notice ofTermination is effective on the da~ postmarked for delivery to TCEQ. When your NOT is received by the program, the fonn will be processed as follows: .1. Administrative Review: The form will be reviewed to confirm the following : ) • the permit number is provided • the permit is active and has been approved • the entity tenninating the pennit is the current permittee • the site infonnation matches the original permit record • the form has the required original signature with title and date . 512/239-4671 512/239-0600 512/239-0900 512/239-DATA (3282) 512/239-0357 or 512/239-0187 2. Notice of Deficiency: If an item is incomplete or not verifiable as indicated above, a phone call will be made to the applicant'to clear the deficiency. A letter will not be sent to the permittee if unable to process the form . . 3. Confirmation of Termination: A Notice ~fTermination Confinnation lette~will be mailed to the operator. General Permit (Your Permit) Coverage under the general permit begins 48 hours after a completed NOi is postmarked for delivery to the TCEQ . You should have a copy of your general permi~ when submitting your application. You may view and print your permit for which you are seeking coverage, on the TCEQ web site . www. •"•A ~•ft••.tx.us . General Permit Forms The Notice of Intent (NOi), Notice ofTermination (NOT), and Notice of Change (NOC) with instructions are available in Adobe Acrobat PDF format on the TCEQ web site www .tcea.11tate.tx.us . Change in Operator An authorization under the general pennit is not transferable. If the operator or owner of the regulated entity changes, the present pennittee must submit a Notice of Termination and the new operator must submit a Notice of Intent The N9T and NOi must be submitted not later than 10 days prior to the chan2e in Operator status. · TCEQ Central Registry Core Data Form .. The Core Data Form has . been incorporated into this form . Do not send a core data form to TCEQ. After final acknowledgment of coverage under the general pennit, the program will assign a Customer Number (CN) and Regulated Entity Number (RN). For Construction Permits, a new RN will be assigned for each Notice of Intent ·filed with TCEQ, since construction project sites can overlap with other Customers. The RN assigned to your construction project will not be assigned to any other TCEQ authorization . You can find the infonnation on the Central Registry web site at www4.tceg ,state.tx.us/~mub. You can search by the Regulated Entity (RN), Customer "N"umber (CN) or Name (Permittee ), or by your permit number under the search field labeled • Additional ID". Capitalize all letters in the permit number. TCEQ-20023 Instructions (02/06/2007) Page 1 . I ( \ .~The Customer (Pennittee) is respo_nsible fo~ providing consistent ~nfonnation to the TCEQ, and for updating all CN and RN data for all authorzations as changes occur. For General Penruts, a Notice of Change fonn niust be submitted to the program area . · · Annual Water Quality Fee: This fee is assessed to operators with an active authorization under the general pennit on September 1 of each year. The operator will receive an invoice for payment of the annual fee in November of each year. The payment wUl be due 30 days from the invoice date . A 5% · penalty will be assessed if the payment is received by TCEQ after the due date . Annual fee assessments cannot be waived as long as the authorization under the general pennit is active on September 1. It's important for the operator to submit a Notice of Termination (NOT) when coverage under the .general pennit is no longer required . A NOT is · effective on the postmarked date of mailing the fonn to TCEQ. It is recommended that the NOT be mailed using a method that documents the date fl mailed and received by TCEQ . ,, • Mailed Payments : · You must return your payment with the billing coupon provided with the billing statement. I 1 • eP A Y Electronic Payment Go to www6.tceg.state.tx.us/epay You must enter your account n~ber provided at the top portion of your billing statement. Payment methods inciude Mastercard, Visa, and electronic I 1 check oavment (ACHl. A transaction over $500 can only be made bv ACH. INSTRUCTIONS FOR FILLING OUT THE NOT FORM I l ~:~~! · .. · ·_. ~!A•:i~fi~: ·,,:·~t:·· . ·-' . J~eJf~~-~~~i2Zr ~~it ;f.;fJ~i~~;-rrfit.~~~/~;{:;;;{f~\~::~:-n.-~;\rf ~!1')}~~:~t }~~?f~~~t'"~i~~~-:i ~~;.tf:~~f,:~;rt:~ilJr.ttJ~;i~w;~:(;~~;.~i;~?t~1~t:~~r 1. TCBQ Issued Customer Number CCNl I 1 2. Legal Name of Operator The operator must be the same entitv as previouslv submitted on the orilrinal Notice of Intent for the oennit number provided. 3. Operator Mailing Address Provide a complete mailing address for receiving mail from the TCEQ. Update the address if different than previously submitted in the Notice of Intent I' or Notice ofChanae. 4. Phone Number, Fax Number, and E-mail Address "Jvide undated contact information . · · · :i~-~:;~~~ . . ; . i1t1D:! · __ · ... :; .1~--~r:11~\a.0.1~-itJJlQN\QNJPJ((}).JE.~Ott~b~;·:/\.: .. :·~~::·._:~~;::~~~:~:: :~·\·· ·-.:;_, ..... /\i:.;.) )= ~:?:·::._. .. -~~~;\}l1,;.;·;.~,::\'.~=\:~;\.;°: ~.-:.:t: .. \7 '.J~~:·:~:.;::-r·~1 r. I. Regulated Entity Reference Number (RN) 2. Site/Project Name/Regulated Entity Provide the name of the site as previously submitted in the Notice of Intent for the permit number provided. 3. Site/Project (RE) Physical Address Provide the Phvsical address or location access description as previously submitted for the permit number provided. , 't~: ;J$ASO.N:J4o:a , •... " ,.;i~/f.lQiy_".':. ,,.:. :\ .. :.::"· ·. : . < ,• ,•·, ·:. : ·.· .' :·· .·.-=·. ·.: . ·:.: .-~.=: ~-.: ,·:.: : .. / ......... ,·:·: ,•, ·~ . .. . I •'! ····· ... .... . ······ ·'· " .. •, .... . . . . . Indicate the reason for tenninating the pennit by checking one of th.e options . If the reason is not listed then provide an attachment that explains the reason for termination. · · · · · · · Please read your general pennit c.arefull}' to determine when fu terminate your pennil Permits will not be reactivated after ~ubmittin.g a tennination form . The tennination is effective on the date postmarked for deliverv to TCEQ . · · .:Ji.j .. oKR.TWtt-~1jl0NJ.~;~ .. :.:~·~;!.;~.-f;}~:-~ .. ;.!.-:'",;: .~.;-~ri~i~f~~~,. .-·:~:-=·--t.\: .. ...,! :J: :· ~-)::i· >:-c.-: : .. -.~. > ·:-:.~1.~,..;_~=.:-J~~--~,:~ .:::-·.-.(~-::-~,::-=·:.,·.: ;:·:;. -~·-· .\ ·-·~-: .~ .. :··· :.ot.;~::1,: :.•:);. -. ·t_:···t:"':-:.~\·~.!t ...... -~~:\ ~-: ... .-. l~~:,.. .. w; The certification must bear an original signature of a person meeting the signatory requirements specified under 30 Texas Administrative Ccide (TAC) §305 .44. IF YOU ARE A CORPC>RATION: The regulation that controls who may sign an NOi or similar forin is 30 Texas Adininistrative Code §305 .44(a)(l) (see below). According to this code provision, any corporate representative may sign an NOi or similar form so long as .the authority to sign such a document has been delega~ .to that person in accordance with corporate procedures. By signing the NOi or similar form, you are certifying that· such authority ·lias been delegated to you . The TCBQ may request documentation evidencing such authority. IF YOU ARE A MUNICIPALITY OR OTHER GOVERNMENT ENTITY: The regulation that controls who may sign an NOi or similar form is 30 Texas Administrative ·Code §305.44(a)(3) (see below). According to this code provision, only • ranking elected official or principal executive officer may sign an NOi or similar form. Persons such as the City Mayor or County Commissioner will be considered .rariking !'iected officials . m order to identify the principal executive officer of your govellllJ)ent entity, it may l:>e beneficial to consult your city charter, county oi: city ordinances, or the Texas statute(s) under which your government entity was formed. An NOi or /similar document that is simed by a 2ovemment official who is not a rankin2 elected official or principal executive officer does not conform to TCEQ-20023 Instructions (02/06/2007) Page2 •' §305.44(a)(3). The signatory requirement may-noibe delegated to a government representative other than those identified in the regulation. By signing the NOi or similar form, you are certifying that you are either a ranking elected official or principal executive officer as required by the administrative Jode. Documentation demonstrating your position as a ranking elected official or principal executive officer may be requested by the TCBQ. If you have any questions or need additional infonnation concerning the signatory requirements discussed above, please contact the Texas Commission on Environmental Quality's Environmental Law Division at 512/239-0600. 30 Texas Administrative Code §305.44. Signatories to Applications~ (a) All applications shall be signed as follows. (1) For a coxporation, the application shall be signed by a responsible coxporate officer. For pwposes of this paragraph, a responsible coxporate officer means a president, secretary, treasurer, or vice-president of the coxporation in charge of a principal business function, or any other person who perfonns similar policy or decision-making functions for the coxporation; or the manager of one or more manufacturing, production, or operating facilities employing more than 250 persons or having gross annual sales or expenditures exceeding $25 million (in second-quarter 1980 dollars), if authority to sign documents bas been assigned or delegated to the manager in accordance with coxporate procedures. Corporate procedures governing authority to sign pennit or post-closure order applications may provide for assignment or delegation to applicable corporate positions rather than to specific individuals. (2) For a partnership or sole proprietorship, the application shall be signed by a general partner or the proprietor, respectively. (3) For a municipality, state, federal, or other public agency, the application shall be signed by either a principal executive officer or a ranking elected official. For pwposes of this paragraph, a principal executive officer of a federal agency includes the chief executive officer of the agency, or a senior executive officer having responsibility for the overall operations ofa principal geographic unit of the agency (e.g., regional administrator of the EPA). TCEQ-20023 Instructions (02/06/2007) Page3 PARTF BONDS ~ CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Art icle 8308-3 .23 of Vernon's Annotated Civil Statutes , Contractor cert ifies that it provides worker's compensat ion insurance coverage for all of its employees employed on City of Fort Worth project Westside Water Treatment Plant Project 54-lnch Raw Water Pipeline Project Capital Project No. 00456 STATE OF TEXAS COUNTY OF TARRANT By: Title Date . F.ORE E , the unders igned authority , on th is day personally appeared · · , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me t hat he e cut d the ame as he act and deed of / s , for the purposes and considerations there in expressed and in the capac ity therein stated . W VEN 4NDER MY HAND AND SD F OFFIC~his _ __._J~/s~i' ___ day of jJf 1~11Sf . 20 IO . . A-4 /))JO ublic in and for the State of Texas (a) Contractor agrees to provide to the City a certificate showing that it has obtained a policy of workers compensation insurance cover ing each of its employees on the project in compliance with state law. No Notice to Proceed will be issued unti l the Contractor has complied with this section . (b) Contractor agrees to require each and every subcontractor who w ill perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of workers compensation insurance covering each employee employed on the project. Contracto r will not permit any subcon tractor to perform work on the project until such certificate has been acquired . Contractor shall prov ide a copy of all such certificates to the City . .,,,~~~}";;;-:,,, CARRIE LEWIS f~~~~"l Notary Public , State of Texas \ .. ;,_.~;~ff My Commission Expires "',,:,tr,:j~~,,., September 24, 2013 Bond No. PRF8961188 PERFORMANCE BONO THE STATE OF TEXAS COUNTY OFT ARRANT § § § KNOW ALL BY THESE PRESENTS: That we, (1) Lewis Contractors Inc. , as Principal herein, and (2 ) Fidelity and Deposit Company of Maryland , Colonial American Casualty and Surety Co?1pany a corporation organized under the laws of the State of (3) Maryland , and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation situated in Tarrant, Denton, Parker and Wise Counties, Texas. Obfigee herein, in the sum of two million, two hundred sixty-eight thousand, eighty-four and no one hundredths Dollars ($ 2,268,084.00} for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, finnly by these presents . WHEREAS, Principal has entered into a certain written contract with the Obligee dated the l.1.__day of A-v)">t: , 20 \\) • a copy of which is attached hereto and made a part hereof for all purposes, for the construction of Westside Water Treatment Plant - 54-lnch Raw Water Pipeline Project (Capital Project No. 00456) NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default. then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this \ '1-, 20 j\). Lewis Contractors, Inc . (SE AL) Address: P.O . Box--,-16""'2'""3 _______ _ Bertram, TX 78605 Witness as to Principal ATTEST: Fidelity and Deposit Company of Maryland , Colonial American Casualty and Surety Company :~RETY~ vA\~~ Name: John W . Schuler, Attorney-in-fact Attorney in Fact Secretary Address: ----------(SE AL) 12222 Merit Drive., Ste . 700 Dallas. TX 75251 Witness as to S~ Telephone Number: 800-365-6065 NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. ,.. ..,_ :. -· ._ ..... .::: Bond Number: PRF8961188 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUAL TY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the S aryland, by WILLIAM J. MILLS, Vice President, and GREGORY E. MURRAY, Assistant Secretary, in fil rity granted by Article VI, Section 2, of the By-Laws of said Companies, which are set forth 5 e hereby certified to be in full force and effect on the date hereof, does hereby nom· LER and Tom MULANAX, both of Austin, Texas, EACH its <tj , to make, execute, seal and deliver, for, and on its behalf as sure~~~s s and undertakings, EXCEPT bonds on behalf of Independent~xe tsrQ~ o unity Guardians. and the execution of such bonds or undertakings in ~I~ "' '·~ilie'sP.r t mding upon said Companies, as fully and amply, to all intents and purposes, as if they, -l\acln I c owledged by the regularly elected officers of the Company at its office in Baltimore, Md., i I{) r persons. This power of attorney revokes that issued on behalf of John W . SCffiJLER, Louis E . WELLS, da uary 1, 1992 . The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 5th day of October, A.D. 2004. ATTEST : State of Maryland } ss : City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUAL TY AND SURETY COMPANY /;;'!!1;j; I ' ' t,i,.,u< r; . By : / Gregory E. Murray Assistant Secretary William J. Mills Vice President On this 5th day of October, A.D . 2004, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qua Ii fied, came WILLIAM J . MILLS, Vice President, and GREGORY E . MURRAY , Assi sta nt Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations . IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written . Dennis R. Hayden Notary Public My Commission Expires : February 1, 2009 /. ... ---...:--- POA-F 168-9895A EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries , to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances , stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company thereto ." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate ; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994 . RESOLVED : "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company , whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed ." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this --'~r~ __ day of_~A:~wl---""->~t ______ , ki) l ~ Assisumt Secretary Bond No. PRF8961188 PAYMENT BOND THE STATE OF TEXAS COUNTY OFT ARRANT § § § That we , (1), Lewis Contractors Inc. KNOW ALL BY THESE PRESENTS: as Principal herein, and (2) Fidel ity and Deposit Company of Maryland , Colon ial American Casualty and Surety Cor;npany a corporation organized and existing under the laws of the State of (3} Maryland , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation situated in Tarrant , Denton, Parker and Wise Counties, Texas, Obligee herein , in the amount of two million two hundred sixty-eight thousand, eighty-four and no one hundredths Dollars($ 2.268.084.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents : WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the ..!.1.__day of A.,, ... , l-, 20 ~. which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length , for the fo ll owing project: ___ W_e ___ s~t ..... si_d~e_W_a ___ t~e_r _T_re_a_tm_e_nt_P_l""'"a_nt_--=5_4-_ln_c ___ h_R----aw ____ W----at=e~r _P..,.ip'""'e~li~ne~P-'-ro=j=ec..,_t'------ (Capital Project No . 00456) NOW, THEREFORE , THE CONDITION OF THIS OBLIGATION IS SUCH , that if the said Principal shall faithfully make payment to each and every cla imant (as defined in Chapter 2253 , Texas Government Code, as amended) supp lying labor or materials in the prosecution of the work under the contract. then this obligation shall be void ; otherwise, to rema in in full force and effect. PROVIDED , HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determ ined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein . IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this il-, 20.&_. Lewis Contractors , Inc. · •. 1 -• -SJ" ~ PRINCIPAL~"' ~ By: ~~ ~-.!!a.. Name: 1YJ.a iJd1Jt1..J -lv, fl s Title: Ut Ct -fie$~ datt.f ·. t: g,11/] rincipal) S a cre a (SE AL) Address : ----------P .O . Box 1623 Bertram TX 78605 Witness as to Principal Fidel ity and Deposit Company of Maryland , Coloni a~ American Casualty and Surety Company ,, SURETY ATIEST: By:~Jl \~ Secretary Name : John W . Schuler Attorney in Fact -- Address : ----------(SE AL) 12222 Merit Drive ., Suite 700 Dallas TX 75251 Witness as to Suty Telephone Number: 800-365-6065 NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. -"' -· ' Bond Number: PRF8961188 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUAL TY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the S aryland, by WILLIAM J. MILLS , Vice President, and GREGORY E . MURRAY, Assistant Secretary, in ~ rity granted by Article VI, Section 2, of the By-Laws of said Companies , which are set forth e, e hereby certified to be in full force and effect on the date hereof, does hereby nomi LER and Tom MULANAX, both of Austin, Texas, EACH its qj , to make, execute, seal and deliver, for, and on its behalf as sure~~~~s0 eed· sand undertakings, EXCEPT bonds on behalf of lndependent~xe ttlflQ~ · o unity Guardians. and the execution of such bonds or undertakings in ~I~ 0 ' 'ttte's~P.r t mding upon said Companies, as fully and amply, to all intents and purposes, as if they, a !\aan ul c owledged by the regularly elected officers of the Company at its office in Baltimore, Md., i I() r persons . This power of attorney revokes that issued on behalf of John W. SCHULER, Louis E. WELLS, da uary l, 1992 . The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws of said Companies, and is now in force. IN WITNESS WHEREOF. the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 5th day of October. A.D . 2004. ATTEST: State of Maryland } ss: City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUAL TY AND SURETY COMPANY By : !//!.!: ,,.,.,1/ (JW. • ! j Gregory E. Murray Assistant Secretary William J. Mills Vice President On this 5th day of October, AD. 2004, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J . MILLS, Vice President, and GREGORY E . MURRAY , As sistan t Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and sai th , th at they are the said officers of th e Companies aforesaid, and that the seals affixed to the preceding in strument is the Corporate Seals of said Companies, a nd that the sa id Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations . IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written . Dennis R. Ha yden Notary Publ ic My Commission Expires: February l , 2009 POA-F 168-9895A EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require , or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company thereto ." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2 . The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds , and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company thereto ." CERTIFICATE I , the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Po wer of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in -Fact as provided in Article VI, Section 2, of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY . This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMP ANY at a meeting duly called and held on the 5th day of May, 1994 . RESOLVED : "That the fac simile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this __ l_"J. ___ day of A .... ~ .. )t" Assistant Secretary THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS : § § § That Lewis Contractors Inc. Bond No. PRF8961188 MAINTENANCE BOND ("Contractor"), as . . Fidelity and Deposit Company of Maryland , . • principal. and , Ce leA ial AFAerioaA Casl,jal~ aAEl £1,jrety CeFA~aAy a corporation organrzed under the laws of the State of Maryland , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by v irtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas , the sum of two million two hundred sixty-eight thousand, eighty-four and no one hundredths Dollars($ 2,286,084.00 ), lawful money of the United States, for payment of wh ich sum well and truly be made unto said City and its successors . said Contractor and Surety do hereby bind themselves, their heirs , executors, administrators, assigns and successors, jointly and severally . This obligation is conditioned, however. that: WHEREAS , said Contractor has this day entered into a written Contract with the City of Fort Worth , dated the ...11:.... of A.,,..,>+-. 20~. a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements : Westside Water Treatment Plant -54-lnch Raw Water Pipeline Project -------------· the same being referred to herein and in said contract as the Work and being designated as project number(s) Cap ital Project No . 00456 and sa id contract , including all of the specifications , conditions, addenda , change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and , WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condit ion for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS , said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years; and WHEREAS, said Contractor b inds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Water Deoartment. it be necessarv: and . WHEREAS . said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided . NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract. these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect. and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in _6 ___ counterparts, each of which shall be deemed an original, this rl day of A") >t • A.O . 20~. ~EST:-cr ~ Secretary ATIEST: (SE AL) Secretary I ewis Caotcactocs Contractor By:.~.&-~-_..~~~~~~~~ Name : -+~ ........ ..L.l.+, ...... ---"""""'.......,=------- Title : -'-';.J..L."""---'-~>:<.:...:==------- Fidel ity and De pos it Co mpa ny of Maryland , Colon ial Am erican Casualty and Surety Com pany Surety By ~'-•-~ Name : John W . Schuler __ Title: Attorney-In -Fact 12222 Merit Dr., Ste . 700 , Dallas , TX 75251 Address Bond Number: PRF8961188 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the S aryland, by WILLIAM J. MILLS, Vice President, and GREGORY E. MURRAY, Assistant Secretary, in ~ ~ rity granted by Article VI, Section 2, of the By-Laws of said Companies, which are set forth e, e hereby certified to be in full force and effect on the date hereof, does hereby nomi LER and Tom MULANAX, both of Austin, Texas, EACH its itJ t , to make, execute, seal and deliver, for, and on its behalf as sure~,.J'\f\~~s0 • s and undertakings, EXCEPT bonds on behalf of Independent~xe tsr{,7~ · . o unity Guardians. and the execution of such bonds or undertakings in ~I ~ 0 · 't~He'ser t mding upon said Companies, as fully and amply, to all intents and purposes, as if they, -tuf<ln ul c owledged by the regularly elected officers of the Company at its office in Baltimore, Md., i I() r persons. This power of attome)'. revokes that issued on behalf of John W . SCHULER, Louis E. WELLS, da uary 1, 1992. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 5th day of October, A.O. 2004. ATTEST: State of Maryland } ss: City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUAL TY AND SURETY COMPANY IL' !!I/); I · , I t rr lf tJ . • ! By: j Gregory E. Murray Assistant Secretary William J. Mills Vice President On this 5th day of October, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and GREGORY E. MURRAY, As s istant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individual s and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written . Dennis R. Hayden Notary Public --My Commission Expires: February 1, 2009 /. POA-F 168-9895A EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2 . The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company thereto ." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY , do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate ; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the respective By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND , and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMP ANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994 . RESOLVED : "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter , wherever appearing upon a certified copy of any power of attorney issued by the Company , shall be valid and binding upon the Company with the same force and effect as though manually affixed ." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies , this __ 1_1-___ day of Avl 1+ Assistant Secretary Fidelity and Deposit Companies Home Office : 3910 Keswick Road Baltimore , MD 21211 IMPORTANT NOTICE To obtain information or make a complaint: You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, and/or Zurich American Insurance Company 's toll-free telephone number for information or to make a complaint at: 1-800-654-5155 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department oflnsurance: P.O. Box 149104 Austin, TX 78714-9104 FAX# (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a di s pute concerning the premium or about a claim, you should fir st contact Fidelity and Deposit Company of Maryland or Colonial American Casualty and Surety Company. If the dispute is not re so lved , you may contact the Texas Department of Insurance . ATTACH THIS NOTICE TO YOUR POLICY: This noti ce is for information only and does not become a part or condition of the attached document. S8543f(TX) (08/0 I) 8 ZURICH TIDS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, Zurich American Insurance Company, and American Guarantee and Liability Insurance Company are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The premium charge for risk ofloss resulting from acts of terrorism (as defined in the Act) under this bond is $_waived_. This amount is reflected in the total premium for this bond. Disclosure of Availability of Coverage for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts of terrorism (as defined in the Act) with terms, amounts, and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism (as defined in the Act) after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is 1 % of direct earned premium in the prior year; for 2003, 7% of direct earned premium in the prior year; for 2004, 10% of direct earned premium in the prior year; and for 2005, 15% of direct earned premium in the prior year. The federal share of an insurance company's losses above its deductible is 90%. In the event the United States government participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge from policyholders. The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed $100 billion in any one calendar year. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: 1. to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life, property or infrastructure; 3. to have resulted in damage within the United States, or outside of the United States in the case of an air carrier ( as defined in section 40 I 02 of title 49, United 17 States Code) or a United States flag vessel ( or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest a s part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But, no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war declared by Congress (except for workers ' compensation) or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed $5,000,000 . These disclosures are informational only and do not modify your bond or affect your rights under the bond. Copyright Zurich American Insurance Company 2003 r 1 ( . r • r' PARTG CONTRACT PARTG CONSTRUCTION CONTRACT THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS: This agreement made and entered into this the 11-day of Av~-.ll-A.O ., 20 l'C , by and between the CITY OF FORT WORTH , a municipal corporation of Tarrant County, Texas , organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.O . 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , hereinafter called OWNER, and Lewis Contractors Inc . of the City of Bertram County of Burnet , State of Texas hereinafter called CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows : Westside Water Treatment Plant 54-lnch Raw Water Pipeline Project Capital Project No. 00456 That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools , appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents adopted by the City Council of the City of Fort Worth, which Plans and Spec ifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Owner . City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for stated additions thereto or deductions therefrom , the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor . The agreed upon total contract amount shall be $2 ,268 ,084 .00 and includes the base bid and Alternates. The Contractor shall provide a Payment Bond, Performance Bond , and two-year Maintenance Bond, each in the full amount of the contract. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated , plus any additional time allowed as provided in the General Conditions , there shall be deducted from any monies due or which may thereafter become due him , the liquidated damages outlined in the Part DQ S'f:f~II; n ition t tJ s Part G - Contract G-1 CITY SECRETARY FORTWORTH T April 20 10 penalty but as liquidated damages , the Contractor and his Surety shall be liab le to the Owner for such deficiency. IN WITNESS WHEREOF , the C ity of Fort Worth has caused th is instrument to be signed in four counterparts in its name and on its behalf by the Assistant C ity Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in six counterparts with its corporate seal attached . J)one in Fort Worth , Texas , th is the 1-"t day of Av) v~ t --· .. :_~~--2)-~_ ·;; Cont:!r sig ryat ur~ By : ilia '!:l:fU!.I.J U.1.t/15 -1L1le Pre.s,ck. f Office Part G - Contract G-2 , 20 ii). .. Assistant City Manager Contrac~ Authori zatioa ~\1, I 1a Date OFFICIAL CORD CITV -~ECRETARY FC I 10RTH, TX Apri l 2010 -, -' -, r • PARTE TECHNICAL SPECIFICATIONS -. !I City of Fort Worth Westside Water Treatment Plant 54-lnch ·Raw Water Pipeline Project Division 1 Division 2 Division 9 Division 11 Division 15 Division 3 Division 5 Division 16 S.pecification Seals April 2010 ' . DIVISION 1 GENERAL REQUIREMENTS City of Fort Worth Westside 54" RW Pipeline Project PART 1: GENERAL SECTION 01005 ABBREVIATIONS 1.01 SCOPE OF WORK A. Whenever in these Contract Documents the following abbreviations are used, the intent arid meaning shall be interpreted as follows: AA AAMA AASIITO ACI AFBMA AGA AGMA AISC AISI AITC AMCA ANSI APA API AREA ASAE ASCE ASHRAE ASME ASTM AWi AWPA AWPB AWS AWWA BHMA CBMA CDA CGA CISPI CMAA CRSI Fed. Spec. m HMI ICBO IEEE IPCEA MMA F62142S0100S.doc Aluminum Association Architectural Aluminum Manufacturers' Association American Association of State Highway and Transportation Officials American Concrete Institute Anti-Friction Bearing Manufacturers' Association American Gas Association American Gear Manufacturers' Association American Institute of Steel Construction American Iron and Steel Institute American Institute of Timber Construction Air Moving and Conditioning Association American National Standards Institute American Plywood Association American Petroleum Institute American Railway Engineering Association American Society of Agricultural Engineers American Society of Civil Engineers American Society of Heating, Refrigerating and Air-Conditioning Engineers, Inc. American Society of Mechanical Engineers American Society of Testing and Materials Architectural Woodwork Institute American Wood Preservers' Association American Wood Preservers' Bureau American Welding Society American Water Works Association Builders' Hardware Manufacturers' Association Certified Ballast Manufacturers' Association Copper Development Association Compressed Gas Association Cast Iron Soil Pipe Institute Crane Manufacturers' Association of America Concrete Reinforcing Steel Institute Federal Specifications Hydraulic Institute Hoist Manufacturers' Institute International Conference of Building Officials Institute of Electrical and Electronics Engineers, Inc. Insulated Power Cable Engineer's Association Monorail Manufacturers' Association 01005.:1 April 2010 City of Fort Worth Westside 54" RW Pipeline Project NACE NBMA NEC NEMA NESC NFPA NLMA NWMA OECI OSHA PS RMA SAE SSPC TCA TEMA UBC UL WWPA F62142SOI00S .doc National Association of Coatings Engineers National Builders' Hardware Association National Electrical Code National Electrical Manufacturers' Association National Electric Safety Code National Fire Protection Association National Lumber Manufacturers' Association National Woodwork Manufacturers' Association Overhead Electrical Crane Institute Occupational Safety and Health Act (both Federal & State) Product Standards Sections -U.S. Department of Commerce Rubber Manufacturers' Association Society of Automotive Engineers Steel Structures Painting Council Tile Council of America Tubular Exchanger Manufacturers' A$sociation Uniform Building Code Underwriter's Laboratories, Inc. W estem Wood Products Association END OF SECTION 01005-2 r J I 1 I l I 1 r I , I April 2010 r • - l City of Fort Worth Westside 54" RW Pipeline Project PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 01010 SUMMARY OF WORK A. This Section describes the project in general and provides an overview of the extent of the work to be perfonned. Detailed requirements and extent of work is stated in the applicable Specification Sections and shown on the Drawings. The Contractor shall, except as otherwise specifically stated herein or in any applicable parts of these Contract Documents, provide and pay for all labor, materials, equipment, tools, construction equipment, and other facilities and services necessary for proper execution , testing, and completion of the work . B. Any part or item of the work which is reasonably implied or normally required to make each installation satisfactorily and completely operable shall be performed by the Contractor and the expense thereof shall be _ included in-the applicable unit prices or lump sum prices bid for the various items of work . It is the intent of these Specifications to provide the Owner with complete _operable systems, subsystems, and other items of work. All miscellaneous appurtenances and other items or work that are incidental to meeting the intent of these Specifications shall be considered as having been included in the applicable unit prices or lump sum prices bid for the various items of work even though these appurtenances and items may not be specifically called for in the Specifications. C. The work shall include all civil, mechanical, structural, architectural , electrical, and instrumentation work . D. The Westside Water Treatment Plant 54-Inch Raw Water Pipeline project will be a new pipeline primarily along and/or within the Old Weatherford Road right~of-way in West Fort Worth as shown in the Contract Documents. . . 1.02 . DESCRIPTION OF THE PROJECT A. The work of this project is located in Tarrant County, Texas along Old Weatherford Road, Fort Worth, Texas 76108, as shown on the Location Map on the Drawings . B. The Westside Water Treatment Plant 54-Inch Raw Water Pipeline project includes , but is not limited to, the following major items as shown on the Drawings and as Specified : 1. Insurance and Bonds 2. Mobilization and Demobilization 3. Traffic Safety System 4. Right-of-Way/Site Preparation 5. Temporary Sedimentation/Erosion Control 6. 54-inch Raw Water Pipeline 7 . Trench Excavation Safety System 8. 8-inch Flushing Valves 9 . Combination Air Valves 10. 54-inch Butterfly Valve in Vault 11. Reinforced Concrete Butterfly Valve Vault 12. Electrical and Instrumentation 13 . Connections to Existing Piping 14. Corrosion Protection System 15 . Permanent Barbed Wire Fence and Gates F62142S0l010.doc 01010-1 April 2010 Oty of Fort Worth Westside 54" RW Pipeline Project 16. Temporary Barbed Wire Fence and Gates 17. Chain Link Fence and Gates 18. Concrete Pipe Encasement 19. Asphalt Pavement Overlay 20. Pulverized Cement Stabilized Flex Base with Prime Coat 21. Flowable Fill Trench Cap 22 . 3,000psi Concrete Trench Cap 23 . Permanent Erosion Control 24; 16-inch Gate Valve in Manhole 25 . Asphalt Shoulder Road 1.03 CONI'RACTS A. The work of this project will be executed in one ( 1) Unit Price contract as shown in the Proposal and as described in Section O 1025. B. · The work is generally described below under CONTRACTOR'S RESPONSIBILITIES. The delineations noted there between the various· sections of the Specifications and contracts ·are for a general overview of the work. · The work to be executed is · not necessarily limited to those descriptions. Ac~ordingly, the Contractor shall thoroughly familiarize himself with all of the Contract Documents in order to fully understand the extent of his work and be aware of any "cross references". The Contractor fully · understands, and shall fulfill, his duties and responsibilities · regarding coordination and cooperation with other contractors working on the project. · 1.04 . WORK SEQUENCE A. Except as stated in paragraph B, the Contractor is required to determine his own method of ····construction and detailed work sequence, within the general terms of the Contract Completion; so long ·•as any specified restraints are observed and the overall proiect Substantial Completion and Total times are achieved. · · B. The Contractor shall prepare a work sequence for review and approval by the Owner arid Engineer . that addresses how he proposes to coordµiate traffic control, etc., with trench backfilling and · placement of flowable fill, and concrete trench cap, flexible base material, HMAC overlay etc . . . . . ' . C. See paragraph 1.06 of Section 01035 regarding Maintenance of Traffic. 1.05 CONI'RACTOR'S DUTIES A. Designate required delivery date for each product in Construction ~chedule. B. The Contractor shall serve as an overall coordinator among all Subcontractors. C. Handling of material and equipment at site, including uncrating, storage and security. D. Protect equipment from damage . E. Repair or replace items damaged as a result of the Contractor's operations. F. Install, connect and finish products. G. Perform construction surveying and staking for the Project. ., 1.06 CONTRACTOR'S RESPONSIBILITIES F62142SOIOJO.doc 01010-2 April 2010 1 r l r 1 .• I I I f I I l l • I I I ' , ' . City of Fort Worth Westside 54" RW Pipeline Project A. General Construction -Contractor. 1. Execute, or be responsible for respective subcontractors, all work, including site, structural, process piping and equipment, instrumentation , and electrical work. 2. Arrange for the necessary temporary water service, including the securing of any necessary permits. If water is taken from the Fort Worth water system, this service shall be metered separately to the Contractor as required by the Owner. 3. Provide adequate temporary sanitary facilities. 4. Secure all necessary permits, and furnish, install, maintain, and remove all temporary electric service facilities for construction . purposes, and pay for all electrical energy consumed for construction purposes, including the operation of ventilating equipment and for heating of buildings. Contractor shall be responsible for electrical facilities and energy consumption of all subcontractors. The temporary electrical service shall meet NEC , OSHA and all other local safety codes. 5. Provide and pay for temporary service for lighting of temporary offices, including offices of all subcontractors, inspector, resident engineer, etc . 6. Provide initial and replacement lamps, wiring, switches , sockets and other necessary electrical equipment required for temporary lighting, for small power tools , etc . 7. Provide wiring, equipment, and connections for portable or temporary heating units . 8. Provide temporary heat; make all arrangements and pay all fuel costs, supervise and maintain all heating units. 9 . Construct and maintain temporary access roads as required . 10. Provide and maintain fire fighting equipment in working order during the entire construction period. 11 . Be responsible for providing adequate dewatering of the site as required for the work associated with the Contract as specified throughout the time required to complete his work as shown on the Plans and specified hereinafter. 12. Furnish all concrete equipment bases and set anchor bolts, and all other required cast-in-place appurtenances according to the manufacturer's recommendations and approved equipment installation drawings of all other contractors, unless otherwise specified or shown on the Plans. 13 . The Contractor shall keep one set of "Record Drawings" and specifications available on the job at all times. This set of documents shall be clearly marked as such and shall be used only for recording changes, elevations, and other data pertinent to the construction operat ion for use in preparing "As -Built" documents. All changes , etc., shall be clearly marked in red pencil. The Record Drawings shall be available for inspection by the Engineer at all times and shall be turned over to the Engineer upon written request. 1.07 COORDINATION WITH OTHER CONTRACTORS A. During the construction phase of this project, the Owner will have other construction projects under construction at or adjacent to the Westside Water Treatmen t Plant 54 -inch Raw Water Pipeline project site. There will also be related construction projects located off-site that will impact the construction of this project. It will be the Contractor's responsibility to cooperate with all other contractors, as well as the Owner, regarding space for offices , storage/laydown, etc ., and scheduling of work in areas common to both projects and all other matters . The Owner will make the final decision F62142SO I OIO.doc 01010-3 April 2010 City of Fort Worth Westside 54" RW Pipeline Project on all matters involving conflicts between contractors over use of space, scheduling use of facilities and/or shutdowns, etc . The Owner will not be responsible fo r any delays , conflicts, disagreements, etc., arising from his decisions. B . Projects that will be underway concurrently with this project include, but are not limited to, the following: 1. Westside Water Treatment Plant project-A 12-million .gallons per day (mgd) initial capacity (70-mgd ultimate capacity) Westside Water Treatment Plant is presently being constructed for the City of Fort Worth by other Contractors at the location shown on the Drawings. The 54-inch Raw Water Pipeline Contractor shall connect the 54-inch Raw Water Pipeline to a 54-inch Raw Water Pipeline installed by the Water Treatment Plant contractor at a location near the southeast comer of the Water Treatment Plant site as specified and as shown on the Drawings . The Contractor shall coordinate timing of $e connection and related matters with the WTP contractor. 2. Westside treated water transmission pipelines -Two new distribution pipelines (36-inch Westside ill and 30-inch Westside IV) will be constructed by other contractors to transfer treated water from the Westside WTP to the djsttibution system. Thes~ two pipelines are shown on the Drawings for the 54-inch Raw Water Pipeline proj~t. The 54-inch E.aw Water Pipeline Contractor shall coordinate his work with the contractor for the two referenced treated water pipelines . C. The Owner and Engineer have drawings that show the details of these projects available for the Contractor's review if more information is desi.red. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) F6214~S010 IO.doc END OF SECTION · 01010 -4 April 2QIO r 1 'I '1 ' 1 I \ . i ' l '..i r ! ' l r L City of Fort Worth Westside 54" RW Pipeline Project PART 1: GENERAL 1.01 SUBSURFACE INFORMATION SECTION 01011 SITE CONDITIONS A. Subsurface investigations have been made to indicate subsurface conditions at particular locations along the Westside Water Treatment Plant 54-Inch Raw Water Pipeline project. A geotechnical report, "Geotechnical Investigation-Northwest Water Treatment Plant-54 Inch Raw Water Pipeline, Fort Worth, Texas" prepared by Mas-TekEngineering & Associates, Inc., is attached in Appendix B. This report presents infonnation related to the borings taken in the vicinity of the proposed new pipeline. Copies of the boring logs are included in this report and the locations of the borings are shown on the Drawings . B. Test borings have been made to indicate subsurface materials and conditions only at the particular locations of the borings at the time the borings were made. These test borings are for informational purposes . Bidders shallperfonn any additional investigations that they deem necessary to determine the nature of the subsurface materials. 1.02 SITE INVESTIGATION AND REPRESENTATION A. The Contractor acknowledges that he has satisfied himself as to the nature and location of the work; the general and local conditions, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads, and uncertainties of weather, river/stream stages, or similar physical conditions at the site; the conformation and conditions of the ground; the character of equipment and facilities needed preliminary to and during the prosecution of the work and ·au other matters which can in any way affect the work or the cost thereof under this Contract. B. The Contractor further acknowledges that he has satisfied himself as to the character, quality, and quantity of surface and subsurface materials to be encountered from inspecting the site and from evaluating information derived from exploratory work that has been done by the Owner as·presented in the geotechnical report, as well as from infonnation presented herein as a part of these Contract Documents. Any failure by the Contractor to acquaint himself with all the available information will not relieve him from responsibility for properly estimating the difficulty or cost of successfully performing the work. Neither the Owner nor the Engineer assumes responsibility for any conclusion or interpretation made by the Contractor on the basis of the infonnation made available by the Owner or the Engineer. C. Existing ground profiles shown on the Plans were plotted from information derived from field surveys . 1.03 RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE A. Known utilities and structures adjacent to or expected to be encountered in the work are shown on the Drawings. The locations shown are taken from existing records and the best infonnation available from existing plans; however, it is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown . Those shown are for the convenience of the F62l42S01011.doc 01011-1 April2010 City of Fort Worth W~tside 54" RW Pipeline Project Contractor only, and no responsibility is assumed by either the Owner or the Engineer for their accuracy or completeness . B. Neither the Owner nor his officers or agents shall be responsible to the Contractor for damages as a result of the Contractor's failure to protect utilities encountered in the work . C. Where the Contractor's operations could cause damage which might result in considerable expense, loss, and inconvenience when his operations are adjacent to or near railway, telegraph,·telephone, television, power, oil, gas, water, sewer, irrigation, or other systems, no operations shall be commenced until the Contractor has made all arrangements necessary for the protection of these utilities and services. D. The Contractor shall notify all utility offices that are affected by the construction operation at least 15 days in advance of commencing construction operations. The Contractor shall not expose any utility without first obtaining permission from the affected agency. Once permission has been granted, locate and, if necessary, expose and provide temporary support for all existing underground utilities in advance of operations. E. The Contractor shall be solely and directly responsible to the Owners and operators of such utility properties for any damage, injury, expense, loss, inconvenience, delay; suits, actions, or claims of any character brought because of any injuries or damage that may result from the construction operations under this Contract. F . In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction operations, the Contractor shall promptly notify the proper authority and cooperate with said authority -in restoration of service as promptly as possible and bear . all costs of repair. In no event shall interruption of any water or utility service be allowed unless prior approval is granted by the owner :of the utility. G. The Contractor shall replace, at his own expense, any and all other existing utilities or structures removed or damaged during construction, unless otherwise provided for in these Contract Documents. H. The Contractor shall give immediate notice to the Engineer, the Owner and the owner of the utility (where applicable) when .a physical conflict is determined to exist. Any delays resulting from the required relocations of the utilities are the responsibility of the Contractor .. I. Where existing utility lines or structures are so located as to interfere with the Contract9r's prosecution of the work, but do not physically conflict with completed manholes or .other permanent structures to be constructed under this Contract, any modification, alteration, or relocation of interfering utility, either pe1mancnt or temporary, shall be accomplished at the expense of the Contractor. J. The Contractor shall give immediate notice to the Engineer and the owner of the utility when an interference is determined to exist and shall obtain approval to relocate such utility or to .discontinue service therein from the Engineer and the owner of the utility. The owner of the utility shall have the right to do all work required to discontinue, relocate, and replace interfering utilities anc:l c~argethe Contractor for all costs thereof. When approved by the Engineer and the owner of the utility, all work · required to discontinue, relocate, and replace interfering utilities may be do11e by, or arranged for, by the Contractor. All such discontinuance, relocation, and replacement shall be accomplished in accordance with all requirements of the owner of the .utHity .. F62142SOIOl l.doc 01011-2 April 2010 I l fl I 1 I 1 ' I -J "l City of Fort Worth Westside 54" RW Pipeline Project K. When notified by the Contractor that an interference or conflict has been determined to exist, the Engineer will determine whether such interference shall be considered as required by construction or as incidental to construction. 1.04 INTERFERING STRUCTURES A. Talce necessary precautions to prevent damage to existing structures whether on the surface, aboveground, or underground. An attempt has been made to show major structures on the Plans. While the information has been compiled from the best available sources, its completeness and accuracy cannot be guaranteed, and it is presented as a guide to avoid known possible difficulties. B. Protect existing structures from damage, whether or not they lie within the right-of-way or the limits of the easements obtained by the Owner. Where existing structures must be removed to properly conduct the work, or are damaged during the work, they shall be restored at the Contractor's own expense to at least their original condition and to the satisfaction of the Engineer. C. The Contractor may, with the approval of the Engineer and without additional compensation, remove and replace in a condition as good as or better than original, any small interfering structures such as fences and signposts that interfere with the Contractor's operations . 1.05 FIELD RELOCATION A. During the progress of the work, minor relocations of the work may be necessary. Such relocations shall be made only by direction of the Engineer . If existing structures are encountered that will prevent construction as shown, notify the Engineer before continuing with the work in order that the Engineer may malce such field revisions as necessary to avoid conflict with the existing structures. If the Contractor fails to notify the Engineer when an existing structure is encountered and proceeds with , the work despite this interference, he shall be responsible for any damage that may occur. 1.06 LAND MONUMENTS A. The Contractor shall preserve or replace any existing Federal, State, County, City, and private land monuments (including iron rods, etc .) encountered. All monument replacement by the Contractor shall be performed by a land surveyor licensed in the State of Texas . 1.07 PAYMENT A. The work specified in this Section shall be considered incidental and payment will be included as part of the appropriate lump sum or unit prices specified in the Bid Form . PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) F62142SOIOI I.doc END OF SECTION 01011-3 April2010 1_ City of Fort Worth Westside 54" RW Pipeline Project PART 1: GENERAL 1.01 GENERAL SECTION O 1025 MEASUREMENT AND PAYMENT The Total Amount Bid in the Proposal shall cover all Work required by the Contract Documents. The lump sum and unit prices bid shall include all costs in connection with the proper and successful completion of the Work, including but not limited to: furnishing all materials, equipment, supplies, and appurtenances; providing all construction equipment and tools; and performing all necessary labor and supervision to fully complete the Work. All Work not specifically set forth as to the pay item or items in the Proposal shall be considered subsidiary obligations of Contractor and all costs in connection therewith shall be included in the prices bid. 1.02 PROPOSAL A. The Proposal is a part of these Contract Documents and lists each item of work for which payment will be made. No payment will be made for items other than those listed in the Proposal. B. Required items of work and incidentals necessary for the satisfactory completion of the Project which are not specifically listed in the Proposal, and which are not specified in this Section to be measured or to be included in one of the items listed in the Proposal shall be considered as incidental to the work required under this contract, and all costs thereof, including Contractor's overhead costs and profit, shall be considered as included in the prices bid for the various Bid Items. The Contractor shall prepare his bid accordingly. C. Work includes furnishing all plant, labor, equipment, tools and materials, and performing all operations required to complete the work satisfactorily, in place, as specified and as indicated on the Drawings. · 1.03 MEASUREMENT AND PAYMENT A. Measurement of an item of work will be by the unit indicated in the Proposal. B. Measurement will include all necessary and incidental related work not specified to be included in any other item of work listed in the Proposal. C. No separate payment will be made for any item of work, materials, parts, equipment, supplies, or related items required to perform and complete the requirements of any section. The costs for all such items required shall be included in the Contract price bid for item of which it is a part . Refer to paragraph 1.03.H for additional information about this matter. D. Payment will be made at the Contract price per unit indicated in the Proposal with total price of the Contract being equal to the Total Bid, as specified and as modified, by extending unit prices multiplied by quantities, as appropriate to reflect actual work included in the Project. Such price and payment shall constitute full compensation to the Contractor for furnishing all plant, labor, equipment, tools, and materials, and for performing all operations required to furnish to the Owner the entire Project, complete in place, as specified and as indicated on the Drawings . E. Measurement for payment does not signify acceptance of Work. F62l42SOI025.doc 01025-1 April2010 City of Fort Worth Westside 54" RW Pipeline Project F. Quantities shown in the Proposal are approximate quantities only. Payment will be made only for measured quantities actually installed and accepted by Owner .- a. Measurements, such as linear feet, will be to the nearest whole unit. H . Some individual technical specification sections may contain measurement and/or payment provisions that may or may not be consistent with this Section 01025 and the Proposal in Part B. In all cases, Section O 1025 and the Proposal will take precedence over the technical specifications with regard to measurement and payment. I. Where estimated quantities are shown for lump sum payment items, such quantities are provided for the Contractor'~ information only. '(he Engmeer is not responsible for the accuracy of such informa - tion and the Contractor shall perform his own calculations to verify such quantities. No adjustment will be made in Uie price due to real or alleged errors in the estimated quantities. J. If the Owner elects to delete any lump sum item, the dollar amount to be deleted from the Contract shall be the total amount shown in the Proposal/ Schedule of Values for that item, including overhead and profit. Amounts for items in the Schedule of Values shall be the same as for corresponding items in the Proposal. 1.04 BID ITEMS A. INSURANCE AND BONDS (Bid Item No. 1) 1. This item includes the cost of Contractor's insurance and bonds (Performance, Payment and Maintenance). · · · 2. This item will be measured for payment as a lump sum on the first approved monthly pay request witJi suitable evidence of the cost thereof. B. MOBILIZATION AND DEMOBILIZATION (Bid Item No. 2) 1. This item includes the cost of Mobilization and Demobilization of personnel, equipment and supplies, construction offices and the utility costs associated therewith, construction photographs, and any similar items directly related to Mobilization and Demobilization. . . ·. . .· . . . . 2. Payments for Mobilization and Demobilization will be made in accordance with Item D-36 of Part D -Special Conditions. · · C. TRAFFIC SAFETY SYSTEM (Bid Item No. 3) 1. Work under this item includes furnishing all labor, materials, and equipment and performing all operations necessary to furnish , install, maintain and remove upon project completion all signs , barricades, lights, warning devices, · watchmen, flagmen and other · traffic · control items of whatever nature necessary to meet the requirements of the Traffic Safety System/Plan for the ~~ ,, ' '' ' : 2. · 'I'his item will be .measured for payment as a lump sum. D. RIGHT-OF-WAY/SITE PREPARATION (BidltemNo. 4) . 1. Work under this item includes furnishing all labor, materials, and equipment and performing ~II operations necessary to prepare the right-of-way/site for trench excavation and installation of F62l42S01025 .doc 01025-2 April2010 r . -1. C 1 -l ' .. City ofFort Worth Westside 54" RW Pipeline Project 2. casing, pipe, structt,rres and other required items . These items include grading the construction area as the Contractor deems necessary for his work; removing and properly disposing of all trees, shrubbery, bushes, stumps, and other vegetation; removing and properly disposing of all trash, rubble, concrete and other debris; removal and proper disposal of all excess excavated material; removal and replacement of all RCP, PVC, and CGMP drainage structures, including concrete end protection; removal and replacement of concrete curbs and gutter; removal and replacement of concrete riprap, flumes and similar work; furnishing and installing stabilized construction entrances; removal of fences; and final leveling/grading the site to leave it in a condition acceptable to the Owner. It also includes furnishing and installing 3"x5" hard stone surface at the Butterfly Valve vault at Sta. 48+50±. This item will be measured for payment as a lump sum. E. TEMPORARY SEDIMENTATION AND EROSION CONTROL DEVICES (Bid Item No. 5) 1. Work under this item includes, but is not limited to, furnishing all labor, materials and equipment necessary to install, maintain and remove (if necessary) Sedimentation and Erosion Control Devices, including silt fences, rock berms, tree protection, etc., as shown on the Drawings and in accordance with the TPDES General Permit for Stormwater Discharges from Construction Sites. This item also includes the Contractor's obligations with respect to filing Notices of Intent and Term~nation with the TCEQ and paying the application fee (see Item D-52 of Part D-Special Conditions). 2. These items are shown on the Drawings and specified in Section 02270. 3. These items will be measured for payment as a lump sum . F. FURNISH AND INSTALL 54-INCH RAW WATER PIPE (Bid Item No. 6) 1. Work under this item focludes, · but shall not be limited to, furnishing, transporting, and installing all pipe (buried and/or in a vault), fittings and materials; joints and jointing materials including: bonding, welding, grout, mortar, 0-Rings, gaskets, bolts, nuts, and other miscellaneous items as required to construct the specified pipe joint; interior and exterior coatings and wrappings; polyethylene and other wrapping; unclassified trench excavation, including exploratory excavation; saw cutting and removing of existing pavement; constructing the specified bedding, including the furnishing, placing, and compaction of bedding material, sand, gravel and rock as required for bedding; restrained joints; thrust blocks; pipe supports for pipe installed in valve vaults; man ways; taps for connections; flexible couplings; backfilling, including the furnishing of any additional suitable backfill material that may be required; pavement replacement, and resurfacing, except where specific pavement items are listed in the Bid Form; restoration of ground surface to its original condition; trench supporting; trench dewatering; care and diversion of drainage courses; protection and adjusting of above ground and underground utilities and service connections; temporary sheet piling, wood or steel; wood lagging and/or steel soldier beams; trench boxes; connecting new pipes to existing pipes if such connections are not specifically covered by the other bid items; lateral connections of either new or existing pipe to new pipe; installing plugs in the ends of lines for future connections; removal and disposal of existing lines designated to be removed or found to be in the way of the proposed work; disposal of excess excavated material and damaged materials; pressure and leakage testing; inspection; temporary pumping facilities or other facilities necessary for the temporary diversion of surface or groundwater flows, and all other related and necessary materials, work and equipment required to construct a completely operable pipeline in accordance with the Drawings and specifications. F62142S01025.doc 01025-3 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 2. The measurement for payment for each specific size or type of pipe, except segments as may be otherwise provided for in the Proposal, will be the actual number of linear feet of pipe installed, complete in place, measured along the centerline of the pipe, including fittings, for all depths. 3. No separate measurement or payment will be made for trench safety systems installed or used in trenches less than five feet deep. 4. Reducer fittings will be measured and paid for as pipe of the larger size of the reducer fitting. G. TRENCH EXCAVATION SAFETY SYSTEM (Bid Item No. 7) 1. Work under this item includes furnishing all labor, materials, and equipment and performing all operations to plan, design, construct, install, maintain, monitor, replace, repair, modify as necessary, and remove upon completion, a Trench Excavation Safety System for trenches more than five feet deep, as shown on the Drawings and as specified. These items also include the cost of obtaining soil borings and the associated geotechnical analyses and the preparation of a Trench Excavation Safety Plan by a Registered Texas Professional Engineer. This item does not · include the typical work ordinarily required for installing pipe without regard to the safety requirements contained in Section 01665 (e.g., excavation, dewatering, pipe installation, embedment, backfill, etc.). 2 The measurement for payment for Trench Excavation Safety System will be the actual number of linear feet of system (Trench Box or Sheeting and Bracing, regardless of type) installed in trenches greater than five feet deep. H. FURNISHANDINSTALLFLUSHINGVALVE(BidltemNo. 8) 1. Work under this item includes, but is not limited to, unclassified excavation, backfilling, furnishing and installing 8-irich piping, gate valve, valve box, 60-inch diameter manhole with frame and cover, complete in place as shown on the Drawings, and as specified. 2. Each flushing valve will be counted and payment made according to the Proposal. I. FURNISH AND INSTALL COMBINATION AIR VALVES IN MANHOLES (Bid Item No. 9) 1. Work under .this item includes, but is ~ot limited to, unclassified excavation and backfilling; furnishing and installing all piping, gate isolation valve, air r:elease valve, air/vacuum valve, furnishing and installing 96-inch manhole, frame and cover, discharge piping, vents, etc.; · complete in place as shown on the Drawings and as specified. 2. Each Combination Air Valve will be counted and payment made according to the Proposal. . J. FURNISH AND INSTALL 54-INCH BUTfERFLY VALVE IN VAULT (Bid Item 10) 1. · Work under this item includes, but is not limited to, furnishing, transporting, installing and testing ·butterfly valves installed in vaults. It also includes work · associated with the valve actuator, except furnishing the valve actuator which shall be included in Bid Item No . 26 . 2. · This item will be measured as a lump sum for payment per the Proposal. F62142S01025.doc 01025-4 April 7010 ! 1 r 1 r' I' I ' .... '•; City of Fort Worth Westside 54" RW Pipeline Project 3. This item does not include the cost of items included with the vault itself (see Bid Item No . 11) nor Electrical and Instrumentation associated with the electric motor operator (see Bid Item No. 12). K. BUTIERFL Y VAL VE VAULT (Bid Item No . 11) 1. Work under this item includes , but is not limited to, unclassified excavation, dewatering, backfilling, forms, reinforcing steel, concrete, finishing and curing of concrete, all as necessary to construct the reinforced concrete vault complete as detailed and specified. 2. This item also includes ladder, vent, roof hatch, sump pump and its discharge piping, removable roof section, wall sleeves, etc . 3. This item does not include electrical and instrumentation for the 54-inch butterfly valve or the sump pump (see Bid Item No . 12), nor pipe supports, manways, taps, couplings, etc ., covered in Bid Item No. 6 . 4 . This item will be measured as a lump sum for payment per the Proposal. L. ELECTRICAL AND INSTRUMENTATION (Bid Item No . 12) 1. Work under this item includes furnishing and installing all material, equipment, wiring, controls , connections to existing systems, testing and all other items necessary to provide complete electrical and instrumentation systems for the 54-inch butterfly valve's electric motor operator and the sump pump at the Butterfly Valve Vault. 2. This item does not include the electric motor butterfly valve operator itself, which is included in Bid Item No . 27 . 3. This item will be measured as a lump sum for payment per the Proposal. M. CONNECTION TO EXISTING RAW WATER PIPELINE (Bid Items No . 13 and No. 14) 1. Work under these items include unclassified excavation and backfill; removing existing blind flanges, end caps, plugs, concrete blocking, etc.; dewatering/draining existing 54-inch connection at Sta. 1 +00; furnishing and installing new fittings , adaptors , closure pieces, etc .; installing cathodic insulation kit; repairing coating systems, and all other items required to inake the · connection complete as detailed and specified, including testing . 2. Each connection will be counted and payment made according to the Proposal. 3. Existing 96/84-inch raw water pipeline connection at Sta. 48+49± will be dewatered by TRWD personnel. See paragraph 1.11.C of Section 01035 . N. FURNISH AND INSTALL CORROSION PROTECTION SYSTEM (Bid Item No. 15) 1. Work under this item includes , but is not limited to, furnishing, installing and testing the Corrosion Protection System, complete as shown on the Drawings and as specified, including wiring, joint bonding, test stations, magnesium anode ground beds , electrodes, joint isolation , start-up, testing, Final Report, O&M instructions, etc., as appropriate for the specific pipe material to be furnished and installed as indicated in the Contractor's Proposal. F62142S01025 .doc 01025-5 April2010 City ofFort Worth Westside 54" RW Pipeline Project ·· 2. This item will be measured for payment as a lump sum per the Proposal. 0 . FURNISH AND INSTALL PERMANENT BARBED WJRE AND/OR CHAIN LINK.FENCE (Bid Item No. 16 and No . 24) 1. Work under this item includes, but shall not beHmited to, furnishing and installing permanent · barbed wire and/or chain link fence, of the size and type indicated on the Drawings and gates where shown on the Drawings or as necessary to complete the work, including excavation and backfill of post holes , concrete fill for post holes, posts, braces, fence fabric, extensions, barbed wire, gates, gate locks, and all other items necessary to install permanent fence as specified and shown on the Drawings. 2. This item will be measured for payment by the linear foot of new fence actually installed . Gates will be measured and paid for as linear feet of fence. P. FURNISH AND INSTALL TElVlPORARY BARBED WIRE FENCE (Bid Item No. 17) Q. 1. Work under this item includes, but shall not be limited to, furnishing and installing temporary barbed wire fence , of the size and type specified and/or indicated on the Drawings and gates where shown on the Drawings or as necessary to complete the work, including excavation and backfill of post holes, concrete fill for post holes, posts, braces, fence fabric, extensions , barbed wire, gates ; gate locks, and all other items necessary to install temporary fence as specified and showri on the Drawings.· · 2. This item will be measured for payment by the linear foot of temporary fence actually installed. Gates will be measured and paid for as linear feet of fence. 3. Gates furnished and installed in Temporary Fencing may be removed and reused in Permanent Fencing if they have not been damaged by Contractor's operations, as directed by the E11gineer. FURNISH AND INSTALL CONCRETE PIPE ENCASEMENT, COLLARS AND CRADLES (Bid ltemNo; 18). . . . 1. Work under these items includes, but is not limited to~ all unclassified excavation and backfill; . 'furnishing and installing all reinforcing steel and concrete; installing and removing all forms; and all other operations necessary to provide concrete encasements, collars and cradles as shown on the Drawings and specified. 2. Measurement will be made to . the nearest whole linear foot for concrete pipe encasement. Pipe collars and cradles will be counted individually. . . . 3. Payment will be made at the rate . shown in .the Proposal for each particular item . . . ,. . : . . ' R. 2-INCH HMAC OV$LAY ON Oi..D WEATHERFORD ROAD (Bid Item No. 19) 1. . ' Work u11der this item includes, but is not limited to, furiiishing and installing tV10 -inch thick Type "D" llot Mixed Asphaltic Concrete overlay Ori Old Weatherford Road (minimum 20 -feet wide). F62l42S0l025 .doc Apri12010 , I r 1 f l ' l r 1 r 1 r 1 I I ' I . ' 1 l l ] 1 l City of Fort Worth Westside 54" RW Pipeline Project 2. This work also includes furnishing and installing ali items necessary, tack coat, and all related material and work. 3. Measurement will be made to the nearest square ·yard of overlay placed within the limits approved by the Engineer. 4. Payment will be made at the rate shown in the Proposal for all accepted work.· s. 8-INCH PULVERIZED CEMENT STABILIZED FLEXIBLE BASE (Bid Item No. 20) 1. Work under this item includes, but is not limited to, providing all material and performing all operations necessary to provide 8-inch pulverized cement stabilized flexible base as required along Old Weatherford Road. 2. This item includes tack coat, cement, and all related material and work. 3. Measurement will be made to the nearest square yard of pulverized cement stabilized flexible base placed within the limits approved by the Engineer. · 4. Payment will be made at the rate shown in the Proposal for all accepted work. T. 12-INCH FLOW ABLE FILL TRENCH CAP (Bid Item No. 21) 1. Work .under this item includes, but is not limited to, furnishing and installing 12-inch thick .. Flowable Fill Trench Cap as required along Old Weatherford Road. 2. · Measurement will be inade to the nearest square yard of flowable fill placed within the limits approved by the Engineer. 3. Payment will be made at the rate shown in the Proposal for all accepted work . U. 12-INCH 3000 PSI CONCRETE TRENCH CAP (Bid Item No. 22) 1. Work under this item includes, but is not limited to, furnishing and installing i2-inch thick 3000 psi Concrete Trench Cap as required along Old Weatherford Road . 2. Measurement will be made to the nearest square yard of concrete placed within the limits approved by the Engineer. 3. Payment will be made at the rate shown in the Proposal for all accepted work. V. PERMANENT EROSION CONTROL (Bid Item No. 23) 1. Work under this item includes, but is not limited to, furnishing and applying all items, including topsoil, fertilizer, seed, etc., pertaining to the loaming and hydroseeding process. This item also includes maintaining the new grass as specified. 2. This item will be measured for payment as a lump sum per the Proposal. F62l42S0102S .doc 01025-7 April 2010 City of Fort Worth Westside S4" RW Pipeline Project W. -FURNISH AND INSTALL 24-INCH GATE VALVE IN MANHOLE (Bid Item No . 25) 1. Work under this item includes, but is not limited to, unclassified excavation and backfilling; furnishing and installing 24-inch gate valve and bypass ".~Ive; furnishi1:1g and installing48 -inch manhole, frame and cover; 24-inch piping and blind flange, 2-inch outlets , valve supports, etc.; one joint of 24-inch pipe beyond manhole, complete in place as shown on the Drawings and as specified. · 2. Eac_h 24-inch gate valve will be counted and payment made per the price stated in the Proposal. X . (i-INCH HMAC SHOULDER ON OLD WEATHERFORD ROAD (Bid Item No. 26) 1. Work under this item includes, but is not limited to, furnishing and installing six-inch thick Type "B" HMAC shoulder as required along Old Weatherford Road . This item includes excavation and all other .related work and material. 2. Measurement will be made to the nearest square yard of asphalt shoulder placed within the limits approved by the Engineer. · · · · 3. Payment will be made at the rate shown in the Proposal for all accepted work . Y. ALLOW ANCEFOR ELECTRIC ACTUATOR FOR MODULATI;NG VALVES (Bid Item No. 27) ! . . 1. _ 'fhe work _as~ociated with Bid Item 27 shall be perfo~ed by the Owner selecre9 electric actuator supplier for the allowance shown in the Proposal. The elec,tric actuator manufacturer shall be Rotork Controls, Inc. These modulating valve actuators shall be supplied by -FloTec. All associated Contractor mark-ups shall be included as part of Bid Item 10. Measurement and payment for Bid Item 27 will be for the work items delineated for the electric actuator supplier for modulating valve in the Specifications and in the Drawings . All related work associated with installation and start-up of the valve ac~ato~ shall be included as part of the Bid Item 10. 2. Contractor shall enter into a subcontract agreement.with Ducor, Inc. dba F~~Tec for the Scope of Work designated for the electric actuator supplier for modulating vaive ·within the Contract . :pocu,m~nts ,and as summatjzed in the p~oposal letter from FloTec to Camp Dress~r & McKee Inc . attached to .the end of this specificat~on. · · . · · Z. FURNISH AND INSTALL MANW AY IN MANHOLE (Bid Item No . 28) 1. Work under this item includes, but is not limited to, unclassified excavation, backfilling, furnishing and installing 24-inch manway in a 96-inch diameter manhole with frame and cover, complete in place as shown on the Drawings and as specified . - 2. Each manway will be counted and payment made according to the Proposal. 3. -This item ao~s n.ot include manways ipcludec1 with air valves or butterfly valves . AA. FURNISH ADDITIONAL FLEXIBLE BASE MATERIAL (Bid Item No . 29) 1. Furnish additional flexible base material as specified in Section 02900 as necessary to provide a finished compacted cement treated base of 8-inches thicknes s. F6~142S0102S .doc 01025-8 April201~. r - r - r - l ', City of Fort Worth Westside 54" RW Pipeline Project 2. Measurement will be made by the ton based upon weigh tickets from certified scales delivered to the Engineer on-site by the delivery truck driver. Contractor shall be responsible for determining the proper amount of material to be delivered to each section of roadway, as approved by the Engineer. 3. Payment will be the Unit Price shown in the Proposal for this Bid Item. 4. Costs for mixing with existing base, cement stabilizing, compacting, finishing, curing, and all other work necessary to complete the 8-inch cement stabilized flexible base shall be included with Bid Item No. 21. 1.05 ADD ALTERNATE ITEMS A. Add Alternate Items A-1 and A-2 are presented in the Proposal and described on the Drawings. OWNER MAY SELECT Add Alternate items to include in the project. B. Additional 2-inch HMAC Overlay on Old Weatherford Road (Add Alternate A-1) 1. Work under this item includes, but is not limited to, furnishing and installing two-inch thick Type "D" Hot Mixed Asphaltic Concrete overlay on existing Old Weatherford Road (minimum 20-feet wide). This work is in addition to the work in Bid Item No. 19. 2. This work also includes furnishing and installing all items necessary, tack coat, and all related material and work. 3. Measurement will be made to the nearest square yard of overlay placed within the limits approved by the Engineer. 4. Payment will be made at the rate shown in the Proposal for all accepted work. C. Additional 8-inch Pulverized Cement Stabilized Flexible Base (Add Alternate A-2) 1. Work under this item includes, but is not limited to, providing all material and performing all operations necessary to provide 8-inch pulverized cement stabilized flexible base as required along Old Weatherford Road. This work is in addition to work in Bid Item No. 20. 2. This item includes tack coat, cement, and all related material and work. 3. Measurement will be made to the nearest square yard of pulverized cement stabilized flexible base placed within the limits approved by the Engineer. 4. Payment will be made at the rate shown in the Proposal for all accepted work. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) F62142SO I 025.doc END OF SECTION 01025-9 April2010 1 City of Fort Worth Westside 54" RW Pipeline Project PART 1: GENERAL 1.01 PLANT SECTION 01035 CONTROL OF WORK A. The Contractor shall furnish plant and equipment which will be efficient, appropriate and large enough to secure a satisfactory quality of work and a rate of progress which will insure the completion of the work within the time stipulated in the Agreement. If at any time such plant appears to the Engineer to be inefficient, inappropriate or insufficient for securing the quality of work required or for producing the rate of progress aforesaid, he may order the Contractor to increase the efficiency, change the character or increase the plant and equipment, and the Contractor shall conform to such order. Failure of the Engineer to give such order shall in no way relieve the Contractor of his obligations to secure the quality of work and rate of progress required . 1.02 PRIVATE LAND A.· The Contractor shall not enter or occupy private land outside of City of Fort Worth Property, rights -of- way, or easements, except by written permission of the respective landowner. 1.03 PIPE 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 modifications in locations as may be found desirable to avoid interference with existing structures or for other reasons . Where fittings are noted on the Drawings, such notation is for the Contractor's convenience and does not relieve him from laying and jointing different or additional items where required . 1.04 OPBNEXCAVATIONS · A. All open excavations shall be adequately safeguarded by providing temporary barricades, caution signs, lights and other means to prevent accidents to persons , and damage to property . The Contractor shall, at his own expense, provide suitable and safe bridges and other crossings for accommodating travel by pedestrians and workmen. Bridges provided for access during construction shall be removed when no longer required . The length or size of excavation will be controlled by the particular surrounding conditions, but shall always be confined to the limits prescribed by the Engineer . If the excavation becomes a hazard, or if it excessively restricts traffic at any point, the Engineer may require special construction procedures, such as limiting the length of the open trench, prohibiting stacking excavated material in the street, and requiring that the trench shall not remain open overnight or other times when work is not in progress . B. The Contractor shall take precautions, such as fences and barricades , to prevent injury to the public due to open trenches. All trenches, excavated material, equipment, or other obstacles which could be dangerous to the public shall be well lighted at night. · F62142SO I 035 .doc 01035 -1 April2010 City of Fort Worth Westside 54" RW Pipeline Project 1.05 TEST PITS A. Test pits for the purpose of locating underground pipelines or structures in advance of the construction shall be excavated and backfilled by the Contractor at the direction of the Engineer. Test pits shall be backfilled immediately after their purpose has been satisfied and the surface restored and maintained in a manner satisfactory to the Engineer. 1.06 MAINTENANCE OF TRAFFIC A. · General R~quirements 1. Unless permission to close a street is received in writingJrom the proper authority, all excavated . material shall be placed or hauled away so that vehipular . and pedestrian traffic may be maintained 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 measures for safety satisfactory to the Engineer . 2. Detours around construction will be subject to the approval of the Owner and the Engineer. Where detours are permitted, the Contractor shall provide all necessary barricades and signs as required to divert the flow of traffic. While traffic is detoured, the Contractor shall expedite construction operations and periods when traffic. is being detoured will be strictly controlled by the Owner. 3. The Contractor shall take precautions to prevent injury to the public due to open trenches. Night watchmen may be required where special hazards exist, or police protection provided for traffic control while work is in progress .. '!'.he Contractor shall be fully responsibleJor ,damage or injuries whether or not police protection has been provided . B. 54-Inch Raw Water Pipeline Project 1. It is the Owner's intent that Old Weatherford Road be kept open to one-lane (minimum 10-feet wide) traffic during Contractor's piping and pavement working hours . In this regard: a. Provide flaggers, signs, barricades, etc., per details on the Drawings ~d as directed by the Engmeer to warn, protect and ensure safe passage of traffic, and to protect workers, within . construction area and/or areas affected by the Contractor's op~ratioos . b. There shall be ·no open trenches during non-working .hours (except lunch time with appropriate provisions for traffic safety, control, etc.). c. Excavated material shall be directly loaded into trucks and hauled off-site or otherwise suitably handled as approved by the Engineer in order to keep one-lane (minimum 10-feet wide) of pave<;l surface open for traffic. d. Keep open traffic lane free of spillage, c_lods, lumps, mud, et~ .• by brooming . or other approved means, as necessary to minimize inconvenience to traffic . Contractor's vehicles and equipment shall not be allowed to block the open traffic lane . F62142S01035 .doc 01035-2 · April2010 r . r , r 1 I' I . (. l . 1 r 1 r 1 City of Fort Worth Westside 54" RW Pipeline Project 2. Old Weatherford Road shall be closed during non-working hours except for local residents and emergency vehicles. In this regard: a. Provide signs, barricades, etc., all appropriately lighted, per details on the Drawings and as directed by the Engineer to warn, protect and ensure safe passage of traffic within construction area and/or areas affected by the Contractor's operations. Provide reflective orange barrels or vertical panel channelizing devices with reflectors at 60-foot centers adjacent to backfilled trenches [not required where trench has not yet been excavated and original paved roadway (20-foot ± width) is available for traffic use] and at 60-foot centers along south side of Old Weatherford Road pavement. b. There sha:ll be no open trenches during non-working hours (except lunch time with appropriate provisions for traffic safety, control, etc.). Backfilled trenches, whether temporary or permanent, shall be maintained "flush" with the adjacent pavement in order to avoid "drop-offs", etc. Maintain the surface during rainy and/or other inclement weather and/or extended periods of inactivity, as directed by the Engineer. c. Keep roadway free of spillage, waste, clods, lumps, mud, etc., by brooming or other approved methods as necessary to provide safe passage and minimize inconvenience to traffic. 3. During roadway paving/resurfacing operations Contractor shall pave the roadway one-half at a time in orderto maintain one open traffic lane (minimum 10-feet wide) during working and non- working hours. 4. Traffic Control measures specified herein and shown on the Drawings are the minimum requirements for this project. Additional signs, barricades, lights, flaggers, etc., shall be provided as directed by the Owner/Engineer at no additional cost to the Owner. 5. See Traffic Control Details shown on the Drawings . 1.07 BLASTING A. No blasting shall be allowed unless approved .in writing by the City of Fort Worth. 1.08 CARE AND PROTECTION OF PROPERTY A. The Contractor shall be responsible for the preservation of all public and private property, and shall use every precaution necessary to prevent damage thereto. If any direct or indirect damage is done to public or private property by or on account of any act, omission, neglect; or misconduct in the execution of the work on the part of the Contractor, such property shall be restored by the Contractor, at his expense, to a condition similar or equal to that existing before the damage was done, or he shall make good the damage in some other manner acceptable to the Engineer. F62142SO I 035.doc 01035-3 · April 2010 City of Fort Worth Westside 54" RW Pipeline Project 1.09 MAINTENANCE OF FLOW A. The Contractor shall, at his own cost , provide for the flow of watermains, sewers, drains and water courses interrupted during the progress of the work, and shall immediately cart away and remove all offensive matter. The entire procedure of maintaining existing flow shall be fully discussed with the Engineer well in advance of the interruption of any flow. 1.10 COOPERATION WlTIIlN TIIlS CONTRACT A. The Contractor shall cooperate with Subcontractors or trades, and shall assist in incorporating the work of other trades where necessary or required. B. Cutting and patching, drilling and fitting shall be carried out where required by the Contractor and his Subcontractor having jurisdiction, unless otherwise indicated herein or directed by the Engineer. 1.11 WORK PERFORMED BY OTHERS . A. General 1. Others will perform work on or adjacent to this Site during times of the Work performed under this Contract. 2. Contractor shall interface and coordinate with Others performing work in accordance with the requirements in Section O 1010 (Summary of Work) and as otherwise indicated in the Documents. Work under this Contract shall be interfaced and connected to .Work by Others as noted, especially as set out in this Section . B.. Coordination with Other Contractors 1. The Contractor shall cooperate with other cqntractors on the premises to facilitate the progress of all projects at or near the site of work . 2. The Contractor shall coordinate with other contractors for connections and testing of facilities where there is an interface between projects. Such coordination shall be performed under the direction of the Engineer. 3. Other projects which the Contractor shall coordinate such connections and testing may include the following : a. Westside Water Treatment Plant b. Westside Water Treatment Plant treated water transmission pipelines -36-Inch Westside m and 30-Inch Westside IV . c. Draining Tarrant Regional Water District (TRWD) Existing 96-inch Raw Water Pipeline F62l42S0l03S .doc 1) TRWD will drain their existing 96-inch Raw Water Pipeline so that the Contractor can make the connection of the new 54-inch Raw Water Pipeline and the existing 96"x54"x96" Tee at Raw Water Pipeline Sta. 48+48 .92±. 010354 April 2010 I I r I . l . \ r 1 ' . City of Fort Worth Westside 54" RW Pipeline Project 2) Notify the Owner at least 45-days prior to desired connection date to coordinate draining, connection schedule, etc . with TRWD. This step is very important as it could take as long as two or three weeks to drain the 96-inch line. 3) Include connection details with Submittals per Section 01300. 4. If other contracts are not completed by such time that is necessary to facilitate testing, the Engineer will determine if, and for how long, the time for completion of the Work under the Contract should be extended, as provided in the General Conditions. 1.12 CLEANUP A. During the course of the work, the Contractor shall keep the site of his operations in as clean and neat a condition as is possible. He shall dispose of all residue resulting from the construction work and, at the conclusion of the work, he shall remove and haul away any surplus excavation, broken pavement, lumber, equipment, temporary structures, and any other refuse remaining from the construction operations, and shall leave the entire site of the work in a neat and orderly condition. 1.13 PAYMENT A. Payment for the work in this Section will be included as part of the total lump sum or appropriate unit prices stated in the Proposal. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) F62142S01035 .doc END OF SECTION 01035 -5 April 2010 -. -i -' City ofFort Worth Westside 54" RW Pipeline Project PART 1: GENERAL SECTION 01110 ENVIRONMENTAL PROTECTION PROCEDURES 1.01 SCOPE OF WORK A. The work covered by this Section consists of furnishing all labor, materials and equipment and performing all work required for the prevention of environmental pollution in conformance with applicable laws and regulations, during and as the result of construction operations under this Contract. For the purpose of this Specification, environmental pollution is defined as the presence of chemical, physical, or biological elements or agents which adversely affect-human health or welfare; unfavorably alter ecological balances of importance to human life; affect other species of importance to man; or degrade the utility of the environment for aesthetic and/or recreational purposes .. B. The control of environmental pollution requires consideration of air, water and land, and involves management of noise and solid waste, as well as other pollutants . C. Schedule and conduct all work in a manner that will minimize the erosion of soils in the area of the work. Provide erosion control measures such as sedimentation or filtration systems, berms, silt fences, · seeding, mulching or other special surface treatments as are required to prevent silting and muddying of streams, rivers, impoundments, lakes, etc. All erosion control measures shall be in place in an area prior to any construction activity in that area. Specific requirements for erosion and sedimentation controls are specified in Section 02270. D. These Specifications are intended to ensure that construction is achieved with a minimum of disturbance to the existing ecological balance between a water resource and its surroundings. These are general guidelines. It is the ··Contractor's responsibility to determine the specific construction techniques to meet these guidelines. E. All phases of sedimentation and erosion control shall comply with and be subject to the approval of the Texas Commission on Environmental Quality (TCEQ) and the U.S; EPA. 1.02 APPLICABLE REGULATIONS A. Comply with all applicable Federal, State and local laws and regulations concerning environmental pollution control and abatement. 1.03 NOTIFICATIONS A. The Engineer will notify the Contractor in writing of · any non-compliance with the foregoing provisions or of any environmentally objectionable acts and corrective action to be taken. State or local agencies responsible for verification of certain aspects of the environmental protection requirements shall notify the Contractor in writing, through the Engineer, of any non-compliance 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 take corrective action. Such notice, when delivered to the Contractor or his/her authorized representative at the site of the work, shall be deemed sufficient for the purpose. If the Contractor fails or refuses to comply promptly, the Owner may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No part of the time lost due to any such stop orders shall be made the subject of a claim for extension F62142S01110.doc 01110-1 April 2010 City of Fort Worth Westside 54" RW Pipeline Project of time or for excess costs or damages by the Contractor unless it is later determined that the Contractor was in compliance. 1.04 IMPLEMENTATION A. Prior to commencement of the work, meet with the Owner to develop mutual understandings relative to compliance with this provision and administration of the environmental pollution control program. B. Remove temporary environmental control features, when approved by the Engineer, and incorporate permanent control features into the project at the earliest practicable time. 1.05 .. PROTECTIONOFWATERWAYS A. The Contractor shall observe the rules and regulations oHheState of Texas and agencies qf the U.S. Government prohibiting the pollution of any lake, stream, river, or wetland by the dumping of any refuse, rubbish, dredge material, or 9ebris therein. B. Contractors are specifically cautioned that disposal of materials into any waters of the State must conform with the requirements of the Texas Commission on Environmental Quality (TCEQ), and an applicable permit from the U.S . Army Corps of Engineers. C. The Contractor shall be responsible for prqviding. holding ponds or 811 approved method which will handle, carry through, or divert around his work all flows, including storm flows and flows created by construction activity,. so as to prevent silting of waterways or floc,ding damage to the _property or adjacent properties . D. The Contractor is responsible for researching the need for a U.S. EPA NPDES permit for the construction site. If one is required. the Contractor is responsible for obtaining the permit and for monitoring the site per the permit requirements until final completion . Contractor is responsible for closing the NPDES permit. Notification of permit closure will be a requirement for final payment. 1.06 DISPOSAL OF EXCESS EXCAVATION AND OTHER WASTE MATERIALS A. Excess excavated material not required to be incorporated into the Work, or ,unsuitable for use as trench backfill, and other waste material must be disposed of at an off site location determined by the Contractor and acceptable to the Engineer. B. Unacceptable disposal sites, include, but are not limited to ; sites witltin a wetland or critical habitat and sites where disposal will have a detrimental effect on surface water or grpundwater quality. C. The Contractor may make his own arrangements for disposal subject to submjssion of proof to the Engineer that the Owner(s) of the proposed site(s) has a valid fill permit issued by the appropriate governmental agency 811d sul>mission of a haul route pllUl includin~ a map .of the proposed route(s). D. . The C~m.tractor shall provide watertight conveyance of any liquid; semi-liquid, or satw:ated solids which tend to bleed or l~. duriQg . transpo~. No liquid lo.ss from . transported materiaJs will be permitted whether being delivered to the construction site or lJeing hauled away ._for dispO:sal. Fluid materials nauled for disposal mµst be specifically acc~ptable atthe ~el~pted disposal site. . E. Refer to Part D -Special .Conditions , Paragraph D-9 for .additional requirements: F62142S01 l 10.doc 01110-2 April201Q r l r 1 --. City of Fort Worth Westside 54" RW Pipeline Project 1.07 USE OF CHE1\1ICALS · A. All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, must show approval of either the U.S. Environmental Protection Agency or the U.S. Department of Agriculture or any other applicable regulatory agency: Use of all such chemicals and disposal of residues shali be in conformance with the manufacturer's instructions. B. Any oil or other hydrocarbon spilled or dumped on the Owner's site during construction · must be excavated and completely removed from the site prior to final acceptance. Soil contaminated by the Contractor's operations shall become the property of the Contractor, who will bear aff costs of testing and disposal. C. Before a C.cntractor commences work, the following steps shall be completed. 1. The Owner will inform Contractor of his rights under the Texas Hazards Communication Act. 2. The Owner will provide a copy of the Chemical List giving the hazardous chemicals to which the Contractor, his employees and agents may be exposed to on the project site ., 3 . The Owner will provide copies of all MSDSs to the Contractor for the hazardous chemicals which he may be exposed to on the project site. 4. · The Owner will inform the Contractor of his obligation to inform his employees and agents of each of the above requirements. · 5. The Contractor shall provide MSDSs for all hazardous chemicals he may bring onto the project site that Owner's employees may be exposed to . 6. ' The Contractor shall sign a Contractor Acknowledgement certifying that he has received the information provided by the Owner on hazardous chemicals and maintain the Acknowledgement 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 the appropriate lump sum or unit prices specified in the Bid Form. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION 3.01 EROSION CONTROL A. Provide positive means of erosion control such as shallow ditches or small diversion berms around construction to carry off surface water. Erosion control measures, such as siltation basins, mulching, jute netting and other equivalent techniques, shall be used as appropriate. Flow of surface water into excavated areas shall be prevented . Ditches around construction area shall also be used to carry away water resulting from dewatering of excavated areas. At the completion of the work, ditches shall be backfilled and the ground surface restored to original condition. F62142SOI I 10.doc 01110-3 April2010 City of Fort Worth Westside 54" RW Pipeline Project 3.02 PROTECTION OF STREAMS A. Care shall be taken to prevent, or reduce to a minimum, any damage to any stream from pollution by debris, sediment or other material, or from the manipulation of equipment and/or materials in or near such strea~s. Water that has been us.ed for washing or processing, or that contains oils or sediments that will reduce the quality of the . water in the stream, shall not be directly returned to the stream. Such waters will be diverted throµgh .a settling basin or filter before being directed into the streams. r l B. The Contractor shall not discharge water from dewatering operations directly into any live or intermittent stream, channel, wetlands, surface water or any storm sewer. Water from dewatering operations shall be treated by filtration, settling basins, or other approved method to reduce the · amount of sediment contained in the water. C. All preventative measures shall be taken to avoid spillage of petroleum products and other pollutants . In the event of.any spillage, prompt remedial action shall be takeo in aqcordance with a contingency action plan approved by the Texas Commission on Environmental Quality (TCEQ). Contractor shall submit two copies of approved contingency plans to the Engineer. D. Water being flushed from structures or pipelines after disinfection, with a chlorine residue of 1 mg/I or greater, shall be .treated with a dechlorin!ltion solution or otherwise treated and/or used in a method approved by the Engineer, prior to discharge. 3.03 PROTECTION OF LAND RESOURCES A. Land resources within the . project boundaries and outside the limits of permanent work shall be restored to a condition, after completion of construction that will ~ppe.ar to .be natural and not detract from the appearance of the project. Confine all construction activities to areas shown on the , Drawings. B. Outside of areas requiring earthwork for the construction of the new facilities, the Contractor shall not deface, injure, or destroy trees or shrubs, nor remoye or cut th~m w.ithout prior approval. No ropes, cables, or guys shall be fastened to .or attached to any existing ne,arby .trees for anchorage unless · 1 specifically authorized by the Engineer. Where such special.emergeocy :use is permitted, first wrap the trunk with a sufficient thickness of burlap or rags over which softwood cleats shall be tied before any rope, cable, or wire is placed. The Contractor shall in any event be responsible for any damage resulting from such use . C. Where trees may possibly be defaced, bruised, jnjured, or otherwise damaged by the Contractor's equipment, dumping or other operations, protect such trees by placing boards, planks, or poles around them. Monuments and markers shall be protected similarly before beginning op~rations near them. D. Any trees or other landscape feature scarred or damaged by the Contractor's equipment or operations shall be restored as nearly as possible to its original condition. The Engineer will decide what method of restoration shall be used and whether damaged trees shall be treated and h.ealed or . removed and. disposed of. · All scars. made on trees by equipment, cons.trucUon operation~. or l>Y the removal of limbs. larger than 1-in. in . diameter shall 1:>e coated . as soon as possib.le . with an approved tree wpu~~ dressing. All trimming or pruning sha.Ii be performed in an approve<hnanner by experienced workm.en with saws or pruning shears . Tree .trimmjng with axes will not be pe~itted. · F62142SOI I 10.doc 01110-4 April 2010 City of Fort Worth Westside 54" RW Pipeline Project E. F. Climbing ropes shall be used where necessary for safety. Trees that are to remain, either within or outside established clearing limits, that are subsequently damaged by the Contractor and are beyond saving in the opinion of the Engineer, shall be immediately removed and replaced. 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 or areas to be cleared as shown on the Drawings and shall require written approval of the Engineer and shall not be within wetlands or floodplains. The preservation of the landscape shall be an imperative consideration in the selection of all sites and in the construction of buildings. Drawings showing storage facilities shall be submitted for approval of the Engineer. The Contractor will be allowed to utilize the Tarrant Regional Water District's (TRWD) existing 90' wide easement, in the general area south of Old Weatherford Road where the new 54-inch Butterfly Valve Vault will be constructed, for material and equipment storage, laydown , vehicle parking, etc. The Contractor will be responsible for complete security of the site, his equipment, material, etc . Contact Rick Carroll with TRWD (tel. 817-335-2491) at least 15-days prior to date when access and use of the site is desired, and comply with all TRWD requirements . If the Contractor proposes to construct temporary roads or embankments and excavations for plant and/or work areas, he/she shall submit the following for approval at least ten days prior to scheduled start of such temporary work . 1. A layout of all temporary roads, excavations and embankments to be constructed within the work area . 2 . Details of temporary road construction . 3: Drawings and cross sections of proposed embankments and their foundations, including a description of proposed materials . 4. A landscaping drawing showing the proposed restoration of the area. Removal of any trees and shrubs outside the limits of existing clearing area shall be indicated . The drawing shall also indicate location of required guard posts or barriers required to control vehicular traffic passing close to trees and shrubs to be maintained undamaged . The draw ing shall provide for the obliteration of construction scars as such and shall provide for a natural appearing final condition of the area. Modification of the Contractor's approved drawings shall be made only with the written approval of the Engineer. No unauthorized road construction, excavation or embankment construction including disposal areas will be permitted . G. Remove all signs of temporary construction facilities such as haul roads, work areas , structures, foundations of temporary structures, stockpiles of excess or waste materials, or any other vestiges of construction as directed by the Engineer. It is anticipated that excavation, filling and grading will be required to restore the area to near natural conditions which will permit the growth of vegetation thereon. The disturbed areas shall be prepared and seeded as described in Section 02490, or as approved by the Engineer. H. All debris and excess material shall be disposed of outside wetland or floodplain areas in an environmentally sound manner. F62142SOl 110.doc 01110-5 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 3.04 PROTECTION OF AIR QUALITY A. Burning . The use of burning at the project site for the .disposal of refuse and debris will not be permitted . B. Dust Control. The Contractor will be required to maintain all excavations, embankment, stockpiles, access roads, plant sites, waste areas, borrow areas, and all other work areas within or without the project boundaries free from dust which could cause the standards for air pollution to be exceeded, and which would cause a hazard or nuisance to others . C. An approved method of stabilization consisting of sprinkling or other similar methods will be permitted to control dust. The use of petroleum products is prohibited. The use of chlorides may be permitted with approval from the Engineer; D. Sprinkling, to be approved, must be repeated at such intervals as to keep all parts of the disturbed area at least damp at all times, and the Contractor must have sufficient suitable equipment on the job to accomplish this if sprinkling is used. Dust control shall be performed as the .work proceeds and whenever a dust nuisance or hazard occurs, as determined by the Engineer. 3.05 MAINTENANCE OF POLLUTION CONTROL FACILITIES DURING CONSTRUCTION A. During the life of this Contract, maintain all facilities constructed for pollution control as long as the operations creating the particular pollutant are being carried out or u1.1til the material concerned has become stabilized to the extent that pollution is no longer being created. 3.06 NOISE CONTROL A. The Contractor shall make every effort to minimize noises caused by his/her operations. Equipment shall be equipped with silencers or mufflers designed to operate with the least possible noise in compliance with State and Federal regulations . END OF SECTION F62l42S0 l l l0.doc 01110-6 April 201.0 I i I 1 r' r • City of Fort Worth -· Westside 54" RW Pipeline Project PART 1: GENERAL SECTION O 1170 SPECIAL PROVISIONS 1.01 GENERAL OBLIGATIONS OF THE CONTRACTOR A. General obligations of the Contractor shall be as set forth in the Contract Documents. All incidental work and expense in connection with the completion of work under the contract will be considered a subsidiary obligation of the Contractor, and all such costs shall be included in the appropriate items in the Proposal in connection with which the costs are incurred . 1.02 SITE INVESTIGATION A. The Contractor shall satisfy himself as to the conditions existing within the project area, the type of equipment required to perform the work, the character, quality and quantity of the subsurface materials to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, as well as from information presented by the Drawings and Specifications . Any failure of the Contractor to acquaint himself with the available information will not relieve him from the responsibility for estimating properly the difficulty or cost of successfully performing the work . The Owner assumes no responsibility for any conclusions or interpretat ion made by the Contractor on the basis of the information made available by the Owner. 1.03 COORDINATION WITH CITY AGENCIES A. The Contractor shall supply the Tarrant County Sheriff's Office and the Fort Worth Police Department, Fire Department, and Water Department with the following information: 1. A list of streets and intersections where work will be in progress to be supplied at intervals as required by the Engineer. 2. Areas where approved detours are in effect. 3 . Immediate notification of any gas, water, or sewer main breaks. B. The Contractor will be required to reimburse the City for the actual cost of the services of Water Department Personnel required by him during other than regular working hours. 1.04 SERVICES OF MANUFACTURERS' REPRESENTATIVE AND OPERATION MANUALS A. Bid prices for equipment shall include the cost of a competent representative of the manufacturers of all equipment to supervise the installation, adjustment, and testing of the equipment and to instruct the Owner's operating personnel in operation and maintenance. This supervision may be divided into two or more time periods as required by the installation program or as directed by the Engineer. B. See the detailed Specifications and Section O 1730 for additional requirements for furnishing the services of manufacturer's representatives . C. A certificate from the manufacturer stating that the installation of the equipment is satisfactory, that the unit has been satisfactorily tested, is ready for operation, that the operating personnel have been suitably instructed in the operation, lubrication, and care of the unit shall be submitted . D. Operation and Maintenance manuals shall be submitted in accordance with Section 01300 and 01730 . F62142SOl 170.doc 01170-1 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 1.05 GREASE, OIL AND FUEL A. All grease, oil, and fuel required for initial operations and testing of equipment shall be furnished with the respective equipment. The Owner shall be furnished with a year's supply of required lubricants including grease and oil of the type recommended by the manufacturer with each item of equipment supplied under Divisions 11, 13, and 15 . 1.06 TOOLS A. Any special tools (including grease guns or other lubricating devices) which may be necessary for the adjustment, operation, and .maintenance of any equipment shall · be furnished with the respective equipment. B. Tools shall be furnished in suitable large tool boxes. 1.07 POWER SUPPLY · A. · .Unless otherwise specified, all motors 1/2 horsepower and larger shall be designed for a power supply . of 480 volts, 3 phase, 60 Hertz, and ,all motors 1/3 horsepower and smaller shall be designed for a power supply of 120 volts, single phase, 60 Hertz. l.08 MOTORS A. All motors shall have Class F insulation with a Class B temperature rise and a service factor not less than 1.15. 1.09 MAINTAINING EXISTING ELECTRICAL SERVICE A. Due to the existing conditions and existing electrical services to remain during construction, the Contractor shall make all arrangements with Texas Utilities for pole line extensions, pole relocations, etc ., to accommodate his operations and maintain electrical service and include all related costs in his bid . 1.10 MAINTENANCE AND LUBRICATION SCHEDULES A. Each Contractor's attention is directed to .Section O 1300 for all requirements relative to the submission of shop and working drawings for the mechanical and electrical and instrumentation equipment. For all mechanical and electrical equipment furnished, each Contractor shall provide a list including the equipment name, and address and telephone mmiber of the manufacturer's representative and service company so that service and/or spare parts can be readily obtained. In addition, a maintenance and lubrication schedule for each piece of equipment shall be submitted along with shop drawings . 1.11 SHIPMENT AND DELIVERY OF EQUIPMENT · A. Equipment shall not be shipped until .approved by the ·Engineer. The intent of thi~ requirement is to reduce site storage time prior · to installation and/or operation . Under no circumstances shall equipment be delivered to the site more than one month prior to anticipated installation without written authorization from the ·Engineer .. B. During shipment and delivery, the following procedures shall apply: 1. All parts shall . be properly protected so that ·DO damage . or deterioration will occur during a prolonged .delay between time of shipment and. installation, including any prolonged period at the site. · ' . . 2. Factory assembled parts and components shall not be disassembled for shipment unless permission is received in writing from the Engineer. F62142S01170.doc 01170 -2 April 2010 r l r 1 r l r 1 r 1 1 • I r ·1 City of Fort Worth Westside 54" RW Pipeline Project 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 surfaces of all exposed flanges shall be protected by wooden blank flanges, stoutly built, and securely bolted. 5. Finished iron and steel surfaces not painted shall be protected against rust and corrosion. 6. After hydrostatic or other tests, all entrapped water shall be drained, and care taken to prevent the entrance of water during shipment, storage, and handling. 7. Each box or package shall be legibly marked to show its net weight and contents. 8. Demurrage, or other charges resulting from failure to furnish these items shall be absorbed by the Contractor. 9. The Contractor shall make suitable provision for the handling and delivery of all equipment and material at the site. 1.12 STORAGE AND HANDLING OF EQUIPMENT ON SITE A. Special attention shall be given to the storage and handling of equipment on site. As a minimum, the procedure outlined below shall be followed : · 1. All equipment having moving parts such as gears, electric motors, etc., and/or instruments shall be stored in a temperature and humidity controlled building approved by the Engineer, until such time as the equipment is to be installed. 2. All equipment shall be stored fully lubricated with oil, grease, etc., unless otherwise instructed by the manufacturer. 3. All equipment with built-in heating elements shall be powered during storage. 4. Manufacturer's storage instructions shall be carefully studied by the Contractor and reviewed with the Engineer by him. These instructions shall be carefully followed and a written record of this kept by the Contractor. 5. Moving parts shall be rotated a minimum of once weekly to ensure proper lubrication and to avoid metal-to-metal "welding". Upon installation of the equipment, the Contractor shall start the equipment, at least half load, once weekly for an adequate period of time to ensure that the equipment does not deteriorate from lack of use. 6. Lubricants shall be changed upon completion of installation and as frequently as required thereafter during the period between installation and acceptance . New lubricants shall be put into the equipment at the time of substantial completion . 7. Prior to acceptance of the equipment, the Contractor shall have the manufacturer inspect the equipment to certify that its condition has not been detrimentally affected by the long storage period. Such certification by the manufacturer shall be deemed to mean that the equipment is judged by the manufacturer to be in a condition equal to that of equipment that has been shipped, installed, tested and accepted in a minimum time period. As such, the manufacturer will guaranty the equipment equally in both instances. If such a certification is not given, the equipment will be judged to be defective. It shall be removed and replaced at the Contractor's expense. F62l42S01170.doc 01170-3 April2010 City of Fort Worth Westside 54" RW Pipeline Project 1.13 SPECIAL PRECAUTIONS A. None 1.14 INSTALLATION OFEQUJPMBNT A. Special care shall be taken to ensure proper alignment of all equipment. The units shall be carefully aligned on their foundations by qualified millwrights after their sole plates have been shimmed to true alignment at the anchor bolts. The anchor bolts shall be set in place and the nuts tightened against the shims. After the foundation alignments have been approved by the Engineer, the bedplates or wing feet of the equipment shall be securely bolted in place .. · The alignment of equipment shall be further checked after securing to the foundations, and after conflilllation of all alignments, the sole plates shall be finally grouted in place. The Contractor shall be responsible for the exact alignment of equipment with associated piping and under no circumstances, will "pipe springing" be allowed. B. All wedges, shims, filling pieces, keys, packing, grout, or other materials necessary to . properly align, level and secure apparatus in place shall be furnished by the Contractor. All parts intended to be plumb or level must be proven exactly so. Perform all grinding necessary to bring parts to proper bearing after erection. 1.15 SLEEVES AND OPENINGS A. The Contractor shall provide all openings, channels, chases, etc., in new construc~ion and furnish and install anchor bolts and other items to be embedded in concrete, as required to complete the work under this Contract. The Contractor shall do all cutting, coring and rough and finish patching required in existing construction for the work of all trades. B. Subcontractors shall furnish all sleeves, inserts, hangers, anchor bolts, etc., required for the execution of their work. It shall be their responsibility before the work of the Contractor is begun to furnish him/her with the above items and with templates, drawings or written information covering chases, openings, etc., which they require and to follow up the work of the Contractor as it progresses, making sure that their drawings and written instructions are followed . Failing to do this, they shall be responsible for the cost of any corrective measures which may be required to provide necessary openings, etc. If the Contractor fails to follow the directions given him/her, covering details and locations of openings, etc., he/she shall be responsible for any cutting and refinishing required to make ·. . the necessary corrections. In no case shall beams, lintels, or other· structural members be cut without the approval of the Engineer. l.16 PIPE MARKING A. Pipe marking is included in Division 9 .under Painting, but it shall be the Contractor's responsibility to assist, as required by the Engineer, in identifying pipe contents, direction .of fl.ow and all else required for proper marking of pipe . 1.17 VAL VE IDENTIFICATION -NOT USED TlllS JOB 1.18 NOISELIMITATIONS A. All equipment to be furnished under thjs Contract,· unless specified otherwise in the technical specifications, shall be designed to ensu~ that the sqund pressure leyel does not exceed 85 decibels over a frequency range of 37 .8 to 9600 cycles per second at a disuµice of tbree feet _from any portion of the equipment, under any load condition, when tested using standard equipment and methods. Noise levels shall include the noise from the motor. Mufflers or. ~xternal baffles shall not be acceptable for the purpose of reducing noise. Data .on noise levels shall be included with the shop drawing submittal. 1162142S01170.doc 01170-4 Aprll 2010 f l I l I 1 ' 1 ' ' .l .l . City of Fort Worth Westside 54" RW Pipeline Project 1.19 SPARE PARTS A. Spare parts for certain equipment have been specified in the pertinent Sections of the Specifications. The Contractor shall collect and store all spare parts so required in an area to be designated by the Engineer. In addition, the Contractor shall furnish to the Engineer an inventory listing all spare parts, the equipment they are associated with, the name and address of the supplier and the delivered cost of each item. Copies ofactual invoices for each item shall be furnished with the inventory to substantiate the delivery cost. B. Spare parts shall be packed in cartons, properly labeled with indelible markings with complete descriptive information including manufacturer, part number, part name and equipment for which the part is to be used and shall be properly treated for one year of storage. 1.20 WEATHER PROTECTION A. In the event of inclement weather, the Contractor shall protect the Work and materials from damage or injury from the weather. If, in the opinion of the Engineer, any portion of the Work or materials has been damaged by reason of failure on the part of the Contractor to so protect the Work, such Work and materials shall be removed and replaced with new materials and Work to the satisfaction of the Engineer. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) F62142SO 1170.doc END OF SECTION 01170-5 April 2010 l. L I. City of Forth Worth Westside ~4" RW Pipeline Project PART 1: GENERAL 1.01 SCOPE OF WORK · SECTION 01172 PIPE PENETRATIONS A. Furnish all labor, materials, equipment and incidentals required and install pipe penetration assemblies as shown . This Section covers materials for the various pipe penetration configurations. Refer to the Contract Drawings for details of assembly and for location. 1.02 SUBMITT ALS A. Submit, as provided in Section 01300, manufacturers' literature on all items to be furnished, installation instructions, and where applicable, fire rating and certified test results of the various components. · PART 2: PRODUCTS 2.01 PIPE SLEEVES A . Unless otherwise shown, all pipe sleeves shall be Schedule 40 304 stainless steel pipe . Where indicated, provide a 2-in minimum circumferential water stop welded to exterior of sleeve at its midpoint. Ends of sleeves shall be cut, ground smooth and shall be flush with the wall or ceiling and extend 2-in above finished floors . Sleeves to be sealed by caulking shall be sized as required . Sleeves to be sealed with mechanical seals shall be sized in accordance with the seal manufacturer's recommendations . Sleeves for insulated piping shall be sized as required . 2.02 WALL CASTINGS A. Unless otherwise shown, wall castings shall be ductile iron conforming to ANSYA WW A A21.51/C 151, thickness Class 53, diameter as required . Flanges shall be drilled and tapped for studs where flush with the wall . Castings shall be provided with an intermediate 2-in minimum circumferential flange/waterstop, integrally cast with or welded to the casting, located as follows : for castings set flush with walls located at the center of the overall length of the casting; for castings which extend through wall located such that it falls within the middle third of the wall. 2.03 SEALING MATERIALS A. Mechanical seals shall be modular, adjustable, bolted (Type 316 SST , unless noted otherwise), mechanical type consisting of interlocking synthetic rubber links shaped to continuously fill the annular space between the pipe and sleeve . The seal shall be rated by the manufacturer for 40-ft of head or 20 psig . Mechanical seals shall be Link-Seal LS -300-M, LS400-M, or LS -500-M, depending on pipe size, manufactured by Thunderline Corp., Wayne, MI or equal. B. Caulking for PVC piping shall consist of braided oakum packing or fire retardant pliable material, Fig. 310 by Sealtite Co .; White Oakum W.S.-600 by American Manufacturing Co ., or equal , followed by lead wool, compacted to form a watertight seal. F62 l 42SO 1172.doc 01172-1 April2010 City of Forth Worth Westside 54" RW Pipeline Project C. Sealant shall be a two part foamed silicone elastomer as manufactured by Dow Corning Co., product No. 3-6548 siliconeR.T.V.; 3M brand fire barrierproductscaul.kC.P. 25 and 3M brand putty 303; or Flame-Safe fire stop systems Fig. No. FS-500 by Thomas & Betts Corporation . Sealant bead configuration, depth and width shall be in accordance with manufacturer's recommendations. 2.04 MISCELLANEOUS MATERIALS A. Bonding compound shall be Sikadur Hi-Mod epoxy by Sika Corporation, equal by Euclid Chemical · Corporation; Master Builders Company, or equal. B. Non-shrink grout shall be Masterflow 713 by Master Builders Company; Buco N-S by Euclid Chemical Co.; Five Star Grout by U.S. Grout Corp., or equal. PART 3: EXECUTION 3.01 INSTALLATION A. Assemble and install components of pipe penetration assemblies as detailed on the Drawings. END OF SECTION 'I F62l4~S01172.doc 01172-2 ... April 2010 J 1 J l ' I ' 1 ' 1 r 1. 1. L L L City of Fort Worth Westside 54" RW Pipeline Project PART 1: GENERAL 1.01 GENERAL SECTION 01200 PROIBCT MEETINGS A. The Engineer will schedule and administer a pre-construction meeting, periodic progress meetings, weekly coordination meetings and specially called meetings throughout the progress of the Work. Engineer will: 1. Prepare an agenda for meetings. 2. Make physical arrangements for meetings . 3 . Preside at meetings. 4 . Record the minutes, including significant proceedings and decisions. 5 . Reproduce and distribute copies of minutes within five working days after each meeting. a. To participants in the meeting. b. To parties affected by decisions made at the meeting. B. Representatives of contractors, subcontractors, and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents . C . The Contractor shall attend meetings to ascertain that work is expedited consistent with Contract Documents and construction schedules. 1.02 PRE-CONSTRUCTION MEETING A. A pre-construction conference will be scheduled no later than 15 days after the date of the Notice to Proceed. B . Location: As designated by the Engineer. C. Attendance: 1. Owner's representatives 2. Engineer's representatives 3. Contractor's representatives 4 . Major subcontractors 5. Major suppliers F62l42S0l200.doc 01200-1 April2010 City of Fort Worth Westside 54" RW Pipeline Project 6. 7. Utilities Others as appropriate D. Suggested Agenda: 1. Distribution and discussion of: a. List of major subcontractors and suppliers . . . b. Projected Consµuction Schedules .. 2. Critical work sequencing. 3. Major equipment deliveries and priorities. 4. Project Coordination . a. Designation of responsible personnel. 5. Procedures and processing of: a. Correspondence b. Field Decisions C. Proposal Requests d. Submittals e. Change Orders f. Applications for Payment 6. Adequacy of distribution of Contract Documents . 7. Procedures (or .!Daintaining Record Doc;:u~er:its, 8. Use of premises: a. Office, work, and storage areas b. Owner's requirements 9. Construction facilities, controls, and construction aids . 10. Temporary utilities . 11 . Housekeeping procedures. F62l42S0l200.doc 01200-2 r 1 r , April20IO City of Fort Worth Westside 54" RW Pipeline Project 1.03 MONTIIl, Y PROGRESS MEETINGS A. Conduct regular monthly meetings . The progress meetings will be held every 30 days monthly with the first meeting 30 days after the pre-construction meeting or 30 days after the date of the Notice to Proceed. B . Hold special meetings as required by the progress of the Work. C. Location of the meetings to be designated by the Engineer. D . Attendance: 1: Owner's representatives 2. Engineer's representatives as appropriate to the agenda 3 . Contractor's representatives 4. Subcontractors as appropriate to the agenda 5 . Suppliers as appropriate to the agenda 6 . Others as appropriate E . Suggested Agenda: 1. Review, approval of minutes of previous meeting . 2. Review of work progress since previous meeting . 3 . Field observations, problems, conflicts . 4. Problems which impede the Construction Schedule . 5 . Review of off-site fabrication, delivery schedules . 6 . Corrective measures and procedures to regain projected schedule . 7. Revisions to Construction Schedule . 8. Progress schedule during succeeding work period. 9 . Coordination of schedules . 10. Review submittal schedules; expedite as required. 11 . Status of submittals . 12. Maintenance of quality standards. 13 . Pending changes and substitutions. 14. Review proposed changes for effect on Construction Schedule and on completion date . F62142S01200 .doc 01200-3 April2010 City of Fort Worth Westside 54" RW Pipeline Project 15 . Status ofRFls. 16. Other business. F. The Contractor shall attend progress meetings and shall study previous meeting minutes and current agenda items, in order to be prepared to discuss pertinent topics such as deliveries of material and equipment, progress of the Work, etc. G. The Contractor is to provide a current submittal log at each progress meeting. 1.04 BIWEEKLY COORDINATION MEETINGS A Regular bi-weekly meetings shall be scheduled with the first meeting held after the pre-construction conference, but prior to the Contractor initiating his mobilization to the project site. B. The location of the meetings shall be designated by the Engineer. C. Attendance: 1. Owner's Representatives 2. Engineer's representative 3. Contractor's Representative D. Suggested Agenda: 1. Short term schedule status (2 week preview). 2. Coordination requirements . 3. Delivery Schedules 4. Field observations, problems, and conflicts. 5 . Status of pending issues. 6 . Inspection issues. E . The Contractor shall attend the biweekly meetings and shall be fully prepared to discuss pertinent topics . The Contractor shall have studied the meeting agenda items and the previous meeting minutes prior to the scheduled meeting. PART 2: PRODUCTS (NOT USED) PART 3 : EXECUTION (NOT USED) F62142S01200.doc END OF SECTION 012004 April 2010 r l I l r • r . .__ City of Fort Worth Westside 54" RW Pipeline Project PART 1: GENERAL SECTI0N0l300 SUBMITTALS 1.01 DESCRIPTION OF REQUIREMENTS A. This Section specifies the general methods and requirements of submissions applicable to the following work-related submittals: Shop Drawings, Product Data, Samples, Mock Ups, Construction Photographs, and Construction or Submittal Schedules. Detailed submittal requirements will be specified in the technical specifications sections. B. All submittals shall be clearly identified by reference to Specification Section, Paragraph, Drawing No. or Detail as applicable. Submittals shall be clear and legible and of sufficient size for sufficient presentation of data. C. Submittals and warranties for equipment items/units, etc., that must function together as a unit/system must have all major components submitted simultaneously so that the Engineer is able to determine how the various elements function as a unit/system to verify if the entire intent of the specification is being met. D. The Contract Documents are complementary. What is required by one is as binding as if required by all. 1.02 SHOP DRAWINGS, PRODUCT DATA, SAMPLES A. Shop Drawings 1. Shop drawings, as specified in individual work Sections include, but are not necessarily limited to, custom-prepared data such as fabrication and erection/installation (working) drawings, scheduled information; setting diagrams, actual shopwork manufacturing instructions, custom templates, special wiring diagrams, coordination drawings, individual system or equipment inspection and test reports including performance curves and certifications, as applicable to the Work. 2. All shop drawings submitted by subcontractors for approval shall be sent directly to the Contractor for checking. The Contractor shall be responsible for their submission at the proper tiine so as to prevent delays in delivery of materials. 3. The Contractor shall check all subcontractor's shop drawings regarding measurements, size of members, materials, and details to satisfy himself that they conform to the intent of the Drawings and Specifications. Shop drawings found to be inaccurate or otherwise in error shall be returned to the subcontractors for correction before submission thereof. 4. All details on shop drawings submitted for approval shall show clearly the relation of the various parts to the main members and lines of the structure, and where correct fabrication of the work depends upon field measurements; such measurements shall be made and noted on the drawings before being submitted for approval. B. Product Data 1. Product data as specified in individual Sections, include, but are not necessarily limited to, standard prepared data for manufactured products (sometimes referred to as catalog data), such as the manufacturer's product specification and installation instructions, availability of colors and patterns, manufacturer's printed statements of compliances and applicability, roughing-in diagrams and templates, catalog cuts, product photographs, standard wiring diagrams, printed F62l42SOl300 .doc 01300-1 April2010 City ofFort Worth Westside 54" RW Pipeline Project performance curves and operational-range diagrams , production or quality control inspection and test reports and certifications, mill reports, product operating and maintenance instructions and recommended spare -parts listing and printed product warranties, as applicable to the Work. C. Samples 1. Samples specified in individual Sections, include, but are not necessarily limited to, physical examples of the work such as sections of manufactured or fabricated work, small cuts or containers of materials, complete units of repetitively -used products, color/texture/pattern swatches and range sets, specimens for coordination of visual effect, graphic symbols and units of work to be used by the Engineer or . Owner for independent inspection and testing, as · applicable to the Work. 1.03 CONTRACTOR 'S RESPONSIBil..ITIES A. The Contractor shall review .shop drawings, .product data and samples, including those by subcontractors, prior to submission to determine and verify the following : 1. . Field measurements · 2. Field construction criteria 3. Catalog numbers and similar data 4. Conformance with the Specifications B. Each shop drawing, sample and product data submitted by the Contractor shall have affixed to it the following Certification Statement including the Contractor's Company name and signed by the person who actually reviewed the submittal. "Certification Statement: By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, . ~aterials, dimensions, catalog numbers and similar data and I have ·checked and coordinated · each item with .other applicable approved shop drawings.". Shop drawings larger than 8 1/2" x . ll" shall be folded to 8 1/2" x 11 ". Shop. drawings and product data.sheets shall be bound together in ·an orderly fashion and beat'. the above Certification Statement on the cover sheet. The cover sheet shall fully describe the packaged data and include a listing of all items within the .package. Provide to the Construction Manager a copy of each submittal transmittal sheet for shop drawings, product data and samples at the time of submittal of said drawings, product data and samples 'to the Engineer. C. . · The C~ntractor shall utilize ·an 8-char~cter 'submittal cross~reference identification numbering system, preceded with a prefix designating the type of submittal. The numbering ~ystem shall be as follows: 1. The· prefix shall be two or three characters designating the type of submittal (e.g. shop drawing, request for information, field order, etc.) These prefixes will be provided by the Engineer. 2. The first five digits shall be the applicable Specification Section Number. 3. The next two digits shall be the numbers O 1-99 to sequentially number each initial separate item or drawing submitted· under each specific . Section · number. 4. The last character shall be a letter, A-Z, indicating the resubmission of tbe S&me .Drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: SD 03300-08-B · SD = Shop Drawing · 03300. = Specification Section for Concrete . . , .. ·. 08 . = The eighth initial submittal under .this :specification section- B = The third submis~ion (second resubmission) of that .particular shop drawing F62 l42S0 l 300.doc 01300 -2 Aptj.120 10 r ' f ' r ' r' I • Ll r I 1 -· City of Fort Worth Westside 54" RW Pipeline Project D. Notify the Engineer in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. E. The review and approval of shop drawings, samples or product data by the Engineer shall not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. All risks of error and omission are assumed by the Contractor and the Engineer will have no responsibility therefore. F . No portion of the work requiring a shop drawing , sample, or product data shall be started nor shall any materials be fabricated or installed prior to the approval or qualified approval of such item . Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data shall be at the Contractor's risk. The Owner will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. G. Project work, materials, fabrication, and installation shall conform to approved shop drawings, applicable samples, and product data . 1.04 SUBMISSION REQUIRElv.lENTS A. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the Engineer. C. The Contractor shall submit shop drawings in either hard copy or electronically. All submittals shall be made with the selected method, and the Contractor shall inform the Engineer by letter one week after award of the Contract, which method has been selected. Submittals made by any method other than that selected by the Contractor will be returned without review . D. For electronic submittals if so selected by the Contractor, drawings and the necessary data shall be submitted electronically to Engineer as specified below . Submittal documents shall be in black and white unless color is required for the review of the submittal. All electronic files shall be in Portable Document Format (PDF) as generated by Adobe Acrobat Professional Version 7 .0 or higher. The PDF file(s) shall be fully indexed using the Table of Contents, searchable with thumbnails generated . PDF images must be at a readable resolution . For most documents, they should be scanned or generated at 300 dots per inch (dpi). Optical Character Recognition (OCR) capture must be performed on these images so that text can be searched, selected and copied from the generated PDF file. The PDF documents shall have a bookmark created in the navigation frame for each major entry ("Section" or "Chapter") in the Table of Contents . Thumbnails shall be generated for each page or graphic in the PDF file . l . The opening view for each PDF document shall be as follows : Initial View: Bookmarks and Page Magnification : Fit In Window The file shall open to the Contractor's transmittal letter, with bookmarks to the left. The first bookmark shall be linked to the Table of Contents . 2. PDF document properties shall include the submittal number for the document title and the Contractor's name for the author . F62142S0l300.doc 01300-3 April2010 City of Fort Worth Westside 54" RW Pipeline Project 3. Electronic submittal file sizes shall be limited to 10 MB . When multiple files are required for a submittal the least number of files possible shall be created. 4 . The Contractor shall post submittals an_d retrieve the Engineer's submittal review comments as appropriate. 5. Instruction on procedures for posting and retrieving submittals will be provided after award of the Contract. E. Number of hard-copy submittals required: 1. Shop Drawings as defined in Paragraph 1.02 A: Eight copies. If Contractor requires more than three copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. 2 . Monthly project schedule updates: Six copies. 3. Product Data as defined in Paragraph 1.02 B: Four copies . 4 . Samples: Submit the number stated in the respective Specification Sections . 5 . All other submittals: Six copies. F. Submittals shall contain: 1. The date of submission and tJ:ie dates of any previous submissions. 2. The Project title and number. 3. Contractor identification. 4 . The names of: a. Contractor b. Supplier c . ManufactQrer 5. Identification of the product, with the specification section number, page and paragraph(s). 6. Field dimensions, clearly identified as such. 7. Relation to adjacent or critical features of the Work or materials. 8 . Applicable standards, such as ASTM or Federal S~cificat~~11 n11mbers . 9 . Identification by colored highlighting of deviations from Contract Documents. 10. Identification by colored highlighting of revisions on resubmittals. 11 . An 8-in X 3-in blank space for Contractor and Engineer stamps. 1.05 REVIEW OF SHOP DRAWINGS, PRODUCT DATA, WORKING DRAWINGS AND SAMPLES F62l42SOI300.doc 01300-4 April 2010 r , r. r , '. 'l _J City of Fort Worth Westside 54" RW Pipeline Project A. The review of shop drawings, data, and samples will be for general conformance with the design concept and Contract Documents. They shall not be construed as: · 1. Permitting any departure from the Contract requirements; 2. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials; and/or 3. Approving departures from details furnished by the Engineer, except as otherwise provided herein. B. The Contractor remains responsible for details and accuracy, for coordinating the work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly, and for performing work in a safe manner. · C. H the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which Engineer finds to be in the interest of the Owner and to be so minor as not to involve a change in Contract Price or time for performance, the Engineer may return the reviewed drawings without noting an exception. D. Submittals will be returned to the Contractor under one of the following codes. Code 1 - Code 2 - Code3 - Code4 - Code5 - Code6 - "APPROVED" is assigned when there are no notations or comments on the submittal. When retilrned under this code the Contractor may release the equipment and/or material for manufacture . "APPROVED AS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. The Contractor may release the equipment or material for manufacture; however, all notations and . comments must be incorporated into the final product. "APPROVED AS NOTED/CONFIRM".· This combination of codes is assigned when a confirmation of the notations and comments IS required by the Contractor. The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. This confirmation shall specifically address each omission and nonconforming item that was noted. Confirmation is to be received by the Engineer within 15 calendar days of the date of the Engineer's transmittal requiring the confirmation . "APPROVED AS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. This resubmittal is to address all comments, omissions and non-conforming items that were noted. Resubmittal is to be received by the Engineer within 15 calendar days of the date of the Engineer's transmittal requiring the resubmittal. "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. The Contractor must resubmit the entire package revised to bring the submittal into conformance. It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents . "COMMENTS ATTACHED" is assigned where there are comments attached to the returned submittal which provide additional data to aid the Contractor. Codes 1 through 5 designate the status of the reviewed submittal with Code 6 showing there has been an attachment of additional data. F62l42S0l300.doc 01300-5 April 2010 City of Fort Worth Westside 54" RW Pipeline Project E. Resubmittals will be handled in the same manner as first submittals . On resubmittals the Contractor shall direct specific attention, in writing on the letter of transmittal and on resubmitted shop drawings by use of revision triangles and colored highlighting or other similar methods, to revisions other than the corrections requested by the Engineer, on previous submissions. Any such revisions which are not clearly identified shall be made at the risk of the Contractor . The Contractor shall make corrections to any work done because of this type revision that is not in accordance to the Contract Documents as · may be required by the Engineer. F. Partial submittals may not be reviewed. The Engineer will be the only judge as to the completeness of a submittal. Submittals deemed by the Engineer to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. The Engineer may at his/her option provide · a list or mark the submittal directing the Contractor to the areas that are incomplete. G. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, the Contractor shall give written notice thereof to the Engineer at least seven working days prior to release for manufacture . H. When the shop drawings have been completed to the ~atisfaction of the Engineer, the Contractor shall carry out the construction in accordance therewith and shall make no further changes therein except upon written instructions from the Engineer. 1.06 DISTRIBUTION A. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the Engineer. Number of copies shall be as directed by the Engineer but shall not exceed the number specified in Paragraph 1.04C . 1.07 MOCK UPS A. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of work to be used on the Project. Remove at the completion of the Work or when directed . 1.08 PROFESSIONAL ENGINEER (P.E .) CERTIFICATION FORM A. If specifically required in other Sections of these Specifications, the Contractor shall submit a P.E. Certification for each item required, in the form attached to this Section, completely filled in and stamped. 1.09 GENERAL PROCEDURES FOR SUBMITTALS A. Coordination of Submittal Times : Prepare and transmit each submittal sufficiently in advance of performing the related work or other applicable activities, or within the time specified in the individual work sections, of the Specifications, so that the installation will. not be delayed by processing times including disapproval -and resubmittal (if required}, coordination with other submittals, testing, purchasing, fabrication, delivery and simil~ sequenced activities. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the 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 convenient to the Engineer and at the Contractor's expense, based on the Engineer's then prevailing rates. The Contractor shall reimburse the Owner within 30 Calendar Days for all such fees invoiced to the Owner by the Engineer. B. The need for more than one resubmission or any other deiay in obtaining Engi~eer's review of submittals , will not entitle the Contractor to an extension of Contract Time . F62142S0l300.doc 01300-6 April 2010 l I I r l r I ' I ' I ~¥ I ;=. r: '= r, t =- r • '. = City of Fort Worth Westside 54" RW Pipeline Project 1.11 A. OPERATION AND MAJNTENANCE DATA AND MANUALS. Adequate operation and maintenance · infonnation shall be supplied for all equipment requiring maintenance or other attention. The equipment Supplier shall prepare a project specific operation and maintenance manual for each type of equipment indicated in the individual equipment sections or the equipment schedule. See Section 01730 for additional requirements. B. Parts lists and operating and maintenance instructions shall be furnished for other equipment not listed in the individual equipment sections or the equipment schedule. C. Operation and maintenance manuals shall include the following: 1. · Equipment function; nonnal operating characteristics, and limiting conditions. 2. Assembly, installation, alignment, adjustment, and checking instructions . 3. Operating instructions for startup, routine and nonnal operation, regulation and control, shutdown, and emergency conditions. 4. Lubrication and maintenance instructions. 5 . Guide to troubleshooting. 6. Parts lists and predicted life of parts subject to wear. 7. Outline, cross section, and assembly drawings; engineering data; and wiring diagrams. 8. Test data and perfonnance curves; where applicable. D. The operation and maintenance manuals shall be in addition to any instructions or parts lists packed with or attached to the equipment when delivered, or which rriay be required by Contractor. E. Three hard copies of each manual shall be submitted to prior to the date of shipment of the equipment. When the O&M manuals are returned with the review status "APPROVED AS NOTED/RESUBMIT" or "NOT APPROVED", the corrections shall be made as instructed by the Engineer, and two copies of the corrected portion(s) and one complete corrected copy of the O&M manual returned to the Engineer. After review by Engineer is complete, one hard copy and one electronic copy of each operation and maintenance manual shall be prepared and delivered to Engineer not later than 30 days prior to placing the equipment in operation. The electronic copy shall be submitted through the project website, and will be reviewed for content and organization and assigned a review status by the Engineer. When corrections are required, a corrected version of the electronic copy shall be resubmitted. Procedures for submission of the electronic copy will be provided after award of the Contract. When review of the electronic copy by the Engineer is complete, three copies of each electronic O&M manual shall be delivered on CD-ROM to the Construction Manager. Each CD shall contain only one copy of one manual. F. All material shall be marked with project identification, and inapplicable information shall be marked out or deleted. G. Shipment of equipment will not be considered complete until all required manuals and data have been received. F62l42SOl300.doc 01300-7 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 6. In so far as possible, total quantities and unit prices shall be shown for all items of work, separating for each item the materials and labor, and such other sub-items as the Contractor may desire. ''Lump Sum," "miscellaneous" and other general entries in the Schedule of Values shall be avoided whenever possible. Such items as mobilization, demobilization, bond premiums, insurance, temporary facilities, and equipment storage shall be listed separately in the Schedule of Values, provided the costs can be substantiated. Overhead and profit shall not be listed as separate items, but an appropriate amount shall be included for each item listed. 7. The sum of the items · listed on the Schedule of Values for each bid item shall equal the contract price for the bid item, and the total of all items included in the Schedule of Values shall equal the Contract price. No additional payment will be allowed if the quantities shown on the Schedule are less than those actually required to accomplish the work, unless the quantities are altered by a Change Order. 8. The format for the Schedule of Values shall be as directed by the Eogineer. 9. If the Owner elects to delete any item, the dollar amount to be deleted from the Contract shall be the total amount shown in the Schedule of Values for that item, including overhead and profit. 1.11 PROJECT EXECUTION AND CONTROL REPORTING A. All change proposals shall be submitted to the Engineer using the "Contract Change Proposal" form to be provided by the Engineer. B. Each day the Contractor shall submit to the Engineer daily construction report information using the "Daily Construction Report" form to be provided by the Engineer. C. Each week, after coordination meetings with subcontractors, the Contractor shall submit to the Engineer a three (3) week schedule using the form to IJe provided by the Engineer. This schedule shall identify work scheduled for the current week and projected for two additional weeks . D. If the Owner elects to delete any lump sum item, the dollar amount.to be deleted frqm the Contract shall be the total amount shown in the Schedule of Values for that item, including overhead and profit. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) F62142S0l31S.doc END OF SECTION 01315-8 April 2010 ' . ·' r .. '·'"' City ofFort Worth Westside 54" RW Pipeline Project SECTION 01410 TESTING AND TESTING LABORATORY SERVICES PART 1: GENERAL 1.01 REQUIREMENTS INCLUDED A. Owner will employ and pay for the services of an Independent Testing Laboratory to perform testing specifically indicated on the Contract Documents and may at any other time elect to have materials and equipment tested for conformity with the Contract Documents. 1. Cooperate with the laboratory to facilitate the execution of its required services . 2. Employment of the laboratory shall in no way relieve Contractor's obligations to perform the work of the Contract. 3. Contractor shall pay all costs associated with development of asphalt and concrete mix designs . B. All other testing, including testing of materials as required for approval of submittals, shall be at the expense of the Contractor. 1.02 RELATED REQUIREMENTS A. Conditions of the Contract: Inspections and testing required by laws, ordinances , rules, regulations , orders or approvals of public authorities . B. Each Section listed: Laboratory tests required and standards for testing . C. Testing Laboratory inspection, sampling and testing is required for , but not limited to, the following: 1. Earthwork is included in Section 02200. 2 . Trenching, Backfilling and Compaction for Piping is included in Section 02221 . 3. Cast-in-Place concrete is included in Section 03300 . 1.03 LABORATORY DUTIES A. Cooperate with Engineer and Contractor; provide qualified personnel after due notice. B. Perform specified inspections , sampling, and testing of materials and methods of construction : 1. Comply with specified standards . 2. Ascertain compliance of materials with requirements of Contract Documents. C. Promptly notify Engineer and Contractor of observed irregularities or deficiencies of work or products . F62142SOI4IO.doc 01410-1 April 2010 City of Fort Worth Westside 54" RW Pipeline Project D. Promptly submit five copies of written report of each test and inspection to Engineer. Each report shall include: 1. Date issued. 2. Project title and number. 3. Testing laboratory name, address, and telephone number. 4 . Name and signature of laboratory inspector. 5. Date and time of sampling or inspection. 6. Record of temperature and weather condit.ions . 7. · · Date of test. 8. Identification of product and specification section . 9. Location of sample or test in the project. 10. Type of inspection or test. 11. Statement of specification requirements of material being tested . . 12. · Result of tests . 13 . Clarification of testing procedures and observations , when requested by Engineer. E. Perform additional tests as required by Engineer or the Owner. 1.04 LIMITATIONS OF AUTHORITY OF TESTING LABORATORY A. Laboratory is not authorized to : 1. Release, revoke, alter or enlarge on requirements 'of Contract Documents. 2. Approve or accept any portion of the work. 3. Perform any duties of the Contractor. 1.05 CONTRACTOR'S RESPONSIBILITIES A. Cooperate with laboratory personnel, provide access to work and to manufacturer's operations . B. Secure and deliver to the laboratory adequate quantities of representational samples of materials proposed to be used anq which require testing .. F62 l42SOJ410 .doc 01410~2. · . April 2010 I I r f l r I I 1 I ' r I I • 1 . ~ - 'J City of Fort Worth Westside 54" RW Pipeline Project C. Materials and equipment used in the perfonnance of work under this Contract are subject to inspection and testing at the point of manufacture or fabrication. Standard requirements for quality and workmanship are indicated in the Contract Documents . The Engineer may require the Contractor to provide statements or certificates from the manufacturers and fabricators that the materials and equipment provided by them are manufactured or fabricated in full accordance with the standard specifications for quality and workmanship indicated in the Contract Documenµ;. All costs of this testing and providing statements and certificates shall be a subsidiary obligation of the Contractor, and no extra charge to the Owner shall be allowed on account of such testing and certification. D. Furnish incidental labor and facilities: 1. To provide access to work to be tested. 2. To obtain and handle samples at the project site or at the source of the product to be tested. 3. To facilitate inspections and tests. 4. For storage and curing of test samples . E. Notify laboratory sufficiently in advance of operations to allow for laboratory assignment of personnel and scheduling of tests . 1. When tests or inspections cannot be perfonned after such notice, reimburse Owner for laboratory personnel and travel expenses incurred due to Contractor's negligence. F. Employ and pay for the services of the same or a separate, equally qualified independent testing laboratory to perfonn materials development of asphalt and concrete mix designs, and additional inspections, sampling and testing required for the Contractor's convenience. G. If the results of tests indicate the material or equipment complies with the Contract Documents, the Owner will pay for the cost of the testing laboratory . If the tests and any subsequent retests indicate the materials and equipment fail to meet the requirements of the Contract Documents, the Contractor may pay for the laboratory costs directly to the testing firm or the total of such costs shall be deducted from any payments due the Contractor. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) F62142SOl410 .doc END OF SECTION 01410-3 Aprll 2010 '. City of Fort Worth Westside 54" RW Pipeline Project PART 1: GENERAL SECTION 01500 TE:MPORARY FACILITIES 1.01 CONTRACTOR'S TEMPORARY OFFICES A. Refer to Page D-9, Paragraph D-33 for temporary offices, if required by Contractor. . 1.02 TEMPORARYLIGHT AND POWER A. Furnish temporary light and power, complete with wiring, lamps, and similar equipment as required to adequately light all work areas and with sufficient power capacity to meet the reasonable needs of all subcontractors. Make all necessary arrangements With the local electric company (TXU) for temporary electric service, and pay all expenses in connection therewith. B. Provide properly configured NEMA polarized outlets to prevent insertion of 110-120 volt plugs into higher voltage outlets. For connection of power tools and equipment, provide outlets equipped with ground-fault circuit interrupters, reset button and pilot light. · C. Provide grounded extension cords. Use "hard-service" cords where exposed to abrasion and traffic. Provide waterproof connectors to connect separate lengths of electric cords if more than one length is required. D. Provide general service incandescent lamps as required for adequate illumination. Provide guard cages or tempered glass enclosures, where exposed to breakage . Provide exterior fixtures where exposed to moisture. · · 1.03 TEMPORARY AIR, STEAM AND WATER A. The Contractor shall provide all air, steam and water, including temporary piping and appurtenances required therefor, as may be required for the cleaning and testing of pipelines and equipment necessary for his/her work. Temporary piping and appurtenances shall be removed upon approval of equipment being tested. Water for testing shall be provided by the Contractor. Contractor shall be responsible for all piping and equipment necessary for getting water to its intended use. 1.04 TEMPORARY SANITARY FACILITIES A. Provide self-contained, single-occupant toilet units of the chemical, aerated recirculation, or combustion type, properly vented and fully enclosed in a fiberglass or other approved non-absorbent shell. 1.05 FIRE EXTINGUISHERS A. Provide portable UL-rated, Class A fire extinguishers for temporary offices and similar spaces. In other locations, provide portable UL-rated Class ABC dry chemical extinguishers or a com- bination of NFPA recommended Classes for the exposure. Comply with NFPA 10 and 241 for classification, extinguishing agent and size required by location and class of fire exposure. 1.06 LAYOUT OF TEMPORARY FACILITIBS A. Before starting the work, the Contractor shall submit to the Engineer his requirements for space for temporary structures and storage of materials. Where onsite space for temporary facilities is limited, the allocation of the available space will be made by the Engineer. Should the Contractor require space in addition to that allocated, the Contractor shall make his own arrangements for F62 l 42SO 1500.doc 01500-1 April2010 City of Fort Worth Westside 54" RW Pipeline Project storage of materials and equipment in locations off the construction site. For the allocated space, the Contractor shall submit to the Engineer for approval, his proposed plan and layout for all temporary offices, sanitary facilities, temporary construction roads, storage buildings, storage yards, temporary water service and distribution, temporary power service and distribution , and temporary telephone service. B. The Contractor will be allowed to utilize the Tarrant Regional Water District's (TRWD) existing 90' wide easement, in the general area south of Old Weatherford Road where the new 54-inch Butterfly Valve Vault will be constructed, for material and equipment storage, laydown, vehicle parking, etc. The Contractor will be responsible for complete security of the site, his equipment, material , etc. Contact Rick Carroll with TRWD (tel. 817-335-2491) at least 15-days prior to date when access and use of the site is desired, and comply with all TRWD requirements . 1.07 STORAGE BUILDINGS A. The Contractor shall erect, or provide as approved, temporary storage buildings of the various sizes as required for the protection of mechanical and electrical equipment and materials as recommended by manufacturers of such equipment and materials . The buildings shall be provided with such environmental control system~ that meet recommendations of manufacturers of all equipment and materials stored in the buildings . The buildings shall be of sufficient size and so arranged or partitioned to provide security for their contents and provide ready access for inspection and inventory. At or near the completion of the work, and as directed by the Engineer, the temporary storage buildings shall be dismantled , removed from the site, and remain the property of the Contractor. B. Combustible materials (paints, solvents, fuels, etc .) shall be stored in a well-ventilated building removed from other buildings .. 1.08 STORAGE YARDS A. The Contractor shall construct temporary storage yards for the storage of materials that~ 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 ground, and in a manner that allows ready access for inspection and inventory. Temporary gravel surfacing of the storage yards shall meet with the . approval of the Engineer. 1.09 CONTRACTOR'S WORK AREA A. The Contractor shall limit his operations and storage of equipment and materials to the areas designated and as directed by the Engineer. B. Contractor shall erect a suitable fence around .each tree or group of trees in the vicinity of the work, except those shown to be removed on the plans. Any such tr~s damaged shall be repaired or replaced, as directed by the Engineer, at the Contractor's expense . Sprinkler zones to be taken out of service for construction will be capped off to allow the remaining system to remain operational or the Contractor shall provide temporary irrigation system as directed by the Engineer. C. Except as provided herein, no sidewalk, private property, or other area adjacent to the plant site shall be used for storage of the Contractor's equipment and materials unless prior written approval is obtained from the legal owner. D. The Contractor shall maintain the area during construction in a manner that will not obstruct operations on street areas. He shall proceed with his work in an orderly manner, maintaining the . construction site free of debris and unnecessary equipment or materials . F62142S01500 .doc 01500-2 April2010 r I r I r 1 I '1 I I ' l f I r r r r City of Fort Worth Westside 54" RW Pipeline Project E. At all times, maintain areas covered by the Contract and public properties free from accumulations of waste, debris, and rubbish caused by construction operations. Contractor shall provide weekly street cleaning and monthly wet street brooming; Also refer to paragraph 1.06 of Section O 1035. F. Excavated materials shall be removed from the site in a manner that will cause the least damage to adjacent lawns, grassed areas, trees, gardens, shrubbery, or fences regardless of whether these are on private property or on public right-of-ways. G. Cleaning and disposal operations shall comply with local ordinances and antipollution laws. Do not bum or bury rubbish and waste materials on ·the project site. Do not dispose of volatile wastes such as mineral spirits, oil, chemicals, or paint thinner in storm or sanitary drains. Do not dispose of wastes into streams or waterways. H. Wet down dry materials and rubbish to allay dust and prevent blowing dust. I. Provide approved containers for collection and disposal of waste materials, debris, and rubbish and make arrangements for appropriate periodic emptying of the containers. 1.10 TEMPORARY ACCESS ROADS AND PARKING SPACE A. The Contractor shall construct temporary construction access roads and detours as are required to execute the work. The roads shall meet with the approval of the Engineer, and be maintained in good condition until no longer needed; at which time the temporary roads shall be removed and the area left in a condition satisfactory to the Engineer. B. The Contractor shall construct temporary parking facilities for his employees, his Sub-Contractor's employees, other employees and the Engineer. 1.11 PROTECTION OF THE FINISHED CONSTRUCTION A. The Contractor shall assume the responsibility for the protection of all finished construction and shall repair and restore any and all damage to finished work to its original or better state. B. Where responsibility can be determined, the cost for replacement or repair of damaged work shall be charged to the party responsible. If responsibility cannot be fixed, the cost shall be borne by the Contractor. C. Wheeling of any loads over finished floors, either with or without plank protection, shall not be permitted in anything except rubber-tired wheelbarrows, buggies, trucks, or dollies. This applies to all finished floors and to all exposed concrete floors as well as those covered with composition tile or other applied surfacing, and shall apply to all trades. D. Where structural concrete is also the finished surface, care shall be taken to avoid marking or damaging those surfaces. 1.12 REMOVAL OF TEMPORARY FACILITIES AND UTILITIES A. At such time or times any temporary construction facilities and utilities are no longer required for the work, the Contractor shall notify the Engineer of his intent and schedule for removal of the temporary facilities and utilities, and obtain the Engineer's approval before removing the same. As approved, the Contractor shall disconnect and/or dismantle the temporary facilities and utilities and remove them from the site as his property. Leave the site in such condition as specified, as directed by the Engineer, and/or as shown on the Plans. B. In unfinished areas, the condition of the site shall be left in a condition that will restore original drainage, evenly graded, seeded or planted as necessary, and left with an appearance equal to, or better than original. F62142SO 1500.doc 01500-3 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 1.13 PAYMENT A. The work specified in this Section shall be con$idered incidental and payment will be included as part of the appropriate lump sum or unit prices stated in the Proposal. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) . F62l42S01500 .doc END OF SECTION 01500-4 April 2010 rl I I J . l I ' City of Fort Worth Westside 54" RW Pipeline Project PART 1: GENERAL SECTION 01510 CONSTRUCTION TEMPORARY CONTROLS 1.01 MOBILIZATION AND PROGRESS OF THE WORK A. The Owner will issue a written Notice to Proceed, indicating the date when the Contract Time shall begin. The Work shall progress as required to preven t delaying completion of the Project. B. The Contractor shall furnish plant and equipment 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 the time stipulated in the Contract Documents . If at any time such plant appears to the Owner to be inefficient, inappropriate or insufficient for securing the quality of work required or for producing the rate of progress specified, he may order the Contractor to increase the efficiency, change the character or increase the plant equipment at the expense of the Contractor, and the Contractor shall conform to such order. Failure of the Owner to give such order shall in no way relieve the Contractor of his obligations to secure the quality of work and rate of progress required. C. The Contractor shall be fuliy responsible for providing all temporary diversion and dewatering pumping and piping, plumbing, heating, ventilating, air conditioning, lighting, temporary structures, and such other items required to complete all indicated work in these contract specifications and drawings . D. No work shall be done between the hours of 6:00 p.m. and 7:00 a.m., nor on Saturdays, Sundays or Owner holidays, except with the written permission of the Owner. Contractor shall submit a request to the Owner two weeks in advance for work on Sundays and legal holidays . Owner shall be notified 48 hours prior to any work planned for Saturdays . The Contractor will be allowed to work double shifts , Saturdays, Sundays and legal Owner holidays if it can be demonstrated that the work items to be performed are related to the critical path of the construction schedule and if the additional work schedule is required to meet Substantial Completion . The Contractor's Superintendent must be onsite to supervise all work. The Contractor shall pay for Owner's additional inspection costs necessitated by Contractor's desire or need to work outside of the 7:00 a.m . to 6:00 p.m. Monday through Friday normal work schedule . 1.02 TEMPORARY CONSTRUCTION A. Open Excavations 1. All open excavations shall be adequately safeguarded by providing temporary barricades, caution signs, lights and other means to prevent accidents to persons, and damage to property. The Contractor shall, at his own expense, provide suitable and safe bridges and other crossings for accommodating travel by pedestrians and workmen. Bridges provided for access during construction shall be removed when no longer required . The length or size of excavation will be controlled by the particular surrounding conditions, but shall always be confined to the limits prescribed by the Owner. If the excavation becomes a hazard, or if it excessively restricts traffic at any point, the Owner may require special construction procedures such as limiting the length F62142S015l0.doc 01510-1 April 2010 City of Fort Worth Westside 54" RW Pipeline Project of the open trench, prohibiting stacking excavated material in the street, and requiring that the trench shall not remain open overnight. 2. The Contractor shall take precautions to prevent injury to the public due to open trenches. All trenches, excavated material, equipment, or other obstacles which could be dangerous to the public shall be well lighted at night and other periods of reduced visibility, e.g., fog, storms, etc. 3 . Refer to paragraph 1.06 of Section 01035 for additional traffic safety related requirements . B. TestPits 1. Test pits for the purpose of locating underground pipelines or structures in advance of the construction shall be excavated and backfilled by the Contractor at the direction of the Owner. , Test pits shall be backfilled immediately after their purpose has been satisfied and the surface restored and maintained in a manner satisfactory to the Owner. 1.03 TEMPORARY CONTROLS A. Maintenance .of Flow 1. The Contractor shall at his own cost, provide for the flow of drains and water courses interrupted during the progress of the Work, and shall immecliately haul away and remove all offensive .matter. The entire procedure of maintaining ex.isting flow shall be fully discussed with the Owner well in advance of the interruption of any flow. B. Protection of Sewers 1. Take adequate measures to prevent the impairment of the operation of the exjsting sewer system . . Prevent construction material, pavement, coocrete, earth, or other debris from entering a sewer · or sewer structure. 2. All sewage flow interfering with construction and requiring diversion shall be diverted to a point acceptable to the Owner. C. Protection of Waterways .1. The Contractor shall observe the rules and regulations of the State of Texas ~d agencies of the U.S. Government prohibiting the pollution of any lake, stream, river, or wetland by the dumping of any refuse, rubbish, dredge material , or debris therein . 2. The Contractor is specifically prohibited from disposal of materials into any waters .of the State. 3. The Co.ntractor sh,11ll be ~ponsible for providing holding ponds or~. approyec.t method which will handle, carry through, or divert around his work all flows, iilcb,1ding storin flows and flows created by co.11struction activity, so as to prevent excessive silting of waterways or flooding damage to the property . . 4. . The Co.Q.tractor shall ce>mply w.ith the procedures outline~ in the U:.S . Envifonm~ntal Protection Agency manuals entitled, "Guidelines for Ero~ion and Sedimentation Coptrol .Planning and Implementation" and "Processes, Procedures and Methods to Control Po~luUon Resulting from All Construction Activity", as well as erosion control measures indicated on the Drawings. F62l42S0l5l0.doc 01510-2 . April20W I I l I I 1 f I I r I ' l • 1 r r ' l City of Fort Worth Westside 54" RW Pipeline Project D. Disposal of Excess Excavated and Other Waste Materials 1. Excess excavated material not required or suitable for backfill and other waste material shall be disposed of off-site as approved by the Owner .. 2. Unacceptable disposal sites include, but are not limited to, sites within a wetland or critical habitat and sites where disposal will have a detrimental effect on surface water or groundwater · quality. 3. The Contractor shall make his own arrangements for disposal subject to submission of proof to the Owner that the owner(s) of the proposed sites(s) has a valid fill permit issued by the appropriate governmental agency and submission of a haul route plan including a map of the proposed route(s). 4. The Contractor shall provide watertight conveyance of any liquid, semi-liquid, or saturated solids which tend to bleed or leak during transport. No liquid loss from transported materials will be permitted whether being delivered to the construction site or being hauled away for disposal. Fluid materials hauled for disposal must be specifically acceptable at the selected disposal site. 5. The Owner may suspend operations of the Contractor, at their discretion, for alleged non-compliance with Texas Commission on Environmental Quality (TCEQ) or Environment Protection Agency (EPA) regulations. E. Protection of Air Quality 1. Air pollution shall be minimized by wetting down bare soils during windy periods or, as requested by Owner, by requiring the use of properly operating combustion emission control devices on construction vehicles and -equipment · used by Contractor and by encouraging the shutdown of motorized equipment not actually in use. 2. Trash burning will not be perinitted on the construction site. 3. If temporary heating devices are necessary for protection of the Work, such devices shall be of a type that will not cause pollution of the air. F. · Use of Chemicals 1. All chemicals used during Project construction or furnished for Project operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, shall show approval of either the U.S. Environmental Protection Agency or the U.S. Department of Agriculture or any other applicable regulatory agency. Use of all such chemicals and disposal of residues shall be in conformance with the manufacturer's instructions. 2. The Contractor shall maintain Material Safety Data Sheets (MSDS) on site and available for review by the Contractor's employees and City of Fort Worth employees. A copy of each MSDS sheet shall be provided to the Owner. F62l42S01510.doc 01510-3 April2010 City of Fort Worth Wests ide 54" RW Pipeline Project G. Noise and Dust Control 1. The Contractor shall so conduct all his operations that they will cause the least annoyance to the residents in the · vicinity of the work, and shall comply with all applicable local ordjnances. Compressors, hoists, and other apparatus shall be equipped with such mechanical devices as may be necessary to minimize noise and dust. Compressors shall be equipped with silencers on intake lines . All gasoline or oil operated equipment shall be equipped with silencers or ~ufflers on intake and exhaust lines. Storage bins and hoppers shall be lined with material that will deaden the sounds if directed by Owner. The operation of dumping rock and of carrying rock away in trucks shall be so conducted as to cause a minimum of noise and dust. Vehicles carrying rock, concrete, or other material shall be routed over .such streets as .will cause the least annoyance to the public and shall not be operated on public streets between the hours of 6 p.m . and 7 a.m., or on Saturdays, Sundays or l~gal holidays unless approved by the Owner. H. Nighttime Work 1. If the Contractor for his conv~nience and at his own expense, should desire to conduct work at night or outside the Contractor's regular working hours per paragraph 1.01.D of Section O 1510 as established atthe preconstruction conference, he shaU submit a written request to the Owner allowing ample time for satisfactory arrangements to be made for inspecting the work in progress . The Contractor shall provide lighting for active areas of the Project anc,l shall provide noise abatement measures as required to comply with all applicable Federal and State regulations and with all applicable requirements of the City of Fort Worth. 2. Night work may be established by the Contractor as a regular procedure with the written permission of the Owner. Such permission, however, may be revoked at any time by the Owner if the Contractor fails to maintain adequate lighting equipment; noise control, and supervision for the proper prosecution and controls of the work at night, or if the off-site effects of night construction are deemed by the Owner to be. unacceptable. 3. The Contractor shall pay Owner's additional inspection costs for work performed outside regular working hours as stat~d in paragraph LOl.D of Section 01510 . , I. Care and Protection of Property , ·. • 1. The Contractor shall be responsible for the preservation of all public and private property, and shall use every precaution necessary to prevent damage thereto . If any direct or indirect damage is done to public or private property by or on account of any act, omission, neglect, or · misconduct in the execution of the Work on the pl!,rt ~f the Coqtractor, such property shall be restored by the Contractor, at his expens~. to a condition equal to that existing before the damage was done, or he shall repair the c:;lamage in .a manner acceptable to the Owner. . ·. 2. The Contractor shall not enter or occupy private land outside of easements, except by written permission of the respective landowner. J. Protection of the Finis~ed Construction 1. The Contractor shall assume the responsibility for the protection of all finished construction and shall repair and restore any and all damage to finished work to its original or better state. PART 2: PRODUCTS (NOT USED) F62 l42S01Sl0.doc 01510-4 . April 2010 . I J I l I I ' i F I q i r I I .. ! City of Fort Worth Westside 54" RW Pipeline Project PART3 : EXECUTION (NOTUSED) END OF SECTION F62142SOl510.doc 01510-5 April 2010 '. -' City of Fort Worth · Westside 54" RW Pipeline Project SECTION 01600 · DELIVERY, STORAGE AND HANDLING PART 1: GENERAL 1.01 SCOPE OF WORK A. This Section specifies the general requirements for .the delivery, handling, storage and protection for all items required in the construction of the work. Specific requirements, if any, are specified with the related item. B. Contractor shall schedule deliveries as necessary to meet his security and schedule requirements . 1.02 TRANSPORTATION AND DELIVERY A. Transport and handle iteins in accordance with manufacturer's instructions.• B. Schedule delivery to reduce long term on-site storage prior to installation and/or operation. Under no circumstances shall equipment be delivered to the site more than one month prior to installation without written authorization from the Engineer. C. Coordinate delivery with installation to ensure minimum holding time for items that are hazardous, flammable, easily damaged or sensitive to deterioration . D. Deliver products to the site in manufacturer's original sealed containers or other packing systems, complete with instructions for handling, storing, unpacking, protecting and installing. E. AU items delivered to the site shall be unloaded and placed in a manner which will · not hamper the Contractor's normal construction operation or those of subcontractors and other contractors and will not interfere with the flow of necessary traffic . F. Provide necessary equipment and personnel to unload all items delivered to the site . G. Promptly inspect shipment to assure that products comply with requirements, quantities are correct, and items are undamaged . For items furnished by others (i.e ., Owner, other Contractors), perform inspection in the presence of the Engineer. Notify Engineer verbally , and in writing, of any problems. 1.03 STORAGE AND PROTECTION A. Store and protect products in accordance with the manufacturer's instructions, with seals and labels intact and legible . Storage instruction shall be studied by the Contractor and reviewed with the Engineer by him/her . Instruction shall be carefully followed and a written record of this kept by the Contractor. Arrange storage to permit access for inspection. B. Store loose granular materials on solid flat surfaces in a well -dra ined area . Prevent mixing with foreign matter . C. Cement and lime shall be stored under a roof and off the ground and shall be kept completely dry at all times . All structural, miscellaneous and reinforcing steel shall be stored off the ground or otherwise to F62142SO 1600.do c 01600-1 April 2010 City of Fort Worth Westside 54" RW Pipeline Project prevent accumulations of dirt or grease, and in a position to prevent accumulations of standing water and to minimize rusting. Beams shall be stored with the webs vertical. Precast concrete shall be handled and stored in a manner to prevent accumulations of dirt, standing water, staining, chipping or cracking. Brick, block and similar masonry products shall be handled and stored in a manner to reduce breakage, cracking and spalling to a minimum . D. All mechanical and electrical equipment and instruments subject to corrosive damage by the atmosphere if stored outdoors (even though covered by canvas) shall be stored in a weathertight building to prevent injury. The building may be a temporary structure on the site or elsewhere, but it must be satisfactory to the Engineer. Building shall be provided with.adequa,te ventilation to prevent condensation. Maintain tempera,ture and humi(Jity within range required by manufacturer. 1. All equipment shall be stored fully lubricated with oil, grease and other lubricants unless otherwise instructed by the manufacturer. All space heaters in equipment shall be energized during construction . 2. Moving parts shall be rotated a minimum of once weekly to insure proper lubrication and to avoid metal-to-metal "welding". Upon installa~ion of the equipment, the Contractor .shall start the equipment, at least half-load, once weekly for an adequate period of time to ensure that the equipment does not deteriorate from lack of use. 3. Lubricants shall be changed upon completion of in,stallation and as frequently as required thereafter during the period between installation and acceptance . New lubricants shall be put into · the equipment at the time of acceptance. 4. Prior to acceptance of the equipment, the Contractor shall have the manufacturer inspect the equipment and certlfy tllat its condition has not ~een detrimentally affected by the long storage period . SuGh certifications by th,e manufactl,ll'er shall be deem¢ to mean that the equipment is judged by the manufacturer to be in a condition equal to that of equipment that has been shipped, installed, tested and accepted in a minimum time period .. As such, the manufacturer will guaranty the equipment equally in both instances. If s~ch a certifica,tj.on is not given, the equipment shall be judged to be defective. It shall be removed and replaced ·at the Contractor's expense. PART 2: PRODUCTS (NOT USEP.) PART 3: EXECUTION (NOT USED) F62l42S0J600.doc END OF SECTION 01()00-2 . April 2010 I I l J { . l; City of Fort Worth Westside 54" RW Pipeline Project PART 1: GENERAL SECTION 01610 MATERIAL AND EQUIPMENT 1.01 ACCEPTANCE OF MATERIALS AND EQUIPMENT A. Only new materials and equipment shall be incorporated .in the Work, except for Owner furnished equipment and materials listed on the Drawings. Materials and equipment furnished by the Contractor shall be subject to the inspection and approval of the Owner. No material shall be delivered to the Work without prior approval of the Owner. B. Material and equipment incorporated into the Work ~hall: 1. Be new or listed on the Drawings as Owner furnished, in current production, and conforming to applicable specifications and standards. 2. Comply with size, make, type and quality specified, or as specifically approved in writing by the Engineer. C. Manufacture like parts of duplicate units to standard sizes and gages, to be interchangeable . D. Two or more items of the same kind shall be identical, by the same manufacturer. E. Products and equipment shall be suitable for service conditions . F. Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless variations are specifically approved in writing. G. Do not use material or equipment for any purpose other than that for which it is designed or is specified. H. The materials and equipment used on the Work shall correspond to the approved samples or other submitted data. 1.02 REUSE AND REPLACEMENT OF EXISTING MATERIALS AND EQUIPMENT A. Except as specifically indicated or specified, materials and equipment removed from any existing structure shall not be used in the completed Work. B. For the pieces of equipment to be reused in the work: 1. Use special care in removal, handling, storage and reinstallation, to assure proper function in the completed Work. 2. Arrange for transportation, storage and handling of products which require off-site storage, restoration or renovation . Pay all costs for such work . F62142S0l6l0.doc 01610-1 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 1.03 TRANSPORTATION AND HANDLING A. Arrange deliveries of products and equipment in accord with construction schedules, coordinate to avoid conflict with work and conditions at the site. B. Deliver products in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact and legible . C. Pipe and other materials delivered to the job shall be unloaded and placed in a manner which will not hamper the normal operation of the existing plant or interfere wi.th the flow of necessary traffic. · . D. hnmediately on delivery, inspect shipments to. assure ,compliance with requirements of Contract Documents and approved submittals, and that products are properly protected and undamaged . 1.04 INSPECTION AND TESTING FOR ACCEPTANCE A. Furnish all materials or specimens for testing and all labor and facilities for inspection of equipment and materials . B. Furnish suitable evidence that the materials proposed to be incorporated into the Work are in accordance with the Specifications. Mill tests for reinforcing steel and cement will be acceptable if it is definite that the test sheets apply to the material being furnished. Manufacturer's or supplier's test results will be acceptable for such items as pipe, valves, hydnpits when it is definit~ that the material being furnished is in accordance with the manufacturer's or supplier's specifications to which the test results apply. Should the Contractor fail to provide the above information, the Owner shall have the right to require tests to be made by the Owner's laboratory to obtain the information and the cost therefor shall be borne by the Contractor. The Owner mayllave furthe,: inspection and tests made by the laboratory or may make tests himself, to ensure that the Contractor is complying with the Specifications . C. Details for testing equipment and materials are found in the individual Sections of these Specifications. D. If the Owner requires, either prior to beginning or during the progress of the Work, the Contractor shall submit samples or materials for such special tests as may be necesi,ary to demonstrate that Utey comply with the Specifications. Such ~amples shall be furnished, stored, packed, and shipped as directed at the Contractor's expense. Except as otherwise noted, the Owner will make arrangements for and pay for the tests. E. Delay of approval iestilting from the Contractor!s failure to submit samples or data promptly shall not be used as a basis of a claim against the Owner, Engineer, or Construction Manager. 1.05 STORAGE AND PROTECTION OF EQUIPMENT AND MATERJALS ON SITE A. Materials and equipment to be . incorporated in the Work shall be handled and stored by the manufacturer, fabricator, supplier and Contractor before, dutjng, and after shipment in a manner to prevent warping, twisting, bending, breaking, chipping, rusting, and any injury, theft or damage of any kind whatsoever to the material or equipment. B. Special attention shall be given to the storage and handling of equipment on site . Equipment storage will be approved by the Owner. As a minimum, the procedure outlined below shall be followed : F62142S016l0.doc Q1610-2 April2010 ' I , I • J ' J l J City of Fort Worth Westside 54" RW Pipeline Project 1. Equipment shall be shipped as late as possible to assure its availability when required by the Contractor's schedule. The intent of this requirement is to reduce on-site storage time prior to installation and operation .. Under no circumstances shall equipment be delivered to the site more than one month prior to installation without prior written authorization from the Owner. Equipment shall not be shipped until the Contractor has received an approved submittal from the Owner. 2. Equipment having moving parts such as gears,.electric motors, and instruments shall be stored in a temperature and humidity controlled building approved by the Owner, until such time as the equipment is to be installed. All space heaters in equipment shall be energized during construction. 3. Equipment shall be stored fully lubricated with oil or grease, unless otherwise instructed by the manufacturer. 4. Manufacturer's storage instructions shall be carefully studied by the Contractor and reviewed with the Owner. These instructions shall be carefully followed and a written record shall be kept by the Contractor. 5. Moving parts shall be rotated a minimum of once weekly to insure proper lubrication and to avoid metal-to-metal "welding". Upon installation of the equipment, the Contractor shall start the equipment, at least half load, once weekly for an adequate period of time to ensure that the equipment does not deteriorate from lack of use. 6. Lubricants shall be changed upon completion of installation and as frequently as required thereafter during the period between installation and acceptance. New lubricants shall be put into equipment at the time of substantial completion. 7. Prior to acceptance of the equipment, the Contractor shall have the manufacturer inspect the equipment and certify in writing to the Owner that its condition has not been detrimentally affected by the long storage period. Such certification by the manufacturer shall be deemed to mean that the equipment is judged by the manufacturer to be in a condition equal to that of equipment that has been shipped, installed, tested and accepted in a minimum time period. As such, the manufacturer will guarantee the equipment equally in both instances. If such a certification is not given, the equipment shall be judged to be defective. It shall be removed and replaced at the Contractor's expense. C. Store materials in accordance with manufacturer's instructions, with seals and labels intact and legible . 1. Store products subject to damage by the elements in weather tight enclosures . 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. D. Exterior Storage: 1. Store fabricated products and equipment above the ground, on blocking or skids, to prevent soiling or staining. Cover products which are subject to deterioration with impervious sheet coverings; provide adequate ventilation to avoid condensation . F62142S016l0.doc 01610-3 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 2. Store loose granular materials in a well-drained area on solid surfaces to prevent mixing with foreign matter. 3. Cement and lime shall be stored under a roof and off the ground and shall be kept completely dry. Structural, miscellaneous, and reinforcing steel shall be stored off the ground or otherwise to prevent accumulations of dirt or grease, and in a position to prevent accumulations of standing water and to avoid rusting. 4 . Beams shall be stored with the webs vertical. Precast concrete shall be handled and stored in a manner to prevent accumulations of dirt, standing water, staining, chipping or cracking. Brick, block and similar masonry products shall be handled and stored in a manner to prevent breakage, chipping, cracking, and spalling. E. Mechanical equipment subject to corrosive damage.by the atmqsphere if stored outdoors (even though covered) shall be stored in a building to prevent injury. The building may be a temporary structure on the Site or elsewhere, but it shall be satisfactory to the Owner. F . · .Arrange storage in a manner to provide easy access for inspection. · Make periodic inspections of stored materials and equipment to assure that they are maintained under specified conditions, and free from damage or deterioration. G; Protection After Installation: 1. Provide substantiai coverings as necessary to protect installed materials and equipment from damage from traffic and subsequent construction operations. Remove when no longer needed. H. Off-Site Storage: 1. Contractor may store materials and equipment off-site with Owner's approval. · I. Rejection of Materials and Equipment : 1. Materials and equipment which, .in the opinion of the Owner, have become so damaged as to be unfit for the use intended or specified shall be promptly removed from the site of the Work. The Contractor shall receive no compensation for the dam~ged material or its removal. 2. Damaged material and equipment shall be replaced at the Contractor's expense . 1.06 INSTAILATION STANDARDS A. Handle, store and install equipment in accordance with the manufacturer's drawings and recommendations. -. ·-· B. When Contract Documents require that installation of work shall comply with manufacturer's printed instructions, obtain and distribute copies of such instructions to parties involved in the installation. Maintain one set of complete instructions at the job site during installation and until completion . C. Handle, install, connect, clean,. condition and adjust proc;lucts in strict accord with such instructions and in conformity with specified requirements . Do . not omit any preparatory step or installation procedure unless specifically modified or exempted by Contract Documents . F62142S016 10.doc 01610-4 April 201Q 1 I I J ' l l I • I City of Fort Worth Westside 54" RW Pipeline Project 1. Should job conditions or specified requirements conflict with manufacturer 's instructions, consult with Owner for further instructions. 2. Do not proceed with work without clear instructions . D. New equipment and existing equipment to be relocated shall be carefully aligned on the new foundations after their sole plates have been properly shimmed to true alignment at the anchor bolts. The anchor bolts shall be set in place and the nuts tightened against the shims . After the foundation alignments have been approved by the Owner, the bed plates or wing feet of the equipment shall be securely bolted in place . The alignment of equipment shall be further checked after securing to the foundations, and after confirmation of alignments, the sole plates shall be finally grouted in place. E . Provide wedges, shims, filling pieces, keys, packing , red or white lead, grout, or other materials necessary to properly align , level , and secure apparatus in place. Parts intended to be plumb or level shall be proven exactly so. Grinding necessary to bring parts to proper bearing after erection shall be done. F. Special care shall be taken to ensure proper alignment of sluice gates, operating mechanisms, stems, stem guides, and accessories. Care shall be taken to avoid warping the gate frames and to maintain tolerances between seating faces . Gates, stems, and operators shall be plumbed, shimmed and accurately aligned . G. Provide openings , channels, and chases, and install anchor bolts and other items to be embedded in concrete, as required to complete the Work under this Contract and do all cutting and patching as required. H. Furnish sleeves, inserts, hangers, and anchor bolts, required for the execution of the electrical, HV AC, and plumbing work specified and shown on the Drawings . In no case shall beams, lintels, or other structural members be cut without the approva l of the Owne r. PART 2: PRODUCTS (NOT USED) "1 PART 3: EXECUTION (NOT USED) END OF SECTION -J F621 42S01610.doc 01610-5 April 20!0 l l l , ' J City of Fort Worth Westside 54" RW Pipeline Project SECTION 01665 TRENCH SAFETY REQUIREMENTS PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, and equipment and perform all operations to plan, design, construct, install, maintain, monitor, modify as necessary, and remove upon completion, a Trench Safety System as specified herein. B. The requirements of this Section apply to all trenches which equal or exceed a depth of five (5) feet, measured from the ground surface at the highest side of the trench to the trench bottom . C. All applicable and non-conflicting portions of Section 02221 -Trenching, Backfilling and Compaction apply as appropriate . 1.02 RELATED REQUIREMENTS A. Section 01035 -Control of Work. B. Section 02221 -Trenching~ Backfilling and Compaction . C. Texas Statute: HB 1569, 71st Regular Legislative Session. D. U.S. Occupational Safety and Health Administration (OSHA) Standards, 29 CPR 1926, Subpart P - Excavations, latest revision at time of construction Agreement execution . PART 2: PRODUCTS 2.01 GENERAL A. All materials and products incorporated into the Trench Safety System shall be suitable for their in tended uses ; shall meet all design criteria and parameters used by the Trench Safety System designer ; and shall meet all applicable requirements of OSHA Standards. PART 3: EXECUTION 3.01 PROCEDURES A. At least ten (10) Calendar Days prior to trench excavation or any excavation operations, and not more than thirty (30) Calendar Days following the execution date of the construction Agreement, Contractor shall submit a site specific Trench Safety System Conformance Affidav it stating that operations will be conducted in full conformance with the OSHA Standards . 1. The Conformance Letter shall also describe the Trench Safety System techniques proposed to be used on the project. F62142SOl66S .doc 01665-1 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 2. Specific references to the applicable OSHA Standards sections shall be included for each technique to be used . B. The Trench Safety System Plan shall be in writing, site specific and sufficiently detailed and clear to be understandable and usable by all personnel who will be executing, supervising and witnessing the trenching operations . A copy of the Trench Safety System Plan shall be available. at the site .of trenching operations at all times. A second copy shall be provided to the Engineer for the Owner's records . c.. If borings and/or detailed geotechnical analy$es are required t~ develop the Trench Safety System Plan, they shall be executed by the Contractor at his cost. D. For trenches having depths greater than the various limits given in the OSHA Standards (8, 12 or 20 feet, depending on the techniques used), a site specific protective system shall be designed by a Registered Professional Engineer experienced in soil mechanics and structural design. The design shall be signed, sealed and dated by the Professional Engineer, and it shall identify those specific locations where the design is applicable . 3.02 METHODS OF PROVIDING FOR TRENCH SAFETY A. Protective systems referenced in this Section shall be as defined and described in 29 CFR 1962 .652, "Requirements for Protective Systems." B. It is the duty, responsibility and prerogative of tl.te Contractor to determine the specific applicability of a proposed Trench Safety System for each field condition encountered on the project. Contractor specifically holds the Owner, Engineer, and any of their designated representatives h!lflDless in any actions resulting from the failure or inadequacy of the Trench Safety System used to complete the .project. .. C. Unless otherwise noted on the drawings or excluded below, Sloping/Benching, Trench Shielding with trench boxes, and/or Sheeting/Shoring/Bracing protective systems may be used OJI this project. D. Restrictions on the use of the various protective systems for this project are as follows: 1. Sloping or Benching. 2. Trench Shields/Boxes . 3. Sheeting/Shoring/Bracing. 3.03 INSPECTION DUTIES OF CONTRACTOR Struct1,11:al Excavations only . . No restrictions. No restrictions. A Provide a Competent Person, as defined in th~ OS_¥. ~D!I].4~ds, t9 ri:i~~ freq~eqt insp~i::ti<>ns of tl.ie trenching operations and the Tr~nch Safety System in full conformance with the OSHA Standards. B. If e~idence of a possible cave-in or · landslide is apparent, all WOfk in . the treµch shall immediately cease and not be resumed until all necessary precautions have been taken to safeguard personnel . ent~ring tlie trench . F62142S0l665 .doc 01665-2. April 2010 I I ' j • I • J [ l l' 'I • J City of Port Worth Westside 54" RW Pipeline Project C. In an emergency situation which may threaten or affect the safety or welfare of any persons or properties, the Contractor shall act at his discretion to prevent possible damage, injury or loss . Any add itional compensation or time extension claimed for such actions shall be considered in view of the cause of the emergency and in accordance with the Agreement. 3.04 :MEASUREMENT AND PAYMENT A. Payment for the Trench Safety System shall be in accordance with Section 01025. END OF SECTION F62l42S01665.doc 01665 -3 April 2010 City of Fort Worth Westside 54" RW Pipeline Project PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 01666 TESTING OF PIPELINES A. Furnish all labor, materials; tools, equipment and related items required to perform infiltration/exfiltration testing and deflection testing of gravity pipelines and to perform , pressure and leakage testing of pressure pipelines . . j '. ! • -J B. Building sewer, ventilation, and drain piping test requirements are listed in their respective specification sections . 1.02 REFERENCE STANDARDS ASTM C-828 Low Pressure Air Test of Vitrified Clay Pipe Lines ASTM C-924 Testing Concrete Pipe Sewer Lines by Low Pressure Air Test Method ASTM C-969 Infiltration and Exfiltration Acceptance Testing of Installed Precast Concrete Sewer Lines ASTM C-1103 Joint Acceptance Testing of Installed Precast Concrete Pipe Sewers ASTM F-1417 Installation Acceptance of Plastic Gravity Sewer Lines.Using Low Pressure Air 1.03 A. B. C. RELATED WORK Buried Concrete Pressure Pipe is covered in Section 02613 . Buried Ductile Iron Pipe and Fittings is covered in Section 02616 . Buried Steel Pipe and Fittings is covered in Section 02615. · PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 GENERAL A. The entire length of the installed gravity lines and the pressure lines shall be field tested for water tightness . B. Hydrostatic pressure and leakage tests shall be made on all pressure pipelines carrying water, wastewater, sludge, recycle or chemicals . C. All labor and equipment, including test pump with regulated by -pass meters and gauges required for conducting ·pipeline tests, shall be furnished by the Contractor . The Contractor shall furnish equipment and necessary piping as required to transport water used in testing from source to test location . D. Time and sequence of testing shall be scheduled by the Contractor, subject tci observation and approval by the Owner. The Contractor shall provide adequate labor, tools and equipment to operate valves and to locate and repair any leaks discovered during the initial filling of the F62142S01666 .doc 01666 -1 April 2010 City of Fort Worth Westside 54" RW Pipeline Project pipeline prior to actual testing or during the course of the tests . 3.02 CLEANING A. At the conclusion of the work, thoroughly clean all pipelines by flushing with water or other means to remove all dirt, stones, pieces of wood, or other material which may have entered the pipes during the construction period. Debris cleaned from the lines shall be removed from the low end of the pipeline. If, after this cleaning, obstructions remain, they shall be removed in an approved manner. After the pipelines are cleaned and if the groundwater level is above the pipe or following a heavy rain, the Engineer will examine the pipes for leaks. ,If any defective pipes or joints are discovered, they shall be repaired . 3.03 TEST PROCEDURES FOR GRAVITY PIPELINES A. Gravity Pipelines, General. Gravity pipelines shall be installed and. backfilled and then tested using either lnfiltration/Exfiltration Water Testing or Low Pressure Air Testing and deflection tested using an Allowable Deflection Test (for flexible piping).· , B. For construction within the 25-year floodplain, the Infiltration/Exfiltration shall not exceed 10 gallons per inch diameter per mile of pipe per 24 hours at, the maximum test head. . 1. Exfiltration Water Testing a. The. section of pipe to be tested shall be filled with water and allowed to stand for such time as is required for the pipeline to adsorb such water as it will and for the escape of all air from the line. The sections undergoing test shall be carefully examin~ for leakage. All known leaks shall be repaired , 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 established. The reservoir must be of sufficient capacity to not allow the water level to drop below the crown of the pipe during the 24-hour test period . If the water level drops ~low the crown of the · pipe, the test shall be voided and run again or until such time the water level is maintained above the crown throughout the duration ofthe,test, c. At the end of a 24-hour period, water , if needed, shall be added to the ·liQ.e to bring the water level back to the referenced line . All water added shall be accurately measured by an approved water meter so that an exfiltration rate can be establishe.d. d. Leakage during the above test .shall not exceed a .rate equal to 25 gallons per inch of internal diameter per mile per 24 hours. e. . All observed leaks shall be repaired regar~Uess of the measured leakage rate . 2. Infiltration Water Testing a .. When gravity .sewers are installed below the groundwater level an In,filtrationTest shall l>e used in lieu of the Ex.filtration Test. · b. The total infiltration , as determined by a hydrostatic head test shall not exceed 25 gallon~ per i1,1ch diameter per i:nile of pipe per Z4 hours at a .minhnum test head of two feet above the crown · of the pipe at th~ up$tream manhole , or at least two feet above the existing groundwater level, whicheve r.is greater. ' F62142$0 1666 .doc 01666-2 Ap ri l2010 ; I , I l j !. - l ) _L l City ofFort Worth Westside 54" RW Pipeline Project 3. Low Pressure Air Testing . a. This test shall conform to the procedure described in ASTM C828, ASTM C924, C-1103, F-1417 or other appropriate procedures . For safety reasons, air testing of sections of pipe shall be limited to lines less than 36 -inch average inside diameter . Lines 36-inch average inside diameter and larger shall be air tested at each joint per ASTM C-1103. The minimum time allowable for the pressure to drop from 3 .5 pounds per square inch gauge to 2.5 pounds per square inch gauge during joint test, regardless of pipe size, shall be 20 seconds . For sections of pipe less than 36-inch average inside diameter, the minimum time allowable for the pressure to drop from 3 .5 pounds per square inch gauge to 2.5 pounds per square inch gauge shall be computed by the following equation: T = 0.085 (D) (K) / (Q) Where T = time for pressure to drop 1.0 pound per square inch gauge in seconds K = 0.000419DL, but not less than 1.0 D = average inside diameter in inches L = length of line of same pipe size being tested in feet Q = rate of loss, assume 0 .0015 ft3/min/sq.ft. internal surface All observed leaks shall be repaired regardless of the air test results . 4 . Allowable Deflection Test a. b. Pipe deflection testing shall be conducted on all gravity pipes constructed of flexible materials. Pipe deflection measured not less than ninety (90) days after the backfill has been completed as specified shall not exceed five (5 .0) percent. Deflection shall be computed by multiplying the amount of deflection (nominal diameter less minimum diameter when measured) by 100 and dividing by the nominal diameter of the pipe. c . Deflection shall be measured with a rigid mandrel (Go/No -Go) device cylindrical in shape and constructed with a minimum of nine evenly shaped arms or prongs. Drawings of the mandrel with complete dimensions shall be submitted to the Engineer for each diameter of pipe to be tested. The mandrel shall be hand pulled by the Contractor through all sewer lines . d. Any section of sewer not passing the mandrel shall be uncovered at the Contractor '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 PROCEDURES FOR PRESSURE PIPELINES A. General 1. After the pipe has been laid and backfilled and the backfill has been otherwise consolidated, all newly laid pipe, or any valved section thereof, shall be subjected to the hydrostatic pressure specified below for that particular type of pipe . The duration of each F62142S01666 .doc 01666 -3 April 2010 City ofFort Worth Westside 54" RW Pipeline Project pressure test shall be at least two hours and each leakage test at least four hours, unless otherwise specified or noted on the Drawings. All meters, fixtures, devices or appliances which are connected to the pipeline system and which might be damaged if subjected to the specified test pressure shall be disconnected and the ends of the branch lines plugged or capped during the testing procedures. 2. Each valved (capped or plugged) section of pipe shall be filled slowly with water and all air shall be expelled. If permanent air vents are not located at all high points, the Contractor shall install corporation or blow-off 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 shall be examined while under test pressure and all visible leaks shall be stopped . Any cracked or defective pipe, fittings, valves or hydrants discovered during testing shall be removed and replaced by the Contractor. Replacement shall be with sound material and · the test shall be repeated until satisfactory to the Owner. B. Special Requirements 1. Where any section of pipeline is provided with concrete thrust blocking, the hydrostatic pressure test shall not be made until at least 5 days have elapsed after installation of the blocking. However, if high-early-strength cement is used in the concrete , 2 days shall have elapsed prior to testing. C. Pressu re Tests 1. After compliance with all applicable procedures described above , pressure of 150 percent of the pipe's design operating pressure as indicated below shall be applied, unless another test pressure is specified for the type of pipe being tested. This pressure, based on the highest point of the line or section under test, shall be corrected to the relative elevation of . the test gauge and the pressure maintained for a period of not less than two (2) hours . Piping Description 54-inch Raw Water Pipeline D. Leakage Tests Test Pressure 150 psi 1. · Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe, or any valved section thereof, to maintain the specified leakage test pressure after the air in the pipeline has been expelled and the pipe has been filled with water. 2. Leakage shall be determined by recording the measured quantity of water pumped into the pipeline to maintain . a pressure within 5 psi of the specified test pressure . Leakage rate shall be calculated by extrapolation of the total leakage during the testing period to a 24- hour period. Leakage test pressure shall be at the pressures shown below and test pressure shall be maintained for a period of four ( 4) hours . Piping Description Test Pressure 54-inch Raw Water Pipeline 150 psi F62l42S01666 .doc 01666-4 April 20l0 I' l I I l . I City of Fort Worth Westside 54" RW Pipeline Project 3. Allowable leakage for the types of pipe used shall be as follows : a. Cast iron, ductile iron, steel, concrete pressure pipe , PVC and fiberglass reinforced polymer mortar pipe . Allowable as permitted by A WW A Standard C-600-82, "Installation of Gray and Ductile Cast-Iron Water Mains and Appurtenances", which is not to exceed that determined by the formula : L = (SD °'1P) I 133 ,200 Where L is the allowable leakage in gallons per hour, S is the length of pipeline tested in feet, D is the nominal diameter of the pipe in inches, and P is the average test pressure during the leakage tests in pounds per square inch gauge. b. Welded, flanged, threaded , or glued pipe shall have no allowable leakage . c. No leakage is allowed for steel pipe with welded joints. Testing of steel pipe with welded joints shall be per paragraph 2.02.H .9 of Section 02615 . 4. In the event any section of the line tested fails to meet the above specified requirements for water tightness, the cause of the excessive leakage shall be determined and remedied at the expense of the Contractor, including retesting if required . 3.05 FINALACCEPTANCE A. No pipe installation will be accepted until all known leaks have been repaired whether or not leakage is within allowable limits . Locating and repa iring of leaks shall be performed by the Contractor at no additional cost to the Owner. B . The Owner's representative must verify that all required pressu re and leakage tests have been successfully completed before the pipeline is accepted . 3.06 WATER SOURCE A. Water for testing purposes may be obtained in accordance with Section 01500. 3.07 MEASUREMENT AND PAYMENT A. Paymen t for testing of pipelines shall be subsidiary to the furnishing and installing of the 54-inch pipeline per Section 01025 . END OF SECTION F62l42SOl666 .doc 01666 -5 April 2010 . , City ofFort Worth Westside 54" RW Pipeline Project PART 1: GENERAL 1.01 SCOPEOFWORK SECTION 01700 CONTRACT CLOSEOUT A. Comply with requirements stated in the General Conditions and in the Specifications for administrative procedures in closing out the Work. 1.02 SUBSTANTIAL COMPLETION A. When Contractor considers the Work to be substantially complete, he shall submit: 1. A written notice that the Work is substantially complete. 2. A list of items to be completed or corrected. B. Within a reasonable time after receipt of such notice, Engineer will make an inspection to determine the status of completion. · · C. Should Engineer determine that the Work is not substantially complete: 1. Contractor will be promptly notified in writing, giving the reasons therefore. 2. Contractor shall remedy the deficiencies in the Work, and send a second written notice of substantial completion to Engineer. 3. Engineer will re-inspect the Work. D . When Engineer finds that the Work is Substantially Complete, Engineer will: 1. Prepare a tentative list of items to be completed or corrected before final payment. 2. After consideration of any objections made as provided in the General Conditions, and when Engineer considers the Work Substantially Complete; he will execute and deliver to the Contractor a Certificate of Substantial Completion with a revised tentative list of items to be completed or corrected. 1.03 FINAL INSPECTION A. When Contractor considers all the Work to be complete, he shall submit written certification that: 1. Contract Documents have been reviewed. 2 . All Work has been inspected for compliance with Contract Documents. 3. All Work has been completed in accordance with Contract Documents. 4 . All equipment and systems have been tested in the presence of the Owner's representative and are operational. 5 . All Work is completed and ready for final inspection . F62142S01700.doc 01700-1 April 2010 City of Fort Worth Westside 54" RW Pipeline Project B . Engineer will make an inspection to verify the status of completion with reasonable promptness after receipt of such certification. C. Should Engineer consider that any of the Work is incomplete or defective: 1. Engineer will promptly notify the Contractor in writing listing the incomplete or defective work. 2. Contractor shall take immediate steps to remedy the stated deficiencies and send a second written certification that the Work is complete. 3. Engineer will re-inspect the Work. D. When Engineer finds that all the Work is acceptable under Ute Contract Documents, he shall request the Contractor to make the closeout submittal. 1.04 REINSPECTION COSTS A . Should Engineer order or perform re-inspection due to failure of any of the work to comply with the claims of status of completion made by the Contractor, and thus incur costs for re-inspection, Engineer will deduct the costs of such re-inspection from the final payment to the Contractor. 1.05 CON1RACTOR'S CLOSEOUT SUBMTITALS A . Submit evidence of compliance with requirements of govemitlg ~uthorities .. B . Operating and Maintenance Data, Instructions to Owner's Personnel. C . Warranties and Bonds. D. Tools, Spare Parts, and Operations and Maintenance Materials/Manuals. E. Evidence of Payment and Release of Liens: Submit per requirements of General Conditions. 1.06 . FINAL ADJUSTMENTS OF ACCOUNTS A. The Contractor shall submit a final statement of accounting to Engineer. ·. . . . . . . . .. B. Statement shall reflect all adjustments to the Contract Price: 1. The original Contract Price . 2. Additions and deductions resulting from : .. a. Previous Change Orders. b. Unit Prices. c . Deductions for uncorrected Work. d. DeductioQs for Liquidated Damages . e. Deductions for re-inspection payments . f . Extra Engineering. F62l42S0l700.doc 01700-2 April 2010 . . J '. t I -J l' • J City of Fort Worth Westside 54" RW Pipeline Project g. Adjustments in final approved quantities versus Proposal quantities. h. Other adjustments . 3. Total Contract Price, as adjusted . 4. Previous payments. 5 . Sum remaining due. C . Owner and Contractor will execute a final Change Order, reflecting approved adjustments to the Contract Price which were not previously made by Change Orders . 1.07 FINAL APPLICATION FOR PAYMENT A. Contractor shall submit the final Application for Payment in accordance with procedures and requirements stated in the General Conditions . PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) F62142SOl700.doc END OF SECTION 01700-3 April 2010 . j l , City of Fort Worth Westside 54" RW Pipeline Project PART 1: GENERAL 1.01 REQUIREMENTS INCLUDED SECTION 01710 CLEANING A. Execute cleaning, during progress of the Work, and at completion of the Work. 1.02 RELATED REQUIREMENTS A. Each Specification Section: Cleaning for specific products or work . 1.03 DISPOSAL REQUIREMENTS A. Conduct cleaning and disposal operations to comply with codes, ordinances, regulations, and anti-pollution laws . PART2: PART3: PRODUCTS (NOT USED) EXECUTION 3.01 DURING CONSTRUCTION A. Execute daily cleaning to keep the Work, the site and adjacent properties free from accumulations of waste materials, rubbish and windblown debris, resulting from construction operations. B. Provide on-site containers for the collection of waste materials, debris and rubbish. All waste materials including containers, food debris and other miscellaneous materials must be disposed of daily in on-site containers. C. Remove waste materials, debris and rubbish from the site periodically and dispose of at legal disposal areas away from the site. D. Provide weekly cleaning of plant roadways. 3.02 DUST CONTROL 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 workmen for final cleaning. B. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels, and other foreign materials from sight-exposed interior and exterior surfaces . F62142S017IO.doc 01710-1 April2010 City of Fort Worth Westside 54" RW Pipeline Project C. Broom clean exterior paved surfaces; rake clean other surfaces of the grounds . D. Prior to final completion , or Owner occupancy, Contractor shall conduct an inspection of sight-exposed interior and exterior surfaces, and all work areas , to verify that the entire Work is clean. END OF SECTION F62l42S0l710.doc 01710-2 Aprll 2010 I I ' I l J t l City ofFort Worth Westside 54" RW Pipeline Project PART 1: GENERAL SECTION O 1720 PROIBCT RECORD DOCUMENTS 1.01 REQUIREMENTS INCLUDED A. Maintain at the site, for the Owner's use, one record copy of: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Engineer's Field Orders or written instructions. 6. Approved Shop Drawings, Working Drawings and Samples. 7. Field Test records. 8. Construction photographs. 9. RFis 10. Submittal Logs 1.02 RELATED REQUIREMENTS A. Section O 1300: Submittals. 1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Store documents and samples in Contractor's field office apart from documents used for construction. 1. Provide files and racks for storage of documents. 2. Provide locked cabinet or secure storage space for storage of samples. B. File documents and samples in accordance with CSI/CSC format. C. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction pm:poses. D. Make documents and samples available at all times for inspection by the Engineer. E. As a prerequisite for monthly progress payments, the Contractor shall provide the currently updated "Record Documents" for review by the Engineer and the Owrier. · 1.04 MARKING DEVICES A. Provide felt tip marking pens for recording information in the color code designated by the Engineer. F62l42SOl720.doc 01720-1 . Apri12010 City of Fort Worth Westside 54" RW Pipeline Project 1.05 RECORDING A. Label each document "PROIBCT RECORD" in neat large printed letters . B. Record information concurrently with construction progress. 1. Do not conceal any work until required information is recorded. C . Drawings -legibly mark to record actual construction: 1. All underground piping with elevations and dimensions. Changes to piping location. Horizontal and vertical locations of pipe fittings, underground utilities and appurtenances, referenced to permanent surface improvements . Actual installed pipe material , class, etc . 2. Field changes of dimension and detail. 3 . Changes made by Field Order or by .Change Order. 4. Details not on original contract drawings . 5. Equipment relocations and piping. D . Specifications and Addenda -Legibly mark each Section to record:.· 1. Manufacturer, trade name, catalog number, and Supplier of each Product and,item of equipment actually installed. 2. Changes made by Field Order or by Change Order. 1.06 SUB.Ml'IT AL A. At every six month interval a copy of the up to date Record Drawings shall be provided to the Engineer. At Contract close-out, deliver Record Documents to . the. Engineer.fQr the Owner. B . Accompany submittal with transmittal letter in duplic;ite, containing: 1. Date. 2. Project title and number. 3. Contractor's name and address . 4. Title and number of each Record Document. 5. Signature of Contractor or his authorized representative. PART2: PART3 : PRODUCTS (NOT USED) EXECUTION (NOT USED) Fl\2142SO 1720.doc END OF SECTION 01720-2 April 2010 l l • J ' l ' I '' ':... ' j City of Fort Worth Westside 54" RW Pipeline Project PART 1: GENERAL SECTION 01730 OPERATING AND MAINTENANCE DATA 1.01 REQUJREMENTS INCLUDED A. Compile product data and related infonnation appropriate for Owner's maintenance and operation of products furnished under Contract. 1. Prepare operating and maintenance data as specified in this Section and as referenced in other pertinent sections of specifications. B. Instruct Owner's personnel in maintenance of products and in operation of equipment and systems . 1.02 A. B. C. D. 1.03 A. RELATED REQUJREMENTS Section 01300 : Submittals. Section 01700: Contract Closeout. Section O 1720: Project Record Documents . Section 01740 : Warranties and Bonds. QUALITY ASSURANCE Preparation of data shall be done by personnel : 1. Trained 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 communicate essential data . 4. Skilled as draftsman competent to prepare required drawings. 1.04 FORM OF SUBMITI'ALS A. Prepare data in form of an instructional manual for use by Owner's personnel. B. Format 1. Size: 8 1/2 inches x 11 inches . 2. Paper: a. 40 pound minimum, white , for typed pages. b. Holes reinforced with plastic , cloth or metal. F62142S01730.doc 01730-1 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 3. Text: Manufacturer's printed data, or neatly typewritten. 4. Drawings: a. Provide reinforced punched binder tab, bind in with text. b. Reduce larger drawings and fold to size of text pages, but not larger than 14 inches x 17 inches. 5. Provide fly-leaf for each separate product, or each piece of operating equipment. a. Provide typed description of product, and major component parts of equipment. b. Provide indexed tabs. 6. Cover: Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". List: a. Title of Project. b. Identity of separate structure as applicable. c. Identity of general subject matter covered in the manual. C. Binders: 1. Commercial quality three-ring binders with durable and cleanable plastic covers. 2. When multiple binders are used, correlate the data into related cQnsistent groupings. D. If available, an electronic fonn of the O&M Manual shall be provided. 1.05 CONTENT OF MANUAL A. Neatly typewritten table of contents for each volume, arranged in systematic order. 1. Contractor, name of responsible principal, address and telephone number .. 2. A list of each product required to be included, indexed to content of the vplume. 3 . List, with each product, name, address and telephone number of: a. Subcontractor or installer. b. A list of each product required to be included, indexed to content of the volume. c. Identify ar~a of responsibility pf each. d. Local source of supply for parts and replacement. 4. Identify each product by product name and other identifying symbols as set forth in Contract Documents . B. Product Data 1. Include only those sheets which are pertinent tq the specific product. F62l42S0l 7~0.doc 01730:-2 April2010 . ' I ' . -I l' • J ' J l ' ' ' City of Fort Worth Westside 54" RW Pipeline Project 2. Annotate each sheet to: a. Clearly identify specific product or part installed. b. Clearly identify data applicable to installation. c. Delete references to inapplicable infonnation. C. Drawings 1. Supplement product data with drawings as necessary to clearly illustrate: a. Relations of component parts of equipment and systems. b. Control and flow diagrams. 2. Coordinate drawings with infonnation in Project Record Documents to assure correct illustration of completed installation. 3 . Do not use Project Record Drawings as maintenance drawings. D . Written text, as required to supplement product data for the particular installation: 1. Organize in consistent forinat under separate headings for different procedures. 2. Provide logical sequence of instructions of each procedure. E. Copy of each warranty, bond and service contract issued. 1. Provide infonnation sheet for Owner's personnel giving: a. Proper procedures in event of failure. · b. Instances which might affect validity of warranties or bonds. 1.06 MANUAL FOR MATERIALS AND FINISHES A. Submit five copies of complete manual in final fonn. B. Content -For architectural products, applied materials and finishes: 1. Manufacturer's data, giving full infonnation on products. a. Catalog number, size, and composition. b. Color and texture designations . c. lnfonnation required for re-ordering special-manufactured products. 2. Instructions for care and maintenance. a. Manufacturer's recommendation for types of cleaning agents and methods. b. Cautions against cleaning agents and methods which are detrimental to product. c. Recommended schedule for cleaning and maintenance. F62142S0l730.doc 01730-3 April 2010 City of Fort Worth Westside 54" RW Pipeline Project C. Content, for moisture-protection and weather-exposure products: 1. Manufacturer's data, giving full information on products. a. Applicable standards . b. Chemical composition . c. Details of installation. 2. Instructions for inspection, maintenance and repair. D. Additional requirements for maintenance data: Respective sections of Specifications. 1.07 MANUAL FOR EQUIPMENT AND SYSTEMS A. Submit five copies of complete manual in final form . B. Content, for each unit of equipmen,t and system, as appropriate : 1. Description of unit and component parts . a. Function, normal operating characteristics, and. limiting condition,s . b. Performance curves, engineering data and tests . c. Complete nomenclature an.d commercial number of replaceable parts . 2 . Operating procedures: a. Start-up, break-in, routine and .normal operating instructio~s. b. Regulation, control, stopping, shut-down and emergency instructions. c. Summer and winter operating instructions. d . Special operating instructions. 3. Maintenance procedures: a. Routine operations. b . Guide to "trouble-shooting". c . Disassembly, repair and reassembly. d . Alignment, adjusting and checking. 4. Servicing and lubrication schedule: a. List of lubricants required . 5 . Manufacturer's printed operating and maintenance instructions . 6. Description of sequence of operation by control manufacturer. . . . .· ·. . 7 . Original manufacturer's parts list, illustrations, assembly drawj.ngs and diagrams required for maintenance. a . Predicted life of parts subject to wear. b. Items recommended to be stocked as spare parts. F62L42SOL730.doc 01730~4 April2010 < I t I ' I ' . l J 'l '. City of Fort Worth Westside 54" RW Pipeline Project 8. As-installed control diagrams by controls manufacturer. 9 . Each contractor's coordination drawings. a. As-installed color coded piping diagrams . 10 . Charts of valve tag numbers, with location and function of each valve. 11. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage . 12. Other data as required under pertinent sections of specifications. C. Content, for each electric and electronic system, as appropriate: 1. Description of system and component parts . a. Function, normal operating characteristics, and lim iting conditions. b. Performance curves, engineering data and tests . c. Complete nomenclature and commercial number of replaceable parts. 2 . Circuit directories of panelboards . a. Electrical service. b. Controls. c. Communications . 3. As-installed color coded wiring diagrams. 4. Operating procedures : a. Routine and normal operating instructions . b. Sequences required . c. Special operating instructions. 5. Maintenance procedures: a. Routine operations. b. Guide to "trouble-shooting". c. Disassembly, repair and reassembly. d. Adjustment and checking . 6 . Manufacturer's printed operating and maintenance instructions . 7 . List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage . 8 . Other data as required under pertinent sections of specifications . D. Prepare and include additional data when the neeC;f for such data becomes apparent during instruction F62142S01730.doc 01730-5 April 2010 City ofFort Worth Westside S4" RW Pipeline Project of Owner's personnel. E. Additional requirements for operating and maintenance data : Respective sections of Specifications . 1.08 SUBlv.ll'ITAL SCHEDULE A. Submit five copies of preliminary draft of proposed sample outlines of contents of Operation and Maintenance Manuals and list of O&M submittaJs within 60 days after Notice to Proceed . 1. The Engineer will review the preliminary draft and retum two copies with comments. B. Submit five copies of completed data in final form no later than 30 days following the Engineer's review of the last shop drawing and/or other submittal specified under Section 01300. 1. Two copies will be returned with comments to be incorporated in~o final copies. C. Submit five (5) copies of approved manual in final form directly to the offices of the J;!ngineer within 30 calendar days of product shipment to the project site and preferably within 30 days after the reviewed copy is recejved. D. Submit six copies of addendum to the operatjon and . maintenance manuals as applicable and certificates within 30 days after substantial completion . 1.09 INSTRUCTION OF OWNER'S PERSONNEL A. Prior to final inspection or acceptance, fully instruct Owner's designated operating and maintenance personnel in operation, adjustment and maintenance of products, equipment and S:YStems. B. Operating and maintenance manual shall constitute the basis of instruction. The O&M Manual shall be approved prior to commencing training . 1. Review contents of manual with personnel in full detail to explain all aspects of operations and maintenance. C. As a minimum, instruction of Owner's personnel will be requirecl for the Combination Air Valves and the 54-inch Butterfly Valve and Actuator. One 2-hour class each , for the Field Operations group for the Air Valves and the Butterfly Valve (total of four (4) hours). µi addition, one 4-hour class for electrical and instrument technicians and one 2-hour class for service mechanics will be required for the Air Valves , Butterfly Valves and Actuators . This training will nGt reduce the training required in the individual equipment specifications. PART2: PART3 : PRODUCTS (NOT USED) EXECUTION (NOT US;BD) F62 14i ~o17~0 .doc END OF SECTION 01730 -6 April2010 t ' 'I l , ~ J City of Fort Worth Westside 54" RW Pipeline Project SECTION 01740 WARRANTIES AND BONDS PART 1: GENERAL 1.01 REQUIREMENTS INCLUDED A . Compile specified warranties and bonds, in accordance with the General Conditions. B. Co-execute submittals when so specified. C. Review submittals to verify compliance with Contract Documents. D. Submit to the Engineer for review and transmittal to Owner. 1.02 RELATED REQUIREMENTS A. Instructions to Bidders: Bid Bonds. B. C. D. E. 1.03 Conditions of the Contract: Performance Bond and Payment Bond. Agreement. Section O 1700: Contract Closeout. · Special Conditions: Maintenance Bond. SUBMI'ITAL REQUIREMENTS A. Assemble warranties, bonds and service and maintenance contracts, executed by each of the respective manufacturers, suppliers, and subcontractors. B. Number of original signed copies required: Two each. C. Table of Contents: Neatly typed, in orderly sequence . Provide complete information for each item. 1. Product or work item . 2 . Firm, with name of principal, address and telephone number. 3. Scope. 4. Date of beginning of warranty, bond or service and maintenance contract. 5. Duration of warranty, bond or service maintenance contract. 6. Provide information for Owner's personnel: a. Proper procedure in case of failure . F62l42S01740.doc 01740-1 April 2010 City of Fort Worth Westside 54" RW Pipeline Project b. Instances which might affect the validity of warranty or bond. 7. Contractor, name of responsible principal, address and telephone number. 1.04 FORMS OF SUB1\11TTALS A. Prepare in duplicate packets . B. Format: 1. Size 8 1/2 inches x 11 inches, punch sheets for standard 3-post binder. a . Fold larger sheets to fit into binders. 2. Cover: Identify each packet with typed or printed title "WARRANTIES AND BONDS". List: a. Title of Project. b . Name of Contractor. C . Binders: Commercial quality, three-post binder, with durable and cleanable plastic covers and maximum post width of 2 inches. 1.05 WARRANTY SUB1\11TTAL REQUIREMENTS A. For all major pieces of equipment, submit a warranty from the equipment manufacturer. The manufacturer's warranty period shall be concurrent with the Contractc:>r's for two (2) years, unless otherwise specified, commencing at the time of final acceptance by the Owner. B. For certain pieces of equipment, the Owner may require a warranty of more than two years. The requirement for a warranty of more than two years shall .be specified in individual sections of the Specifications. PART2: PART3: PRODUCTS (NOT USED) EXECUTION (NOT USJID) F62142S0l740.doc END OF SECTION 01740-2 · April 20\0 l tJ 'l '-J DIVISION2 SITEWORK L ' I I l' . l • J City of Fort Worth Westside ~4" RW Pipeline Project PART l: GENERAL 1.01 SCOPE OF WORK SECTION 02100 RIGHT-OF-WAY/SITE PREPARATION A. This item shall consist of furnishing all labor, materials, equipment and incidentals, required and preparing the right-of-way/site for construction operations by removing and disposing of all obstructions from the site and from any designated rights-of-way or easements, where removal of such obstructions is not otherwise indicated. B. This item shall also include clearing, grubbing and the removal of topsoil and the removal of trees, stumps, roots, bushes, shrubs, curb and gutter, driveways, paved parking areas, miscellaneous stone, brick, concrete, sidewalks, concrete riprap, asphalt and concrete paving, drainage structures, manholes, inlets, abandoned railroad tracks, scrap iron , steel and wooden barriers, steel and wooden gates, all rubbish and debris whether above or below ground, except live utility facilities . L02 RELATED WORK A. Earthwork is included in Section 02200 . B. Trenching, Backfilling and Compaction is included in Section 02221. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION 3.01 GENERAL A. Prior to commencing this work, all erosion control, temporary fencing and tree protection measures required shall be in place and utilities located and protected . Areas within the construction limits as indicated shall be cleared of all obstructions, vegetation , abandoned structures as defined above; except trees or shrubs indicated for preservation, which shall be carefully trimmed as directed and shall be protected from scarring, barking or other injuries during construction operations . Exposed ends of pruned limbs 1-inch diameter or larger or scarred bark shall be pruned, trimmed and treated with an approved asphaltic material within 24 hours of the pruning or injury . B. Construction equipment shall not be operated within the drip line of trees, unless otherwise indicated. Construction materials shall not be stockpiled under the canopies of trees . No excavation or embankment shall be placed within the drip lie of trees until tree wells are constructed . C. Unless otherwise indicated, all underground obstructions, stumps and roots shall be removed to the following depths : 1. In areas to receive 6-inches or more embankment, a minimum of 12-inches below natural ground . 2. In areas to receive embankment of less than 6-inches and areas to be excavated, 18 -inches below the lower elevation of the embankment, structure or excavation . F62l42S02l00.doc 02100-1 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 3. All other areas, 12-inches below natural ground . D. Holes remaining after removal of obstructions, objectionable material, trees, stumps, etc ., shall be backfilled with select embankment material and tamped. E. When a utility in service conflicts with the construction, it shall be modified as set forth in other specification sections. F. Where an abandoned existing underground piping utility is found, it shall be cut and plugged with 6 inches of concrete, brick and mortar or a precast stopper grouted in place. G. No stumps, trees, limbs or brush shall be buried in ~y fills or embankments. 3.02 CLEARING AND GRUBBING A. All trees, stumps, brush, shrubs, roots and other objectionable material shall be cut, grubbed, removed and disposed of from areas needed to construct buildings, structures, roads, pipelines and any other areas to be stripped as shown on the Drawings or as necessary to complete the work. B. Protect trees or groups of trees, designated by the Engineer to remain, from damage by all construction operations by erecting suitable barriers, or by other approved means . Clearing operations shall be · conducted in a manner to prevent falling trees from damaging trees designated to remain. C. If desired by Owner, cleared tree trunks and limbs exceeding 4-in in diameter shall be cut into 4-foot lengths and stockpiled on Site where directed by the Engineer. D. Areas outside the easements or limits of clearing shall be protected from damage and no equipment or materials shall be stored in these areas. 3.03 STRIPPING A. Strip any topsoil encountered from all areas to be occupied by buildings, structures, pipes, roadways and all areas to be excavated or filled. A void mixing the top layer with lower layers and stockpile it in areas on the Site as acceptable to the Engineer. Soils shall be stockpiled free from brush, trash, large · stones and other extraneous material and protected until it is placed, if approved, as specified under Section 02200. B. . Topsoil shall be stockpiled separate from the underlying more clayey soils. C. . Topsoil to be reused shall be kept alive by periodic watering as deemed necessary by Ute Engineer. 3.04 DISPOSALOFMATERIALS A.. All waste, debris and other material not designated by the Owner to be salvaged s~all be removed from the site and disposed of in a manner satisfactory to the Owner. B. No burning of any materials will be allowed. END OF SECTION F62l42S02.l00.doc 02100.-2 April2010 .. l l' _; _;_ City of Fort Worth Westside 54" RW Pipeline Project PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 02140 DEWATERING AND DRAINAGE A. Furnish, install, operate, monitor, maintain and remove temporary dewatering and drainage systems as required and lower and maintain groundwater levels below subgrades of excavations. Prevent surface water runoff from entering or accumulating in excavations. B. Furnish the services of a licensed professional engineer, registered in the State in which the work is located, to prepare dewatering and drainage system designs and submittals. C. Collect and properly dispose of all discharge water from dewatering and drainage systems in accordance with State and local requirements and any required permits. D. Repair damage caused by dewatering and drainage system operations. E. Remove temporary dewatering and drainage systems when no longer needed. Restore all disturbed areas. 1.02 RELATED WORK A. Sedimentation and erosion control is included in Section 02270. B. Trenching, Backfilling and Compaction are included in Section 02221. C. Earthwork is included in Section 02200. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Section 01300, the temporary dewatering and drainage system designs. Dewatering and drainage system designs shall be prepared by a Licensed Professional Engineer, registered in the State in which the work is located, having a minimum of 5 years of professional experience in the design and construction of dewatering and drainage systems. Submittal will be for information only. Contractor shall remain responsible for adequacy and safety of construc-tion means, methods and techniques. l.04 DEFINITIONS A. Where the phrase "in-the-dry" is used in this Section, it shall be defined as in situ soil moisture content of no more than two percentage points above the optimum moisture content for that soil. F62l42S02140.doc 02140-1 April 2010 City of Fort Worth Westside 54" RW Pipeline Project PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION 3.01 GENERAL A. Control surface water and groundwater such that excavation to final grade is made in-the-dry, and bearing soils are maintained undisturbed. Prevent softening, or instability of, or disturbance to, the subgrade due to groundwater seepage and/or surface runoff. B . Provide protection against flotation for all work. C. The impact of anticipated subsurface soil/water conditions shall be considered when selecting methods of excavation and temporary dewatering and drainage systems .· Where groundwater levels are above the proposed bottoms of excavations, a pumped dewatedng system is expected for predra,inage of the soils prior to excavation to final grade and for maintenance of the lowered groundwater level until construction has been completed to such an extent that the foundation , structure, pipe, conauit, or fill will not be floated or otherwise damaged . Type of dewa~ring system, spacing and capacity of dewatering units and other details · of the work are expected to vary with soil/water conditions at a particular location. 3.02 SURFACE WATER CONTROL A. Control surface water runoff to prevent flow into excavat~ons . Provide temporary measures such as dikes, ditches and sumps. 3.03 EXCAVATION DEWATERING A. Provide and maintain adequate equipment and facilities.to remove promptly and dispose 1of properly all water entering excavations . Excavations shall be kept in-the-dry , so as to maintain an undisturbed subgrade condition throughout construction below grade, including baclqill and :fill placement. B. Collect precipitation or surface runoff in shallow ditches around the perimeter of the excavation, drain to sump and pump from the excavation, or divert around the work by construction of small diversion dikes, to maintain in-the..qry conditions . C. Pipe and conduit shall not be installed in water or .allowed tq .be st1~merged priQr to back.fdl4lg. Pipe and conduit wl;lich becomes .submerged _shall be removed and the excav~tion de.watered .and restored to proper conditions prior to reinstalling the pipe and conduit. D. Excavations for foundations and structures shall be maintained in-the-dry for a minimum of 4 days after concrete placement. In no event shall water be allowed to enter an excavation · and rise to cause unbalanced pressure on foundations and structures until the concrete or mortar has set at least 24 hours. E. Dewatering and draiµage <>perations shall at ~ll times be con~~cted in ~uch a manner as to preserve the natural undisturbed bearing capacity of the subgrade at the bottom of the excavation. If the subgrade becomes disturbed for any reason, the unsuitable subgrade material shall be removed and replaced with concrete, compacted granular fill, or other approved material to restore the bearing capacity of the subgrade to its original undisturbed condition . F621 4~S02140.doc 02140-.2 April2010 l j , I '' t I ' l -· t' l l J City of Fort Worth Westside 54" RW Pipeline Project F. Dewatering and drainage operations shall be conducted in a manner which does not cause loss of ground or disturbance to the pipe bedding or soil which supports overlying or adjacent structures . 3.04 DISPOSAL OF DRAINAGE A. All water discharged from temporary dewatering and drainage systems shall be disposed of in accordance with the Sedimentation and Erosion Control plans as specified in Section 02270 . Existing or new sanitary sewer systems shall not be used to dispose of drainage . END OF SECTION F62142S02 I 40.doc 02140-3 April 2010 l. 'l City of Fort Worth Westside 54" RW Pipeline Project PART 1: GENERAL 1.00 STATUTORYREQUIREMENTS SECTION 02200 EARTHWORK A. All excavation, trenching, sheeting, bracing, etc ., shall comply with the requirements of OSHA · :excavation safety standards (29 CPR Part 1926.650 Subpart P), and any state and local requirements. Where conflicts exist between OSHA, State and local regulations, the most stringent requirements shall apply: 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals necessary to perform all site excavation work and grading; place and compact backfill and fill; and dispose of unsuitable waste and surplus materials as shown on the Drawings and as specified herein. B. Provide the services of a Licensed Professional · Engineer, registered in the State of Texas to prepare temporary excavation support system designs and submittals. C. Furnish and install temporary excavation support system~, including sheeting~ shoring, and bracing, to ensure the safety of personnel and protect adjacent structures, piping, etc ., in accordance with Federal, State and local laws, regulations and requirements. D. Owner to provide field testing for compaction of subgrade and fill materials by an independent testing laboratory per Section O 1410. The costs of this testing to confirm compliance with this Section will be paid by the Owner. Should any test fail to meet the requirements of this section, that work shall be repaired and retested. Retesting will be at the Contractor's expense. E. Excavation shall include material of every description and of whatever substance encountered regardless of the methods or equipment required to remove the materials . F. This Section applies to earthwork for site grading only. It does not apply to Section 02220, Structural Excavation and Backfill or Section 02221, Trenching, Backfilling and Compaction. 1.02 RELATED WORK A. Site/Right-of-Way Preparation is included in Section 02100. B. Dewatering and Drainage is included in Section 02140. C. Trenching, Backfilling and Compaction is included in Section 02221. D. Structural Excavation and Backfill for Structures is included in Section 02220. E. Granular Fill Materials are included in Section 02230. F . Concrete Fill (Lean Concrete) is included in Section 03300. F62J42S02200.doc 02200-1 April 2010 City of Fort Worth Westside 54" RW Pipeline Project G. Sedimentation and Erosion Control is included in Section 02270. H. Loaming and Hydroseeding are included in Section 02490 . 1.03 SUBMITT ALS A. Design Data 1. Excavation support system designs shall be prepared by a .Licensed Professjonal Engineer, registered in the State of Texas. The engineer shall have a minimum of five years of professional experience in the design and construe.lion of.excavation support systems. Submit an original and three copies of the licensed professional engineer's certification, on the P .E. form provided by the Engineer, stating that the excavation support system designs have been prepared by the Professional Engineer. Submit excavation support system plans and designs for review by the Engineer . Review of any information requested will be for information only. In any event, the Contractor shall remain responsible for the adequacy and safety of construction means and methods. B . Safety Plan 1. Prior to beginning excavation work, submit an Excavation Saf~ty Plan . This plan shall be signed and sealed by the excavation support system design engineer . Work shall not begin until the plan has been submitted to the Engineer. 1.04 REFERENCE STANDARDS A.· . American Society for Testing and Materials (ASTM) 1. · ASTM D698 -Test Method for Laboratory Compaction Characteristics of Soils Using Standard Efforts . . 2. ASTM D422 -Standard Test Method for Particle-Size Analys~s of Soils 3. ASTM D2487 -Standard Test Method for Classification of Soils for Engineering Purposes 4. ASTM D2488 -Practice for Description and Identification of Soils (Visual-Manual Procedure) 5. ASTM D2922 -Standard Test Method for Density of Soil and Soil-Aggregate in Place by · · Nuclear Method (Shallow Depth) 6 . ASTM D3017 -Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Method (Shallow Depth) I l J I I I J • l • I I l J , I 7. ASTM D4318 -Stand!U'd Test Method for-Liquid LifWt, Plastic Limit and Plastic.ity Index of . J Soils B. Where reference is made to one of the preceding standards, the revision in effect at the time of bid opening shall apply . F62 l42S02200 .doc 02200-2 Ap ri l2010 . ' l ! '' 'j - L I '' -J City of Fort Worth Westside 54" RW Pipeline Project C. In case the Owner desires to have tests made that are not covered by the above referenced Standards, the Engineer will decide which recognized test procedure to follow. 1.05 QUALITY ASSURANCE A. All field testing and inspection services determined necessary to the Owner to ensure contract compliance shall be provided by the Owner's independent testing laboratory. The cost of such work, unless specifically stated otherwise, will be paid by the Owner. Testing methods shall comply with the latest applicable ASTM Standards . Should any test fail to meet the requirements of this section, that work shall be repaired and retested. Retesting will be at the Contractor's expense. B. · · Materials shall be tested and observed as described in the following paragraphs. Cooperate by allowing free access to the work for selection of materials and observation. 1. At all structures, prior to placement of bedding material , structural fill, concrete working mats, crushed stone base, or concrete fill, the Engineer shall observe the prepared subgrade to confirm its suitability for supporting the work to be placed thereon. Such observation shall include visual review and in-place soil density tests as required . 1.06 PROJECT/SITE CONDITIONS A. Subsurface Conditions B: 1.07 A. 1. Geotechnical explorations at the site have been performed by Mas ..:.TekEngineering & Associates, Inc. The results of this exploration are presented in Appendix B in a report titled "Geotechnical Investigation, Northwest Water Treatment Plant, 54-Inch Raw Water Pipeline, Fort Worth, Texas". 2. The data and recommendations presented in · the report are based on observations at specific boring locations . Conditions between or away from the borings may vary from ·those indicated in the report. No warranty of subsurface conditions, either expressed or implied, is intended or made to any reviewer of the report. · If subsurface conditions at variance with those described in the report are encountered during construction, immediately notify the Engineer in accordance with the requirements of the General Conditions. DEFINITIONS Where the phrase "in-the-dry" is used in these Specifications, it shall be defined to mean a soil condition such that the in-place moisture content of the soil at the time of work is no more than 2 percentage points above the optimum moisture content of that soil as determined by laboratory tests for the moisture-density relationship appropriate to the specified level of compaction . B. Where used in this Specification "structures" refers to au buildings, wet wells , manholes, and below grade vaults. F62l42S02200.doc 02200-3 April 2010 City of Fort Worth Westside 54" RW Pipeline Project PART 2 : · PRODUCTS 2.01 GENERAL A. Fill materials designated for use in this Section are specified in Section 02230 . B. . Timber used for excavation support systems shall be pressure treated with wood preservative for ground contact. · C. Where shown on .the Drawings, vapor barrier under slabs shall be 10 mil polyethylene sheeting. D. · Where shown on the Drawings, geotextile fabric shall be non-woven filter fabric such as f.4irafi 104N by Mirafi, Inc ., or approved equal. PART3: EXECUTION 3.01 PREPAAATION A. TestPits 1. Perform exploratory excavation work (test pits) to verify the location of underground utilities and structures and to check for unknown utilities and structures prior to commencing excavation work. 2. Backfill test pits as sooi::i as the d~sired information has been obtained .. Backfilled surfaces shall be stabilized in accordance with appr9ved erosion and sedimentltfon control plans . B. Dewatering and Drainage Systems 1. Temporary dewatering and ~inage systems shaU be in plac~ and operational prior to beginning excavation work · · · · · · 3.02 EXCAVATION SUPPORT A. Fu,mish, lostall, monitor, and maiµtain excavation support (i.~ .. shoring, slteeting, bracing, trench boxes, . etc.) as r.equired by federal, state, or iocal laws, or~inances, regulations, and slifety requirements . . Support the sides of excavation to prevent any movement , which could in ariy way, reduce the width of the excavation below that necessary for proper construction, and protect adjacent structures from undermining, settlement, or other damage. Take care to prevent the formation of vo _ids .outside of sheeting . If voids occur behind sheeting, immediately backfill and compact the voids with common fill . material. Voids ~ locations th11.t cannot be properly compacted upon ~ackfilling shall be filled with lean concrete. · · · it Install excavation supports Ol,ltside the neat Hries of foundatjoris. Stippo,:ts shail be plumb and :securely braced and tied in position . Excavation support shall be adequate to withstand all pressures to which the supports will be subjected. A,I.ly movement or b1dging of supports shall be corrected to provide the necessary · ciearances ," d11rierisions, 'and structural integrity .· . . . . F62l42S02200.doc 02200-4 April 20 10 I J ' j • J '. l. ' j City of Fort Worth Westside 54" RW Pipeline Project C. Excavation Supports Left in Place 1. Excavation supports that are required to remain in place, if applicable, are indicated on the Drawings. 2. The Engineer may direct that certain · excavation supports remain in place or be cut off at a specified elevation . Supports directed by the Engineer to be left in place and not so designated on the Drawings or otherwise specified herein to remain in place, will be paid for in accordance with the Contract Documents. If the Contractor believes that such ·a directive increases Contractor's cost and would thereby entitle Contractor to a change in contract cost, Contractor shall notify the Engineer in accordance with the applicable article(s) in the Contract Documents pertaining to changes in the work. 3. The right of the Engineer to direct that certain excavation supports remain in place shall not be construed as creating any obligation on the Engineer to give such direction, nor shall failure to give such direction relieve the Contractor from liability for damages to persons or property occurring from or upon the work occasioned by negligence or otherwise , growing out of a failure on the part of the Contractor to leave in place sufficient excavation supports to prevent any movement of the ground or damage to adjacent structures. D. Excavation supports shall be carefully removed in such manner so as not to endanger the Work or other adjacent structures, utilities, or property . All voids left or caused by withdrawal of supports shall be immediately filled with sand and compacted . 3.03 STRUCTURAL EXCAVATION PROCEDURES A. Refer to in Section 02220, Structural Excavation and Backfilling for Structures, for structural excavation requirements. 3.04 GENERAL FILLING AND BACKFILLING PROCEDURES A. Fill and backfill materials shall be placed in lifts to suit the specified compaction requirements to the lines and grades required, making allowances for settlement and placement of cover materials (i.e., topsoil, sod, etc.). Soft spots or uncompacted areas shall be corrected . B. Fill and backfill materials shall not be placed on soft deteriorated or frozen surfaces, or on surfaces covered by water, snow, or ice . Fill and backfill material shall be free of snow, ice, and frozen earth. C. Compaction in open areas may be accomplished by any of the following methods -Compaction equipment (sheeps foot rollers), tractor dozers weighing at least 30,000 pounds and ·operated at full speed, heavy vibratory rollers or other means acceptable to the Engineer. Compaction in confined areas (including areas within a 45 degree angle extending upward and outward from the base of a wall) and in areas where the use of large equipment is impractical , shall be accomplished by hand operated vibratory equipment or mechanical tampers . Lift thickness shall not exceed 6-inches (measured before compaction) when hand operated equipment is used . D. When the moisture content of the material is below that specified, water shall be added until the moisture content is as specified . When the moisture content of the material is above that specified , the material shall be aerated by blading, disking or other means acceptable to the Engineer until the moisture is as specified . F62l42S02200.doc 02200-5 April 2010 City ofFort Worth Westside 54" RW Pipeline Project E. Do not backfill against walls or grade beams until the structures bracing them at the top and bottom have been installed and, in the case of cast-in-place concrete, have achieved their 28-day compressive strength as specified in Section 03300, Cast-In-Place Concrete; Place fill so that its depth is increased uniformly and gradually around the perimeter of any structure. F. Oversized material (rocks and boulders) may be placed in areas away from construction as directed by the Engineer. Oversized material shall be placed in such a manner that nesting of the material will not occur and the oversized material will be completely surrounded by fine material (with maximum dimension less than 3 inches). Oversized material shall be placed in lifts having a maximum thickness of 3 feet. Each lift shall be mixed sufficiently to assure that sufficient fines surround each oversized particle. G. If the Contractor completes construction of embankments after pipe is installed, the methods adopted shall be a,cceptable to the Engineer. The pipe shall not be subjectedto construction equipment loading untU at least 2 feet of compacted backfill has been placed over ,the initial backfill. Compaction equipment shall be operated in a slow and careful manner. Anyipipe damaged during construction operations shall be promptly and satisfactorily replaced at the Contractor's expense. 3.05 FILL AND BACKFILL PROCEDURES FOR S1RUCTURES A. Refer to Section 02230, Granular Fill Materials, and -Section 02220, Structural. Excavation and Backfilling. for Structures, for procedures. 3.06 EMBANKMENT FILL PROCEDURES A. Prior to placing embankment fill materials, all top soil and organic materials (including peat and loam) and loose inorganic silt material (loess) shall be removed from areas beneath the embankments. If the subgrade slopes are excessive, the subgrade shall be stepped to produce a stable, horizontal surface for the placement of embankment materials. The existing subgrade shall then be scarified to a depth of at least 6-inches. Adjust the moisture content of the scarified. zone to or slightly above optimum, and compact the subgrade as specified. )3. . · Embankment fill shall consist of Common Fill material and shall be placed and compacted in even lifts of 9-inches measured before compaction. C. Rock may be used in embankment fill only with prior, written approval of the Engineer. 3.07 IMPERVIOUS FILL . A. lmperv.ious .fill shall be plac~d in controlled, even lifts having a maximum.thickness (measured before · compaction). of 6-inches. Compaction shall be sufficient to attain a permeability of less than 1 x 10-7 cm/sec. B. Moisture content of impervious fill to Ile compacted shall be mainta.ined at or near its optimum moisture content (minus 2 to plus 3 percent). 3.08 . CO:MPACTION REQUIREMENTS· A. · Refer to Section 02220, ·Structural Excavation,and Bacldilling for Structures, for structural. fill and backfill compaction requirements. F62142S02200.doc 02200-6 April 2010 I 1 l J • J -l City of Fort Worth Westside 54" RW Pipeline Project B. Embankments (except under roadways), lawn, or unimproved areas -Compact the top 6-inches of scarified subgrade and each layer of fill to a minimum of95 percent standard proctor (ASTM D698) at or near its optimum moisture content (minus O to plus 2 percent). C. Sidewalks -Compact the top 6-inches of existing scarified subgrade and each layer of fill to a minimum of 95 percent standard proctor (ASTM D698) at or near its optimum moisture content (minus 0 to plus 3 percent). 3.09 DISPOSAL OF UNSUITABLE, WASTE, AND/OR SURPLUS EXCAVATED MATERIAL A. Unsuitable, waste, and surplus excavated material shall be removed and disposed of off site. Materials may be temporarily stockpiled in an area within the limits of construction that does not disrupt Owner's operations, construction activities, create any nuisances or safety hazards, or otherwise restrict access to the site of the Work. 3.10 GRADING A. Grading shall be performed to the lines and grades shown on the Drawings. All objectional material encountered within the limits indicated shall be removed and disposed of. Subgrades shall be completely and continuously drained and dewatered throughout the grading process. Install temporary drains, drainage ditches, small berms, etc., to intercept or divert surface water which may affect the execution or condition of grading work. B. If at the time of grading it is not possible to place any material in its proper section of the Work, it shall be stockpiled in approved areas for later use. No extra payment will be made for the stockpiling or double handling of excavated material. C. Stones or rock fragments larger than 3-inches in their greatest dimensions will not be permitted within the top 6-inches of the finished grade of fills and embankments. D. In cut areas, all loose or protruding rocks in slopes shall be removed to line or finished grade of the slope. All cut and fill slopes shall be uniformly dressed to the slope, cross section, and alignment shown on the Drawings unless otherwise directed by the Engineer. E. The right is reserved to make minor adjustments or revisions in lines or grades if found by the Engineer to be necessary as the work progresses, due to discrepancies on the Drawings or in order to obtain satisfactory construction and/or provide positive drainage free of low areas that would hold water. F. Grade compacted fill allowing for a maximum amount of natural settlement. Eliminate uneven areas and low spots. Remove debris, roots, branches, stones, etc., in excess of three inches in size. Remove fill material which has been contaminated with petroleum products. G. Bring compacted fill to required levels, profiles and contours. Make changes in grade gradually. Blend slopes into level areas. Finish grade to eliminate rough and low areas to ensure positive drainage. H. Slope grade away from structures minimum 6-inches in 10-feet unless otherwise indicated on drawings . I. Where fill to required subgrade elevation is less than 6-inches, scarify to a depth of 6-inches and compact. F62 l 42S02200.doc 02200-7 April 2010 City of Fort Worth Westside 54" RW Pipeline Project END OF SECTION l J l J F62 l42S02200.doc 02200-8 April 2010 City ofFort Worth Westside 54" RW Pipeline Project SECTION 02220 STRUCTURAL EXCAVATION AND BACKFILLING FOR STRUCTURES PART 1: GENERAL 1.01 SCOPE OF WORK A. The Contractor shall furnish all labor, materials, equipment, and incidentals necessary to perform all excavation, backfill, fill, and grading required to complete the work shown _on the Drawings and as specified herein. The work shall include, but not m~cessarily be limited to~ excavation, backfilling and fill for structures, disposal of waste and surplus materials, and all related work such as pumping , dewatering , etc. 1.02 RELATED WORK A Earthwork is included in Section ,02200. B. Trenching, Backfilling and Compaction is included in Section 02221. C. Dewatering and Drainage is included in Section 02140 . D. Trench Safety requirements are included in Section 01665 . 1.03 PROTECTION A. Lateral Support of Excavation for Structures and Protection of Existing Structures 1. Sheeting and bracing, if required , shall be as specified in this section and in Section 01665, Trench Safety Requirements, and Section 0222i, Trenching, Backfilling, and Compaction . 2. Comply with OSHA anci all other applicable standards. 3. Dewatering shall be as specified in Section 02140 , Dewatering and Drainage . 1.04 SUBMITf ALS A. Submit for approval information listed in paragraph 2.01 .D below . PART2: PRODUCTS 2.01 MATERIALS A. Backfill which is placed against the exterior side of the structure walls will be referred to as structural fill. Provide fill or bedding materials as noted on the Drawings or as referenced in Pait 3 of thi s Specification . B. Refer to Section 02230, Granular Fill Materials for fill material requirements . C. Lean concrete fill used for a working mat, seal slab or to replace overexcavated material shall be Cast- in-Place concrete meeting requirement of Section 03300, Cast-in-Place Concrete, with the concrete compre~sive strength equal to a minimum of 2,500 psi. F62142S02220.doc 02220-1 Ap ri l 2010 City of Fort Worth Westside 54" RW Pipeline Project D. For each type of fill or bedding material used, the Contractor shall submit for approval the following items: 1. A representative sample of the material weighing approximately 50 pounds. 2 . Laboratory test results for the material, including : a. Gradation test results b. Optimum moisture content/maximum density-test results E. Excess excavation and/or unsuitable material shall become tile property of the Contractor and be removed from the site and disposed of off-si~e at a location authorized/approved by the Engineer. PART3 : EXECUTION 3.01 EXCAVATIONBELOWGRADE A. If the bottom or sides of any excavation is taken below the iimits shown on the Drawings, or as specified or directed by the Engineer, it shall be refilled at the Contractor's expense with lean concrete as specified in Part 2. · · · · B. If, in the opinion of the Engineer, the material, in its undisturbed natural condition at or below the normal grade of the excavation, as indicated on the Drawings, is unsuitable for foundations, it shall be removed to such depth and width as he may direct and replaced with suitable material as directed by the Engineer. Over excavation required as stated in this paragraph will be paid in accordance with the General Conditions of this Specification. · C. If the Contractor does not maintain groundwater levels properly, or fails to postpone final excavation immediately above the subgrade until shortly before placing of the new work thereon, or otherwise fails or neglects to conduct the excavatioQ. work properly so that the surface of the subgrade is in proper condition when he is ready for construction; the Contractor shall remove the U:risuitable material and replace it with concrete, compacted structural fill, or other acceptable material at his own expense. The condition of the replaced subgrade shall be acceptable to the Engineer before any work is placed thereon . 3.02 STRUCTURE EXCAVATION PROCEDURES A. Excavation shall be made to such widths as will give suitable room for construction of the structures, including bracing, supporting, pumping, ahci draining. The bottom of the excavations shall be rendered firm and dry and in all respects acceptable to the Engineer. B. Excavation and dewatering shall be accomplished by methods which preserve the undJsturbed state of subgrade soils. Subgrade soils which become soft, loose, "quick", or otherwise unsatisfactory for ~upport of structures as a result of inadequate excavation, dewatering, or other construction methods shall be removed and replace~ with Structural Ftll as required by the Engi_neer at the Contractor's expense . C. Dewatering shall be such as to prevent boiling or detrimental underseepage at the base of the excavation as specified above . · · D. Excavation equipment shall be satisfactory for conducting the work in accordance with the Speci{ications. In no case shall the earth ·be plowed ; scraped~ or dug with machinery so near to the finished subgrade as to result in excavation of, or disturbance of material below finished subgrade . The last of the excavated material shall be hand-excavated to design grade before placement of concrete F62142S02220.doc 02220-2 April 2010 I . I' I . I ' l j ' ; l' 'J City of Fort Worth Westside 54" RW Pipeline Project floor slab or working mat. Seal slabs or working mats are specifically required as indicated on plans. In areas not specifically indicated, seal slabs may be used at the Contractor's option. E. When excavations have reached the required subgrade, including any allowances for working mats or base materials, before placing working mats or base materials, notify the Engineer to observe and verify the suitability of the existing subgrade soils for the anticipated fills, foundations, and structural loadings. If the existing sub grade soils are determined to be unsuitable, direction will be provided by the Engineer regarding removal and replacement with suitable materials. If Contractor believes that such direction would increase Contractor's cost and would thereby entitle Contractor to a change in Contract cost, Contractor shall notify the Engineer in accordance with the applicable article(s) in the General Conditions pertaining to changes in the work. F. During final excavation to subgrade level, take whatever precautions are required to prevent disturbance and remolding. Material which has become softened and mixed with water shall be removed. Hand excavation of the final 3-inch to 6-inch will be required to obtain a satisfactory undisturbed bottom. The Engineer will be the sole judge as to whether the work has been accomplished satisfactorily. G. Over-excavation beyond the limits and depths required by the Contract Documents shall be replaced at no additional cost to the Owner by lean concrete, structural fill, crushed stone base, or other approved material as directed by the Engineer. 3.03 S1RUCTURAL BACKFILLING AND COMPACTION PROCEDURES A. Structural Fill per Section 02230 shall be used as backfill against the exterior walls of the structures or in other areas as designated by the Engineer. Material conforming to the requirements of Structural Fill shall be mechanically compacted in 6-inch loose lifts at optimum moisture content to 90 percent of density established by TEX-113-E. Water jetting will not be permitted. Backfill behind walls shall be compacted by hand- operated tampers or light compaction equipment. Heavy roller compaction equipment shall not be allowed closer than 6-foot from the wall of any structure. B. Select Fill subgrade for concrete slabs at grade and where indicated shall be compacted in eight inch loose lifts to a density of at least 95 percent of the maximum dry density as determined by TEX 113E. Field densities shall be checked in accordance with ASTM D-2922-71 to the satisfaction of the Engineer. C. Structural Fill for use under structure shall be per Section 02230. D. Materials placed in fill areas shall be deposited to the lines and grades shown on the Drawings making due allowance for settlement of the material and for the placement of final grading materials. E. The surfaces of filled areas shall be graded to smooth true lines strictly conforming to grades indicated on the grading plan or as directed by the Engineer. No soft spots or uncompacted areas will be allowed in the work. Proof rolling may be required. F. No compacting shall be done when the material is too wet either from rain or from excess application of water. At such times, work shall be suspended until the previously placed and new materials have dried sufficientlyto permit proper compaction. G. Backfill compaction by means of "puddling" is not allowed. H. Where backfill is placed within a one-to-one slope below structure foundations, the compacted fill shall be tested by the Owner's independent testing laboratory. F62142S02220.doc END OF SECTION 02220-3 April 2010 . ) '' • j l J City of Fort Worth Westside 54" RW Pipeline Project SECTION 02221 TRENCHING, BACKFILLING AND COMPACTION PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals necessary to perform all trenching for electrical ductwork, pipelines and appurtenances, including drainage, bedding , filling, backfilling , disposal of surplus material, and restoration of trench surfaces and easements . B. Excavation shall extend to the width and depth shown on the Drawings or as specified and shall provide suitable room for installing pipe, structures and appurtenances . C. Furnish and place all sheeting, brac ing and supports and remove from the excavation _all materials which the Engineer may deem unsuitable for backfilling . The bottom of the excavation shall be firm, dry, and in all respects acceptable. If conditions warrant, the Contractor may be ordered to deposit gravel for pipe bedding, or gravel refill for excavation below grade, directly on the bottom of the trench immediately after excavation has reached the proper depth and before the bottom of the trench has become softened or disturbed by any cause whatever. The length of open trench shall be related closely to the rate of pipe laying. All excavation shall be made in open trenches . D. All excavation, trenching, and related sheeting, bracing, etc ., shall comply with the requirements of OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), and H.B. 1569 of the 71 st Regular Legislative Session . E. Wherever compaction requirements are referred to herein it shall refer to Standard Proctor Density as determined by ASTM D 698 . F. Prior to the start of work the Contractor is required to submit his/her proposed method of backfilling and compaction to the Engineer for review . 1.02 RELATED WORK A. Granular fill materials are included in Section 02230. B. Sedimentation and erosion control is included in Section 02270 . C. Loaming and hydroseeding is included in Section 02490 . D. Embankment fill procedures and disposal of surplus excavated material is included in Section 02200. E. Trench safety requirements are included in Section 01665 . F. Dewatering and Drainage is covered in Section 02140. G. Site/Right-of-Way Preparation is covered in Section 02100. F62142S02221.doc 02221-1 April2010 City of Fort Worth Westside 54" RW Pipeline Project PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION 3.01 TRENCHEXCAVATION A. Trench excavation shall include material of every description and of whatever substance encountered, regardless of the methods or equipment required to remove the material. Pavement shall be cut with a saw, wheel or pneumatic chisel along straight lines before excavating. B. The Contractor shall strip and stockpile topsoil from grassed areas crossed by trenches. At the Contractor's option, topsoil may be otherwise disposed of and replaced, when required, with approved topsoil of equal quality. C. While excavating and backfilling is in progress, traffic shall be maintained, and all utilities and other property protected as provided in the Contract. · D. Trenches shall be excavated to the depth indicated on the ,Drawing$·and in widths sufficient for laying the pipe, bracing and for pumping and drainage facilities. The bottom of the excavations shall be firm and dry and in all respects acceptable to the Engineer. Trench width shall be . practical minimum, but not less than l2-inches nor more than 24-inc,hes greater than the pipe : outside diameter. E. Excavation.and dewatering shall b.e ac~omplished .by methods which preserve the undisturbed state of subgrade soils .. The trench may be excavated by machinery to, or just below, the designated subgrade, provided that material remaining in the bottom of the trench is no more than slightly disturbed. Subgrade soils which become soft, loose, "quick", or otherwise unsatisfactory as a result of inadequate excavation, dewatering or other c.onstrQction methods shall be removed . and replaced by gravel fill as required by the Engineer at the Contractor's expen~e. F . Clay and org&nic silt soils are particull\fly susceptible todi$turbance due to construction operations. When excavation is to end in such soil$, the Contractor .shall .use a smoQth-edge bucket to excavate the last one foot of depth. · G. Where pipe is to be laid in gravel or stone bedding, the trench may be excavated by machinery to the normal depth of the trench provide<!. th.at the material-remaining . in the bottom of tlle trench is no more than slightly disturbed. 3.02 DISPOSAL OF MATERIALS A. Refer to Item D-9 in the Special Conditions for disposal of materials . . . .. 3.03 SHEETING AND BRACING- A. Furnish, put in place and maintain-sheeting al)d ·bracing required ,by Federal,State, or local safety requirements to support the sides of the excavation and prevent loss of ground which could . endanger personnel, damage or delay the work or endanger adjace11t struc~re.s. If the Engineer is of the opinion that at any point sufficient or proper supports have not been provided, he may order additional supports placed at the expense Qf the QQntractor. CoII1pJii;l,flce with su~h order ~hall Qot relieve the Contractor from his responsibility for the sufficiency of such supports. Care shall be F62142S0222l.doc 02221 -2 AI>ril 2010 ' I . I I .I l J '' 'J l J "-~ City of Fort Worth Westside 54" RW Pipeline Project taken to prevent voids outside of the sheeting, but if voids are fonned, they shall be immediately filled and compacted. B. Where sheeting and bracing is required to support the sides of trenches, the Contractor shall engage a Professional Engineer, registered in the State of Texas, to design the sheeting and bracing. The sheeting and bracing installed shall be in confonnity with the design and certification of this shall be prdvided by the Professional Engineer. C. When moveable trench bracing such as: trench boxes, moveable sheeting, shoring or plates are used to support the sides of the trench, care shall be taken in placing and moving the boxes or supporting bracing to prevent movement of the ·pipe, or disturbance of the pipe bedding and the gravel backfill. 1. When installing rigid pipe [R.C., D.I., V.C., Prestressed Concrete Cylinder (A WW A C-301), etc.], any portion of the box extending below mid diameter shall be raised above this point prior to moving the box ahead to install the next pipe. This is to prevent the separation of installed pipe joints due to movement of the box. 2. When installing flexible pipe (PVC, etc.) trench boxes, movable sheeting, shoring or plates shall not be allowed to extend below mid-diameter of the pipe. As trench boxes, moveable sheeting, shoring or plates are moved, gravel backfill shall be placed to fill any voids created and the gravel backfill shall be recompacted to provide unifonn side support for the pipe . D. The Contractor will be pennitted to use steel sheeting in lieu of wood sheeting for the entire job wherever the use of sheeting is necessary. The cost for use of sheeting shall be included in the bid items for trench safety and shall include full compensation for driving, bracing and later removal of sheeting. E. All sheeting and bracing shall be carefully removed in such manner as not to endanger the construction of other structures, utilities, or property, whether public or private. All voids left after withdrawal of sheeting shall be immediately refilled with gravel backfill by ramming with tools especially adapted to that purpose, or otherwise as directed. 3.04 TEST PITS A. B. 3.05 A. The Contractor may be required to excavate test pits for the purpose of locating underground utilities or structures as an aid in establishing the precise location of new work. Test pits shall be backfilled as soon as the desired infonnation has been obtained. The backfilled surface shall be maintained in a satisfactory condition for travel until resurfaced as specified . DRAINAGE AND DEWATERING The Contractor shall furnish all materials and equipment and perform all incidental work required to install and maintain the drainage system he proposes for handling ground water or surface water encountered. He shall assume all responsibility for the adequacy of the methods, materials, and equipment employed. B. The Contractor shall provide pumping equipment and devices to properly remove and dispose of all water entering trenches and excavations. The subgrade shall be maintained acceptably dry until the facilities to be built therein are completed . All drainage related work shall be performed F62142S0222 l .doc 02221-3 April 2010 City of Fort Worth Westside 54" RW Pipeline Project without damage to the trench, pavement, pipes, electrical conduits, or other utilities and without damage to public or private property. C. Pipe and masonry shall not be laid in water or submerged within 24 hours after being placed . Water shall not flow over new masonry within four days after placement. D. In no event shall water rise to cause unbalanced pressure on facilities until the concrete or mortar has set at least 24 hours . The Contractor shall prevent flotation of the pipe by promptly placing backfill. E. · See Section 02140 for additional requirements. 3.06 EXCAVATION BELOW GRADE AND REFILL A. Whatever the nature of unstable material encountered or the .groundwater conditipns, trench drainage shall be complete and effective . B. If the Contractor excavates below grade through error or for his own convenience, or through failure to properly dewater the trench, or disturbs the subgrade before dewatering is sufficiently complete, he may be directed by the Engineer to excavate below grade as set forth in the following paragraph, in which case the work of excavating below grade and furnishing and placing the refill shall be performed at his own expense. C. If the material at the level of trench bottom. consists of fine sand, sand and silt or soft earth which may work into the bedding material notwithstanding effective drainage, the subgrade material shall be removed to the extent directed and the excavation refilled with a 6-in layer of coarse sand, or a mixture graded from coarse sand to fine peastone, as approved by the Engineer, to form a filter layer preserving the voids in the bedding material of the pipe. The composition and gradation of material shall be approved by the Engineer prior to placement , Bedding material backfill shall then be placed in 6-in. layers thoroughly compacted up to the normal grade of the pipe. D . Geotextile filter fabric may be substituted for granular filter layer if approved by the Engineer. Filter fabric shall be Mirafi 140N, Supac equivalent, or approved equal. 3.07 EMBEDMENT A. Embedment for water lines shown on the Drawings shall be using bedding material meeting the requirements of PART 2 of Section .02230. Bedding shall be installed as required for the pipe material selected by the Contractor from those specified for each application. Contractor shall modify the bedding materials as required to meet the selected pipe manufacturer requirements due to pipe design and burial depth. B.-The initial layer of embedment placed to receive the pipe shall be brought to grade and dimensions indicated on the Drawings, and the pipe shall .be placed thereon and brought to grade by tamping, or by removal .of the slight excess amount ofe.mbedme11t under the pipe . Adjustment to grade shall be made by scraping away or filling with embedment material. Wedging or blocking up of pipe will not be permitted . Each pipe section shall have a uniform bearing on the embedment for the full length of the pipe, except i1J11Dediately at the joint. All embedment and encasement shall extend the full width of the trench bottom .. , · F62l42S0222 l .doc 02221-4 April 2010 . I • J • l • l 'l C j L; • j . ' City of Fort Worth Westside 54" RW Pipeline Project C. In general, pipe embedment shall be as described herein. Compaction shall be verified based on required bedding materials and compaction associated with selected piping. After the pipe has been laid, jointed and inspected, embedment material shall be brought up in mechanically tamped layers not exceeding eight inches in thickness of loose fill, approximately equal on each side of the pipe, to 12 inches above the top of pipe. Compaction shall be 90 percent of Standard Proctor density for embedment material below the top of pipe; For the 12 inches of embedment above the top of pipe, compaction shall be 85 percent of Standard Proctor 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 expeditiously. Bedding, as specified 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 the plant yard or other open areas, the remainder of the trench above the bedding shall be filled with Common Fill material, as defined in Section 02230, in layers not to exceed 8-in in loose measure and compacted to 85 percent standard proctor density at optimum moisture content+/-4%. The backfill shall be mounded 6-in above the existing grade or as directed. Where a grass, loam or gravel surface exists prior to excavations in the yard, it shall be removed, conserved and replaced to the full original depth as part of the work under the pipe items. In some areas it may be necessary to remove excess material during the clean-up process, so that the ground may be restored to its original level and condition. C. Where the pipes are laid in paved areas, on the shoulder of paved areas, or designated future paved areas, the remainder of the trench above the embedment shall be backfilled with Select Common Fill or select fill material in layers not to exceed 8-in loose measure and compacted at optimum moisture content(+/-3%) to 95 percent Standard Proctor Density. The top 18-inches below subgrade level shall be compacted at optimum moisture content(+/-3%) to 100 percent of Standard Proctor Density. D. To prevent longitudinal movement of the pipe, dumping backfill material into the trench and then spreading will not be permitted until the bedding material has been placed and compacted to a level 1-ft over the pipe. E. Backfill shall be brought up evenly on both sides of the pipe. Each layer of backfill material shall be thoroughly compacted by rolling, tamping, or vibrating with mechanical compacting equipment or hand tamping. If rolling is employed, it shall be by use of a suitable roller or tractor, being careful to compact the fill throughout the full width of the trench . F. Compaction shall be by use of hand or pneumatic tamping with tools weighing at least 20 lbs. The material being spread and compacted shall be placed in layers not over 8-in loose thick. If necessary, sprinkling shall be employed in conjunction with rolling or compacting . G. Subject to the approval of the Engineer, fragments of ledge and boulders smaller than 4-in may be used in trench backfill providing that the quantity, in the opinion of the Engineer, is not excessive . Rock fragments shall not be placed until the pipe has at least 2-ft of cover. Small stones and rocks shall be placed in thin layers alternating with earth to insure that all voids are completely filled. Fill shall not be dropped into the trench in a manner to endanger the pipe. F62 l 42S0222 l .doc 02221-5 April2010 City of Fort Worth Westside 54" RW Pipeline Project H. Bituminous paving shall not be placed in backfill unless specifically permitted, in which case it shall be broken up as directed. Frozen material shall not be used under any circumstances. I. Water jetting will not be accepted as a means of consolidating/compacting backfill. J . All road surfaces shall be broomed and hose-cleaned immediately after backfilling. Dust control measures shall be employed at all times . 3.09 RESTORING TRENCH SURFACE A. Where the trench occurs adjacent to paved areas, road shoulders, sidewalks, or in cross-country areas, the Contractor shall thoroughly consolidate the backfill and shall maintain the surface as the work progresses. ff settlement takes place, he shall immediately deposit additional fill to restore the level of the ground. B. In paved areas, the edge of the existing pavement to be removed shall be cut along straight lines, and .the pavement replaced per details shown on the Drawings. C. The surface of any driveway or any other area which is disturbed by the trench excavation and which is not a part of the paved road shall be restored . by the Contractor to a conclition at least equal to that existing before work began. D. In sections where the pipeline passes through grassed areas, the Contractor shall, at his own expense, remove and replace the sod, or shall loam and reseed the surface to the satisfaction of the Engineer. 3.10 RESTRAINED JOINTS FOR FLEXIBLE-JOINT BURIED PIPING A. Restrained joints, designed per A WW A guidelines with .friction coefficient =0.25, shall be provided at all vertical and horizontal changes in pipe diameter (reducers), or direction (e.g., tees, bends, elbows and crosses), plugs and valves, or other locations shown on the Drawings, on all buried piping having flexible joints. Joints shall be designed to prevent the pipe from moving when subjected to operating and test pressures. B . Concrete thrust blocks may be used only for special conditions when approved by the Engineer and in accordance with the Drawings .. END OF SECTION F62l42S0222l.doc 02221-'5 April2010 I J ' ' • J ~ J ' l • J City of Fort Worth Westside 54" RW Pipeline Project PART 1: GENERAL 1.01 DESCRIPTION SECTION 02230 GRANULAR FILL MATERIALS A. Granular fill materials are specified in this Section, but their use for fill and backfill, pipe bedding, replacement of unsuitable material, crushed stone base, cushion in bedrock excavation, pavement base, foundation support and similar uses are specified in detail elsewhere. The Engineer may order the use of fill materials for purposes other than those specified in other Sections if, in his opinion, such use is advisable. B . Contractor shall verify with the pipe manufacturer the recommended bedding materials associated with the selected pipe material in relation to pipe design, burial depth and vertical loading. Alternative pipe materials are specified as acceptable in specific instances and embedment shall be determined accordingly. 1.02 , RELATED WORK A. Earthwork is included in Section 02200. B . Trenching, backfilling and compaction is included in Section 02221 C. Concrete fill is included in Section 03300. D. Flowable fill is included in Section 03650. 1.03 SUBlMI'IT ALS A. Samples. Submit 50-pound samples of fill materials for observation and testing when requested by the Engineer. B . Test Reports. For each fill material proposed for incorporation into the work or reuse, submit the following test results in accordance with Section 01300. 1. Gradation test in accordance with ASTM D422. 2. Moisture-density test in accordance with ASTM D698 . 3 . Atterberg limits (liquid limit, plastic limit and plasticity index) in accordance w ith ASTM D4318 . 4 . Unified Soil Classification System identity in accordance with ASTM D2487 . F62142S02230.doc 02230-1 April 2010 City ofFort Worth Westside 54" RW Pipeline Project PART 2: PRODUCTS 2.01 MATERIALS A. All materials noted herein, except Common Fill and Impermeable Clay, shall have a maximum of one percent (1 %) expansion when testing is performed on sample remolded to 95 percent of maximum ASTM D 698 dry density at two percent below optimum moisture under a 100 pounds per square foot (psf) surcharge . B. Common Fill shallcorisist of silty clay, sandy clay, or clayey sand material free of organ:iqnaterial, loam, wood, trash, and other ~bjectionable material which may be compressible or which capnot be compacted properly . Common Fill shall not contain stones larger than 4-inches in any dii;nension, broken concrete, masonry, rubble , asphalt pavement, or other similar materials . It shall have physical properties , as approved by the Engineer, such that it can be readily spread and compacted. Common Fill shall be placed in loose lifts ft-inches or less in depth (measured before c0II1paction), and compacted at a moisture content in the range of minm, 0 to plus 5 percent of optimum moisture content, to at least 95 percent of the Standard Proctor maximum dry density determined by ASTM D698. . C. Select Common Fill shall consist of hard , granular material free from organic materiaJs, trench loam and clay, uniformly graded, containing no stone having any dimension greater than 3/4-inch, and having less than 50 percent fines by weight passing the No. 200 sieve. ,1'he material shall classify as SC, SM or SP according to the Unified Soil Classifications System and shall have a Plasticity Index less than 12, and a Liquid Limit less than 35 percent. Select Common Fill shall be placed in loose lifts 8-inche~ or less in depth . (measured bef9re compaction), and compacted at a moisture content in the range of minus 3 to plus 3 percent of optimum moisture content, to at least 95 percent of the Standard Proctor maximulll dry density determined by ASTM D698. D. Granular Embedment (Granular Fill} Granular Embedment material shall be sandy gravel or blended sand and crushed rock, fi:ee from large stones, clay, and organic material. Embedment material shall be a soil classification of GW, GP, SW, . or SP as determined byASTM D-2487. The embedment material shall be such that when wet, the fine material shall not form mud or muck. The embedment material shall be composed of tough durable particles, reasonably free from thin, flat and elongated pieces, and of suitable quality to insure permanence in the trench . The P .I. of the fines shall not exceed 3. Light weight aggregate is not acceptable for granular embedment. Material used for granular embedment shall have a resistivity of not less than 5000 ohms/cm as measured by ASTM 0,,.57 . . 1. Granular Embedment For Rigid Pipe: This shall be cohesionless material meeting the following gradation requirements : · · · F62 l 42S02230.doc Sieve Size Sg . Openings 1/2" 3/8 " No.4 No.8 No.16 02230-2 . . Amount Passing. Percent by Weight 100 85-100 10 -30 1 -10 0 -5 April 2010 I • I• . ' 'I • j ' . 'l -J ' J City ofFort Worth Westside 54" RW Pipeline Project 2. Granular Embedment For Semi-Rigid And Flexible Pipe: This shall be cohesionless material meeting the following gradatio~ requirements: Sieve Size Sg. Openings 1/2" No.4 No.50 No. 200 Amount Passing Percent by Weight 100 25-50 0-'20 0-5 3. Granular Embedment For Small Pipe (< 4-inch diameter): This shall meet the gradation requirements for semi-rigid pipe specified in Paragraph D.2 above. 4. Pipe Classification a. For the purpose of this specification, "rigid pipe" shall be defined as the following: 1) All diameters Prestressed Concrete Pipe (AWWA C-301). 2) All diameters Ductile Iron Pipe. b. For the purpose of this specification, "semi-rigid pipe" shall be defined as the following: 1) Bar-Wrapped Concrete Cylinder Pipe (AWWA C-303). 2) All diameters Steel Water Pipe (A WW A C-200). c. For the purpose of this specification, "flexible pipe" shall be defined as follows: 1) All diameters of PVC Pipe. E. Structural Fill shall be the same material as the Select Fill specified on the Paragraph G of this Section. F. 3 x 5 Hard Stone shall consist of hard, durable particles of proper size and gradation, free from sand, clay, excess fines and deleterious materials. The size of the particles shall be uniformly graded such that 100 percent of the particles will pass a5-inch sieve, 100 to 80 percent will pass a4-inch sieve, 70 to 40 percent will pass a 3-inch sieve, 20 to O percent will pass a 2-inch sieve, and 5 to O percent will pass a 1/2-inch sieve . G. Select Fill shall consist of non-expansive sandy clay or clayey sand with a liquid limit of 35 or less, a plasticity index (Pl) of 4 to 12 and no more than 55 percent of the material passing the No 200 sieve. The select fill shall be spread in loose lifts, less than 8-inch thick and uniformly compacted to a minimum of 95 percent of Modified Proctor Density as determined by ASTM 1557, between optimum and +3 percentage points above the soil's optimum moisture content. For fill depths over 10-feet compact to 98% ASTM D698 . H. Impermeable Clay shall consist of materials classified CL, CH, or OH under the Unified Soil Classification System. I. Impermeable Clay shall be placed in loose lifts 6-inches or less in depth (measured before compaction), and compacted to a permeability of less than lx10·7 cm/sec using hand-operated equipment Drain Rock shall consist of sound, free-draining durable stone, free of organic material, lumps or balls of clay, or other deleterious material. Particle size shall be such that 100 percent of the material passes F62 I 42S02230.doc 02230-3 April2010 City of Fort Worth Westside 54" RW Pipeline Project a 2-inch sieve; 95 tolOO percent passes a 11/2-inch sieve; 50 to 100 percent passes a 3/4-inch sieve; 15 to 55 percent passes a 3/8-inch sieve; 0 to 25 percent passes a Number 4 sieve; and less than 2 percent passes a Number 200 sieve .. J . Aggregate Base Course (noted as "ABC" on the Drawings) .shall consist of "Compacted Select Common Fill" as specified in this Section. PART 3: EXECUTION (NOT USED) END OF SECTION . F62 l42S()2230.doc 02230A , . April 2010 t • I I l . • J • J 'I C I City of Fort Worth Westside 54" RW Pipeline Project PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 02270 SEDIMENTATION AND EROSION CONTROL A. Furnish all labor, materials, equipment and incidentals necessary to perform all installation, , maintenance, removal and area cleanup related to sedimentation control work a:s shown on the Drawings and as specified herein. The work shall include, but not necessarily be limited to; installation of temporary access ways and staging areas, stabilized construction entrances, silt fences, rock berms, sediment protection at storm drain inlets, tree protection, sediment removal and disposal, device maintenance, removal of temporary devices, temporary mulching, erosion control blankets and final cleanup. · 1.02 RELATED WORK A. Granular fill materials are included in Section 02230. B. Loaming, Hydroseeding and Erosion Control is included in Section 02490. C. Earthwork is included in Section 02200. D. Construction Temporary Controls are included in Section 01510 . 1.03 SUBMI'IT ALS A. Within 1 O days after award of Contract, the Contractor shall submit to the Engineer for approval, technical product literature for all commercial products to be used for sedimentation and erosion control. 1.04 QUALITY ASSURANCE A. The Contractor shall be responsible for the timely installation and maintenance of all sedimentation control devices neces~ary to prevent the movement of sediment from the construction site to off-site areas or into the stream system via surface runoff or underground drainage systems. Measures in addition to those shown on the Drawings necessary to prevent the movement of sediment off-site shall be installed, maintained, removed, and cleaned up at the expense of the Contractor. No additional charges to the Owner will be considered. PART 2: PRODUCTS 2.01 MATERIALS A. Crushed stone for stabilized construction entrances shall be 3x5 Hard Stone per Section 02230. B. Silt Fence F62l42S02270 .doc 02270-1 ApriI2010 City of Fort Worth Westside 54" RW Pipeline Project 1. Posts shall be painted or galvanized steel Tee posts a minimum of 5 feet in length, with a minimum weight of 1.3 pounds per foot with self-fastening tabs and a 5-in by 4-in (nominal) steel anchor plate at bottom. Posts and anchor plates shall conform to ASTM A 702. 2. Welded wire fabric shall be 2-in by 4-in mesh of 12 gauge by 12 gauge steel wire. 3. Silt fence fabric shall be a woven, polypropylene, ultraviolet resistant material such as Mirafi lOOX as manufactured by Mirafi , Inc., Charlotte, NC, or approved equal. 4. Tie wires for securing silt fence fabric to wire mesh shall be light gauge metal clips (hog rings), or 1/32-in diameter soft aluminum wire. 5. Prefabricated commercial silt fence may be substituted for built-in-field fence. Pre-fabricated silt fence shall be "Envirofence" as manufactured by Mirafi Inc., Charlotte, NC, or approved equal. C. Erosion control blanket shall be installed as shown on the Drawings. The erosion control blanket shall be AMXCO Curlex Blanket as manufactured by American Excelsior Company, Arlington, TX or equal. D. Rock berms shall be in accordance with details shown on the Drawings . PART 3: EXECUTION 3.01 INSTALLATION A. Silt Fence 1. Silt fences shall be positioned as indicated on the Drawings and as necessary to prevent off-site movement of sediment produced by construction activities as directed by the Engineer . 2. Dig trench approximately 4-in wide and 4-in deep along proposed fence lines. 3. Drive metal -stakes, 8 feet on center (maximum) at back edge of trenches. Stakes shall be driven 2 feet (minimum) into ground . 4 . Hang 2 by 4 woven wire mesh on posts, setting bottom of wire in bottom of trench . Secure wire to posts with self-fastening tabs . . 5. Hang filter fabric on wire carrying to bottom of trench with .about 12-in of fabric laid across bottom of trench . Stretch fabric fairiy taut along fence length and secure with tie wires 12-in O.C . both ways . The silt fence shall be a minimum of 24 inches high . 6 . Backfill trench with excavated material and tamp . 7. Install pre-fabricated silt fence according to manufacturer's instructions . B. Erosion control blankets shall be installed as .shown on the Drawings and as directed by the Engineer in accordance with manufacturer's instructions. The area to be covered shall be properly prepared, fertilized and seeded before the blanket is applied. When the blanket is unrolled, the netting shall be on top and the fibers in contact with the soil over the entire area. The blankets shall be applied in the direction of water flow and stapled . Side overlaps shall be 4-in minimum . The staples shall be made F62l42S02270 .doc 02270-2 April 2010 , I , I . l City of Fort Worth Westside 54" RW Pipeline Project of wire, 0.091-inch in diameter or greater, "U " shaped with legs IO -inches in length and a 12-inch crown . The staples shall be driven vertically into the ground, spaced approximately two linear feet apart on each side with one row in the center alternately spaced between each side row . Adjoining blankets shall be overlapped and shall utilize a common row of staples to attach . C. Stabilized Construction Entrances shall be provided at all locations where Contractor's vehicles/equipment exit from storage, laydown or office areas , etc ., onto public paved roadways . D. Rock berms shall be in accordance with details shown on the Drawings . 3.02 MAINTENANCE AND INSPECTIONS A. Inspections 1. Contractor shall make a visual inspection of all sedimentation control devices once per week and promptly after every rainstorm . If such inspection reveals that additional measures are needed to prevent movement of sediment to offsite areas , Contractor shall promptly install additional devices as needed . Sediment controls in need of maintenance shall be repaired promptly. B. Device Maintenance 1. Silt Fences a. Remove accumulated sediment once it builds up to one -half of the height of the fabric . b. Replace damaged fabric , or patch with a 2-ft minimum overlap . c. Make other repairs as necessary to ensure that the fence is filtering all runoff directed to the fence . ~ j 3.03 REMOVAL AND FINAL CLEANUP A. Once the site has been fully stabilized against erosion , remove sediment control devices and all , , accumulated silt. Dispose of silt and waste materials in proper manner. Regrade all areas disturbed during this process and stabilize against erosion with surfacing materials as specified and as shown on the Drawings . END OF SECTION • l ' J • l F62l42S02270 .doc 02270-3 Ap ri l 2010 ' J ' ' l J l a 'J City of Fort Worth Westside 54" RW Pipeline Project SECTION 02490 LOAMING, HYDROSEEDING AND EROSION CONTROL PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required, provide erosion control and place topsoil, finish grade , apply fertilizer, hydraulically apply seed and mulch and maintain all seeded areas as shown on the Drawings and as specified herein, includ ing all areas disturbed by the Contractor. 1.02 RELATED WORK A. Site/right-of-way preparation including clearing, grubbing and stripping is included in Section 02100. B. Trenching, Backfilling and Compaction is included in Section 02221. C. Sedimentation and Erosion Control is included in Section 02270 . 1.03 SUB:MITT ALS A. Samples of all materials shall be submitted for inspect ion and acceptance as specified herein . PART2: PRODUCTS 2.01 MATERIALS A. Topsoil shall be fertile, friable , natural topsoil typical of topsoil of the locality and shall be obtained from a well drained site that is free of flooding . The material locally referred to as sandy loam shall not be acceptable. It shall be without admixture of subsoil or slag and free of stones, lumps, plants or their roots, sticks, clay, peat and other extraneous matter and shall not be . delivered to the site or used while in a frozen or muddy condition . Topsoil as delivered to the site or stockpiled shall have pH between7.0 and 8.0 and shall contain not less than 3 percent organic matter as determined by loss of ignition of moisture -free samples dried at 100 degrees Celsius . The topsoil shall meet the following mechanical analysis : F62 I 42S02490.doc 1-in screen opening No. lOmesh No . 270mesh 0.002mm* Percentage Finer 100 95 -100 35 -75 5 -25 * Clay size fraction determined by pipette or hydrometer analysis . 02490-1 April 2010 City of Fort Worth Westside S4" RW Pipeline Project B. At least ten days prior to anticipated start of topsoiling operations a twenty-five (25) pound sample of topsoil material shall be delivered to the Engineer for testing and approval. Based on tests performed by the Engineer, the topsoil shall be identified as acceptable, acceptable with certain fertilizer applications, or unacceptable. If the topsoil is found acceptable, the fertilizer requirements will be as specified or as recommended by the Engineer. If the topsoil is found unacceptable, the Contractor shall be responsible for identifying another source of topsoil and shall incur all expenses associated with testing additional samples. All topsoil incorporated into the site work shall match the sample provided to the Engineer for testing. Topsoil stockpiled under other Sections of this Division may be used subject to the testing and approval outlined above. Contractor will be responsible for screening stockpiled topsoil and providing additional topsoil as required at his own expense. C. Fertilizer shall be commercial mixed free flowing granules or pelleted fertilizer, 10-20-10 (N-P205-K20) grade for lawn and naturalized areas. Fertilizer shall be delivered to the site in original unopened containers each showing the manufacturer'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. D. Seed shall be labeled in accordance with USDA Rules and Regulations under the Federal Seed Act and applicable State seed laws . Seed shall be furnished in sealed bags or containers bearing the date of the last germination, which date shall be within a period of 6 months prior to commencement of planting operations. Seed shall 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 content of not more than 1 percent, and contain no noxious weeds. The seed shall be furnished and delivered premixed. A manufacturer's certificate of compliance to the specified mixes shall be submitted by the manufacturers for each seed type.. These certificates shall include the guaranteed percentages of purity, weed content and germination of the seed and also the net weight and date of shipment. No seed may be sown until the Contractor has submitted the certificates. Seed shall be delivered in sealed containers bearing the dealer's guaranteed analysis. E. Mulch 1. Either straw mulch or cellulose fiber mulch may be used at the Contractor's option. 2. Straw or hay mulch shall consist of oat or wheat straw or bay mulch of either Bermuda grass or prairie grasses. Use straw or hay mulch free of Johnson grass and other noxious and foreign materials. Keep the mulch dry and do not use molded or rotted material. 3. Fiber Mulch shall be a specially processed cellulose fiber containing no growth or germination-inhibiting factors. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material become uniformly suspended to form a homogeneous slurry. When sprayed on the ground, the material shall allow absorption and percolation of moisture. Each package of the cellulose fiber shall be marked by the manufacturer to show the air dry weight content and not contain in excess of 10 percent moisture. · F62l42S02490 .doc 02490-2 April 2010 ' ' , I ; I ' J t J ' l l" ' I 'l City of Fort Worth Westside 54" RW Pipeline Project F. Water. Use water that is clean and free of industrial wastes and other substances harmful to the growth of vegetation. G. Tacking Methods. Use a tacking agent applied in accordance with the manufacturer's recommendations or a crimping method on-all straw or hay mulch operations. Tacking agents must be approved before use, or may be specified on the plans. H. Erosion control blanket installed in all drainage swales and ditches as specified or as directed by the Engineer shall be AMXCO Curlex Blanket as manufactured by American Excelsior Company, Arlington; TX, or approved equal. PART 3: EXECUTION 3.01 APPLICATION A. Unless otherwise shown on the Drawings, topsoil shall be placed to a minimum compacted depth of 4-in and seed, fertilizer and mulch applied on all disturbed areas of the site not covered with structures, pavement, or existing woodland. B. For all areas to be seeded: 1. Fertilizer (10-20-10) shall be applied at the rate of thirty pounds per 1,000 square feet or as determined by the soil test. 2. Seed shall be applied at the rates described below. Pl ti S an ng eason G rass A Ii f R t lb l 1001 ca ,on a e: sacre March through August Green Sprangletop 0.3 Sand Lovegrass 0.5 Bermuda grass 1.8 Weeping Love grass (Ermelo} 0.8 Sand Dropseed · 0.4 Partridae Pearl .. 1.0 '''September through February Rye 35 Bermuda (unhulled} 12 Winter Fescue (Kentucky 31) 100 <1> Seeding during the period September through February shall only be undertaken upon written approval of the Engineer. 3. Fiber mulch shall be applied at the rate of 2,600 pounds per acre. Straw mulch shall be applied at the rate of 2 to 2.5 tons per acre. Hay mulch shall be applied at a rate of 1.5 to 2 tons per acre. Use a tacking method over straw or hay mulch. C. The application of fertilizer may be performed hydraulically in one operation with hydroseeding and fiber mulching. The Contractor is responsible for cleaning all structures and paved areas of unwanted deposits of the hydroseeded mixture. 3.02 INSTALLATION A. Previously established grades, as shown on Drawings shall be maintained in a true and even condition. B. Subgrade shall be prepared by tilling prior to placement of topsoil to obtain a more satisfactory bond between the two layers. Tillage operations shall be across the slope. Tillage shall not take F62142S02490.doc 02490-3 April 2010 City of Fort Worth Westside 54" RW Pipeline Project place on slopes steeper . than 2 horizontal to 1 vertical or where tillage equipment cannot be operated. Tillage shall be accomplished by disking or harrowing to a depth of 9-in parallel to contours. Tillage shall not be performed when the subgrade is frozen, excessively wet, extremely dry or in other conditions which would not permit proper tillage. The subgrade shall be raked and all rubbish, sticks, roots and stones larger than 2-in shall be removed. Subgrade surfaces shall be raked or otherwise loosened immediately prior to being covered with topsoil. C. Topsoil shall be placed over approved areas to a depth sufficiently greater than required so that after natural settlement and light rolling, 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 been spread, it shall be carefully prepared by scarifying or harrowing and hand . raking. All stiff clods, lumps, roots, litter and other foreign material shall be removed from the topsoiled area and disposed of by the Contractor. The areas shall also be free of smaller stones, in excessive quantities, as determine by the Engineer. The whole surface shall then be rolled with a hand roller weighing not more than 100 pounds per foot of width. During the rolling, all depressions caused by settlement or rolling shall be filled with additional topsoil and the surface shall be regraded and rolled until a smooth and even finished grade is created . E. Seeding, mulching and conditioning shall only be performed during those periods within the seasons which are normal for such work as determined by the weather and locally accepted practice, as approved by the Engineer. The Contractor shallhydroseed only on a calm day. F. Seeding shall be done within ten days following soil preparation. Seed shall be applied hydraulically at the rates and percentages indicated. The spraying equipment and mixture shall be so designed that when the mixture is sprayed over an area, the grass seed and mulch shall be equal in quantity to the specified rates. Prior to the start of work, the Contractor shall furnish the Engineer with a certified statement as to the number of pounds of materials to be used per 100 gallons of water. This statement shall also specify the ·number of square feet of seeding that can be covered with the quantity of solution in the Contractor's hydroseeder. Upon completion of seeding operations, the Contractor shall furnish the Engineer with a certified statement on the actual quantity of solution applied . G. In order to prevent unnecessary erosion of newly topsoil~d and graded slopes and unnecessary siltation of drai,nageways, the Contractor shall conduct seeding and mulching as soon as he has satisfactorily completed a unit or portion of the project. For the purpose of this project a unit is defined as 10,000 square feet. When protection of newly topsoiled and graded areas is necessary at a time which is outside of the normal seeding season, the Contractor shall protect those areas by whatever means necessary as approved by the Engineer and shall be responsible for prevention of siltation in the areas beyond the limit of work. H. Erosion control ·blankets shall be installed in all drainage swales and c;litches and on slopes exceeding 15% as directed by the Engineer in accordance manufacturer's instructions . The area to be covered shall be properly prepared, fertilized and seeded before the blanket is applied . When the blanket is unrolled , the netting shall be on top and the fibers in contact with the soil over the · entire area. The blankets shall be applied in the direction of water flow, and stapled . Blankets · shall be placed a minimum of three rows (of four foot each) wide (total 12-ft width) witnin the drainage swale/ditch and stapled together in accordance with manufacturer's instructions. Side overlaps 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 staples shall be driven F62142S02490 .doc 02490A April 2010 ' l • I . l I ' . J , I . J . ' C J l. J City of Fort Worth Westside 54" RW Pipeline Project vertically into the ground, spaced approximately two linear feet apart on each side with one row in the center alternately spaced between each side row. I. When newly graded subgrade areas cannot be topsoiled and seeded because of season or weather conditions and will remain exposed for more than 30 days, the Contractor shall protect those areas against erosion and washouts by whatever means necessary such as straw applied with a tar tack, wood chips or by other measures as approved by the Engineer. Prior to application of topsoil, any such materials applied for erosion control shall be thoroughly incorporated into the subgrade by disking. Fertilizer shall be applied prior to spreading of topsoil. J . On slopes, the Contractor shall provide against washouts by an approved method. Any washout which occurs shall be regraded and reseeded at the Contractor's expense until a good sod is established. 3.03 MAINTENANCE AND PROVISIONAL ACCEPTANCE A. The Contractor shall keep all seeded areas watered, lawn areas mowed and in good condition, reseeding all seeded areas if and when necessary until a good, healthy, uniform growth is established over the entire area seeded and shall maintain all seeded areas in an approved condition until provisional acceptance. Apply water as necessary for growth or when directed by the Engineer. Furnish and operate equipment to distribute water at a uniform and controllable rate, being sure that watering does not cause erosion. B. The Engineer will inspect all work for provisional acceptance upon the written request of the Contractor received at least ten days before the anticipated date of inspection . C. A satisfactory stand will be defined as a section of turf of 10,000 square feet or larger that has : 1. No bare spots larger than three square feet. 2. No more than ten percent of total area with bare spots larger than one square foot. 3. Not more than fifteen percent of total area with bare spots larger than 6-in square. D. The inspection by the Engineer will determine whether additional seeding shall be conducted in any area. E. After all necessary corrective work and clean-up has been completed, the Engineer will certify in writing the provisional acceptance of the seeded areas . 3.04 GUARANTEE PERIOD AND FINAL ACCEPTANCE A. All seeded areas shall be guaranteed by the Contractor for not less than one full year from the time of acceptance. B. At the end of the guarantee period, inspection will be made by the Engineer upon written request submitted by the Contractor at least ten days before the anticipated date. Seeded areas not demonstrating satisfactory stands as outlined above, as determined by the Engineer, shall be renovated, reseeded and maintained until meeting all requirements as specified herein. F62 I 42S02490 .doc 02490-5 April 2010 City of Fort Worth Westside 54" RW Pipeline Project C. After all necessary corrective work has been completed, the Engineer shall certify in writing the final acceptance of the seeded areas. END OF SECTION F62 l42S02490 .doc 02490-6 April 2010 I ' I l City of Fort Worth Westside 54" RW Pipeline Project SECTION 02613 BURIED CONCRETE PRESSURE PIPE AND FITTINGS PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, tools, equipment and incidentals necessary to install, ready for operation and test concrete pressure pipe and fittings, rubber gaskets, mortar for inside joints for pipe 30-in diameter and larger and for outside joints of all pipe as shown on the Drawings and as specified herein. B. Bar-wrapped concrete pressure pipe (A WW A C-303) may be used for pipe 60-inch diameter and smaller. C. Prestressed concrete cylinder pipe designed per A WW A C-304 and manufactured per A WW A C- 301 may be used for pipe 36-inch diameter and larger when so indicated in the Drawings. D. Cathodic protection details and spacing requirements are shown on the Drawings and specified in 1.02 A. B. C. 1.03 A. Division 15 of the specifications. · RELATED WORK Trenching, backfilling and compacting are included in Section 02221. Granular materials are included in Section 02230 . Buried valves and appurtenances are included in Section 02640. SUBMITTALS Submit shop drawings to the Engineer for review in accordance with Section 01300, showing all details of reinforcement, concrete and joint dimensions for all pipe and fittings. Submit a tabulated laying schedule which references stationing and invert elevations as showri on the Drawings as well as all fittings, bevels, restrained joints, outlets, tees, bends, adapters, closures and specials, along with the manufacturer's drawings and specifications indicating complete details of all items. The laying schedule shall show pipe class, class coding, station limits and transition stations for various pipe classes. The above shall be submitted to the Engineer for approval before manufacture and shipment. The locations of all pipes shall conform to the locations indicated on the Drawings. Pipe shall not be supplied from inventory. B. Submit anticipated production and delivery schedule. C. Design Data 1. Submit all design data in accordance with A WW A C304 for prestressed concrete cylinder pipe and A WW A C 303 for bar-wrapped concrete pressure pipe . D. Test Reports 1. Shop test results as applicable per A WW A C301-92 or A WW A C303 -95. 2. Field pressure/leakage tests. F62l42S026l3.doc 02613-l April2010 City of Fort Worth Westside 54" RW Pipeline Project E. Certificates 1. Prior to shipment of pipe, submit certified affidavit of compliance stating that the pipe for this Contract was manufactured , inspected and tested in accordance with the A WW A standards specified herein. 1.04 QUALIFICATIONS A. Th~ materials specified herein are intended to be standard types of bar-wrapped concrete pressure pipe and prestressed concrete cylinder pipe and fittings for use in transporting water. B. All bar-wrapped concrete pressure pipe and prestressed concrete cylinder pipe and fittings shall be furnished by reputable manufacturers with a minimum of ten years of experience in manufacturing concrete cylinder pipe 48-in and larger. The pipe and fittings shall be manufactured and installed in accordance with industry standards and methods and shall comply in all respects with requirements of these specifications and with the latest edition of all .referenced standards and specifications. 1.05 REFERENCE STANDARDS A. The A WW A Standard and Design Standard for Bar-wrapped Concrete Pressure Pipe, Steel Cylinder Type (A WW A C303, latest edition) and Prestressed Concrete Cylinder Pipe, for Water and Other Liquids (AWWA C301, latest revision and AWWA C304) are made a part of these Specifications . Documents referenced .in A WW A C301, Section 1.3 form a piut of A WW A C301 to the extent specified therein. B. Other standards applicable to the work specified herein are , but not limited to, the following : 1. A WW A C200 -Steel Water Pipe 6-in and Larger 2. A WW A C301 -Prestressed Concrete Pressure Pipe, Steel-Cylinder Type, for Water and . Other Liquids 3. A WW A C600 -Installation of Ductile-Iron Water Mains and Their Appurt~nances 4. A WW A C651 -Disinfection of Watermains 5. A WW A M-9 -Concrete Pressure Pipe 6. A WW A M-11 -Steel Pipe Guide for Pesign and Installation 7. A WW A C304 -Design for Prestressed Concrete Cylinder Pipe 8. A WW A C303 -Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type C. American Association of State Highway and Transportation Officials (AASlfl'O) D. Where reference is made to one of the above standards , the revision in effect at the time of bid opening shall apply . 1.06 QUALITY ASSURANCE A. The bar-wrapped concrete pressure pipe and prestressed concrete cylinder: pipe manufacturer shall be certified under the ACPPA Quality Assurance Program for meeting the requirements of A WW A C303-95 and A WW A C30I -92. The Owner reserves the right to provide, at Owner's expense, the services of an independent testing agency to verify testing of the pipe. F62142S026l3 .doc 0261.3-2· April 20 10 I I 'l . I , I ' ' I . City of Fort Worth Westside 54" RW Pipeline Project B. Inspection of the pipe and fittings will be made by the Engineer upon delivery at the site. The pipe shall be subject to rejection at any time on account of failure to meet any of the specification requirements, even though the pipe may have been accepted as satisfactory at the place of manufacture. Pipe rejected after delivery shall be marked for identification and shall be removed from the job at once, unless otherwise approved by the Engineer. PART 2: PRODUCTS 2.01 MATERIALS A Unless otherwise specified, the design materials and workmanship for pipe shall conform to the requirements of A WW A C303 for bar-wrapped concrete pressure pipe and A WW A C301 for Prestressed Concrete Pressure Pipe, Steel-Cylinder Type, for Water and Other Liquids. Core and coating thickness for pipe shall be as specified in A WW A C301 and C303. · B. Concrete pressure pipe and fittings shall be manufactured by Hanson Pipe and Products, Inc., or approved equal. C. Design Conditions 1. Pipe shall be deSigned in accordance with the A WW A C304 Design Standard, using the following design conditions; these conditions shall ,also be used in designing fittings that include a reinforced concrete exterior coating of the steel cylinder: a. External Loading 1) The earthload shall be taken as the greater of the following: (a) Depth from existing ground level to top of pipe as shown on plans, or (b) Ten feet minimum in all cases. 2) Earthloads (deadloads) shall be computed as outlined by the "Concrete Pipe Design Manual" and the "Concrete Pipe Handbook", American· Concrete Pipe Association, latest editions. Trench width is assumed to be that giving the maximum load on the pipe (transition width) for the following parameters: (a) Soil Weight= 130 pounds per cubic foot (b) Ku'= 0 .130 3) Live loads shall be calculated as: (a) Pipe in Streets and open areas AASHTO HS-20 for two trucks passing (b) Pipe within railroad right-of-way Coopers E-80. (c) Both HS-20 and E-80 load shall be computed in accordance with the "Concrete Pipe Design Manual" and the "Concrete Pipe Handbook ". b. Internal Pressure 1) Design working pressure shall be : (a) 54-inch Raw Water (RW) Pipe -100 psi (231 feet) F62l42S026l3.doc 02613-3 April2010 City of Fort Worth Westsid~ 54" RW Pipeline Project D. Fittings 1. Steel thickness of all fittings shall be designed with a maximum deflection of two percent of the internal diameter for the external loading condition specified in paragraph 2.01 Cl of this Section. In addition, under the internal loading conditions described in Section 2.01.C .1.b(l) of this specification, the thickness shall be determined in accordance with Chapter 8 of A WW A Manual M9 . 2. Fabrication of the fittings shall be as per the applicable standard and A WW A Manual M9 . 3. Interior and exterior concrete/mortar coating shall be as per the applicable standard. E. The date of manufacture or a serial number traceable to the date of manufacture and the mark or trademark of the manufacturer shall be clearly marked by stencil with waterproof paint at the bell ertd of the pipe barrel. Pipe shall not be shipped until the compressive strength of the concrete is a minimum of 4,500 psi, or 7 days after manufacture, and/or repair, whichever is the longer. Unsatisfactory or damaged pipe will be either permanently rejected or returned for minor repairs. Pits, blisters, rough spots, minor breakage, and other imperfections may be repaired, subject to the approval of the Engineer, after demonstration by the manufacturer that strong and permanent repairs result. Repairs shall be carefully inspected before final approval. Cement mortar used for repairs shall have a minimum compressive strength of 3,000 psi at the end of 7 days and 4500 psi at the end of 28 days, when tested in cylinders stored in the standard manner. Epoxy mortar may be utilized for repairs subject to the approval of the Engineer. Major breakage or spalling from interior ofpipe shall .be reason for the rejection of pipe. Pipe may be repaired under unloaded conditions (removal of prestressing wire). Cement mortar u.sed for repair shall have a minimum compressive strength of 3000 psi at 7 days and 4500 psi at 28 days . New prestressing wire may be applied when the compressive strength as determined by cylinder testing equals or exceeds the strength required for prestressing as stated in A WW A C301. F. Cement shall be Type I or II and shall be in accordance with ASTM C150 . G. The pipe core shall be manufactured by the centrifugal or vertically cast process. H. Mortar coatings shall consist of one part cement to a maximum of 2-1/2 parts fine aggregate, by weight. Rebound, not to exceed one fourth of .the tot,al mix weight may be used, provided the rebound is treated as fine .aggregate . I. Bell and spigot joint rings shall l:>e steel, self-centering type, and otherwise as specified in A WW A C301. J. The rubber gaskets shall be in accordance with A WW A C301 . K. Bell and spigot wall fittings shall be equal to those manufactured by Hanson Pipe and Products, Inc. Wall fittings shall be supplied with adequate bracing to keep them round and true during transportation and construction. L. Restrained joints, installed as indicated on the Drawings or as directed by the Engineer, shall be the field welded, clamp type or snap ring type as manufactured by Hanson Pipe and Products, Inc ., or approved equal. M. Radii for curved sections as specified on the Drawings may be produced by joint deflection up to 75 percent of that recommended by the manufacturer. Deflections required which are in excess of those recommendations shall be produced by beveling one or both ends of the pipe. N. Bends shall be fabricated to the degree of curvature required . 0 . Pipe fitting hardware, bolt and nut sets, for buried applications shall be Type 316 stainless steel per ASTM F593 and F594 . Anti-seize materials shall be applied to installation of all fasteners. All F62L42S026l3.doc 026134 April 2010 1 l I J . l I • J C J l , City of Fort Worth Westside 54" RW Pipeline Project bolt and nut sets shall be hexagonal per ASME B18.2.1 with threading perASME Bl.1. Square- head bolts are not acceptable . Flanges, where required, shall be furnished based on specified design and surge allowance pressures specified herein. Flange gaskets shall be 1/8-in thick rubber gaskets (SBR) with cloth insertions. P. Bondedjoints 1. All non-welded pipe joints shall be bonded for electrical continuity per Section 15640. PART3: EXECUTION 3.01 GENERAL A. Care shall be taken during loading, transporting, and unloading to prevent injury to the pipes, fittings, or coatings. Pipe or fittings shall not be dropped. All pipe and fittings shall be thoroughly cleaned before laying, shall be kept clean until they are used in the work, and when laid shall confonn to the lines and grades shown on the Drawings. B. All pipe and fittings shall be subjected to a careful inspection and mortar coating disbonding and soundness test by tapping with a hammer prior to installation . · C. If any defective pipe is discovered after it has been laid it shall be removed and replaced with a sound pipe in a satisfactory manner. D. Regulate and control equipment and construction operations such that the loading on the pipe does not exceed the loads for which the pipe is designed and manufactured . For prestressed concrete cylinder pipe, pipe found to have longitudinal cracks · from construction equipment or other loading shall be removed from the line and replaced with sound pipe and closures as required. E. The method of jointing the pipe shall be in strict accordance with the manufacturer's instructions . Arrange for the manufacturer to supervise the installation of at-least the first three standard joints and the first restrained joint. 3.02 INSTALLING CONCRETE PRESSURE PIPE . A. Concrete pressure pipe and fittings shall be installed in accordance with requirements of A WW A M9, Concrete Pressure Pipe, except as otherwise provided herein . A finn, even bearing throughout the length of the pipe shall be provided by digging bells holes at each joint and by tamping bedding material at the side of the pipe to the springline. BLOCKING Wil.L NOT BE PERMITfED. B. All concrete pressure pipe shall have a minimum of three feet of cover. Pipe shall be laid such that the invert elevations shown on the Drawings are not exceeded . C. The pipe interior shall be maintained dry and broom clean throughout the construction period . D. Gasket, gasket groove and bell shall be cleaned and lubricated with a vegetable lubricant furnished by the pipe manufacturer. The lubricant shall be approved for use in potable water and shall be harmless to the rubber gasket. Pipe shall be laid with bell ends looking ahead. As soon as the tongue is centered in the groove of the previously laid pipe, it shall be forced home with approved automatic equipment. After the gasket is compressed; verify the position ofthe gasket with a feeler gage provided by the pipe manufacturer. E. Place a cloth diaper approved by the pipe manufacturer around each exterior joint recess and fasten it in place with either wire or steel strapping stitched into its edges. Mix a 1 :2 mortar grout 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 filling of the entire recess completely around the F62l42S026l3.doc 02613-5 April 2010 City of Fort Worth Westside 54" RW Pipeline Project . 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 same mortar. F. Pack interior joints of pipe 30-in in diameter and larger with mortar after backfilling is completed. Mortar grout shall be employed, consisting of one part by volume of Portland cement, 1-1/2 parts by volume of well graded coarse concrete sand meeting the requirements of ASTM C33 and sufficient water to make a stiff mortar suitable for overhead work. The mixture shall have a dry, crumbly consistency and shall be pushed into place and troweled to make a smooth joint. G. All pipe shall be sound and clean before laying . When laying is not in progress, including lunchtime , the open ends of the pipe shall be closed by watertight plug or other approved means . Good alignment shall be preserved in laying. The deflections at joints shall not exceed 75 percent of that recommended by the manufacturer . Fittings, in addition to those shown on the Drawings, · shall be provided, if required, in crossing utilities or other obstructions which may be encountered upon opening the trench. H. · Have on hand a sufficient supply of assorted short pipe lengths, adaptors, and any other fittings necessary to prevent delays in pipe laying. I. Where concrete thrust blocks are specifically required by Owner or Engineer mi,:iimum bearing area and other details shall be as shown on the Drawings . Joints shall be protected by felt roofing paper prior to placing concrete. Concrete shall be placed against undisturbed material, and shall · not cover joints, bolts or nuts, or interfere with the removal of any joint. Wooden side forms or sand bags shall be provided for thrust blocks . J. . Restrained joints for flexible-joint buried piping 1. Restrained joints, designed per A WW A guidelin.es with f(iction coefficient =0.25, shall be provided at all vertical and horizontal changesin pipe diameter (reducers), or direction (e.g., tees, bends, elbows and crosses), plugs and valves, or other locations shown on the . Drawings, on all buried piping having flexible joints. Joints shall be designed to preyent the pipe from moving when subjected to operating and test pressures. 2. Concrete thrust blocks may be used only for special conditions when approved by the Engineer and in accordance with the Drawings . K. Bonded joints 1; All non-welded pipe joints shall be bonded for electrical continuity per Section 15640. 3.03 TESTING A. Hydrostatic and. Leakage Tests 1. Furnish all necessary equipment and labor for conducting a pressure test on the pipelines . . The procedures and method for conducting the pressure t~ts shall be approved by the Engineer . . 2. . Make any taps and furnish all ne~~ssary caps, plugs, bulkheads , etc ., as required in conjunction .with testing portions of the pipe , Furpish test pumps, gauges, meters and .any other equipment required in conjunction with conducting the tests . Hydrostatic pressure and ·· . leakage tests shall conform to A WW A.M.-.9. · 3. All pipelines shall be subjected to a hydrostatic pressure of 50 percent above the normal operating pressure . at the lpwest point of the section being tested and this pressure maintained for at least one hour. The amount of leakage which will be pei:i:nitted shall be in accprdance with Section 0 1666. · F62 142$02613 .doc 02613 -6 · Api:fi2010 I J I ' ' l I ) I J l' ' ' '. l • City of Fort Worth Westside 54" RW Pipeline Project 4. Lines which fail to meet the requirements of the test shall be repaired and retested as necessary until test requirements are met. Defective materials, pipes, valves, and accessories shall be removed and replaced. 5. The Contractor shall provide water and furnish and install the necessary connections which may be required to transport water to the pipe being tested . 3.04 CLEANING A. At the conclusion of the work, thoroughly clean all of the new pipelines by flushing with water or other means to remove all dirt, stones, and pieces of wood or other material which may have entered during the construction period. Debris cleaned from the lines shall be removed from the lowest manhole. If, after this cleaning, obstructions remain, they shall be removed. B. After the pipe lines are cleaned and if the ground-water level is above the pipe, or following a heavy rain, the Engineer will examine the pipe for leaks. If defective pipes or joints are discovered at this time, they shall be repaired or replaced. END OF SECTION F62 l 42S026 l 3.doc 02613-7 April2010 '' ' . l J < j City of Fort Worth Westside 54" RW Pipeline Project SECTION 02615 BURIED STEEL PIPE, FITTINGS AND SPECIALS PART 1: GENERAL 1.01 SCOPE OF WORK A. The Contractor shall furnish labor, materials, equipment, and incidentals required and install, complete, ready for operation and field test buried steel pipe, fittings 8.I)d specials as shown on the Drawings and as specified herein. B . Cathodic protection details . and spacing requirements are shown on the Drawings and as described in Division 15 of the Specifications . C. Buried steel pipe shall be provided with cement mortar lining and polyurethane coating for this project, as specified herein . 1.02 RELATED WORK A. Testing of Pipelines is included in Section 01666 . B . Trenching, Backfilling and Compaction are included in Section 02221. C. Piping specialties are included in Section 15120. D . Buried Valves, Hydrants and Appurtenances ll;fe included in Section 02640. E . Trench Safety Requirements are included in Section 01665 . 1.03 SUBMITT ALS A. Submit shop drawings in accordance with Section 01300 . Include dimensioning, including thrust restraint calculations, and technical specifications for all piping, fittings and specials to be furnished. B . The Contractor shall submit the following: 1. Detailed pipe drawings, including specials and fitt ings . 2. Laying diagrams . 3 . Quality assurance reports. a . Quality assurance test reports for pipes, specials and fittings . b. Quality control test reports for each production run of pipe, including production welds, mill test reports of all steel plates, sheets and other materials used . c. Submit certified test reports for the following materials . 1) Steel used in the fabrication or manufacture of pipe . 2) · Stainless steel bolts and nuts as required by AS TM A193 Grade B7 . F62142S026 15.doc 02615-1 April 2010 City ofFort Worth Westside 54" RW Pipeline Project d. Submit hydrostatic test reports. e . Submit welder's qualification certificates. f. Submit affidavits of compliance from the manufacturer for the following: 1) Steel pipes, specials and fittings as required by A WW A C200 .. 2) Cement mortar protective lining as required by .A WW A C205. 3) Coatings for the exterior of steel pipes, specials and fittings as required by A WW A C222. 4) The affidavits of compliance shall be certified by a Registered Professional Engineer. g. Submit manufacturer's pipe installation guide. h. Submit manufacturer's standard pipe repair procedure . i. Submit manufacturer's written quality control procedures. 4. Field welding of steel water pipe as required by A WW A C206. 5. Design calculations for the pipe and fittings and welding design calculations. 1.04 REFERENCE STANDARDS A. Steel pipe and fittings shall conform to applicable standards of ASTM, ANSI, and A WW A. B. Standards -The following A WW A standards shall apply to the furnishing and installation of all steel pipe: A WW A Standards 1. C200 2 . C205 3. C206 4. C207 5. C208 6 . C210 7. C222 8. C602 9. Mll F62142S026l5 .doc Title Steel Water Pipe 6-inches arid Larger Cement-Mortar Lining and Coating for Steel Water Pipe~- inches and Larger ~ Shop Applied · · · Field Welding of Steel Water Pipe Steel Pipe Flanges Dimensions for Steel Water Pipe Fittings Coal-Tar Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipe Polyurethane Coating System Cement Mortar Lining· of Water Lines 4-inches and Larger In-Place . ' Steel Pipe - A Guide for Design and Installation 02615.-2 April2010 ' I 'I City ofFort Worth Westside 54" RW Pipeline Project C . Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 SYSTEM DESCRIPTION A. General 1. The buried steel pipe specified in this section is intended to convey raw water. B. Design Requirements 1. Pipe and fittings shall be designed in compliance with A WW A Ml 1 to withstand the most critical simultaneous application of external loads and internal pressures under design conditions as follows: a . Internal Loading: 1) Design pressure shall be: a) 54-inch Raw Water Pipeline = 100 psi (231 feet) 2) Surge allowance shall be 50 percent of design pressure . 3) Field hydrostatic test pressure shall be a minimum of 150 percent of design pressure or as specified in Section 01666, whichever is greater. 4) Water temperature: 90 degrees F maximum, 40 degrees F minimum . b. External Loading for Buried Piping: 1) Earth load shall be for finished grade cover and bedding conditions shown on the Drawings or a 10-foot minimum cover, whichever is greater. Earth load shall be calculated based on the prism load method per A WW A Ml 1. 2) External Hve load shall be at least equivalent to AASHTO HS -20 loading for two trucks passing for the actual cover depth shown on the Drawings . c . Maximum Working Stress: 1) The stress due to design pressure shall be no greater than 50 percent of the minimum yield strength of the steel used. · However, regardless of the yield strength of the steel, the maximum stress based on design pressure shall never exceed 21,000 psi for polyurethane coating. 2) The stress due to test pressure or combined design plus surge pressure · shall not exceed 75 percent of the minimum yield strength . However, regardless of the yield strength of the steel the maximum combined stress based on test pressure shall not . exceed 31,500 psi for pipes with polyurethane coating. d. Modulus of soil reaction (E') s 1,000 psi e. Unit weight of fill (w) ~ 130 pcf f. Deflection lag factor (Dl) = 1.25 F62142S02615 .doc 02615-3 April 2010 City of Fort Worth Westside 54" RW Pipeline Project g. Bedding constant (K) = 0.100 h. Fully saturated soil conditions: hw = h = depth of cover above top of the pipe i. Maximum deflection shall be 3 percent of the internal pipe diameter for shop applied cement mortar lined pipe with polyurethane coating. 1) Maximum deflection shall be calculated using moment of inertia of steel cross section of pipe wall. Cement mortar lining shall not be included in this calculation. j. Wall thickness of the steel pipe shall be determined based on design condition internal pressure and external loads and minimum thickness for handling, all per A WW A Ml 1, · except that wall thickness for handling shall be D/200. In no case, however, shall the nominal wall thickness of the steel pipe be less than as listed below or as specified on the Drawings, whichever is greater. Diameter Range Wall Thickness (inches) (inches) 1) 25 and under .. 3/16 (0.188) 2) 26-43 1/4 (0.250) 3) 44-55 5/16 (0.313) 4) 56-67 3/8 (0.375) 5) 68-79 7/16 (0.438) 6) 80-97 1/2 (0.500) 7) 98-120 5/8 (0.625) Jc. ripe Lengths -All.buried steel pipe shaU be fabricated in manufacturer's standard joint 'lengths, but not lo,iger than 50 feet . . . . C. All pipe and fittings dimensions shall be nominal O.D. of the pipe for 12-inch diameter and smaller and sh~ll be actual inside diameter after lining for 14~iqch diameter and larger. 1.06 HANDLING, STORAGE AND SHIPPING A. Pipe and fittings shall be loaded, transported, unloaded and otherwise handled in a manner and by methods which will prevent damage of any kind. Handling ~nd storage of pipe and fittings shall I)~ in accordance with the manufacturer's instructions. Pipe shall be h,andled and transported with equipment designed, constructed anc;l arranged to preve11t damage to the pipe, lining and coating. Bare chains, hooks, metal bars, or narrow skids or cradles will not be permitted to come in .. con.t~ct with the coatings .. . . . . . B. Cross braces OJ: stulls shall . be installed . horizontally and veiticaliy by the manufacturer at intervals proposed by the manufacturer arid . approved lJy the )?ngineer prior to shipping, in each joint of pipe to eliminate possible damage due to excessive deflection . Spiders shall be installed by the manufacturer in the joint ends of all fittings . Stulls ~hall remain in place, horizontally and vertically positioned at all times during storage and shipping, and until all welding, backfilling and compaction has been completed. Under application of trench backfill and external loads, the decrease in any diameter of the pipe shall not exceed the deflection criteria as set forth in Section 1.05.B.1.i of this Specification. Otherwise, the pipe joint shall be excavated and re-laid as new pipe to meet this requirement. F62142S026l5 .doc 026154 April 2010 f' l - 'J City of Fort Worth Westside 54" RW Pipeline Project C. Coated pipe shall be shipped on padded bunks with nylon belt tie-down .straps or padded banding located approximately over stulling. D. Coated pipe shall be stored on padded skids, sand or dirt berms, sand bags; old tires or other suitable means so that coating will not be damaged. E. Coated pipe shall be handled with wide belt slings. Chains, cables or other equipment likely to cause damage to the pipe or coating shall not be used. F. Prior to shipment, the pipe · to be buried shall be visually inspected by the manufacturer for damage to the coating and repaired by proper methods according to the applicable A WW A Standards and the following: 1. All d~maged areas discovered by the visu~l inspections shall be docume~ted in writing to the Engineer, with adequate explanation to document the location and nature of the damage as well as the repair procedure. 1.07 PROJECT/SITE REQUIREMENTS A. Existing Conditions and Field Verifications 1. The locations of existing _underground utilities are shown in an approximate way only and have not been independently verified by the Owner or his representatives . The Contractor shall determine the exact location of all existing utilities before commencing work and agrees to be fully responsible for any and all damage which might be occasioned by the Contractor's failure to exactly locate and preserve underground utilities. The Contractor shall field verify the exact location, elevation, pipe material, joint location, etc., of all utilities, pipelines, structures, etc ., shown on the Drawings prior to commencing work. 1.08 QUALITY ASSURANCE A. The steel pipe manufacturer or fabricator shall be certified by the Steel Plate Fabricators Association (SPFA), by ISO 9001, or by Lloyd's Register QualityAssurance Program (LRQA) for steel pipe manufacturing or fabricating. B. All steel pipe and fittings shall be furnished by a single manufacturer or fabricator who is fully experienced? reputable and qualified in the manufacture of steel water pipe and shall have not less than five years of successful experience manufacturing the type, and size of the pipe and fittings indicated. Within 10 days after Contractor's Notice to Proceed, Contractor shall demonstrate the single manufacturer's or fabricator's and any subsidiaries' experienc;e, which shall include, but not limited to, the following: a list of installations with project names, contact names, phone numbers, and pipe descriptions (diameters, lengths, thicknesses, linings, coatings, etc.). C. All steel pipe and fittings shall be manufactured by a manufacturer/fabricator who meets the same experience requirements as stated above. D. All straight pipe sections shall be hydrostatically tested in the shop per A WW A C-200, as approved by the Engineer. E. All steel pipe, fittings, etc., shall be produced in the United States by Northwest Pipe Company, American Spiral Weld Pipe Company or Hanson Pipe and Products, Inc. F. Owner testing and inspection F62l42S026l5.doc 02615-5 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 1. Pipe may be subject to inspection by an independent testing laboratory, which laboratory shall be selected and retained by the Owner. Representatives of the laboratory, the Owner or Engineer shall have access to the work whenever it is in preparation or progress. The ·. Pipe Manufacturer shall provide proper facilities for access and for inspection . The Pipe Manufacturer shall notify the Owner in writing, a minimum of two (2) weeks prior to the pipe fabrication so that the Owner may advise the manufacturer as to the Owner's decision regarding tests to be performed by an independent testing laboratory . Material, fabricated parts, or pipe, which are discovered to be defective, or Which do not conform to the requirements of this specification shall be subject to rejection at any time prior to Owner's . final acceptance of the product. · 2. The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal period of time and without "slowdowns" or other abnormal delays. In the event that an abnormal production time is required, such that the Owner is required to pay excessive costs for inspection, then the Contractor shall be required to reimburse the Owner for such laboratory costs over and above those which would have been incurred under a normal schedule of production as det~rmined by the Engineer. · G . Factory Testing The Manufacturer shall perform all tests as required by the applicable A WW A Standards and as . · listed herein . · · l . · Shop-applied cement mortar linings shall be tested in accordance with A WW A C-205. 2 . Hydrostatic pressure·testing a. Each joint of pipe shall be hydrostatically tested prior to application of lining or coating. The internal test pressure shall be that which results in a fiber stress equal to 75% of the minimu~ yield strength of the steel used. Each joint of pipe tested shall be completely watertight under maximum test pressure. As a part of testing equipment, the Pipe Manufacturer shall maintain a recording pressure gauge, reference number of pipe tested, etc. The pipe shall be numbered in order that this information can be recorded . b. Fittings shc!-ll be fabricated from hydrostatically tested pipe; Welds on fittings not previously hydrostatically tested shall be tested by hydrostatic test, air test, magnetic particle test, or dye penetrant test. Air test shall be made by applying air to the welds at 10 pounds per square inch · pressure and checking for leaks around and through welds with a soap solution . 3 . Charpy V-Notch Test. Each heat of steel shall be tested to verify minimum impact values of 25-foot-lb at 30° F . 4 . Mill Certification . The Owner will require. the Manufacturer to furnish mill test certificates · on reinforcing steel or wire, steel plate and cement. The Manufacturer shall perform the tests described in A WW A C-200, for all pipe, fittings and specials. · PART 2 : PRODUCTS 2.01 GENERAL F62142S02615 .doc 02615-6 April 2010 • l , I l J , I 'I t J '' ' l City of Fort Worth Westside 54" RW Pipeline Project A. Steel pipes shall be furnished by a single manufacturer who is fully experienced, reputable, and qualified in the manufacture of the steel pipe to be furnished. 2.02 WELDED STEEL PIPE A. Furnishing and installation of welded steel pipe shall conform to standards specified in Item 1.04. Steel used in the fabrication or manufacture of pipe shall be one of the types and grades listed in A WW A C200 having a minimum yield point of 36,000 psi, and as specified herein. B. The quality of all materials, the process of manufacture, and the finished pipe shall be subject to inspection and approval by the Engineer, or other representative of the Owner. Such inspection may be made at the place of manufacture, or on the work after delivery, or at both places, and the pipe shall be subject to rejection at any time on account of failure to meet any of the Specification requirements, even though sample pipes may have been accepted as satisfactory at the place of manufacture. Pipe rejected after delivery shall be marked for identification and shall be removed from the site at once. C. Design Conditions 1. Pipes and fitting shall be designed as specified in Item 1.05 and shall be lined and coated as described herein . 2. Expansion and Contraction -In addition to the criteria set forth in Item 1.05, all welded ste~l pipe, fittings and specials laid underground shall be designed and installed to safely resist all resulting stresses, of whatever nature, that can occur from expansion and contraction due to temperature changes from 40 degrees F minimum to 90 degrees F maximum. In particular, the completed piping system shall be designed to · relieve the temperature stress stated above and resist the thrust and axial bending that will be imposed at angular changes in direction, joints, bends, tees, reducers, valves, dead ends, and the like. a. Contractor Responsibility -The Contractor shall have total responsibility for the design and installation of expansion and contraction joint systems that will protect the various pipelines against excessive movement, failures, breakage, buckling, valve body fractures, and line ruptures. General requirements are as shown in the plans and details and shall be in conformity with stipulations made hereinafter. b. The expansion and contraction joint system shall provide adequate alignment guides to insure that movement at the expansion joint is axial only . Alignment guides should be placed as close to the expansion joint as possible . Accordingly, the proposed concrete vaults should be modified by the Contractor to meet his required design condition. c. Proper anchoring is vital to the normal operation of the piping system. Anchoring shall stabilize the pipeline where concentrated loads could occur such as terminal points, changes of direction, valves or fittings. Anchors should divide the pipeline into straight runs of independently expanding and contracting segments, limiting the dimensional changes to each segment and, thus, establishing the limits of movements to be absorbed by the expansion joints. The alignment guide system shall be designed and set properly for free movement and with no binding in the slip type pipe expansion joint systems . Any joint that "binds" will be rejected . Due design consideration shall be incorporated for proper construction to allow free longitudinal travel of the slip pipe within the design limits throughout the year. Ways and means of outside measuring the longitudinal travel distance shall be incorporated into the joint design. The required "field setting" for the time of year the joint is installed shall be indicated in the shop drawings. F62l42S026l5 .doc 02615-7 April 2010 City of Fort Worth Westside 54" RW Pipeline Projec;t D . Fittings and Specials 1. Fittings and specials shall comply with the requirements of AWWA Mll, Chapters 9 and 13, and A WW A C208 as shown on the Drawings and as specified herein. 2. Fittings and specials shall be fabricated from shop hydrostatically tested steel pipe having a thickness equal to or greater than the nominal thickness of the same diameter steel pipe. Center line of bend radii shall be 2.5 times the pipe diameter unless shown otherwise in the Drawings. If bend radii must be less than 2.5 times pipe diameter, reinforce per M-11. Deflection angles shall not exceed 22-1/2 degrees per section. Branches of all fittings and specials shall be reinforced in accordance with A WW A Ml 1. 3. Reinforcement -Buried pipe fittings shall have wire fabric reinforcement appli~d to the interior surfaces to accommodate the application of cement mortar lining. Fittings exposed inside buildings, vaults or pipe galleries shall have wire fabric reinforcement applied only to the interior. Fabric vaults shall have a maximum spacing of 2-inches by 4-inches and shall be a minimum WI welded-wire fabric, held 3/8-inch from the surfaces of the steel plate or within-the middle third of the coating thickness for mortar less than 3/4-inch in thickness. 4 . Fittings, Lining and Coating -Fittings and special pieces shall be cement mortar lined and polyurethane coated, or painted as specified. Pipe openings in the steel liner shall be mortar coated on the inside surfaces. The mortar lining thickness shall · be as specified in A WW A C205. The steel cylinder shall be painted if exposed to view. E. Mortar Linings, Painting, and Polyurethane Coatings l. All weld~d steel pipe (buried, above grade, or expose4 in vaults, etc.) shall be cement mortar lined per A WW A C205. Buried steel piping shall have a polyurethane coating. Steel piping installed above grade shall have an exterior paint coating per Division 9 within the limits shown on the Drawings. All piping exposed to view in -vaults shall be painted per Division 9 on the exterior. The Contractor shall obtain from the manufacturer and furnish to the Engineer an affidavit that all linings and coatings comply with the applicable requirements of this Section. Specific details applicable are: a. Shop applied cement mortar linings shall be in accordance with .A WW A C205. ~. In-place applied cement mortar linings shall be in accordance with A WW A C602. c. Exposed exterior surfaces of steel pipe installed in vaults, etc., shall be cleaned by blasting and prime coated with Tnemec "77 ChemPrime" applied in the shop. 2. Shop Applied Cement M;ortar Lining -Shqp applied cerr,tent .mortar lining shall be applied by cenq'ifugaliy spinning. Miters, angles, bends, reducers, .and other specials shall be lined . w.ith ·mortar applied by 'hand troweling, inechanical placement, or ·a .method obtaining equivalent results .. Linings shall be as per A WW A C205 . Pipe with flanged ends shall have mortar lining placed unproken throughmit to the flange face. On pipe sections having a single-welded lap joint, provide the pipe with mortar -linings cut back at least one-inch from the joint ~nd to be welded to facilitate jointing _ and wel~ing of the pipe. These cut backs shall be such that a gap of no more than 2 to 4-inches between the ends of the mortar lining wiU result when the bell and spigot are engaged. · · F62142S02615 .doc 02615-8 April 2010 • l I I 'J City of Fort Worth Westside 54" RW Pipeline Project 3. In-Place Cement Mortar Lining -In-place cement mortar lining application requirements are : a . That the lining of all straight pipe sections and long radius bends shall be accomplished by a machine that progresses uniformly through the pipe , applies cement mortar against the pipe surfaces, and is provided with an attachment for mechanically troweling the mortar to obtain a smooth lining of uniform thickness with smooth transitions over joints. b. That the lining of bends, specials, and areas adjacent to valves shall be machine sprayed and hand troweled oi:, where machine placement is impractical, shall be performed manually. Linings shall be as per A WW A C602. · Joints shall be packed with mortar before machine lining where necessary to provide a smooth surface across the joint. Inspection, repair of defective lining, acceptance criteria, etc ., shall be determined by the Owner and guidelines in A WW A C602 . 4 . Polyurethane Coating -Polyurethane coating shall be used . All buried steel pipe and fittings shall be shop coated with a polyurethane coating in accordance with A WW A C222 . Polyurethane coating shall be ASTM D16 Type V, 100 percent solids, two -component rigid type and shall be by Madison Chemical , or approved equal , and shall . be applied to a minimum of 25 mils DFr. The coating shall have a tension adhesion (ASTM D-4541) greater than 1,500 psi and an impact resistance (ASTM D-2794) greater than 40 pounds. The coating shall be applied by an Applicator that shall have been certified by the coating Manufacturer in the use and application of this coating system . Joint connections shall be coated by means of a slip-on type shrink sleeve as manufactured by Wrapid Seal, or approved equal, method to provide protection of the joint and shall be approved by coating Manufacturer. All repairs shall be completed in accordance with coating Manufacturer's approved materials and procedures . 5. All pipe and fittings will be visually inspected prior to installation and backfilling. Any defects, damage, etc ., to coating or lining system shall be repaired in accordance with Manufacturer's recommendations and shall be Holiday tested in accordance with the latest version of applicable NACE standards ." F . Pipe Joints 1. Pipe joints shall be the type indicated on the Drawings and as specified. Four approved types of pipe joints are as follows : a. Flanged j oints shall be used on all pipe, fittings and specials on welded steel piping exposed in vaults, etc., and on buried pipe systems to connect valves and appurtenances . Butt straps may be used where necessary to facilitate installation . b. Field welded joints for buried steel pipes shall be full-fillet lap welded type (both inside and outside diameter) joint that develops the full strength of the adjacent pipe wall. c . Fabricated or rolled grooved rubber gasket joints per A WW A M 11 . d. Carnegie joints with weld-on spigot ring s are acceptable ; however weld -on bell rings are unacceptable. 2 . Butt weld type joints, having beveled ends for field welding, will be permitted only when indicated on the Drawings and will require approval from the Engineer. F62l42S0261S .doc 02615-9 April 2010 City ofFort Worth Westside 54" RW Pipeline Project ,3. Bonded Joints -,All unwelded pipe joints shall be bonded for electrical continuity per Section 15640. G. Pipe Appurtenances . . 1.· . Flanges-Flanges and blind flanges shall confonn to .ANSIB16.5, C_lass 125, AWWA C207 (Class B for working pressure of 50 psi or less, Class D for working pi:essure of 51 to 150 psi or less, Class E for all others) and as compatible with valves and appurtenances attached to it. Attach flanges to pipe with bolt holes straddling the vertical and horizontal centerlines. Additional flanged joints may be added by the Contractor, at no additional cost, to facilitate fabrication, handling, transportation and field assembly. All buried flanges shall be reprimed. The Contractor shall coordinate the dimensions and drillings of the flanges for valves, pumps and other equipment to be installed. 2 . Flange Bolts and Nuts -In buried locations, flange bolts and nuts ~hall be stainless steel Type 316 or 304, furnished in size and number stipulated in A WW A C207. For interior locations, flange · bolts and nuts shall be as required by A WW A C207. For concrete encased locations, flange bolts and nuts can be mild steel A~TM A307, .furnished ip size and number stipulated in AWWAC207. . 3 . Gaskets--: Gaskets shaHbe full-face for .use with flat face flanges anp. ring type for use with raised face flanges. G~s~et materi~l for water service. pipes shall be cloth inserted rubber sheet, 1/8-inch thick or red rubber, ASTM i:> 1330, Grade l, 1/8-inch thick. The 0-ring joint rubber gasket sha\l confqnn to A WW A . C20Q. Gasket inat~rial for . air piping shall be as a~ove, but of EPD¥, Cover entire inside surface of blind flange with gasket. 4~ . Mechanical Couplings -Mechanical c;ompressioi:i couplings . designed to provide a stress relieving flexible joirit shall consist of a cylindrical sleev~~ two gaskets, two follower rings and a set of bolts and nuts. · ' a. Sleeve-ASTM A53, ASTM A512.or carbon steel having a minimum yield of 30,000 psi. Minimum sleeve iength shall be 5-inches for pipe '12-inche~ and smaller, 7-inches for pipe sizes 14-inches thru 24~inches, and 10-biches foripipe larger than· 24-inches. b . Follower Rings -Malleable iron ASTM A47, Grade 23510, Ductile Iron ASTM A536, AISI C 1015 Steel or AISI C 1018 Steel. c. Bolts and Nuts -Buried bolts and nuts shall be Type 316 or.304 stairiles·s steel. Non- buried bolts and nuts shall be high strength low alloy steel with heavy, semi-finished hexagon nuts. d . Gaskets-Gaskets shall be of synthetic rubber suitabl~ for operating conditions. e. Finish -Manufacturer's standards . . · f. · · Manufacturer ..;.: Dresser, Sinith-Blair; Baker~ or approved equal for buried mechanical couplings. 5. Joint Harness -When specified or indicated on the Drawings, reinforce steel coupled joints with a harness of bolts as follows : ' ' a. Bolts shall span the steel coupling connecting to steel lugs ." Bolts shall be stainless steel per paragraph G .2 ~hove . F62142Sq26l5 .doc 02615-10 April 2010 I . I j ' I 'I 'l l l -J City of Fort Worth Westside 54" RW Pipeline Project b. Lugs shall be either welded to the pipe or to a sleeve which is welded to the pipe . c. Bolt length and lug placement shall permit steel coupling to be slipped in one direction to clear joint. d. Anchor lugs and the number and size of tie rods shall be designed in accordance with A WW A Manual Ml 1 and as indicated on the Drawings for the specified test pressure. 6. Buried Couplings -Mechanical couplings, which are to be installed underground, and the adjacent exposed pipe surfaces, shall be re-primed after installation, and coated or wrapped with approved material. 7. Steel Pipe Sleeves and Wall Castings a. Sleeves for pipe passing through floors and walls where shown on the Drawings shall be steel pipe conforming to the details shown on the Drawings. Sleeves for use with water type rubber seals shall be sized in conformance with the seal manufacturer's requirements. b. A watertight seal at all wall sleeves shall be obtained using expandable rubber seal rings as shown on the Drawings. These seal rings shall be the modular mechanical type consisting of synthetic rubber links shaped to continuously fill the annular space between the pipe and wall sleeve. Links shall be loosely assembled with bolts to form a continuous rubber belt' around the pipe with a pressure plate under each bolt head and nut. After the seal assembly is positioned in the sleeve, tightening of the bolts shall cause the rubber sealing elements to expand and provide a watertight seal between the pipe and sleeve. The watertight seal shall be effective against a hydrostatic head as required to achieve a watertight seal of at least 40 feet. The seal shall also be constructed so as to provide electrical insulation between the pipe and wall, thus · reducing chances of cathodic reaction between these two members. c. Flanged wall castings for pipe passing through floors and walls where shown on the Drawings shall be steel pipe conforming to the details as shown on the Drawings. H. Welded Joints 1. Pipe joints shall be full-fillet lap-welded slip type (either inside or outside diameter) in accordance with A WW A C206 and M 11, latest edition. In accordance with A WW A C206, the Contractor shall make provisions in welded joints for thermal temperature variations during construction. Either automatic or hand welders may be used at the Contractor's option. Prior to work being started, the Contractor shall provide proof of certification of qualification for all welders employed on the project for type of work procedures and positions involved. Qualification shall be in accordance with A WW A C206. Ensure complete penetration of deposited metal with base metal. The filler metal must be suitable for use with the base metal. The inside of fittings and joints must be free from globules of weld metal which would restrict the flow or become loose . 2. On bell-and-spigot lap-welded slip joints, deflection may be taken at the joint by pulling a joint up to 3/4-inch as long as 1-1/2-inch minimum lap is maintained. The bell end may be miter cut to take deflections up to 5 degrees as long as proper joint tolerances are maintained. 3. Align piping and equipment so that no part is offset more than 1/8-inch. Set all fittings and joints square and true, and preserve alignment during welding operation . F62142S02615 .doc 02615-11 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 4. Welding rods shall be of type compatible with the metal to be welded to obtain the strongest bond, typically E -70XX. 5. Field welding shall be either manual or automatic at the Contractor's option. a. Manual Welds -The metal shall be deposited in successive layers so that there will be at least two passes or beads in the completed welds . Not more than 1/4-inch of metal shall be deposited on each pass. Each individual pass, including the final one, shall be thoroughly cleaned by wire brushing and/or hammering to remove dirt, slag or flux. b. Automatic welds shall provide a single pass minimum 3/8-inch fillet weld that fully develops the strength of the adjacent joints of pipe. 6. Welding shall not be performed under any weather condition that would impair the strength of the weld, such as wet surface, rain or snow, dust or high winds, unless the work is properly protected. 7. Tack welds, if used, must be of the same material and made by the same procedure as the completed weld . Otherwise, remove tack welds during welding operation. 8 . Remove dirt, scale, and other foreign matter from inside . piping before tying in sections, fittings, or valves. · 9 . . Tests of compliance with the Specifications shall be made at the Owner's discretion and paid for by the Owner. Lap · welcl joints shall be tested in accordance with ASTM El64 (Ultrasonic Inspection Method), ASTM El65 (Liquid Penetrant Inspection Method), or Air Test at 10 psi using pipe manufacturer's recommended procedure, subject to Engineer's approval. If defective weld is revealed. the cost of the repair and testing of the repair shall be paid for by the Contractor. The Engineer will have full authority as to the suitability of all weld tests and test methocls . No leakage will be allowed f9r welded joints. I. Bell and spigot wall fittings shall be as shown on the Drawings. Wall fittings shall be supplied with adequate bracing to keep them round and true during tr.ansportation and installation. J. Restrained joints, installed on all bends or as directed by the Engineer, shall be a lap welded slip joint per Section 8.1 of A WW A Ml 1. Restrained joints shall be provided in accordance with paragraph 3.10.A of Specification 02221. K . Radii for curved sections as specified on the Drawings may be produced by joint deflection up to the maximum deflection recommended by manufacturer. Deflections required which are in excess of those allowed in paragraph 2 .02.H .2 shall be made by providing a manufactured standard fitting. L. Access manhole branch out and rungs shall be as per the detail shown on the Drawings or as directed by the Engineer. . M . All non-welded pipeline joints shall be continuously bonded for cathodic protection and testing as shown on the Drawings or as directed by the Engineer. N . Design the pipe supports where indicated · on the Drawings. Submit design calculations and · details for review, prior to fabricating . Pipe support shall be designed for dead load, test pressure and temperature stresses . F62 l 42S026 15.do c 02615-12 Apri l 2010 I I ' J -J . ' '. • J City of Fort Worth Westside 54" RW Pipeline Project PART3: EXECUTION 3.01 LA YING BURJED STEEL PIPE AND FITTINGS A. Care shall be taken during loading, transportation, and unloading to prevent damage to the pipes, fittings, or coatings. Pipe or fittings shall not be dropped. Pipe and fittings shall be thoroughly · cleaned before laying and when laid shall conform to the lines and grades shown on the Drawings. Pipe that is to be encased in concrete shall have the pipe exterior prime coated in accordance with Sections 09901 and 09902. The pipe manufacturer shall provide the services of a service representative during the first delivery and unloading of pipe to the project site. B. The Contractor shall regulate his equipment and construction operation such that the loading on the pipe does not exceed the load for which the pipe is designed and manufactured. C. The methods of jointing the pipe shall be in strict conformance to A WW A Ml 1 and these specifications. The pipe manufacturer shall provide the services of a service representative for the initial pipe laying operations to advise the Contractor in all aspects of installing, handling, storing, cleaning, inspecting, coating and lining repairs, and general construction methods relating to Welded Steel Pipe. D. As soon as the excavation is completed to the bottom of the excavation, the Contractor shall place bedding material ·in the trench per details on the Drawings. The pipe shall then be firmly bedded in the bedding material to conform to the line and grade indicated on the Drawings. Bedding and backfill material shall be compacted to give complete vertical and lateral support for pipe to with the specified limits of deflection. Take all necessary precautions to prevent damage to the pipe and coating during consolidation. E. The interior joints of the pipe not subjected to in-place lining shall be filled with mortar after welding and backfilling is completed. Non-shrinking grout shall be employed, consisting of one part by volume of cement, 1-1/2 parts by volume of well graded coarse concrete sand meeting the requirements of ASTM C33, and 1/4 part by volume of EMBECO, or approved equal. The mixture shall have a dry, crumbly consistency and shall be pounded into place and troweled to make a smooth joint. F. Pipe shall be sound and clean before laying. When laying is not in progress, including lunch time, the open ends of the pipe shall be closed by watertight plug or other approved means. Good alignment shall be preserved in laying. The deflections at joints shall not exceed 75 percent of that recommended by the manufacturer. Fittings, in additions to those shown on the Drawings, shall be provided at no additional cost to the Owner, if required, for crossing utilities or other obstructions which may be encountered upon opening the trench. G. Furnish and install temporary bulkheads in each line for hydrostatic testing. Contractor shall remove the temporary bulkheads after the proposed lines are accepted. Furnish and install manways for removal of test plugs. The Contractor shall install necessary taps on the existing lines for filling the new lines for hydrostatic testing. H. Concrete thrust blocks shall not be used on this project except as specifically directed by the Owner or Engineer. Where concrete thrust blocks are required by the Owner or Engineer, minimum bearing area shall be as shown on the Drawings or as directed by the Engineer. Joints shall be protected by felt roofing paper prior to placing concrete. Concrete shall be placed against undisturbed material, and shall not cover joints, bolts or nuts, or interfere with the removal of any joint. Wooden side forms or sand bags shall be provided for thrust blocks. F62142S026l5.doc 02615-13 April2010 City of Fort Worth Wests ide 54" RW Pipeline Project I. Provide joint restraint pe r A WW A Manual Mll guidelines , using friction coefficient = 0.25, at all conditions listed in paragraph 3.10 of Section 02221 and other locations as directed by the Owner or shown on the Drawings . Except where shown otherwise on the Drawings, provide welded or mechanical joint restraint as specified. Concrete thrust blocks shall not be used except where specifically directed by Owner or Engineer. J . At locations where a Butterfly Valve (BFV) is shown to be installed next to a tee, cross, etc., or with a dishhead plug or blind flange, the BFV shall be installed far enough away from the fitting or plug/flange that the BFV disc does not extend to within 12-inches of the fitting's main flowstream or to within 12-inches of the plug or flange when the BFV is in the full-open position . Contractor shall furnish and install spool pieces as necessary to properly locate the BFV away from the fitting or plug/flange as specified herein . 3.02 CLEANING OF BURIED PIPELINES A. At the conclusion of the work, the Contractor shall thoroughly clean new pipelines by flushing with water or other means to remove all dirt, stones, and pieces .of wood or other material which · may have entered during the construction period . Debris cleaned from the lines shall be removed from the pipeline . If, after this cleaning, obstructions remain, they shall be removed. B. After the pipe lines large enough for physical internal inspection are cleaned and if the groundwater level is above the pipe, or following a heavy rain, the Engineer will examine the pipe for any infiltration leaks. If defective pipes or joints are discovered at this time, they shall be repaired or replaced by the Contractor. 3.03 CONNECTIONS WITH EXISTING PIPES A. Connections to existing pipes shall be made using suitable joints, closure pieces, adaptors and fittings for the conditions encountered . Each connection with an existing pipe shall be made at the time and under conditions which will least interfere with service to customers affected thereby or plant operation, and as authorized by the Owner. Connections with buried existing flanges shall require removal of grout from the flanges . Remove concrete thrust blocking when encountered fo r connections to the existing pipes . B. Facilities shall be provided for . dewatering and for disposal of all water removed from the dewatered lines and excavation. without damage to adjacent property. . . . . . C. Existing valves may leak when in Ute closed position . Contractor shall provide whatever means and equipment necessary to control water during construction.·. D. All connections between new and/or existing piping, valves , fittings , etc., where dissimilar metals will be in contact shall be protected by insulating flange assemblies or unions as approved by the Engineer. 3.04 HYDROSTATIC TESTING A. Testing shall be done in accordance with Section 01666 . END OF SECTION F62l42S026l5 .doc 02615 -14 April 2010 '' I , I. 'J l ' l J • J '. • l ' ' City of Fort Worth Westside S4" RW Pipeline Project SECTION 02616 BURIED DUCTILE IRON PIPE AND FITTINGS PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install buried ductile iron pipe and fittings complete as shown on the Drawings and as specified herein. B. Cathodic protection details and spacing requirements are shown on the Drawings and as described. in Division 15 of the Specifications. 1.02 RELATEDWORK A. Trenching, backfilling and compaction is included in Section 02221. B. Granular fill materials are included in Section 02230. C. Testing of pipelines is included in Section 01666. D. Trench safety requirements are included in Section 01665 . 1.03 SUBMITI'ALS A. Submit to the Engineer, within thirty days of the Effective Date of the Agreement, the name of the proposed pipe and fitting suppliers and a list of materials to be furnished . This supplier shall be the same as listed in the Contractor's Proposal. B. Submit to the Engineer, as provided in Section 01300, completely detailed working drawings and schedules of all ductile-iron pipe and fittings required . C. Prior to each shipment of pipe, submit certified test reports that the pipe for this Contract was manufactured and tested in accordance with the ASTM and ANSI/ A WW A Standards specified herein. 1.04 REFERENCE STANDARDS A. American Society for Testing arid Materials (ASTM) 1. ASTM A307 -Standard Specification for Carbon Steel Bolts and Studs 60,000 PSI Tensile Strength . B. American Water Works Association (A WW A) 1. A WW A C104 -Cement-Mortar Lining for Ductile-Iron Pressure Pipe and Fittings. 2. A WW A C 105 -Polyethylene Encasement for Ductile-Iron Piping for Water and Other Liquids . 3. A WW A Cl 10 -Ductile-Iron and Gray-Iron Fittings, 3-in Through 48-in for Water and Other Liquids . F62I42S026I6.doc 02616-1 April2010 City of Fort Worth Westside 54" RW Pipeline Project 4. A WW A Cl 11 -Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings . 5. A WW A Cl 15 -Standard for Flanged Ductile-Iron Pipe with Threaded Flanges. 6. A WW A Cl 51 -Ductile-Iron Pipe, Centrifugally Cast in Metal Molds or Sand-Lined Molds for Water or Other Liquids. 7. A WW AC 153 -Ductile-Iron Compact Fittings, 3.-in Through 16-in for Water and Other Liquids. 8. A WW A C600-Standard for Installation of Ductile-Iron Water Mains and Their Appurtenances . C. American National Standards Institute (ANSI) 1. ANSI B 16 .1 -Cast Iron Pipe Flanges and Flanged Fittings. D. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. Ductile iron pipe shall be produced in the United States by a single manufacturer, either U.S. Pipe or American Cast Iron Pipe. Ductile iron fitting shall be. provided by a single manufacturer, . .but may be a different manufacturer than that of the ductile iron pipe. Ductile iron fittings shall be provided by the pipe manufacturer, Sigma, or Owner approved manufacturer. All ductile-iron pipe to be installed under this Contract may be inspected at the foundry for compliance with these Specifications by an independent testing laboratory provided by the Owner. The .Contractor shall require the manufacturer's cooperation in these inspections. The cost of foundry inspection of all pipe approved for this Contract, plus the cost of inspection of a reasonable amount of disapproved pipe will be borne by the Owner . All fittings must be produced to accommodate the full allowable tolerance size range of the ductile iron pipe to be joined to the fitting. B. Inspection of the pipe will be made by the Engineer or other representatives of the Owner after delivery. The pipe shall be subject to rejection at ~y time due to .failure to meet any of the .. Spe~ifi,cation requirements, even though pipes may have been accepted as satisfactory at the place of manufacture . Pipe rejected after delivery shall be marked for identification and shall immediately be removed from the job. C. All ductile iron pipe, fittings, etc., shall comply with NSF61. F62l42S026l6 .doc 02616-2 · April 2010 ' I City of Fort Worth Westside 54" RW Pipeline Project PART 2: PRODUCTS 2.01 MATERIALS A. Ductile iron pipe shall conform to A WW A C151, with the pressure class listed below . Pipe Diameter Pressure Class 4 6 8 10 12 14 16 18 20" 24 30 36 >36 350 350 350 350 350 250 250 250 250 200 200 200 150 B. Ductile iron fittings shall conforin to A WWA Cl 10. C. All pipe and fittings shall have a bituminous outside coating in accordance with A WW A C 151 and Cl 10, respectively . All pipe and fittings shall be cement-mortar lined and seal coated in accordance with A WW A C104 . . D. Joints for buried pipe iUld fittings shall be push -on or mechanical joints conforming to A WW A Cl 11. All non-welded pipe joints shall be bonded for electrical continuity per Section 15640. E. Restrained joints shall be restrained push-on joints, TR Flex by U.S. Pipe and Foundry; Lok-Fast by American Cast Iron Pipe Company, or approved equal. Joints shali be suitable for 250 psi working pressure and be fabricated of heavy section ductile iron casting. Bolts and nuts shall be galvanized low carbon steel conforming to ASTM A307, Grade B. · F. Sleeve type couplings shall be of steel and shall be Style 38 by Dresser Mfg . Div :·; Smith-Blair; or approved equal. Couplings shall be furnished with black steel bolts and nuts and with pipe stop removed . Gaskets shall be of a material suitable for exposure to liquid within the pipe. 2.02 POLYETHYLENE ENCASEMENT A. All buried ductile iron pipe shall be encased in polyethylene tube in accordance with Section 15643. F62 I 42S02616 .doc 02616-3 April 2010 City of Fort Worth Westside 54" RW Pipeline Project PART 3: EXECUTION 3.01 LA YING DUCTILE IRON PIPE AND FITIINGS A. Care shall be taken . in loading, transporting and unloading to prevent injury to the pipe, lining or coatings . Pipe or fittings shall not be dropped. All pipe or fittings shall be examined before laying and no piece shall be installed which is fotmd to be defective. Any damage to the pipe linings or coatings shall be repaired as directed by the Engineer .. Handling and laying of pipe and fittings shall be in accordance with the manufacturer's instruction and as specified herein. B. All pipe and fittings shall be thoroughly cleaned before laying, shall be kept clean until they are used in the work, and when laid, shall conform to the lines and grades required. Ductile iron pipe and fittings shall be installed in accordance with requirements of A WW A C600, except as otherwise provided herein . A firm, even bearing throughout the length of the pipe shall be constructed by placing bedding material per Section 02221 and as shown on the Drawings. Blocking will not be permitted . If any defective pipe is discovered after it has been laid , it shall be removed and replaced with a sound pipe in a satisfactory manner by the Contractor, at his/her own expense. C. All pipe shall be sound and clean before laying . When laying is not in progress, including lunchtime, the open ends of the pipe shall be closed by watertight plugs or other approved means. Good alignment shall be preserved in laying. The deflection at joints shall not exceed 75 percent of that recommended by manufacturer. Fittings, in addition to those shown on the Drawings, shall be provided, if required, for crossing utilities or otber obstructions which m~y be ei;icountered upon opening the trench. Solid sleeves shall be used only where approved by tlie 'Engineer. . .. D. When cutting pi~ is required, the cutting shaU ·be done by machine, leavtng a smooth cut at right angles to the axis of the pipe. Cut ends of pipe to be jointed with a bell shall: be ~evei~d to conform to the manufactured spigot end . Cement lining shall be undamaged . · E. Have on hand a sufficient supply of assorted short pipe lerjgths, adaptqrs, m.d any other fittings necessary to prevent delays in pipe iaying. ' ' ' ' ' ' ' ' ' F. R~~trained Johlts f9r Fle~ible'."J.oint ~uried Pipil)g . . ·. • . .. . . . . . l. ,·, 1. Restrained joints, designed per AWWA guidelines with fticti9n coefficient =0.25, shall be provided at all vertical and horizontal changes in pipe diameter 0 (reducers),'or direction (e.g., ~es, bends, ~lbo~s ancl crosses), plugs an<;l val:ves, <>r other locations shown on the Drawings, on all burled piping having flexible joints ~ Joints shali be design~ to prevent the pipe from moving wh~n subject~ to operating anci test pressures. ' ' ' 2. Concrete thrust blocks may be used only for special conditions whe~ approved by. the Engineer and in accordance with the Drawings . · · G. At i~ations wh~re a Butterfly Valve (BFV) is shown to be itistall~d next to a tee, cross, etc ., or with a dishhead plug or blind flange, the BFV shall be installed far enough away from the fitting or plug/flange that the BFV disc does not extend to within 12-inches of the fitting' s main flowstream or to within 12-inches of the plug or flange when the BFV is in the full -open position. Contractor shall furnish and install spool pieces as necessary to properly locate the BFV away from the fitting or plug/flange as specified herein . F62 l.42S026 l 6.doc 02616-4 A,pri l 2010 ' l • J • J ' ' l' l J 'I l J -' City of Fort Worth Westside 54" RW Pipeline Project 3.02 PUSH-ON JOINTS A. Push -on joints shall be made in accordance with the manufacturer's instructions. Pipe shall be laid with bell ends looking ahead . A rubber gasket shall be inserted in the groove of the bell end of the pipe, and the joint surfaces cleaned and lubricated . The plain end of the pipe to be laid shall then be aligned and inserted in the bell of the pipe to which it is to be joined and pushed home with a jack or by other means. After joining the pipe, a metal feeler shall be used to make certain that the rubber gasket is correctly located. 3.03 :MECHANICAL JOINTS A. Mechanical joints shall be made in accordance with Appendix A of A WW A C11 l and the manufacturer's instructions . Thoroughly clean and lubricate the joint surfaces and rubber gasket with soapy water before assembly . Bolts shall be tightened to the specified torques . Under no conditions shall extension wrenches or pipe over handle of ordinary ratchet wrench be used to secure greater leverage . 3.04 RESTRAINED JOINTS A. Restrained joints shall be installed per paragraph 3.01 .F, and/or as shown on the Drawings, to prevent movement of the pipe during testing and normal operation . The joint assemblies shall be made in accordance with the manufacturer's recommendations . 3.05 SLEEVE TYPE COUPLINGS A. Couplings shall be installed where shown. Couplings shall not be assembled until adjoining push-on joints have been assembled. After installation, apply a heavy bitumastic coating to bolts and nuts . 3.06 POLYETHYLENE ENCASE:MENT A. The polyethylene encasement shall be installed in accordance with Section 15643 . 3.07 TESTING A. Testing shall be as specified in Section 01666 . 3.08 CLEANING A. At the conclusion of the work , thoroughly clean all of the new pipelines by flushing with water or other means to remove all dirt, stones, and pieces of wood or other material which may have entered during the construction period . Debris cleaned from the lines shall be removed from the lowest manhole . If, after this cleaning , obstructions remain , they shall be removed. B. After the pipe lines are cleaned and if the ground-water le vel is above the pipe, or following a heavy rain, the Engineer will examine the pipe for leaks. If defec tive pipes or joints are discovered at this time, they shall be repaired or replaced. 3.09 BONDED JOINTS A . All non -welded pipe joints shall be bonded for electrical contin uity per Section 15640. F62142S026l6.doc 02616-5 April 2010 City of Fort Worth Westside 54" RW Pipeline Project END OF SECTION F62142S02616.doc 02616:-~ April2010 l ' 'I t l City of Fort Worth Westside 54" RW Pipeline Project SECTION 02640 BURIED VALVES, HYDRANTS AND APPURTENANCES PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required to provide all direct-buried valves, valves in vaults and manholes, hydrants and appurtenances complete with actuators and all accessories as shown on the Drawings and as specified herein . B. 1.02 A. B. C. D. 1.03 A. This is a standard specification section; therefore, all items specified in this section may not be required for this project RELATED WORK Trenching, backfilling and compacting are included in Section 02221 . Concrete is included in Division 3 . Field painting is included in Section 09902. Electrical work is included in Division 16. SUBMITTALS Submit materials required to establish compliance with these Specifications in accordance with Section 01300 for shop drawings . Submittals shall include the following : 1. Manufacturer's literature, illustrations, specifications and engineering data including: a. Dimensions. b. Size. c. Materials of construction . d. Weight. e. Protection coating . f. Actuator weight. g. Calculations for actuator torque where applicable. h. Electric Motor Operators -wiring diagram including: ( 1) Ladder diagrams . (2) Point-to-point wiring : B. Test Reports 1. Four copies of all certified shop test results specified herein . F62 I 42S02640.doc 02640-1 April 2010 City of Fort Worth Westside 54" RW Pipeline Project C. Operation and Maintenance Manuals 1. Submit complete operation and maintenance manuals including copies of all approved Shop Drawings. D. Certificates 1. Certificates of compliance where required by referenced standards : For each valve specified to be manufactured and/or installed in accordance with A WW A and other standards, submit an affidavit of compliance with the appropriate standards, including certified results ·of required tests and certification of proper installation. · 1.04 REFERENCE STANDARDS A. Comply with applicable provisions and recommendations of the following , except as otherwise shown or specified . B. American Water Works Association (A WW A) 1. A WW A C502 -Dry-Barrel Fire Hydrants . 2. A WW A C504 -Rubber-Seated Butterfly Valves. 3. A WW A C509 -Resilient-Seated Gate Valves for Water Supply Service 4. AWWA C515 -Reduced-Wall, Resilient-Seated Gate Valves for Water Supply Service C. American National Standards Institute (ANSI) 1. ANSI B 16.1 -Gast-Iron Pipe Flmtges and Flanged Fittings. 2. ANSI Cl 1.1 -.Rubber-Gasket Joints for Ductile-Iron and Gray-Iron Pressure Pipe and Fittings. · D. American Society for Testing and Materials (ASTM) 1. ASTM A48 -Gray Iron Castings. 2. ASTM A126 -Gray Iron Castings for Valves , Flanges and Pipe Fittings. 3. ASTM A153 -Zinc Coating (Hot-Dip) on Iron and Steel Hardware . 4. ASTM A276 -Standard Specification for Stainless and Heat Resisting Steel Bars and Shapes. 5. ASTM A536 -Ductile Iron Castings . E. Steel Structures Painting Cou!lcil (SSPC) 1. SSPC SP-6 -Commercial Blast Cleaning . F. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply . 1.05 QUALITY ASSURANCE A. Manufacturer's Qualifications F6Z142SQZ640.doc 02640-2 . April2010 'J ' I ' I ' J l' '' City of Fort Worth Wests ide 54" RW Pipeline Project 1. Valves and appurtenances provided under this Section shall be the standard product in regular production by manufacturers whose products have proven reliable in similar service for at least five years . If required, the manufacturer shall furnish evidence of installation in satisfactory operation . 2. All units of the same type shall be the product of one manufacturer . B. Design Criteria 1. All valves and appurtenances shall be new and in perfect working condition. ·Valves shall be designed for continuous use with a minimum of maintenance and service required and shall perform the required function without exceeding the safe limits for stress, strain or vibration . In no case will used or damaged valves be acceptable . The selection of equipment to meet the specified design conditions is the responsibility of the Contractor. Both workmanship and material shall be of the very best quality and shall be entirely suitable for the service . conditions specified. C. Source Quality Control 1. Valves shall be shop tested in accordance with the following : a. Gate valves: A WW A C509 or CS 15 . b. Rubber-seated butterfly valves: A WW A C504 . 2. Obtain each type of valve from the sanie manufacturer. 3. Plug valves shall be hydrostatically tested for 30 minutes at two times the maximum working pressure, with no evidence of distress, leakage or weeping . Plug valves shall be capable of providing drop-tight shut-off up to the.full pressure rating . 1.06 SYSTEM DESCRIPTION A. General 1. Buried valves are used on raw water piping. 2. Underground valves shall be of the type shown on the Drawings . 1.07 DELIVERY, STORAGE AND HANDLING A. Deliver materials to the site to ensure uninterrupted progress of the work. B. Protect threads and seats from corrosion and damage . Rising -stems and exposed stem valves shall be coated with a protective oil film which shall be maintained until time of use . C. Furnish covers for all openings . 1. All valves 3-in and larger shall be shipped and stored on site until time of use with wood or plywood covers on each valve end. 2. All valves smaller than 3-in shall be shipped and stored as above except that heavy cardboard covers may be furnished instead of wood. F62142S02640.doc 02640-3 April 2010 City of Fort Worth Westside 54" RW Pipeline Project D. Store equipment to permit easy access for inspection and identification. Any corrosion in evidence at the time of Owner acceptance shall be removed, or the valve shall be removed from the job. E. Store all equipment in covered storage off the ground. 1.08 COORDINATION A. Review installation procedures under other Sections and coordinate with the work which is related to this Section including buried piping installation, site utilities, piping insulation, heating, ventilating and air conditioning, plumbing and chemical feed facilities. B. . Coordinate the location and placement of restrained joints or concrete thrust blocks when required . PART 2: PRODUCTS 2.01 GENERAL A. Unless otherwise noted, all manual operating input shafts for valves 4-in diameter and larger shall tum to the right (clockwise) to open the valve. All valve actuators, including those for electric motor operators, shall open to the right (clockwise). B. The use of a manufacturer's name and/or model or catalog number is for the purpose of establishing the standard of quality and general configuration desired. C. Valves shall be of the size shown on the Drawings or as noted and as far as possible equipment of the same type shall be identical and from one manufacturer. D. Valves shall have the name of the maker, nominal size, flow directional arrows, working pressure for which they are designed and standard to which they are manufactured cast in raised letters on some appropriate part of the body. The operator open direction shall be cast on the handwheel or stem extension. E. Unless otherwise noted, valves shall have a minimum working pressure of 150 psi or be of the same working pressure as the pipe they connect to, whichever is higher, and suitable for the pressures noted where they are installed. F. Valves shall be of the same nominal diameter as the pipe or fittings they are connected to. Except as otherwise noted, joints shall be mechanical joints, with joint restraint where the adjacent piping is required to be restrained. G. Valves shall be especially constructed for buried service when required. H. Buried valves shall have mechanical joints unless noted otherwise or approved by the Engineer. All non-buried valves to be located in valves, manholes, etc., shall be flanged unless otherwise noted. 2.02 VAL VE BOXES A. All gate, butterfly and plug valves shall be provided with extension shafts, operating nuts and valve boxes as follows: 1. Extension shafts shall be Type 304 stainless steel and the operating nut shall be 2-in square. Shafts shall be designed to provide a factor of safety of not less than four. Operating nuts shall NOT be permanently attached to the shafts. F62l 42S02640.doc 02640-4 Apri12010 • J ' J . ' City of Fort Worth Westside 54" RW Pipeline Project 2. Top of the operating nut shall be located 2-in below the rim of the valve box . 3. Valve boxes shall be as manufactured by Clow; Mueller; Tyler; Western Iron Works, or approved equal, and shall be a heavy-pattern cast iron, three-piece, telescoping type box with dome base suitable for installation on the buried valves . fuside diameter shall be at least 4 1/2-in. Barrel length shall be adapted to the depth of cover, with a lap of at least 6-in when in the most extended position . Covers shall be cast iron with integrally-cast direction-to-open arrow. Aluminum and plastic are not acceptable . A means of lateral support for the valve extension shafts shall be provided in the top portion of the valve box. 4. Covers shall have "WATER", "SEWER ", "SLUDGE", or "PROTECTED WATER" cast into the top or as appropriate for the respective service of the valve. 5. The upper section of each box: shall have a bottom flange of sufficient bearing area to prevent settling. The bottom of the lower section shall enclose the stuffing box and operating nut of the valve and shall be oval. At grade the valve box shall be installed in conjunction with a concrete pad per the Civil Details. 6. An approved operating key or wrench shall be furnished . 7. All fasteners shall be Type 304 stainless steel. 2.03 GATE VALVES A. General 1. Valves 2 1/2-in and smaller shall be all bronze construction; valves 3-in and larger shall be iron body, bronze mounted. 2. All gate valves shall conform to the requirements of A WW A C509 or C515, exceptas may be specifically modified herein. B. Gate valves 2 1/2-in and smaller · 1. Screwed ends, solid wedge, rising stem and screwed-in bonnet with minimum non-shock working pressure of 150 psig . 2. Product and Manufacturer: Furnish valves as manufactured by one of the following : a. Jenkins Brothers, Figure 47 . b. Crane Company, Figure 431-UB. C. Gate valves 3-inch and larger. 1. Valves shall be resilient seated gate valves with minimum working pressure of 150 psig. 2. Valves shall be as specified in Paragraph 2.04 . 2.04 RESILIENT SEATED GATE VALVES . A. Valves shall be manufactured in accordance with A WW A C509 or C515, by American Flow Control; Clow; Mueller, or J&S Valve . Clow will only be considered up to and inclusive of 36-in diameter . B. Valves shall be non-rising stem valves and shall be provided with a minimum of two 0-ring stem seals. Bypass valves shall be provided if required by the manufacturer for the specified operating F62l42S02640.doc 02640-5 April 2010 City of Fort Worth Westside 54" RW Pipeline Project pressures . Manufacturer shall provide, upon request by the Owner, certified torque values for valve actuation over the entire operational design range . Tables will be used for verification of compliance with specified manual actuator requirements and determination of need for bypass valve. C. Gate valves shall be furnished with spur gear assemblies ; bevel gearing will NOT be accepted . D. Wedges shall be totally encapsulated . E. Units shall be, in addition, UL and FM approved. 2.05 TAPPING SLEEVES AND TAPPING VALVES A. Tapping sleeves shall be of cast iron, designated for working pressure not less than 200 psi. Armored end gaskets shall be provided for the full area of the sleeve flanges. Sleeves shall be as manufactured by A.P. Smith Division of U.S. Pipe; Mueller; Clow, or approved equal. Nuts and bolts shall be Type 304 stainless steel. B. Tapping valves shall conform to the requirements specified above for gate valves except that one end shall be flanged and one mechanical, or with two flanged ends as shown on the Drawings . Tapping valves shall be provided with an oversized opening to permit the use of full size cutters. 2.06 PLUG VALVES A. All plug valves shall be of the nonlubricated , eccentric type with bodies and plugs of semi-steel construction . Valves shall be rated for a minimum working pressure of 150 psig . The area at the valve port shall be at least 80 percent of the full pipe area. ALL VALVES SHALL OPEN 'RIGHT ' OR CLOCKWISE. B. Valves shall have balanced plugs with a resilient facing of neoprene solidly bonded theretoto assure bubble-tight shutoff low torque requirements. C. Seats shall have a welded-in overlay of 90 percent pure nickel on. all surfaces contacting the plug face . D. Valves shall be furnished with bolted bonnets and self-adjusting chevron-type packing. Packing shall be replaceable without disassembling the valve or removing the bonnet 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 mechanical joint ends conforming to ASNI B 16.1, Class 125, unless otherwise noted herein. Valves in vaults shall be flanged . G. All exterior hardware on valves shall be of Type 304 stainless steel. 2.07 BUTIERFL Y VALVES A. Valves shall be manufactured in strict accordance with AWWA C504. Valves shall be bubble tight at rated pressures . Valve discs shall rotate 90 degrees from full closed to open. Operators shall be assembled to the valve by the valve manufacturer. The valve/operator shall be tested as a complete assembly by the valve manufacturer. The manufacturer shall have produced A WW A butterfly valves for a minimum of five .years . B. Valve bodies shall be constructed of cast iron ASTM A126 , Class B. Valves in vaults shall be flanged . Flange dri,lling shall be in accorclance with A.lllSI B16.1, Class 150. Laying length shall F62l42S02640 .doc 02640-6 Ap ril 2010 . l '' 'l L , City of Fort Worth Westside 54" RW Pipeline Project be short body as listed in A WW A C504. Buried valves shall be mechanical joint end conforming to ANSI C 111. C. Valve discs shall be constructed of cast iron ASTM A126 or A48, ductile iron ASTM A536 . Disc edge shall be either Ni-chrome or Type 316 stainless steel. D. Rubber valve seats shall be Buna-N. The seat shall be located on the valve disc or in the valve body and MUST be mechanically retained. Seat retaining hardware such as screws and segments shall be 316 stainless steel. Seats must be fully mechanically adjustable for valves 30-inch and larger. E. Valve shafts shall be Type 304 stainless steel, ASTM A276 and shall be of a diameter not less than those listed in A WW A C504, Class 150B. F. Shaft seals shall be furnished where the shaft projects through the valve body. Shaft seals shall be standard split-v type packing . G. Valves shall be fitted with sleeve type bearings contained in the trunions of the valve body : Bearing material shall be nylon for valves through 20-in and fiberglass with teflon lining for valves 24-in and larger. H. Valve manufacturer shall furnish and mount operator suitable for buried or in-vault service as shown on the Drawings. Operators shall be self-locking and suitable for submergence to 20-ft . A 2-in square operating nut shall be furnished. Operator stops shall be capable of withstanding an input of 450 ft lbs without causing damage to stops or gear teeth . I. All valves shall be hydrostatically and leak tested. J. Valve class shall be A WW A Class 150B with operators sized for bi-directional flow . K. At locations where a Butterfly Valve (BFV) is shown to be installed next to a tee, cross, etc ., or with a dishhead plug or blind flange, the BFV shall be installed far enough away from the fitting or plug/flange that the BFV disc does not extend to within .· 12-inches of the fitting' s main flowstream or to within 12-inches of the plug or flange when the BFV is in the full-open position . Contractor shall furnish and install spool pieces as necessary to properly locate the BFV away from the fitting or plug/flange as specified .herein . · L. Provide operating shaft and floorstand for connecting valve to motorized actuator. Provide shaft supports and joints as recommended by valve manufacturer. M. Valves shall be manufactured by one of the following: 1. M&H Valves 2. Val-Matic 3. Crispin/K-Flo N. Valve Actuators -Powered 1. Electrical actuators furnished as part of this Section shall comply with A WW A C540 . These actuators shall be provided by Rotork (Rotork IQ). The valve manufacturer shall supply and integrally, rigidly mount all actuators. 2. Unless otherwise noted , all electric or other powered actuators shall utilize worm gear or helical gearing for all size valves . F62 142S02640.doc 02640-7 Apri120IO City of Fort Worth Westside 54" RW Pipeline Project 3. The motorized actuator shall comprise motor, reduction gearing, detachable drive bushing, thrust bearing and emergency handwheel local position indicator, together with torque and position limit switches; thermostatically controlled space heater, terminals and integral controls. The actuator shall be a self-contained, totally enclosed unit with position lights, push buttons and position and status contacts. Reduction gearing shall be integral to the · actuator, however, an independent, single-gear reduction shall be provided between the valve and the actuator. If gear reduction is required, the gears shall be a product of and supplied by the actuator manufacturer or the valve manufacturer. No third-party gear assemblies will be accepted. Valve manufacturer or actuator manufacturer shall provide certification of gearing assembly production as their product. 4. The handwheel drive shall permit manual operation in a reasonable time related to valve size . Failure of motor drive or gearing should not prevent manual operation. Handwheel shall not · operate when the motor operates. Motor shall be unable to operate when handwheel is operating . 5. Continuous mechanical dial or digital position indicator of valve end positions shall be incorporated. 6. Open and close torque and/or position limit switches to suit tl:ie valve type shall be provided for travel control, with means to prevent unwanted. tripping on torque during initial unseating . 7. Where required on the Drawings, furnish position indicaiing switches on-valves . Switches shall be single pole, double throw, at either limit of open or close or both limits as shown . Switches and contacts shall be rated minimum 5 amperes at 120 volts AC . 8. The input voltage to the valve actuator shall be 240V, I-phase as shown on the Electrical Drawings . . 9. As required for submittal data, Contractor shall provide cut-sheets depicting "as-assembled" configurations of the valve and actuator combinations for Owner review and comment. Contractor shall provide necessary dimensional estimates for Owner selection of valve/actuator orientation and installation . 10 . The design of the actuator shall include non -intrusive calibration and diagnostic capabilities. 11 . The housing of the unit shall be NEMA-6 and shall not include a breather and drain. 12. No special storage procedures shall need to be followed to store the actuators for any lengtrh of time . 13. The actuators shall be shipped from the manufacturer with all the requirements of NEMA 6 intact. 2.08 YARD HYDRANTS A. Yard hydrants shall be located and installed as shown on the Drawings. B. Caution sign , as shown on the Drawings, shall be provided on each yard hydrant connected to pla,nt protected water system. F62 I42S02640 .doc 02640 -8 Apri120W l • I ' ' ' ' l 'l ' l '_l • l City of Fort Worth Westside 54" RW Pipeline Project 2.09 FIRE HYDRANTS A. Fire hydrants shall be dry-barrel type conforming to the requirements of A WW A C502. Hydrants shall be designed such that the hydrant valve closes with line pressure preventing loss of water and consequent flooding in the event of traffic damage. B. Hydrants shall have 6-inch mechanical joint inlet connections, two 2 1/2-inch hose connections and one 4-inch pumper connection . Threads for the hose and pumper connections shall be in accordance with National Standard Thread as per applicable NFPA standards. Hydrants shall be according to manufacturer's standard pattern. Hydrants shall be equipped with "O" ring packing. Each nozzle cap shall be provided with a Buna-N rubber washer . C. Hydrants shall be arranged so that the direction of outlets may be turned 90 degrees without inter- ference with the drip mechanism or obstructing the discharge from any outlet. D. A bronze or rustproof steel nut and check nut shall be provided to hold the main hydrant valve on its stem. E. Hydrant valve opening shall have an area at least equal to that area of a 5 1A -irich minimum diameter circle and be obstructed only by the valve rod. Each hydrant shall be able to deliver 500 gallons minimum through its two 2 ~ -inch hose nozzles when opened together with a loss of not more than 2 psi in the hydrant. F. Hydrants shall be designed for installation in a trench that will provide minimum cover as noted on Drawings . Hydrant extensions shall be as manufactured by the company furnishing the hydrants and of a style appropriate for the hydrants as furnished. G. · Hydrants shall open by turning operating nut to right (clockwise) and shall be marked with a raised arrow and the work "open" to indicate the direction to tum stem to open hydrant. H. Hydrants shall be furnished with caps, double galvanized steel hose cap chain, galvanized steel I. J. K. L. pumper hose cap chain, a galvanized steel chain holder and any other hooks and/or appurtenances · required for proper use; · Hydrant operating nut shall be A WW A Standard square type measuring 1 -inch flat -to-flat. Hydrants shall be hydrostatically tested as Specified in A WW A C502 . Hydrants shall be one of the models and manufacturers on the Fort Worth Water Department's approved list of fire hydrants; American Darling Valve, Clow Corporation, M&H Valve Company. · All iron work to be set below ground, after being thoroughly cleaned, shall be painted with two coats of asphalt varnish specified in A WW A C502. Iron work to be left above ground shall be shop painted silver with two coats of paint of quality and color to correspond to the present standard of the Owner. 2.10 CORPORATION STOPS A. Corporation stops shall be brass with Mueller-type threads, not less than 1-inch in diameter and shall be installed where shown, specified or required. B. Furnish corporation stops as manufactured by the following: 1. Mueller Company, Figure H-10003. F62 l 42S02640 .doc 02640-9 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 2.11 COMBINATION AIR VALVES A. Manufacturer(s) 1. Approved Manufacturers a. ARI060 . b. Vent-0-MatRBX c. Or Approved Equal B. Materials and/or Equipment 1. General a. Connections: flanged to ANSI B 16 .1, Class 125 . Provide a 2" NPr clean out and a 1" NPr drain on the valve body. b. A 10-in single bodied combination air valve is specjfied along the 54-in pipeline. The valves prevent air from being trapped at the high pojnt in the pipeline, allow air to escape from the pipeline during filling, and allow air to enter the pipeline in case the pipe ruptures. . . . . c. Attention is directed to the ,requirement tbat valve body, flpat, etc, shall l;>e designed for the working pressure and shall seat at the minimum pressure shown in the valve schedule, Paragraph 3.02. The minimum operating pressure shown is undel' steady state .conditions, and does not include minimm;n sµrge pressure. Valves shall be sized to prevent a vacuum from occurring within the pipeline of less than 5 psi under any operating condJtion. d. The combination air valve (single-body, double orifice) shii,ll consist of an air/vacuum (NV) valve and air release valve. The combination air valve shall allow large volumes of air to escape out of tbe large orifice when filling a pipeline and close when .liquid enters the valve. When the valve is closed and pressurized, the small air release orifice shall open to allow small pockets of air to escape automatically and indepe~dently of t1'e large orifice. The large orifice shall also allow large volumes of air to enter during pipeline drainage to break the vacuum. e. The combination air valve shall be sized per the Drawings, suitable to in~oduce air into the system in order to prevent damaging vacuum conditions from collapsing the pipe. . : . . . . . f. Body: Provjde an extended body with ·a through :(low. area equal to the .nominal .size. Floats shall be guaranteed agaipst failure including pressure surges. :erovi(,ie a resilient bumper to cushion the float during sudden opening conditions. The .seat shall provide drop tight shutoff to the full valve pressure rating. g. Combination air valves shall consist of a water air release valve piped to a water air/vacuµm valve with ~.full-ported brass ball valve. '.fhey .wm m;>.t.requiJ:e exposure to a vacuum condition to resist. h. The water air release valve shall have .an ~xtended leverage mechanism with sufficient . mechanical advantage so that the valve will open under full operating pressure . An adjustable threaded resilient orifice button sh~ll be useq to seatthe precision discharge orifice in the cover. F62142S02640 .doc 02640-10 ... April 201.0 • l l l ' . • j ' J City of Fort Worth Westside 54" RW Pipeline Project i. The float assembly shall have a guide shaft supported in the body to prevent binding from debris. The seat shall be a minimum of 0.5-in thick and secured in such a manner as to prevent distortion . Floats shall be unconditionally guaranteed against failure including pressure surges. · Extended mechanical linkage shall provide suitable mechanical advantage so that the valve will open under full operating pressure . j . The exterior of the valves shall be coated with a universal alkyd primer. 2. Materials for Combination Air Valves a. Body and Cover : Stainless steel (Type 304) b. Float: Stainless steel (ASTM A240) or HDPE c. Needle and Seat: Buna-N d. Plug: Stainless steel (Type 316) e. Leverage Frame: Stainless steel (Type 316) f. Flanges : ANSIB16.42 , class 150 g. Guide Shafts, and Bushings: Type 304 SS. Non-metallic guides and bushings are not acceptable . h. i. j. Backwash Accessories: Provide an inlet shut-off valve , a blow -off valve , a clean water inlet valve, rubber supply hose, and quick disconnect couplings. Accessory valves shall be quarter-tum, full ported bronze ball valves. Seat Ring: grade 300 series stainless steel with grade 300 series stainless steel fasteners and seat support assembly. Screws, Nuts, Bolts : Stainless steel ASTM 304. Valve and flange rating shall equal or exceed the working pressure. C. Source Quality Control 1. Hydrostatically test valves at factory prior to shipment as described . by A WW A C512, Section 5 .1. D. Erection/Installation/Application and/or Construction 1. Install in accordance with manufacturer's recommendations and other applicable Specification Sections. Carefully handle and install valves vertically in such a manner as to prevent damage to any part of the valves . Provide nuts, bolts and gaskets where applicable . E. Tagging 1. Valves shall be permanently tagged with a brass tag indicating the model number, working pressure rating, and station location. F . Schedule Valve Station Location No. Required Size Pipe Size Type Working Pressure Cosi) 17+00 1 10" 54" CAV 55 47+00 1 10" 54" CAV 55 F62 l 42S02640.doc 02640-11 April 2010 City of Fort Worth Wests ide 54" RW Pipeline Project 2.12 SURFACE PREPARATION AND SHOP COATINGS A. The interior ferrous metal surfaces, except finished or bearing surfaces, shall be blast cleaned in accordance with SSPC SP-6 and painted with fusion bonded epoxy coating specifically fonnulated for potable water use. The coating used must appear on the current edition of the United States Environmental Protection Agency's list entitled "Accepted Categories and Subcategories of Coatings, Liners and Paints for Potable Water Usage". B. Exterior ferrous metal surfaces of all buried valves and hydrants shall be blast cleaned in accordance with SSPC SP-6 and given two shop coats of a heavy coal tar enamel or an approved two-component coal tar epoxy paint. C. Exterior ferrous metal surfaces of all non-buried valves shall be shop painted with one coat of primer in accordance with the requirements of Section 09901 . PART 3: EXECUTION 3.01 INSPECTION AND PREPARATION A. During installation of all valves and appurtenances, verify that all items are clean, free of defects in material and workmanship and function properly. B. All valves shall be .closed and kept closed until otherwise directed by the Engineer . 3.02 INSTALLATION OF BURIED VALVES AND VAL VE BOXE$ A. Buried valves shall be cleaned and manually operated before installation. Buried valves and valve boxes shall be set with the stem vertically aligned in the center of the valve box. Valves shall be set on a finn foundation and supported by tamping pipe bedding material under the sides of the valve . Valves 8-inch and larger shall be set on a lean concrete pedestal as shown in the Standard Detail Drawings. The valve box shall be supported during backfilling and maintained in vertical alignment with the top flush with finish grade . The valve box shall be set so as not to transmit traffic loads to the valve . B. Before backfilling, all exposed portions of any bolts shall be coated with two coats of bituminous paint comparable to Bitumastic No. 50 by Kop-Coat, Inc ., and wrapped with polye~ylene . C. Install valve floorstand operators with stainless steel bolts. 3.03 INSTALLATION OF TAPPING SLEEVES AND VALVES A. The proper authority shall be contacted and their permission granted prior to tapping a "live" line. The required procedures and time table shall be followed exactly . B. . Installation shall be made under pressure and flow shall be maintained. The diameters of the tap shall be a minimum of 1/4-in less than the inside diameter of the branch line . C. The entire operation shall be conducted by workers experienced in the installation of tapping sleeves and valves. The tapping machine shall be furnished by the Contractor. D. Detennine the location of the line to be tapped to confinn that the proposed location will be satisfactory and that no interference will be encountered such as joints or fittings. No tap or sleeve will be made closer than three feet from a p~IJe joint. . . . E . . Tapping sleeve and valve with boxes shaU be set squarely centered on the line to be tapped .. Adequate support shall be provided under the sleeve and valve during the tapping operation. Thrust blocks or other permanent res traint acceptable to the Engineer shall be provided behind all F62 l 42S02640.doc 02640 -12 April2010 l I • j City of Fort Worth Westside 54" RW Pipeline Project tapping sleeves. Proper tamping of supporting pipe bedding material around and under the valve and sleeve is mandatory for buried installations . F . After completing the tap, the valve shall be flushed to ensure that the valve seat is clean . All proper regulatory procedures (including disinfection) shall be followed exactly. G. Tapping coupons shall be tagged and delivered to the Owner. 3.04 FIELD TESTS AND ADJUSTMENTS A. Conduct a functional field test of each valve, including actuators and valve control equipment, in presence of Engineer to demonstrate that each part and all components together function correctly. All testing equipment required shall be furnished by the Contractor. END OF SECTION F62 142S02640.doc 02640-13 Ap ri l 2010 . , City ofFort Worth Westside 54" RW Pipeline Project PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 02830 CHAIN LINK FENCE A. Furnish all labor, materials, equipment, and incidentals necessary, and install the chain link fence and gates as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Earthwork is included in Section 02200. B. Concrete is included in Section 03300. C . Warranties and Bonds is included in Section 01740. 1.03 SUBMITT ALS A . Submit, in accordance with Section 01300, shop drawings and product data including, but not limited to : 1. Layout, details of construction and erection of fence and accessories 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM A53 -Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless 2. ASTM Al21 -Standard Specification for Zinc-Coated (Galvanized) Steel Barbed Wire 3. ASTM Al23 -Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products 4 . ASTM Al53 -Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware 5. ASTM A392 -Standard Specification for Zinc-Coated Steel Chain-Link Fence Fabric 6. ASTM A641 -Standard Specification for Zinc~Coated (Galvanized) Carbon Steel Wire B. Federal Specification 1. Federal Specification RR-F -191/lD -Fencing, Wire and Post, Metal (Chain-Link Fence Fabric) F62l42S02830.doc 02830-1 April2010 City of Fort Worth Westside 54" RW Pipeline Project 2 . Federal Specification RR-F-191/2D -Fencing, Wire and Post, Metal (Chain-Link Fence Gates) 3 . Federal Specification RR-F-191/3D -Fencing, Wire and Post, Metal (Chain-Link Fence Posts, Top Rails, and Braces) 4. Federal Specification RR-F-191/4D -Fencing, Wire and Post, Metal (Chain-Link Fence Accessories) 5. Federal Specification RR-F-191K/GEN -Fencing, Wire and Post Metal (and Gates, Chain- Link Fence Fabric, and Accessories) C . Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. PART 2 PRODUCTS 2.01 MATERIALS A. General 1. The chain link fencing and accessories shall conform to Federal Specification RR-F-191K/GEN and the associated detail specifications noted below. B. Type of Fabric Type I -Zinc-coated steel (hot-dip galvanized) Wire gauge size = outside diameter of metal wire in inches: 6 gauge= 0.192-in (heavy industrial) Mesh size in inches : 2-in .Fabric height in inches: 72-in Fabric with 2-in mesh shall be knuckled at the top and bottom selvages . C . Fabric 1. The chain link fabric shall conform to Federal Specification RR-F-191/lD .. The chain link fabric shall be Type I. The fabric shall be 6 -gauge core wire, woven in a 2-in mesh and be hot-dip galvanized after weaving, and be in accord.ance with ASTM A392. The fabric shall be securely fastened to all terminal and gate posts with 1/4-in by 3/4-in stretcher bars with No. 11 gauge pressed steel bands spaced approximately 12-in apart. F62 142S02830.doc a . Fabric 72-in high with 2-in mesh shall be twisted and barbed on the top selvage and knuckled on the bottom selvage. OZ830-2 April 2010 • J ' , ' , City of Port Worth Westside 54" RW Pipeline Project D. · TABLEI POSTS OF CLASS I STEEL PIPE, GRADE A POSTTYPE FABRIC HEIGHTS SIZE Corner and Terminal up to 6-ft SP3 {2 .375-in o.d .) over6-ft SP4 (2.875-in o.d.) Line up to 6-ft SP2 (1 .900-in o.d.) up to 8-ft SP3 {2 .375-in o.d .) over 8-ft SP4 (2.875-in o.d .) GATE LEAF WIDTHS Gate up to 6-ft SP4 (2.875-in o.d .) up to 13-ft SP5 {4.000-ln o.d.) up to 18-ft SP6 {6 .625-in o.d.) up to 23-ft SP7 (8.625-ln o.d .) E. Posts, Rails, and Braces 1. Posts, rails, and braces shall conform to Federal Specification RR-F-191/3D and be fabricated of Class I (round steel sections), Grade A (hot-dip galvanized), seamless steel pipe, in accordance with ASTM A53 (Schedule 40). a . Rails and Brac·es: SPl (1.66-in o .d .) b . Spacing of posts shall riot exceed 10-ft. F. Gates 1. Gates and hardware shall conform to Federal Specification RR-F-191/2b . Gates shall be constructed of Class I, Grade A seamless steel pipe, size SPl, plus additional intermediate members when required. Gate frames shall be of welded construction or shall be assembled using fittings. When fittings are used _as the construction method for gate frames, the frames shall be fitted with 3/8-in mtnimum diameter adjustable length truss rods, meeting the requirements of Federal Specification RR-F-191/4D . When frames are welded, all welding shall be done prior to galvanizing . Gate fabric shall be of the type, mesh, gauge, color, and salvage as that specified above for fabric. Install fabric with stretcher bars at vertical edges and tie wires at top and bottom edges. Attach ·stretcher bars to gate frames at not more than 12-in o .c . For gates with barbed wire, extend gate end . members I-foot above the top horizontal member of the gate frame . Attach three strands of barbed wire, uniformly spaced, to end members with bands, clips or eyebolts . All gate materials, hardware etc., shall be galvanized after fabrication . 2. Gate Hardware a. b. C. d. F62142S02830 .doc Hinges , latches, stops, and keepers shall be hot-dip galvanized in accordance with ASTMA153. Hinges shall be pressed steel or malleable iron, sized to suit gate, non-lift-off type , and offset to permit 180-degree gate opening. Provide one pair of hinges for each leaf. Latch shall be forked type to permit operation from either side of gate. Provide padlock eye as integral part of latch. Keeper shall automatically engage the gate leaf and hold it in the open position until manually released. 02830-3 April 2010 City of Fort Worth Westside 54" RW Pipeline Project e. Stop, consisting of drop rod, shall be provided to hold the inactive leaf. Steel sleeves shall be provided to engage the dtop rod. Provide locking device and padlock eyes as an integral part of latch, requiring one padlock for locking both gate leaves . 3 . Locks a . All gates shall be provided with suitable heavy duty locks. All locks shall be keyed alike. G . Accessories 1. Accessories shall conform to Federal Specification RR-F-191/4D, shall be hot-dip galvanized in accordance with ASTM A123 or A153. In addition to wire ties and clips, brace bands, tension bands and bars, tension wire, and truss rods (all of which are describe~ herein), accessories ~hall include the foHowing : a . Caps for all exposed erids of posts. b. Top rail and brace ends or other suitable means of connection '. c. Top rail sleeves to allow for expansion and contraction of the top rail. d. Bottom tension wire shall be 7-gauge galvanized steel wire. Fabric shall be attached to tension wire with 11-gauge galvanized steel hog rings spaced no more than 24-in on center. H . Extension Anns 1. Provide standard galvanized steel double extension aims at an angle ~f 45-degrees on all posts, including gates, suitable for connecting three strands ofbarbed wire. 2 . ~rovide three strands of 12Yi-gauge barbed wire per Section 02831 , each suitably connected to both extension arms~ along tlie entire fence line 0 iilcluding·across all gates. . . ' ·: ·. . . . . PART 3 EXECUTION 3.01 INSTALLATION A . Set all posts as recommended by manufacturer or as otherwise shown on the Drawings. After setting and plumbing posts, fill holes with 2,500-psi concrete as specified in Section 03300. Crown top surface of concrete to shed water. Brace all terminal posts horizo.ntally with sections used for top rail. The top rail shall extend through all line posts to form a continuous brace from end to end of each stretch of fence, be securely fastened at the end of each run, and have joints niade with ex,pansion sleev~ ,couplings not less than .6-in long. END OF SECTION F62142S02830 .doc 02830-4 April2010 l. ' I • I t l l l l J -J • J City of Fort Worth Westside 54" RW Pipeline Project SECTION 02831 BARBED WIRE FENCES AND GATES PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals necessary and install the permanent and temporary barbed wire fence with steel posts as shown on the Drawings and as specified herein . 1.02 RELATED WORK A. Earthwork and Trenching, Backfilling and Compaction are included in Sections 02200 and 02221, respectively. 1.03 SUBMI'ITALS A. Submit to the Engineer, in accordance with Section 01300, shop drawings showing layout and details of construction and erection of fence and accessories required . 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM A53 -Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, · Welded and Seamless. 2. ASTM A121 -Standard· Specification for Zinc-Coated (Galvanized) Steel Barbed Wire . 3. ASTM A123 -Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. 4 . ASTM A153 -Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. 5. ASTM A641 -Standard Specification for Zinc-Coated (Galvanized) Carbon Steel Wire. 6. ASTM A 702 -Standard Specification for Steel Fence Posts and Assemblies. B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. PART 2 PRODUCTS 2.01 MATERIALS A. General 1. Use only new steel. Do not use rerolled or open seam material. F62142S0283 I .doc 02831-1 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 2. When galvanized steel sections, wire, or other items are specified, provide galvanizing per the appropriate referenced standard or as directed by the Engineer. 3. When painting is specified , use an appropriate Engineer approved anticorrosive coating. 4. Fort items not specified herein use the size, weight, length, etc ., shown on the Drawings or as directed by the Engineer. B. Steel Posts and Braces 1. Where specified/shown or directed use steel pipe in accordance with ASTM A53 for pipe posts and braces as indicated on the Drawings. Post length and weight shall be as noted on the Drawings. • 2. Use steel ''T" posts that meet ASTM A702 (Steel A) for line posts .~9 assemblies. All steel ''T" posts shall have anchor plates per ASTM A 702. Post length and weight shall be as noted on the Drawings . C. Gates and Gate Posts 1. Provide commercial quality galvanized or powder coated steel gates, nominal 16-foot length, as specified below at locations shown on the Drawings . 2. All gates shall include all appropriate hardware, hinges, pins, etc ., for mounting gates to posts. 3. All gates shall include a suitable rust resistant steel chain with minimum 2-inch links and a heavy duty padlock with two keys. Chain length shall be adequate for a double wrap around gate ancl gate post. · · 4. Gate Options (All New Oates for New Barbed Wire Fences Shall pe Six-Rafi .Tubular Type per Paragraph 4.c Below)- a .. Five-Slat Galvanized Steel Gates 1) Five 5-inch high horizontal slats 2) Minimum height of 48-inches 3) Combination of five full length diagonaVvertical braces 4) Minimum weight of 80 lbs. 5) Tarter Model S 516, or approved equal b. Galvanized Steel Wire Filled Tubular Stockade Gates 1) Constructed of minimum 17-gauge 1 5/8-inch diameter steel tubing: minimum three horizontal members, top and bottom of gate and at top of wire fill . F62l42SOZ831.doc 02831-2 April2010 I • l ' l • L ' J City of Fort Worth Westside 54" RW Pipeline Project 2) Galvanized steel wire fill, minimum 4-gauge, wire vertical members at maximum 6-inch spacing and horizontal members at variable spacing from 2-inches to 6- inch maximum . 3) Minimum gate height of 50-inches . 4) ··American Fence & Supply Co., Model 030CSG16 , or approved equal. · c. Six-Rail Tubular Galvanized Steel Gates 1) Constructed of miniqmm 17-gauge 15/8-inch diameter steel tubing: minimum six horizontal members and two vertical end tubes with at least two vertical interior braces. · 2) Minimum gate height of 50-inches . 3) American Fence & Supply Co. Model 030TG16 , or approved equal. D. Barbed Wire 1. Furnish barbed wire in accordance with ASTM A121 , Type Z, Class l, consisting of two · twisted strands of 12 ~ gauge wire, with 2-point 14-gauge barbs spaced no more than 5- inches apart. E . Miscellaneous 1. Furnish appropriate galvanized steel wire fasteners, minimum 0.120-inch diameter, as approved by the Engineer, for connecting all barbed wire to all steel posts, etc. PART 3 EXECUTION 3.01 INSTALLATION A. Posts General.· Space· fence posts as shown on the Drawings . Set fence posts plumb and firm at the intervals, depth, and grade shown on the plans . Brace coiner and pull posts in two directions. Brace end posts and gateposts in one direction . Install a comer post where the alignment changes 30° or more. At alignment angles between 15° and 30°, brace the angle post to the adjacent line posts with diagonal tension wires. B. Fence at Grade Depressions.· At grade depressions where stresses tend to pull posts out of the ground, snub or guy the fencing at the critical point with a double 9-gauge galvanized wire. Connect the wire to the top horizontal line of the barbed wire or to the top and bottom wire of wire mesh fabric, and to a concrete deadman weighing at least 100 lb . Stretch the fence before guying and snubbing . C. Comer, End or Angle Posts . Install comer, end, or angl e post assembly before stretching the wire between posts. While drawing barbed wire and wire fabric taut, fasten all wires to all posts using appropriate galvanized steel fasteners, or as shown on the Drawings . D. Pull Posts. Install pull post assemblies at 500-ft . intervals for steel ''T" posts and at 1,000-ft . intervals for wood posts. F62l42S02831 .doc 02831-3 April 2010 City of Fort Worth Westside 54" RW Pipeline Project E. Installing Posts . Steel lj.ne ''T" posts may be driven provided driving does not damage the posts . Steel corners, ends , pull posts , and braces must be set in concrete footings crowned at the top to shed water. Thoroughly tamp backfill in 4-inch layers . Notch timber posts as shown in the Drawings. F. Connections to Existing Fences. Where _shqwn on _the Drawings, connect new fences to existing fences as shown on the Drawings or as directed by the Engineer. Generally, set a new end post assembly as close as possible to an existing post and connect the two posts by tightly wrapping barbed wire around them at each strand of new wire . G. Gates. All gates shall be solidly and .appropriately mounted using hardware furnished by the gate supplier, or as approved by the Engineer. Upon installation , gates shall be level and shall swing freely, or shall be adjusted accordingly as directed by the Engineer. Provide both padlock keys to property owner. H . Touch-Up Painting .. After installation of painted posts, braces, ~tc., spot-coat/touch-up damaged areas with the · same paint color. Use paint with at least the same anticorrosive properties as the original paint. I. Permanent Barbed Wire F~nce. Permanent fencing shall consist of five (5) strands of barbed wire with corner, end, brace -and pull posts, gates and aU ancillary items as specified _and shown on the Drawings . J. Temporary Barbed Wire Fence. Temporary fencing shall consist of three (3) strands of _barbed wire with steel line posts spaced at 15-foot centers, with wire stays at the mid-point of line post spans. Gate and ·end p~~ts shall consist of 6-inch diameter treated .timber posts set in concrete and suitably braced as directed by the Engineer. Pull posts consisting of 6-inch diameter treated timber posts suitably braced as directed by the Engineer shall be installed at maximum of 500- foot spacing. Install temporary fencing at grade depressions similar to requirements for permanent fencing, or as directed by the Engineer. Gates for temporary fencing shall be furnished and installed as specified herein . Gates installed .in temporary fenciµg may be r~moved and installed in permanent fencing if they are not damaged by the Contractor's operations, as c;lirected by tµe Engineer. END OF SECTION F62142S02_83 l .doc 02831-4 April 2010 J . l • ' . City of Fort Worth Westside 54" RW Pipeline Project SECTION 02900 PULVERIZED CEMENT STABILIZED FLEXIBLE BASE PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals necessary to provide pulverized cement stabilized flexible base and tack coat as detailed on the Drawings and specified herein. B. All applicable provisions of TxDOT' s "Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges", Item No. 275 "Cement Treatment (Road Mixed)" shall govern the work. 1.02 QUALITY ASSURANCE · A. The sampling and testing of the materials shall be made at the expense of the Owner. In the event the sampling and testing does not comply with the specifications, all subsequent testing of the material, in order to determine if the material is acceptable; shall be furnished and paid by the Contractor, as directed by the Engineer. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION 3.01 PULVERIZING EXISTING FLEXIBLE BASE A. Contractor shall pulverize the existing pavement to a depth of eight (8) inches. After pulverization is completed, Contractor shall temporarily remove and store the 8-inch deep pulverized material, then cut the subgrade/base 2-inches to provide depth for the new 2-inch HMAC surface. The 2-inch subgrade/base ctit shall start at a depth of 8-inches from the existing pulverized surface. After the undercut operation is completed, the temporarily stored 8-inch deep pulverized material shall be returned to the excavation. Gradation of the pulverized material prior to cement treatment shall be: 100 percent shall pass a one- inch sieve and 60 percent shall pass a No . 4 sieve prior to spreading cement. B. If the existing pavement has a combination of ten (10) inches of HMAC arid crushed stone/gravel, undercut will not be required. The Contractor shall pulverize the 10-inches, and the 2-inch cut will be taken, from the 10-inch pulverized material.· C. In case of high crown, the Contractor shall pulverize the existing crown and pavement. The Engineer will determine the appropriate undercut depth to meet the Owner's standard. D. The maximum amount of existing asphalt concrete pavement in the mixture shall be at the discretion of the Engineer. E. After the above processes are performed, the Contractor shall shape the pulverized material to the appropriate line and grade. F62 I 42S02900.doc 02900-1 April20IO City of Fort Worth Westside 54" RW Pipeline Project F . Samples of the pulverized material will be tested for gradation as directed by the Engineer. Testing will be at a minimum of one test per 300 linear feet per lane . G. In areas where combination of existing HMAC surfacing and base material is less than 8-inches, additional material meeting TxDOT Item 247 Type A Grade l, shall be added as directed by the Engineer . 3.02 CEMENT STABll..IZATION A. Upon Engineer's approval of the pulverized flexible base, a Portland cement slurry shall be applied using a paddle agitated truck to the pulverized material at a rate of 54 pounds per square yard, 8-inches in depth. The Engineer or his authorized representative will observe the cement treatment and collect . delivery tickets from each transport truck. Cement quantities used will be verified, with respect to areas being treated. - B. Cement shall be applied only to such an area that all the operations can be continuous and completed, including cement treatment, final mixing, shaping and compaction, in daylight, within six (6) hours of cement application . C. The Contractor shall blade to grade and compact the pulv~rized _cement treated material to 95 percent ASTM D 1557 (Modified Proctor) density at -2% _to +2% of optimum moisture content. D. After the cement treated base has cured for forty eight ( 48) hours, provide machinery (minimum 12 ton steel wheel vibratory roller) to roll the surface of the cement treated material to induce hairline cracks ("micro-cracks"). Amplitude of vibrating will be at the c;liscretion of the Engineer. Micro- cracking will be used to reduce shrinkage, cracking in the cement treated material, and reduce reflective cracking through the asphalt cement surface overlay. E. After rolling , the cement treated base shall then be moist cured as directed by the Engineer for at least 7-days prior to application of the tack coat. A moist condition must be maintained by watering the compacted surface as needed to minim ize surface drying and cracking prior to placement of tack coat and surfacing. F . Roller shall be in accordc\Ilce with TxDOT' s "Stand1:ll'd Specifications for Construction and Maintenance of Highways, Streets, and .Bridges" Item No. 210 "Rolling". Operate roller at walking speed (2 to 3 mph). Generally one (1) to four ( 4) passes of the roller are required to create.the micro- cracks. One pass is down and back. 3.03 HOT :tv.DXED _ASPHALTIC CONCRETE SURFACING A. Upon Engineer's approval of the cement stabilized flexible base, Contractor shall prime the base and allow proper penetration and curing as directed by the Engineer. Upon Engineer's approval, tack cost shall be applied, and the Contractor sh1:tll th~n imme9,iately overlay the micro-cracked stnface with 2- inch HMAC surface course. The work shall be in accordapce wi_th _TxDot' s "Standard S~ifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos . 300 "Asphalts, Oils, and Emulsions", 310 ''Prim~ Coat", and -I~m -340 ~·Dense-Graded Hot-Mix Asphalt (Method)". B . Asphalt materials and .the application rates for prime ·and tack c~ats shall be suitable for the base material, ambient t~mperature and other job relatec;l conditions as approved by the Engineer. 3.04 PENALTIES . . A. if the Contractor fails to begin the 2~inch HM.AC surface course work w.it,iin seven (7) Calendar Days after the Engineer approves the flexible base , a $200 dollars Liquidated Damage will be assessed per day . F62142S02900 .doc 02900-2 Ap ri l2010 • l 'l ' l City of Fort Worth Westside 54" RW Pipeline Project 3.05 PAYMENT A. The unit price bid per square yard for pulverized cement stabilized flexible base (Bid Item No. 20) shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, add cement and mix with base material, compaction, haul off, sweep, dispose of the undercut material, prime coat and all other operations necessary to complete the work as detailed and specified. B. The unit price bid per ton for additional flexible base material added to provide a uniform minimum base thickness of 8-inches shall be full compensation for furnishing all labor, materials, equipment and all operations required to incorporate the new base material into the existing material. C . The 2-inch HMAC overlay with tack coat over the cement stabilized flexible base is covered under Bid Item No. 19. END OF SECTION F62 I 42S02900 .doc 02900-3 April 2010 I I l I l; I J l J ' l DIVISION3 CONCRETE ' I ! I ' ; l , C J L j City of Fort Worth Westside 54" RW Pipeline Project PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 03100 CONCRETEFORMWORK A. Furnish all labor, materials, equipment and incidentals required and design, install and remove formwork for cast-in-place concrete complete as shown on the Drawings and as specified herein . B. Secure to forms or set for embedment all miscellaneous metal items, sleeves, reglets, anchor bolts, inserts, waterstops, hatches and other items furnished under other Sections and required to be cast into concrete. 1.02 RELATEDWORK A. Concrete reinforcement is included in Section 03200 . B . Concrete joints and joint accessories are included in Section 03250 . C. Cast-in-place concrete is included in Section 03300. D. Concrete finishes are included in Section 03350. E. Grout is included in Section 03600 . F. G. 1.03 Modifications to existing concrete are included in Section 037 40. Miscellaneous metals are furnished under Sections 05500 . SUBMIITALS A. Submit, in accordance with Section 01300, shop drawings and product data showing materials of construction and details of installation for: 1. Form release agent 2. Form ties 3. Location and sequence of concrete placement. B. Review will be for appearance, performance and strength of the completed structure only . Approval by the Engineer will not relieve the Contractor of responsibility for the strength , safety or correctness of methods used, the adequacy of equipment, or from carrying out the work as shown on the Drawings and as specified herein . F62 l 42S03 I 00.doc 03100-1 April2010 City of Fort Worth Westside 54" RW Pipeline Project C. Sample Substrate 1. Demonstrate to the Engineer on a designated area of the concrete substructure exterior surface that the form release agent will not impair the bond of paint, sealant, waterproofing, dampproofing, or other coatings and will not affect the forming materials. D. Certificates 1. Submit completed PE Certification Form for design of formwork in accordance with Section 01300. The PE Certification Form shall be completed and stamped by a professional engineer registered in the State of Texas. 2. Certify that form release agent complies with Federal, State and local VOC limitations. 1.04 REFERENCE STANDARDS A. American Concrete Institute (ACI) 1. ACI 301 -Specifications for Structural Concrete 2. ACI 318 -Building Code Requirements for Structural Concrete 3. ACI 347 -Guide to Formwork for Concrete B. APA-The Engineered Wood Association (APA) 1. Material grades and designations as specified C. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply . [1.05 QUALITY ASSURANCE] 1.06 SYSTEM DESCRIPTION A. Structural design responsibility: Contractor shall provide all form~ and shoring designed by a professional engineer registered in the State of Texas. De~ign and .erect formwork in accordance with the requirements of ACI 301, ACI 318 and ACI 347 . Comply with all applicable regulations and codes . Consider any special requirements due to the use of plasticized and/or retarded set concrete. [1.07 DELIVERY, STORAGE AND HANDLING] [1 .08 PROJECT/SITE REQUIREMENTS] [1.09 MAINTENANCE] PART 2 PRODUCTS 2.01 GENERAL F62l42S03100.doc 0~100-2 April 2010 I ' • J . I l ' l l l L J City of Fort Worth Westside 54" RW Pipeline Project A. The usage of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configurations desired. 2.02 MATERIALS A. Forms, General 1. Make forms for cast-in-place concrete of wood, steel or other approved materials, except as specified in Paragraphs 2.02B and 2.02C.2. Construct wood forms of sound lumber or plywood free from knotholes and loose knots. Construct steel forms to produce surfaces equivalent in smoothness and appearance to those produced by new plywood panels. Design and construct all forms to provide a flat, uniform concrete surface requiring no grinding, repairs, or finishing except as specified in Section 03350. B. Forms for Exposed Concrete 1. Make forms for all exposed and non-submerged exterior and interior concrete of new and unused Plyform exterior grade plywood panels manufactured in compliance with the AP A and bearing the AP A trademark. Provide B grade or better veneer on all faces to be in contact with concrete. Design and -construct all forms to provide a flat, uniform concrete surface requiring no grinding, repairs, or finishing except as specified in Section 03350. 2. Provide rigid forms that will not deflect, move, or leak. Design forms to withstand the high hydraulic pressures resulting from rapid filling of the forms and heavy high frequency vil>ration of the concrete. Limit deflection to 1/400 of each component span. Lay out form joints in a uniform pattern . 3; Dress and match boards. Sand plywood smooth and fit adjacent panels with tight joints. Tape,.gasket, plug, and/or caulk all joints and gaps in forms to provide watertight joints that will withstand placing pressures without exceeding specified deflection limit or creating -surface patterns. 4. Provide %-inch chamfer on all comers unless otherwise indicated. C. Provide rustications as indicated. Mill and plane smooth moldings for chamfers and rustications . Provide rustications and chamfer strips of nonabsorbent material, compatible with the form surface and fully sealed on all sides to prevent the loss of paste or water between the two surfaces . D. Form Release Agent. Coat all form surfaces in contact with concrete with an effective, non-staining, non-residual, water based, bond-breaking form coating unless otherwise indicated or specified. Form release agent shall not impair the bond of paint, sealant, waterproofing, dampproofing or other coatings. E.· FormTies 1. Coil and Wire Ties: Provide ties manufactured so that, after removal of the projecting part, no metal remains within 1-1/2-in of the face of the concrete. The part of the tie to be removed shall be at least 1/2-in diameter or be provided with a plastic or wooden cone at least 1/2-in diameter and 1-1/2-in long. Provide cone washer type form ties in concrete exposed to view . 2. Flat Bar Ties for Panel Forms: Provide ties that have plastic or rubber inserts with a minimum depth of 1-1/2-in and manufactured to permit patching of the tie hole. F62142S03100.doc 03100-3 April2010 City of Fort Worth Westside 54" RW Pipeline Project 3. Do not use common wire for fonn ties . 4. Alternate fonn ties consisting of tapered through-bolts at least 1-in in diameter at smallest end or through-bolts that utilize a removable tapered sleeve of the same minimum size may be used . Install in fonns so that large end is, where applicable, on the liquid or backfilled side of the wall. Clean, fill and seal fonn tie hole with non-shrink cement grout to provide watertight fonn tie holes and make all repairs needed to make watertight. PART 3 EXECUTION 3.01 GENERAL A. Provide fonns for all cast-in-place concrete including sides of footings . Construct and place fonns to provide concrete of the shape, lines, dimensions and appearance indicated. B. Provide removable panels at the bottom of fonns for walls and columns to allow .cleaning, . inspection and joint surface preparation. Provide closable intennediate ipspection ports in fonns for walls. Provide tremies and hoppers for placing concrete .and to allow concrete sampling, · . prevent segregation and prevent the accumulation of hardened concrete on the fonns and reinforcement above the fresh concrete. C. Place molding, bevels, or. other types of chamfer strips to produce blackouts,. 11.JStications, or chamfers as indicated on the Drawings or as : specified herein. ,Provide ch~er strips at horizontal and vertical projecting comers to produce a 3/4-:in chamfer. PJ:ovide rectangular moldings at locations requiring sealants where shown on the Drawings or specified her~in. D. Provide rigid fonns to withstand construction loads and vibration and meeting specified deflection limits and tolerances. Construct fonns so that the concrete will not be damaged by fonn removal. E . Accessories which remain embedded in the concrete after fonnwork removal will be subject to the approval of the Engineer. Pennanent embedments shall have sufficient concrete cover or be of suitable materials for the exposul'.e condition as approved py the a11gineer .. Remove unsatisfactory embedded items at no additional cost to the Owner. 3.02 FORM TOLERANCES . A. Design, construct and surface fonns in accordance with ACI 347 and meet the following additional requirements for the specified finishes . B. Forms for Exposed Concrete: Edges of all fonn panels in contact with 9oncrete flush within 1/8-in and forms for plane surfaces plane within 1/8-in in 4-ft. Maximum dexiation of th,e finisQ~ surface at ari.y point not to exceed 1/4-in from the intended surface indicated. Arrange fonn panels symmetrically and orderly to minimize the number of seams . Provide tight fonns to prevent th,e passage of mortar, water , and grout. C. Fonned Surface Not Exposed to View or Buriecl: Class "C" Surface p~r ACI 347.. :, : . ' ., D .. Formed Surface Including Mass Concrete, Pipe EncaseQ:tent, and Oth,er ~imilar Insta,llations : No minimum requirements for surface irregularities and surface alignment. The overall dimensions of .... · the concrete. shall be plus or minus 1-in from the .intended surface indicated .. F62142S03.1 00 .doc 03100-4 Ap ri12010 · . J . j l J l. L J City of Fort Worth Westside 54" RW Pipeline Project 3.03 FORMPREPARATION A. Clean, repair, remove projecting nails and fill holes, and smooth protrusions on all form surfaces to be in contact with concrete before reuse. Do not reuse forms for exposed concrete unless a "like new" condition of the form is maintained that will produce surfaces equivalent in smoothness and appearance to those produced by new plywood panels . B. Coat wood forms in contact with concrete using form release agent prior to form installation . C. Clean steel forms by sandblasting or other method to remove mill scale and other ferrous deposits from the contact surface of all forms . Coat steel forms in contact with concrete using fonn release agent prior to form installation . 3.04 REMOVAL OF FORMS A. Be responsible for all damage resulting from removal of forms and make repairs at no additional cost to the Owner. Leave in place forms and shoring for horizontal structural members in accordance with ACI 301 and ACI 347 . Conform to the requirements for form removal specified in Section 03300 . 3.05 INSPECTION A. Notify the Engineer when the forms are complete and ready for inspection, at least six working hours prior to the proposed concrete placement. The Engineer will inspect the forms to ensure overall conformance with the contract documents. B. Failure of the forms to comply with the requirements specified, or to produce concrete complying with requirements specified shall be grounds for rejection of that portion of the concrete work. Repair or replace rejected work as directed by the Engineer at no additional cost to the Owner. Such repair or replacement shall be subject to the requirements of these Specifications and approval of the Engineer. END OF SECTION F62l42S03l00.doc 03100-5 April 2010 . l l j l j LJ City of Fort Worth Westside 54" RW Pipeline Project PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 03200 CONCRETE REINFORCEMENT A. Furnish all labor, materials, equipment and incidentals required and install all concrete reinforcement complete as shown on the Drawings and as specified herein, including dowels embedded into concrete for masonry. B. Furnish only deformed steel reinforcement required to be entirely built into masonry construction specified in Section 04200 . 1.02 RELATED WORK · A. Concrete formwork is included in Section 03100. B. Concrete joints and joint accessories are included in Section 03250 . C. Cast-in -place concrete is included in Section 03300 . D. Grout is included in Section 03600 . E. Modifications to existing concrete are included in Section 03740. 1.03 SUBMITTAL A. Submit, in accordance with Section 01300, shop drawings and product data showing materials of construction and details of installation for: 1. Reinforcing steel. Drawings for fabrication, bending, and placement of concrete reinforcement shall conform to the recommendations of ACI 315 for placement drawings and as specified herein . a. Placement Drawings . For walls, show elevations from the outside, looking towards the structure, at a minimum scale of 1/4-in to one foot. For slabs, show top and bottom reinforcement on separate plan views, as needed for clarity. For beams and columns , show schedules with sections and/or elevations and stirrup/tie spacing. Show additional reinforcement around openings, at comers and at other locations indicated , diagrams of bent bars, arrangements and assemblies, all as required for the fabrication and placement of concrete reinforcement. Reference bars to the same identification marks shown on the bar bending details. Identify bars to have special coatings and/or to be of special steel or special yield strength . b. Bar bending details . Reference bars to the same identification marks shown on the placement drawings. Identify bars to have special coatings and/or to be of special steel or special yield strength . F62142S03200.doc 03200-1 April 2010 City of Fort Worth Westside 54" RW Pipeline Project B. Submit, in accordance with Section 01300, Test Reports of each of the following items: 1. Certified copy of mill test on each heat of each steel proposed for use showing the physical properties of the steel and the chemical analysis . 2. Welder's certification in accordance with A WS D 1.4 when welding of reinforcement is indicated, specified, or approved. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM A184 -Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement. 2. ASTM A185 -Standard Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement. 3. ASTM A615 -Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement. 4. ASTM A 706 -Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. B. American Concrete Institute (ACI) 1. ACI 301 -Specifications .for Structural Concrete. 2. ACI 315 -Details and Detailing of Concrete Reinforcement. 3. ACI 318 -Building Code Requirements for Structural Concrete. 4. SP-66 (ACI 315) ACI Detailing Manual . C. : Concrete Reinforcing · Steel Institute (CRSI) 1. Manual of Standard Practice. D. American Welding Society (A WS) 1. A WS D 1.4 Structural Welding Code -Reinforcing Steel. E. .Where reference is made to one of the above standards, the revision in effect at the time of bid ·opening shall apply . [1.05] QUALITY ASSURANCE 1.06 DELIVERY, HANDLING, AND STORAGE A. Provide reinforcement free from mill scale, rust, mud, dirt, grease, oil, ice, or other foreign matter. F62142S03200.doc 03200-::2 April 2010 • j -j l j ' j -j City of Fort Worth Westside 54" RW Pipeline Project B. Ship and store reinforcement with bars of the same size and shape fastened in bundles with durable tags, marked in a legible manner with waterproof markings showing the same "mark" designations as those shown on the submitted placement drawings .. Tags for ASTM A 706 reinforcing and for ASTM A615 reinforcing meeting the requirements of Paragraph 2.0lC.1 shall indicate that the reinforcing is weldable. C. Store reinforcement off the ground, protect from moisture and keep free from rust , mud , dirt , grease, oil, ice, or other injurious contaminants . PART 2 PRODUCTS 2.01 MATERIALS A. Provide new materials of domestic manufacture complying with the following material specifications. B. Defonned Concrete Reinforcing Bars: ASTM A615, Grade 60 deformed bars. C. Deformed Concrete Reinforcing Bars required on the Drawings to be Field Bent or Welded: ASTMA706 .. . 1. ASTM A615, Grade 60 may be substituted for ASTM A706 subject to the following : a. The actual yield strength of the reinforcing steel based on mill tests does not exceed the specified yield strength by more than 18,000 psi. Retests not to exceed this value by more than an additional 3,000 psi . b. The ratio of the actual ultimate tensile strength to the actual tensile yield strength of the reinforcement is not less than 1.25 . c. The carbon equivalency (CE) is 0.55 ·percent or less. D. Welded Steel Wire Fabric : ASTM A185. E. Welded Deformed Steel Wire Fabric : ASTM A497. F. Welded Plain Bar Mats: ASTM A704 and ASTM A615 Grade 60 plain bars. G. Fabricated Deformed Steel Bar Mats: ASTM A184 and ASTM A615 Grade 60 deformed bars . H. Reinforcing Steel Accessories 1. Plastic Protected Wire Bar Supports: CRSI Bar Supports, Class 1 -Maximum Protection. 2. Stainless Steel Protected Wire Bar Supports: CRSI Bar Supports, Class 2 -Moderate Protection with legs made wholly from stainless steel wire . 3. Precast Concrete Bar Supports: CRSI Bar Supports; Precast Concrete Bar Supports . Precast concrete blocks that have equal or greater strength than the surrounding concrete. F62l42S03200 .doc 03200-3 April 2010 City of Fort Worth Westside 54" RW Pipeline Project I. Tie Wire 1. Tie Wires for Reinforcement: 16-gauge or heavier black annealed wire. 2.02 FABRICATION A. Comply with the CRSI Manual of Standard Practice. B. Bend bars cold. Do not straighten or rebend bars. C. Bend bars around a revolving collar having a diameter not less than that recommended by the CRSI or ACI 318. D. Saw cut bar ends that are to be butt spliced, placed through limited diameter holes in metal, or threaded. Terminate saw cut ends in flat surfaces within 1-1/2 degrees of a right angle to the axis of the bar. PART 3 EXECUTION 3.01 INSTALLATION A. Comply with the CRSI Manual of Standard Practice for surface cqndition, bending, spacing and tolerances of placement for reinforcement. Provide the amount of reinforcing indicated at the spacing and clearances indicated on -the Drawings. B. Determine clear concrete cover based on exposure to the environment. Unless indicated otherwise on the Drawings, provide the following minimum clear concrete cover over reinforcement: 1. Concrete cast against and permanently exposed to earth: 3-in 2. Concrete exposed to soil, water, sewage, sludge and/or weather: a. Slabs (top and bottom cover), walls: 2-in b. Beams and columns (ties, spirals and stirrups): 2-in 3. Concrete not exposed to soil, water, sewage, sludge and/or weather:. a. Slabs (top and bottom cover), walls.joists, shells and folded plate members: 1-in · b. Beams and columns (ties, spirals and stirrups): 1-1/2-in ... C. Coatuncoated reinforcement which will be exposed for IDore than .60 days after place111ent with a heavy coat of neat cement slurry. · ·· · D. Do not weld reinforcing steel bars eitlier during fa,bricatipn or erection unless inqicated on the Drawings or as specified herein, or unless prior written approval has been obtained from the · . Engineer. Remove immediately all bars tliat have been welded, including tack welds, ~ithout such approval. Comply with A WS D lA when welding of reinforcement is shown on Ute Drawings, specified, or approved . F62l 42S03200.doc 03200-4 April2010 1 j 'i l l t l " l • J City of Fort Worth Westside 54" RW Pipeline Project E. Reinforcing steel interfering with the location -of other reinforcing steel, piping, conduits or embedded items may be moved within the specified tolerances or one bar diameter, whichever is greater. Obtain the approval of the Engineer if greater displacement of bars to avoid interference is needed. Do not cut reinforcement to install inserts, conduits, mechanical openings or other items without the prior approval of the Engineer. F. Secure, support and tie reinforcing steel to prevent movement during _concrete placement. Secure dowels in place before placing concrete. G. Do not field bend reinforcing unless indicated or specifically authorized in writing by the Engineer. Cold-bend bars indicated or authorized to be field bent around the standard diameter spool specified in the CRSI. Do not heat bars. Closely inspect the reinforcing steel for breaks. Replace, repair by cutting out damaged bars and splicing new bars using coupling sleeves filled with ferrous material, or otherwise repair damaged reinforcing bars as directed by the Engineer at no additional cost to the Owner. Do not bend reinforcement after it is embedded in concrete unless indicated on the Drawings. 3.02 REINFORCEMENT AROUND OPENINGS A. 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 the opening unless indicated otherwise on the Drawings. Extend each end of each bar beyond the edge of the opening or penetration by the tension development length for that bar size. 3.03 SPLICING OF REINFORCEMENT A. B. C. Provide splices as shown on the Drawings and as specified herein . Splices Indicated as Compression Splices: Provide lap splice of 30 bar diameters, but not less than 12-in unless indicated otherwise on the Drawings. Base the lap splice length for column vertical bars on the bar size in the column above. All Other Splices: Provide tension lap splices in compliance with ACI 318. Stagger splices in · adjacent bars where possible. Provide Class B tension lap splices at all locations unless otherwise indicated. D. Lap splices in welded wire fabric in accordance with the requirements of ACI 318 but not less than 12-in. Tie the spliced fabrics together with wire ties spaced not more than 24-in on center and lace with wire of the same diameter as the welded wire fabric. Offset splices in adjacent widths to prevent continuous splices. 3.04 ACCESSORIES A. Determine, provide, and install accessories such as chairs, chair bars, and the like to support the reinforcement providing the spacing and clearances indicated on the Drawings and prevent its displacement during the erection of the reinforcement and the placement of concrete . B. Use precast concrete blocks where the reinforcing steel is to be supported over soil. C. Use plastic protected bar supports or steel supports with plastic tips where the reinforcing steel is to be supported on forms for a concrete surface that will be exposed to weather, high humidity, or liquid (including bottom of slabs over liquid containing areas). Use plastic protected bar supports F62142S03200.doc 03200-5 April 2010 City of Fort Worth Westside 54" RW Pipeline Project in walls, beams and elevated slabs . Use plastic tipped metal supports in all other locations unless otherwise noted on the Drawings or specified herein . D . Provide #5 minimum size support bars. Do not reposition upper bars in a bar mat for use as support bars. E. Alternate methods of supporting top steel in slabs, .such as steel channels supported on the bonom steel or vertical reinforcing steel fastened to the bottom ,and top mats, may be used if approved by the Engineer. 3.05 INSPECTION A. Notify the Engineer when the reinforcing is complete and ready for inspection, at least six working hours prior to the proposed concrete placement. Do not cover reinforcing steel with concrete until the installation of the reinforcement, including the size, spacing and position of the reinforcement has been inspected by the Engineer and the Engineer's release to proceed with the concreting has been obtained. Keep forms open until the Engineer has completed inspection of the reinforcement. END OF SECTION F62142SOnQO.doc 03200-6 April 2010 I ' ' b l l l; • j '' ' I l J City of Fort Worth Westside 54" RW Pipeline Project SECTION 03250 CONCRETE JOINTS AND JOINT ACCESSORIES PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required and install accessories for concrete joints complete as shown on the Drawings and as specified herein . 1.02 RELATED WORK A. Concrete formwork is included in Section 03100 . B. Concrete reinforcement is included in Section 03200 . C. Cast-in-place concrete is included in Section 03300 . D. Concrete finishes are included in Section 03350. E . Grout is included in Section 03600. F . Miscellaneous metals are included in Section 05500 . 1.03 SUBMITT ALS A. Submit, in accordance with Section 01300, shop drawings and product data for: 1. Plastic Waterstops : Product data including sample, catalogue cut, technical data, storage requirements, splicing methods and conformity to CRD standards . B. Certifications 1. Certify that all materials used within the joint system are compatible with each other. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM A615 -Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement. · 2. ASTM A675 -Standard Specification for Steel Bars, Carbon, Hot Wrought, Special Quality, Mechanical Properties . 3. ASTM C920 -Standard Specification for Elastomeric Joint Sealants . 4. ASTM Dl 752 -Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction . F62142S03250.doc 03250-1 April2010 City of Fort Worth Westside 54" RW Pipeline Project B. U.S . Army Corps of Engineers (CRD) 1. CRD C572 -Specificat ion for Polyvinylchloride Waterstops. C. American Association of State Highway and Transportation Officials (AASHTO) 1. Standard Specifications for Highway Bridges D. Federal Specifications (FS) 1. FS SS-S-210A -Sealing Compound for Expansion Joints . E. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. [1.05 QUALITY ASSURANCE] 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver products in original, unopened containers displaying the manufacturer's label which shows manufacturer name, product identification, and batch number. B. Store products as recommended by the manufacturer. PART 2 PRODUCTS 2.01 GENERAL A. All materials used together in a given joint shall be compatible with one another. Coordinate selection of suppliers and products to provide compatibility . Do not use asphaltic bond breakers or asphaltic joint fillers in joints receiving sealant. B. All chemical sealant type waterstops shall be products specifically manufactured for the purpose for which they will be used, and the products shall have been successfully used in similar applications for more than five years. 2.02 MATERIALS A. Plastic Waterstops 1. Waterstops for non-expansion joints and other locations shown on the Drawings: 6-in by ·3/8-in ribbed type waterstops conforming to CRD C572 and made by extruding elastomeric plastic compound with virgin polyvinylchloride as the basic resiµs . The compound shall contain no reprocessed materials . Minimum tensile strength of waterstop 1750 psi. Waterstops shall be style FR-6380 by Paul Murphy Plastics Co., R,.oseville, MI; style 679 by Greenstreak Plastic Products, St. Louis, MO; style R6-38 by Vinylex Corp ., Knoxville, TN; or equal. B. Premolded Joint Filler . . . : 1. Premolded Joint Filler -Stnictures: . Self-expanding cork prem~lded joint filler conforming to ASTM D1752, Type ill. Prov ide 1-in thickness unless otherwise indicated on the Drawings. F62l42S03250.doc 03250-2 ApriJ2010 .. ' J ' j l l ' j City of Fort Worth Westside 54" RW Pipeline Project C. Neoprene Bearing Pads: 50 durometer confonning to AASHTO Standard Specifications for Highway Bridges . PART 3 EXECUTION 3.01 INSTALLATION A. Waterstops -General 1. Install waterstops for all joints as shown on the Drawings . Provide waterstops continuous around all comers and intersections so that a continuous seal is provided . 2. Provide a minimum number of connections or splices . 3. Secure waterstops in joints before concrete is placed. 4. Install waterstops so that half of the width will be embedded on each side of the joint. Provide waterstops completely embedded in void-free concrete . 5. Tenninate waterstops 2-in below the exposed top of walls . B. Plastic Waterstops 1. Make splices by welding in accordance with the manufacturer's recommendations. Use only manufacturer's special approved tools for welding . The finished splices shall provide a cross-section that is dense and free of porosity . After splice has cooled, spark test all splices in accordance with manufacturer's printed instructions . If splice shows any separation or lack of fusion reject the splice, recut back at least 1-in from rejected splice each side, reweld and retest. 2. Secure waterstops in wall joints before concr~te is placed. If waterstop does not incorporate aii integral fastening system~ drill holes in waterstops 1-in from each edge or between the outennost ribs at each edge . Center the waterstop in the joint. Tie both edges of the waterstop to reinforcing steel with tie wire as specified for tying reinforcing steel. Secure the waterstop centered on and perpendicular to the joint and to maintain this position during concrete placement. 3. Space waters top ties to match the spacing of the adjacen t reinforcing , but ties need not be spaced closer than 12-in on center. 4. Clamp horizontal waterstops in slabs in position with the fonn bulkhead (unless previously set in concrete). Lift the edge of the waterstop while placing concrete below the waterstop . Manually force the waterstop against and into the placed concrete and cover with fresh concrete, to provide complete encasement of the waterstop in concrete . C. Construction Joints 1. Make construction joints only at locations shown on the Drawings or as approved by the Engineer. Any additional or relocation of construction joints proposed by the Contractor must be submitted to the Engineer for written approval. Do not eliminate construction joints . F62l 42S03250.doc 03250 -3 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 2. Locate additional or relocated joints where they least impair strength of the member. In general, locate joints within the middle third of spans of s,labs, beams and girders. However, if a beam intersects a girder at the joint, offset the joint a distance equal to twice the width of the member being connected. Locate joints in walls and columns at the underside of floors, slabs, beams or girders and at tops of footings or floor slabs . Do not locate joints between beams, girders, column capitals, or drop panels and the slabs above them. Do not locate joints between brackets or haunches and walls or columns supporting them . 3. Unless indicated otherwise, provide joints perpendicular to main reinforcement. Continue reinforcing steel through the joint as indicated on the Drawings. 4. At all construction joints and at concrete joints indicated on the Drawings to be "roughened", uniformly roughen the surface of the concrete to a full amplitude (distance between high and low points and side to side) of 1/4-in with chipping tools to e~pose a fresh face. Thoroughly clean joint surfaces of loose or weakened materials by waterblasting or sandblasting and prepare for bonding. At least two hours before and ag~in shortly before the new concrete is deposited, saturate the joints with water. After glistening water disappears, coat joints with . neat .cement slurry mixed to the consistency of very heavy paste. The surfaces shall receive a coating at least 1/8-in thick, scrubbed-in by means of stiff bristle brushes. Deposit new concrete before the neat cement dries. 5. Provide waterstops in wall and slab construction joints in liquid retaining structures and at other locations shown on the Drawings. 6. Do notuse keyways in construction joints unless specific~lly shown on the Drawings or approved by the Engineer. D. Sealant 1. Install sealants in clean dry recesses free of frost, oil, grease, form release agent, loQse material, laitance, dirt, dust and other materials which will impair bond at the locations shown on the Drawings. Apply seal~t conforming to the manufacturer's recommendations including . concrete cure, temperature, moisture, mixing, primer, primer cure time, joint and recess preparation, tooling, and curing. Apply masking tape to ea~h. side of the jc;,int prior to the installation of the sealant and remove afterwards along with any spillage ~o leave a sealant installation with neat straight edges. E. Compressible Joint Filler 1. Install compressible joint filler in conformance with the manufacturer's recommendations; including surface preparation, adhesive installation, heat welding and set time. END OF SECTION ,I F62 l 42S03250 .doc 03250-4 April2010 l. l ' . ) l j l I t J ' j ' j City of Fort Worth Westside 54" RW Pipeline Project PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 03300 CAST-IN-PLACE CONCRETE A. Furnish all labor, materials, equipment, and incidentals required and install cast-in-place concrete complete as shown on the Drawings and as specified herein . B. Field sampling, testing, inspection and related laboratory tests will be provided by the Owner . 1.02 RELATED WORK A. Watertightness test for water containing structures is included in Section 01480. B. Concrete formwork is included in Section 03100. C. Concrete reinforcement is included in Section 03200 . D. Concrete joints and joint accessories are included in Section 03250. E. Concrete finishes are included in Section 03350 . F. Grout is included in Section 03600. G. Modifications to existing concrete are included in Section 03740. H. Miscellaneous metals are included in Section 05500. 1.03 SUB1\1ITT ALS A. Submit, in accordance with Section 01300, product data for: 1. Sources of cement, fly ash, aggregates, and batched concrete. 2. Air-entraining admixture . Product data including catalogue cut, technical data, storage requirements, product life, recommended dosage, temperature considerations and conformity to ASTM standards . 3. Water reducing admixture. Product data including catalogue cut, technical data, storage requirements, product life, recommended dosage, temperature considerations and conformity to ASTM standards. 4. Sheet curing material. Product data including catalogue cut, technical data and conformity to ASTM standard . 5. Material Safety Data Sheets (MSDS) for all concrete components and admixtures. F62l42S03300.doc 03300-1 April 2010 City of Fort Worth Westside 54" RW Pipeline Project B. Samples 1. Fine and coarse aggregates if requested for examination by the Engineer. C. Test Reports 1. Aggregates: Conformance to ASTM standards, including sieve analysis , mechanical properties, deleterious substance content, and mortar bar expansion test results. 2. Cement and fly ash: Conformance to ASTM standards, including chemical analysis and physical tests. 3. Concrete mixes: For each formulation of concrete proposed for use, submit constituent quantities per cubic yard, water cementitious ratio, air content, concrete slump, type and manufacturer of cement and type and manufacturer of fly ash. Provide either Paragraph a. or b., below, for each mix proposed. a. Standard deviation data for each proposed concrete mix based on statistical records . Provide the following for each strength data point used in the calculation of the standard deviation for determination of the minimum required average strength: 1) Date of sampling and name of testing laboratory. 2) Name of concrete batch plant. 3) Water cementitious ratio. 4) Slump of batch. 5) Air content of batch. 6) Compressive strengths of all cylinders tested at that age in that batch. 7) If available, temperature and unit weight of batch. Provide data from projects not more strictly controlled than outlined in these specifications. Provide summary sheet showing all pertinent data and the computation of the standard deviation. b. Water cementitious ratio curve for concrete mixes based on laboratory tests. Provide average cylinder strength test results at seven, 14, and 28 days for laboratory concrete mix designs. D. Certifications . 1. . Certify that admixtures used in the same c<;>ncrete mix are compatible with each otlier and the aggregates . 2. Certify that the Contractor is not associated with the independent testing laboratory proposed for use by the Contractor nor does the Contractor or officers of the Contractor's organization have a beneficial interest in the laboratory . F62 l42S03300.doc 03300-2 April 2010 ' I i J 'l l j L l 'J 'l • l City of Fort Worth Westside 54" RW Pipeline Project 3. Certificate of conformance for concrete production facilities from the NRMCA. E. Qualifications 1. Independent Testing Laboratory a. Name and address b. Names and positions of principal officers and the name, position, and qualifications of the responsible registered professional engineer in charge. c. Listing of technical services to be provided. Indicate external technical services to be provided by other organizations . d. Names and qualifications of the supervising laboratory technicians. e. Statement of conformance provided by -evaluation authority defined in ASTM Cl077. Provide report prepared by evaluation authority when requested by the Engineer. f. Submit as required above for other organizations that will provide external technical services . 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM C31 -Standard Practice for Making and Curing Concrete Test Specimens in the Field . 2. ASTM C33 -Standard Specification for Concrete Aggregates . 3. ASTM C39 -Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens . 4. ASTM C42 -Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. 5. ASTM C94 -Standard Specification for Ready-Mixed Concrete . 6. ASTM C138 -Standard Test Method for Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete . 7. ASTM C 143 -Standard Test Method for Slump of Hydraulic -Cement Concrete 8. ASTM Cl50 -Standard Specification for Portland Cement 9. ASTM C 171 -Standard Specification for Sheet Materials for Curing Concrete 10. ASTM C 173 -Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method . F62l42S03300.doc 03300-3 April 2010 · City of Fort Worth Westside 54" RW Pipeline Project 11. ASTM Cl92-Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory. 12. ASTM C23 l -Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method . 13 . ASTM C260 -Standard Specification for Air-Entraining Admixtures for Concrete. 14. ASTM C311 -Standard Test Methods for Sampling and Testing Fly Ash or Natural Pozzolans for use in Portland Cement Concrete. 15 . ASTM C494 -Standard Specification for Chemical Admixtures for Concrete. 16. ASTM C618 -Standard Specification for Coal Fly Ash .and Raw or Calcined Natural Pozzolan for Use in Concrete. 17. ASTM Cl 077 -Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation. 18. ASTM Cl260 -Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar- Bar Method). 19. ASTM E329 -Standard Specification for Agencies Engaged in Construction Inspection and/or Testing. B. American Concrete Institute (ACI) .1. ACI 211.1 -Standard Practice for Selecting Proportions for Normal, Heavyweight and Mass Concrete. · 2. ACI 232.2R -Use of Fly Ash in Concrete . 3. ACI 304R -Guide for Measuring, Mixing, Transporting and Placing Concrete .. 4. ACI 304.2R -Placing Concrete by Pumping Methods . 5. ACI 305R -Hot Weather Concreting. 6. ACI 306R -Cold Weather Concreting. 7 . ACI 350 -Code Requirements for Environmental Engineering Concrete Structures and Commentary. C. National Ready Mixed Concrete Association (NRMCA) ' 1. Quality Control Manual, Section 3 -Certification of Ready Mixed Concrete Production Facilities . D. Truck Mixer Manufacturers Bureau (TMMB) 1. TMMB 100 -Truck Mixer, Agitator and Fron t Discharge Concrete Carrier Standards . F62l42S03300.doc 03300-4 . April 2010 . 1 . I • J . ; t J '' City of Fort Worth Westside 54" RW Pipeline Project E . Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply . 1.05 QUALITY ASSURANCE A. Comply with ACI 350 and other stated specifications, codes and standards . Apply the most stringent requirements of other stated specifications, codes, standards, and this Section when conflicts exist. B. Independent testing laboratory shall meet the requirements of AS1M E329 and ASTM C1077 and be acceptable to the Engineer. Laboratories affiliated with the Contractor or in which the Contractor or officers of the Contractor's organization have a benefic ial interest are not acceptable . C. Use only one source of cement and aggregates for the project. Provide concrete uniform in color and appearance. D. If, during the progress of the work, it is impossible to secure concrete of the specified workability and strength with the materials being furnished, the Engineer may order such changes in proportions or materials ; or both, as may be necessary to secure the specified properties . Make all changes so ordered at no additional cost to the Owner . E. If, during the progress of the work, the materials from the sources originally accepted change in characteristics, make, ·at no additional cost to the Owner, new acceptance tests of materials and establish new concrete mixes with the assistance of an independent testing laboratory . F. All field testing and inspection services and related laboratory tests required will be provided by the Owner. The cost of such work will be paid for by the Owner; ·Methods of testing will comply with the latest applicable ASTM methods . The following items will be tested by the Owner to verify conformity with th is Section . 1. Concrete placements -compressive strength (cylinders), compressive strength (cores), temperature , slump, and air content. 2. Other materials that may require field testing . G. Samples of constituents and of concrete as-placed will be subjected to laboratory tests by the Owner. All materials incorporated in the work shall conform to accepted samples . 1.06 DELIVERY, STORAGE AND HANDLING A. Cement: Store in weathertight buildings, bins or silos to provide protection from dampness and contamination and to prevent warehouse set. B. Aggregate : Arrange and use stockpiles to prevent segregation or contamination with other materials or with other sizes of like aggregates . Build stockpiles in successive horizontal layers not exceeding three feet in thickness. Complete each layer before the next is started . Do not use frozen or partially frozen aggregate . C. Sand : Arrange and use stockpiles to prevent contamination. Allow sand to drain to a uniform moisture content before using . Do not use frozen or partially frozen sand. F62 I 42S03300.doc 03300-5 April 2010 City of Fort Worth Westside 54" RW Pipeline Project D. Admixtures: Store in closed containers to prevent contamination, evaporation or damage. Provide agitating equipment to uniformly disperse ingredients in admixture solutions which tend to separate . Protect liquid admixtures from freezing and other temperature changes which could adversely affect their characteristics. E . Fly Ash: Store in weathertight buildings, bins or si~os to provide protection from dampness and contamination. F. Sheet Curing Materials : Store in weathertight buildings or off the ground and under cover. PART 2 PRODUCTS 2.01 GENERAL A. The use of manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired . B. Like .items of materials shall be the end products of one manufacturer in order to provide standardization for appearance, maintenance and manufacturer's service. 2.02 MATERIALS A. Materials shall comply with this Section and any applicable State or local requirements . B. Cement: Domestic portland cement conforming to ASTM C150. Cement shall be low alkali cement. Do not use air entraining cements. Cement brand mµst be approved by the Engineer and one brand shall be used throughout the work. Provide the following type of cement: 1. All Concrete Classes -Type I/II. C. Aggregates: 1. Fine Aggregate: Washed inert natural sand conforming to ASTM C33. 2. Coarse Aggregate: Well-graded crushed stone or washed gravel conforming to ASTM C33. Grading requirements as listed in ASTM C33, Table 2 for the specified coarse aggregate size numberJisted in Table 1 herein. Limits of deleterious substances and physical property requirements as listed in ASTM C33, Table 3 for severe weathering regions. Do not use coarse aggregates known to be deleteriously -reactive with alkalis in cement. . 3. The fine and coarse aggregates used shall not cause expansi9n of mortar bars greater th1:µ1 0.1 percent in 16 days when tested in accordance with ASTM C1260 and using the cement proposed for the project. If aggregates proposed for use do not meet this requirement, then satisfy [either] ~· [orb]. below. . · a. TotaLequivalent alkali content of the cement used shaU not exceed 0.60 percent as . provided in the Optional Chemical Requirements of ASTM C150. D ... Water: Potable water free of oil, acid, alkali, salts, chlorides (except those attributable to dtinking water), organic matter, or other deleterioµs substances. F62 l.42S03300.doc 03300-6 Ap~2010 r - J I I l J l' 'J 'l • J City of Fort Worth Westside 54" RW Pipeline Project E. Admixtures: Use admixtures free of chlorides and alkalis (except for those attributable to drinking water). The admixtures shall be from the same manufacturer when it is required to use more than one admixture in the same concrete mix. Use admixtures compatible with the concrete mix including other admixtures [and made for use in concrete in contact with potable water after 30 days of concrete curing]. 1. Air Entraining Admixture: Conforming to ASTM C260. Proportion and mix in accordance with manufacturer's recommendations. 2. Water Reducing Admixture: Conforming to ASTM C494, Type A. Proportion and mix in accordance with manufacturer's recommendations . 3. Do not use admixtures causing retarded or accelerated setting of concrete without written approval from the Engineer. Use retarding or accelerating water reducing admixtures when so approved. F. Fly Ash: Class F fly ash complying with ASTM C618, including the requirements of Table 1 but with the Loss of Ignition (LOI) limited to 3 percent maximum and the optional physical requirements of Table 3. Test in compliance with ASTM C3 l l with a minimum of one sample weighing four pounds taken from each 200 tons of fly ash supplied for the project. G . Sheet Curing Materials: Waterproof paper, polyethylene film or white burlap-polyethylene sheeting, all conforming to ASTM C 171. 2.03 :MIXES A. An independent testing laboratory engaged by and at the expense of the Contractor shall establish concrete mixes and perform all sampling and laboratory testing of products and materials. B. Select proportions of ingredients to meet the design strength and materials limits specified in Table 1 and to produce placeable, durable concrete conforming to these specifications. Proportion ingredients to produce a homogenous mixture which will readily work into comers and angles of forms and around reinforcement without permitting materials to segregate or allowing free water to collect on the surface. C. Base concrete mixes on standard deviation data of prior mixes with essentially the same proportions of the same constituents or, if not available, develop concrete mixes by laboratory tests using the materials proposed for the work. 1. For concrete mixes based on standard deviation data of prior mixes, submit standard deviation data of prior mixes with essentially the same proportions of the same constituents in accordance with ACI 350 and based on the modification factors for standard deviation tests contained in ACI 350. 2. For concrete mixes developed by laboratory testing, base cementitious content of the concrete on curves showing the relation between water cementitious ratio and 7, 14 and 28 day compressive strengths of concrete made using the proposed materials. Determine curves by four or more points, each representing an average value of at least three test specimens and one water-cementitious ratio at each age. Provide curves with a range of values sufficient to yield the desired data, including the compressive strengths specified, without extrapolation. The cementitious content of the concrete mixes to be used, as determined from the curve, shall correspond to the required average compressive strength in Table 5.3.22 of ACI 318. The F62 l 42S03300.doc 03300-7 April2010 City of Fort Worth Westside 54" RW Pipeline Projec t resulting mix shall ·not conflict with the limiting values for maximum water cementitioµs ratio and net minimum cementitious content specifieo in Table 1. D. Test the fly ash and concrete mixture to provide test data confirming that the fly ash in combination with the cement to be used meets all strength requirements and is compatible with the other concrete additives . E. Test aggregates for potential alkali reactivity in ac.cordance with A_STM C1260 . If initial testing indicates aggregates are not potentially reactive repeat test at 3 month intervals. F. Compression Tests : Provide testing of the proposed concrete mixes to demonsqate compliance with the compression strength requirements in conformity with the provisions of ACI 350 . G. Entrained air, as measured by ASTM C231, shall be as shown in Table l. 1. If the air entraining agent proposed for use in the mix requires testing methods other than ASTM. C231 to _ accurately determine air content, make special note of this requirement in the admixture submittal specified under Paragraph 1.03 . H. Slump of the concrete as measured by ASTM C143, shall be as shown in Table 1. I. Proportion admixtures according to tb,e manufacturer's recommendations. Two or more . . admixtures specified may be used in the same mix provided that the admixtures in combination retain full efficiency and have no deleterious effect on the concrete or on the properties of the other admixture(s). TABLE 1 Fine Class Design Strength 1 Cement Aggregate A B Dl D2 D3 2500 3000 4000 4000 4000 W/C Class Ratio 5 A .0.62max. B 0.47 max . Dl 0.44max. D2 0.44max. D3 · 0.44max . NOTES:· 2 Type 1/11 Type I/II Type 1/11 Type 1/11 . Type 1/11 Fly Ash 6 Yes Yes Yes Yes :Ye$ .3 . Sand Sand · Sand Sand Sand AE Range 7 .3.5.to 5 3.5 to 5 3.5 to 5 3.5 to 5 3.5.to 5 . .1. . Minimµm comp~S$~ve strength in. psi at 28 days 2. . A$TM desjgn,ation in ASTM Cl50 . 3. Size Numl,er in ASTM C33 F62l42S03300.doc 03300-8 WR 8 Yes Yes Yes Y~s Yes Coarse Cementitious Aggregate Content 3 4 57 4.40 467 . 517 467 540 57 560 67 s,o HRWR Slump Range 9 Inches No 1-4 No 3-5 No 3-5 No 3-5 No 3-5 Apri12010 -I I I City of Fort Worth Westside 54" RW Pipeline Project 4. 5. 6. 7. 8. 9. 10. Minimum cementitious content in lbs per cubic yard (where fly ash is used cementitious content is defined as cement content plus fly ash content) W/C is Maximum Water Cementitious ratio by weight Fly ash content in the range of 20"25 percent of the total cement content plus fly ash content, by weight AE is percent air entrainment WR is water reducing admixture HR.WR is high-range-water-reducing admixture Provide one additional sack of cement per cubic yard if concrete must be deposited in water PART 3 EXECUTION 3.01 MEASURING MATERIALS t i A. Provide concrete composed of portland cement, fly ash, fine aggregate, coarse aggregate, water ! I t j / l I B. C. D. and admixtures as specified and produced by a plant complying with ACI 318 and ASTM C94. Batch all constituents, including admixtures, at the plant. Measure materials for batching ·concrete by weighing in conformity with and within the tolerances given in ASTM C94 exceptas otherwise specified. Use scales last certified by the local Sealer of Weights and Measures within one year of use. Weigh cement and fly ash in individual weigh batchers that are separate and distinct from the weigh batchers used for other materials. When cement and fly ash are weighed in a cumulative weigh batcher, the cement shall be weighed first. Measure the amount of free water iri fine aggregates within 0.5 percent with a moisture meter. Compensate for varying moisture contents of fine aggregates . Record the number of gallons of water as-batched on printed batch tickets. E . Dispense admixtures either manually using calibrated containers or measuring tanks, or by means of an automatic dispenser approved by the manufacturer of the specific admixture . 1. Charge air-entraining and chemical admixtures into the mixer as a solution using an automatic dispenser or similar metering device . l , 2. Inject multiple admixtures separately during the batching sequence. ' j l j 3.02 MIXING AND TRANSPORTING A. Provide ready-mixed concrete produced by equipment complying with ACI 318 and ASTM C94 and produced by a plant certified by the NRMCA. Do not hand-mix. All truck mixers shall carry a rating plate conforming to TMMB 100. Clean each transit mix truck drum and reverse drum rotation before the truck proceeds under the batching plant. Equip each transit-mix truck with a continuous, non-reversible, revolution counter showing the number of revolutions at mixing speeds . B. Transport ready-mix concrete to the site in watertight agitator or mixer trucks loaded not in excess of their rated capacities as stated on the name plate. C. Keep the water tank valve on each transit truck locked at all times . Any addition of water must be directed by the Engineer. Incorporate water directed to be added by additional mixing of at least F62142S03300.doc 03300-9 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 50 revolutions at mixing speed after the addition of all water. Meter all added water and show the amount of water added on each delivery ticket. D. Comply with ACI 318 and ASTM C94 for all central plant and rolling stock equipment and methods. E. Select equipment of size and design to provide continuous flow of concrete at the delivery end. Use metal or metal-lined non-aluminum discharge chutes with 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 slope requirements may be used if concrete is discharged into a hopper before distribution. F. Do not retemper (mix with or without additional cement, aggregate, or water) concrete or mortar which has partially hardened. G. Handle concrete from mixer to placement providing concrete of specified quality in the. placement area and not exceeding the maximum time interval specified in Paragraph 3 .02. I.4. Dispatch trucks from the batching plant so they arrive at the work site just before the concrete is required to avoid excessive mixing of concrete while waiting or delays in placing successive layers of concrete in the forms. Remix for a minimum of five minutes prior to discharge or testing. H . Furnish a delivery ticket for ready mixed concrete to the Engineer as each truck arrives. Provide a printed record of the weight of cement and each aggregate as batched individually on each ticket. Use the type of indicator that returns for zero punch or returns to zero after a batch ·is discharged. Indicate for each batch the weight of fine and coarse aggregate, cement, fly ash, and water, moisture content of fine and coarse aggregate at time of batching, and types, brand and quantity of each admixture, the quantity of concrete delivered, the time any water is added and the amount, and the numerical sequence of the delivery. Show the time of day batched and time of discharge from the truck. Indicate the number of revolutions of transit mix truck. L Temperature and Mixing Time Control 1. In cold weather (see Paragraph 3.070) maintain the as-mixed temperature of the concrete and concrete temperatures at the time of placement in the forms as indicated in Table 3. 2. If water or aggregate has been heated, combine water with aggregate in the mixer before cement is added. Do not add cement to mixtures of water and aggregate when the temperature of the mixture is greater than 90 degrees F. 3. In hot weather (see Paragraph 3.07E), cool ingredients before mixing to maintain temperature of the concrete below the maximum placing temperature of 90 degrees F. Well-crushed ice may be substituted for all or part of the mixing water. 4. The maximum time interval between tbe addition of mixing water and/or cement totq.e batch and the final placing of concrete in the forms shall not .exceed the following: F62l42S03300.doc 03300,.10 April 2010 j j ' ' , I • l • j -l City of Fort Worth Westside 54" RW Pipeline Project TABLE2 AIR OR CONCRETE TEMPERATURE (WHICHEVER IS IllGHER) (27 Degree C) 80 Degree F to 90 Degree F (32 Degree C) (21 Degree C) 70 Degree F to 79 Degree F (26 Degree C) (5 Degree C) 40 Degree F to 69 Degree F (20 Degree C) 3.03 INSPECTION AND COORDINATION MAXIMUM TIME 45 minutes 60 minutes 90 minutes A. Batching, mixing, transporting, placing and curing of concrete shall be subject to the inspection of the Engineer at all times. Advise the Engineer of readiness to proceed at least six working hours prior to each concrete placement. The Engineer will inspect the preparations for concreting including the preparation of previously placed concrete, the reinforcing and the alignment, cleanliness and tightness of formwork. Do not place concrete without the inspection and acceptance of the Engineer. 3.04 EMBEDDED ITEMS A. Secure to forms as required or set for embedment as required, all miscellaneous metal items, sleeves, reglets, anchor bolts, anchors, inserts and other items furnished under other Sections and required to be embedded into concrete. Set and secure such items in the locations and alignments needed so they are not displaced by concrete placement. B. Clean embedded items free of rust, mud, dirt,· grease, oil, ice, or other contaminants which would reduce or prevent bonding with concrete. C. Coat or isolate all aluminum embedments to prevent aluminum-concrete reaction or electrolytic action between aluminum and steel. D. Pipes and conduits embedded within a slab or wall (other than those merely passing through) shall satisfy the following, unless otherwise shown on the Drawings or approved: 1. Maximum outside dimension of pipe or conduit shall not be greater than one third the overall thickness of the slab or wall . 2. Spacing of pipes or conduits shall be greater than or equal to three diameters or widths on center. 3. Fabricate piping and conduit such that the cutting, bending, or relocation of reinforcing steel is not required. E. Close open ends of piping, conduits, and sleeves embedded in concrete with caps or plugs prior to placing concrete . F. Ensure all specified tests arid inspections on embedded piping are completed and satisfactory before starting concrete placement. Ensure all mechanical or electrical tests and im;pections are · completed and satisfactory prior to starting concrete placement. Do not place concrete until unsatisfactory items and conditions have been corrected. F62142S03300.doc 03300-11 Apri12010 City of Fort Worth Westside 54" RW Pipeline Project G. Position embedded anchor bolts using templates . H. Check location, alignment, and support of anchor bolts, piping, electrical conduits, and other items which will be fully or partially embedded in ·concrete before depositing concrete. Correct mislocated and misaligned items and secure items which have become loose before depositing concrete. I. Correct all embedded items not installed in the location or alignment needed or displaced by concrete placement at no additional cost to the Owner. 3.05 CONCRETE APPEARANCE A. Remix concrete showing either poor cohesion or poor, coating of the coarse aggregate with paste. Reject remixed concrete showing either poor cohesion or poor coating of the coarse aggregate with paste. Make, at no additional cost to the Owner, changes in the concrete mix design for future deliveries only by adjusting one or more of .the following if.the slump is within .the allowable limit, but excessive bleeding, poor workability, or poor finishability are observed: · 1. The gradation of aggregate . 2. The proportion of fine and coarse aggregate. 3. The percentage of entrained air, within the allowable limits. B. Provide concrete having a homogeneous struc~e which, when hardened, will h.av;e the specified strength, durability and appearance . Provide mixtures and workmanship such that concrete surfaces, when exposed, will require nQ finishing except as specifi~ in Section 033-50. 3.06 PLACING AND COMPACTING A. Placing 1. Verify that all formwork completely encloses concrete.Jo be placed and .is securely braced prior to concrete placement. Remove ice, standing .. water, dirt, debris, and other foreign materials from forms and exposed joint surfaces . Confirm that reinforcement and other embedded items are securely in place. Have a worker at the location of the placement that can check that reinforcement and embedded items remain in (Jesignated loc:ations and alignments while concrete is being placed . Sprinkle semi-porous subgrades or forms to eliminate suction · of water from the mix. Do not place concrete on fro~n subgrade, snow, or ice. 2. Deposit concrete as near its final position as possible to prevent segregation due to rehandling or flowing . Place concrete continuously at a rate that allows the concrete previously placed to be in~~grated with fresh plastic concrete. Do not depe>sit concrete which has partially h~dened or has been contaminated by foreign materials or on concrete which has hardened sufficiently to, cause formatio.n of seams or planes of weala\ess within the ~~tion. Jf.the section cannot be placed continuously, place construction joints as specified or as approved. 3. Pumping .of concrete will be permitted . Use a m.ix design and . aggregate sizes chosenfor pumping and submitfor approval . Po not use pipelinesmade,of al1,1minum or aluminum alloy . When concrete is pumped ; slump ~ill be determined at point of truck disc:h~ge _and air content will be determined at point of placement. · F62l42S03300.doc 0)300-12 • Aprll2010 r l J ' I L J 'l I_ J l j City of Fort Worth Westside 54" RW Pipeline Project 4. Remove temporary spreaders froni forms when the spreader is no longer needed. Temporary spreaders may remain embedded in concrete only when made of galvanized steel or concrete and if prior approval has been obtained . 5. Do not place concrete for supported elements until concrete previously placed in the supporting element has attained design· strength. 6. Where surface mortar is to form the base of a finish, especially surfaces designated to be painted, work coarse aggregate back from forms to bring the full surface of the mortar against the form . Prevent the formation of surface voids. 7 . Slabs a. After bulkheads, screeds and jointing materials have been positioned, place concrete continuously between joints beginning at a bulkhead, edgeform, or comer. Place each batch into the edge of the previously placed concrete to avoid stone pockets and segregation . · b. A void delays in placement. If there is a delay in placement, spade and consolidate the concrete placed after the delay at the edge of the previously placed concrete to avoid cold joints. Bring concrete to correct level and strike off with a straightedge. Use bullfloats or darbies to smooth the surface, leaving it free of humps or hollows. c. Where slabs are to be placed integrally with the walls below them, place the walls and compact as specified. Allow one hour to pass between placement of the wall and the overlying slab to permit consolidation of the wall concrete . Keep the top surface of the wall moist to prevent cold joints. 8 . Formed Concrete a. Place concrete in forms using tremie tubes taking care to prevent segregation. Maintain bottom of tremie tubes in contact with the concrete already placed. Do not permit concrete to drop freely more than 4-ft. Place concrete for walls in 12-in to 24-in lifts, keeping the surface horizontal. B. Compacting 1. Consolidate concrete by vibration and puddling, spading, rodding or forking so that concrete is completely worked around reinforcement, embedded items and openings and into comers of forms. Continuously perform puddling, spading, rodding and forking along with vibration of the placement to eliminate air or stone pockets which may cause honeycombing, pitting or planes of weakness. 2. Compact all concrete with mechanical vibrators . Do not order concrete until vibrators (including standby units in working order) are on the job. 3. Use mechanical vibrators having a minimum frequency of 8000 vibrations per minute. Insert vibrators and withdraw at points from 18-in to 30-in apart . Vibrate sufficiently at each insertion to consolidate concrete, generally from five to 15 seconds. Do not over vibrate so as to segregate. Keep standby vibrators on the site during concrete placing operations . F62142S03300.doc 03300-13 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 4. Concrete Slabs: Vibration for concrete ~labs less than 8-in thick shall be by vibrating screeds. Vibration for concrete slabs 8-in and thicker shall be by internal vibrators and (optionally) with vibrating screeds. Place vibrators into concrete vertically. Do not lay vibrators horizontally or lay over . 5. Walls and Columns: Use internal vibrators (rather than form vibrators) unless otherwise approved by the Engineer. In general, for each vibrator needed to melt down (level) the batch at the point of discharge, one or more ad<litional vibrators must be used to densify, homogenize and perfect the surface. Insert vibrators vertically at r:egular intervals, through the fresh concrete and slightly into the previous lift, if any. 6. Amount of Vibration: Use vibrators to consolidate properly placed concrete. Do not use vibrators to move or transport concrete in the forms. Continue vibration until: a. Frequency of vibrator ret.unts to normal. b. Surface appears liquefied, flattened and glistening. c. Trapped air ceases to rise. d. Coarse aggregate has blended into surface, but has ~ot disappeared. 3.07 CURING AND PROTECTION A. Protect all concrete work against injury from the eleqients and defacements of any nature during construction operations. B. Curing Methods 1. Curing Methods for Concrete Surfaces: Cure concrete to retain moisture and maintain a . · temperaµire of at least 50 Degrees F at the concrete surface for a minimum of seven days after placement. Use the following curing methods as specified: a. Water Curing: Keep entire concrete surface wet by ponding, continuous sprinkling or covered with saturated burlap. Begin water curing as soon as concrete attains an initial set and maintain water curing 24 hours a day. Do not permit the surface of the concrete to dry out at any time during the curing period. Temperature of curing water shall be within 20 Degrees F of the concrete temperature. b. Sheet Material Curing: Cover entire surface with sheet material. Anchor sheeting to prevent wind ~d air from lifting the sheeting or entrapping air under the sheet. Place and secure sheet as soon as initial concrete set occurs. c. Liquid membrane-forming curing compounds will not be. allowed. 2. Specified applications of curing methods: a. Slabs for Liquid Retaining Structures.: Water curing only. b. Slabs on Grade and Footing& (not used to retain liquids): Water curing or s.heet material curing. F62142~0~300.doc April2010 I • l' l ' • I I • 'l 'l Ii l' 'J City of Fort Worth Westside 54" RW Pipeline Project c. Structural Slabs (other than Liquid Retaining Structures): Water curing. d. Horizontal Surfaces which will Receive Additional Concrete, Coatings, Grout or Other Material that Requires Bond to the substrate: Water curing. e. Formed Surfaces: None if nonabsorbent forms are left in place seven days . Water curing if absorbent forms are used . Water curing if forms are removed prior to seven days . [Sheet cure or liquid membrane cure if forms are removed prior to seven days.] Exposed horizontal surfaces of formed walls or columns shall be water cured for seven days or until next placement of concrete is made. f. Surfaces of Concrete Joints: Water curing or sheet material curing. C. Protect finished surfaces and slabs from the direct rays of the sun to prevent checking and crazing. D. Cold Weather Concreting 1. For this Specification, "cold weather" is defined as a period when for more than three successive days, the average daily outdoor temperature drops below 40 degrees F. Calculate average daily temperature as the average of the highest and the lowest temperature during the period from midnight to midnight. 2. Batch, deliver, place, cure and protect concrete during cold weather in compliance with the recommendations of ACI 306R and the additional requirements of this Section . 3. Review the cold weather concreting plan at the preconstruction meeting. Include the methods and procedures for use during cold weather including the production, transportation, placement, protection, curing and temperature monitoring of the concrete and the procedures to be implemented upon abrupt changes in weather conditions or equipment failures . 4. The minimum temperature of concrete immediately after placement ·and during the protection period shall be as indicated in Table 3. The temperature of the concrete in place and during the protection period shall not exceed these values by more than 20 degrees F. Prevent overheating and non-uniform heating of the concrete . TABLE3 Concrete Temperatures Minimum Dimension of Section Min . cone. temp: < 12-in 55DegreeF 12 to 36 -in 50DegreeF 5. Protect concrete during periods of cold weather to provide continuous warm, moist curing (with supplementary heat when required by weather cond itions) for a total of at least 350 degree-days of curing. a. Degree-days are defined as the total number of 24 hour per iods multiplied by the weighted average daily air temperature at the surface of the concrete (e.g ., seven days at an average 50 degrees F = 350 degree-days). F62142S03300.doc 03300-15 April2010 City of Fort Worth Wests ide 54" RW Pipeline Project b. To calculate the weighted average daily air temperature, sum hourly measurements of the air temperature in the shade at the surface of the concrete taking any measurement less than 50 degrees Fas O degrees F. Divide the sum thus calculated by 24 to obtain the weighted average temperature for that day. 6. Do not use salt, manure, or other chemicals for protection . 7. At the end of the protection period, allow the concrete to cool gradually to the ambient temperature. If water curing has been used, do not eJ{pose concrete to temperatures below those shown in Table 3 until at least 24 hours after water curing has been terminated and air dry concrete for at least three days prior to first exposure to freezing temperatures. 8. During periods not defined as cold weather, but when freezing temperatures are expected or occur, protect concrete surfaces from freezing for the first 24 hours after placing. E. Hot Weather Concreting 1. For this Specification, "hot weather" is defined as any combination of high air temperatures, low relative humidity and wind velocity which produces a rate of evaporation as estimated in ACI 305R, approaching or exceeding 0.2 poun~ per square foot per liour (lb./sq. ft./hr .). 2 . Batch, deliver, place, cure and protect concrete during hot weather in compliance with the recommendations of ACI 305R and the additional requirements pf this Section . a. Temperature of concrete being placed shall not exceed 90 degrees F. Maintain a uniform concrete mix temperature below this level. The temperature of the concrete shall not cause loss of slump, flash set or cold joints. b. Promptly deliver concrete to the site and promptly place the concrete upon its arrival at the site, not exceeding the maximum time interval specified in Paragraph 3.021.4. Provide vibration immediately after placement. . c. The Engineer may direct the Contractor to iI11J11ediately cover coµcrete with sheet curing material. 3. Review the hot weather concreting plan at the preconstruction meeting . Include the methods and procedures for use during hot weather including production, placement, and curing . 3.08 REMOVAL OF FORMS A. Do not remove forms before the concrete ha~ attained a strength of at least 70 percent of its specified design strength for beams and slabs and at least 30 percent of its specified design strength for walls and vertical surfaces, nor before reaching the following number of day-degrees . of curing (whichever is the longer): · ·· F62142S03300.doc TABLE4 Formsfor : Beams and slabs Walls and vertical surfaces Degree Days .. 500 100. (See definition of degree-days in Paragraph 3.07D). 03300.,16 April 2010 l . ' i , I l J L J L J ' j City of Fort Worth Westside 54" RW Pipeline Project B. Do not remove shores until the concrete has attained at least 70 percent of its specified design strength and also sufficient strength to support safely its own weight and the construction live loads upon it. C. In cold weather, when temperature of concrete exceeds ambient air temperature by 20 Degrees F at the end of the protection period, loosen forms and leave in place for at least 24 hours to allow concrete to cool gradually to ambient air temperature. 3.09 FIELD AND LABORATORY TESTS A. Sets of field control cylinder specimens will be taken by the Engineer (or Owner's testing laboratory inspector) during the progress of the work, in compliance with ASTM C3 l] The number of sets of concrete test cylinders taken of each class of concrete placed each day shall not be less than one set per day, nor less than one set for each 100 cu. yds. of concrete nor less than one set for each 5,000 sq. ft. of surface area for slabs or walls. Specimens shall be formed in 6-in · diameter by 12-in long non-absorbent cylindrical molds. 1. A "set" of test cylinders· shall consist of five cylinders: one to be tested at seven days, one to be tested at 14 days; and two to be tested and their strengths averaged at 28 days. The fifth may be used for a special test at three days or to verify strength ·after 28 days if 28 day test results are low. 2. When the average 28 day compressive strength of the cylinders in any set falls below the required compressive strength or below proportional minimum seven-day or 14-day strengths (where proper relation between seven; 14 and 28 day strengths have been established by tests), charige proportions, cementitious content, or temperature conditions to achieve the required strengths at no additional cost to the Owner. B. Cooperate in the making of tests by allowing free access to the work for the selection of samples. Provide four firmly braced, insulated, heated, closed wooden ctiring boxes, each sized to hold ten specimens, complete with cold weather temperature and hot weather temperature control thermostat for initial curing and storage from time of fabrication uritil shipment to [Owner's] testing lab. Protect the specimens against injury or loss through construction operations. Furnish material and labor required for the purpose of taking concrete cylinder samples. All shipping of specimens will be paid for by the Owner. C. Slump tests will be made in the field by the Engineer (or Owner's testing laboratory inspector) immediately prior to placing the concrete. Such tests will be made in accordance with ASTM Cl43.When concrete is pumped, slump will be determined at point of truck discharge. If the slump is outside the specified range, the concrete will be rejected. D. Test for air content will be made by the Engineer (or Owner's testing laboratory inspector) on a fresh concrete sample. Air content for concrete made of ordinary aggregates having low absorption shall be made in compliance with either the pressure method complying with ASTM C231 or by the volumetric method complying· with ASTM Cl 73. If aggregates with high absorptions are used, the latter test method shall be used. When concrete is pumped, air content will be determined at point of placement. F62l42S03300.doc 03300-17 April2010 City of Fort Worth Westside 54" RW Pipeline Project 3.10 FIELD CONTROL A. The Engineer may have cores taken from any que,stionable area .in the concrete work such as construction joints and other locations as required for determination of concrete quality. The results of tests on such cores shall b~ the basis for acceptance, rejection or determining the continuation of concrete work. The right of the Engineer to take such cores shall not be construed as creating any obligation to take such cores, and not exercising this right to do so shall not relieve the Contractor from meeting the requirements of these Specifications. B. Cooperate in obtaining cores by allowing free access to the work and· permitting the use of ladders, . scaffolding and such incidental equipment as may be required. Repair all core holes with non - shrink grout as specified in Section 03600. The work of cutting, testing and repaipng the cores will be at the expense of the Contractor if defective work is uncovered. If no defective work is . found, such cost will be at the expense of the Owner. 3.11 FAILURE TO MEET REQUIREMENTS A. Should the strengths shown by the test specimens made and tested in compliance with the previous provisions fall below the values given in Table l, the Engineer ma.y require changes in proportions or materials, or both, to apply to the remainder of the work in accordance with Para.graph 1.05E. Furthermore,· the Engineer may require additiona.l curing on those portions Qf the structure represented by the test specimens which fall below the values given m Table 1. The cost of such additional curing shall be at no additional cost to the Owner. In the event that such additional curing does not give the strength required, as .evidenced by core and/or load tests, the Engineer . may require strengthening or replacement of tb.ose portions of the structure which fail to. develop the required strength. Coring and .testing and/or load tests and any strengthening or concrete replacement required because strengths of test specimeps are below that specified, shall be at no additional cost to the Owner. In such cases of fAilure to meet strength requirements the Contractor and Owner shall confer to determine what adjustment, if any, can be made in compliance with Sections titled "Strength" and "Failure to Meet Strength Requirements" of ASTM C94. The "purchaserll referred to m. C94 is the Contractor. :,· B. When the tests on control spe(:imens of concrete fall bel<>w the required strength, the Engµieer will · permit check tests for strengths to be m.ade by J;I1eans of typical cores drilled froJ;ll the structure in compliance wi.th ASTM C42 and C39 . In cases where tests of cores fall b~low the vaju~s given in Table l, the Engineer, in addition to other recourses, m,ay ,equire load tests on any one of the slabs, walls, beams, and columns in which such concrete was used. Test need not be made until concrete has aged 60 days. The Engineer may require strengthening <>r replacement of th()ge portions of the struct11re which fail to develop the required strength. All coring and testing and/or load tests and any strengthening or concrete replacement required beca~se strengths of test specimens are below that specified , shall be at no additional cost to the . Owner. C. Should the strength of test cylinders fall below 60 percent of the required minimum 28 day strength, the concrete shall be rejected and sl):alf be removed and replaced at no add,itional cost to · the . Owner.. · 3.12 . PATCIIlNG AND REP AIRS A. It is the intent of these Specifications to require quality work including forming , mixture and placement of concrete and curing so completed concrete surfaces will require no patching or repairs . F62142S03300.doc 03300,18 April 2010 l • ' J C J -j City of Fort Worth Westside 54" RW Pipeline Project B. As soon as the fonns have been stripped and the concrete surfaces exposed: remove fins and other projections; fill recesses left by the removal of form ties; and repair surface defects which do not impair structural strength. Clean all exposed concrete surfaces and adjoining work stained by leakage of concrete. C. Immediately after remo.val of fonns remove tie cones and metal portions of ties as specified in Section 03100. Fill holes promptly upon stripping as follows: Moisten the hole with water, followed by a 1/16-in brush coat of neat cement slurry mixed to the consistency of a heavy paste . Immediately plug the hole with a l to 1.5 mixture of cement and concrete sand mixed slightly damp to the touch (just short of "balling"). Hammer the grout into the hole until dense, and an excess of paste appears on the surface in the fonn of a spider web. Trowel smooth with heavy pressure. A void burnishing. D. When filling tie cone holes and patching or repairing exposed surfaces use the same source of cement and sand as used in the parent concrete. Adjust color to match by addition of white cement. Rub lightly with a fine carborundum stone at an age of one to five days if necessary to bring the surface down with the parent concrete. Do not damage or stain the virgin skin of the surrounding parent concrete. Wash thoroughly to remove all rubbed matter. E. Defective concrete and honeycombed areas: Chip down square and at least 1-in deep to sound concrete with hand chisels or pneumatic chipping hammers. Irregular voids or surface stones need not be removed if they are sound, free of laitance, and finnly embedded in the parent concrete. If honeycomb exists around reinforcement~ chip to provide a clear space at least 3/8-in wide all around the steel. For areas less than 1-1/2-in deep, the patch may be made in the same manner as described above for filling fonn tie holes, care being exercised to use adequately dry (non- trowelable) mixtures and to avoid sagging. Thicker repairs will require build-up in successive 1- 1/2-in layers on successive days, each layer being applied (with slurry, etc .) as described above. F. For very heavy (generally fonned) patches, the Engineer may order the addition of pea gravel to the mixture and the proportions modified as follows: Material Cement Sand Pea Gravel Volumes 1.0 1.0 1.5 Weights 1.0 1.0 1.5 G. The Contractor may use a pre-packaged patching compound, such as: Poly-Patch by Euclid Chemical Company; Emaco R310 by BASF Chemical Company; Sikatop 122 Plus by Sika Chemical Corporation or equal only if approved by the Engineer for use and for color match. 3.13 SCHEDULE A. The following (Table 5) are the general applications for the various concrete classes and design strengths: F62142S03300 .doc 03300-19 April20IO Oty of Fort Worth Westside 54" RW Pipeline Project Class . A B Dl D2 D3 F62l42S03300 .doc Design Strength . (psi) 2,500 3,000 4,000 4,000 4,000 TABLE5 Description Concrete fill, concrete fill for bollards, lean concrete, and pipe encasement. Trench cap Structural concrete foundation mats and slabs, walls, and .footings 16-in and greater in thickness . Except as no.ted above for Class D 1 concret~: Structural concrete greater than 10-:in in thickness Structural concrete 10-in or less in thickness, pump concrete .-END OF SECTION 03300-20 April 2010 'I [. City of Fort Worth Wests ide 54" RW Pipeline Project PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 03350 CONCRETE FINISHES A. Furnish all labor, materials, equipment and incidentals requ ired and fmish cast-in-place concrete surfaces as specified ·herein. 1.02 RELATED WORK A. Concrete formwork is included in Section 03100. B . Patching and repair of defective and honeycombed concrete is included in Section 03300. C . Grout is included in Section 03600. D. Modifications to existing concrete are included in Section 03740. [1.03 SUBMITTALS] 1.04 REFERENCE STANDARDS · A . American Concrete Institute (ACI) 1. ACI 302 -Guide for Concrete Floor and Slab Construction B . American Society for Testing and Materials (ASTM) 1. ASTM C33 -Standard Specification for Concrete Aggregate C . Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. [1 .05 RESPONSIBILITY FOR CHANGING FINISHES] , 1 [1.06 SYSTEM DESCRIPTION] ' l L J [1.07 DELNERY, STORAGE AND HANDLING] [1.08 PROJECT/SITE REQUIREMENTS] [1 .09 MAINTENANCE] [1 .10 WARRANTY] PART 2 PRODUCTS 2.01 MATERIALS F62142S03350.doc 03350-1 April 2010 City of Port Worth Westside 54" RW Pipeline Project A. Cementitious and component materials required for finishing concrete surfaces: As specified in Section 03300 . PART 3 EXECUTION 3.01 FORMED SURFACES A. Fonn removal: Conform to Sections 03100 and 03300 . B. Do not damage edges or obliterate the lines of chamfers , rustications or comers when removing the forms or doing any other work adjacent thereto. C. Clean all exposed concrete surfaces and adjoining work stained by leakage of concrete. D. Off-Form Finish 1. Remove fins and other projections and fill tie cones and defects as specified in Section 03300. E. Rubbed Finish 1. Immediately upon stripping forms and before concrete changes color, carefully remove all fins with a hammer. While the surface is still damp, apply a thin coat of medium consistency neat cement slurry using bristle brushes to provide a bonding coat within all pits, air holes or blemishes in the parent concrete. Do not coat large areas of the surface with this slurry. 2. Before the slurry dries or changes color, apply a dry (almost crumbly) grout consisting of one volume cement to 1-1/2 volumes of clean masonry sand having a fineness modulus of approximately 2.25 and complying with the gradation requirements of ASTM Cl 44. Apply grout uniformly using damp (neither dripping wet nor dry) pads of coarse burlap approx imately 6-in square used as a float. Scrub grout into the pits and air holes t<;> provide a dense mortar in the imperfections to be patched. 3. Allow the mortar to partially harden for one or two hours depending upon the weather. If the air is hot and dry, keep the surface damp during this period using a fine, fog spray. When the grout has hardened sufficiently so it can be scraped from the surface with the perpendicular edge of a steel trowel without damaging the grout in the small pits or holes, cut off all grout that can be removed with a trowel. Grout allowed to remain on the surface too long will get too hard and will be difficult to remove . 4. Allow the surface to dry and rub it vigorously with clean dry burlap to completely remove any dried grout. No visible film of grout should remain after this rubbing. The entire cleaning . operation for any area must be completed the day it is started . Do not leave grout on surfaces overnight. Allow grout to dry after it has been cut off with the trowel so it can be wjped off clean with the burlap . 5. On the day following the repair of pits, air holes and blemishes, the surfaces again shall be wiped off clean with dry , used pieces of burlap containing old hardened mortar which will act as a mild abrasive. After this treatment, there shall be no built-up film remaining on the parent surface. If, however, a built-up film remains, use a fine abrasive stone to remove all such material without breaking through the surface film of the original concrete . Scrub lightly to F62l42S03350.doc 03350-2 April 2010 L J ' j l i l J C l ' j 'l City of Fort Worth Westside 54" RW Pipeline Project remove excess material without working up a lather or mortar or changing the texture of the . concrete. 6. Follow the final bagging or stoning operation with a thorough wash -down with stiff bristle brushes to remove 'extraneous materials from the surface; Spray the surface with a fine fog spray periodically to maintain a continually damp condition for at least three days after the application of the repair grout. 7. The Rubbed Finish application may be deleted by the Engineer if the unfinished concrete surface is of superior quality and without surface voids. 3.02 FLOORS AND SLABS A. Consider the potential for longer setting time in concrete containing fly ash . B. Compact with internal vibrators as specified in Section 03300 and screed to the established grades. Provide floors and slabs level with a tolerance of 1/8-in when checked with a 12-ft straightedge, except where drains occur, in which case pitch floors to drains as indicated. Failure to meet either of above shall be cause for removal, grinding, or other correction as directed by the Engineer, at no additional cost to the Owner. C. Following screeding as specified above, float the slabs as approved by the Engineer. Continue floating operation until sufficient mortar is brought to the surface to fill all voids. Test the surfaces with a straightedge to detect high and low spots which shall be eliminated . Do not overwork the concrete as evidenced by excess water and fine material on the surface. D. Do not use "jitterbugs" or other special tools designed for the purpose of forcing the coarse aggregate away from the surface and allowing a layer of mortar to accumulate on any slab finish. Do not dust surfaces with dry materials. Round off all edges of slabs and tops of walls with a steel edging tool. Use steel edging tool with radius of 1/4-in for all slabs subject to wheeled traffic. E. Measure floor flatness the day after a concrete floor is finished and before the shoring is removed, in order to eliminate any effects of shrinkage, curling and deflection. A 12-ft long straightedge shall be supported at each end with steel gauge blocks whose thickness is equal to tolerance specified. Floor surface shall not have crowns so high as to prevent 12-ft straightedge from resting on the two end blocks, nor low spots so low that a third block of twice the tolerance in thickness can pass under the supported straightedge. Compliance with the designated limits in four of five consecutive measurements will confirm compliance, unless obvious faults are observed. A check for adequate slope and drainage will also be made to confirm compliance. F. Descriptions 1. Steel Trowel Finish. Finish by screeding and floating with straightedges to bring the surfaces to the elevations indicated. While the concrete is still green, but sufficiently hardened to bear a person's weight without deep imprint, the surface shall be wood floated to a true, even plane with no coarse aggregate visible . Apply sufficient pressure on the wood floats to bring moisture to the surface. After surface moisture has disappeared, hand steel trowel to produce a smooth, impervious surface, free from trowel marks. Trowel the surface again for the purpose of burnishing. The final troweling shall produce a ringing sound from the trowel. Do not use dry cement or additional water in troweling. F62142S03350.doc 03350-3 April2010 City of Fort Worth Westside 54" RW Pipeline Project 2. Wood Float Finish . Finish by screeding with straightedges to bring the surfaces to the elevations indicated. Use a wood float to compact and seal surface. Remove all laitance and leave a clean surface. · 3. Light Broomed Finish. Steel trowel finish the concrete, as specified above but omit the final troweling and finish the surface by drawing a fine-hair broom lightly across the surface. Broom in the same direction and parallel to expansion joints, or in the case of inclined slabs , perpendicular to the slope, or except as directed otherwise. 4. Broomed Finish. Steel trowel finish the concrete, as specified above but omit the final troweling . While the concrete is still soft enough, finish the surface with a stiff coarse fiber broom to produce the pattern and depth of scoring as approved by the Engineer. 5. Power Machine Finish. In lieu of hand steel trowel finishing, an approved power machine for finishing concrete floors and slabs may be used in accordance with the directions of the machine manufacturer and as approved by the Engineer. Do not use a power macbine until the concrete has attained the necessary set to allow finishing without introducing high and low spots in the slab. Hand steel trowel the areas of slabs not accessible to power equipment. Provide a final steel troweling done by hand over all areas . [3.03 CONCRETE RECEIVING CHE:MICAL HARDENER] 3.04 . APPROVAL OF FINISHES A. All concrete surfaces, when finished, will be inspected by the Engineer. B. Refinish or rework unsatisfactory finishes until approved by the Engineer, .at no additional cost to the ·Owner. C. Hardened unsatisfactory finishes will require removal, grinding, or other appropriate correction approved by the Engineer, at no additional cost to the Owner. 3.05 . SCHEDULE OF FINISHES A. . Finish concrete in the various specified manners either to remain as natural concrete pr to receive an additional applied finish or material under another Sectic;m .. Where products :different from those specified are approved for use, comply with the requirements of Paragraphs 1.06A andl.06B. B. Finishes to the base concrete for the following conditions shall be as scheduled below and as further specified herein : 1. Exposed exterior ccmcrete excluding slabs and w~lking surfaces -Ru1:>bed finish. 2; Concrete for exterior on stairs and other horizontal areas -Broom.ed finish, non-slip . 3. Exposed interior concrete including underside slabs, beams and stairs and sides of openings, beams ·and stairs -Rubbed finish. 4. Tops of curbs and pads -Steel trowel finish ; 5. Concrete on which liquids flow or are contained -Steel troweled finish. F62l42S03350.doc 03350-4 Aptj) 20 ~0 : I . LI ' J L l City of Port Worth Westside 54" RW Pipeline Project 6. Ribbed Concrete -Off-form finish. 7. Concrete not exposed in the finished work and not scheduled to receive an additional applied finish or material -Off-form finish at vertical surfaces, consolidate and screed to grade at horizontal surfaces. 8. Concrete tank bottoms to be covered with grout -Broom finish as approved. See Section 03600 for additional requirements. 9. Concrete to receive chemical hardener-Light broomed finish, non-slip . END OF SECTION F62 l 42S03350.doc 03350-5 April 2010 'l L j 'i ,. City of Fort Worth Westside 54" RW Pipeline Project PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 03600 GROUT · · A. Furnish all labor, materials, equipment and incidentals required and install grout complete as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Concrete formwork is included in Section 03100. B. Concrete reinforcement is included in Section 03200 . C. Concrete joints and joint accessories are included in Section 03250. D. Cast-in-place concrete is included in Section 03300. E. Modifications to existing concrete are included in Section 03740 . F. Miscellaneous metals are included in Section 05500 . 1.03 SUB1\1ITTALS A. Submit, in accordance with Section 01300, shop drawings and product data showing materials of construction and details of surface preparation, mixing, and installation for : 1. Commercially manufactured non-shrink cementitious grout. Include catalog cuts, technical · data, storage requirements, product life, working time after mixing, temperature considerations, conformity to the specified ASTM standards, and Material Safety Data Sheet. 2. Commercially manufactured non-shrink epoxy grout. Include catalog cuts, technical data, storage requirements, product life, working time after mixing, temperature considerations, conformity to the specified ASTM standards, and Material Safety Data Sheet. 3. Cement grout. Include the type and brand of cement, the gradation of fine aggregate, product data on any proposed admixtures and the proposed grout mix:. B. Qualifications 1. Submit documentation that grout manufacturers have a minimum of at least 10 years' experience in the production and use of the grouts proposed. 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM C33 -Standard Specification for Concrete Aggregates F62142S03600.doc 03600-1 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 2. ASTM C150 -Standard Specification for Portland Cement 3. ASTM C579 -Standard Test Methods for Compressive Strength of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings and Polymer Concretes 4. ASTM C827 -Standard Test Method for Change in Height at Early Ages of Cylindrical Specimens of Cementitious Mixtures 5. ASTM C1077 -Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation 6. ASTM Cl 107 -Standard Specification for Packaged Dry, Hydraulic-Cement Grout (Non- shrink) 7. ASTM E329 -Standard specification for agencies engaged in the testing and/or inspection of materials used in construction B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. Qualifications 1. Grout manufacturers shall have a minimum of 10 years' experience in the production and use of the type of grout proposed . B. Field Testing 1. All field testing and inspection services will be provided by the Owner. Assist in the sampling of materials, and cooperate by allowing free access .to .the worlc and permitt~g the use of ladders, scaffolding, and such incidental equipment as may be required .. Methods of testing will comply with the applicable ASTM Standards .. [1.06 . SYSTEM DESCRIPTION] 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to the jobsite in original, unopened packages , clearly labeled with the manufacturer's name, product identification, batch .numbers and printed instructions. B. Store materials in full compliance with the n:i~ufacturer's recommendations. Limit total storage time from date of manufacture to date of installation to six months or the manufacturer's recommended storage time, whichever . is less. C. Remove immediately from the site material which becomes damp, contains lumps, or is hardened and replace with acceptable material at no additional cost to the Owner. . D. Deliver non-shrink cementitious grout [and self.,leveling .. cementitious undedayment grout] as a pre-portioned blend in prepackaged mixes requiring only the addition of water . F62142S03~00.doc 03600-i April 2010 . ; ' J -l • l C ) City of Fort Worth Westside 54" RW Pipeline Project E. Deliver non-shrink epoxy grout as a pre-proportioned, prepackaged, three component system requiring only mixing as directed by the manufacturer. [1.08 PROJECT/SITE REQUIREMENTS] [1 .09 MAINTENANCE] [1 .10 WARRANTY] 1.11 DEFINITIONS A. Non-shrink Grout: A commercially manufactured product thatdoes·not shrink in either the plastic or hardened state, is dimensionally 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 name and product or catalog number is for the purpose of establishing the standard of quality desired. B. ·Like materials shali be the products of one manufacturer or supplier in order to provide standardization of appearance . 2.02 "MATERIALS A. Non-shrink Cementitious Grout 1. Non-shrink cementitious grouts: Conform to ASTM Cl 107 . Grouts shall be portland cement based, contain a pre-proportioned blend of selected aggregates and shrinkage compensating agents and require only the addition of water. Non-shrink cementitious grouts shall not contain expansive cement or metallic particles. The grouts shall exhibit no shrinkage when tested in conformity with ASTM C827 . a. General purpose non-shrink cementitious grout: Conform to the standards stated above. SikaGrout 212 by Sika Corp.; Set Grout by BASF Building Systems; NS Grout by The Euclid Chemical Co.; Five Star Grout by Five Star Products, Inc., or equal.· b. Flowable (Precision) non .:.shrink cementitious grout: Conform to the standards stated above. Masterflow 928 by BASF Building Systems; Hi-Flow Grout by The Euclid Chemical Co.; SikaGrout 212 by Sika Corp.; Five Star Grout by Five Star Products, Inc., or equal. B . Non-shrink Epoxy Grout 1. Non-shrink epoxy grout: Grout shall be pre-proportioned, pre-packaged, three-component, 100 percent solids system consisting of epoxy resin, hardener and blended aggregate. It shall have a compressive strength of 10,000 psi in seven days when tested in conformity with ASTM C579 and have a maximum coefficient of thermal expansion of 30 x 10-6 in/in/degrees F when tested in conformity with ASTM C531 . Masterflow 648 CP by BASF Building Systems; Five Star HP Epoxy Grout by Five Stars Products , Inc; Sikadur 42 Grout-Pak by Sika Corp .; B3-G Epoxy Grout by the Euclid Chemical"Co.; or equal. F62142S03600.doc 03600-3 . Apri l 2010 City of Fort Worth Westside 54" RW Pipeline Project C. Cement Grout 1. A mixture of one part portland cement conforming to ASTM C150, Type Y II, or m and one to two parts sand conforming to ASTM C33 with sufficient water to place the grout. The water content shall be sufficient to impart workability to the grout but not to the degree that it will allow the grout to flow . D. Water 1. Potable water free of oil, acid, alkali, salts, chlorides ( except those attributable to drinking -water); organic matter, oi:: other deleterious substances. PART 3 EXECUTION 3.01 PREPARATION A. Place grout where indicated or specified over cured concrete which has attained its specified design strength unless otherwise approvecl by the Engineer. B. Concrete surfaces to receive grout shall be clean and sound: free of ice, frost, dirt, dust, grease , oil , form release agent, laitance, and paints; and free of all loose material or foreign matter which may affect the bond or performance of the grout. · C. Roughen concrete surfaces by chipping, sandblasting, or other dry mechanical means to bond the grout to the concrete . Remove loose or broken concrete. Irregular voids or projecting coarse aggregate need not be removed if they are sound, free of laitance and firmly embedded into the parent concrete. 1. Air comp~ssors used tQ cJ~ surfaces in ·contact witl:l grout shall be the oilless type or · equipped with an .oil trap in ,the airline to prevent oil from being blown onto the surface. D. Remove all loose rust, oil or other deleterious substances which may affect the bond or performance of the grout from metal embedments or bottom of baseplates prior to the installation of the grout. . E . Wash concrete surfa,ces cl~ &nd Ulen keep moi.i,t for ~t least 24 . hour.s prior to tl:le placement of non -shrink cementitious or cement grout. Saturation may be achieved by covering the concrete · with saturated burlap bags, use of.a so~er hose, flooding the surface, or other method acceptable to the Engineer. Upon completion of the 24-hour period, remove vis.ible water from the surface prim: to grouting. · F . Non-shrink epoxy grouts do not require saturation of the concrete substrate. Do not wet concrete surfaces to receive non-shrink epoxy grout. Surfaces in contact with .epoxy grout shall be ... completely dry before grouting. · G. . Provide foi:ms :for grout. Lin~. or coat forms witll release agen~ recommended by the grout manufacturer. · Pr.ovide forms anchored i,n place and sho~(j to resist the forces impo,~~d by the grout and its placement. · 1. Forms for all ·grout otl:ler than concrete grout shall be designed to ~ll~w the formation of a hydraulic head and shall have chamfer strips built into forms. · F62 l42S03600.doc 036004 April 2010 r. • I l J L J l j City of Fort Worth Westside 54" RW Pipeline Project H. Level and align the structural or equipment bearing plates in accordance with the structural requirements or the recommendations of the equipment manufacturer, as applicable . I. Support equipment during' alignment and installation of grout by shims, wedges, blocks or other approved means. The shims, wedges and blocking devices shall be prevented from bonding to the grout by bond breaking coatings and removed after grouting unless otherwise approved by the Engineer. Grout voids created by the removal of shims, wedges and blocks; 3 .02 INSTALLATION -GENERAL A. Mix , apply, and cure products in strict compliance with the manufacturer's recommendations and these specifications. B. Provide staffing and equipment available for rapid and continuous mixing and placing . Keep all necessary tools and materials ready and close at hand . C. Maintain temperatures of the base plate, supporting concrete, and grout between 40 and 90 degrees F during grouting and for at least 24 hours after placement, until grout compressive strength reaches 1000 psi or as recommended by the grout manufacturer, whichever is longer . Do not allow differential heating or cooling of baseplates and grout during the curing period. D. Take special precautions for hot weather or cold weather .grouting as recommended by the · manufacturer when ambient temperatures and/or the temperature of the materials in contact with the grout are outside of the 40 to 90 degrees F range. E. Install grout to preserve the isolation between the elements on either side of the joint where grout is placed in the vicinity of an expansion or control joint. F. Reflect all existing underlying expansion, control, and construction joints through the grout. 3 .03 INSTALLATION -NON-SHRINK CE:MENTITIOUS GROUTS AND . CEMENT GROUTS A. Mix in accordance with manufacturer's recommendations . Do not add cement, sand, pea gravel or admixtures without prior approval by the Engineer. B. Do not mix by hand . Mix in a mortar mixer with moving blades . Pre-wet the mixer and empty excess water. Add pre-measured amount of water for mixing, followed by the grout. Begin with the minimum amount of water recommended by the manufacturer and then add the minimum additional water required to obtain workability. Do not exceed the manufacturer 's maximum recommended water content. C. Placements greater than 3-in . in depth shall include the addition of clean, washed pea gravel to the grout mix when approved by the manufacturer. Comply with the manufacturer's recommendations for the size and amount of aggregate to be added. D. Provide forms as specified in Paragraph 3.010. Place grout into the designated areas and preven t segregation and entrapment of air. Do not vibrate grout to release air or to consolidate the material. Fill all spaces and provide full contact between the grout and adjo ining surfaces . Provide grout holes and vent holes as necessary. · F62142S03600 .doc 03600-5 Apri l 2010 City of Fort Worth Westside 54" RW Pipeline Project E . Place grout rapidly and continuously to avoid cold joints. Do not place grout in layers . Do not add additional water to the mix (retemper) after initial stiffening . F. Just before the grout reaches its final set, cut back the grout to the substrate at a 45 degree angle from the lower edge of bearing plate unless otherwise ordered and approved by the Engineer. Finish this surface with a wood float or brush finish . G . Begin curing immediately after form removal, cutback, and finishing. Keep grout moist and within its recommended placement temperature range for at least 24 hours after placement, until grout compressive strength reaches 1000 psi or as recommended by the manufacturer, whichever is longer. Saturate the grout surface by use of saturated burlap bags, soaker hoses or ponding. Provide sunshades. If drying winds inhibit the ability of a given curing method to keep grout moist, erect wind breaks until wind is no longer a problem or curing is finished. 3.04 INSTALLATION -NON-SHRINK EPOXY GROUTS A. Mix in accordance with manufacturer's recommendations . Mix full batches only, to maintain . proper proportions of resin, hardener and aggregate .. Do not vary the ratio of ~omponeµts _ or add solvent to change the consistency of tQe grout mix. Do not overmix . Do not entrain air bubbles by mixing too quickly . B. Monitor ambient weather conditions and contact the grout manufacturer for special placement procedures to be used for temperatures below 60 or above 90 degrees F. C . Pla~e grout r~pidly and continuously to avoid ~old joints. Place grout in lifts in acco~dance with manufacturer's recommendations. D. Provide forms as specified in Paragraph 3.010. Place groµt into th~ ~esignate~ areas and prevent entrapment of air. Fill all spaces and provide full contact between the grout and adjoining surfaces . Provide grout holes and vent holes as necessary. E. Minimize "shoulder" length (e~tension of grout I:iorizontally beyond b.~se plate) .. I11 no case shall the shoulder length of the grout be greater than the grout thickness. F. Finish grout by puddling to cover all aggregate and provide a smooth finish . Breaj.c ~ubbles and smooth the top surface of the grout in conformity with the manufacturer's recommendations. G . Epoxy grouts are self curing and do not require the application of water. Maintain the formed grout within its recommended placement temp~rature range -for at least 24 ho~~ after placement, until grout compressive strength reaches 1000 psi or as recommended by the manufacturer, whichever is longer. 3.05 SCHEDULE A. The following list indicates where the particular. types of grout are to be used : '·. 1. General purpose non-shrink cementitious grout: Use at all locations where no_n-shrink groqt is incljcated on ,the Drawings, except for b~e plates greater in area :than · 3-ft .wi~e by 3-ft long . 2. Flowable (precision) non-shrink cementitious grout: Use _1µ1deqtll base plates greater in area than 3-ft wide by 3-ft long. Use at all locations indicated on the Drawings to receive flowable F62 l 42S0~600.doc 03600-6 April 2010 ' j l i I j L City of Fort Worth Westside 54" RW Pipeline Project non-shrink grout. Flowable (precision), non-shrink, cementitious grout may be substituted for general purpose non-shrink cementitious grout. 3. Non-shrink epoxy grout: Use at all locations specifically indicated on the Drawings to receive non-shrink epoxy grout. 4. Cement grout: Use where indicated on the Drawings. END OF SECTION F62l42S03600.doc 03600-7 April 2010 ' j l J 'J l. City of Fort Worth Westside 54" RW Pipeline Project PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 03650 FLOW ABLE FILL A.· Furnish all .labor, materials, equipment and incidentals required and install all flowable fill complete as shown on the Drawings and as specified herein. 1.02 RELATEDWORK A. Excavation and Backfill are included in Section 02220. B. Cast-In-Concrete is included in Section 03300. 1.03 SUBMITTALS A. Submit, in accordance with Section 01300, shop drawings and product data. Submittals shall include the following: 1. Constituent quantities per cubic yard of the flowable fill mix including water content, cement factor, type and amount of fly ash and type and manufacturer of cement. 2. Technical data on all materials and components. B. TestReports 1. Sieve analysis of aggregate. l 1 2. Laboratory test results of the compressive strength of the proposed mix. l I ' j 1.04 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) 1. ASTM C33 -Standard Specification for Concrete Aggregates. 2. ASTM C94 :.. Standard Specification for Ready-Mixed Concrete. 3. ASTM C143 -Standard Test Method for Slump of Hydraulic Cement Concrete. 4. ASTM C150 -Standard Specification for Portland Cement. 5. ASTM C618 -Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete. 6. ASTM D4832 -Standard Test Method for Preparation and Testing of Controlled Low Strength Material Test Cylinders. F62l42S03650.doc 03650-1 April 2010 City of Fort Worth Westside 54" RW Pipeline Project B . American Concrete Institute (ACI) 1. ACI 301 -Standard Specification for Structural Concrete. C. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply . · 1.05 QUALITY ASSURANCE A. All testing and inspection services required, unless otherwi$e specified , shall be provided and paid for by the Owner . Testing necessary to establi~h the mix shall be performed by and at the expense of the Contractor. Methods of testing shall comply with the latest applicable ASTM Methods except as specified herein . 1.06 DELIVERY, STORAGE AND HANDLING A. Products shall be stored in conformity with the manufacturer's recommendations. B. Fly ash, aggregate and cement shall be stored or stockpiled in conformity with the recommendations of ACI 301. PART 2 PRODUCTS 2.01 GENERAL A. The use of manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration ,desired . B. Materials shall comply with this Section and any applicable State or local requirements. 2.02 MATERIALS A. Cement shall be domestic .Portland cement conforming to A~TM C 150, Type 11 ,The. minimum cement content shall be 100 lbs/cu yd. B. Fly ash shall conform to ASTM C618, Class C or Class F . The minimum fly ash content shall be 300 lbs/cu yd. C. Aggregate shall be inert natur~l sand conforming to the requirements ofASTM C33 or inert natural sand containing aggregate' sizes not greater than 3/8 -in and having given satisfactory flowability, strength and setting time when used in comparable flowable fill mixes. Aggregates shall not be expansive or reactive . D. Water shall be potable, clean and free from injurious amounts of oils, acids, alkalis , organic matter, or other deleterious substMces. The :water ~ontent of the mi.Jc.. may be approximately 400 lbs/cu yd . E. Admixtures manufactured specifically manufac;tured for qse in flowable fills will .be, co1;1sidered for approval. Admixtures shall be free of chlorides and alkalis (except for those attributable to water). Admix.tures shall be compatible with the mix and shall be suitabl~ for use in contact with potable F62l42S03650.doc 03650 :-2 Apri l2010 'I I l . j t J ' j 'I City of Fort Worth Westside 54" RW Pipeline Project water after curing. Admixtures causing retarded or accelerated setting of the mix shall not be used without written approval from the Engineer. 2.03 MIXES A. Select proportions of ingredients to meet the minimum design strength of 300 psi and to produce a fill having proper placability, durability and strength. Proportion ingredients to produce a homogenous mixture which will readily work into corners and angles without permitting materials to segregate. B. Compression Tests: Furnish testing of the proposed mix to demonstrate compliance with the compression strength requirements . C. Slump of the mix, as measured by ASTM C143, shall be approximately 8-in . 2.04 MEASURING, BATCHING, MIXING AND TRANSPORTING A. Measuring, batching, mixing and transporting shall conform to ASTM C94 and the requirements herein or as otherwise approved in writing by the Engineer. B. Ready-mixed flowable fill, whether produced by a concrete supplier or the Contractor shall conform to the requirements above . No hand mixing will be permitted. C. The flowable fill shall be mixed until there is uniform distribution of the materials and shall be discharged completely before the mixer is recharged. Fill which has been remixed or retempered shall be rejected. PART 3 EXECUTION 3.01 INSPECTION AND COORDINATION A. The batching, mixing, transporting and placing and of the flowable fill shall be subject to the inspection of the Engineer at all times . No placement shall be made without the inspection and acceptance of the preparations by the Engineer. 3.02 APPEARANCE A. The tlowable fill shall have a homogeneous structure which , when hardened , will have the required strength and durability . 3.03 PLACING A. No flowable fill shall be placed until the condition of subgrade and method of placement have been approved by the Engineer. Before depositing flowable fill, all debris and foreign matter shall be removed from the excavation . Flowable fill shall not be placed in water or submerged within 24 hours after placing, nor shall running water be permitted to flow over the surface of fresh flowable fill. B. Deposit the mix as near its final position as possible to avoid segregation due to rehandling or flowing. Pumping of the mix will be permitted when the approved design mix is based on pumping . Do not deposit concrete which has partially hardened or has been contaminated by foreign materials. F62 I 42S036SO.doc 03650-3 April 2010 City ofFort Worth Westside 54" RW Pipeline Project 3.04 CURING AND PROTECTION A. Protect all flowable fill against injury from the elements and damage of any nature during construction operations. B. Flowable fill placed during cold weather shall be protected against freezing by methods specified in Section 03301. Salt, manure or other chemicals shall not be used for cold weather protection. 3.05 FIELD TESTS A. Sets of 6-in by 12-in test cylinders will be taken of the work by the construction manager following the procedures given in ASTM D4832 . The number of sets of test cylinders shall be at the discretion of the construction manager . The cylinders shall be capped with neoprene for testing . When the average compressive strength of the cylinders in any set falls below the required compressive strength; the construction manager may reject the fill represented by the set of cylinders or require modification of the proportions of the design mix to achieve the required strengths. B. Cooperate in the making of tests by allowing free access to the work for the selection of samples, providing an insulated closed curing box for specimens, affording protection to the spec~ens against injury or loss through the operations and furnishing material and labor required for the purpose of taking test cylinder samples. All shipping of specimens will be paid for by the Owner. C. Slump tests will be made in the field by the construction manager in conformity with ASTM C143. END OF SECTION F62142S03650 .doc 0365.0-4 April 2010 '' i l L J DIVISION 5 METALS . I I l I' l l City of Fort Worth Westside 54" RW Pipeline Project PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 05500 :MISCELLANEOUS l\1ET AL A. Furnish all labor, materials, equipment and incidentals required and install all miscellaneous metal complete as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Concrete joint accessories are included in Section 03250 . B. Pipe hangers and sleeves are included in Division 15. C. Equipment anchor bolts are included in the respective Sections of Divisions 11, 14, and 15. 1.03 · SUBMI'ITALS A. Submit, in accordance with Section O 1300, shop drawings and product data showing materials of construction and details of installation for: 1. Shop drawings, showing sizes of members, method of assembly, anchorage and connection to other members. B. Design Data 1. Submit calculations demonstrating that the railings will resist the loads specified in the me 2003 at the post spacing provided. 2. Submit manufacturer's load and deflection tables for grating. C. Certificates 1. Submit certification that the railing system is in compliance with OSHA requirements. 1.04 REFERENCE STANDARDS A. Aluminum Association (AA) 1. AA M31C22A41 a. M31: Mechanical Finish, Fine Satin b. C22: Finish, Medium Matte c. A41: Clear Anodic Coating, Class I F62142SOSSOO.doc 05500-1 April2010 City of Fort Worth Westside 54" RW Pipeline Project B. American Society for Testing and Materials (ASTM) 1. ASTM A36 -Standard Specification for Carbon Structural Steel. 2 . ASTM A48 -Standard Specification for Gray Iron Castings . 3 . ASTM A53 -Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless. 4 . ASTM AI08 -Standard Specification for Steel Bars, Carbon, Cold Finished, Standard Quality. 5. ASTM A276 -Standard Specification for Stainless Steel Bars and Shapes. 6 . ASTM A307 -Standard Specification for Carbon Steel Bolts and Studs, 60,000 Psi Tensile Strength. 7 . ASTM A325 -Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 8. ASTM A500 -Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 9 . ASTM A501 -Standard Specification for Hot-Formed Welded and Seamless .Carbon Steel Structural Tubing. 10. ASTM A536-Standard Specification for Ductile Iron Castings . 11. ASTM A570 -Standard Specification for Steel, Sheet and Strip, Carbon, Hot-Rolled, Structural Quality. 12. ASTM Al 008 -Standard Specification for Steel, Sheet, Cold-Rolled, C~on, Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, Solution Hardened, and Bake Hardenable. 13. ASTM B209 -Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate. 14. ASTM,B221 ..: Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles and Tubes. 15. ASTM B429 -Standard Specification for Aluminum-Alloy Extruded Structural Pipe and Tube. C . American Iron and Steel Institute (AISI) 1. Specification for Structural Steel Buildings. D . American Welding Society (A WS) 1. AWS DI.I -Structural Welding Code -Steel. . 2 . AWS Dl .2 -Structural Welding Code -Aluminum. F62l42S05500.doc 05500-2 April 2010 • I I I l j l' l j . j City of Fort Worth Westside 54" RW Pipeline Project E. Federal Specifications 1. FS-FF-B-575C -Bolts, Hexagonal and Square F. Occupational Safety and Health Administration (OSHA) G. Building Officials and Code Administrators International, Inc. (BOCA) 1. The BOCA National Code H. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. · 1.05 QUALITY ASSURANCE A. The work of this Section shall be completely coordinated with the work of other Sections. Verify, at the site, both the dimensions and work of other trades adjoining items of work in this Section before fabrication and installation of items herein specified. B. Furnish to the pertinent trades all items included under this Section thatare to be built into the work of other Sections. C. All welding shall be performed by qualified welders and shall conform to the applicable A WS welding code. Welding of steel shall conform to A WS D 1.1 and welding of aluminum shall conform to A WS D 1.2 and welding of stainless steel shall conform to A WS D 1.6. [1.06 SYSTEM DESCRIPTION] 1.07 DELIVERY, STORAGE AND HANDLING A. Deliver items to be incorporated into the work of other trades in sufficient time to be checked prior to installation. B. Repair items that have become damage or corroded to the satisfaction of the Engineer prior to incorporating them into the work. 1.08 PROJECT/SITE REQUIREMENTS A. Field measurements shall be taken at the site, prior to fabrication of items, to verify or supplement indicated dimensions and to ensure proper fitting of all items. [1.09 MAINTENANCE] [1.10 WARRANTY] PART 2 PRODUCTS 2.01 GENERAL A. The use of manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired. F62l42S05500.doc 05500-3 April2010 City of Fort Worth Wests ide 54" RW Pipeline Project B. Like items of materials shall be the end products of one manufacturer in order to provide standardization for appearance, maintenance and manufacturer's service. 2.02 MATERIALS A. Unless otherwise noted, materials for miscellaneous metals shall conform to the following standards: 1. Structural Steel 2. Structural Steel Tubing 3. Welded and Seamless Steel Pipe . 4. Steel Sheets 5. Gray Iron Castings 6. Ductile Iron Castings 7. Aluminum Extruded Pipe 8. Aluminum Extruded Shapes 9 . Aluminum Sheet and Plate 10. Stainless Steel Plates, Sheets, and Structural Shapes a. Exterior, Submerged or Industrial Use b. Interior and Architectural Use 11 . Stainless Steel Bolts, Nuts, and Washers 12 . Carbon Steel Bolts and Studs 13 . High Strength Steel Bolts, Nuts and washers a. Elevated Temperature Exposure:Type I b. General Application: Type I or Type II F62l42S05500.doc 05500-4 ASTMA36 ASTM A500, Grade B ASTM A501 or ASTM A53, Type E or S, Grade B Sc)ledule 40. Use standard malleable iron fittings, galvanized for . extetior work ASTMA1008 ASTM A48, Class 35 ASTM A536, Grade 65-45-12 ASTM B4Z9, Alloy 6063 T6 . ASTMB221,Alloy6061 T6 ASTM B209, Alloy 6061 T6 ASTM A240, Type 316 (Type 316L for welded) ASTM A240, Type 304 A~TMA276, Type316 ASTM A307, C3rade A (hot. dip galvanized nuts and washers.where noted) ... . ·- ASTM A325 (mechanically galvanized per ASTM B695, Class 50, where noted) Apri l 2010 l ' 'I 'I City of Fort Worth Westside 54" RW Pipeline Project 2.03 ANCHORS, BOLTS, AND FASTENING DEVICES A. Anchor bolt material shall be ASTM F1554, Grade 36 unless otherwise noted. B. Unless otherwise noted, bolts for the connection of carbon steel or iron shall be steel machine bolts; bolts for the connection of galvanized steel or iron shall be galvaniied steel or stainless steel machine bolts; and bolts for the connection of aluminum or stainless steel shall be stainless steel machine bolts. C. Unless otherwise noted, expansion anchors shall be zinc-plated carbon steel wedge type anchors complete with nuts and washers. Type 316 stainless steel wedge type anchors shall be used where they will be submerged or exposed to the weather or where stainless steel wedge type anchors are required. When the length or embedment of the bolt is not noted on the Drawings, provide length sufficient to place the wedge and expansion cone portion of the bolt at least 1-in behind the concrete reinforcing steel. Expansion anchors shall be Hilti, Kwik-Bolt ill; Simpson Strong-Tie Wedge-All; Powers Power-Stud ; or equal. D. Compound masonry expansion anchors shall be lead expansion sleeve type anchors complete with nuts and washers . Anchors shall be precision die -cast zinc alloy with a minimum of two lead alloy expansion sleeves. When the length or embedment of the bolt is not noted on the Drawings, provide length sufficient to place the wedge and expansion sleeve portion of the bolt at least 1-in behind the concrete reinforcing steel. Expansion anchors shall be Star Expansion Industries, Star Slugin, or equal. E. Adhesive capsule anchors shall be a two -part stud and capsule chemical resin anchoring system . Capsules sha.ll contain premeasured amounts of polyester or vinyl ester resin, aggregate and a hardener contained in a separate vial within the capsule. Stud assemblies shall consist of an all- thread anchor rod with nut and washer. Adhesive capsule anchors shall be Hilti, HV A Adhesive Anchor; Molly, Parabond; Rawlplug, Rawl Chem-Stud; or equal. F. Adhesive anchors, fo r fastening to hollow concrete block or brick , shall be a three-part stud , screen and chemical dispenser anchoring system . Adhesive · cartridges shall contain premeasured amounts of resin and hardener which are mixed and deposited in a screen tube by a dispenser . Stud assemblies shall consist of an all-thread anchor rod with nut and washer. Anchors shall beHilti, IIlT C-20 System or equal. G. Automatic end welded headed anchor studs shall be flux ended studs made from cold drawn steel, ASTM A108 Grades [C-1010 through C-1020]. Headed anchor studs shall be [Nelson , H4L Headed Concrete Anchors] [Nelson , S3L Shear Connectors] or equal. H. Machine bolts and nuts shall conform to Federal Specification FF-B -575C . Bolts and nuts shall be hexagon type. Bolts, nuts, screws, washers and related appurtenances shall be Type 316 stainless steel. I. Toggle bolts shall be Hilti, Toggler Bolt or equal. 2.04 METAL GRATING A. Grating shall have rectangular, 3/16-in thick, bearing bars spaced 1-3/16-in on center with cross bars spaced at 4-in on center. All grating panels shall be banded with a bar the same size as the bearing bars. F62142SOSSOO.doc 05500-5 April2010 City of Fort Worth Westside 54" RW Pipeline Project 1. Grating shall be of the same depth shown on the Drawings, not to exceed the fabricator's maximum recommended span; and meet or exceed the following load and deflection criteria for the maximum span length at the opening being covered by the grating. a. · The grating shall produce a deflection of 1/360 of the span or less under a uniform live load of 200 lbs.I sq . ft. on the maximum span . b. The grating shall produce a deflection of 1/360 of the span or less under a concentrated live load of 300 lbs. applied at the mid-point of the maximum span. 2. Openings 2-in or greater in diameter/dimension and grating edges shall be banded with a bar of the same depth and thickness as the bearing bars. Cut bearing bc!IS or cross bars shall be . welded to the banding bar. 3. Provide trench grating with symmetrical cross bar arrangement. 4. Grating clamps, nuts, bolts, washers and other fastening devices for grating and grating supports shall be Type 316 stainless steel. All grating shall be anchored to .the supporting system using saddle clips. B. Aluminum grating material shall be aluminum alloy 6063-T6 with .a .anodized .finish. Cross bars shall be attached to the bearing bars with interlocked swaged joints. The grating s.hall be Type BS by I.KG Borden, Houston, TX; Type 19 SG-4 by Ohio Gratings, Inc., Canton, OH; Type 19S4 by Seidelhuber Metal Products, San Carlos, CA or equal. C. Metal frames and supports for grating shall be of the same material as the grating unless otherwise shown on the Drawings. Where aluminum supports are used, they shall be fabricated from aluminum alloy 6061:-T6. 2.05 RAILINGS A. Handrail and railing. systems shall comply with the requirements of O~HA and me. B. Aluminum railing and handrail shall be a welded or mechanically fasten~d. seamless, ¥,x.tnided aluminum pipe system. Rails shall be 6063-T6 alloy. Posts shall be 606l-T6 alloy. Spljce and reinforcing sleeves, brackets, end caps, toeboards, etc., shall be aluminum alloy 6063-T6 or 6061 - T6. Railing system fastening hardwc!Ie shall be Type 316 stainless steel. After welding, aluminum shall be anodized. C. Railings shall be two-rail welded railing systems fabricated with 1-1/2-in nominal diameter pipe. Posts shall be Schedule 80 pipe; minimum and rails and handrail sl;lall be Schedule 40 pipe, minimum. Posts and top rails shall be continuous. Spacing of posts shall not exceed 5-ft .. on center and shall be uniformly spaced except as otherwise shown on the Drawings. All r1ti!i_ng posts shall be vertical. D. Welds shall be circumferential welds ground smooth and even to produce a railing that is neat in appearance and structurally sound. Welding methods shall be in conformity with AWS standards for the materials being joined. All rails to post connections shall be coped and fastened by continuous welds. There shall be no burrs, sharp edges or protrusions on any weld ·OD any part of . the.handrail system. After f~brication, the welds .and surrounding.area shall be cleaned and hand buffed to blend with the adjacent finish . All mechanical fasteners shall be unobtrusively located in countersunk holes with the top flush with the surface of the rail. Bends in the railing shall be as F62I42SOSS00.dpc April 2010 .. 'l City of Fort Worth Westside 54" RW Pipeline Project indicated by the Drawings. No distortion of the circular railing shape will be allowed. Bends and terminal sections shall be made without the use of fittings. Comer bends shall be mitered and welded bends. E. Railing shall be assembled in sections as long as practical but shall not be greater than 24-ft in length. A field splice shall be used when an assembled section is to be attached to another section. 1. Field splices shall use internal splice sleeves located within 8-in of railing posts . The sleeve shall be welded to the rail on one side and fastened with a set screw to the rail on other side. The field splice shall be detailed to take the differential expansion between the railing system and the supporting structure. F. The bases or supports for railing posts and h~drail shall be the types indicated on the Drawings . 1. Where non-removable railing is set in concrete, the posts shall be placed in 2-1/2-in diameter formed concrete openings and finnly caulked with a non-sulphur compound, hydraulic cement equal to Por-Rok by Minwax Construction Products Division Sterling Drug, Montvale, NJ . Collars shall be placed around the post bases and fastened in place with set screws on the side of the post away from the walkway. Posts shall be placed with the centerline 4-'in from the edge of the concrete except that posts shall be set at the centerline of concrete curbs. 2. Stainless steel and aluminum railing posts, which may collect condensation, shall have a 3/16- in. drain hole drilled immediately above the concrete encased area, the base flange, or supporting socket on the side away from the walking area . The bottom of the rail post between the drain hole and the bottom of the post shall be filled with an inert material such as a compressed closed cell neoprene rod. 3. Where handrail is to be fastened to walls, the rails shall be provided with screwed wall flanges fastened to the walls with three 3/8-in stainless steel flat head machine screws. The horizontal projection of the handrail support off the wall shall provide 2-1/2-in minimum clearance below the bottom of the handrail. G. Safety gates, for railing openings, shall be fabricated of matching pipe and rail material and configuration. The gates shall be self-closing gates with approved stop, latch and stainless steel closure spring and hinges. H. Barrier chains, for railing openings, shall be fabricated of stainless steel chains. Chain shall be 1/4-in stainless steel links, with eleven links per foot as manufactured by Eastern Chain Works, Inc., NY; Lawrence Metal Products, Inc.; or equal. Chains shall be fastened to the handrail posts at the elevation of each rail. One end of each chain shall be connected to one post with a 1/4-in diameter stainless steel eye bolt and the other end shall be connected to the other post by means of a heavy chromium plated bronze swivel eye slide harness snap and a similar eye bolt. I. Toeboards shall be provided on all railing adjacent to a drop in elevation of 4-ft or more. Toeboards are not required on the inclined portion of stairway railings or where concrete or steel curbs, 4-in or more in height, are present. Toeboards shall be 4-in high channels of the same material as the railing. The channels shall have a minimum thickness of 1/8-in and have flanges of not less than 3/4-in nor more than t..: 1/2-in in width. Toeboards shall be positioned with a .maximum clearance of 1/4-in frol)l the floor and fastened to railing posts with 1/4-in stainless steel U-bolts, with J-bolts at comer posts and with clip angles and two 1/4-in stainless steel expansion bolts at walls. F62l42S05500.doc 05500-7 April 2010 City of Fort Worth Westside 54" RW Pipeline Project J . All railings shall be properly protected by paper, or by an approved coating or by both against scratching, splashes or mortar, paint, or other defacements during transportation and erection and until adjacent work by other trades has been completed . After protective materials are removed, the surfaces shall be made clean and free from stains , marks, or defects of any kind . 2.06 LADDERS A. Ladders, ladder accessories and, ladder clearances shall conform to the requirements of OSHA . B. Aluminum ladders shall be fabricated with Schedule 80, 1-1/2-in I.D . continuous extruded aluminum pipe side rails spaced a minimum 18-in apart. Rungs shall be fabricated from extruded aluminum shapes, alloy 6063-T5/1'6, with a serrated tread, number A5680 by Washington Aluminum Company or equal spaced 12-in on center. Wall support brackets shall be aluminum 6061-T6 spaced 5-ft on center with Type 316 stainless steel fasteners. Where possible, the side rails shall be fastened to the floor with 5/8-in diameter Type 316 stainless steel expansion bolts. C. Ladder cages shall be of aluminum construction by Aluminex, Inc. D. Fall prevention devices shall be installed on all ladders, 20 or more feet in height and without safety cages, and at locations indicated by the Drawings. The system shall be a rigid-rail and locking sleeve fall prevention device complete with all mounting hardware and accessories furnished in the same metal as the rail unless otherw.ise noted. Rail material shall be .aluminum alloy 6061-T6 with bronze sleeves. Provide basic system accessories including: two bronze locking climbing sleeves (Saf-T-Lok Sleeve) two climbing belts (Saf-T-Belt), two harnesses (Saf- T-Climb Harness), removable extension kit. Where ladder begins below the access platform of a structure (e.g., meter vaults, hatchways, etc.,) provide a permanently iµstalled mandril at each ladder to allow use of the removable extension previously specified. The systems shall be "Saf-T- Climb" by North Consumer Products (a Division of Siebe North, Inc.) or equal . . E. Ladder safety post extei:;tsiQns shall be provided on 1111 fixed ladders occurring below hatches and at locations indicated by the Drawings. The telescoping tubular safety post extension shall be secured to the ladder rungs with stainless steel fasteners and brackets . The ladder post extension shall be Bilco's ladder UP Safety Post, Model 2 or equal. F . Manhole rungs for cast-in-place concrete work shall be 12-3/4-in wide with a drop front design and a serrated step surface and comply with the requirements of OSHA . Aluminum rungs shall be of alloy 6061-T6. 2.07 ACCESS HATCHES A. Access hatches shall have single or double leaf doors as indicated by the Drawings. The doors shall be 1/4-in aJuminum diamond pattern plate .with welded stiffeners, as necessary, to withstand a live load of 300 lbs/sq ft with a maximum deflection of 11150th of the span. Hatches shall have a 1/4-in ab,1minum channel frame with a perimeter anc;hor flange or strap anchors for concrete embedment around the perimeter.· Unless otherwise f\Oted on the Drawings, use pivot torsion bars for counterbalance or ~pring operators for easy operation along with automatic door hold open. Hardware shail be durable and corrosion resistant,with Type 316 stainl~ss steel hardware used throughout. Provide removable lock haqdle . Finish shall. be the factory mill finish for · aluminum doors and, frames with bituminoµs coating on the exterior of the frames in contact with concrete Access hatches shall be Type J aluminum by Bilco Company, New Haven, CT or approved equal. F62 l 42S05500.doc 05500-8 April2010 • I • J City of Fort Worth Westside 54" RW Pipeline Project 2.08 MISCELLANEOUS ALUMINUM A. All miscellaneous metal work shall be formed true to detail, with clean, straight, sharply defined profiles and smooth surfaces of uniform color and texture and free from defects impairing strength or durability. Holes shall be drilled or punched. Edges shall be smooth and without burrs . Fabricate supplementary pieces necessary to complete each item though such pieces are not definitely shown or specified . B. Connections and accessories shall be of sufficient strength to safely withstand the stresses and strains to which they will be subjected. Exposed joints shall be close fitting and jointed where least conspicuous. Threaded connections shall have the threads concealed where practical. Welded connections shall have continuous welds or intermittent welds as specified or shown. The face of welds shall be dressed flush and smooth. Welding shall be on the unexposed side as much as possible in order to prevent pitting or discoloration of the aluminum exposed surface. Provide holes for temporary field connections and for attachment of the work of other trades. C. Miscellaneous aluminum items shall include : beams, angles , closure angles, grates, hatches, floor plates, stop plates, stair nosings and any other miscellaneous aluminum called for on the Drawings and not otherwise specified . D." · Angle frames for hatches, beams, grates ; etc .; shall be complete with welded strap anchors attached. E. Aluminum diamond plate and floor plate shall have a minimum thickness of 3/8-in. Frames and supports shall be of aluminum construction . Fastening devices and hardware shall be Type 316 stainless steel. Plates shall have a mill finish . F. Stair treads for aluminum stairs shall have abrasive non-slip nosing as approved . G. Aluminum nosing at concrete stairs shall be Wooster Products, Inc .; Alumogrit Treads, Type 116; similar by Barry Pattern and Foundry Co .; Andco or equal. Furnish with wing type anchors and flat head stainless steel machine screws , 12-in on center. Nosing shall also be used at concrete ladder openings. Nosing shall a single piece for each step extending to within 3-in at each side of stair or full ladder width. Set nosing flush with stair tread finish at concrete stairs . Furnish treads with heavy duty protective tape cover. l j 2 .09 MISCELLANEOUS STEEL A. Connections and accessories shall be of sufficient strength to safely withstand the stresses and strains to which they will be subjected. Exposed joints shall be close fitting and jointed where least conspicuous. Threaded connections shall have the threads concealed where practical. Welded connections shall have continuous welds or intermittent welds as specified or shown. The face of welds shall be dressed flush and smooth . Provide holes for temporary field connections arid for attachment of the work of other trades . 2.10 MISCELLANEOUS STAINLESS STEEL A. All miscellaneous metal work shall be formed true to detail, with clean , straight, sharply defined profiles and smooth surfaces of uniform color and texture and free from defects impairing strength or durability. Holes shall be drilled or punched. Edges shall be smooth and without burrs . Fabricate supplementary pieces necessary to complete each item though such pieces are no t definitely shown or specified . F62142SOSSOO .doc 05500-9 April2010 City of Fort Worth Westside 54" RW Pipeline Project B. Connections and accessories shall be of sufficient strength to safely withstand the stresses and strains to which they will be subjected. Exposed joints shall be close fitting and jointed where least conspicuous . Threaded connections shall have the threads concealed where practical. Welded .connections shall have continuous welds or intermittent welds as specified or shown. The face of welds shall be dressed flush and smooth . Provide holes for temporary field connections and for attachment of the work of other trades. C. Miscellaneous stainless steel items shall include : beams, angles, bar racks and any other ·. miscellaneous stainless steel called for on the Drawings .and not otherwise specified. 2.11 CASTINGS A. Casting shall be of good quality, strong, tough, even-grained, smooth, free from scale, lumps, blisters, sand holes and defec~ of any kind which render them unfit for the service for which they are intended . Castings shall be thoroughly cleaned and will be subjected to a hammer inspection in the field by the Engineer ... All matching surfaces shall be machined to a tiue plane surface to . allow contact surfaces to seat at all points withQut rocking. Allowances shall be made .in the patterns so that the thickness specified shall not be reduced in obtaining finished surfaces~ Castings will not be acceptable if the actual weight is less than 95 percent of the theoretical weight computed from dimensions. The Contractor shall provide facilities for weighing castings in the . presence of the Engineer. B. Frames, covers, cast. grates and trench drains for structures shall be gray irop castings expept as otherwise specified or indicated on, the Drawings. Sizes shall pe as . shown on the Drawings. Covers shall have letters "WATER," "SANITARY SEWER," orPRAIN," as applicable, embossed on top. C. Frames and covers for installation in slabs shall be heavy duty , [R-6013-R-6099] Series as manufactured by Neenah Foundry C9., or equal. D. Electrical .and telephone m~ole ·and han<;lhole frames and covers shall be du.ctile irqn castings. The covers sball be watertight. Covers &hall .have the word "E~CTRIC," "lllGH VOLTAGE ," "LOW VOLTAGE ," "SIGNAL.I'. "TELm>HONE," as applicable, embossed 9n or cast into the top in letters 2-in high . The clear opening shall be 36-in unless otherwise indicated on ~e Drawings. E . Trench drains shall be of the length shown on the Drawings and shall be heavy duty, Seri~s with a . "Type A" cover as manufactured by Neenah Foundry Co ., or equal. PART 3 . EXECP'{ION 3.01 INSTALLA'l'ION -~···· .. : . --'· .. --·--. A. Install all items except those to be embedded in concrete or other m~sonry which shall be ~stalled under Division 3 and Division 4, respectively. Items to be attached to concrete or masonry after such work is completed shall be installed in accordanc.e .with the deatils shown . Fas~ening to wood plugs in masonry will not be permitted . . . . . . . . . . . R Abq!.sio~s in the shop primer. shall be touched 11p immediately after . erection . Areas left unprimed for welding shall be painted with primer after welding . F62142S0$500.doc 05500-10 Apri12010 . j ', ' l l ) L ) c 1 City of Fort Worth Westside 54" RW Pipeline Project C. Zinc coating which has been burned by welding, abraded, or otherwise damaged shall be cleaned and repaired after installation. The damage area shall be thoroughly cleaned by wire brushing and all traces of welding flux and loose or cracked zinc coating removed prior to painting. The cleaned area shall be painted with two coats of zinc oxide-zinc dust paint conforming to the requirements of Military Specifications MIL-P-15145. The paint shall be properly compounded with a suitable vehicle in the ratio of one part zinc oxide to four parts zinc dust by weight. D. Specialty products shall be installed in accordance with the manufacturer's recommendations. E. Expansion bolts shall be checked for tightness a minimum of 24 hours after initial installation. F . Install adhesive capsule anchors using manufacturer's recommended drive units and adapters and in compliance with the manufacturer's recommendations. G. Headed anchor studs shall be welded in accordance with manufacturer's recommendations. H. All railings shall be erected to line and plumb. I. All steel surfaces that come into contact with exposed concrete or masonry shall receive a protective coating of an approved heavy bitumastic troweling mastic applied in accordance with the manufacturer's instructions prior to installation. J. Where aluminum contacts a dissimilar metal, apply a heavy brush coat of zinc-chromate primer K . L. M. followed by two coats of aluminum metal and masonry paint to the dissimilar metal. Where aluminum contacts masonry or concrete, apply a heavy coat of approved alkali resistant paint to the masonry or concrete . Where aluminum contacts wood, apply two coats of aluminum metal and masonry paint to the wood. Between aluminum gratings, aluminum stair treads, or aluminum handrail brackets and steel supports, insert 1/4-in thick neoprene isolator pads, 85 plus or minus 5 Shore A durometer, sized for full width and length of bracket or support. END OF SECTION F62142S05500.doc 05500-11 April 2010 'j • I ' ' l j ' , ~ J ' J DIVISION 9 FINISHES •· l J L J City of Fort Worth Wests ide 54" RW Pipeline Project SECTI0N09901 SURFACE PREPARATION AND SHOP PRIME PAINTING PART 1: GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals requited for the surface 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. Finish painting is included in Section 09902. 1.03 SUBMITT ALS A. Submit to the Engineer for review in accordance with Section 01300 complete shop drawings, manufacturer's specifications, and data on the proposed primers and detailed surface preparation , application procedures, and dry mil thickness . 1.04 REFERENCE SPECIFICATIONS A. Steel Structures Painting Council (SSPC) 1. SSPC-SP-1 -Solvent Cleaning 2. SSPC-SP-2 -Hand Tool Cleaning 3. SSPC-SP-3 -Power Tool Cleaning 4. SSPC-SP-6 -Commercial Blast Cleaning 5. SSPC-SP-7 -Brush Blast 6. SSPC-SP-10-Near-White Metal Blast Cleaning PART 2: PRODUCTS 2.01 MATERIALS A. Ferrous Metals Submerged or subject to splashing: 1. Tnemec 1 Coat:69-BJ45 Gray Epoxy Primer (4.0 -6.0 DPT) or 1 Coat: 140-1255 PotaPox Plus (6 -8 DPT per coat) for potable water 2. Carboline 1 Coat: Carboguard 890 (3 .5 -4 .5 DPT) F62142S0990l .doc 09901-1 April2010 City of Fort WCl'th Westside 54" RW Pipeline Project 3. ICI Paints 1 Coat: Intergard 750HS or 1 Coat: Glid-Guard Corrosion Resistant HS Epoxy Gray 5466/5469 (3.5 -4.5 DFr) 4. Sherwin-Williams 1 Coat: Hi-Solids Catalyzed Epoxy (5.0 -6.0 DFr) or Copoxy Epoxy Primer (3.0'."5.0 DFr) 5. PPG Industries 1 Coat: DTR 97-148 Series (5 -7 DFr) B. Structural Steel, Loose Steel Lintels and Other Ferrous Metals (i.e., Mechanical Equipment, Piping, etc.): 1. Tnemec 1 Coat: 66-BJ45 Gray Epoxy Primer (4.0 -6.0 DFI') 2. · Carbolihe 1 Coat: Carboguard 890 (3 .5 -4.5 DFI') 3. ICI Paints 1 Coat: Intergard 750HS (3.5 -4.5 DFI') or 1 Coat: Glid-Guard Corrosion Resistant HS Epoxy Gray 5466/5469 (3 .5 -4.5 DFI') 4 Sherwin-Williams 1 Coat: Recoatable Epoxy Primer (3.5 -4 .5 DFI') 5. PPG Industries 1 Coat:DTR 97-148 Series (5 -7 DFI') C. Nonprimed Surfaces: 1. Gears, bearings surfaces, and other similar surfaces that are not to be painted shall be given a heavy shop coat of grease or other suitable rusHesistant coating. This coating shall be maintained as _ necessary to prevent corrosion during all periods of storage and erection and shall be satisfactory to the Engineer up to the time of the final acceptance test. D . Compatibility of Coating Systems : 1. Shop priming shall be done with primers that are guaranteed by the m~ufacturer to be compatible with their corresponding primers and finish coals specified ih Section 09902 for use in the field and which are recommended for use together. E . Masonry : See Section 09902. F . Plastic pipe: See Section 09902 . G. Metal surfaces above 250 Deg F: See Section 09902 . . F62 l42S0990l.doc . 09901-2 April20l0 'I • j . ' -j City of Fort Worth Westside 54" RW Pipeline Project H. Insulated pipe (non-metallic insulation and building insulation): See Section 09902. I. Repair of cut edges and damage to galvanized steel: 1. Tnemec 1 Coat: 90-97 Tnemec Zinc (2.5 - 3 DFT) 2. Carboline 1 Coat: · Galvanox (2.5 - 3 DFT) 3. ICI Paints 1 Coat: Interzinc 308 (2.5 - 3 DFT) or 1 Coat: Glid-Guard Organic Zinc Rich Coating 5513 (2.5 -3 DFT) 4. Sherwin-Williams 1 Coat: Zinc Clad 4 (2.5 - 3 OFT) or Corothane I Galvapac Zinc Primer(3.0-4.0 DFT) 5. PPG Industries 1 Coat: 97-670 (2.5 -3 DFr) J. Primers containing lead will not be allowed. PART 3: EXECUTION 3.01 A. APPLICATION Surface Preparation and Priming: 1. Nonsubmerged components scheduled for priming, as defined above, shall be sandblasted clean in accordance with SSPC-SP-6 "Commercial" immediately prior to priming. Submerged components scheduled for priming, as defined above, shall be sandblasted clean in accordance with SSPC-SP-10 "Near White," immediately prior to priming. 2. All surfaces shall be dry and free of dust, oil, grease, dirt, rust, loose mill scale, and other foreign material before priming. 3. Shop prime in accordance with approved paint manufacturer's recommendations. 4. Surface preparation for field painting unprimed surfaces or for touch up shall be the same . 5. Plastic pipe surfaces shall be lightly sanded before painting. 6. Wood surfaces shall be dry and sanded to a smooth surface. 7. Bituminous-coated pipe shall not be used in exposed locations. Pipe to be exposed in the finished work shall be primed in accordance with the requirements herein. Any bituminous coated pipe which is inadvertently installed in exposed locations shall be sandblasted clean before priming and painting. F62l42S0990 I .doc 09901-3 April2010 City of Fort Worth Westside 54" RW Pipeline Project 8. All primed or previously painted surfaces and nonferrous surfaces shall be cleaned pric;>r to application of successive coats. All nonferrous metals shall be cleaned in accordance with SSPC-SP-1 . Test galvanized steel for treatment or any passivation and handle as required. 9. Shop-coated surfaces shall be protected from damage and corrosion before and after installation. Damaged areas shall be repaired immediately upon detection. Abra(led or corroded spots shall be cleaned and touched up with the same materials as the shop coat. All shop coated surfaces which are determined to be faded or discolored or which require more than minor touch-up, shall receive new surface preparation and be repainted. Cut edges of galvanized steel and exposed threads and cut ends of galvanized piping, electrical conduit, and metal pipe sleeves shall be solvent cleaned in accordance with SSPC-SP-1 and primed. Verify compatibility of shop prime coatings with proposed finish painting system prior to application. If systems are non-compatible, propose alternative system for approval or strip and re-prime the surface. 10. Galvanized steel and stainless steel surfaces shall be cleaned in accordance with SSPC-SP-7. Such surfaces designated not to be painted shall be cleaned to this standard. 11 . Aluminum embedded or in contact with concrete shall be painted with one coat of epoxy as scheduled in Section 09902. 12. Surface temperature and all other application conditions shall be in accordance with approved primer manufacturer's recommendations. Enclosures and auxiliary heat shall be .t1tilized as necessary to achieve compliance . 13. Priming of edges, comers, indentions, etc ., shall be performed by stripe coating. 3.02 FABRICATED AND MANUFACTURED EQUIPMENT A. Unless otherwise indicated, all fabricated and manufactured equipment shall be shop primed. Initial finish coats may be shop or site applied. All fu$er coats shall be site-applie<l. In all cases, final c;oat shall be site-applied. B. Wherever equipment is required to be sandblasted, Contractor shall protec;t all motors,.drives, bearings, gears, nameplates, and any other parts not required to be painted, from sandblasting and from the entry of grit. Any equipment found to contain grit shall be disassembled, cleaned and reassembled. END OF SECTION F62l42S0990l.doc 09901-4 April 2010 '' '' L l -J City of Fort Worth . Westside S4" RW Pipeline Project PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 09902 FINISH PAINTING A. The work of this section consists of furnishing all materials, labor, equipment, and incidentals required and performing all the finish painting necessary to complete this Contract in its entirety as described herein. B. It is the intent of these Specifications to paint all interior concrete where scheduled, exposed miscellaneous metal, pipe, fittings, supports, valves, equipment, and all other work obviously required to be painted unless otherwise specified. Minor items omitted in the schedule of work shall be included in the work of this Section where they come within the general intent of the specifications as stated herein. C. The following surfaces or items are NOT required to be painted: 1. Portions of metal, other than aluminum, embedded in concrete. This does not apply to the back face of items mounted to concrete or masonry surfaces which shall be painted before erection. Aluminum to be embedded in or in contact with concrete or masonry shall be coated to prevent electrolysis . 2. Stainless steel. 3. Fencing. 4. Concealed surfaces of pipe or crawl spaces. 5. Acoustical ceilings. 6. Tile. 7. Exterior concrete; unless otherwise specified, and heavy duty concrete topping. 8. Finish hardware, except door closers that are not finished. 9. Manhole frames and covers. 10. Fiberglass other than piping. 11. Packing glands and other adjustable parts, and nameplates and data plates of mechanical equipment 12. PVC Piping 13. Galvanized Steel-Repair cut or damaged galvanized steel in accordance with Section 09901. F6i l 42S09902.doc 09902-1 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 14 . Aluminum conduit (except within office or storage areas. Conduit should be painted in these areas .) 15. Interior concrete surface of Butterfly Valve Vault 1.02 RELATED WORK A . Surface Preparation and Shop Prime Painting are included in Section 09901 . 1.03 REFERENCES A. American Association of State Highway and Transportation Officials (AASHTO) B. American Society for Testing and Materials (ASTM) .. l . ASTM Cl50 -Specification for Portland Cement 2. ASTM D4258 -Practice for Surface Cleaning Concrete for Coating C. National Sanitation Foundation (NSF) 1. Standard 61 D. Occupational Safety and Health Act (OSHA) 1. Air Pollution Control Rules 2. Color Coding E . Steel Structures Painting Council (SSPC) 1. SSPC-SP-1 -Surface Preparation Specification -Solvent Cleaning 2. SSPC-SP-2 -Surface Preparation Specification -Hand Tool Cleaning 3 . SSPC-SP-3 -Surface Preparation Specification -Power Tool Cl~ing 4 . SSPC-SP-6 -Commercial Blast Cl~ing . 5 . SSPC-SP-7 -Brush Blast 6 . SSPC-SP-10 -Near White Metal Blast Cleaning 1.04 SUBMJ,TTALS A. Submit to the Engineer for review in accordance with Section 01300 shop drawings, working drawings, and product data including manufacturer's specifications and data on the propos¢ paint systems and detailed surface preparation, application procedures and dry film thickness. Certify · .thatthe systems submitted meet all applicable volatile organic .carbon regulations .. Equival~nt systems are to be submitted at no additional costs to meet any new regulations. F62l42S09902.doc 0990Z-2 . April2Ql0 -l 'J City of Fort Worth Westside 54" RW Pipeline Project B. Furnish to the Engineer for review, if applicable, one 8-in by 4-in by 16-in concrete block with one coat of the proposed surfacer and two coats of the proposed epoxy finish in a color selected by the Engineer. Furnish additional samples until one is approved. This sample, when approved by the Engineer, shall establish the quality of the painted surface where this application is indicated. C. Submit to the Engineer for review in accordance with Section 01300 color cards, including standard and special colors, for initial color selections. D. Schedule of Painting Operations: Submit to the Engineer for review a complete Schedule of Painting Operations within 90 days after the Notice to Proceed. This Schedule is imperative so that the various fabricators may be notified of the proper shop prime coat to apply. Properly notify and coordinate the fabricators' surface preparation and painting operations with these Specifications. This Schedule shall include for each surface to be painted, the brand name, the percent volume of solids, the coverage and the nuinber of coats the Contractor proposes to use in order to achieve the specified dry film thickness, and color charts. When the Schedule has been approved, apply all material in strict accordance with the approved Schedule and the manufacturer's instructions. Wet and dry paint film gauges shall be made available to the Engineer to verify the proper application while work is in progress. 1.05 SPARE MATERIAL A. Furnish one unopened gallon can of each type and each color of paint used. 1.06 PRE-PAINTING CONFERENCE A. Well in advance of commencement of painting operations, but after major equipment has been delivered, a pre-painting conference shall be held. All parties with an interest in the painting work shall attend, including the Contractor, the Manufacturer, the Owner, the Engineer, and the painting subcontractor. The Contractor shall contact each party and arrange the meeting. B. The conference shall include an inspection of the areas to be painted by all parties and a discussion of the conformance of each area with the specifications. Important issues such as environmental conditions, climate control systems, original primer, dry film thickness, and monitoring the number of coats that have been field applied shall be discussed and problems shall be resolved. C. A written record of the meeting shall be submitted to the Engineer. PART 2: PRODUCTS 2.01 r-.1.ATERIALS A. All painting materials shall be fully equal to those manufactured by the Tnemec Company Inc., Carboline Company, !CI-Devoe Coatings, Sherwin-Williams Company, Ameron Paint Company, and PPG Industries. The painting schedule has been prepared on the basis ofTnemec, Carboline, !CI-Devoe Coatings, Sherwin-Williams, Ameron, and PPG Industries products and their recommendations for applications. No brand other than those named will be considered for approval unless the brand and type of paint proposed for each item in the following schedule together with sufficient data substantiated by certified tests conducted at no expense to the Owner, to demonstrate its equality to the paint(s) named, is submitted in writing to the Engineer for approval within 30 days after the signing of the Notice to Proceed. The type and number of tests F62 I 42S09902.doc 09902-3 April 2010 City of Fort Worth Westside S4" RW Pipeline Project perfonned shall be subject to the Engineer's approval. Color availability to match those colors specified will also be considered as an important property for equality. B. All painting materials shall be delivered to the mixing room in unbroken containers, bearing the manufacturer's brand, date of manufacture and name. They shall be used without adulteration and mixed, thinned, and applied in strict accordance with manufacturer's directions for the applicable materials and surface and with the Engineer's approval before using . C. Shop priming shall be done with primers that are guaranteed by the manufacturer to be compatible with the finish paints to be used. Refer to Section 09901 for special primers. D. No paint containing lead will be allowed. Oil shall be pure boiled linseed oil. E. Work areas will be -designated by the Engineer for storage and mixing of all painting m~erials. Materials shall be in full compliance with the requirements of pertinent codes and fire regulations. Proper containers outside of the buildings shall be provided and used for painting wastes, and no plumbing fixture shall be used for this purpose. F . All recommendations of the paint manufacturer in regard to the health and safety of workmen shall be followed. 2.02 PAINTING SYSTEMS/SCHEDULE A. All colors will be selected by the Engineer from color charts submitted by the Contractor. B. The following surfaces shall have th,e types of paint scheduled below applied at the dry film thickness (DPT) in mils per coat noted. Some colors will require an additional coat from what is listed to get the proper color .coverage. 1. Interior nonsubmerged concrete and precast concrete walls . Painting of interior concrete surface of Butterfly Valve Vault is not required: a. Tnemec 2 Coats: 66-Color Hi-Build Epoxoline (4 -6 DPT per coat) b. Carboline 2 Coats: Carboguard 890 (6 DPT per coat) c. ICI -Devoe Coatings 2 Coats: 224HS High Build Epoxy (4 -6 DFr per coat) d. Sherwin-Williams 2 Coats: Sher-Tile Hi Solids Epoxy, B67 Serie& (4 DPT) e. Ameron 2 Coats: Amercoat 385 (5 DFr per coat) f. PPG Industries 2 Coats: High Build Aquapon7 97-130/139 F62142S09902 .doc 09902-4 April2010 'J l , City of Fort Worth Westside 54" RW Pipeline Project 2. Exterior Exposed Masonry (other siloxanes and silanes by the listed manufacturers are acceptable) a. Sherwin-Williams 2 Coats: HB-100 Water Repellent (200 -250 sf/gal per coat) 3. Exterior Masonry -Anti-graffiti coating a. Tnemec 1 Coat: 130-6602 Masonry Filler (75-80 sf/gal) · 1 Coat: 66 Hi-Build Epoxoline (4-6 mils DFf) 1 Coat: 75 Endura-Shield (3-5 mils DFf) b. Carboline · 1 Coat: Carboline Sanitile CB Base (80 sf/gal max) 1 Coat: Carboline 890 (5 mils DFf) 1 Coat: Carboline 133HB (4 mils DFf) c. ICI -Devoe Coatings 1 Coat: Bloxfil 4000 HD Acrylic (50 -75 sf/gal) 2 Coats: Dev-Thane 378 Semi-Gloss (2 -3 mils DFf per coat) d. Sherwin-Williams 1 Coat: Heavy Duty Block Filler B42W46 2 Coats: SWD Invisi -Shield B65 series (2 mils DFf per coat) e. Ameron 1 Coat: Amerlock 400 BF 1 Coat : Amercoat 385 (5 mils DFf per coat) 1 Coat: Amershield Graffiti Control coating (5 mils DFf) 4. Interior Exposed Masonry a. Tnemec 1 Coat: 130-6602 Enviro-Fill @ 75 -85 sq ft/gal 2 Coats : 66-Color Hi-Build Epoxoline (4 "6 DFf per coat) b. Carboline 1 Coat: Tm-Glaze 4010 Waterproofing Base Coat & Filler (60 -80 sqft/gal) 2 Coats : 224HS High Build Epoxy ( 4 -6 DFf per coat) c. ICI -Devoe Coatings 1 Coat: Interlac 895 (60 -80 sq ft/gal) 2 Coats: lntergard 760HS (5 DFf per coat) or 1 Coat: Glid-Tile Basecoat 5512 (75 sq ft/gal) 2 Coats : Glid-Guard HS Epoxy 5430 Series (4-6 DFf per coat) d. Sherwin -Williams 1 Coat: Heavy Duty Block Filler B42 W46 (SO -88 sq ft/gal) 2 Coats : Sher-Tile Hi Solids Epoxy, B67 Series (3 -4 DFf per coat) F62142S09902 .doc 09902-5 · Apri12010 City ofFort Worth Westside 54" RW Pipeline Project e. Ameron 1 Coat: Amerlock 400 BF 2 Coats: Amercoat 385 (5 DFT per coat) f. PPG Industries 1 Coat: Epoxy Block Filler 97-685/686 1 Coat: High Build Aquapon7 97-130/139 5. Ferrous metals submerged or subject to splashing. Any coatings applied to materials submerged within water bearing structure shall be coated with NSF approved coatings for potable water. a. Tnemec 2 Coats: 69-Color Hi-Build Epoxoline II (a) (6 .... 8 DFf per coat)· or 2 Coats: 140-Color Pota-Pox Plus (6-8 DFT per coat)fQr potable water b. Carboline 2 Coats: Carboguard 890 (6 DFT per coat). c. ICI -Devoe Coatings 2 Coats: Bar-Rust 236 Multi-Purpose Epoxy Coating (6 -a DFI' per coat) or 2 Coats: Bar-Rust 233H Multi-Purpose Epoxy Coating (6-8 DFT per coat) d. Sherwin-Williams 2 Coats: Tank Clad HS (5.0-8.0 DFT per coat) e. Ameron 2 Coats: Amercoat 385 (7 DFT per coat) f. PPG Industries 2 Coats: Direct To Rust 97-144/149 series 6. Exterior nonsubmerged ferrous metals: a. Tnemec , 1 Coat: 69-Color Hi-Build Epoxoline H ( 4 -6 DFf) 1 Coat: 75-Color Endura-Shield (3 -5 DFf) b. Carboline 1 Coat: Carboguard 890 (4 DFT) 1 Coat: 133HB (3 -4 DFT) c. ICI -Devoe Coatings 1 Coat: 224HS liigh BuildEpoxy(4-6 DFT) 1 Coat: Devthane 379 Aliphatic urethane Gloss Enamel (3 - 4 DFT) d. Sherwin-Williams · F62:l42S09902 .doc 09902-6 April2010 r . '. r - f . r . City of Fort Worth Westside 54" RW Pipeline Project 1 Coat: Recoatable Epoxy Primer, B62 Series (5 DFf) 1 Coat: Hi Solids Polyurethane, B65 Series (2.5 DFf) e. Ameron 1 Coat: Amercoat 385 (4 DFf) 1 Coat: Amercoat 450 HS (2.5 DFf} f . PPG fudustries 1 Coat: Direct To Rust 97-114/149 series 1 Coat: High Build Pitthane7 97-840/UC55575 7 . futerior nonsubmerged ferrous metals: a Tnemec 2 Coats : 69-Color Hi-Build Epoxoline II (4 -6 DFf per coat) b . Carboline 2 Coats: Carboguard 890 ( 4 -6 DFf per coat) c. ICI -Devoe Coatings 2 Coats: 224HS High Build Epoxy (4 -6 DFf per coat) d. Sherwin-Williams 1 Coat: Recoatable Epoxy Primer, B62 Series (4 -6 mils) 1 Coat: Sher-Tile Hi-Solids Epoxy, B67 Series (4 DFf) e . Ameron 2 Coats: Amercoat 385 (5 DFf per coat) f . PPG fudustries 2 Coats: Direct To Rust 97 -144/149 series 8 . Flexible Coating Concrete or Masonry: a. Tnemec 2 Coats: 156 Enviro-Crete (4 -8 DFr per coat) b. Carboline 2 Coats: Flexxide (4-8 DFr per coat) C. ICI Paints 1 Coat: ICI 3030 Bond-prep futerior/Exterior Waterborne Pigmented Bonding Primer ( 1.5 -2 .0 DFr per coat) 2 Coats: ICI 2221 Ultra-hide Buildtex High Build Acrylic (6 -8 DFr per coat) d . PPG fudustries 1 Coat: Alkali Resistant Primer 6-3 1 Coat: Pitt-Flex? 4 -110 e . Sherwin-Williams F62 l42S09902 .doc 09902-7 April 20io City of Fort Worth Westside 54" RW Pipeline Project 2 Coats: Conflex XL High Solids (Smooth 6-7 DFf per coat, 100-125 sq.ft/gal) 9. Metal surfaces exposed to temperatures above 250F to 400F: a. Tnemec 2 Coats: 39-1261 Silicone Aluminum (0.7 -1.5 DFf per coat) b. Carboline 2 Coats: 1248 (1 -1.5 DFf per coat) c . !CI-Devoe Coatings 2 Coats: HT4 High Heat Coating (1.5 - 2 .0 DFf per coat) d. Sherwin-Williams 2 Coats: Silver Brite Aluminum Paint-B 5952 (1 DFf per coat) e. Ameron 2 Coats: 878 Hi Best Silicone Aluminum ( 1.5 DFf per coat) f . PPG Industries 2 Coats: Aluminum Paint 6-230 10 . Insulated Pipe: (Block Insulation: Same systems only 3 coats at 2 -3 DFf per coat). a. Tnemec 2 Coats: 6-Color Tneme-cryl (2 -3 DFf per coat) b. Carboline 2 Coats: 3359 (3 DFf per coat) c . ICI -Devoe Coatings 2 Coats: Lifemaster-Pro 4216 High Performance Waterborne Acrylic (2 - 3 DFf per coat) or 2 Coats: Lifemaster Pro HB Acrylic Coating 5440 (2 -5 DFf per coat) d. Sherwin-Williams 2 Coats: DTM Acrylic Gloss or Semi-Gloss, B66 Series (2 -3 DFf per coat) e. Ameron 2 Coats : Amerguard 220 (3 DFf per coat) f . PPG Industries 1 Coat: Pitt-Tech7 DTM 90-712 1 Coat: Pitt-Tech7 DTM 90-Line (satin/gloss) 11 . Aluminum in contact with dissimilar materials: a. Tnemec 2 Coats : 66-Color Hi-Build Epoxoline (2 DFf per coat) F62 l42S09902 .doc 09902.,8 April 2010 . I ' J L J City of Fort Worth Westside 54" RW Pipeline Project b . Carboline 2 Coats: Carboguard 890 (3 DFf per coat) c .-ICI -Devoe Coatings · 1 Coat: Devran 205 Universal epoxy (4 -6 DFf) 1 Coat: 224HS High Build Epoxy (4 -6 DFf) d . Sherwin-Williams 2 Coats: Macropoxy HS (3 -6 DFf per coat) e. Ameron 2 Coats: Amercoat 385 (5 DFf per coat) f. PPG Industries 2 Coats: Direct to Rust 97-144/149 12. Interior Drywall and Plaster-Industrial Areas a.· Tnemec 1 Coat: 66 Hi-Build Epoxoline (thin 20%) (2 -3 DFf) 1 Coat: 66 Hi-Build Epoxoline (3 -4 DFf) b . Carboline 1 Coat: Multi-bond 120 (2 DFf) 1 Coat: 890 (3 -4 DFf per coat) c . ICI :..Devoe Coatings 1 Coat: ICI 2310 Ultra-Hide Aquacrylic Gripper Stain Killer Primer Sealer (1.5-2.0 DFf) 1 Coat Tm-Glaze 4508 Chemical Resistant Epoxy (3 -4 DFf) d. Sherwin-Williams 1 Coat: PIM 200 Latex Wall Primer (1 DFf) 1 Coat: Sher-Tile Hi-Solids Epoxy (3 -4 DFf per coat) e . Ameron 2 Coats: 385 (3 DFf per coat) f. PPG Industries 2 Coats: High Build Aquapon7 97-130/139 g. PPG Industries 1 Coat: Alkali Resistant Primer 6-3 1 Coat: Pitt-Flex? 4-110 13 . Parking Stall lines on asphalt pavement: Approved reflective pavement marking paint, white in color, conforming to AASHTO standards for materials and installation. a. PPG Industries 1 Coat: Traffic and Zone Marking Paint 11 -3 F62 l 42S09902 .doc 09902-9 April2010 City of Fort Worth Westside 54" RW Pipeline Project C. Any surfaces not specifically named in the Schedule and not specifically excepted shall be prepared, primed and painted in the manner directed by the Engineer and with materials consistent with these Specifications. The Engineer shall select which of the manufacturer's products, whether the type is indicated herein or not, shall be used for such unnamed surfaces. No extra payment shall be made for this painting . 2.03 COLOR CODING FOR PIPES AND EQUIPMENT A. When color coding is specified, it shall consist of color code painting and identification of all exposed conduits, trough items, and pipelines for the transport of gases, liquid, and semi-liquids including all accessories such as valves, insulated pipe coverings, fittings, junction boxes, bus bars, connectors, and all operating accessories which 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 this Section. B. All hangers and pipe support floor stands shall be painted the same color and with the same paint as the pipe it supports. Stainless steel supports shall not be painted. The system shall be painted up to, but not including, the flanges attached to the mechanical equipment nor the flexible conduit connected to electrical motors. When more than one pipe system is supported on the same bracket, the bracket shall be painted the same color as the adjacent wall or ceiling. Colors shall be as noted in the Paint and Color Coding Schedule. - C. All systems which are an integral part of the equipment, that is originating fr<;>m the equipment and returning to the same piece of equipment, shall be painted between and up to, but not including, the fixed flanges or connections on the equipment. D. The color code establishes, defines, and 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 Contract. E. Banding for pipes shall be as specified in the Paint and Color 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 penetrations . 2.04 LETIERING OF TITLES A. The name of the materials in each pipeline and alongside this an arrow indicating the direction of flow of liquids, shall be indicated on each pipe system. Titles shall be detennined by the Engineer. Titles shall not be located more than twenty (20) linear feet apart and shall also appear directly adjacent to each side of any wall the pipe breaches, adjacent to each side _of the valve regulator, flow check, strainer cleanout, and all pieces of equipment. B. Titles shall identify the contents by complete name. Identific/ition title locations shall be detennined by the Engineer, but in general they shall be place~ where the view is unobstructed and on the two lower quarters of pipe or covering where they are overhead. Title should be clearly . visible from operatil)g positio1.1s, especially those adjacent to control valves . C. Numbers and letters shall be pressure-sensitive vinyl markers which confonn to ANSI Al3.1 requirements. Markers may be of the pre-printed type . Adhesive and finish _surface shall be protected with one piece removable liners. Color shall be white or Engineer approved equal to provide contrast with respective pipe painting. · · · F62 142S09902.doc 09902-10 Aptjl 2010 (. r. I . I l' 'l L J • l City of Fort Worth Westside 54" RW Pipeline Project D. Letter size shall be as indicated in the following table: OUTSIDE DIAMETER OF PIPE SIZE 3/4-in to 1-1/4 in 1-1/2-in to 2-in 2-1/2-in to 6-in 8-in to 10-in Over 10-in SIZE OF LEGEND LETIERS OR COVERING 1/2-in 3/4 -in 1-1/4-in 2-1/2-in 3-1/2-in E. The system for preparation and application of letters shall be ASI/LTV Series by Architectural Signing, Inc., Marina Del Rey, CA, Architectural Graphics Inc., Norfolk, VA, Carlton USA, LaGrange, TX, or approved equal. Letter type shall be Helvetica Medium, upper case. Grid 2 spacing shall be employed . Arrows shall be standard Helvetica Medium. Arrow shall match type size. The instructions of the manufacturer shall be as followed in respect to storage, surface preparation and applications of letters. 2.05 TITLES FOR EQUIPMENT A Titles shall be provided on all equipment, including pumps and blowers using 1-in high Helvetica Medium upper case, Grid 2 spacing, white in color, except as otherwise noted on the Drawings in these specifications. Titles shall include both the equipment tag number and name, as shown in the Drawings, or as otherwise indicated by the Engineer. Titles shall be mounted at eye level on machines where possible or at the uppermost broad vertical surface of low equipment.· Where more than one piece of the equipment item to be titled exists, the items shall be numbered consecutively as indicated on the Mechanical Drawings or as directed by the Engineer; for example Pump No; l, Pump No. 2, etc. B. Titles shall be sized, proportioned, arranged and located to be easily readable . It may be required by the Engineer that some equipment be labeled in two or more places, in which case, the Contractor shall comply with no additional cost to the Owner. C. The Contractor shall submit for Engineer's approval in accordance with Section 01300 a listing of all equipment's labeling: 1. Size and color of letters to be used. 2. Location(s) of labels. 3. Formation of label, e.g.: TREATED WATER PUMP No. 1 (TW-P-001) D. It is the intent of these specifications that all equipment items be labeled and that such labeling allow easy identification of the item of equipment from the direction(s) that it will most normally be viewed. To satisfy this intent, all equipment shall be labeled as directed by the Engineer . E. Hazardous Materials Signs F62 l42S09902 .doc 09902-11 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 1. Signs shall be pressure-sensitive backed vinyl panels by Seton Name Plate Co ., or equal, and complying with NFP A No. 704. 2.06 METAL TAGS A. For pipelines smaller than 2-in in diameter, securely fasten metal tags, 2-1/2-in by 2-in, of Birmingham or Stubs, 17 gauge brass with lettering etched and filled with enamel. Tags shall be approved by the Engineer. 2.07 FABRICATED EQUIPMENT A. Unless otherwise indicated all fabricated equipment shall be shop primed and shop or field . finished . B. All items to be shop primed shall be thoroughly cleaned of all loose material prior to priming. If, in the opinion of the Engineer, any prime coating shall have been improperly applied or if material contrary to these Specifications shall have been used, that coating shall be removed by sandblasting to white metal and reprimed in accordance with these Specifications. C. All shop prime coats shall be of the correct materials and applied in accordance with these Specifications. Remove any prime coats not in accordance with these Specifications by sandblasting and apply the specified prime coat at no additional cost to the Owner. D. Shop primed surfaces shall be cleaned thoroughly and damaged or bare spots retouched with the specified primer before the application of successive paint coats in the field. E . Be responsible for and take whatever steps are necessary to properly protect the shop prime and finish coats against damage from weather or any other cause. F . A shop finish coat shall be equal in app~ce and. protection qµality to a field applied finish coat. If, in the opinion of the Engineer, a shop finish coat does not give the appearance and protection quality of other work of similar nature , prepare the surfaces and apply the coat or coats of paint as directed by the Engineer to accomplish the .desired appearance and protection quality. Submit to . the Engineer substantial evidence that the standard finish is compatible with the specified finish coat. G. Wherever fabricated equipment is required to be sandblasted, protect all motors, drives, bearings, gears, etc ., from the entry of grit. Any equipment found to contain grit shall be promptly and thoroughly cleaned. PART 3: EXECUTION 3.01 PREPARATION OF SURFACES A. . All surfaces to be painted shall be prepared as specified herein or in S.ection 09901 and shall be dry an9 clean before painting .. Special care shali be ,given to thoroughly clean interior concrete and concrete block surfaces of all marks before application of finish . B. All metal welds, blisters, etc ., shall be ground and sanded smooth in accordance with SSPC-SP-10. All pits and dents shall be filled and all imperfections shall .be corrected so as to F62l42S09902 .doc 09902-12 April2010 I • '' l j l I , I l , 'l L J City of Fort Worth Westside 54" RW Pipeline Project provide a smoo!h surface for painting. AU rust, loose scale, oil, grease, and dirt shall be removed by use of approved solvents, wire brushing, or sanding . C. Concrete surfaces shall have been ·finished as ·specified in Division 3. Report unsatisfactory surfaces to the Engineer. Concrete shall be free of dust, oil, curing compounds, and other foreign matter, conforming to ASTM D4258. D. All submerged concrete shall be prepared as specified in Division 3. E. Concrete block surface shall be smooth and cleaned of all dust, efflorescence, chalk, loose mortar, dirt, grease, oil, tar, and other foreign matter, conforming to ASTM D4258. F. Wood surfaces shall be dry. Sand to obtain a smooth surface. All encrustations shall be removed. G. Exposed Pipe: Bituminous coated pipe shall not be used in exposed locations. Pipe which shall be exposed after project completion shall be primed in accordance with the requirements herein . Any bituminous coated pipe which is inadvertently installed in exposed locations shall be sandblasted clean before priming and painting. After installation all exterior, exposed flanged joints shall have the gap between adjoining flanges sealed with a single component polysulfide sealant to prevent rust stains. · H. Primed or Previously Painted Surfaces and Nonferrous Surfaces: All coated surfaces shall be cleaned prior to application of successive coats. All nonferrous metals not to be coated shall be cleaned. This cleaning shall be done in accordance with SSPC-SP-1, Solvent Cleaning. I. Shop-Finished Surfaces: All shop-coated surfaces shall be protected from damage and corrosion before and after installation by treating damaged areas immediately upon detection. Abraded or corroded spots on shop-coated surfaces shall be "Hand Cleaned" and then touched up with the same materials as the shop coat. All shop coated surfaces which are faded, discolored, or which require more than minor touch-up in the opinion of the Engineer shall receive new surface preparation before being repainted. Cut edges of galvanized sheets and exposed threads and cut ends of galvanized piping, electrical conduit, and metal pipe sleeves, that are not to be finished painted, shall be "Solvent Cleaned" and primed with zinc dust-zinc oxide metal primer. J. Aluminum embedded or in contact with concrete must be painted according to the schedule for aluminum in contact with dissimilar materials. 3.02 WORKMANSHIP A. General 1. Primer (spot) and paint used for a particular surface shall, in general, be as scheduled for that type of new surface. Confirm with the paint manufacturer that the paint proposed for a particular repaint condition will be compatible with the existing painted surface. Sample repainted areas on the actual site will be required to insure this compatibility. Finished repainted areas shall be covered by the same guarantee specified for remainder of work. 2. At the request of the Engineer, samples of the finished work prepared in strict accordance with these Specifications shall be furnished and all painting shall be equal in quality to the approved samples. Finished areas shall be adequate for the purpose of determining the quality F62 I 42S09902 .doc 09902-13 April 20JO City of Fort Worth Westside 54" RW Pipeline Project of workmanship . Experimentation with color tints shall be furnished to the satisfaction of the Engineer where standard chart colors are not satisfactory. · 3. Protection of furniture and other movable objects, equipment, fittings and access<>ries shall be provided throughout the painting operations. Canopies of lighting f~tures shall be loosened and removed from contact with surface, covered and protected and reset upon completion. Remove all electric plates, surface hardware, etc., before painting, protect and replace when completed. Mask all machinery name plates and all machined parts not receiving a paint finish. Dripped or spattered paint shall be promptly removed. Lay drop cloths in all areas where painting is being done to adequately protect flooring and other work from all damage during the operation and until the finished job is accepted. , 4. On metal surfaces apply each coat of paint at the rate specified by the manufacturer to achieve the minimum dry mil thickness required. If material has thickened or must be diluted for application by spray gun, the coating shall be built up to tile same film thickness achieved with undiluted material. One gallon of paint as originally fw:nished by the manufacturer shall not cover a greater area when applied by spray gun th~ when applied unthinned by brush. Deficiencies in film thickness shall be corrected by the application <>fan additional coat(s) . . On masonry, application rates will vary according to surface t~xture; however, in no case shall the manufacturer's stated coverage rate be exceeded. On porous sl,lrfaces, it shall be the painter's responsibility to achieve a protective and decorative finish either by decreasing the coverage rate or by applying additional coats of paint. , 5. Paints shall be mixed in proper containers of adequate capacity. All paints shall be thoroughly stirred before use and shall be kept stirred while using. No unauthorized thinners or other materials shall be added to any paint. 6, Only skilled painters shall be used on the work and specialis~ shall be employed where . required. B. Field Priming 1. Steel members, metal castings, mechanical and electrical equipment, and other metals that are shop primed before delivery at the site will not require a prime coat on the job. All piping and ,. other bare metals to be painted shall receive one coat of primer before exposure to the weather, and this prime coat shall be the first coat as specified in the painting schedule. . 2. Equipment which is customarily shipped with a baked-on enamel finish or with a standard factory finish shall not normally be field painted unless the prefinished equipment is specifically color selected and unless the finish has not been damaged in transit or during installation. Surfaces that have been shop painted and have been damaged, or where the shop coats or coats of paint haye deteriorated, shall be properly cleaned ;µJ.d retouched before any successive painting· is done on them in the field. All such field painting shall ma~ch as nearly as possible the original fmish. C. Field Painting l . All painting at the site shall be designated as Field Painting .. F62 l42S09902 .doc 09902-14 April 20l0 . I ' . 'I 'I l J . l City of Fort Worth Westside 54" RW Pipeline Project 2. All paint shall be at room temperature before applying, and no painting shall be done when the temperature is below 50°F, in dust-laden air, when rain or snow is falling, or until all traces of moisture have completely disappeared from the surface to be painted . 3. Successive coats of paint shall be tinted so as to make each coat easily distinguishable from each other with the final undercoat tinted to the approximate shade of the finished coat. · 4. Finish surfaces shall not show brush marks or other irregularities. Undercoats shall be thoroughly and uniformly sanded with No. 00 sandpaper or equal to remove defects and provide a smooth even surface. Top and bottom edges of doors shall be painted and all exterior trim shall be back-primed before installation . 5. Painting shall be continuous and shall be accomplished in an orderly manner so as to facilitate inspection . All exterior concrete and masonry paint shall be performed at one continuous manner structure by structure. Materials subject to weathering shall be prime coated as quickly as possible. Surfaces of exposed members that will be inaccessible after erection shall be cleaned and painted before erection. 6. All materials shall be brush painted unless spray painting is specifically approved by the Engineer. The Contractor shall be responsible for all damage caused by overspray or drifting . 7. All surfaces to be painted as well as the atmosphere in which painting is to be done shall be kept warm and dry by heating and ventilation, if necessary, until each coat of paint has hardened . Any defective paint shall be scraped off and repainted in accordance with the Engineer's directions . 8. Before final acceptance of the work, all damaged surfaces of paint shall be cleaned and repainted as directed by the Engineer. 9. Any pipe scheduled to be painted and having received a coating of a tat or asphalt-compound shall be painted with two coats of Kop-Coat's lnertol Tar Stop, ICI -Devoe Coatings ' Tarset Standard 7000 or equal before successive coats are applied per the schedule . Tnemec recommends using 69 Hi-Build Epoxoline II over tar, but a test patch must be run initially to test the paint's compatibility with the tar. 3 .03 CLEANUP A. The premises shall at 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 tools, scaffolding, surplus materials, imd all rubbish from and about the buildings, and leave woik "broom clean" unless more exactly specified. B. Upon completion, remove all paint where it has been spilled , splashed, or splattered on all surfaces, including floors , fixtures, equipment, furniture, etc ., leaving the work ready for inspection . F62142S09902 .doc 09902-15 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 3.04 PA1NT A. General Notes and Guidelines 1. All color numbers and names herein refer to master color card. Equivalent colors of specified equal manufacturers may be substituted . 2. Pipelines, equipment, .or other items which are not listed here shall be assigned a color by the Engineer and shall be treated as an integral part of the Contract. 3. When color coding is specified or directed by the Engineer, it shall consist of color code painting and identification of all exposed 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 bars, connectors ; and any operating accessories which are integral to a whole functional mechanical pipe and electrical conduit systems . 4 . The colors of the Finish Schedule shall be interpreted as follows : Colors Tnemec# ICI -Devoe Coatings # Carboline# White WHOl 4550White S800 Orange SC03 Safety Orang~ 4444 Yellow BW56 [SC02] · Medium Yellow 6666 Dark Yellow BX36 Robotic Yellow N625 Green SC07 Safety Green 2383 Light Green AM52 Parrot 6361 DarkBrown AF12 Warm Brown 9218 Dark Green X Crylight Green 90GY 10/250 4372 Tan AF32 Bellows 3216 Ivory AF82 Seashell 3848 Light Grey BG62 C731 Medium Grey 2047 20YY 43/083 (Scroll Beige) 0746 Dark Grey BK33 Silver Grey 2525 Red SC09 Safety Red 5555 · Blue SC06 Safety Blue S150 Dark Blue 2042 70BG 10/214 A183 Medium Blue 2041 70BG 23/276 0118 Light Blue 2040 70BG 67/126 7107 Aqua AX42 Turquoise Green 8200 33/374 4132 International Orange SC04 International Orange N498 Dark Bronze BM07 Architectural Brown 2277 Tank Blue BB42 70BG/40/284 8155 Blue Green AX22 Blue Lagoon SIGG 10/276 A337 Magenta BP14 30RB 11/250 S585 F62142S09902.doc 09902-16 April 2010 L j ' l • J City of Fort Worth Westside 54" RW Pipeline Project 3.05 5. All moving parts, drive assemblies, and covers for moving parts which are potential hazards shall be Safety Orange #CA26. 6. All safety equipment shall be painted in accordance with OSHA standards . 7. All inline equipment and appurtenances not assigned another color shall be painted the same base color as the piping . The pipe system shall be painted with the pipe color up to, but not including, the flanges attached to pumps and mechanical equipment assigned another color. Tanks shall be painted the color of the piping system that they serve, unless the tank is fiberglass and levels are monitored through the tank . 8. Conduit to be painted shall be painted to match its background surface . 9. Building surface colors shall be painted as scheduled in the Finish Schedule or as selected by the Engineer. 10. Control panels shall be factory finished . PAINT AND COLOR CODING SCHEDULE A. All colors shall be selected by the Engineer and Owner at the time of shop drawing review . B. Piping colors shall be assigned with respect to TCEQ requirements for process piping colors . Refer to Chapter 290 .42(d)(13)(A). END OF SECTION F62142S09902 .doc 09902-17 April 2010 • I l I ' I t I l j , I DIVISION 11 EQUIPMENT City of Fort Worth Westside 54" RW Pipeline Project PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 11216 SUMPPUMPS A. Furnish and install the sump pumps specified herein. Sump pumps shall be installed~ complete and ready for operation, as shown on the Drawings and as specified herein . . 1 1.02 RELATED WORK • J l l • l A. Piping and appurtenances are included in Division 15. B. Electrical is included in Division 16. 1.03 SUBMIIT ALS A. Submit to the Engineer in accordance with Section 01300 certified shop drawings and literature · describing the equipment and showing all important details, including pump and motor characteristics and performance. B. Operating and maintenance instructions shall be furnished to the Engineer in accordance with Section 01730. 1.04 DESCRIPTION OF SYSTEM A. The sump pumps shall be installed as shown on the Drawings and as scheduled herein. The locations of the sump pumps and equipment tag numbers shall be as follows: Location of Installation Manual/Auto Pump No Panel Material · 54" BFV Vault Auto <1> 1 . ANY Panel Materlal Schedule: 316-316 SST; 304-304 SST; ALUM -Aluminum; ANY-Any Scheduled Material B. All sump pumps listed in Paragraph 1.04.A shall meet the following design performance conditions. F62142Sl 1216.doc Pump No. 1 -Hydromatlc SPD50H Maximum Speed Maximum HP Power Supply Power Operation, Switch Type Pump Construction Minimum Shut-off Head <1> Provide piggyback plug-in. 11216-1 3450 rpm 1/2-HP 120V, 1ph, 60 Hz Manual/Automatic <1> Tilt Bulb Cast Iron 48-ft April 2010 City of Fort Worth Westside 54" RW Pipeline Project The sump pump shall operate over a pump curve that will meet the following operating conditions: Flow . TDH {ft) (gpm) 21 40 48 30 90 16 C. Each sump pump shall be .the noted model listed above as manufactured by Hydromatic Pump, or approved equal as furnished by ITf-Flygt If an alternative is proposed, which requires alternative electrical power supply or motor horsepower, manufacturer shall be responsible for any costs associated with modification of electrical design to accommodate the proposed pumps. 1.05 QUALITY ASSURANCE A. The sump pump and related control panel shall be furnished by the pump manufacturer and installed by the Contractor. The equipment shall be designed, constructed and installed in accordance with the best practices and methods. 1.06 WARRANTY . A. Refer to Section 01740 for requirements and conditions associated with the required manufacturer's warranty period and conditions associated with the equipment specified herein. PART 2: PRODUCTS 2.01 PUMP A. Each sump pump shall have the following characteristics ; 1. The submersible motor shall be constructed with open winding and operate in clean dielectric oil for cooling .winding and lubrlcating . bearings .. Motor shaft shall l;>e sealed with mechanical shaft seal, having lapped ' seal ririgs of carbon and ceramic ;. Integral motor and pump shaft shall be stainless steel. 2 . Pump and motor housing shall be cast iron; impeller shall be cast iron of the non-clog type, · passing at minimum 3/4-inch solids. Discharge connection shall be 2" NPT . No suction strainers or screens shall be used. Fasteners shall be 18-8 stainless steel. 3. Level switches for control of sump pu~ps shall be tiit-bulb type, as specified in Paragraph 1.04.B and as shown in the associated electrical sche~atics. Diaphragm pressure switches shall not be used. · 4. Tilt bulb switches"shall be as specified in Division 16. B . The sump pits shall be as shown on the structural drawings. Contractor shall furnish a reinforced concrete splash block at all locations which discharge directly on to ground. Refer to Drawings for associated detail. C. Piping and valves shall be as shown on the Drawings . As a minimum each pump shall have a check valve and an isolation ball valve on the pump discharge whether shown on the Drawings or not. F62l42Sll2l6.doc 11216-2 . April 2010. -J '. • J • l City of Fort Worth Westside 54" RW Pipeline Project 2.02 SUMP PUMP CONTROLS A. The pump manufacturer shall provide a complete control system as shown on the Electrical Drawings housed in a NEMA 4/4X cabinet, as scheduled herein, with hinged , gasketed cabinet with hinged, gasketed door and mounting brackets or pedestal, as indicated on the Drawings, and all necessary components to provide the functions for each sump pump per the respec;tive electrical schematics. All equipment shall comply with the requirements of Division 16 . Panels shall be UL labeled as per Division 16. 2.03 SHOP PAINTING A. Surface preparation and shop painting (prime and finish) shall be according to the manufacturer's recommendations for the specific sump pump application . PART 3: EXECUTION 3.01 INSTALLATION A. Pump supplier shall inspect and review each pump installation to verify conformance with the manufacturer's instructions and recommendations and these specifications and details shown on the Drawings . B. Discharge piping shall be routed as noted or shown on the Drawings . If a location is not explicitly noted or shown on the drawings, the Contractor shall route discharge piping so as to discharge away, towards a downhill grade from manhole or structure which the pump serves to prevent drainage from reentering the structure. Routing shall be as approved by the Engineer. 3.02 FIELD PAINTING A. The only field painting required shall be touch -up to repair damage incurred during shipment and installation . Pump manufacturer shall provide instructions and recommendations regarding touch - up to and compatibility of shop applied coatings. This painting shall be according to the manufacturer's instructions. 3.03 INSPECTION AND TESTING A. Pump manufacturer shall witness in the presence of the Engineer, pump performance and operational tests as are necessary to indicate that pump performance and discharge conform to the Specifications . The Contractor shall supply all electric power and water to complete the field tests . B . If the pump performance does not meet the Specifications, corrective measures shall be recommended by the pump manufacturer. Related corrective work shall be performed by the Contractor. Or, if needed due to operational and performance failure, the pump manufacturer shall remove and replace the pump and/or control panel which satisfies the conditions specified . END OF SECTION F62142Sl 1216.doc 11216-3 Ap ri l2010 .. • j 'I l i l I 'I l I l l L j l. l DIVISION 15 MECHANICAL City of Fort Worth , J Westside 54" RW Pipeline Project , I i I I I ' j l 1 l i l J . ' J l j l J . ' PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 15120 PIPING SPECIALTIES A. This Section specifies piping appurtenances which are not specifically covered in other sections. B. Specific piping materials, systems and related installation and testingrequirements an~ included in other sections of Divisions 2 and 15. The items shall include the following: 1. Unions 2. Flanged Joints 3. Dielectric Connectors 4. Plugs and Caps 5. Miscellaneous Adaptors 6. Vents and Drains 7. Line Strainers 8. Service Clamps 9. Quick Connect Couplings 10. Mechanical Sleeve Seals 11. Flexible Connectors a. Sleeve Couplings b. Split or Grooved Couplings C. Flange Adapters d. Pump and Equipment Flexible Connectors e. Flexible Connectors 12. Harnessing and Restraints 13. Rotameters and Flow Indicators 14. Spray Nozzle 15 . Appurtenances and Miscellaneous Items · F62142Sl5120 15120-1 Apri12010 City of Fort Worth W~tside 54" RW Pipeline Project 1.02 RELAIBDWORK A. Piping materials and systems are included in other Sections of Division 15 . B. Valves are included in Section 15100. 1.03 SUB:MITTALS A. General submittals for piping, piping systems and pipeline appurtenances are listed below; · Submittals shall be in accordance with Section 01300. It is not intended that all ~ubmittals listed below be provided for all piping materials and systems. Refer to individual System 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 of backup block or device to prevent joint separation. 4. Large scale details of wall penetrations and fabricated fittings. 5. Schedules of all pipe, fittings, special castings, couplings, expansion joints and other appurtenances. 6. Catalog cuts of joints, couplings, harnesses, expansion joints, gaskets, fasteners and other accessories. 7. Catalog cuts of all pipeline appurtenances specified herein. 8. Brochures and technical data on coatings and linings and proposed method for application and repair. C. Samples D. Design Data E. Test Reports 1. Six copies of certified shop tests showing compliance witl:t appropriate standard. 2. Six copies of all field test reports, signed by Contractor and Engineer. F. Certificates 1. Copies of certification for all welders performing work in accordance with ~SI B3 l .1. G. Manufacturers Installation (or application) instructions·. F62l42Sl5l20 15120-2 April 2010 City of Fort Worth Westside 54" RW Pipeline Project H. Statement of Qualifications · I . Manufacturer's Field Report J . Project Record Document K. Operation and Maintenance Data in accordance with Section 01730. L . Warranties 1.04 REFERENCE-STANDARDS A . American Society for Testing and Materials (ASTM) 1. ASTM A36 -Standard Specification for Structural Steel. 2. ASTM A126 -Gray Iron Casting.for Valves, Flanges and Pipe Fittings. 3. ASTM A183 -Carbon Steel Track Bolts and Nuts. . ' 4. ASTM A278 -Gray Iron Castings for Pressure-Containing Parts for Temperatures up to 650 DegreeF. ' J 5. ASTM A307 -Carbon Steel 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 A575 -Standard Specification for Steel Bars, Carbon, Merchant Quality, M-Grade. 9. ASTM B62 -Standard Specification for Composition Bronze or Ounce Metal Castings. , , 10. ASTM B88 -Standard Specification fot Seamless Copper Water Tube. ' J ' j B. American National Standards Institute (ANSI) 1. ANSI A13.1 -Scheme for the Identification of Piping Systems. 2. ANSI B 1.1 -Unified Inch Screw Threads (UN and UNR Thread Form) 3. ANSI B2.1 -Specifications, Dimensions, Gauging for Taper and Straight Pipe Threads (except dry seals). 4. ANSI B16.1 -Cast-Iron Pipe Flanges and Flanged Fittings Class 25, 125,250 and 800. 5. ANSI B 16.5 -Pipe Flanges and Flange Fittings 6. ANSI B 18.2 -Square and Hex Bolts and Screws Inch Series Including Hex Cap Screws and Lag Screws. F62l42Sl5l20 15120-3 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 7. ANSI B31 -Code for Pressure Piping, B31 Interpretation. 8. ANSI B31.1 -Power Piping C. American Welding Society (A WS) 1. AWS B3.0 -Welding Procedure and Perfomianc.e Qualifications D. American Water Works Association (A WW A) 1. A WW A C-110 -Ductile-Iron and Gray-Iron Fittings 3-in Through 48 -in, for Water and Other Liquids. 2. A WW A C-111 -Rubber-Gasket Joints for Ductile-Iron and Gray-Iron Pressure Pipe and Fittings . 3. A WW A C-.606 -Grooved and Shouldered Type Joints . 4. A WW A Manual Ml 1 -Steel Pipe -A Guide for Design a11d Installation. E. . Plumbing and Drainage Institute (PDI) 1. WH 201 -Water Hammer Arrestors F. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. All .materials shall be new and unused. B. Install piping to meet requiremen~s of l9Cal cod.es .. C. Provide manufacturer's certification tb~t ~~t~rials , meet or exceed n:iinimum requ~ments as specified . Reference to standards such as ASTM and ANSI shall apply to those versions in effect at the time of bid opening. D. Coordinate dimensions and driJliQ.g ef flanges with flanges for valves,.pumps and other equipment to be installed in piping systems. Bolt holes in flanges to straddle vertical centerline. E. Reject materials contaminated with gasoline, lubricating oil, liquid or gaseous fuel, aromatic compounds, paint sol:v~nt, paint thinner and acid solder. F. Pipe-joint compound, for pipe carrying flammable or toxic gas, must bear approval of Underwri(ers' La,.boratorie~ or factory Mutual Engineering Division . . G. Unless otherwise specified, pressures refe~d to. in .all .Piping Sections are expressed in pounds per square in gage above atmospheric pressure, psig, and all temperatures are expressed in degrees Fahrenheit. F62142Sl5120 151i.o-4. April 20!0 ' . l • L; t I 'j l J 'j C j -J City of Fort Worth Westside 54" RW Pipeline Project 1.06 DELIVERY, STORAGE AND HANDLING A. During loading, transportation and unloading, talce care to prevent damage to pipes and coatings. Carefully load and unload each pipe under control at all times. Place skids or blocks under each pipe in the shop and securely wedge pipe during transportation to ensure no injury to pipe and lining. PART 2: PRODUCTS 2.01 MATERIALS AND EQUIPMENT A. Specific piping materials and appurtenances are specified in the respective Piping or System Sections. The use of a manufacturer's name and/or model number is for the purpose of establishing the standard of quality and general configuration desired. B. Equipment shall be of the size shown on the Drawings or as noted and as far as possible equipment of the same type shall be identical and from one manufacturer. C. Equipment shall have the name of the maker, nominal size, flow directional arrows (if applicable), working pressure for which they are designed and standard referenced specifications cast in raised letters or indelibly marked upon some appropriate part of the body. D. Unless otherwise noted, items shall have a minimum working pressure of 150 psi or be of the same working pressure as the pipe they connect to, whichever is higher and suitable for the pressures noted where they are installed. E. Antisieze compound for stainless steel bolts and nuts shall be of a molybdenum disulfide base such as Molycoat:-G or equal. 2.02 UNIONS A. 2.03 A. Unions shall be brass or bronze unions for joining nonferrous pipe; malleable brass or bronze-seated iron or steel unions for joining ferrous pipe; PVC unions for joining PVC pipe; CPVC unions for joining CPVC pipe. FLANGED JOINTS Flanged Joints. For non-submerged applications, bolts and nuts shall be Grade B, ASTM A307, zinc-coated, except where otherwise specified within the applicable Piping Sections. For submerged and buried applications and installation with SST piping and fittings, bolts and nuts shall be Type 316 stainless steel per ASTM F593 and F594. Anti-seize materials shall be applied to installation of all fasteners. B. AIL bolt and nut sets shall be hexagonal per ASME B 18.2.1 with threading per ASME Bl.I. Square-head bolts are not acceptable. Bolt number and size same as flange standard; studs -same quality as machine bolts; 1/8-in thick rubber gaskets with cloth insertions . C. Bolt length shall be such that after joints are completely assembled and torque, the bolts shall protrude through the nuts, but no more than 2-inches. F62142SIS120 15120-5 April2010 City of Fort Worth Westside 54" RW Pipeline Project 2.04 DlELECTRIC CONNECTORS A. Dielectric pipe fittings/insulators and . unions shall be used to prevent galvanic action wherever valves or piping of dissimilar metals connect. This shall be particularly the case for copper, brass and bronze piping connecting to cast iron or steel piping systems, but shall apply to all dissimilar metal connections. B. Dielectric unions shall be used for 2-in and smaller connections. Steel union nuts shall meet ASTM A575 requirements. The steel or ductile iron connection end shall have a steel body and shall have accurately machined taper tapped pipe threads in .accordance with ANSI B2.1. The copper connection end shall be a copper solder joint that meets requirements of ASTM B88. Dielectric unions shall be rated for at least 250 psi at 210 deg F. C. Dielectric flange unions shall be used for connections 22-in and larger. Cast iron flanges shall meet ASTM A126; the copper solder end shall meet ASTM B62 and the pipe thread shall meet ANSI B2 .1. Dielectric flange unions shall be rated for at least 175 psi at 210 deg F. D. Dielectric unions and flange unions shall be as manufactured by Epco Inc., Cleveland, OH or equal. E. Flange insulating kits shall be as acceptable to the Engineer, as manufactured by PSI or equal. F. Insulated sleeve couplings and flange adaptors shall be similar to those units as specified elsewhere. 2.05 PLUGS AND CAPS A. Provide standard plug or cap as required for testing; plugs, caps suitable for permanent service . B. Plug or cap or otherwise cover all piping work in progress . 2.06 MISCELLANEOUS ADAPTORS A. Between different types of pipe and/or fittings special adapters may be req"1ired to provide proper connection. Some of these may be indicated on the Drawings or specified with individual types of pipe or equipment. However, it is the Contractor's responsibility to ensure proper connection between various types of pipe, to structures and between pipe and valves, gates, fittings and other appurtenances . The Contractor shall provide all adapters as required, whether specifically noted or not. B. As required, these adapters shall be suitable for direct bury , with proper dielectric insulation and as a minimum, if metallic (not stainless steel or galvanized), with two coats of Coal Tar Epoxy . 2.07 VENTS AND DRAINS A. 1/2-in vents shall be provided at the high point in each .system. Vent connections may be tapped, provided the tap will accept three full threads on the bronze nipple . B. 1/2-in drains shall be provided to permitdrainage of each .system; provide hose-end valve. F62142Sl5l20 15120-6 April 2010 r l. [. I' l • t J I, l j C j City of Fort Worth Westside 54" RW Pipeline Project 2.08 LINE STRAINERS A. "Y" Type Strainers 1. Manual strainers furnished for pipe diameters smaller than 2-in shall be "Y" type, capable of removing solids 0.01-in in diameter and larger. The strainer body shall be 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. Strainer elements, including woven wire mesh , shall be constructed of stainless steel. 2. The design of the strainer body shall be such that the cleanout plug and screen may be easily removed to permit inspection and cleaning without disassembly of the inlet and outlet piping. End connections shall be ANSI screwed pipe threads . 3. Sufficient spare screen shall be furnished for replacement of all "Y" type units at least once . The strainers shall be designed for a maximum operating pressure of 150 psig . They shall be as manufactured by GA Industries Inc ., Pittsburgh, PA or equal. B . PVC Line Strainers 1. PVC "Y" strainers shall be installed in all metering pump suction piping as shown on .the Drawings . The strainer screen shall be made of PVC with 1/32-inch perforations . Strainers shall have connections of either socket, threaded, or flanged ends as required, and shall be as supplied by Ryan Herco, Hayward Industrial Products , or equal. C. Basket Strainers 1. Basket strainers shall be installed in injection pump suction piping as shown on the Drawings. The strainer shall have a PVC body with EPDM seals and flanged inlet and outlet ends sized to match connecting pipe as shown on the Drawings . The strainer shall have a minimum 6: 1 open area ratio through the strainer basket to the connecting piping system, allowing maximum straining capability with minimum pressure loss. The strainer basket shall be made of stainless steel with 1/16-inch perforations . 2. Each basket strainer shall have an ANSI threaded or clamp cover with 0-ring so that the basket can be easily removed to permit inspection and cleaning without disassembly of the inlet and outlet piping. Two threaded plugs, one on the top of the cover for vent and the other at the bottom of the strainer body for drain . 3 . The basket strainers shall be designed for a maximum operating pressure of 150 psig . A pressure differential gauge with operating range suitable for the strainers shall be furnished. The basket strainers shall be as supplied by Hayward Industrial Products, Ryan Herco, or equal. 2.09 SERVICE CLAMPS A. Service clamps for outlet sizes up to 2-in shall have malleable or ductile iron bodies which extend at least 160 degrees around the circumference of the pipe and shall have neoprene gaskets cemented to the saddle body . Bodies shall be tapped for JPS . Clamps shall be of the double strap design. Service clamps shall be Style 91 as manufactured by Dresser Industries, Inc. or equal as manufactured by Smith Blair; Mueller or equal. F62142Sl5120 15120-7 April2010 City of Fort Worth Westside 54" RW Pipeline Project B. Service clamps for outlet sizes 4-in through 12-in where the outlet size is not greater than half the size of the main pipe shall have ductile iron bodies and a neoprene circular cross section 0-ring gasket confined within the body. Outlet shall be A WW A C-110 flange or A WW A C-111 ~echanical joint as required for the application. Straps shall .be alloy steel, minimum 1/4-in by 12-in in <:ross section and fabricated with 3/4-in threaded ends. Service clamps shall be Fig. A-10920 or A-30920 as manufactured by American Cast Iron Pipe Company or equal. 2.10 QUICK CONNECT COUPLINGS A. Couplings shall be of the cam and groove type consisting of a male adapter conforming to Specification MIL-C-27487. Male adapters shall be designed to receive a female coupler without requiring threading, bolting, or tools . Connections shall remain tight and leakproof under pressures up to 100 psig. Each adapter shall be furnished with a dust cap complete with a 18-in long stainless steel security chain of corrosion resistant material. Couplings shall be as manufactured by Dover Corporation; Ever-tite, or equal. Units shall be "drip proof', providing totally dry connections and disconnections . B. Adapters shall be furnished in accordance with the Drawings, or as required by the installation. 2.11 MECHANICAL SLEEVE SEALS A. Mechanical sleeve seals shall, be used to secure and seal the annular ·space around all new sleeved and core-drilled wall penetrations. B. A single seal shall be provided for all sleeve and cores in walls up to 14-in thick; dual sleeves shall be provided in larger walls. C. Stainless steel wall sleeves and concrete core diameter shall be sized sufficiently large to accommodate the modular elements , per the manufacturers recommendations . D. . Bolts and hardware shall be Type 316 stainless steel. Pressureplates shall be corrosion-resistant acetal resin. E. ·. Mechanical sleeve seals shall consist of modular bolted, synthetic rubber sealing elements; Link Seal, manufactured by Thunderline Corp., or equal. 2.12 FLEXIBLE CONNECTORS A. . Sleeve and Split-Sleeve Couplings 1. Provide plain end type ends to be joined by sleeve couplings as -stipulated in AWWA C201 . F(i2l42Sl5l20 a. Join welds on ends by couplings without pipe stops . Grind flush to permit slipping coupling in at least one direction to clear pipe joint. b. Outside diameter and ·out-of-round tolerances shall be within limits specified by coupling manufacturer. · · · c. Provide lugs in accordance with ASTM A36 . 15120-8 Apri12010 ... i J l • -' City of Fort Worth Westside 54" RW Pipeline Project d. Provide hardened steel washers in accordance with ASTM A325. e. Plastic plugs shall be fitted in coupling to protect bolt holes. f. Nuts and bolts: 1) ASTM A307 and ANSI B 1.1 with hexagonal, coarse thread fit, threaded full length with ends chamfered or rounded. 2) Project ends 1/4-in beyond surface of nuts. 3) Hexagonal nuts with dimensions in accordance with ANSI B18.2 and coarse threads in accordance with ANSI B 1.1. 2. Middle ring of each mechanical coupling shall have a thickness at least equal to that specified for size of pipe on which coupling is to be used and shall not be less than 10-in long for pipe 30-in and larger and not less than 7-in long for pipe under 3.0-in in diameter. a. Omit pipe stop from inner surface of middle rings of couplings whenever necessary to permit removal of valves, flowmeters and other installed equipment. b. Provide pipe stops in other couplings. 3. Clean and shop prime with manufacturer's standard rust inhibitive primer. 4. Furnish gaskets of a composition suitable for exposure to the fluid service. 5. Where shown on the Drawings, anchor sleeve-coupled joints with harness bolts. Weld harness lugs to steel pipe. a. Joint harness bolts shall be of sufficient length, with harness lugs placed so that coupling can be slipped at least in one direction to clear joint. Provide harnesses of sufficient number and strength to withstand test pressure. b. Each harness shall have a minimum of two 5/8-in diameter bolts. 6. Unless otherwise specified with the individual type of pipe, sleeve couplings (mechanical couplings) shall be m (formerly Smith Blair) Style 411; Dresser Style 38, similar models by Baker or equal, with the pipe stop removed. 7. Similar insulation type couplings shall be provided at the face of buildings, between different type metals or where otherwise noted. 8. Split-sleeve type couplings shall be Victaulic Depend-0-Lok. Split-sleeve couplings shall be furnished as E x E, F x E or F x F as required for the specific installation. Fixed connections shall be installed per the manufacturer's recommendations with the restraint ring of the same materials as the adjoining coupling. Gasket materials shall conform to those specified for sleeve-type couplings unless specifically noted otherwise. Restraint harnesses shall be installed where explicitly noted on the Drawings . B. · Split or Grooved Couplings F62l42Sl5l20 15120-9 April2010 City of Fort Worth Westside 54" RW Pipeline Project 1. Split couplings shall be cast in two or more parts. When secured together with ASTM Al83 bolts and nuts , couplings shall engage grooved or shouldered pipe ends and encase an elastomeric gasket to create a pipe seal. Gasket material shall be as recommended by the manufacturer for the service required . Couplings for stainless steel pipe shall be compatible with stainless steel to prevent dissimilar metals reaction. 2. Split couplings shall be as manufactured by Victaulic Company of America; Gustin-Bacon or equal. Numbers below refer to Victaulic Co. items, for reference only. 3. Unless otherwise specified with the individual type of pipe: a. Flexible split ring couplings shall be: 1) grooved ends -Style 77 2) shouldered ends -Style 44 b. Rigid split ring couplings shall be: 1) grooved ends -rigid groove with Style HP-70 couplings on ductile iron less than 18-in diameter with sufficient wall thickness per A WW A C606, on standard groove with Style 77 coupling on manufactured steel or other pipe. 2) shouldered ends -Style 44 coupling on ductile iron over 16-in diameter or without sufficient wall thickness per A WW A C606 or on manufactured steel pipe or thin wall stainless steel pipe. 4. Ductile iron pipe for use with split-type coupling joints shall have rac;lius grooved ends conforming to A WW A C606 . Pipe shall have grooved ends to provide either a rigid joint or flexible joint as shown on the Drawings and as specified herein. Flexible joint grooving shall permit expansion and contraction, and angular deflection. Rigid joint grooving shall allow no angular or linear movement. Minimum pipe wall thickness for grooved pipe shall be the following class: Size 4 thru 16 18 20 24 Class 53 54 55 56 5. Grooved couplings for steel and stainless steel piping shall have roll grooving, machine-grooving, or ring collars fully welded to the pipe or fitting. 6. . Rigid split couplings may be substituted for flanges, if approved by Engineer. 7. . Certain minimum thickness of pipe walls are require<i by A WW A C(i06 and coupling manu- facturers for use of various type split couplings witll certain pipes . The Contractor shall be responsible for utilizing at least those minimum wall thicknesses required (unless a greater thickness is specified or required in the individual pipe specifications) with split couplings. F62142Sl5120 15120-10 April 2010 City of Fort Worth Westside S4" RW Pipeline Project 8. If minimum thicknesses are not utilized with grooving, then a shouldered end treatment with couplings as noted shall be utilized . C. Flanged Adaptors 1. Flanged adaptor connections for grooved or shouldered end pipe compatible with split couplings at fittings, valves and equipment shall be VIC-Flange Style 341 as manufactured by the Victaulic Company of America, or equal product as manufactured by Gustin-Bacon . 2. Flanged adaptor connections for plain end pipe at fittings , valves and equipment shall be Dresser Style 127 or 128, similar models by ITT (formerly Smith-Blair); Baker or equal. 3. Where shown or noted on the Drawings, restrained flanged adapters shall be furnished as dismantling joints as manufactured by Viking-Johnson or approved equal. D. Pump and Equipment Flexible Connectors 1. The flexible connectors shall be expansion/vibration joints of the single , filled -arch type of EPDM construction with carcass of high grade woven cotton or suitable synthetic fiber and individual solid steel ring reinforcement. Soft rubber fillers shall be integrally cured into the arches to provide a smooth flow path to prevent settling of material into the arch . Joints shall be constructed to pipeline size and .to meet working pressures and corrosive conditions similar to the line where installed . Joints shall have full faced fabric reinforced flanges molded integral with the body. 2. Split steel or ductile iron back-up rings shall be provided to ensure a good joint. Rings shall be designed for mating with ANSI Standard minimum 150 lb flanges . 3. Expansion/vibration joints shall be furnished with Type 316 SST control (harness) units. Harness units shall consist of minimum two drilled plates, stretcher bolts, and rubber washers backed by metal washers. The stretcher bolts shall prevent over-elongation of the joint. Extra nuts shall be provided on the stretcher bolts on the inside of the plate to prevent overcompression. All nuts, bolts and plates shall be galvanized . 4. The manufacturer of the expansion joints shall be a member of the Rubber Expansion Joint Division of the Fluid Sealing Association . Expansion joints shall be Style 300, non-metallic expansion joints, with filled -arch as manufactured by Holz Rubber Company., Lodi, CA or similar products of Mercer Rubber; Goodall Rubber; Garloc; Proco Products Inc., Stockton , CA or equal. 5. In addition to other locations shown on the Drawings, expansion joints shall be utilized in all exposed piping, within one foot of a building expansion joint, and on the suction and discharge side of all positive displacement pumps, compressors and -rotating machinery, as close to the unit as possible . E . Flexible Connectors 1. Provide one flexible connector for the seal water connection to each pump stuffing box . F62l42S1Sl20 Connectors shall be of hose of Buna-N or similar resilient material, with fiber reinforcement, rated minimum 150 psi with bronze or Type 304 stainless steel NPT end fittings and shall be 15120-11 April2010 City of Fort Worth Westside 54" RW Pipeline Project 12-in in length. Connectors shall be for the purpose of isolating pump vibration from the · seal water piping. 2.13 HARNESSING AND RESTRAINT A. Where harnessed couplings or adapters are noted, they shall conform to A WW A Manual Ml 1 except as modified by the Drawings or this Specification. B. Unless otherwise noted, size and material for tie rods, clamps, plates and hex nuts shall be as shown on the Drawings, or, if not shown on the Drawings, shall be as required in A WW A Manual Mll. C. Restrained joints (such as welded, locking mechanical joints) shall be of the type specified with the individual type of pipe. If. not specified, restrained (locking) mechanical joint pipe shall be of the manufacturer's standard design utilizing a locking device (ring or ears) integrally cast with the pipe . D. The Contractor shall be responsible for anchorage including restraint as noted elsewhere in Division 15. 2.14 ROTAMETERS AND FLOW INDICATORS A. Rotameters for the systems listed below shall be of the glass tube type with Borosilicate glass tubes, Type 302 stainless steel frames with .slip-on covers, 10-in detached type aluminum scales graduated in gallons per minute, 10: 1 flow range, accuracy of 2 percent of full scale and vertical screwed end connections . Capacity, size and materials of construction shall be as shown on the . Drawings. Tube size shall be the same size as the end connections. Pressure drop 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 or plastic tube, stainless steel float, 125 psi pressure rating. Accuracy shall be at least 5 percent of full scale. 2.15 SPRAYNOZZLES A. Nozzles shall be of the size, with feed rates as noted on the Drawings. Nozzles shall be attached to the distribution header, as indicated on the Drawings , via split-eyelet connections. Unless .. otherwise noted nozzles shall be Type 316 stainless steel.. B. Each nozzle shall be furnished with a stainless steel adjustable ball fitting . C. The distribution piping to the nozzles shall be sloped for drainag~ and shall .be adequately supported to prevent sagging, while facUitating ,access for nozzle replacement. The Contractor shall test the system to demonstrate to the Engineer that it is entirely self-draining prior to acceptance . D. All nozzles shall be the appropriate model, as manufactured by Spraying Systems Incorporated or equal. 2.16 APPURTENANCES AND MISCELLANEOUS ITEMS F621 42Sl5l20 15120-12 April 20,10 ,-- • J • J City of Fort Worth Westside 54" RW Pipeline Project A. All gaskets, glands, bolts, nuts and other required hardware shall be provided for connection of piping and appurtenances . If not specified in the individual specification sections, bolts, nuts, and other hardware shall be Grade B, ASTM A307, zinc-coated for non-submerged/buried applications. For submerged and buried applications, and installation with SST piping and fittings, bolts and nuts shall be Type 316 stainless steel per ASTM F593 and F594. Anti-seize materials shall be applied to installation of all fasteners. All bolts and nuts shall have hexagonal heads; square and 'tee' heads are NOT acceptable. B. All gaskets for'flanges shall be full face and suitable for 200 deg F operating temperature, unless higher temperature required on individual systems and the fluids carried. SeealsoDivision 1. C. Plugs, caps and similar accessories shall be of the same material as the pipe and of the locking type, unless otherwise noted. D. Unions shall be of the same material as the pipe, except for dielectric connections ; E. Special protective tape shall be fabric reinforced petroleum tape as manufactured by Denso Inc., Houston, TX or equal. PART3: EXECUTION 3.01 GENERAL A. All dirt, scale, weld splatter, water and other foreign matter shall be removed from the inside and outside of all pipe and sub-assemblies prior to installing . B. All pipe joints and connections to equipment shall be made in such a manner as to produce a minimum of strain at the joint C. Install piping in a neat manner with lines straight and parallel or at right angles to walls or column lines and with risers plumb. Run piping so as to avoid passing through ductwork or directly under electric light outlets and/or interference with other lines . All work shall be accomplished using recognized methods and procedures of pipe fabrication and in accordance with the latest revision of applicable ANSI Standards, ASME Codes and Pipe Fabrication Institute Standards . 1. Use full length of pipe except where cut lengths are necessary. Do not spring or deform piping to make up joints. 2 . Pipe shall 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 fittings for all changes in direction. 3. Do not use bushings except where specifically approved by the Engineer. Reducers shall be eccentric to provide for drainage from all liquid-bearing lines and facilitate air removal from water lines . 4. Verify the locations and elevations of any existing pip ing and manholes before proceeding with work on any system . Any discrepancies between the information shown on the Drawings and the actual conditions found in the field shall be reported at once to the F62l42Sl5120 15120-13 April2010 City of Fort Worth Westside 54" RW Pipeline Project Engineer. No claim for extra payment will be considered if the above provision has not been complied with . 5. Where lines of lower service rating tie into services or .equipment of higher service rating the isolation valve between the two shall confom:i to the higher rating. 6. Mitering of pipe to form elbow is not permitted . . · 7 . All piping interiors shall be thoroughly cleaned after installation and kept clean by approved temporary closures on all openings until the system is put in service. Closures should be suitable to withstand the hydrostatic test. 8. . End caps .on pre-cleaned pipe shall not be removed until immediately before assembly. All open ends shall be capped immediately after completion of installation . 9. All miscellaneous fittings, couplings, fixtures, etc specified herein shall be installed in accordance with the manufacturer's specific written instructions. D. Test Connections 1. Provide 1/2-in female NP'f test connection equipped with 1/2-in brass plug on all pump suction and discharge lines. Where indicated on the Drawings, test connections should be equipped with bar stock valve and gage. Provide test connections at all steam traps. The connection shall be located on the discharge side of the trap between the trap and the first valve. It shall consist of a 1/;2-in branch connection tenninated ~ith a gate valve. E. Unions 1. Unions screwed or flanged shall be provided where indic~ted and in the following locations even if not indicated . a. In long runs pf piping to permit convenient disassembly f<;>r .a.Iterations or repairs . b. In by-passes around equipment. c. In connections to tanks, pumps and other equipment between the shut-off valve and the equipment. d. In connections on both sides of traps, controls and automatic control valves. F. . Vents ~d Drains 1. Provide vents and drains in the following places : a. Water Lines -Vents athigh points and drains at low points. b. Air Lines -Drains at low points. 3.02 UNIONS A. Use unions to allow dismantling of pipe, valves and equipment. F62142.S15120 15120-14 April 2010 '. City ofFort Worth Westside 54" RW Pipeline Project 3.03 WELDING A. Welding in accordance with ANSI Standard B31 andAWS B3.0. B. Install welding fittings on all welded lines. Make 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. Do not employ welder who has not been fully qualified in above specified procedure and so certified by approved welding bureau or similar locally recognized testing authority. 3.04 FLANGED JOINTS A. Make flanged joints with bolts; bolt studs wii:h nufon each end; or studs with nuts where one flange is tapped. Use number and size of bolts conforming to same ANSI Standard as flanges. Before flange pieces are assembled, remove rust resistant coating from machined surfaces, clean gaskets and smooth all burrs and other defects. Make up flanged joints tight, care being taken to prevent undue strain upon valves or other pieces of equipment. 3.05 SLEEVE COUPLINGS A. Install restraint systems where indicated, including tie-rods, pipe clamps or bridles, when sleeve type couplings or fittings are used in piping systems, and at changes in direction or other places as necessary, to prevent joints from pulling apart under pressure. Use bridles and tie-rods of ASTM Al 93 B7 carbon steel with zinc coating as required per A WW A Ml 1, and where tie-rods replace flange bolts, fit with nut on each non-mating face side of the adjacent flanges. Joint harnessing shall conform, as a minimum, to the requirements for the bolts and tie-rod lugs as set forth in A WW A Manual Ml 1. Provide bolt/nut insulating kits as required to prevent contact between dissimilar metals where potential exists for galvanic corrosion. 3.06 WALL SLEEVE SEALS A. Use expandable rubber segmented sealing device with corrosion-resistant fasteners to make watertight the annular space between pipe and sleeve. Determine the required inside diameter of each individual wall opening or sleeve to fit the pipe and seal to assure a watertight joint as recommended by the manufacturer, before ordering, fabricating or installing. Install pipe concen- trically through wall sleeve. Install and tighten seal per manufacturer's instructions. 3.07 TESTING A. Test all pipelines for water/gas tightness as specified in the respective Piping or System sections. Furnish all labor, testing plugs or caps, pressure pumps, pipe connections, gages and all other equipment required. Testing shall be performed in accordance with one or more of the testing procedures contained in Section 15052 as specified in each Piping or System section . All testing shall be performed in the presence of the Engineer. B. Repair faulty joints or remove defective pipe and fittings and replace as approved by the Engineer. Retest. F62142S15l20 15120-15 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 3.08 DISINFECTION A. After satisfactory testing, all potable water collection and distribution systems shall be thoroughly disinfected with a solution of not less than 50 parts per million of available chlorine. The disinfecting solution shall be allowed to remain in the system for a period of three hours after which time all valves and faucets shall be opened and the system shall be flushed with clean water. B. Water being flushed from structures or pipelines after disinfection with a chlor4te residue of 2 mg/L or greater, shall be treated with a dechlorination ~olutiQn, in a method approved by the Engineer, prior to discharge to natural streams or upon the ground . If the disinfection water is bled slowly into the plant drain system, dechlorination is not required . END OF SECTION F62142~15120 15120-16 April ~()10 . I • l" l. • • ' , l ' '' ' J City of Fort Worth Westside 54" RW Pipeline Project SECTION 15140 PIPE HANGERS AND SUPPORTS PART 1: GENERAL 1.01 SCOPE OF WORK A. Provide all labor, material, equipment and incidentals required as shown, specified and required to design, furnish and install the system of support, guidance and anchorage for all piping, valves and specialties. 1.02 RELATED WORK A. Concrete is included in Division 3. B. C. D. 1.03 Miscellaneous metal fabrication is included in Section 05500. Field painting is included in Section 09902. Piping and valves are included in Division 15. SUBMITTALS A. Submit for approval, shop drawings for the following: 1.04 A. B. 1. Detailed drawings showing all hangers and supports for each piping system specified. Shop Drawings shall show location, installation, material, loads or forces and deflection of all hangers and supports . 2. Manufacturers' catalogs, literatures and engineering data on all hangers and supports. Load ratings, materials and installation shall be consistent with the recommendations of the MSS SP-58 and MSS SP-69. REFERENCE STANDARDS Comply with applicable provisions and recommendations of the following except as otherwise shown or specified. The Manufacturers Standardization Society of the Valve and Fittings Industry (MSS) 1. MSS SP-58 -Pipe Hangers and Supports -Materials, Design and Manufacture. 2. MSS SP-69 -Pipe Hangers and Supports -Selection and Application. C. Federal Specification (FS) 1. PS WWH-171, Hangers and Supports, Pipe. F62142S15l40.doc 15140-1 April 2010 City of Fort Worth Westside S4" RW Pipeline Project D. American Society for Testing and Materials (ASTM) 1. ASTM A575 -Standard Specification for Steel Bars, Carbon , Merchant Quality, M-Grades. E . Underwriters' Laboratories, Inc . (UL) 1. Standard UL-203 -Pipe Hanger Equipment for Fire Protection Service. F . Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 QUALITY ASSURANCE A. Source Quality Control -Obtain each type of pipe hanger or support from no more than one manufacturer. 1.06 SYSTEM DESCRIPTION A. General 1. It is the intent of these Contract Documents that the pipe hangers and supports be provided for all piping systems as shown in or as described in the Contract Document. B. Design Requirements 1. Contractor is responsible for the design of the pipe support system . 1.07 DELIVERY, STORAGE AND HANDLING A. All materials shall be inspected for size, quality and quantity against appi:oved Shop D_rawings upon delivery. B. .All materials shall be packed, labeled and stored in a covered dry locatioI1 .until time of installation . 1.08 COORDINATION A. · Review installation procedures under other Sections and coordinate the Work that must be installed with or attached to the hangers and supports. B. Contractor shall coordinate the location and -placement of concrete inserts and drill4tg of structural members required. PART 2: PRODUCTS 2.01 GENERAL A. Design criteria for the fabrication of the pipe hangers and supports shall conform to the following criteria: F62142S1S140.doc 15140'."2 April 2010 I. I . C. l. l' • J 'J .. _..,,uc: J4" RW . . Pipeline Project l, Accurate weight bal I. ance ~alculations shall be made to detennine the required supporting 1orce at each hanger location and the pipe weight load at each equipment concentration. 2. Pipe hangers shall be capable of supporting the pipe in all conditions of operation. They shall allow free expansion and contraction of the piping and prevent excessive stress resulting from transferred weight being induced into the pipe or connected equipment. 3. Hangers shall be designed and installed so that they cannot become disengaged by movement of the supported pipe. B. The hangers and supports shall meet with the following requirements : 1. Standard and fabricated hangers and supports shall be furnished complete with necessary inserts, bolts, nuts, rods, washers and other accessories. 2. All ferrous rods, clamps, hangers, inserts, anchor bolts, brackets and components for pipe supports shall be furnished with galvanized finish, hot dipped or electro-galvanized coated . 3. Run piping in groups and parallel to building walls where practicable. Provide minimum clearance of 1-in between pipe and other work. 4. Install hangers or supports at all locations where piping changes direction. 5. · All hangers and supports shall be capable of adjustment after placement of piping. 6. Each type of hanger or support shall be the product of one manufacturer . Types of hangers or support shall be kept to a minimum . 7. All suspended or supported ductile iron pipe shall have a hanger or support adjacent to each joint. 8. Vertical piping shall be supported at each floor and between floors by stays or braces designed to prevent rattling and vibration. 9. Hanger rods shall be straight and vertical. Chain, wire, strap or perforated bar hangers shall not be used. Hangers shall not be suspended from piping . 10. Prevent contact between dissimilar metal by use of copper plated, rubber or vinyl coated, or stainless steel hangers or supports . 11 . Thin walled stainless steel piping _ shall be isolated from carbon steel by use of plastic coated hangers or supports. 12. Hangers and supports shall provide for expansion throughout the full operating temperature range . 13 . Provide lateral support, anchors and guides for all pipelines in which expansion joints are installed. Anchors and guides shall be in accordance with the recommendations of the manufacturer of the expansion joints. F62142Sl5140.doc 15140-3 April2010 C ity o f Fort Worth Westsid e 54" RW Pi.pe\ine Project 2.02 HANGERS AND SUPPORTS A . Hangers and supports shall be in accordance with MSS SP-58. Special hangers and supports shall be in accordance with details shown ori the Drawings. B . Provide hangers and supports as manufactured by one of the following. 1. Anvil International Inc. (ITT Grinnell) 2. Cooper B-line 2 . Carpenter & Paterson Inc. C . Fabricated Concrete and Steel Hangers and Supports. 1. Fabricated concrete and steel hange~ and supp9rts shall be~ aetailed on the D.rawings . Materials and design shall conform to the standards ofMSS SP-58 and as required for the specific piping system. D . Hanger rod steel shall conform with ASTM A575, with square head nut on top and running thread on the bottom end. 1. Minimum size single hanger rods shall be in accordance with 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 indicated. Pipe Size (incbes) Rod Diameter (Inches) Less than 2 3/8 2~~ 1~ .4 through 6 . 3/4 8 through 12 7/8 14 through 20 1 Larger than 20 1-1 /2 E . Concrete Inserts . 1. Concrete inse~ shall be MSS SP-58 malleable TyPe 18 . 2 . Where shown or required concrete inserts shall be of the continuous type capable of supporting 2,000 pou11ds per foot of insert. Section sh~ll be 11/f-in wide and 11/2-in deep. The continuous inserts shall be as manufactured by orie of the following: · a. Unistrut Corp9ration. b. B-Line. . •.. . ' . F. Steel b~m clamps shall be of iµall~le iz:on and conf~rm to MSS ~P-58. . ' G . Brackets for wall mounting shall be MSS SP-58 Type 32 or 34. 2 .03 SURFACE PREPARATION AND SHOP COATINGS F62l~ZS.5140.doc 15140-4 . April2010 ', .. '' -l • J • J -j A. Except where otherwise specified shop painting and coatings shall confonn to manumciuce.. best standard finish. Field painting shall be as specified in Section 09902. Galvanized and stainless steel surfaces shall not be painted. PART 3: EXECUTION 3.01 PREPARATION A. Locate hangers, supports and accessories to support piping, valves a:nd at all concentrated loads. B. Locate hangers, supports and accessories within maximum span lengths specified to support continuous pipeline runs. C. Locate hangers and supports to prevent vibration or swaying and to provide for expansion and contraction. D. Install items to be embedded before concrete placement. E. Fasten embedded items securely to prevent movement during concrete placement. F. Install hanger and support units on piping systems as recommended by manufacturer. G. Adjust hangers and supports and place grout for concrete supports to bring pipelines to specified elevations. H. All ferrous pipes shall be supported by galvanized steel pipe attachment. I. All copper piping shall be supported by plastic-coated or copper-plated steel pipe attachments. J. All plastic piping shall be supported by plastic-coated steel pipe attachments K. All stainless steel pipe shall be supported by plastic-coated steel pipe attachments. 3.02 INSTALLATION A.· Supports and Hangers for Horizontal Pipes 1. Space supports and hangers for all piping no farther apart than indicated below unless otherwise shown. a . F62142Sl5140.doc Copper Tube: (1) 2-in and Smaller: 6-ft. (2) 2-1/2-in and Larger: 8-ft . 15140-5 April 2010 City of Fort Worth Westside 54" RW Pipeline Project b. Steel Pipe: (1) 1-in and Smaller: 6-ft . (2) 1-1/2-in and Larger : 10-ft. C. Stainless Steel Pipe: (1) 2-in and Smaller: 6-ft. (2) 2-1/2-in and Larger: 8-ft. d. Plastic Pipe: ( 1) Maximum support spacing for plastic pipe at ambient temperature shall be one-half the above values specified for steel pipe. e. Ductile Iron Pipe : ( 1) Two supports per length . 2. Additional supports shall be placed immediately adjacent to any change in piping direction, and on both sides of valves and couplings. 3. Accurately locate inserts for hanger rods in fonns before concrete is placed. 4. Use expansion anchors only to support rods, hangers and brackets for piping 2-in and smaller and only if the expansion anchors are designed to carry 100 percent of the full load, hangers and/or bracket and pipe load . B. Supports for Vertical Piping 1. Provide riser clamp placed under hub, fitting or coupling with approved solid bearing on steel sleeve at each floor level. 2. Where riser clamps are used with plastic piping they shall .be modified so as not to exert any compressive forces on the pipe. 3.03 ACCEPTANCE AND SERVICE A. All pipe systems shall be brought to operating pressures and temperatures . Systems shall be cycled to duplicate operating conditions. All malfunctions shall be corrected. Contractor shall furnish all labor and materials to readjust and correct faults with. hangers and supports for the piping systems. · END OF SECTION F62142S 15140.doc 15140-~ April2010 L • '' ' ' l' L J 'J ' j • I WESTSIDE WTP RAW WATER PIPELINE FORT WORTH, TEXAS JOINT BONDING AND ELECTRICAL ISOLATION SECTION 15640 JOINT BONDING AND ELECTRICAL ISOLATION PARTl GENERAL 1.01 SECTION INCLUDES A. Joint bonding · requirements for electrical continuity of bar-wrapped concrete cylinder pipe (A WW A C-303), mortar coated steel pipe, dielectrically coated steel pipe and ductile iron pipe. B. Electrical isolation devices for installation at connections to existing piping, at laterals, at cased crossings and at tunnels. 1.02 RELATED SECTIONS A. Section 15641 -Corrosion Control Test Stations. B. Section 15642 -Specification for Magnesium Anode Cathodic Protection Systems. 1.03 REFERENCES A. AS1M D 1248 -Polyethylene Plastics Molding and Extrusion Material . B. A WW A C207 -Steel Pipe Flange for Waterworks Service. C. A WW A M9 Manual -Concrete Pressure Pipe. D. ANSI B 16.1 -Cast Iron Pipe Flanges and Flanged Fittings .. E. ANSI B16.5 -Pipe Flange and Flanged Fittings. 1.04 SUBMITTALS A. Submittals: Submittals shall conform to the requirements of the Westside Water Treatment Plant 54" Raw Water Pipeline Project. B. Catalogue Cut Sheets: Manufacturer's catalog cut sheets shall be submitted for each item. The catalog cut sheets shall include the manufacturer's name and provide sufficient information to show that the materials meet the requirements of the drawings and specifications. Where more than one item or catalog number appears on a catalog cut sheet, clearly identify the item proposed. C. Test Results: Electrical continuity and flange isolation test results shall be submitted to the owner or its designated representative. March, 2010 15640 Page 1 of9 WESTSIDE WTP RAW WATER PIPELINE FORT WORIB, TEXAS 1.05 QUALITY CONTROL JOINT BONDING AND ELECTRICAL ISOLATION A. Provide certification that all electrical continuity bonding meets the requirements of the drawings and specifications. Reference certification to applicable section of specifications and applicable standard detail. B. Provide certification that all pipeline isolation devices meet the published material specifications. C. All materials, fabrication, and installations are subject to inspection and testing by the owner or its designated representative. PART2 PRODUCTS 2.01 DESCRIPTION OF MATERIALS A. Joint bonding and electrical isolation materials to be incorporated into the project include, but are not limited to, the following: I. Electrical continuity bonds. 2. Flange isolation assemblies. 3. Casing spacers. 4. Casing end seals. 2.02 ELECTRICAL CONTINUITY BONDS A. Applications: Applications for electrical continuity bonding include the following: I Bonding across bolted joint assemblies. · 2. Bonding across gasketed joint assemblies. B. Preparation of Concrete Cylinder Pipe for Bonding: 1. General: a) Fabrication: Use concrete pipe for this project that has been fabricated in such a manner as to establish electrical continuity between metallic components of pipe andjoints. b) Acceptable Methods: Establish electrical continuity as indicated in drawings and specifications. 2. Criteria for Electric Continuity: March, 2010 a) Tensile Wire: Pipe manufacturer to obtain a resistance no greater than 0.03 ohms between any wire and steel joint ring at end of pipe farthest from that wire. Manufacturer to report values obtained and method of measurement. 15640 Page 2 of9 (' '. . ' 'j 'l ' j , I WESTSIDE WTP RAW WATERLINE PROJECT FORT WORTH, TEXAS JOINT BONDING AND ELECTRICAL ISOLATION b) Internal Pipe Joint Components: Pipe manufacturer to obtain resistance of less than 0.03 ohms between any component and steel pipe cylinder. 3. Tensile Wire Continuity: a) Establish continuity between tensile wire coils and steel cylinder on embedded cylinder type prestressed pipe by tightly wrapping tensile wire over longitudinal mild steel straps during pipe manufacture. 1) Use and install two continuous straps 180° apart longitudinally along the pipe. These straps must maintain electrical continuity between metallic components. 2) Use steel straps made of mild steel and free of grease, mill scale, or other high resistance deposits .. 3) :M;ake longitudinal straps electrically continuous with pipe cylinder by steel fasteners of suitable dimensions placed between steel cylinder and longitudinal straps. Connect fasteners so as to remain intact during pipe fabrication process. · 4. Steel Cylinder Continuity: a) Establish continuity of all joint components and steel cylinder. These components include the following: 1) Anchor socket brackets. 2) Anchor socket. 3) Spigot ring. 4) Bell ring. b) If mechanical contact does not provide a resistance of less than 0.03 ohms between components, tack weld component to provide electrical continuity . C. Preparation of Steel Pipe for Bonding: Bonding wires are not required for welded steel pipe. Mechanical and/or push-on jointed steel pipe requires the installation of bond wires across the joint as shown on the project drawings. D. Preparation of Ductile Iron Pipe for Bonding: Install insulated bond wires as shown on the project drawings. E. Electrical Bond Wires: Electrical bond wires are to be a minimum No. 4 A WG, seven stranded, copper cable with TIIlIN insulation. Remove one inch of TIIlIN insulation from each end of the bond wire. Exothermic weld the bond wires to the pipeline. Provide the minimum number of bond wires as shown on drawings for steel or · ductile iron pipe. March, 2010 15640 Page 3 of9 WESTSIDE WTP RAW WATERLINE PROJECT FORT WORTH, TEXAS JOINT BONDING AND ELECTRICAL ISOLATION 2.03 FLANGE ISOLATION A. Required applications of dielectric flange isolation assemblies include but are not limited to selected locations where new piping is mechanically connected to existing piping. B. For concrete cylinder pip~, provide electrical isolation through the installation of the following materials: 1. Flange connection to Lock Joint bell adapter. 2. Flange connection to Lock Joint spigot adapter 3. Insulating Gasket: a) For piping 30 inches diameter and greater, provide Pyrox G-10 with nitrite seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc ., or approved equal. b) For piping between 12 inches and 24 inches diameter, provide Phenolic PSI with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. c) Alternately, provide plain-faced phenolic gasket, as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. Place phenolic gasket between two full-faced gaskets. Provide cloth-inserted rubber gasket IJ1ateria.l, 1/8 inch thick in accordance with A WW A C207. Use factory cut gaskets of proper dimensions. 4. Sleeves and Washers: a) For piping 30 inches diameter and greater, provide full length mylar sleeves with Pyrox G-10 washers, dpuble washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. . . b) For piping between 12 inches and 24 inches diameter, provide full length mylar sleeves with Phenolic washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. C. For steel pipe, provide electrical isolation through installation of the following materials: 1. Isolation Gasket: a) For piping 30 inches diameter and greater, provide Pyrox G-10 with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. · · b) For piping between 12 inches and 24 inches diameter, provide Phenolic PSI with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. c) Alternately, provide a plain-faced phenolic gasket, as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. Pface phenolic gasket between two full-faced gaskets. Provide cloth-inserted rubber gasket material, 1/8. inch thick in accordance with A WW A C207. Use factory cut gaskets of proper dimensions. 2. Sleeves and Washers: a) For piping 30 inches diameter and greater, provide full length mylar sleeves with Pyrox G~lO washers, double washer .sets as manufactured by Pip.eline Seal and Insulator, Inc., or approved equal. · . · · .. b) For piping between 12 inches and 24 inches diameter, provide full length mylar sleeves with Ph~nolic washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. . . .. D. For ductile iron pipe, provide electrical isolation through install~tion · of the following materials: · · · March, 2010 15640 Page4of9 '' ' j 'l WESTSIDE WT~ RAW WATERLINE PROJECT FORT WORTH, TEXAS JOINT BONDING AND ELECTRICAL ISOLATION 2.04 1. Isolation Gasket: a) For piping 30 inches diameter and greater, provide Pyrox G-10 with ni1rile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b) For piping between 12 inches and 24 inches diameter, provide Phenolic PSI with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. . c) Alternately, provide a plain-faced phenolic gasket, as manufactured by Pip~line Seal and Insulator, Inc., or approved equal. Place phenolic gasket between two full-faced gaskets. Provide cloth-inserted rubber gasket material, 1/8 inch thick in accordance with A WW A C207. Use factory cut gaskets of proper dimensions. 2. Sleeves and Washers: · a) For piping 30 inches diameter and greater, provide full length mylar sleeves with Pyrox G-1 washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. b) For piping between 12 inches and 24 inches diameter, provide full length mylar sleeves with Phenolic washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc., or approved equal. E . Coatings for buried isolation flanges shall be Densyl Tape . system manufactured by Carboline, consisting of Densyl Mastic, Densyl Paste, and Densyl Tape, or approved equal. CASING SPACERS A. For piping installed in tunnels or cased crossings, install casing spacers between the piping and the casing or tunnel liner to provide electrical isolation. B. Inside diameter of casing or tunnel liner must be · a minimum of 4 inches greater in diameter than the outside diameter of the piping. In the case of mechanically coupled piping,· the casing must be a minimum of 4 inches greater in diameter than the outside diameter of the coupling at its largest point. C. For welded steel pipes 12-inch diameter and smaller, use injection molded polyethylene insulators, Model PE as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. D. For all other pipe materials 12 inch diameter and smaller, use 8 inch wide steel insulators with 2 inch wide glass reinforced runners, Model C8G-2 as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. E. For all piping greater than 12 inch diameter, use 12 inch wide steel insulators with 2 inch wide glass reinforced runners, Model Cl2G-2 as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. 2.05 CASING END SEALS . A. For all piping less than 24 inch diameter, use hard rubber seals, Model PL Link Seal as manufactured by the Thunderline Corporation or approved equal. B. For all piping 24 inch diameter and greater, use pull-on, 1/8 inch thick, synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. March, 2010 15640 Page 5 of9 WESTSIDE WTP RAW WATERLINE PROJECT FORT WORTH, TEXAS JOINT BONDING AND ELECTRICAL ISOLATION C. . Casing End Seals shall be as shown on the project plans. PART 3 -EXECUTION · 3.01 INSTALLATION OF ELECTRICAL CONTINUITY BONDS A. Inspection: Use continuous bond wires with no cuts or tears in the insulation covering the conductor. · · B. General: Attach bond wires at required locations by thermite weiding process. C. Thermite W~lding Methods: Perform thermite welding of bond wires to piping in the following manner: · · 1. Clean and dry pipe to which wires are to be attached. 2. . Use grinding wheel to .:remove all coating, mill scale, oxide, grease, and dirt from an area approximately 3 inches square. ·Grind surface to bright metal. · 3. Remove approximately 1 inch of insulation from each end of wire to be thermite welded to pipe, exposing clean, oxide-free copper for welding. 4. Select proper . size thermite weld mold as recoIDQJ.ended by manufacturer. Place wire or strap between graphite mold and the prepared metal sw.-face. 5. . Place metal disk in bQttom of mold. 6. . Pour thermite weld chiu-ge into the mold. Squeeze bottom of cartridge to spread ignition powder over charge. 7. . Close mold cover .and ignite starting powder with flint gun. 8. After exothermic reaction, remove thermite weld mold a:i:J.d gently strilce weld with a hammer to remove weld slag. Pull on wire or strap to assure a secure connection .. If weld is not secure or the bond breaks, repeat procedur~ with new wire or strap. · · 9. If weld is secure, coat all bare metal and weld metal with ThermoCap as manufactured by ThermoWeld, or approved equal. D. Post-installation Inspection: Post-installation inspection of all electrical continuity bonds shall be made through a visual examination of each theimite weld connection for strength and suitable coating prior to backfilling. In addition, perform one or more ~f the . following tes~: 1. Circulate current through pipe µsing DC power supply. Calculate resistance through known length of pipe. Resistance must not exceed 150% of theoretical resistance for pipe BD;d bonds. March, 2010 15640 Page 6 of9 r - r WESTSIDE WTP RAW WATERLINE PROJECT .FORT WORTH, TEXAS JOINT BONDING AND ELECTRICAL ISOLATION 2. 3. 4. Measure resistance through select bonded joints with a digital low resistance ohmmeter (DLRO). Res istance of 0.001 ohms or less is acceptable. · Position a copper sulfate electrode (CSE) at a stationary location adjacent to bonded pipeline. Impress a temporary current on pipe. Record the static, current- applied, and "instant off' pipe-to-soil potential · measurements along the pipe relative to a stationary CSE. a. Static potential measurements referenced to a stationary CSE must be nearly identical along the piJ>e to indicate electrical continuity. b . "Instant off' potentials referenced to a stationary . CSE must be nearly identical alongpipe to -indicate electrical continuity. c. The difference between the "instant off' and the static potential referenced to stationary CSE must be equal at each point of contact to pipe to indicate electrical continuity. If any of the above procedures indicates a poor quality bond connection, reinstall the bond. 5.. Record results and submit to the owner or its designated representative for approval prior to backfilling. E. Backfilling ofBon:ded Joints: 1. Perform backfilling of bonded piping in manner that prevents damage to the bonds and all connections to the metallic structures. 2. a. Use appropriate backfill material to completely cover the electrical bond. b . Provide protection so that future construction activities in the area will not destroy the bonded connections. If construction activity damages a bonded connection~ install new bond wire. 3.02 INSTALLATION OF PIPELINE FLANGE ISOLATION DEVICES A. Placement: Install isolation joints at the locations shown in the test station schedule on · the drawings. B. Assembly: Place gasket, sleeves, and washers as recommended by the manufacturer. Follow manufacturer's recommendations for even tightening to proper torque . C. Testing: Immediately after an electrical isolation fitting has been installed, test electrical isolation effectiveness with a Gas Electronics model 601 meter, or approved equal. Fully document all test results . D. Painting: Do not use metal base paints on electrical isolation devices . March, 2010 15640 Page? of9 WESTSIDE WTP RAW WATERLINE PROJECT FORT WORTH, TEXAS JOINT BONDING AND ELECTRICAL ISOLATION · E. Encapsulation: Encapsulate below-grade isolation joints with the Carboline Densyl tape system, or approved equal, after the isolation joint has been tested for effectiveness. 3.03 TESTING OF JOINT CONTINUITY BONDS AND ISOLATION JOINTS A. General: After the completion of the continuity bonding of individual joints but before the pipe is backfilled, each bonded joint shall be tested for electrical continuity. B. A DC current shall be impressed on the pipe on one side of the joint under test using a portable 12-volt battery and a driven ground wd. The battery shall .b~ connected such that the positive terminal is connected to the ground rod and the negative terminal is connected to the pipe section under test. The magnitude of test current is not important as long as it causes a change in pipe-to..;soil potential on the section of pipe that is in the test current circuit. C. The pipe-to soil potential shall be measured on each side of the isolation joint using a high impedance voltmeter and portable copper/copper sulfate reference electrode with the test current "on" and "off'. D. A joint is considered electrically continuous if the "on" and "off' potentials are the same on either side of the joint under test. E. This same procedure shall be used to test individual isolation joints except that the joint is considered effective if the pipe-to-soil potential is not the same whe1;1 measured on each side of the joint when the test current is "on". 3.04 INSTALLATION OF CASING SPACERS A. Assemble and securely fasten casing spacers to the pipeline to be installed in casings or tunnels. B. Avoid inadvertent metallic contact between casing and carri,er pipe. Place spacers close enough to ensure that the pipe is adequately supported throughout its length, particularly at the ends, to offset settling and possible electrical shorting. The end . spacer must be within 6 inches of the end of the casing pipe, regardless of size of casing and pipe or type of spacer used. Install spacers on PVC pipe at the insertion line to prevent over-insertion of the spigot into the bell. · · · C. Grade the bottom of the trench adjacent to each end of the casing to provide a firm, uniform and continuous support for the pipe. If the trench requires some backfill to establish the final trench bottom grade, place the backfill material in 6-inch lifts and compact each layer. · D. After the casing or tunnel liner has been placed, pump dry and maintain dry until the casing spacers and end seals are installed. E. Install casing spacers in accordance with the manufacturer's instructions. Correctly assemble, evenly tighten, and prevent damage during tightening of the insulators and pipe insertion. March, 2010 15640 Page 8 of9 r , r , f ' I, I , r. r • r • i . i , t • l J ' J WESTSIDE WTP RAW WATERLINE PROJECT FORT WORTH, TEXAS JOINT BONDING AND ELECTRICAL ISOLATION F. Insulator Spacing: 1. Maximum distance between spacers to be 10 feet for pipe sizes 6 inches and smaller, and 6 feet for pipe sizes greater than 6 inches. 2. For ductile-iron pipe, flanged pipe, or bell and spigot pipe, install spacers within one foot on each side of the bell or flange, and one in the center of the joint where 18 foot or 20 foot long joints are used. 3. If the casing or pipe is angled or bent, reduce the spacing. 3.05 INSTALLATION OF END SEALS A. Assemble hard rubber Link-Seals around the pipe and slide into the annular space B. 3.06 A. B. between the pipe and casing. Evenly tighten the bolts to provide a positive seal. Place pull-on synthetic rubber end seals on the pipe and pull over the end of the casing. Securely fasten stainless steel bands. CASING TO CARRIER PIPE ISOLATION TESTS Immediately after the pipe has been installed in the casing, but prior to connecting the line, perform an electrical continuity test to determine that the casing is electrically isolated from the pipeline. The continuity check shall be fully documented and approved by the owner or its designated representative prior to backfilling. If the electrical isolation between carrier pipe and casing is not effective, the cause shall be immediately investigated, and the situation remedied. Under no circumstances shall a shorted casing be backfilled. END OF SECTION March, 2010 15640 Page 9 of9 l - WESTSIDE WTP RAW WATER PIPELINE FORT WORTH, TEXAS CORROSION CONTROL TEST STATIONS PARTl SECTION 15641 CORROSION CONTROL TEST STATIONS GENERAL 1.01 SECTION INCLUDES A. Test station materials and installation requirements. B. Locations requiring test stations are foreign pipeline crossings, cased crossings, galvanic anode ground beds and below-grade pipeline electrical isolation joints. 1.02 RELATED SECTIONS A. B. 1.03 A. B. Section 15640 -Joint Bonding and Electrical Isolation. Section 15642-Specification for Magnesium Anode Cathodic Protection Systems. REFERENCES . ASTM D1242 -Polyethylene Plastic Molding and Extrusion Material. NACE RP0169-2002 -Recommended Practice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems. C. UL 83 -Thermoplastic Insulated Wires. D. UL 426A -Wire Connectors for Use with Copper Conductors. 1.04 SUBMITTALS A. Submittals: Submittals shall conform to the requirements of the Westside Water Treatment Plant 54" Raw Water Pipeline Project. B; Catalogue Cut Sheets: Manufacturer's catalog cut sheets shall be submitted for each item. The catalog cut sheets shall include the manufacturer's name and shall provide sufficient information to show that the materials meet the requirements of the drawings and specifications. Where more than one item or catalog number appears on · a catalog cut sheet clearly identify the item proposed. C . Drawings: As-built drawings of the corrosion control test stations shall be maintained by the Contractor during installation and construction. Drawings shall be revised to show exact locations of all wiring, connections, anodes, test stations and reference electrodes . All items of equipment and material shall be properly identified. The · original as-built drawings shall be submitted to the owner or its designated representative. March, 2010 15641 . Page 1 of6 WESTSIDE WTP RAW WATER PIPELINE FORT WORTH, TEXAS CORROSION CONTROL TEST STATIONS 1.06 QUALITY CONTROL A. Provide manufacturer's certification~ that all components of the corrosion control system meet the requirements of the drawings and specifications. The certification shall reference the applicable section of the specifications and the applicable standard details. B. The drawings for the corrosion control system are diagrammatic and shall not be scaled · for exact locations, unless scales are explicitly stated on the specific drawing. Field conditions, non-interference with other utilities or mechanical and structural fea~es shall determine exact locations. Contractor shall note other existing utilities in the area · and during excavation, shall not damage these. utilities. Any damaged utilities shall be repaired to the satisfaction of the owner at the Contractor's expense. C. All materials, fabrication, and installations are subject to inspection and testing by the owner or its designated representative. PART2 PRODUCTS 2.01 FLUSH MOUNT TEST STATIONS A. Test stations shall consist oftest wires, a terminal head and a traffic box as shown on the drawings. . . B. The terminal head shall be a seven (7) terminal Big Fink as manufactured by Cott Manufacturing Company or approved equal. C. The test station shall be installed in a 24" x 24" x 6" concrete pad D. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as trumufactured by Brooks Products, Inc .or approved equal. E. Install a marker sign adjacent to all flush-mounted test stations. 2.02 ABOVE~GRADE TEST STA'J'IONS A. At test station locations where flush mounted structures cannot be installed, or where stated on drawings,. an above-grade test station shall pe used, and placed such that possible damage from vandalism, traffic, etc. is minimized. . B. The test station shall be. a seven-(7) terminal "Big Fink" .as manufactured by Cott Manufacturing or approved equal. C. · The "Big Fink!' test -station shall be mounted on -a 5-foot length of 3.-inch diameter concrete filled galvanized steel conduit. E. The test station shall be installed adjacent to a p_ermanent structure; if available, for physical protection. F . The interior of the test station conduit shall be filled with Portland cement concrete after the installation of the test and bond wires. March, 2010 15641 Page2 of6 ' l • j 'J WESTSIDE WTP RAW WATER PIPELINE FORT WORTH, TEXAS CORROSION CONTROL TEST STATIONS G. The test station conduit shall be installed with a 24" x 24" x 6" concrete ,pad. 2.03 PERMANENT REFERENCE ELECTRODES A. The permanent reference electrode shall be a copper sulfate Permacell Plus double membrane ceramic cell in a geomembrane package as manufactured by Corrpro Companies, Inc. or approved equal. . H . The electrode shall be equipped with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station. C. A permanent reference electrode shall be installed at each test station associated with the galvanic magnesium anode ground beds. 2.04 TEST STATION LEAD WIRES A. Test station lead wires of all sizes shall have TW, THW~ TiffiN or HMWPE insulation. B. Type insulation shall be color coded based upon connection to underground structures: I. Water piping: white. 2. Foreign structures : red. 3 . Steel casings : yellow. 4 . Permanent reference cells: blue. 5 . Anode header cable: black C . Test station lead wires shall be terminated on the test station terminal board utilizing crimped on solderless ring tenninals. C. All terminal boards shall be wired by the installer as shown on the drawings. 2.05 TIIERMITE WELD EQUIPMENT A. Charges and Molds: Weld ~barges and mold size shall be specified by the manufacturer for the specific surface configuration. Use only the correct charges for the · specific application. Welding charges and molds shall be Erico, Cadweld or Continental Industries Thermoweld. B . Weld Coating: Coating for all welds shall be ThermoCap · as manufactured by Thermo Weld, or approved equal. March, 2010 15641 Page 3 of 6 WESTSIDE WTP RAW WATER PIPELINE FORT WORTH, TEXAS CORROSION CONTROL TEST STATIONS PART3 EXECUTION 3.01 APPLICATIONS A. Required applipations of corrosion control test stations include locations where future testing is anticipated for the following reasons: 1. Testing to determine the effectiveness of the installed cathodic protection systems and to allow for sU!,rtup adjustments. 2. Testing to determine interference effects from and on adjacent or crossing foreign underground structures. 3. Testing to determine sources and magnitude of stray DC currents and required mitigative measures. 4. Periodic monitoring to determine status of existing cathodic protection systems, stray current,· and foreign line influence. B. Install test stations at each of the locations scheduled on the drawings. As a minimum, test stations are required at each of the following locations: 1. At all major underground metallic pipeline crossings. 2. At all cased crossings and tunnels (both ends). 3. At all underground isolation flanges. 4. At all galvanic magnesium anode ground bed locations. 3.02 GENERAL A. Install test stations at locations indicated on drawings. If a flush mounted test station is not feasible in a particular location, then an above-grade test station may be used, subject to approval by the owner or its designated representative. B. Use continuous test station lead wires without cuts or tears in the insulation. C. Locate test stations as indicated on drawings, as close to the pipe as possible. If the pipe is installed under a road, place the test station at the curb for easy access. · D. Attach test lead wires to the pipe by thermite welding. E. Attach test wires to the pipe prior to backfilling. F. Use color coded test wires as indicated on the drawings and in the specifications. G. Wire test station terminal board configurations as shown on the drawings. H. At foreign pipeline crossing test stations, the owners of the pipeline must be notified and must give permission before ·the test leads are connected to their pipeline. The foreign pipeline owner should have a representative present. Contractor shall not install lead wires or bond wires on foreign pipelines. March, 2010 15641 Page4 of6 L J '' 'j 'J WESTSIDE WTP RAW WATER PIPELINE FORT WORffi TEXAS 3.03 FLUSH-MOUNT TEST STATIONS A . Install flush-mount test stations as shown on the drawings. CORROSION CONTROL TEST STATIONS B. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 18 inches above the top of the precast concrete traffic box for test purposes. · C. Install flush-mount test stations with permanent copper sulfate reference electrodes where indicated on the drawings . 1. Install permanent reference electrode approximately 6 inches from the pipe. 2. Compact native soil by hand around the electrode. The balance of the backfill shall be select granular backfill material. 3. Saturate the backfilled permanent reference electrode with 5 gallons of water. D . Set test stations installed outside areas of permanent paving materials in a Portland cement concrete pad. The concrete pad shall be a minimum of 24 inches square and no less than 6 inches thick. 3.04 · ABOVE-GRADE TEST STATIONS A. Install above-grade test stations where a flush mounted test station cannot be located. Use and location of above-grade test stations shall be approved by the owner or its designated representative. B. Locate test station adjacent to a permanent structure (e.g. a power pole), if available, for physical protection. C. Coil sufficient slack beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. D. Pour a 24" x 24" x 6" concrete pad at grade around the test station conduit. E. Fill the interior of the 3" above-grade test station steel galvanized conduit with Portland cement concrete after installation of the test stations wires . 3.05 TEST LEAD WIRE ATTACHMENT A . Attach test leads to the pipe by thermite welding directly to the pipe on steel and DIP pipelines. See drawings. B. The pipe to which the wires are to be attached shall be clean and dry. C . When connecting directly to the pipe, use a grinding wheel to remove all coating, mill scale, oxide, grease, and dirt from an area approximately 3 inches square. Grind the surface to bright metal. March , 2010 15641 Page 5 of6 WESTSIDE WTP RAW WATER PIPELINE FORT WORTH, TEXAS CORROSION CONTROL TEST STATIONS D. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide-free copper.for welding. E. Using the proper size thermite weld mold as recommended by the manufacturer, place the wire between the graphite mold and the prepared metal surface. Use . a copper sleeve crimped over the wire for all No. 10 A WG or smaller wires. . F. Place the metal disk in the bottom of the mold. G. Pour the thermite weld charge into the mold. Squeeze the bottom of the cartridge to spread ignition powder over the charge. H. Close the mold cover and ignite the starting powder with a flint gun. I. After the . exothermic reaction, remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag, Pull on the wire to assure a secure connection:. If the weld is not secure or the wire breaks, repeat the procedure. J. If the weld is secure, coat all bare metal and weld metal with ThermoCap as manufactured by Thermo Weld, or approved equal. Note: Lead wires and bond wires are to be installed on the foreign pipelines by the foreign pipeline owners. The waterline owner will make arrangements with the foreign pipeline owners (if any) for installation of lead wires and bond wires on the foreign pipelines. Contractor SHALL NOT install lead wires or bond wires on foreign pipelines. 3.06 POST INSTALLATION BACKFILLING OF TEST STATION -LEAD WIRES. A. Protect test station wires to prevent damage to the wire insulation and conductor integrity during backfilling. B. · After completion of the backfilling of the test wires to the pipe, verify the connection by measuring and recording a pipe-to-soil potential. C. Replace any test wire found to have a high resistance connection. END OF SECTION Marcb,·2010 15641 Page 6of6 r . r . I. I • I . '' . ' L j •. j WESTSIDE WTP RAW WATER PIPELINE FORT WORTH, TEXAS MAGNESIDM ANODE CATHODIC PROTECTION SECTION 15642 MAGNESIUM ANODE CATHODIC PROTECTION SYSTEMS PARTl GENERAL 1.01 SECTION INCLUDES A. Requirements for cathodic protection systems on concrete cylinder pipes, carbon steel pipes and ductile iron pipes using magnesium anodes. B. Work performed under this specification shall consist of providing all supervision, labor, equipment and materials as well as providing all operations necessary to install and test the required cathodic protection system components for the exterior surfaces of the waterline project. The work shall be performed in accordance with the provisions of the specifications, applicable plans, codes and standards, and subject · to other terms and conditions for the project. C. Cathodic protection components shall be. as shown on the project drawings for the Westside Water Treatment Plant 54" Raw Water Pipeline Project. The cathodic protection system shall include but not be limited to the following: 1. Materials and installation. 2. Post-installation survey. 3. Final Report to include re~ommendations. 1.02 REFERENCES A. NEC 70 -National Electrical Code B. NACE RP-0169-2002 -Recommended Practice, Control of External Corrosion on Underground or Submerged Metallic Piping Systems. C. UL 83 -Thermoplastic-Insulated Wires. D . 1.03 A. B. C. UL 486A -Wire Connectors and Soldering Lugs for Use with Copper Conductors. QUALITY C ONTROL Installer Qualifications: Cathodic protection installer shall have a minimum of 5 years of documented experience in the type of cathodic protection work required for the project. Cathodic Protection Tester: Cathodic protection tester shall provide instructions for installation of anodes, field splices, and thermite welding. NACE International certified corrosion personnel shall complete all testing. All materials, fabrication and installations are subject to inspection and testing by the owner or its designated representative. March,2010 15642 Page 1 of7 WESTSIDE WTP RAW WATER PIPELINE FORT WORTH, TEXAS MAGNESIUM ANODE CATHODIC PROTECTION E. The drawings for the cathodic protection system are diagrammatic and shall not be scaled for exact locations unless scales are explicitly stated on the specific drawing. Field conditions, non-interference with other utilities or mechanical and structural features shall determine· exact locations. Contractor shall note other existing utilities in the area. Care shall be taken during excavation not to damage these utilities. Any damaged utilities shall be repaired to the satisfaction of the owner at the Contractor's expense. PART2 ANODES 2.01 SACRIFICIAL ANODES. -MAGNESIUM ' . A. Magnesium Anodes: Use high potential · prepackaged magnesium anodes. The metallurgical composition of the magnesium anodes shall conform to the following: Element Al Mn Cu Ni Fe Other Magnesiwn Content% 0.010 0.50 to 1.30 0.02 Maximum 0.001 Maximum 0.03 Maximum . 0.05 each or 0.3 Maximum Total Remainder . . B. Magnesium Anode Current Capacity: Magnesium anodes require a current capacity of no less than 500 amp-hours per pound of magnesium. C. Anode Backfill Material: Use chemical backfill material around all galvanic anodes. Backfill provides a reduced contact resistance to earth, provides a uniform environment surrounding the anode, retains moisture around the anode, and prevents passivation of the anode. · 1. All galvanic anodes come prepackaged in a. backfill material conforming to the following composition: a) Ground hydrated gypsum: 75 percent b) Powdered bentonite: 20 percent c) Anhydrous sodium sulfate: 5 percent. 2. Have a grain size backfill such that 100 percent is capable of passing through a 20- mesh screen and 50 percent is retained by a 100-mesh screen. 3. Completely surround the anode with the backfill mixture within a cotton bag. 4. For cast magnesium ingots, the required weight of backfill shall be as follows: ¥,P<l.e W ~igl!t {Pounds)· 40 Bac]ifill Weight . (Pounds) 65 Total Weight · {Pounds) 105 D. Anode Lead Wires: For the lead wire for the magnesium anodes, use a 20-foot length of No. 12 A WG solid copper wire equipped with TW of THW insulation. . March,2010 . 1~64Z Page2of7 r 1 I 1 r ' r , I . ! . ' J ' J WESTSIDE WTP RAW WATER PIPELINE FORT WORTH, TEXAS · MAGNESIUM ANODE CATHODIC PROTECTION E. Lead Wire Connection to Magnesium Anode: 1. Cast magnesium anodes with a 20 gauge galvanized steel core. 2. Extend one end of the core beyond the anode for the lead wire connection. 3. Silver-solder the lead wire to the core and fully insulate the connection. 2.02 SPLICING TAPE Tape used for covering anode lead wire to anode header cable connections shall be two (2) layers of Scotch 130C ~bber splicµig tape. Then· two (2) layers of Scot~h 88 vinyl electrical tape as manufactured by 3M Scotch, or approved equal. Taped splices shall be covered with a coating of 3M Scotchkote electrical coating, or approved equal. 2.03 CRIMPING LUGS Crimping lugs used to connect the anode lead wire to anode header cable shall be copper compression crimpit Catalog No . YClOClO as manufactured by Bumdy or approved equal. 2.04 ANODE HEADER CABLE Anode header cables routed between the anode groundbed and the test stations shall be #10 A WG stranded copper conductors with type HMWPE insulation (Black),. 2.05 TEST STATIONS A. Test stations shall consist oftesi wires, a terminal head and a traffic box ·as shown on the drawings. B. The terminal head shall be a five (5) terminal Big Fink as manufactured by Cott Manufacturing Company or approved equal. C. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc or approved equal. D. If the area is not paved, the test station shall be installed in a 6" x 24" x 24" square concrete pad. E. Install a marker sign adjacent to all flush-mounted test stations. 2.06 SHUNT A. Monitoring shunt shall be a 0.01-ohm Type RS shunt as manufactured by Holloway or approved equal. B. There shall one (1) shunt in each magnesium anode test station. March,2010 15642 Page 3 of7 WESTSIDE WTP RAW WATER PIPELINE FORT WORTH, TEXAS MAGNESIUM ANODE CATHODIC PROTECTION 2.07 TEST LEAD WIRE A. Test station lead wires shall be #12 A WG stranded copper .cable with type TW or THW insulation black in color. ' 2.08 PERMANENT REFERENCE ELECTRODE A. The permanent reference electrode shall be a copper sulfate Permacell Phis as manufactured by Corrpro Companies or approved equal. B. The permanent reference electrode shall be equipped with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station. · · -· · · · · · C. The permanent reference electrode shall have a minimum design life of 15 years and a stability of 5 millivolts under a 3 .0 microamp load. 2.09 THERMITE WELD EQUIPMENT Materials required for thermite welding and coating of the welds are described in the following sections . A. Charges and Molds: Weld charges and mold size shall be as specified by the manufacturer for the specific surface configuration. Care shall be taken during installation to be sure correct charges are used. Welding charges and molds shall be the product of a manufacturer regularly engaged in the production of such_ materials. B. Weld Coating: Coating . for all welds shall be ThermoCap as man~factured by Thermo Weld, or approved equal. PART3 CATHODIC PROTECTION SYSTEM INSTALLATION 3.01 INSTALLATION OF SACRIJ.?ICIAL ANODES . . A . The location of the cathodic protection magnesium anode ground beds are indicated in · the test station schedules on the project drawings . B . Placement: Each anode shall be installed vertically in a 10 inch diameter by 10 foot deep hole as shown on the project .drawings. -Anode spacing shall be twelve feet center-to- center. Centerline of the anode shall be at a minimum of 10 feet from the centerline of the pipe. Anodes shall be installed within the pipeline right-of-way. C . Augured Hole: The anode hole diameter shall easily accommodate the anode. D. Backfilling: After the hole is augured, the packaged anode shall be lowered into the hole and the soil shall be :fin:itly tamped around the package so that it is in intimate contact with the package. Then a minimum of 5 gallons of water is to be poured in the anode hole. Backfilling of the remained of the anode hole can then be completed. March, 2010 15642 Page 4 of7 L ) • J WESTSIDEWTPRAWWATERPIPELINE FORT WORTH, TEXAS MAGNESIUM ANODE CATHODIC PROTECTION E. Anode Lead Wire: I,,ead wires from the ano4es shall be run underground at a minimum depth of 24 inches. Each anode lead wire shall be connected to an anode header cable as indicated on the project drawings. F. Handling: Anodes shall be handled in a manner that will avoid damaging anode materials and wire connections. 3.02 INSTALLATION OF PERMANENT REFERENCE ELECTRODE A. Location: One permanent copper sulfate reference electrode shall be installed at each anode ground bed. The permanent reference electrode shall be within 6~' of the pipe at pipe depth. The permanent reference electrode shall be prepared and installed in strict accordance with the manufacturers recommendations B. Placement: The permanent reference electrode shall be placed in the same ditch with the waterline and carefully covered with the same soil as the pipeline backfill. C. Lead Wire: The permanent reference electrode lead wire shall be protected during backfill operations and routed to the test station along with the waterline test leads and · anode ground bed cables. 3.03 INSTALLATION OF WIRE AND CABLE A. Depth: All underground wire and cable shall be installed at a· minimum of 24 inches below final grade with a minimum separation of 6 inches from other underground structures. B. Anode Header Cable: Each anode lead wire shall be connected to a #10 A WG/HMWPE header cable which shall be routed into a flush-to-grade test station. C. Anode Lead Wire to Header Cable Connection: Each anode lead wire to header cable connection shall be made using a copper compression connector. Each connection shall be taped using rubber tape, vinyl tape and coated with Scotchkote electrical coating as shown on the project drawings. D. Anode-to-Pipeline Connection: Each group of anodes shall be connected to the pipeline through a test station as shown on the project drawings. A 0.01 ohm shunt shall be used to connect the anode header cable to the pipeline as shown on the project drawings. E. A 3" wide, yellow, non-detectable warning tape labeled "Cathodic Protection Cable Buried Below" shall be buried at a depth of 18" below the surface and along the length of all cathodic protection cable trenches. 3.04 TEST LEAD WIRE ATTACHMENT A. Test lead cables shall be attached to the pipe by thermite welding. B. The pipe to which the wires are to be attached shall be clean and dry. March,2010 15642 Page 5 of7 WESTSIDE WTP RAW WATER PIPELINE FORT WORIB, TEXAS . 'MAGNESIUM ANODE CATHODIC PROTECTION C. A grinding wheel shall be used to remove all cpating, mill scale, oxide, grease and dirt from the tank over an area approximately 3 inches square. The surface shall he cleaned to bright metal. · D. The wires to be thermite welded to the pipe shall have approximately . I inch of insulation removed from each end, exposing clean, oxide-free copper for weiding. E. Using the proper size thennite weld mold as recommended by the manufacturer, the wire shall be placed between the graphite mold and the prepared metal surface. All wires No . . 12 A WG size shall use a copper sleeve crimped oyer the wire. F. The metal disk shall be placed in the bottom of the mold. G. The cap from the weld charge container shall be removed and . th.e contents poured into the mold. Squeeze the bottom of the weld charge container to spread ignition powder over the charge. H. Close the mold cover and ignite the starting powder with a flint gun. The mold should be held firmly in place until all of the charge has burned and the weld has cooied slighily. I. Remove the therm.ite weld mold and gently strike the weld with a hammer to reQJ.ove the weld slag. Pull on the wire to assure a secure connection. If the weld is not secure or the wire breaks, repeat the procedure. J. If the weld is secure, coat all bare metal and weld metal with ThermoCap as manufactured by Thermo Weld, or approved equal. 3.05 FLUSH-TO-GRADE TEST STATIONS A. Flush-to-grade test stations shall be installed as shown on the drawings , Test stations shall be installed in a 6" x 24" x 24" square concrete pad. B. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 12" above the top of the concrete pad for test purposes. · 3.06 POST INSTALLATION BACKFILLING OF CABLES A. General: During the backfilling operation, cables shall be protected to prevent damage to the wire insulation arid conductor integrity. · 3.07 POST INSTALLATION TESTING OF THE CATHODIC . PRO'.I'ECTION SYSTEMS A. General: As soon as possible after the cathodic protection equipment has been installed, the system shall be inspected, energized and adjusted ( commissioned). March, 2010 . 15642 Page6of7 '' • I -J WESTSIDE WTP RAW WATER PIPELINE FORT WORIB, TEXAS MAGNESIUM ANODE CATHODIC PROTECTION B. Commissioning: The colllilllss10mng of the cathodic protection system shall be performed by a corrosion engineer hired by the contractor to achieve compliance with the referenced corrosion control standards set forth by NACE International and/or A WW A. C. Method: The Corrosion Engineer shall: 1. Measure native state structure-to-soil potentials along the waterline using the permanent reference electrodes at each anode groundbed test station. Native state structure-to-soil potentials shall also be measured at above grade pipeline appurtenances prior to energizing the cathodic protection system with a portable CSE. 2. Energize the cathodic protection system by connecting each magnesium anode groundbed to the pipeline lead in the test station junction box. Record each anode groundbed current using the 0.01-ohm shunt. 3. Allow a minimum of two weeks for the pipeline to polarize. 4 . Adjust, if necessary, the cathodic protection current output in each anode test station to satisfy the criteria of a minimum of 100 millivolts of polarization from the native state structure-to-soil potential, or an "Instant Off' potential at least as negative as -850 millivolts CSE. 5. Record all final current outputs measured at each test station. 6 . Verify that all electrical isolation devices are operating properly including flange isolators, and casing spacers. 7. Verify that interference does not exist with foreign structures . Perform joint tests with owners of the foreign structures (if any) and mitigate any interference detected. If necessary, foreign line test stations shall be provided to facilitate the interference testing and installation of any necessary resistance bonds . It is the corrosion engineer~• responsibility to coordinate the interference testing with the owners of foreign structures. D. Verification and Responsibilities 1. Contractor shall correct, at his expense, any deficiencies in materials or installation procedures discovered during the post-installation inspection. 2. Corrosion Engineer shall provide written documentation of any deficiencies discovered during the post installation inspection. E . Equipment: All cathodic protection testing instruments shall be in proper working order and calibrated according to factory specifications . F. Report: The results of all commissioning procedures along with documentation of anode groundbed current outputs, pipe-to-soil potentials, results of interference testing, results of electrical isolation joint tests and as built drawings shall be compiled in a final report and furnished to the owner along with operating and maintenance instructions . END OF SECTION March, 2010 15642 Page7 of7 r � f r � E r � � i �� r� r r �� e �� f� �- '' < j • J • j WESTSIDE WTP RAW WATER PIPELINE FORT WORTH, TEXAS POLYETHYLE~ENCASEMENT FOR DUCTILE IRON PIPE SECTION 15643 POLYETHYLENE ENCASEMENT PART 1 GENERAL 1.01 SECTION INCLUDES A. Polyethylene encasement is a part of the corrosion protection system for the DIP option. B. Specifications for materials and installation of polyethylene encasement for pipe, valves, fittings, and other appurtenances for the DIP option. 1.02 MEASUREMENT AND PAYMENT A. Unit Prices. No separate payment will be made for polyethylene encasement. Include cost of polyethylene encasement in unit price for pipes and fittings to be encased. B. Stipulated Price (Lump Sum). If the Contract is a Stipulated Price Contract, payment for work in this Section is included in the total Stipulated Price. 1.03 REFERENCES A. ASTM D 149-Standard Test Method for Dielectric Breakdown Voltage and Dielectric B. C. D. E. F. . Strength of Solid Electrical Insulating Materials at Commercial Power Frequencies. ASTM D 882 -Standard Test Method. for Tensile Properties of Thin Plastic Sheeting. ASTM D 1709 -Standard Test Methods for Impact Resistance of Plastic Film by the Free-Falling Dart Method. ASTM D 1922 -Standard Test Method for Propagation Tear Resistance of Plastic Film and Thin Sheeting by Pendulum Method. ASTM D 4976-Standarq Specification for Polyethylene Plastics Molding and Extrusion Materials . ANSI/AWWA C600 -Standard for Installation of Ductile-Iron Water Mains and Their Appurtenances. G. ANSI/A WW A CI05/A21.5 -Polyethylene Encasement for Ductile-Iron Pipe Systems . March, 2010 15643 Page 1 of8 WESTSIDE WTP RAW WATER PIPELINE FORT WORTH, TEXAS 1.04 SUBMITTALS POLYETHYLENE ENCASEMENT FOR DUCTILE IRON PIPE A. Product Data: Submit product data for proposed film, and tape or plastic tie straps for approval. All film to be used in accordance with this standard specification shall be manufactured from virgin polyethylene, shall not be recycled and shall be purchased new for the project, clean, sound and without defects. B. Samples: Submit samples of polyethylene tube and/or sheet for approval. Provide one sample of tube for each pipe · diameter and one sample of each sheet material to _be used. Samples shall be a minimum of 40 square feet of standard production material. C. Quality Assurance Plan: Submit quality assurance plans for film manufacturing and field application. a. Film Manufacturing: The manufacturer of polyethylene film for corrosion protection encasement of ductile iron pipe shall have a verifiable quality control system to assure that film is produced from only virgin polyethylene and that it complies with all requirements of this specification. Documentation of Quality Control procedures ·and test results shall be submitted and shall be made available for inspection for at least one year. A current ISO certificate may be used in lieu of other quality control documentation. b. Field Application: The contractor shall develop, and submit for approval, a comprehensive · Quality Assurance Plan for installation of polyethylene encasement. Address all aspects of material and pipe handling, bedding, preparation of pipe . surface, film installation and anchoring, service taps and backfill. Include written procedures to be used by installers. D. Manufacturer's Certification: Submit polyethylene film manufacturer's certification of compliance with this Section. The polyethylene film manufacturer shall provide a notarized statement from an officer of the company that the film meets the inspection and all applicable material specifications of this specification. The manufacturer's statement of compliance must be verifiable. Statements from distributors or contractors shall not be accepted in lieu of a statement from the original manufacturer of the polyethylene film. E. Installer Qualifications: Polyethylene encasement shall only be installed by qualified persons who have been trained in the proper procedures described in Part 3 of these specifications. F . Qualified Persons: Qualified persons shall be those that have had training and experience in the installation of polyethylene encasement for corrosion protection of ductile iron pipe. Such persons may be qualified by the Ductile Iron Pipe Research Association, ductile iron pipe manufacturers or engineering/inspection firms who offer training courses in the proper method(s) of installation. Proof of qualifications shall be submitted with the shop drawings and shall be provided to project inspectors upon request. March~2010 15643 Page 2 of8 • I 'J l I WESTSIDE WTP RAW WATER PIPELINE FORT WORTH, TEXAS POLYET;IIYLENEENCASEMENT FOR DUCTIL'E IRON PIPE PART 2 PRODUCTS 2.01 MATERIALS A. Polyethylene Film: Tubular or sheet form without tears, breaks or defects, conforming to the following requirements. 1. High-Density, Cross-Laminated, Polyethylene: High-density, cross-laminated March, 2010 polyethylene film manufactured from virgin polyethylene material conforming to the following: a. Raw Material. Raw materials to meet the requirements of ASTM D 4976: 1. Group: 2 (Linear) 2. High-density: 0.940 to 0.960 g/cm3 3. Volume Resistivity: 1015 ohm-cm minimum b. Physical Properties: Physical properties of finished film to be as follows: 1. Tensile Strength: 6,300 psi. minimum in machine and transverse direction (ASTMD882) 2. Elongation:· 100 percent minimum in machine and transverse direction (ASTM D 882) as measured using rubber lined grips. 3. Dielectric Strength: 800 volts/mil thickness minimum (ASTM D 149) 4. Impact Resistance: 800 grams minimum (ASTM D 1709 Method B) 5. Propagation Tear Resistance: 250 grams force minimum .in machine and transverse direction (ASTM Dl922) c. Thickness: High-density, cross-laminated polyethylene film shall have a minimum thickness of 0.004· in. (4 mils). d. Color: Supply white polyethylene film with a minimum 2 percent hindered- amine ultraviolet inhibitor. Where a color other than white is required for purposes of identification, it shall comply with the raw material and physical property requirements of this specification, shall not be manufactured with pigments containing controlled substances, and shall not degrade under ultraviolet exposure during storage and while on the project site. e. Polyethylene Tube and Sheet Size: For push-on joint pipe, polyethylene tube and sheet sizes to conform to the following: 15643 Page 3 of8 WESTSIDE WTP RAW WATER PIPELINE FORT WORffl, TEXAS POLYETHYLENE ENCASEMENT FOR DUCTILE IRON PIPE Nominal Pipe Diameter Inches 3 4 6 8 10 .12 14 16 18 20 24 30 36 42 48 54 60 64 Minimum Polyethylene Width Inches Flat Tube 14 14 16 20 24 27 30 34 37 41 54 67 81 81 95 108 108 121 28 28 32 40 48 54 60 68 74 · 82 108 134 i62 162 190 216 216 242 2. · Large Bell Circumferences: Where bell ends of the pipe are larger than the tube or sheet sizes listed above, use sufficiently large tubes or sheets to cover the joints 3. Marking: The polyethylene film shall be clearly marked every two feet with the following information: a. Manufacturer's name or trademark b. Year of manufacture c. ANSI/AWWAC105/A21.5 d. Minimum film thickness and material type (HDCLPE or LLDPE) e. Applicable range e>fnominal pipe diameter size(s) f. Warning -Corrosion Protection -Repair Any Damage Letters and numerals used for marking items "a" through "e" shall notbe less than 1 inch in height and item "f' shall not be less than I 1/2 inches in height. B. Polyethyleµe Ta:pe.: Provide 1:-Yz-inch wide, plastic-backed, adhesive tape for fitting and · ·anchoring the encasement. Acceptable tapes ~e Fulton No.· 3.55, Polyken No. 900, Scotchwrap No. 50, or other approved tape. Fulton Tie Strips are a.ti approved alternative ~<> tape. For patching or repa~g the polyethylene film, use .only polyethylene tape. March,2010 15643 Page4of8 I - - J -' -J WESTSIDEWTPRAWWATERPIPELINE FORT WORm TEXAS PART 3 EXECUTION 3.01 PREPARATION POLYETHYLENE ENCASEMENT FOR DUCTILE IRONPIPE . A. Remove lumps of clay, mud, and cinders from pipe surface prior to installation of polyethylene encasement. Prevent soil or embedment material from becoming trapped between pipe and polyethylene. B. Fabric slings and padded forks shall be used for transport of wrapped pipe. Chains or cables shall not be used. Do not damage the polyethylene encasement. C. For installations below the water table or in areas subject to tidal actions tube form polyethylene encasement shall be used. Completely seal both ends of the polyethylene · tube with adhesive tape at joint overlap. Circumferentially wrap with tape or plastic tie straps every two feet along the barrel. 3.02 INSTALLATION A. Tubular Type (Method A): · 1. Cut polyethylene tube to a length approximately 2 feet longer than pipe section. Slip tube around pipe, centering tube to provide 1~foot overlap on each adjacent pipe section. Bunch accordion-fashion lengthwise until it clears pipe ends. 2. Make shallow bell hole at joints to facilitate installation of polyethylene tube · completely around pipe. Lower pipe into trench and make up pipe joint with preceding section of pipe. Methods other than bell holes shall be allowed, provided the polyethylene tube completely encases the pipe joints, including a minimum overlap of I-foot. 3. After assembling pipe joint, make overlap of polyethylene tube. Pull bunched polyethylene from preceding length of pipe, slip it over end of adjoining length of pipe, and secure in place. Then slip end ofpolyethylene from adjoining pipe section over end of first wrap until it overlaps joint at end of preceding length of pipe. Secure overlap in place. 4. For each pipe length, take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold with tape at quarter points. Avoid a tight fit to prevent stretching the polyethylene where it bridges irregular surfaces, such as bell and spigot joints, restrained and bolted joints,· and fittings; and to prevent damage to film during backfilling. The length of tape to secure wrap shall be no less than I-foot. 5. Repair cuts, tears, punctures, or other damage to polyethylene. Proceed with installation of next section of pipe in same manner. March, 2010 15643 Page 5 of8 WESTSIDE WTP RAW WATER ·PIPELINE FORT WORTH, TEXAS B. Tubular Type (Method B) POLYETHYLENE ENCASEMENT · FOR DUCTILE IRON PIPE 1. Cut polyethylene ~be to a length approximately 1 foot shorter than pipe section. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold at quarter points; secure ends. 2. Make shallow bell hole at joints to facilitate installation of polyethylene tube completely around pipe. Lower pipe into trench and make up pipe joint with preceding section of pipe. Methods other than bell holes shall be allowed, provided the polyethylene tube completely encases the . pipe joints, including a minimum overlap of I-foot. 3. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold with tape at. quarter points. A void a tight fit to prevent stretching the polyethylene where it bridges irregular surfaces, such as bell and spigot joints, restrained and bolted joints, and fittings; and to prevent damage to film during backfilling. The length of tape to secure wrap shall be no less than I-foot. 4. Before making up joint, slip 4-foot length of polyethylene tube over end of preceding pipe section, bunching in accordion-fashion lengthwise. After completing joint, pull 4-foot length of polyethylene over jQint, ovedapping polyethylene previously placed on each adjacent section qfpipe by at least 1 fQot; make each end snug and secure. 5. Repair cuts, tears, punctures, or other damage to polyethylene. Proceed with installation of next section of pipe in same manner. C. Sheet Typ~· (Method C)-Applicable to Valves, Tees, Elbows and Other Fittings Only: 1. Cut polyethylene sheet to a length approximately 2 feet longer than pipe section. Center length to provide I-foot overlap on each adjacent pipe section, bunching sheet until it clears pipe ends. . Wrap polyethylene around . pipe so · that sheet circumferentially oyerlaps top quadrant of pipe. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 2. Lower wrapped pipe into trench and make up pipe joint with preceding section of pipe. Make shallow bell hole at joints to facilitate installation of polyethylene. After completing joint, make overlap an,d sec~e ends .. · .3. Repair cuts, tears, punctures,. or other damage to polyetliylene. Proceed with installation of next section of pipe in same .manner .. March; 2010 15643 Page 6 of8 ' J l j WESTSIDE WTP RAW WATER PIPELINE FORT WORIB, TEXAS D. Installation in Directional Drilled Bore: POLYETHYLENE ENCASEMENT FOR DUCTD.,E IRON PIPE 1. InstaH as described in 3.02A. Tubular Type (Method A) with ·the exception that the polyethylene encasement overlap must face away from the pull direction to avoid the under film accumulation of drilling mud and other foreign matter. 2. Attach pulling head to spigot end of the leading pipe length. 3. Securely anchor the polyethylene tube to the end of the barrel of the leading .pipe length by continuously taping the leading two feet of the barrel with overlapping tape wrap. Anchor the first wraps of tape directly on to the barrel of the pipe and extend the continuous taping on to the polyethylene encasement. For the remainder of the leading pipe length, overlap circumferential wraps of tape every one foot. 4. The drilling fluid and cuttings shall not enter under the polyethylene tube during the pull back or other .operations. At assembled joints, the polyethylene overlap shall always have the forward pipe's polyethylene tube overlap the next following pipe's tube. The polyethylene on both sides of the joint shall be secured with circumferential wraps of tape or plastic tie straps. 5. Continue process by wrapping tape on each side of successive joints and every two feet along barrel. E. Pipe-shaped Appurtenances: Cover bends, reducers, offsets, and other pipe-shaped appurtenances with polyethylene in same manner as pipe. F. Odd-shaped Appurtenances: When it is not practical to wrap valves, tees, crosses, and other odd-shaped pieces in tube, wrap with flat sheet or split length of polyethylene tube by passing sheet around appurtenance and encasing it. Make seams by bringing edges together, folding over twice, and taping down. Tape the polyethylene encasement securely in place at valve stem and other penetrations. G. Openings in Encasement: Create openings for branches, saddles, service taps, blowoffs, air valves, and similar appurtenances by malcing an X-shaped cut in polyethylene and temporarily folding back film. After appurtenance is installed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene, with tape. H. Hydrant Drain Relief: For hydrant relief holes and similar orifices, apply 3 wraps of tape completely around the polyethylene encased pipe, then, with a utility knife, cut a hole in the tape and polyethylene that is I-inch larger in diameter than the orifice/opening. I. Direct Service Taps: For direct service taps, apply 3 wraps of tape completely around the polyethylene encased pipe to cover the area where the tapping machine and chain will be mounted. After the tapping machine is mounted, install the corporation stop directly March, 2010 15643 Page 7 of8 WESTSIDE WTP RAW WATER PIPELINE FORT WORTH, TEXAS POLYETHYLENE ENCASEMENT FOR DUCTILE IRON PIPE through the tape and polyethylene. After the direct tap is completed, the entire circumferential area shall be closely inspected and repaired as needed. J. Service Connections: Wrap service lines . of copper and other dissimilar metals with polyethylene or suitable dielectric tape for -a minimum clear distance of 3 feet away from the cast or ductile iron pipe. Surface preparation and method of application .shall follow tape manufacturer's written instructions. K. Junctions between Wrapped and Unwrapped Pipe: Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for at least 3 feet. Secure end with circumferential turns of tape. L. Installation of Pipe through Casings: Polyethylene encasement shall be used for pipe through cas4lgs. Use a single layer of polyethylene film. Casing spacers (insulated type) and casing end seals shall be installed. Do not damage the polyethylene film where these devices are attached to the pipe, over the encasement. 3.03 · ·REPAIRS Repair any cuts, tears, punctures, or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around pipe to cover damaged area, and secured in place. 3.04 BACKFILL Prevent damage to the polyethylene wrap when placing earthen backfill. Assure backfill material is free from cinders, refuse, boulders, rocks, stones, or other material that could damage the polyethylene. · Follow Specification 0'2221 -Trenching, Backfilling, and Compaction for backfilling procedure. 3.05 QUALITY ASSURANCE A. Freedom from Defects: All polyethylene film shall be clean, sound and free from defects. B. Inspection: All parts of this Section are subject to inspection by the owner or its designated representative. C. Non-Compliance: The Contractor will correct any deficiencies in materials or installation at his expense, including excavating .the pipe subsequent to backfilling and re- . · installing the -polyethylene wrap .. END OF SECTJON March, 2010 15643. Page 8 of8 ' - r . i . I . r . I • .. . . '' 'J 'l • J DIVISION 16 ELECTRICAL . ; • J City of Fort Worth Westside 54" RW Pipeline Project SECTION 16020 ELECTRICAL PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials and equipment required to install complete and make operational , electrical and process instrumentation systems as specified and as shown on the Drawings . B. The work shall include furnishing and installing the following: 1. Conduit, wire and field connections for all motors, motor controllers, control devices, control panels and ·electrical equipment furnished under other Divisions of these Specifications . 2. Conduit, wiring and terminations for all field-mounted instruments furnished and mounted under other Divisions of these Specifications, including process instrumentation primary elements, transmitters, local indicators and control panels. Lightning and surge protection equipment wiring at process instrumentation transmitters . Install vendor furnished cables specified under other Divisions of these Specifications. 3. Grounding System 4 . Underground System C. Each bidder or their authorized representatives shall , before preparing their proposal, visit all areas of the existing buildings and structures in which work under this sub -bid [bid] is to be performed and inspect carefully the present installation. The submission of the proposal by this bidder shall be considered evidence that they have visited the site, buildings and structures and noted the locations and conditions under which the work will be performed and that they take full responsibility for a complete knowledge of all factors governing his/her work. D. Excavation, bedding material, forms , concrete and backfill for underground raceways; forms and concrete for electrical equipment furnished under Division 16 . 1.02 A. B. RELATED WORK Excavation and backfilling , including gravel or sand bedding for underground electrical work is included in Division 2 . Cast in place concrete work, including concrete encasements for electrical duct banks, equipment pads, light pole bases and reinforcing steel, is included in Division 3. C. Refer to HV AC and Process Mechanical Drawings for the exact location of mechanica l, instrumentation and process equipment. F62142S 16020.doc 16020-1 April2010 City of Fort Worth Westside 54" RW Pipeline Project 1.03 SUBMITI ALS A. Submit, in accordance with Section O 1300, shop drawings for equipment, materials and other items furnished under Division 16. B. Check shop drawings for accuracy and contract requirements prior to submittal.. Shop drawings shall be stamped with the date checked and a statement indicating that the shop drawings conform to Specifications and Drawings. This statement shall also list all exceptions to the Specifications and Drawings. Shop drawings not so checked and noted shall be returned. C. The Engineer's check shall be for conformance with the design concept of the project and compliance with the Specifications and Drawings. Errors and omissions on approved shop drawings shall not relieve the Contractor from the responsibility of providing materials and workmanship required by the Specifications and Drawings . D. All dimensions shall be field verified at the job site and coordinated with the work of all other trades. E. Material shall not be ordered or shipped until the shop drawings have been ·approved. No material shall be ordered or shop work started if shop drawings are mar~ed "APPROVED AS NOTED-CONFIRM," "APPROVED AS NOTED -RESUBMIT" or "NOT APPROVED." F. Operation and Maintenance Data 1. Submit operations and maintenance data for equipment furnished under this Division, in accordance with Section 01730. The manuals shall be prepared specifically for this installation and shall include catalog data sheets, drawings, equipmen,t lists, descriptions, parts lists , etc, to instruct operating and maintenance personnel unfamiliar with such equipment. 1.04 CONTRACT PERFORMANCE REQUIREMENTS A . Electrical equipment, m~terials and installation shall comply with the latest editio.n of the National Electrical Code (NEC) and with the latest .edition of fue following codes and standards : . 1. National Electrical Safety Code (NESC) 2. . Occupational Safety and Health Administration (OSHA) 3. National Fire Protection Association (NFP A) 4. National Electrical Manufacturers Association (NEMA) 5. American National Standards Institute (ANSI) 6. Insulated Cable Engineers Association (ICEA) 7 . Instrument Society of America (ISA) 8. Underwriters Laboratories (UL) F62142Sl6020 .doc 16020-2 April 2010 r , r - I - r • r . I • • J '' 'j City of Fort Worth Westside 54" RW Pipeline Project 9 . Factory Mutual (FM) 10. National Electrical Testing Association (NETA) B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.05 PRIORITY OF THE CONTRACT DOCUMENTS A. If, during the performance of the work, the Contractor finds a conflict, error or discrepancy between or ainohg orte or more of the Sections or between or among one or more Sections and the Drawings, furnish the higher performance requirements. The higher performance requirement shall be considered the equipment, material, device or installation method which represents the most stringent option, the highest quality or the largest quantity. B. In all cases, figured dimensions shall govern over scaled dimensions, but work not dimensioned shall be as directed by the Engineer and work not particularly shown, identified, sized, or located shall be the same as similar work that is shown or specified. C. Detailed Drawings shall govern over general drawings, larger scale Drawings take precedence over smaller scale Drawings, Change Order Drawings shall govern over Contract Drawings and Contract Drawings shall govern over Shop Drawings. D. If the issue of priority is due to a conflict or discrepancy between the provisions of the Contract Documents and any referenced standard; or code of arty technical society, organization or association, the provisions of the Contract Documents will take precedence if they are more stringent or presumptively cause a higher level of performance. If there is any conflict or discrepancy between standard specifications, or codes of any technical society, organization or association, or between Laws and Regulations, the higher performance requirement shall be binding on the Contractor, unless otherwise directed by the Engineer. E. In accordance with the intent of the Contract Documents, the Contractor accepts the fact that compliance with the priority order specified shall not justify an increase in Contract Price or an extension in Contract Time nor limit in any way, the Contractor's responsibility to comply with all Laws and Regulations at all times. 1.06 ENCLOSURE TYPES A. Unless otherwise specified, electrical enclosures shall have the following ratings: 1.07 A. B. 1. NEMA 4X Stainless Steel for outdoor locations, and rooms below grade (including basements and buried vaults) . CODES, INSPECTION AND FEES Equipment, materials and installation shall comply with the requirements of the local authority having jurisdiction. Obtain all necessary permits and pay all fees required for permits and inspections . F62142S 16020.doc 16020-3 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 1.08 TESTS AND SETIINGS A. Test systems and equipment furnished under Division 16 and repair or replace all defective work and equipment. Refer to the individual equipment sections for additional specific testing requirements . B. Make adjustments to the systems and instruct. the Owner's personnel in the proper ope.ration of the systems . C. In addition to the specific tes.ting requirements listed 41 the individual sections, .the. following minimum tests and settings shall be performed. 1. Mechanical inspection, testing and settings of circuit breakers, disconnect switches, protection relays, motor starters, overload relays, control circuits and equipment for proper operation. 2. Check the full load current draw of each motor. Wher~ power factor ~orrection capacitors are provided the capacitor shall be in the circuit at the time of the measurement. Check ampere rating of thermal overlQads for motors and submit a typed record to the Engineer of the same, including MCC .cubicle location and driven load designation, motor service factor, horsepower, and Code letter. If incorrect thermal overloads are installed repla,ce same with the correct size overload . 3. Check power and control power fuse ratings. R,eplace fuses .if they are found to be of the incorrect size. 4. Check settings of the motor circuit protectors. Adjust settings to lowest setting that will allow the. motor to be started when under l~ad conditiQns .. 5. Check motor nameplates for correct phase and voltage. Check bearings for proper lubrication. ·, 6.. . Check rotation of m,otors prior to testing the driy,en load . Disconnect the dtjven equipment if damage could occur due to wrong rotation . If the rotati<>n for the driven equipment is not correct, disconnect the motor lead connections at the motor terminal box and reconnectfor proper rotation . 7 . Check interlocking; control and instrument wiring for each syste~ and/or pan of a system to prove that the system will function properly as indicated by control schematic and wiring diagrams. 8. Inspect each piece of equipment in areas designate<l ll~ HAZARDQUS to m.s1:1r~ that equipment of proper rating is installed . 9. Verify all terminations at transformers, equipment, panels and enclosures by producing a 1, 2, 3 rotation OJI a phase .sequence4 II.J,otor when connected to II A," ."B II and "C". phases . 10. Test the grounding system using the three point fall in potential method . F62142S 16020.doc 16020-4 Apaqorn r , r , I ' I . I. ! . L ' 'J City of Fort Worth Westside 54" RW Pipeline Project 11 . Test all 600 Volt wire insulation with a meg-ohm meter after installation. Make tests at not less than 500V. Submit a written test report of the results to the Engineer. D. Testing shall be scheduled and coordinated with the Owner at least two weeks in advance . Provide qualified test personnel , instruments and test equipment. 1.11 SIZE OF EQUIPMENT A. Investigate each space in the structure through which equipment must pass to reach its final location. · Coordinate shipping splits with the manufacturer to permit safe handling and passage through restricted areas in the structure. B. · The equipment shall be kept upright at all times during storage and handling. When equipment must be tilted for passage through restricted areas; brace the equipment to insure thatthe tilting does not impair the functional integrity of the equipment. 1.12 RECORD ORA WINGS A. As the work progresses, legibly record all field changes on a set of project contract drawings, hereinafter called the ''Record Drawings." · B. Record drawings shall accurately show the installed condition of the following items : 1. One-line Diagram(s). 2 . Raceways and pullboxes . 3. Conductor sizes and conduit fills. 4. Panel Schedule(s). 5. Control Wiring Diagram(s). 6. . Underground raceway and duct bank routing . C. Submit a schedule of control wiring raceways and wire numbers, including the following information: 1. Circuit origin , destination and 'wire numbers.· 2. Field wiring terminal strip names and numbers . D. As an alternate, point-to-point connection diagrams showing the same information may be submitted in place of the schedule of control wiring raceways and wire numbers . 1.13 EQUIPMENT INTERCONNECTIONS A. Review shop drawings of equipment furnished under other Divisions of this Specification and prepare coordinated wiring interconnection diagram s or wiring tables . Submit copies of wiring diagrams or tables with Record Drawings. F62142Sl6020.doc 16020-5 April2010 City of Fort Worth Westside S4" RW Pipeline Project B. Furnish and install all equipment interconnections . 1.14 MATERIALS AND EQUIPMENT A. Materials and equipment shall be new.· B. Material and equipment of the same type shall be the product of one manufacturer and shall be UL listed . C. Provide Quality Control in accord1µ1ce with all applicable provisions of the Contract Documents and as directed by the Engineer for all material, equipment, installation, testing, etc. D. . Warrant all ~quipment furnished under Division 16 in accor~hmce with Section 01740. Refer to individual equipment sections for additional warranty . items. 1.15 EQUIPMENT IDENTIFICATION A. Identify equipment (disconnect switches, separately mounted motor starters , control stations, etc) . furnished under Division 16 wifu the name of tlte equipment it serves . Motor control centers, control panels, panelboards, switchboards, switchgear, junction or terminal boxes, transfer switches, etc, shall have nameplate designations as shown on the Drawings . B. Nameplates shall be engraved, laminated plastic , not less than 1/16-in thick by 3/4-in by 2-1/2-in with 3/16-in high white letters on a black background . C. Nameplates shall be screw mounted to NEMA 1 enclosures. NamepJates .shall be .bonded to all other enclosure types using an epoxy or similar permanent waterproof adhesive. Two sided foam adhesive tape is not acceptable . Where the equipment size does not have space for mounting a nameplate the nameplate shall be permanently fastened to the adjacent mounting surface. 1.16 INTERPRETATION OF ORA WINGS A. Unless specifically stated to the contrary, the Drawings are not intended to show exact locations of conduit runs . Coordinate the conduit in.stallaticm witjl oth~r .trades and the actual supplied equipment. B. Install each 3 phase circuit in a separate conduit unless otherwise shown on the Drawings. C. Unless otherwise approved by the Engineer, conduit shoy.,n exposed shall be installed exposed ; conduit shown concealed shall be installed concealed . D. Where circuits are shown as "home-runs" all necessary fittings and boxes shall be provided for a complete raceway installatj()n '. ~~~e h()~~;-runs indic~t~ cop.d~it i~.to ~~,ir,t~~!~~ coq~~aled or exposed th~ entire branch cirquit shall be installed tn .the .same mann.er .. U:nless otherwise indicated install branch circuit conduits exposed in process/industrial type spaces and concealed in finished spaces . E. . . Verify the ~xact loqations and mountiilg heights of lighting fixtures, switches .a.nd receptacles prior to installation .... F62142Slti020.doc 16020-6 , . AprUWlO r , I • r • I • I • '' 'J City of Fort Worth Westside 54" RW Pipeline Project F . Except where dimensions are shown, the locations of equipment, fixtures, outlets and similar devices shown on the Drawings are approximate only. Exact locations shall be determined by the Contractor and approved by the Engineer during construction. Obtain information relevant to the placing of electrical work and in case of any interference with other work, proceed as directed by the Engineer and furnish all labor and materials necessary to complete the work in an approved manner. G. Circuit layouts are not intended to show the number of fittings, or other installation details . Furnish all labor aild materials necessary to install and place in satisfactory operation all power, lighting and other electrical systems shown.· H. Redesign of electrical or mechanical work, which is required due to the Contractor's use of an alternate item, arrangement of equipment and/or layout other than specified herein, shall be done by the Contractor at his/her own expense. Redesign and detailed plans shall be submitted to the Engineer for approval. No additional compensation will be provided for changes in the work , either his/her own or others, caused by such redesign. I. It is the intent of these Specifications that the Electrical Systems shall be suitable in every way for the service required. All materials and all work that may be implied as being incidental to the work of this Section shall be furnished at no additional cost to the Owner. J . Raceways and conductors for lighting, switches, receptacles and other miscellaneous low voltage power and signal systems as specified are not shown on the Drawings. Raceways and conductors shall be provided as required for a complete and operating system. Homeruns, as ·shown on the Drawings, are to assist the Contractor in identifying raceways to be run exposed and raceways to be run concealed .. Raceways shall be installed concealed in all finished spaces and may be installed exposed or concealed in all process spaces. Raceways installed exposed shall be near the ceiling or along walls of the areas through which they pass and shall be routed to avoid conflicts with HV AC ducts, crane hoists, monorails, equipment hatches, doors, windows , etc . Raceways installed concealed shall be run in the center of concrete floor slabs, above suspended ceilings, or in partitions as required . PART 2 PRODUCTS 2.01 CONDUITS AND FITIING · A. PVC Coated Rigid Steel Conduit 1. PVC coated rigid steel conduit shall have a minimum 0.040-in thick, polyvinyl chloride coating permanently bonded to hot-dipped galvanized steel conduit and an internal chemically cured urethane or enamel coating. The ends of all couplings, fittings , etc, shall have a minimum of one pipe diameter in length of PVC overlap. PVC conduit and fittings shall be manufactured by Occidental Coating Company; "Plasti-Bond Red" as manufactured by Robroy Industries; Triangle PWC Inc . or equal. B. Rigid Aluminum Conduit 1. R igid aluminum conduit shall be 6063 alloy and shall be as manufactured by New Jersey Aluminum Corp .; AFC Co .; VA W of America, Inc . or equal. F62l42Sl6020.doc 16020-7 Apri l 2010 City of Fort Worth Westside 54" RW Pipeline Project C. Rigid Nonmetallic Conduit 1. PVC conduit shall be rigid polyvinyl chloride Schedule 40 as manufactured by Carlon; An Indian Head Co.; Kraloy Products Co., Inc.; Highland Plastics Inc . or equal. D. Liquidtight Flexible Metal Conduit, Couplings and Fittings 1. Liquidtight flexible metal conduit shall be Sealtite, Type UA, manufactured by the Anaconda Metal Hose Div.; Anaconda American Brass Co.; American Flexible Conduit Co., Inc .; Universal Metal Hose Co. or equal. 2. Fittings used with liquidtight flexible metal conduit shall be of the screw-in type as manufactured by the Thomas & Betts Co .; Crouse-Hinds Co . or equal. E. Flexible Couplings 1. · Flexible couplings shall be type ECGJH as manufactured by the Crouse-H;inds Co.; Appleton Electric Co.; Killark Electric Manufacturing Co. or equal. F. Boxes and Fittings 1. NEMA 4X terminal boxes, junction boxes and pull boxes shall be fiberglass reinforc;ed plastic with stainless steel hardware and covers having a continuous g~kei on all four sides. Terminal boxes shall be furnished with hinged doors, tennjnal mounting straps and brackets. Terminal blocks shall be NEMA type, not less than 20. Amps , 600 Volt. Boxes shall be as manufactured by Hoffman Engineering Co .; Lee Products Co.; Keystone/Rees, Inc. or equal. 2. Cast or malleable iron device boxes shall be Type FD. All cast or malleable iron boxes and fittings shall have cadmium-zinc finish with cast covers and stainless steel screws as manufactured by the Crouse-Hinds Co. or equal. 3. Cast aluminum device boxes shall be Type FD . All cast aluminum boxes and fittings shall be copper-free aluminum with cast aluminum covers and stainless steel screws as manufactured by the KillarkElectric Co .; Crouse-Hinds Co .; L. E. Mason Co .. orequal. 4. Steel elbows and couplings shall be hot-dipped galvanized . Elbows and couplings used with PVC coated conduit shall be furnished with a PVC coating bonded to the steel, the same thickness as used on the coated steel conduit. 5. Conduit hubs shall be as manufactured by Myers Electric Products, Inc. or equal. 6. Combination. expansion-deflection fittings embedded in concrete shall be Type XD as manufactured by Crouse-Hinds Co.; Type AXDX as manufacturecfby O.Z./Gedney Co . · Type DF as manufactured by Appleton El~tric Co. or equal. 7 . Combination expansion-deflection fittings installed exposed shall be Type XJj as manufactured by Crouse-Hinds Co.; Type AXDX as manufactured by O.Z./Gedney Co . Type DF as manufactured by Appleton Electric Co . or equal. F62142Sl6020.doc 16020-8 . April2010 '' • J City of Fort Worth Westside 54" RW Pipeline Project G. Conduit Mounting Equipment 1. Stainless steel channel with stainless steel hardware shall · be used in areas designated "WET" and "CORROSIVE" on the Drawings and in outdoor locations. H. Cold Galvanizing Compound 1. Cold galvanizing compound shall be as manufactured by ZRC Products Company, a division of Norfolk Corp. or equal. 2.02 WIRE, CABLE AND ACCESSORIES A. Wires and cables shall be of annealed, 98 percent conductivity, soft drawn copper. B. All conductors shall be stranded, except that lighting and receptacle wiring may be solid . C. Except for control, signal and instrumentation circuits, wire smaller than No . 12 A WG shall not be used. · D. Wire for lighting, receptacles and other circuits not exceeding 150 Volts to ground shall be NEC Type THHN/fHWN as manufactured by Okonite Co.; Southwire Co.; Pirelli Corp., or equal. . . E. Wire for circuits over 150 Volts to ground shall be NEC type THHN/fHWN for sizes up to No. 4/0 A WG and Type RHW for sizes greater than No . 4/0 A WG as manufactured by Okonite Co .; Southwire Co., or equal. F . Wire for control, status and alarm circuits shall be No.14 AWG NEC type THHN/IHWN, stranded as manufactured by the Okonite Co.; Carol Cable Co . Inc . West; Pirelli Cable Corp. or equal. ! G. Multi-conductor control and power cables shall have stranded conductors with type THHN/I'HWN insulated, nylon conductor covering, and an overall PVC jacket covering the individual wires. Cable shall be TC rated meeting UL 1277 and IEEE 383 Standards . Cable · shall be flame resistant, non-propagating and suitable for installation in a Class I, Division II hazardous location and for direct burial in earth . Power and control cables shall be furnished with a green ground conductor. Power cables shall be furnished with a white neutral conductor where required to serve phase to neutral loads. Cable shall be as manufactured by the Okonite Co.; Southwire Co .; General Cable Co., or equal. H. Wire for process instrumentation signals (Le. 1-5 VDC, 4-20 mA), R.T .D., potentiometer and similar signals shall be: 1. Single pair cable: Conductors : Insulation: Shield: Jacket: Max overall diameter: Miscellaneous F62 l 42S 16020.doc 2-No.16 stranded and twisted on 2-in lay PVC with 300 Volt, 105 degrees C rating 100 percent mylar tape with drain wire PVC with UL Subject 13 , UL 1581 , and manufacturer's identification 0.262-in UL listed for underground wet location use 16020-9 April2010 City of Fort Worth Westside 54" RW Pipeline Project I. J. Manufacturers: Belden No . 1030 or equal 2. Three conductor (triad) cable: Conductors: Insulation: Shield: Jacket: Max overall diameter: Miscellaneous: Manufacturers: 3-No.16 stranded and twisted on 2-in lay PVC with 300 Volt, 105 degrees C rating 100 percent mylar tape with drain wire PVC with UL Subject 13, UL 1S81 and manufa~turer's identification 0.276-in . UL listed for underground wet location use Belden No . 1031 or equal 3. Multiple pair cables (where shown on the Drawings): Conductor: Insulation: Shield: Jacket: Miscellaneous: Manufacturers: multiple 2-No.22 stranded and twisted on a 2-in lay PVC with 300 Volt, 105 degrees (:: rating . Individual pairs shielded with 100 percent mylar tape and drain wire . PVC with UL Subject 13, UL 1581 manufacturer's identification UL listed for underground wet location .use Belden No. 9330, 9331, 9332, 9333, 9334, 9335, 9336 , 9337 or .equal Splices for power wiring shall be compression type connectors insulated with a heat shrink boot or outer covering and epoxy filling. Splice kits shall be as manufactured by Raychem; Ideal Industries; 3M Co. or equal. I ' ' . Motor connections shall be ring type mechanical compression terminations installed on the · branch circuit wires and the motor leads and secured with bolt, nut and springwasher. Connections shall be insulated with a Raychem Type RVC, roll-on stub insulator or equal. K. . ·· Termination connectors for control winng shall be of the locki,ig fork-end (upturned leg ,ends) type .as manufactured by ldeal:Industries; 3M Co .; Panduit Corp , or equal. L . Splices .for control · wirjng shall be insulated ~ompression type connectors of the expanded vinyl . irtsulated parallel or pigtail type as manufactured by Ideal Industries; 3M Co.; Panduit Corp . or equal. M. Termination connectors for shielded ·instrumentation wiring sllall be of ~e locking fork-end (upturned leg ends) type as manufactured by Ideal Industries; 3M Co.; .Panduit Corp .. or equal. N. Wire markers ~~all ~e "Omni-Grip" as manufactured by tl:le W.H. Brady Co .; Thomas & Betts Co.; 3M Co. or equal. 0. Wire and cables with diameters e~c~ing the capacity of the "Omni-Grip" shall 1:>e marked with pre-printed, self-adhes ive vinyl tap.es as manufactured by the W.H. Brady Co.; P~duit Corp . or equal;,, · P. Direct buried cable warning tape shall be 6-in wide, red polyethylene ~ot .less .than 0.0035-in thick . Tape shall be :W.H. Brady ~p., Catalog No. 91296 or equal. F62142S 16020.doc 16020-10 Apri12010 . • j • J City of Fort Worth Westside 54" RW Pipeline Project 2.03 WIRING DEVICES A. Wall switches shall be heavy duty , specification grade, toggle action, flush mounting quiet type. All switches shall conform to the latest revision of Federal Specification WS 896. Wall switches shall be of the following types and manufacturer: 1. Single pole, 20 Amp, 120/277 Volt -Arrow-Hart , Catalog No. 1991, or equal by Harvey Hubbell, Inc.; Pass & Seymour, Inc. or equal. 2. Double pole, 20 Amp, 120/277 Volt -Arrow-Hart , Catalog No. 1992, or equal by Harvey Hubbell, Inc .; Pass & Seymour, Inc. or equal. 3. Three way, 20 Amp , 120/277 Volt -Arrow-Hart, Catalog No . 1993 , or equal by Harvey Hubbell, Inc.; Pass & Seymour, Inc. or equal. 4 . Four way, 20 Amp , 120/277 Volt -Arrow -Hart, Catalog No . 1994, or equal by Harvey Hubbell, Inc .; Pass & Seymour, Inc . or equal. 5; Explosion-proof single pole factory sealed switches shall be for 20 Amps, 120/277 Volts, mounted in copper free aluminum or malleable iron cast boxes and be similar and equal to Crouse-Hinds EDS Series, or equal by Appleton Electric Co. or Killark. B. Receptacles shall be heavy duty, specification grade of the following types and manufacturer or equal. Receptacles shall conform to Federal Specification WC596 -F. 1. Duplex, 20 Amp, 125 Volt, 2P, 3W; Arrow-Hart, Catalog No . 5362, or equal by Harvey Hubbell, Inc .; Pass & Seymour, Inc . 2. Weatherproof/corrosion resistant single, 20 Amp, 125 Volt, 2P, 3W, with cover; · Crouse-Hinds Co., Catalog No. WLRS -5-20, or equal by Appleton Electric . 3. Weatherproof/corrosion resistant duplex, 20 Amp , 125 Volt, 2P, 3W, with cover; Crouse-Hinds Co., Catalog No . WLRD-5-20 or equal by Appleton Electric. 4. Ground fault interrupter, duplex, 20 Amp, 125 Volt , 2P, 3W, GFCI feed thru type with "test" and "reset" buttons . Arrow-Hart, Catalog No . GF5342 or equal by Harvey Hubbell , Inc.; Pass & Seymour, Inc. or equal. 5. Single, "power lock ," 20 Amp, 125 Volt, 2P, 3W; Arrow-Hart, Catalog No. 23030 and plug Arrow-Hart, Catalog No. 23035N or equal by Harvey Hubbell, Inc .; Pass & Seymour, Inc . or equal. 6 . Single, 20 Amp , 250 Volts, 2P, 3W; Arrow-Hart, Catalog No. 5861 or equal by Harvey Hubbell, Inc.; Pass & Seymour, Inc . or equal. 7. Single twist-lock, 20 Amp , 250 Volts, 2P, 3W ; Arrow-Hart , Catalog No . 6210 ; plug : · Arrow -Hart, Catalog No . 6212 or equal by Harvey Hubbell, Inc .; Pass & Seymour, Inc. or equal. F62142Sl6020.doc 16020-11 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 8. Single twist-lock, 30 Amp, 250 Volts, 2P, 3W; Arrow-Hart, Catalog No. 6340; plug: Arrow-Hart, Catalog No. 6342 or equal by Harvey Hubbell, Inc.; Pass & Seymour, Inc. or equal. 9. Explosion-proof single, 20 Amp, 125 Amp, 2P, 3W; Appleton Electric, Catalog No. CPCI-2350 and plug, Appleton Electric, Catalog No. CPP-2033 or equal by Crouse-Hinds; Harvey Hubbell Inc. 10. Explosion-proof duplex, 20 Amp, 125 Volt, 2P, 3W; Appleton Electric, Catalog No. CPC2-2350 and plug, Appleton Electric, Catalog No. CPP-2023 or equal by Crouse-Hinds; Harvey Hubbell, Inc. C. Device Plates 1. Plates for indoor flush mounted devices shall be of the required number of gangs for the application involved and shall be as follows: a. Administration type buildings: Smooth, high impact nylon of the same manufacturer and color as the device. Final color to be as selected by the Architect/Engineer . b. Where permitted in other areas of the plant, flush mounted devices in cement block construction shall be Type 302 high nickel (18-8) stainless steel of the same manufacturer as the devices. 2. Plates for indoor surface mounted device boxes shall be cast metal of the same material as the box, Crouse-Hinds, No. DS23G and DS32G, or equal. 3. Oversized plates shall be installed where standard plates do noi fully cover the wall opening. 4. Device plates for switches mounted outdoors or indicated as weatherproof shall be gasketed, cast aluminum with provisions for padlocking swjtches "On" and "Off," Crouse Hinds, No. DS185, or equal. 5. Multiple surface mounted devices shall be ganged in a single,. common box and provided with an adapter, if necessary, to allow mounting of single gang device plates on multigang cast boxes. 6. Engraved device plates shall be provided where required. 7. Weatherproof, gasketed cover for GFI receptacle mounted in a FS/FD box shall be Arrow-Hart, Catalog No . 4501-FS or equal by Harvey Hubbell, Inc.; Pass & Seymour, Inc. or equal. 2.04 ·MISCELLANEOUS EQUIPMENT A. Disconnect Switches 1. • Disconnect switches shall be heavy-duty, quick-make, quick-break, visible blades, 600 Volt, 3 Pole with full cover interlock, interlock defeat and flange mounted operating handle. 2. NEMA 4X enclosures shall be stainless steel. F62l42Sl6020.doc 16020-12 . Apri120l0 . ; -I City of Fort Worth Westside 54" RW Pipeline Project 3. Switches shall be as manufactured by the Square D Co.; Cutler Hammer Co.; General Electric Company; Siemens Company or equal. B. Fused Disconnect Switches 1. Fused disconnect switches shall be heavy-duty, quick-make, quick-break, visible blades, 600 Volt, 3 Pole with full cover interlock, interlock defeat and flange mounted operating handle. 2. Fuses shall be rejection type, 600 Volt, 200,000 A.IC., dual element, time delay, Bussman Fusetron, Class RK-5; Gould Shawmut Inc .; Littelfuse Power Fuse Division or equal. 3. NEMA 4X enclosures shall be stainless steel. 4. Switches shall be as manufactured by the Square D Co.; Cutler Hammer Co.; General Electric Company; Siemens Company or equal. C. Control Relays 1. Control relays shall be heavy duty machine tool type, with 10 Amps, 300 Volt convertible contacts. Number of contacts and coil voltage shall be as shown on the Drawings. General use relays shall be General Electric Co., Catalog No. CR120B or equal by Square D Co. or Allen-Bradley Co. Latching relays shall be General Electric Co., CR120BL, equal by Square D Co. or Allen-Bradley Co. 2. Time delay relays shall be pneumatic, 600 Volt, 20 Amp contacts, with calibrated knob operated adjustment. On delay and off delay types and timing ranges shall be as shown on the Drawings. Relays shall be Agastat, Model 7012 or 7022 or equal. D. Polyethylene Warning Tape 1. Warning tape shall be red polyethylene film, 6-in minimum width. 2 . Warning tape shall be W.H. Brady Co., Catalog No. 91296 or equal. E. On-Delay, Off-Delay Timers (Solid State) 1. On and off delay timers shall be microprocessor based, solid state type. 2. Timers shall have the following features: a. Adjustable timing ranges from 0.1 seconds to 99 hours, 59 minutes minimum. b. Setpoints entered by pressing membrane covered keyboard on unit. c. LCD readout of timing progress and setpoint. d. Adjustable for on-delay or off-delay modes. e. Standard sized plug-in case. f. Totally sealed face plate. F62l42Sl6020.doc 16020-13 April2010 City of Fort Worth Westside 54" RW Pipeline Project g: Sealed battery backup power to retain memory for up to 30 days. h. Accuracy plus or minus 0.01 second. i. DPDT isolated instantaneous and timed output contacts rated 6 amps minimum at 120 Volt. 2. Timers shall be Bulletin 651 Multirange, solid state as manufactured by Tenor Co., Inc.; Eagle Signal CS-300 Series or equal. F . Equipment Mounting Stands 1. Equipment mounting stands shall be custom fabricated from 1/4-in steel plate and 4-in steel channel, as shown on the Drawings, with galvanizing coating. 2. Hot dip galvanizing shall conform to the requirements of ASTM Al23 and/or ASTM Al53, or as directed by the Engineer. 2.05 PANELBOARDS · A. Panelboards shall be in accordance with the Underwriter J.,aboratories, Inc. "Standard for Panelboards" and "Standard for Cabinets and Boxes" and shall be so labeled where procedures exist. Panelboards shall also comply with NEMA Standard for Panelboards and the National Electrical Code . B. Where reference is made to one of the above standards, the .revision in effect at the time of bid opening shall apply. C. 120/240 Volt, single phase, 3 Wire and 120/208 Volt, 3 Phase, 4 Wire panelboards shall be Type AQ as manufactured by the General Electric Company; Type NQOD as i:nanufactured by Square D Co .; Type Pow-R-Line C as manufactured by Cutler-Hammer, or equal. D. 277/480 Volt, 3 Phase, 4 Wire panelboards shall be type AE as manufactured by the General Electric Company; Type NEHB as manufactured by SquareD Co .; Type Pow".R-Line C as manufactured by Cutler-Hammer, or equal. E. 480 Volt, 3 Phase, 3 Wire panelboards shall be type CCB as manufactured by the General Electric Company; I-Line series as manufactured by Square D Co .; Type Pow-R-Line C as manufactured by Cutler-Hammer, or equal. F. NEMA 3, 4 and 12 panelboards shall be type DVP or DHP as required by voltage application; manufactured by the Crouse.:Jiinds Company or equal. G. · Rating 1. All panelboards shall be rated for the intended voltage .. 2. Circuit breaker panelboards shall be fully rated for the specified circuit breaker fault current interrupting capacity. Series connected short circuit ratings will not be acceptable . F62l42S16020.doc 16020-14 April 2010 • J l I 'J City of Fort Worth Westside 54" RW Pipeline Project H. Buses 1. Bus bars for the mains shall be of copper. Full size neutral bars sha}J be included. Phase bossing shall be full height without reduction. Cross connectors shall be copper. 2. Neutral bussing shall have a su itable lug for each outgoing feeder requiring a neutral connection. 3 . Spaces for future circuit breakers shall be bussed for the maximum device that can be fitted into them. 4 ., Equipment ground bars shall be furnished. I. Circuit Breakers 1. Panelboards shall be equipped with circuit breakers . 2. Circuit breakers shall be molded case, bolt-in type. 3. Each circuit breaker used in 120/240 Volt and 120/208 Volt panelboards shall have an interrupting capacity of not less than 10,000 amperes, RMS symmetrical. 4 . GFCI (ground fault circuit interrupter) shall be provided for circuits where shown on the Drawings. GFCI units shall be 1 Pole, 120 Volt molded case, bolt-on breakers , incorporating a solid state ground fault interrupter circuit insulated and isolated from the breaker mechanism. The unit shall be UL listed Class A Group I device (5 milliamp sensitivity, 25 millisecond trip time) and an interrupting capacity of [10,000] [65,000] Amps RMS .] · 6. Circuit breakers shall be as manufactured by the panelboard manufacturer. 2.06 UNDERGROUND SYSTEM A. All concrete and reinforcing steel shall be as specified in Division 3, but the responsibility of furnishing and installing the material shall be that of this Section. B. All trenching and surfacel'estoration shall be as specified in Division 2, but the responsibility of furnishing and installing the material shall be that of this Section. C. Raceways shall be polyvinyl chloride conduit encased in concrete except that rigid steel condu it shall be used for 600 Volt sh ielded wire and data highway wiring . D. Handholes shall be precast concrete, heavy-duty type, designed for a Class HS-20 wheel load and conform to ASTM C478 . Precast units shall be as manufactured by Chase Precast Corp .; American Precast Co. or equal and constructed to dimensions as shown on the Drawings . E. Handhole frames and covers shall be cast iron, heavy duty type for Class H-20 wheel loading . F62I42Sl6020.doc 16020-15 April 2010 City of Fort Worth Westside 54" RW Pipeline Project 2.08 GROUNDING A., Ground rods shall be 3/4-in by 10-ft copper clad steel and constructed in accordance with UL 467 . The minimum copper thickness shall be 0.25 mm . Ground rods shall be Copperweld or equal. B. Grounding conduit hubs shall be malleable iron type similar to Thomas & Betts Co.; Cat No. 3940 (3/4 -in conduit size) by Burntly; O.Z./Gedney Co. or equal , and of the correct size for the conduit. C. Waterpipe ground clamps shall be cast bronze saddle type, similar to Thomas & Betts Co. Cat. No. 2 (1/2-in, 3/4-in, or 1-in size) or equal by Burntly; O.Z./Gedney Co. or equal, and of the correct size for the pipe. D. Buried grounding connections shall be by Cadweld process, or equal exothermic welding system . PART 3 EXECUTION 3.01 SLEEVES AND FORMS. FOR OPENINGS A. Provide and place all sleeves for conduits penetrating floors, walls, partitions, etc. Locate all necessary slots for electrical work and form before concrete is poured. B. Exact locations are required for stubbing-up and terminating concealed conduit. Obtain shop drawings and templates from equipment vendors or other subcontractors and lQCate the concealed conduit before the floor slab is poured. . C. Where setting drawings are not available in time to avoid delay in scheduled floor slab pours, the Engineer may allow the installations of such conduit to be exposed. Requests ,for this deviation must be submitted in writing. No additional compensation for such change will be allowed . D. Seal all openings, sleeves, penetration and slots. 3.02 CUTTINGANDPATCHING A. Cutting and patching shall be done fo a thoroughly workmanlike manner and .be in compliance with modifications and repair to concrete as specified in Section 03740, or as directed l:>y the Engineer . Sawcut concrete and masonry prior to breaking out sections. B. Core drill holes in concrete floors and walls as required. C. Install work at such time a$ to .r.equ~~ ~e ~iI_i_itpmn. amount of cutting and patching .. D. Do not cutjojsts, beams, girders, coluqins or any other structural members. E. Cut opening only large enough to allow ,easy . installation of the ·conduit. F . Patching to be of the same kind and quality of material as was removed . G. The completed patching work shall restore the surface to its original appearance or better. F62l42Sl6020.doc 16020-16 April2010 r , r , I , r • I , I . I • ' , • J ' j City of Fort Worth Westside 54" RW Pipeline Project H. Patching of waterproofed surfaces shall render the area of the patching completely waterproofed . I. Remove rubble and excess patching materials from the premises. J. When existing conduits are cut at the floor line or wall line, they shall be filled with grout of suitable patching material. 3.03 INSTAILATION A. Any work not installed according to the Specifications shall be subject to change as directed by the Engineer. No extra compensation will be allowed for making these changes . B . Electrical equipment shall be protected at all times against mechanical injury or damage by water. Electrical equipment shall not be stored outdoors . Electrical equipment shall be stored in dry permanent shelters . Do not install electrical equipment in its permanent location until structures are weather-tight. If any apparatus has been subject to possible injury by water, it shall be thoroughly dried out and tested as directed by the Engineer, or shall be replaced at no additional cost at the Engineer's discretion. C. Equipment that has been damaged shall be replaced or repaired by the equipment manufacturer, at the Engineer's discretion. D. Repaint any damage to factory applied paint finish using touch-up paint furnished by the equipment manufacturer. The entire damaged panel or section shall be repainted per the field painting specifications in Section 09902, at no additional cost to the Owner. E . Coordinate the conduit installation with other trades and the actual supplied equipment. F. Install each 3 phase circuit in separate conduit. G. Unless otherwise approved by the Engineer, conduit installed interior to the building shall be installed exposed; conduit installed exterior to the building shall be concealed . H. Verify the ·exact locations and mounting heights of lighting fixtures , switches and receptacles prior to installation . I. Exact locations of electrical equipment shall be determined by the Contractor and approved by the Engineer during construction. Obtain information relevant to the placing of electrical work and in case of any interference with other work, proceed as directed by the Engineer and furnish all labor and materials necessary to complete the work in art approved manner. 3 .04 MANUFACTURERS SERVICE 3.05 BOXES AND FITTINGS A. Except where otherwise specified , all wiring shall be in rigid steel conduit. B. Rigid steel conduit shall be used at all locations (underground and within structures) as raceways for shielded process instrumentation wiring, shielded control wiring, and J/0 wiring. F62l42Sl6020.doc 16020-17 April 2010 City of Fort Worth Westside 54" RW Pipeline Project C. PVC coated rigid steel conduit shall be used in areas designated "CORROSIVE." D. PVC conduit shall be used for concrete encased underground duct banks except as specified in Paragraph 3.05B above . E. All boxes shall be metal. F. Exposed switch, receptacle and lighting outlet boxes and condulet fittings shall be cast or malleable iron, except that cast aluminum shall be used with aluminum conduit. G. Concealed switch, receptacle and lighting outlet .boxes shall be pressed steel. H. Terminal boxes, junction boxes and pull boxes shall have NEMA ratings suitable for the location in which they are installed. I. Conduit wall seals shall be used where underground conduits penetrate walls. ' J. . Conduit sealing bushings shall be used to seal . conduit ends ~xposecl to the weather. K. No conduit smaller than 3/4-in electrical trade size shall be used, nor shall any have more than the equivalent of three 90 degree bends in any one run . Pull boxes shall be provided as required or directed. L. No wire shall be pulled until the conduit system .is complete in all details . M. The ends of all conduits shall be tightly plugged to exclude dust and moisture during construction. · N. Conduit supports , other than for underground raceways , shall be spaced at intervals of 8-ft or less . 0. Conduit hangers shall be attached to structural stee.l by means of beam or channel clamps . Wllere attached to concrete .surfaces, concrete in~rts of the spot type shall be provided. P . . All conduits shall be run at right angles to and parallel with the surround.ing walland shall conform to the form of the ceilmg. No diagonal runs will be allowed. Bends inparallel conduit runs shall be concentric . All conduits shall be run perfectly straight and true. · Q . Conduit terminating in pressed steel boxes shall have double locknuts and .insulated bushings . R. Conduit terminating in NEMA 3R, 4, 4X and 12 enclosures shall be terminated with Myers type conduit hubs . S . Conduits containing equipment grounding conductors and terminating in sheet steel boxes shall have insulated throat grounding bushings. T. Conduits shall be installed using threaded fitting~. U. Liquidtight flexible metal ,conduit shall .be used for all motor terminations, the pri111ary and secon$Iy of transformers, generator .terminations and . qther equipment where vibration is present. F62l42Sl6020.doc 16020-18 April 2010 r , r , I ' I r , 'l '' • J City of Fort Worth Westside 54" RW Pipeline Project V. Flexible couplings shall be used in hazardous locations for all motor terminations and other equipment where vibration is present. W. Aluminum fittings and boxes shall be used with aluminum conduit. Aluminum conduit shall not be imbedded in concrete. Aluminum conduit shall be isolated from other metals with plastic sleeves or plastic-coated hangers . Strap wrenches shall be used for tightening aluminum conduit. X. Where conduits pass through openings in walls or floor slabs, the remaining openings shall be sealed against the passage of flame and smoke. Y. PVC conduit to non-metallic box connections shall be made with PVC socket to male thread terminal adapters with neoprene 0-ring and PVC round edge bushings . Z. Conduit ends exposed to the weather shall be sealed with conduit sealing bushings . AA . PVC conduit shall be supported with non-metallic clamps , non-metallic racks and stainless steel hardware . BB . PVC boxes, conduit fittings, etc with integral hubs shall be solvent welded directly to the PVC conduit system . CC . Non-metallic boxes with field drilled or punched holes shall be connected to the PVC conduit system with threaded and gasketed PVC Terminal Adapters. DD . All conduit which may under any circumstance contain liquids such as water, condensation , liquid chemicals, etc, shall be arranged to drain away from the equipment served . If conduit drainage is not possible, conduit seals shall be used to plug the conduits . EE. Where no type or size is indicated for junction boxes, pull boxes or terminal cabinets, they shall be sized in accordance with the requirements of N.E.C. Article 370. FF. Miscellaneous steel for the support of fixtures, boxes, transformers, starters, contactors, panels and conduit shall be furnished and installed . GG . Steel channels, flat iron and channel iron shall be furnished and installed for the support of all electrical equipment and devices, where required, including all anchors, inserts, bolts,.nuts, washers, etc for a rigid installation. HH. Conduit expansion and deflection fittings shall be installed on all conduits crossing building expansion joint. Where conduits are installed outdoors provide expansion and deflection fittings on all conduits crossing expansion joints or at 200 foot intervals which ever is the least dimension. 3 .06 WIRE, CABLE AND ACCESSORIES A. Uniquely identify all wires, cables and each conductor of multi-conductor cables (except lighting and receptacle wiring) at each end with wire and cable markers . B. Use lubrications to facilitate wire pulling . Lubricants sh all be UL approved for use with the insulation specified . F62 I 42S 16020.doc 16020-19 April 2010 City of Fort Worth Westside 54" RW Pipeline Project C. All wire shall be color coded or coded using electrical tape in sizes where colored insulation is not available. Where tape is used as the identification system, it shall be applied in all junction boxes, and other accessible intermediate locations as well as at each termination. D. The following coding shall be used: System 240/120 Volts 1-Phase, 3-Wire 208Y/120, Volts 3-Phase, 4-Wire 240/120 Volts 3-Phase, 4-Wire delta, center tap ground on phase coil A-C 480Y/277 Volts 3-Phase, 4-Wire Neutral Line 1 Line2 Neutral Phase A PhaseB PhaseC Neutral Phase A Phase B (High) PhaseC Neutral Phase A PhaseB Phas~C White Black Red White Black Red Blue · White J3lack Orange Blue White Brown Orange Yellow E. · Power conductors: Terminations shall be die type or set screw .type pressure connectors as specified. Splices (where allowed) shall be die type c;~:m1pression col)nector and waterproof with heat shrink boot or epoxy filling. Aluminum conductors (where specified) shall employ terminations and splic~ specifically designed for aluminum conductors. F. Control Conductors: Termination on saddle-type terminals shall be wired directly with a maximum of two conductors. T~nnination on screw type term,inals shall be made with a maximum of two spade connectors. Splices (where allowed) shall be made with il)sulate.d compression type connectors. G. Instrumentation Signal Conductors (including graphic panel, ~larm, low and high level signals): terminations same as for contrpl conductors. Splices allowed at instrumentation terminal boxes only. · H. Except where permitted by the Engineer no splices will be allowed in manholes, handholes or other below grade located boxes. I. Splices shall not be made in push button control stations, control devices (i.e., pressure switches, flow switches, etc), conduit bodies, etc. _, F62l42Sl6020.doc 16020-20 April 2010 'i City of Fort Worth Westside 54" RW Pipeline Project J. Instrumentation cables shall be installed in' rigid steel raceways as specified. All circuits shall be installed as twisted pairs or triads. In no case shall a circuit be made up using conductors from different pairs or triads. Triads shall be used wherever three wire circuits are required . K. Tenninal blocks shall be provided at all instrument cable junction and all circuits shall be identified at such junctions. L. Shielded instrumentation wire, shall be run without splices between instruments, tenninal boxes, or panels. M. Shields shall be grounded as recommended by the instrument manufacturer and isolated at all other-locations. Terminal blocks shall be provided for inter-connecting shield drain wires at all junction boxes. Where individual circuit shielding is required, each shield circuit shall be provided with its own block. 3.07 WIRING DEVICES A. Switch and receptacles outlets shall be installed flush with the finished wall surfaces in areas with stud frame and gypboard construction, in dry areas with cement block construction or when raceways are concealed. B. Do not install flush mounted devices in areas designated DAMP, WET or WET/CORROSIVE . Provide surface mounted devices in these areas. C. Provide weatherproof devices covers in areas designated WET or WET/CORROSIVE . 3.08 PANELBOARDS A. Mount boxes for surface mounted panelboards so there is at least 1/2-in air space between the box and the wall. B. Connect panelboard branch circuit loads so that the load is distributed as equally as possible between the phase busses. C. Type circuit directories giving location and nature of load served . Install circuit directories in each panelboard. - D. Install markers oil the front cover of all panelboards which identify the voltage rating . Markers shall be made of self sticking B-500 vinyl cloth printed with black characters on an Alert Orange background, 2.;.1/4-in high by 9-in wide, Style A as manufactured by W.H . Brady Co . or equal. E. Install a 1-in by 3-in laminated plastic nameplate with 1/4-in white letters on a black background on each panelboard. Nameplate lettering shall be as shown on the Drawings. Nameplates shall be stainless steel screw mounted . 3.09 . · UNDERGROUND SYSTEM A. Install raceways to drain away from buildings . B . Reinforce raceway banks when conduits pass over newly excavated pipes . F62142Sl6020.doc 16020-21 April 2010 City of Fort Worth Westside 54" RW Pipeline Project C ; The minimum cover for raceway banks shall be 24-in. unless otherwise pennitted by the Engineer. D. Swab all raceways clean before installing cable. E. Plug spare raceways and seal them watertight at all manholes, buildings and structures . . F. · Seal the ends of raceways and make watertight at all h~dholes, buildings and structures. 3.10 GROUNDING · A. . Run grounding electrode conductors in rigid steel conduits. Bond the protecting conduits to the grounding electrode conductors at both ends. Do not allow water pipe connections to be painted. If the connections are painted, disassemble them and re-make them with new fittings. B. Install equipment grounding conductors with all feeders and branch circuits. C. Bond all steel building columns in new structures together with ground wire in rigid conduit and connect to the distribution equipment ground bus. D. Ground wire connections to structural steel columns shall be made with long barrel type one-hole heavy duty copper compression lugs, Q<>lted thro1.J.gh 1/2-in m~imum diameter holes drilled in the column web, with stainless steel hex head cap screws and· nuts. . E. Metal conduits stubbed into a motor control c~nter shall be terminated with _ insulated grounding bushings and connect to the motor control center ground bus. Bond boxes mounted below motor control centers to the motor control center ground bus. Size the grounding wire in accordance with NEC Table 250-95, except that a minimum No. 12 A WG shall be used. F . Liquid tight flexible metal conduit in sizes 1-1/2-in and larger shall have boncling jumpers. Bonding jumpers shall be external, run parallel (not spiraled) and fastened with plastic tie wraps . G. Ground transformer neutrals to the nearest available grounding electrode with a conductor sized in accordance with NEC Article 250-94. H. Seal exposed connections between different metals with No-Oxide Paint Gracie A or equal. L · Lay all undergroup.d grounding conductors slack and.where exposed to mecb~ical. injury, protect by pipes or other substantial guards. If guards are iron pipe, or other magnetic material, . electrically connect conductors to both ends of the guard. Make connectio,ns as specified herein. J. Care shall be taken to ensure good ground continuity, in p~icul~ between the conduit system .. and eq11ipme,:it frames ~d enc:losure~. '\Vhere ~f:Ces_s~,j~r.n~_twi!'~~sJ~IJ .!?~ iµ~ajlaj. K. All grounding type receptacles shall be grounded to the outlet boxes with a No. 12 THW green conductor connected to the ground terminal of the receptacle aµd fastened to the outlet box by -- means of a grounding screw . L. Test the grounding system. Resistance to ground testing shall be performed during dry season. Submit test resQlts in . the form of a graph showing ; the number of ppints m~sured .(12 .minimµm) and the numericai resistance to ground. F62142S 16020.doc April 2010 I • '' 'I l J . ' ~ J • J City of Fort Worth Westside 54" RW Pipeline Project M. Testing shall be performed before energizing the distribution system . N. Notify the Engineer immediately if the resistance to ground for any building or system is greater than five ohms. END OF SECTION F62142S 16020.doc 16020-23 April 20 10 • j • l L J < I 'J ' J APPENDIX A TEMPORARY CONSTRUCTION EASEMENTS • I Westside III & IV and Proposed Raw Water Line to Serve the Westside Water Treatment Plant Water Project No.: P264-531200 601540045631 Parcel No. 5-J Old Weatherford Road N. Holbrook Survey, Abstract No. 647 STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: Jo,.,._ :).b ,2010 FW Vista West II, L.P. GRANTOR,S MAILING ADDRESS: 2929 West 5th Street Suite A Fort Worth, Texas 76107 GRANTEE: The City of Fort Worth GRANTEE'S MAILING ADDRESS: c/o Right-of-Way and Easements 1000 Throckmorton Street • j Fort Worth, Texas 76102 . l • J Tarrant County, Texas CONS ID ERA TION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 20' temporary construction easement situated in the N . Holbrook Survey, Abstract No. 647, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being out of a 20.779 acre tract of land (by deed), being further described as Tract IV, deeded to FW Vista West II, L.P., as recorded in County Clerk's File No. 206035754 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits "A" and B." ("Easement Property") • I . j Grantor, for the consideration paid to Grantor, hereby grants, bargains and conveys to Grantee, its successors and assigns, a temporary construction easement for the use and passage in, over, across, below and along the Grantor's land situated in Tarrant County, Texas, in accordance with the legal description in the attached Exhibit ·'A," and depicted in the attached Exhibit "B." It is further agreed and understood that Grantee will be permitted to use the easement to construct a raw water transmission line. The rights granted within this temporary construction easement shall cease on the earlier of the completion of the line and its acceptance by Grantee's City Council, or three years from the date of execution of this easement. Grantor reserves the full use and enjoyment of the Easement Property; provided, however, that Grantor shall not use the Easement Property in any manner that unreasonably interferes with the rights and privileges granted herein to Grantee. Grantee shall keep the Easement Property free and clear of all mechanics' and materialman's liens. If any such lien is filed, Grantee shall cause the lien to be released or bonded around in accordance with the Texas Property Code on or before 30 days after it receives notice of the filing. TO HA VE AND TO HOLD the above described temporary construction easement, together with, all and singular, the rights and appurtenances thereto in any way belonging to Grantee, and Grantee's successors and assigns until this easement ceases . Grantor hereby binds, itself, its successors and assigns, to warrant and defend, all and singular, the easement to Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof when the claim is by, through, or under Grantor but not otherwise. When the context requires, singular nouns and pronouns include the plural. Executed to be effective as of the date first written above . GRANTOR: FW Vista West II, L.P. By: FW VW 11 Corporation, It's Q ~ By: ------------~~ Lee Nicol, President TEMPORARY CONSTRUCTION EASEMENT Page2 ' . . 'I 'I ' J ' J GRANTEE: The City of Fort Worth By: Fernando Costa Assistant City Manager APPROVED FOR FORM AND LEGALITY ~<~ Assistant City Attorney STATE OF Texas COUNTY OF "Tac-cant ACKNOWLEDGEMENT § § BEFORE ME, the undersigned authority, a Notary Public in and for the State of "I e xas ' on this day personally appeared Lee.. Ni co I of fact Worth. Texas , authorized representative of FW VW II Corporation,~ Texas Corporation, the general partner ofFW Vista West II, L.P., a Texas Limited Partnership, known to me to be the person whose name is subscribed to this instrument, and who acknowledged to me that he/she executed it for the purposes and consideration expressed therein and in the capacity stated therein. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 2 ~ day of r-.)O.Y\U8f\.( , 2010. I e JENNIFER NICOlE BARNES NOTARY PUBLIC • STATE OF TEXAS ~~~ MVCOMM. EXP.02,14-2010 TEMPORARY CONSTRUCTION EASEMENT -~ ~nandforStateof Texas My Commission Expires: 02-14-2010 Page 3 . ' ACKNOWLEDGEMENT ST A TE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the person whose name is subscribed to this instrwnent, and who acknowledged to me that the same was the act of the City of Fort Worth and that he executed it for the purposes and consideration expressed therein and in the capacity stated therein. t: l GIVEN UNDER MY HAND AND SEAL OF OFFICE this J rJt1-day of fe:J:)RIJcJR.¢" • 2010 . l Deanna Cody, Manager City ofFort Worth Transportation and Public Works Depamnent Right of Way and Easements 900 Monroe St Suite 404 Fort Worth, Texas 76102 TEMPORARY CONSTRUC.'TION EASEMENT Notary Public in and for State of 7e X4S My Commission Expires: Jllo/ I~, /l.o 13 F.Vr>NIA DANIELS MY GOMMISf:VI F.)f!'IRES July 10, 2013 Page4 -, Project: Westside WTP 54" Raw Water Plpellne Easement Capital Project No.: 00456 Parcel# 5J Old Weatherford Road N. Holbrook Survey, Abstract No. 647 EXHIBIT "A" Being a 20.0' temporary construction casement situated in the N. Holbrook Survey, Abstract No. 647, Tam.nt County, Texas, said 20.0' temporary construction easement being out of a 20.779 acre tract of land (by deed), being further described as Tract IV, deeded to FW Vista West Il, L .P ., as recorded in County Clerk's File No. D206035754 of the Deed Records of Tarrant County, Texas, said 20.0' temporary construction easement being more particularly described by metes and bom1ds as follows: COMMENCING at a 1/2 inch iron rod found for the southwest corner of said Tract IV, said 1/2 inch iron rod being the southeast comer of a 598.460 acre tract of land (by deed) deeded to Vernon Investment Corporation as recorded in Volume 6342, Page 749 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod also being in the north right-of-way line of Old Weatherford Road (C.R . 1022), a variable width right-of-way, from which a 1/2 inch iron rod with cap stamped "Fulton Surveying Inc ." found for an exterior ell corner in the east line of a 34.560 acre tract of land (by deed) deeded to the City of Fort Worth as recorded in County Clerk's File No. 0206274011 of the Deed Records of Tarrant County, Texas, bears North 00 degrees 14 minutes 41 seconds West, a distance of S00.48 feet, said 1/2 inch iron rod with cap stamped "Fulton Surveying Inc." being in the west line of said Tract N; TIIENCE North 89 degrees 44 minutes 40 seconds East, with the south line of said Tract N and with the north right-of-way line of said Old Weatherford Road, a distance of 40.00 feet to the POINT OF BEGINNING of the herein described 20.0' temporary construction easement, said point being the southeast comer of a 40.0' Permanent Waterline Easement as recorded in County Clerk's File No. D20923 l 754 of said Deed Records of Tarrant County, Texas; THENCE North 00 degrees 14 minutes 41 seconds West, with the east line of said 40 .0' J:>ennanent Waterline Easement, a distance of 20.00 feet to a point for corner; _ 1 THENCE North 89 degrees 44 minutes 40 seconds East, a distance of 573 .65 feet to a point for comer in -! • I . J the east line of said Tract IV; THENCE South 00 degrees 43 minutes 25 seconds East, with the east line of said Tract IV, a distance of 20 .00 feet to a point for the southeast corner of said Tract IV, said point being in the north right-of-way line of said Old Weatherford Road; THENCE South 89 degrees 44 minutes 40 seconds West, with the south line of said Tract IV and with the north right-of-way line of said Old Weatherford Road, a distance of 573.81 feet to the POINT OF BEGINNING, and containing 11 ,475 square feet or 0 .263 acres of land, more or less . ... Page1 of 2 ; . . I C j . I Project: Westside WTP 54" Raw Water Pipeline Easement Capital Project No.: 00456 Parcel #5J Old Weatherford Road N. Holbrook Survey, Abstract No. 647 NOTES: l)All bearings are based on the Texas Coordinate System. NAD-83, North Central Zone 4202 . All distances and areas are surface. 2) A plat of even survey date accompanies this legal description (Exhibit B) . Date: December 08, 2009 Curtis Smith Registered Professional Land Surveyor No. 5494 Page2 of 2 -, ' _1) . I • j .. ,,, ·~VU'E.D[. IT' ~'B'.. ::" .Jf t Pi~~~,,.~-'· .. ·;,. . . ·,.: . In t= .. . . . . .IJNE. TAB[£ .. ·-. ~UNE~ j .. BE.ARING; ·~-t DlSTANCt:'· .. ••t·•··,___,. viciNrtY. MAP . . N;T;s ... · ~' '1 ····L~1· .... N.B!r-44..40.~ MJ:oor· • •• ~.. • .•. . • t '·. . • .. . ~· 1 • :,L~2: .. : ... N.iO<r.,J,4.·•.1.::-w·-: , ,.20.00· L~3 .. '. s· O(r,<f:J:~~· . : :: :;20:00~ . I 1· I: J' 34 sao :ACMS (irt i>®) .. ·ari'. OF.'''F.OYrfWQff\11 . c:~;r.. · No; '~1:4QI 1 N. HOLBROOK SU'RVEY Ae·srRA:ct · .No. ·s4:1 · o;A. r.c,1; . . r?N~fcm-HC~~~:ij · l. 40;cf:~ WATERUHE 1EAS .. oo . .. .1.. r · a.~td~Q. ~!)9231754 · a.i .. I I 1. I -:]:· ·f-' .~.Ft;J\C;T. . . ;f' -'.if: I _ ... · .. .... . ;ffi~eT. JV .• ·e.;!.· ,gl :j 2<>~77~: ~~ .~A~Y:.Pf: ~NP/(BY.''DEED).' · 2® :t,.C>Q . . . :g .. _ ,-. ·2.0c>:' • k. · l.,c ·J' ····-· I'. · · · · .... sCAtt i~ ·.FEtr: .; ... ·. Jl'f$1·'.it::. . • /.':S~S~J:<11.~·) Ci-1 ·¢.d.F •. NO; .D2CJI03575;. . .. ~~1'.~t;'" ... I I .nwrr \11 . . ·.214,;15J ~-'.(at'[!($) ~-~~-·~ -· .LP.·· 'C.~F. ·NO, .[!2~~~57~: . O:R,,:;c.1,. . ~:,pg·(,~d, . . ~·~ ... ~.: It) . :j ~;~~: l~J~~f\ . FA. "'.,,. . N. . .. ,. .. . ... . ~ .i· .. , ~· ~. J . D;R::r~o;r. ·: I r j.,~ ~. I I .. IICl:W'Et .<:ft . ~TED;P.AAm~IP · vPUJM~fo~t:··:-p•··.H~f"' . , ! . . . :0,R.T:C.T. · · ·.~ ~~9.· i I ·. ,:20;0:\ ... .· -. ·. · · .J I l . ·. ·,:.-. . . 6~~ ~l I !r ·~~-' 1· ·1 ·r30·9.J~~--.~~E. ,# . . . . . I 11·:mi "!lel;-~OR o.J'"AC. I :· ~ """~;-=-'"""· ' ~ Jj . .. . . ., .. · ..... ··........ ' ... ~,.,,..,,. ---.,.,:u-.. -· SUR\'EY: t --· . .! i:iHt· ~ ... -. .. .. -... . .......... -........... Ld·· '~~J.z'~ (t 'It GLEASON ·S1JRVEY '..'~' ;;.,., a~ ~....;., .. 11ttnikl ~~ ~ . Aesri!A~T NO, si;!i _ Jc;: R ~~~~~~,~~-,..,~·11 -~~..;~ -JQ, ~ . . . -Cft·y oF Fo·rt Wo·rth· ~'WOR1lf.·~· ill~~ :5.:47· SeAIE .. I~ • .200• ... __ ----· -•. . .. ···--~·--------. -. ~-.-;~··· ~~..-.-. .. CURTIS SMITTI . . .. . --· . ,h•-~ ----·-· . ·.~,~~-~--. -:IJl~~tFt•a• .. F~ J11i'l~~i-,,,'.1 .. C j C j -J ' SUZAN.NE HENDERSON ···"·~ . COUNTY CLERK ••• •kG~ •• {~ . t, i.~ · fll/ 100 West Weatherford Fort Worth, TX 76196-0401 ,. ~1 ___________________________________ _ CITY OF FORT WORTH .•• * •••• ............ RIGHT OF WAY & EASEMENT TEAM 900 MONROE, STE 404 FT WORTH, TX 76102 Submitter: CITY OF FORT WORTH/RIGHT OF WAY AND EASEMENT TEAM PHONE (817) 884-1195 DO NOT DESTROY WARNING -THIS IS PART OF THE OFFICIAL RECORD. Filed For Registration : 2/8/2010 4 :1 0 PM Instrument#: 0210029267 .E 8 PGS $40.00 ---·---M & C: DATE ___ _ AGENT/?,,;L ~DOE# ()2,cb ~ 0/ 0210029267 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORC EABLE UNDER FEDERAL LAW. Prepared by : SLDAVES . IJ\ .:~. 1 · . i · .. : .. f §. .§': ,§ . .K.Notl·M.-L':"=1,~N a.v ·pte.$~:rPcRE$§NT~ ·.· ·:ei::·:.Y~'.P~~IP ···. ·:l!!i:!~~,~~ftf···, ·. ~~~-il\tff~couN1Y, 1X76t~ ·~-. :: ~-.: . . .. ·. . . i~R~$!Q~f/0:ndN: . T.~~\Q~i!a..i'.S. ($.tij.oob~nd :oth'!r ·gopd an~ ·Y.cli~ab.le. con~erat(or,, ,.fh~,;~$jpt ,ana?~.&r.t' ·.·.;.of.wh'cti:is'ffereb. 'acknowted ed. · · .... ···.··. ,.. ........ ·: .. , .. };!{ ........ · ._r .. ,.,., ... -· .... Y. . . . . g ·· .. •.!lirf4£tI1;fS5~~~ P~g~:1 of3 r r r ' l It Is further agreed and understood that Grantee will be pem,ltted a water transmission fine. Upon completion of the line and its a Council, all rights granted within the easement shall cease . use the easement to construct ptance by Grantee's City TO HAVE AND TO HOLD the above described easement. toge wfth, all and slngurar, the rights and appurtenances thereto In anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construcdon and acceptance Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant a defend, au and singular, the easement to Grantee, its successms and assigns, against e person whomsoever lawfully cfalming or to claim the same, or any part thereof. When the context requf1'8S, sfngufar nouns and pronouns include GRANTOR: Chapel Creek Limited Partnership A Texas Limited Partnership APPROVED A TO FORM ANO LEGALITY ffage2 of 3 _... -j 'J STATE OF T..Lll~ COUNTYOF~ ACKNOWLEDGEMENT § § a for the State of T~ ._ ....... a:.:-c-..;:=...i~L...L~i,.;...::;:;.;.a..11-=1·~·, known to me to be the and acknowledged to me that that he/she executed the same --------------+---for the purposes and GIVEN UNDER MY HAND AND SEAL OF OFFICE this --- , 20 l D • USA DICKERSON PubllC State of Te,caa N~ c:ommis!llon expires June 26, 2012 STATE OF TEXAS § COUNTY OF TARRANT § of 7...LJLAS ACKNOWLEDGEMENT BEFORE ME, the undersigned authority, a Notary Public In and for the State of Texas, on this day personally appeared Fernando Costa, Assistant Manager of the City of Fort Worth, known to me to be the same person whose name is subscri to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the pu ses and consideration therein expressed and In the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this _____ day of --------~··20 __ . Notary Public in nd for the State of Texas _ .. Page~ of 3 J~ -' • J , I I ~. C j .. ' I Project: W11talde WTP 54'" Raw Water Pipeline Easement Capital Project No.: 00458 Parcel#6C Old Weatherford Road N. Holbrook Survey, Abstract No. 847 EXBIBIT "A" Being a 20.0' tempormy construction easement situated in the N. Ho Tarrant County, Texas. said 20.0' tcmpo.raay construction eaaement • (by deed). being further described as Tract DA. deeded to Chapel Crect Volume 11029, Page 1 JS9 of the Deed Records of Tarrant Co construction easement being more particularly dcscn'bed by metes and rook Survey, Abstract No. 647, out of a 376.8S acre tract of land ·tat Partnership, as recorded in , Texas, said 20.0' temporary as follows: BEGINNING at a point for the southeast comer of a 20.779 acre of land (by deed) being further described u Treet IV deeded to FW Vista West D, L .P. as mcorded in Co ty Clerk's File No. D206035754 of said Deed Records of Tarrant Cmmty, Texas,. said point being in the utb line of said Tract 1IA. said point also being in the north right-of-way line of Old Weatherford Road ( .R. 1022). a variable width right- of-way, from which a 1/2 inch iron rod found for the southwest comer of said Tract IV bears South 89 degrees 44 minutes 40 seconds West, a clistanec of 613.81 f~ said l/2 • iron rod being the southeast comer of a S98.460 acre tmct of Jami (by deed) deeded to Vernon Inv cot Corporation as recorded in Volmne 6342,Page 749 of said Deed Records ofTarrant County. Texas, id 1/2 inch iron rod also being in the oorth right-of-way lino of said Old Weatherford Road; THENCE North 00 degrees 43 minutes 25 seconds West. with the cast • c of said Tract IV, a distance of 20.00 feet to a point for comer, THENCE North 89 degrees 44 minutes 40 seconds East. a distance of 1 19.1 t feet to a point for comer, THENCE North 89 degrees 38 minutes 18 seconds East. a distance of l 99.89 feet to a poim for corner; THENCE South 89 degrees 45 mioutes 26 seconds F.ast, a distance of 174.80 feet to a point for comer in the west line of an 8. 739 acre tract of land (by deed) · g furthet described as Tmct XIl deeded to FW Vista West II, L.P. aa recorded in County CI File No. D20603S7S4 of said Deed Records of Tmrant County,,Tcxas, said point being i the wm line of a 90 .0' Pipeline Easement granted to Tanant Regional Water Di.strict as in County CJerk's File No. D205152765 of said Deed Records of Tarrant Cowrty, Texas; THENCE South 00 degrees 19 minutes 26 seconds West, with the w line of said Tract XII and with the west line of said 90.0' Pipeline Easement, a distance of 0.02 feet to a S/8 inch iron rod with cap stamped "Tramystems" found for the southwest er of said Tract XII and for the southwest comer of said 90.0' Pipeline ~ said S/8 · iron rod with cap stamped ''Transystems being in the south line of said Tract 11A, said 5 inch iron rod with cap stamped "Tmnsystcms" also being in the north right-of-way line of · Old Weatherford Road; THENCE North 89 degrees 45 minutes 26 seconds Wes. with the so the north right-of-way line of said Old Weatherford Road. a for comer; ., -Page1 of 2 line of said Tract llA and with ce of l I 74 .67 feet to a point L ' J . l Project: Weatalde WTP 54" Raw Water Plpettne Easement Capital Project No.: 00458 Parcal#8C Old Weatherford Road N. Holbrook Survey, Abstract No. 647 THENCE South 89 degrees 38 minutes 18 seconds West, with the so h line of said Tract IIA and with the north right-of-way line of said Old Weatherford Road, a distance of 1199.80 feet to a J inch iron rod found for comer; THENCE South 89 degrees 44 minutes 40 seconds West, with the so line of said Tract IIA and with the north right-of-way line of said Old Weatherford Road, a distance of 1118.97 feet to the POINT OF BEGJNNING, and containing 69,872 square or 1.604 acres ofland, more or less. NOTES : 1) All bearings are based on the Texas Coordinate System, N 83, North Central Z.One 4202 . All distances and areas arc swface. 2) A plat of even survey date accompanies this legal descripti Date: December 08, 2009 Curtis Smith Registered Professional Land Surveyor No . 5494 -Page2 of2 r -J . J . I -I l l ·'. · ,t ,. :K~: ;:q~E~·~Q~. s:u~v~r: ~ dtD ~~,~~c:~·n;#,~ A.@~[~~GT .~P .. 5.S!iJ . .< ....... ~ ... ,~ . · .... .>. L .. '.;:.:_·~.; •· ···: IJNE:C TBE· . . ... • Wt£: ·. '· 'BE'JtRING ;; . : :.: ::DISTANCE•, . ·t ~'1 ~ lN '.00:4~, 5'.W -··20:00 ;::~·-· . ]!!:4:2 · .. ;·· :N .:897# 40,, : t:J~;~~lL :L~7 i ;5· 8~44·.t,O .. · -; tf.tA97 ' .. ~: :1,.~~~-·~~~~~~~~11: . . . . ... ·······. . N. ~ .. ., J.m.>: .... Q ~®: ' ···I, ....... ;,·~~ ... , '· . ·., ·.:, ' .• sc.u -·iN .f.1$1 ' \ .' • I -I • I l. ~ \ :\ ·.\-.. \-. ' I ~00 0 . r.: .. · __ ·-l , ::·· -.- . ·sci(i,·~ lif;f.'.! . 200 : l ' L • j • J . 1 .. . .:uNE · BEARING ; :·: ·:·-'. .AllST-'NCE: ·, :.:V .:;J ,'i ·::·N·;:ar;JB .:18~· ; l :.1t99:89 :-:; : iL'~S' s ;,;oa.l9.,2&.. : _-: ,: ·. ;zo.02 . · . N. HOtBROOi< !SliRVEV ABSTRAC T NO ~ .647 . ···-·•," ··-·· . r·,: .. ·.·a .. ·· . ,., '8""'38°1·a-·1·1·99 ·so ....... , ' ~~ • ::... :~-: ·-.... ·,,ff 1 .. '." • •• • --~-• ••• ! i . . .-.--,--·.. -· . . .. :: .;: .· ... ·. ; ... ~, . CHAPEL c-~ ;I(~ :c;LtAsoN: su.R-VE.Y • A~:srRAcr . ·No.. 55!1 . ' ' I 'l . • J APPENDIX B GEOTECHNICAL REPORT ' J February 17, 2010 Mr. Danny Shannon, P.E. Senior Project Manager Camp Dresser & McKee, Inc. 777 Taylor Street, Suite 1050 Fort Worth, Texas 76102 Re: Geotechnical Investigation Westside Water Treatment Plant 54 Inch Raw Water Pipeline Fort Worth, Texas Project No E09-121 O Dear Mr. Shannon : MAs-TEK Engineering & Associates, Inc. Phn: (817) 332-8727 Fax: (817) 332-6870 E-Mail: ShannonJD@cdm.com Please find enclosed our report summarizing the results of the geotechnical Investigation performed at the above referenced project site. We trust the recommendations derived from this investigation will provide you with the Information necessary to complete your proposed project successfully and in a cost effective manner. For your future geotechnlcal investigations, construction materials testing and related quality control requirements, It Is recommended that the work be performed by Mas-Tek Engineering & Associates in order to maintain continuity of Inspection and testing services for the project under the direction of the geotechnical project engineer. We thank you for the opportunity to provide you with our geotechnical services . If we can be of further assistance, please do not hesitate to contact the undersigned at (972) 709-7384. Sincerely, MAS-TEK ENGINEERING & ASSOCIATES Mr~~IJ Michael D. Roland, P.E . Project Manager AWANcE GEOTECHNICAL GROUP TExAS REGISTERED ENGINEERING FIRM F-1970 Geotechnical Consulting & Materials Testing 5132 Sharp Street Dallas, Texas 75247 972 709-7384 -J -J -, -j -j TABLE OF CONTENTS PAGE 1.0 INTRODUCTION ·· · · ·· · ·- · · · · · ·· ·. 1 1.1 PROJECT REQUIREMENTS----------------------------------1 1.2 PURPOSE AND SCOPE_.,.,...--------·----·-------.------· -·· .-.. ---· · 1 2.0 FIELD INVESTIGATION-------. ......;..;-------""--------·---------· .... · .. _.~-'---.. -1 3.0 LABORATORY TESTING--r ---,......,,.~"':!".,.~-.-..... -... --.,-~. .. . . . . . .. . .. _.,.__,_,2 4.0 SITE AND SUBSURFACE CONDITIONS · ·· · --· -··-------...... ;.;..-·_ .... -· · ------'"-2 4.1 GENERAL ·slTE CONDITIONS--------------· -----------'-----.2 4.2 SITE GEOLOGY----.,.,,.,.. .. .---·2 4.3 SUBSURFACE CONDITIONS----------------------------3 4.4 GROUNDWATER CONDITIONS-------------------------3 5.0 ANALYSES AND RECOMMENDATIONS-----,.~-· --------3 5.1 SOIL MOVEMENT---------~,,. .. -...........-. -. 5.2 VALVE VAULT ----------4 6.0 LATERAL EARTH PRESSURES ON BELOW GRADE WALLS---------------4 6.1 BUOYANCY--.. ·~ · · · · ... · ..... · · · · .. · '· -5 6.2 CONSIDERATIONS FOR FLATWORK ADJACENT TO STRUCTURES----· · · · .... · --------.. -... 5 6.3 STRUCTURAL DETAILING---------------~a 6.4 PIPING MOVEMENTS -----. · -...._ ___________ -··-------6 7.0 EARTHWORK GUIDELINES--. -· · .. ------.----... -----.. -·------------------6 7.1 SITE GRADING AND DRAINAGE .,.-.. -· --------.--·--.---·-. -6 7.2 UTILITY TRENCH EXCAVATION AND BACKFILL-----------? 7.3 7.4 7.5 7.6 7.7 7.2.1 EXCAVATION CONSIDERATIONS . 7.2.2 OPEN CUTS----:.------·.;._---__ --7 ----8 7.2 .3 TRENCH BRACING/BORE PIT SHORING---------------------8 7.2.4 DEWATERING · -----·-·· __ .. . . ' ·---------------9 PROOFROLLING AND SUBGRADE PREPARATION--------.--· -. -------,9 ON-SITE CLAY FILL PLACEMENT IN PAVEMENT AND LANDSCAPED AREAS ---'---------------"'""----------· · -· · -------·---....................... 9 MOISTURE CONDITIONING PRIOR TO COMPACTION----· -10 QUALITY ASSURANCE REQUIREMENTS -,-. -...-.-----.. .,._..,. .... _.-.. --10 SELECT FILL-.-·. -------. ..,.-.-.. -----------------10 ,. MAS-TEK ENGINEERING & ASSOCIATES E09·1210 • J 7.8 CRUSHED CONCRETE------------------------------------------------------11 8. 0 CORROSION CONSIDERATIONS ------------------------------------------------------11 9.0 FIELD SUPERVISION AND DENSITY TESTING--,--,-----..... -----,--------------------11 1 0. 0 LIM IT A Tl ON S ---------------------------------------------------------------------------------12 ILLUSTRATIONS FIGURE PLAN OF BORINGS -----------------------------------------------------------------------------------1-1 b LOGS OF BORINGS ----------------------------------------------------------------------------------2 - 9 RECOMMENDED TEMPORARY SLOPE RATIOS (per OSHA)--------------------------10 DESIGN OF TRENCH BRACING-----------------:---.----------,-----------------------------11 MAS-TEK ENGINEERING & ASSOCIATES E09-1210 GEOTECHNICAL INVESTIGATION NORTHWEST WATER TREATMENT PLANT 54 INCH RAW WATER PIPELINE FORT WORTH, TEXAS 1.0 INTRODUCTION 1.1 PROJECT REQUIREMENTS The project consists of a 54 inch raw water pipeline extending east from the Westside Water Treatment Plant to a new water valve structure located about one-half mile west of Chapel Creek Boulevard in Fort Worth, Texas . The valve vault will measure 14' x 11' and will be founded about 22' below existing grade . 1.2 PURPOSE AND SCOPE The purposes of this geotechnical investigation were to: 1) explore the subsurface conditions at the site, 2) evaluate the pertinent engineering properties of the subsurface materials, 3) provide foundation recommendations for the proposed valve vault, 4) provide recommendations for trench shoring and backfilling . 2.0 FIELD INVESTIGATION The field investigation consisted of drilling a total of 7 sample borings along the proposed pipeline alignment. Boring B-7 was drilled at the location of the proposed valve vault. All borings were located at the approximate locations shown on the Plan of Borings (Figure 1 thru 1 b). The borings were staked and surveyed by COM but were offset due to conflicts with overhead lines and underground utilities . Undisturbed samples of cohesive soils were obtained at intermittent intervals with standard, thin-walled, seamless tube samplers. These samples were extruded in the field, logged, sealed, and packaged to protect them from disturbance and maintain their in-situ moisture content during transportation to our laboratory. The rock was evaluated by cone penetration tests. MAS-TEK ENGINEERING & ASSOCIATES E09-1210 PAGE 1 • l < j • l 3.0 LABORATORY TESTING Laboratory tests were performed on representative samples of the soil to aid in classification of the soil materials. These tests included Atterberg limits tests, -200 sieve analyses, moisture content tests, and dry unit weight determinations. Unconfined compressive strength tests and hand penetrometer tests were performed on selected samples of the cohesive soils to provide indications of the swell potential and the foundation bearing properties of the subsurface strata. The results of our testing program are presented on the Logs of Borings. 4.0 SITE AND SUBSURFACE CONDITIONS 4.1 GENERAL SITE CONDITIONS The project consists of a 54 inch raw water pipeline extending east from the Westside Water Treatment Plant to a new water valve structure located about one-half mile west of Chapel Creek Boulevard In Fort Worth, Texas. The valve vault will measure 14' x 11' and will be founded about 22' below existing grade. 4.2 SITE GEOLOGY As shown on the Tarrant sheet of the Geologic Atlas of Texas, the site is located in an area underlain by the undivided Kiamichl and Goodland Formations. The Goodland formation contains primarily hard limestone and thin clay layers. The Kiamichi formation contains alternating layers of limestone with thick clay and shale layers and some sandstone. The upper layers of the formation at this site contain highly variable and random units. In some areas, shallow clay soils are underlain by predominant limestone. In other areas, the shallow limestone formation contains thick expansive clay layers and severely weathered shale layers. In other areas, deep expansive clay with sand seams and occasional limestone layers are present. The unweathered rock varies from moderately hard to hard shale to very hard limestone with some extremely hard layers. Unweathered rock was encountered at depths ranging from 14' to 19' and is overlain by hard to very hard weathered limestone layers as indicated on the boring logs . MAS-TEK ENGINEERING & ASSOCIATES E09-1210 PAGE2 'I l J CJ -j ') 4.3 SUBSURFACE CONDITIONS Subsurface conditions encountered in the borings, including descriptions of the various strata and their depths and thickness, are presented on the Logs of Borings. Note that depth on all boring logs refers to the depth from the existing grade or ground surface present at the time of the investigation. Boundaries between the various soil types are approximate. 4.4 GROUNDWATER CONDITIONS The borings were advanced using air-rotary drilling methods. Advancement of the borings using these methods allows observation of the initial zones of seepage. Most borings were dry upon drilling completion . Seepage was detected at depths of 12' to 17' during delayed groundwater observations in some borings after completion of drilling as indicated on the boring logs. Groundwater seepage should be anticipated within the overburden soils and within the fractured weathered limestone and shale layers after any rain event. Construction dewatering should be anticipated for all below grade excavations. It Is not possible to accurately predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. The subsurface water conditions are subject to change with variations in climatic conditions and are functions of subsurface soil conditions, rainfall , water l~vels within nearby creeks and rivers, and leakage of below grade water containment structures in the vicinity of the proposed additions . Installation of groundwater monitoring wells would allow accurate monitoring of seasonal groundwater levels . 5.0 ANALYSES AND RECOMMENDATIONS 5.1 SOIL MOVEMENT The subsurface exploration borings revealed the presence of expansive clay soils having a moderate to high shrink/swell potential at the project site. Potential Vertical Rise (PVR) calculations were performed using moisture content, pocket penetrometer, and swell test results to estimate the swell potential of the soil In their existing moisture condition. Estimated PVR values for slab-on-grade construction based upon the existing moisture conditions range from 3 to 4 inches of "active-zone" swell. In a dry condition, where the MAS-TEK ENGINEERING & ASSOCIATES E09-1210 PAGE3 • l .. l l l -l • j surficia! clay soils are in a dry condition at the time of construction, the "active zone" soil swell PVR would exceed 6+ inches in many areas . 5.2 VALVE VAULT A valve vault measuring 14' x 11' x 22' deep will be constructed in the area of Boring B-7. This structure will be founded in moderately hard to hard gray shale. The mat foundation supporting the valve vault may de designed for an allowable bearing capacity of 7,000 psf. See section 6.1 regarding extending footing edges beyond edges of vault as needed to resist buoyancy. For this structure , excavation should extend 2 feet beyond the edge of the foundation . The excavation should be sloped per OSHA requirements (1 :1 for dry conditions and 1.5(H):1(V) for conditions where groundwater seepage occurs). After excavation to the foundation subgrade, a 6 inch lean concrete seal slab should be placed at the base of the cut to the limits specified above. The seal slab should be placed immed iately after excavation to prevent drying of the shale. Prior to placement of the seal slab, the excavated surface should be cleaned of loose shale and rock fragments . The seal slab should be placed directly on undisturbed shale. 6.0 LATERAL EARTH PRESSURES ON BELOW GRADE WALLS The lateral earth pressures acting on the below grades walls, will depend on the type of backfill material used and the drainage condition behind walls. The active earth pressures assume the wall will deflect during backfill. At-rest earth pressures assume the walls are rigid and will not deflect. At-rest pressure are recommended for design of the below grade walls for these facilities. The below grade walls should be designed as rigid members so that they do not deflect excessively under the load of lateral soil pressure and surcharge loads. Lateral pressures exerted on the basement walls will approach at-rest pressures. The backfill material against the below grade walls should consist of low Pl select fill having a Pl of 4 to 12 and should be placed in a wedge extending from the base of the wall to the ground surface on a maximum angle of 45 degrees (1(H):1(V) slope). The backfill material should be compacted in 8-lnch lifts to between 95 and 100 percent of the maximum density MAS·TEK ENGINEERING & ASSOCIATES E09-1210 PAGE4 l ., J 1 .i ! j i ~ ~ I l C I 'I 'J l l C I as determined by ASTM D 698 between -2% and +2 percentage points of the soil's optimum moisture content. For fill depths over 10', compaction should be increased to between 98% and 100% ASTM 0698. Backfill placed within 5 feet of the basement walls should be hand compacted. Over-compaction should not be allowed. The upper 24 inches of backfill should consist of compacted on-site clay compacted in 8" lifts at +1 % to +4% above optimum to 95% ASTM D-698. Note: Settlements on the order of 1 o/o of the backfill height should be anticipated. At-rest pressures should be used during design of the below grade walls to limit wall deflections. Based on the above recommended backfill material, the walls should be designed for an undrained at-rest equivalent fluid pressure of 92 pcf increasing as a fluid pressure with depths. Any surcharge load or llve load should also be included during design. A coefficient of earth pressure, K o, may be assumed to be 0.50 for determination of lateral soil pressures resulting from surcharge loads. For undrained conditions, it should b~ assumed that groundwater levels are at the ground surface. 6.1 BUOYANCY The valve vault should be designed using footing extensions beyond the edge of the valve vault walls if needed to resist buoyancy. Only the submerged unit weight of the select backfill (computed at 60 pcf for compacted select backfill) immediately above the footing extensions should be counted on for buoyancy resistance. The weight of the backfill beyond the footing extensions should not be counted on for buoyancy resistance 6.2 CONSIDERATIONS FOR FLAlWORK ADJACENT TO STRUCTURES As indicated in Section 5.1 of this report, the potential exists for large upward soil swell movements at .this site due to free water sources such as ponding water conditions, percolation of water in landscaped areas or leaking utility lines that are not detected and repaired in an expedient manner. It is therefore imperative that positive drainage be provided and that free water sources not be allowed near the facility. Potential differential upward movement of any flatwork slab at the site should be anticipated and considered during design of the grading plan. Our firm should be contacted if it is desired to reduce upward soil swell movement of any flatwork slab adjacent to the structures. MAS-TEK ENGINEERING & ASSOCIATES E09-1210 PAGES I •; 'l L l L I 'i L I • J . ' "l Provisions should be made for post-construction differential upward movement of adjacent flat work. Site grading plans should include provisions for the effects of soil movements on access and entry slabs and adjacent sidewalks . 6.3 STRUCTURAL DETAILING A polyethylene moisture barrier is recommended below all slabs where floor coverings or painted or treated floor surfaces will be applied with products which are sensitive to moisture or if products stored on the building floors are sensitive to moisture. Procedures for installation of vapor barriers are recommended in ACI 302 . 6.4 PIPING MOVEMENTS Due to expansive clay soils at this site, underground piping will be subject to differential upward soil swell movement. Potential upward movement of piping depends upon the invert depth as measured from the existing ground surface. Piping connections should be designed in consideration of differential movement that will occur between the piping and the structures . The piping will also be subjected to varying degrees of settlement depending on the depth of below grade backfill. If piping movements must be minimized in any area, our firm should be contacted for additional recommendations . 7.0 EARTHWORK GUIDELINES 7.1 SITE GRADING AND DRAINAGE All grading should provide positive drainage away from the proposed buildings and should prevent water from collecting or discharging near the foundations. Water must not be permitted to pond adjacent to the structures during or after construction. Otherwise, soil swell movements would exceed the estimates contained within this report due to saturation of the near surface clay or deep-seated swell effects below a depth of 10 feet. See Section 5.1. Surface drainage gradients should be designed to divert surface water away from the buildings and edges of pavements. Surface drainage gradients within 1 O feet of the buildings should be constructed with maximum slopes allowed by local codes {5% If possible). See Flat Work Considerations section of this report . The roofs should be provided with gutters and downspouts to prevent the discharge of rainwater directly onto the ground adjacent to the building foundations . Downspouts should MAS-TEK ENGINEERING & ASSOCIATES E09-1210 PAGE6 1 . l discharge directly onto well-drained areas or drainage swales, if possible. Roof downspouts and surface drain outlets should discharge into erosion-resistant areas. Water permitted to pond in planters, open areas, or areas with unsealed joints next to the structure can result in excessive slab or pavement movements as indicated in this report. Leave outs for drilled shafts or around the perimeter of the structures should not be allowed to collect and hold water. These leave outs should be pumped out as needed. Exterior sidewalks and pavements will be subject to some post construction movement as indicated in this report. These potential movements should be considered during preparation of the grading plan. Flat grades should be avoided. Where concrete pavement is used, joints should also be sealed to prevent the infiltration of water. Since some post construction movement of pavement and flat work may occur, joints particularly around the building . should be periodically inspected and resealed where necessary. 7.2 UTILITY TRENCH EXCAVATION AND BACKFILL Trench excavation for utilities should be sloped or braced in the interest of safety. Attention is drawn to OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding trench excavations greater than 5 feet in depth. Trench excavations should be backfilled with on-site clay compacted in 8-lnch lifts at optimum to +4% above optimum to 95% ASTM 0698. For fill depths over 10', compaction should be at -1% to +3% of optimum to 98% ASTM D698. 7.2.1 EXCAVATION CONSIDERATIONS It Is understood that open cut trench excavations will be performed at this site. It is understood that trench depths will be in the range of 15 to 25 feet deep. Deep excavations for the valve vault structure is also planned. All below grade excavations would be similar to trench excavations with respect to safety concerns (per OSHA) during construction of form work and during backfilling operations. For trench excavations less than five feet In depth, and in stable compact clay soils, trench excavations may be cut near vertical in accordance with OSHA regulations. For excavations to any depth in sand, gravel, soft clay, non-compact fill, submerged soil, or unstable rock MAS-TEK ENGINEERING & ASSOCIATES E09-1210 PAGE7 • j • i '. 'l • J (weathered limestone and/or fractured limestone), or where seepage, or sloughing is observed, it will be necessary to employ either sloped excavations or temporary bracing. For excavations to depths in excess of five feet, it will be necessary to employ either sloped excavations or temporary bracing, regardless of the soil conditions encountered . General guidelines for the design of these two alternatives are discussed in the following sections. 7.2.2 OPEN CUTS Recommended slope ratios for the respective soil conditions are presented graphically on Figure 10. Trench excavations encountering submerged soils or fractured rock from which water is seeping should be cut back in accordance with OSHA regulations as indicated on Figure 10. Trench excavations to depths of less than five feet in unstable soil or rock conditions as described above should be cut back in a similar manner. It should be recognized that free standing slopes will be less s_table when Influenced by groundwater or saturated by rain. Surcharge loads, such as those resulting from excavation spoil, or equipment, should be placed no closer than two feet from the crest of the slope, in accordance with OSHA regulations. Vehicle traffic should be maintained at least five feet from the edge of the crest. Excavations may encounter non-compact fill soils placed during previous construction of underground utilities. If encountered, these fill soils should be sheeted, shored, and braced, or laid back on slopes no steeper than 1.5 (H): I (V) . 7 .2.3 TRENCH BRACING/BORE PIT SHORING Where site limitations require excavations to have vertical side walls, an internal bracing system will be necessary. Bracing may consist of timber or steel shoring or manufactured steel trench braces. The lateral pressure distribution to be used in the design of trench bracing may be determined as presented on Figure 11. Note: It should be recognized that pressures are not Included from hydrostatic pressures, surcharge loads, or traffic live loads at trench side walls, dynamic loads, and vibration, which if present, must be included in bracing design. In lieu of a shoring system, a trench shield consisting of a prefabricated rigid steel unit adequate to withstand anticipated lateral pressures may be used. . . MAS-TEK ENGINEERING & ASSOCIATES E09-1210 PAGES C j ' j -J 'I 7.2.4 DEWATERING It should be anticipated that groundwater will be encountered in excavations. Groundwater levels will be encountered at relatively shallow depths particularly after periods of heavy rain . It should be anticipated that groundwater will be encountered at shallow depths near the existing structures due to leakage and ponding water beneath these below grade structures and within below grade backfill of undrained structures. In areas where groundwater is encountered, a system of ditches, sumps, and pumping will be required to provide groundwater control. The design of the actual dewatering system required is the contractor's responsibility. This includes the control of tail-water flow through the backfill sections. 7.3 PROOFROLLING AND SUBGRADE PREPARATION Prior to placing fill, the exposed subgrade in areas to receive fill should be stripped and proofrolled using a fully loaded dump truck. Soft areas should be undercut and replaced with compacted on-site soils . The surface should then be scarified to a depth of 8 inches and _ recompacted to a minimum of 95% of the maximum density as determined by ASTM D 698 between optimum and +4 percentage points above its optimum moisture content. 7.4 ON-SITE CLAY FILL PLACEMENT IN PAVEMENT AND LANDSCAPED AREAS On-site clay soils may be used for general grading and filling. The fill materials should be free of surficial vegetation or debris. Clay materials should be spread In loose lifts, less than 8 inches thick and uniformly compacted to a minimum of 95% of the maximum density as determined by ASTM D 698 (Standard Proctor) between optimum and +4 percentage points above Its optimum moisture content. Sandy clay fill soils having a Pl less than 25 should be compacted at -2% to +2% of optimum to 95% Standard Proctor density. The highly plastic shaley clay should not be used as fill within the upper 12 inches of any pavement subgrade. Placement of loose fill soil along embankment slopes should not be allowed . All fill should be placed in horizontal compacted lifts beyond the limits of the embankment slope. Final grading should then include trimming the embankment slope and exposing compacted fill along the sloped surface . Fill soils should not be placed on existing slopes without prior benching. All fill placed on slopes should be placed in horizontal compacted benched lifts. MAS·TEK ENGINEERING & ASSOCIATES E09-1210 PAGE9 I ' • I '' • i • j ' j k J 'J I 7.5 MOISTURE CONDITIONING PRIOR TO COMPACTION Each layer shall be leveled with approved equipment. After spreading, each layer shall be thoroughly manipulated by plowing, discing, or other approved methods of the full depth of the layer being placed to insure uniform density and moisture distribution for proper compaction. The moisture content at the time of compaction shall be within the range specified In these special provisions. If the material is too dry, it shall be moistened by watering before and during manipulation, to properly condition the material for compaction. If the material is too wet, the compaction operation shall be delayed until the moisture content has been reduced to within satisfactory compaction range. Because of time of completion limitations, thoroughly processing of the on-site clay sons will be required during manipulation if the moisture content is below optimum at the time of placement. Each fill lift should be processed until the soil mixture is free of large clods to allow uniform moisture distribution and uniform compaction within the entire fill lift. This is particularly important If highly plastic clay soils are to be used as fill In the building pads. The amount of processing and reworking required to achieve uniform moisture conditions can be reduced by pre-wetting the onsite soils prior to placement. 7.6 QUALITY ASSURANCE REQUIREMENTS As a quality control measure, pocket penetrometer (P.P.) Tests shall be performed with each field density test during construction as further verification that proper moisture conditioning is being achieved within the entire fill lift of moisture-conditioned clay. Similarly, P.P. tests should be performed on each Proctor Compaction Point in the laboratory for correlation and verification of the desired P.P. range with respect to Proctor moisture, density and soil swell. 7.7 SELECT FILL The material used as select fill should be a very sandy clay to clayey sand with a liquid limit of 35 or less. We recommend the plasticity index of this material be between 4 and 12. Select fill should be spread in loose lifts, less than 8 inches thick, and uniformly compacted to a minimum of 95 percent of modified proctor density, ASTM 1557, between -2 to +2 percentage points of the soil's optimum moisture content. The upper 24 inches of fill in unpaved areas near the structures should consist of on-site clay compacted in 8 Inch lifts at -. MAS-TEK ENGINEERING & ASSOCIATES E09-1210 PAGE10 • J ' j I < J +1 % to +4% above optimum to 95% ASTM D698, to minimize water infiltration into the select fill. Note: See Section 6.0 for Pl and compaction requirements for select fill used for below grade wall backfill. The on-site limestone free of clay contamination may be used as select fill. The rock should be crushed to a maximum size of 6 inches and compacted in 8-inch loose lifts at +1 % to +4% above optimum to 95% ASTM D698. For fill depths over 10', compact to 98% ASTM D698. 7.8 CRUSHED CONCRETE Base manufactured by Big City Crushed Concrete or equal, with a gradation meeting requirements of TxDOT Item 247, Type A, Grade 1, compacted in 6 inch lifts at or above optimum moisture content to a minimum of 95% Modified Proctor density (ASTM D1557). (Contact Big City Crushed Concrete for pricing and delivery at (972) 243-5820). Big City Crushed Concrete has a plant at Walnut Hill and Slemmons in Dallas. Crushed Chico limestone flex base from Bridgeport meeting these requirements may also be used as an equal alternative to crushed concrete. 8.0 CORROSION CONSIDERATIONS Concrete mix designs utilizing flyash are recommended for below-grade concrete. The mix design should include the type of cement and the type of flyash proposed. A recommended mix design for below grade concrete would include 25% Type F Flyash in combination with Type II cement. This mix design is recommended for below grade concrete due to Its resistance to sulfate attack. The clay and shaley clay soils at this site have low resistivity values of less than 500 ohm- cm and are considered to be highly corrosive to buried tanks, piping, and metals. Appropriate measures should therefore be taken to resist corrosion. 9.0 FIELD SUPERVISION AND DENSITY TESTING Field density and moisture content determinations should be made on each lift of fill with a minimum of 3 tests per lift in each building pad area, 1 test per lift per 5,000 sf in other fill areas, and 1 test per lift per 150 linear feet of utility trench backfill. Supervision by the field MAS· TEK ENGINEERING & ASSOCIATES E09-1210 PAGE 11 l I J I I I i l . , technician and the project engineer is required . Some adjustments in the test frequencies may be required based upon the general fill types and soil conditions at the time of fill placement. Many problems can be avoided or solved in the field if proper inspection and testing services are provided. It Is recommended that all drilled pier operations, water pressure Injection, site and subgrade preparation , proofrolling , subgrade stabilization, and pavement construction be monitored by a qualified engineering technician. Density tests should be performed to verify compaction and moisture content of any earthwork. Inspection should be performed prior to and during concrete placement operations . Mas-Tek Engineering & Associates, Inc. employs a group of experienced, well-trained technicians for inspection and construction materials testing who would be pleased to assist you on this project. 10 .0 LIMITATIONS The professional services, which have been performed, the findings obtained, and the recommendations prepared were accomplished in accordance with currently accepted geotechnical engineering principles and practices . The possibility always exists that the subsurface conditions at the site may vary somewhat from those encountered in the boreholes. The number and spacing of test borings were chosen in such a manner as to decrease the possibility of undiscovered abnormalities, while considering the nature of loading, size, and cost of the project. If there are any unusual conditions differing significantly from those described herein, Mas-Tek Engineering & Associates should be notified to review the effects on the performance of the recommended foundation system. The recommendations given in this report were prepared exclusively for the use of the Client and their consultants. The information supplied herein is applicable only for the design of the previously described development to be constructed at locations indicated at this site and should not be used for any other structures , locations , or for any other purpose. We will retain the samples acquired for this project for a period of 30 days subsequent to the submittal date printed on the report. After this period , the samples will be discarded unless otherwise notified by the owner in writing. MAS-TEK ENGINEERING & ASSOCIATES E09-1210 PAGE12 I!'. FIGURES L j l j ' j MAS·TEK ENGINEERING & ASSOCIATES E07•1002 -J ' J ~¥ ~"RI:< !En.strie1cir.tns & Assoeiliites,. inc;; Project No: E09-1210 PLAN OF BORINGS 54 Inch Raw Water Pipeline -Fr. WORTH, TEXAS FIGURE NO: 1 • l tt¥ MAs,,,"l'.'l!K· Englnaor.tng & Assocl:at:as,;,·1nc. Project No: E09-1210 PLAN OF BORINGS 54 Inch Raw Water Pipeline -FT. WORTH, TEXAS FIGURE NO: 1a 'l 'J l j • J ~~ MAa-T•K ll!ftalneerlna & Allsoclacea,, Inc. Project No: E09-1210 PLAN OF BORINGS 54 Inch Raw Water Pipeline -Fr. WORTH, TEXAS FIGURE NO: 1b -·· LOG OF BORING B-1 Project: Westside Pipeline -Ft. Worth, Texas Project No.: E09-1210 .. Date: 01/20/2010 Elev.: Location: See Figure 1 Depth to water at completion of boring: 19' Depth to water when checked: end of day was: 12' Depth to caving when checked: was: . -·. -ElEV'AllON/J . SOIL SYMBOLS. ,. DEPlH SAMPLER SYMBOLS DESCRIPTION MC LL PL Pl -200 DD P.PEN UNCON Strain .Jfeell . .· .· &.f.lELO TEST DATA % % % % per tsr ksl % -.. . -··;-.. -.. -. ... . .. -0 ---------------.-~-·-=--...;..-.. .. ~ Dark brown .QlAY wl trace of limestone & calcareous 2 .1 ~ ~ nodules, sllckensided 28 1.9 2.5 ; 2.~ , '-·· '·' ---,__ ~-,__ __ ---~--L---~ 1. ~-Light brown CLAY w/ calcareous nodules, jointed --':':" 2.3 ~s ~ 23 68 23 45 2 .8 [ ' ' ' I ~· 40 ~· 13 44 : 18 26 58 111 · 3A 6.5 10.5 ; ·10 Y ..... ~. ' I ; f 14 41 16 25 76 119 34 67 1!!,0 ; .. ! r,, ~--\·B·~,, ---------I------·---.__ ~ ·-·~·r.i Hard tan weathered LIMEStdNE w/ clay seams, ·i!F~a . fractured l,. '·ii · ~ g. ; ~-· -if -~a ..,., ~-. .. .,,..,:; -.. .. l'I I 50/0,5" ! 50/0,25" Boring terminated at 20' .I I ~ I ' J i 25 'I 'l •30 • 35 ·-·· ···-·· -- Notes: FIGURE:2 MTE, INC. l J l J L j . J LOG OF BORING B-2 Project: Westside Pipeline -Ft. Worth, Texas Project No.: E09-1210 Date: 01/20/2010 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: end of day Depth to caving when checked: was: 17' was: ELEVATION/ [ · DEPTH . lfeell . 5 10 15 L 25 JO · 35 l l Notes: SOIL SYMBOLS SAMPLER SYMBOLS &FIELD.TEST DAT~---· ; . DESCRIPTION MC LL PL · Pl ·200 DD P.PEN UNCON Slraln % % %, % . pcl ISi ksl % .... .... 5012.5'! 50/2': I • ,. 50/01~· 50/0.25" ... -·-·,...·-~·a ... _r-o:w:n:':::C .... · :;:LA....,_.:::_.,_'.:::y-· _w-_-,:n_m~'-e_s-_t-o:n~e~-f_r_,_a-=g~m-_:e:n_t-s:-.. ---.""' .. -( .... F'-__ '-'1-L'""'~-'---..... }-_-_-_~--.;:;,;-----:.i:---· '-~ = ·= =::: = =-_ -= ~ == = = = = = Dark brown ~.w/ limestone fragments, slickensided 13 1·5 13 Brown 'tLAYw/ lfmestone fragments & trace calcareous ... ,..,--,..,-1-----" --·-21 ----~--- nodules 2.5 -1-------------'·--·---~·..a."-'-' '----I-· .;,;, ...:. -i-::·-t=,.. - - ----L---L,.... -- ---Hard tan weathered LIMESTONE, fractured _i_:..:.::.:.:..,.::::..:...::.:::..:.:.:.:.:::...;====~:.:.:.:::.:.:.:. ____ .... 1--~:... -J-_._ :..----L--· .;..1--··---- Tan & lighfgray sha!ey CLAY w/ silt seams, limestone fragments & iron stains, jointed 3,2 22 59 21 38 B1 97 3.1 · 4.0 8,0 i, _._ __ ......;. __ _.._ .. _____ ___;,_; ________ 1-·~ -- --'-- -----;_ -- ---1---~ Hard tan weathered LIMESTONE , fractured -1'--D-a-_rk-__ -br_o.,..w""'n""'"· s"""11"""a"""1e _ _y_C_L_A_Y_ 1 ...,jo-l-nt_e..,.d ________ ,_,.., 21 s2 ":!f ,ur ....... -.. '" --,1s-""' ..:. _._ -,;. 4'-.::.:::::.::..:.:..::.:.:.:.'...=:::::::::t:::::::=:::::!1.:.'..::.:::.:_ __ ,....,., __ ,.,,..., ____ ;1----1--.--... --: - ---- - -I---L--· .... Moderately hard gray SHALE, jointed -•-H-a-_r_d_g-ra_y_l_lM-E~S-T_O_N-E_w_/_g-ra_y_s_h_a~ie_s_e_a_m_s ____ .1-'" -~-, ----• _.," ---~ _,, --' I Boring terminated at 20' FIGURE:3 MTE, INC . ' l , i 'l . ; LOG OF BORING B-3 Project: Westside Pipeline -Ft. Worth, Texas Date: 01/20/2010 Elev.: Depth to water at completion of boring: Dcy Depth to water when checked: end of day Depth to caving when checked: ELEVATION/' DEPTH feet SOIL SYMBOLS .. SAMPLER SYMBOLS · & FIELD TEST DATA Location: See Figure 1 was: Dry was: DESCRIPTION -. Brown .Q18Y. w/ calcareous nodules Project No.: E09-1210 MC LL PL Pi .20() . DD 1P PEN °UNCON Slraln % % % % _per . Isl ksf _% -. --·. --. > . 2 .1 . -- 21 1.5 ·•-------~-------------=--=--------------1-c,e e1 21' °4o 9s -' 4 2 9 --· ----Tan .§illy~ w/ calcareous nodules , slickensided r6 l I i. ,. 10 15 ··20 t ~ I· 2s I I i i t I r~ [" Notes: Moderately hard to hard tan weathered LIMESTONE w/ clay seams, fractured 19 -t------------'-----"-'-----"-------r----Hard tan weathered LIMESTONE, fractured 29 ·------------------,--1-·-----·------······---·-·----Hard tan & gray weathered LIMESTONE, fractured Hard gray LIMESTONE . -. ·--· --~ .. - ·""-------------------~-1--1----. -~ Boring terminated at 20' FIGURE:4 MTE,INC. i i i i I I I ! I l 'I I I ! i ! ! i j ,. ~ ~ l ! < l .. l ... j l j ' l j LOG OF BORING 8-4 Project: Westside Pipeline -Ft. Worth, Texas Project No.: E09-1210 Date: 01/20/2010 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: end of day Depth to caving when checked: was: Dry was: ELEVATION'( .... DEPTH -leel . 0 ·5 -10 · 15 20 • 25 ~ .. 30 I Notes: SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA '50/0.5" 50/0.25" S®.~ 50/0.5" DESCRIPTION .. MC' LL PL Pl -200 DD 1'.l'EN UNCON Strain . % '.4 % '.4 J>C1 Isl kst_ '.4 Dark brown & brown .QL8Y w/ limestone fragments (FILL) Moderately hard to hard tan weathered LIMESTONE w/ · clay seams, fractured 17 67 ---ii il:i l_q. 1:0 . 1 7 43 15 28 63 ~05 1.0 1 1 9 7 --.. ----·· -· -------------,-.,....,,..---------------Hard tan weathered LIMESTONE ,fractur~d - -··-.· j -Hard-tan & gray weathered LiMESTONE, fractured ---.. · -.. --------. -... -- ·l----·-----,------'-------~--1-----------Hard gray LIMESTONE -!------~-------'------------·----. -·-Boring terminated at 30' FIGURE:5 MTE, INC. L j LOG OF BORING B-5 Project: Westside Pipeline -'Ft. Worth, Texas Project No.: E09·1210 Date: 01/22/2010 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: end of day Depth to caving when checked: was: Dry was: ELEVATION/ I DEPTH .. (leel) 0 5 • 10 f · 15 I r I l~ I 25 i SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA DESC_RIPTION MC LL PL Pl ·200 DD P PEN UNCON Slrain % % % % per Isl ksl % I "+-------------'----..;.........------,;--......... -. --------.... i-i ... ------Brown CLAY w/ lime~to~E3. fragments (Fl~L) -·1----------=--= ........ '---------·----,-,22 . -........... I-1-... 1 !1 · Dark brown to brown .Q.!.8Y w/ trace limestone fragments 2 4 22 55 19 36 90 25 225 --1----~ .... -"'-----------------------....,...,.-- - -- - ------· -- - ----· -.. Moderately hard to hard tan weathered LIMESTONE w/ tan clay seams, fractured -·1---,-,--------..,.......--......,,-,----,-:----:---;~ ..;;I--+ ... .:... - -- -;. --~ -· - - --· ---Hard tan & gray weathered LIMESTONE, fractured -•--'---------···----------------·-~-!' -· .. ·r----f-- --· ----1-..... -Hard gray LIMESTONE , I f·30 -1----------·---··---------1----,-~ . --------· Boring term inated at 30' t ' J 35 Notes: FIGURE:6 MTE, INC. ·, ' j • I \. j LOG OF BORING 8-6 Project: Westside Pipeline -Ft. Worth, Texas Project No.: E09-1210 Date: 01/22/2010 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: end of day was: Dry Depth to caving when checked: was: .. "===,.,,..,.,. ............... -=="~=.,-:----r--------·· ....... · ------'-------------··--·. __ .;._a;_·· .---r--r-r-r'--.-"l'.""""-i--T""""~ ·e(EVATION/l.. SOIL SYMBOLS MC LL .PL Pl . ·'.200 . DD P.PEN UNCON Slra1n DEPTH . SAMPLERSYMBOLS DESCRIPTION ksl .(!aell . , & FIELD TEST DATA ; .... _ % ·"'· . % % pc! . LSI % 10 -15 ,. t fw I I I r I r i r 2s I ~ l f I f 30 I t i ~ 35 I I r I. Notes: ... -·, .~ .... 50/0.6" '50/0.5" +-T~. a-n-C-. :-:-LA-cY-'!'..,.../ l..,...lrn-. e..,..._s-to_n __ e_c_o_bb,..,l-e--....,.(F---1-LL,..,)----i--.-.-.---·-,--........ 1 "'" i1 ----1--- -l----'---__;,;,...;..........;._ ____ ---'----'----=---1-:20' i----·- --·. -I-·.-... • 14 -1---·-- -.... Brown CLAX w/ (?rganics, roots -1--T'-a....;.n_C_LA ........ Y=w=/=c--a_,_lc_a;;;,,.r_eo-u-'s-n-o-d-u-,e-s--------·i-:29 76 '25 ,-sf-_,_ 95 ' -ia--20 --'B°o .,., 28 23 i 1.3 26 -1------------------,-,-:-:-:-=~~-:----~ --,-..--··---..:. -----· ----Moderately hard to hard tan weathered LIMESTONE w/ tan clay seams, fractured -1-------------------------1--·----r-·-----Li----...----1-·-"""" Hard tan weathered LIMESTONE, fractured -1'-------------"-'--'---~-----------i----------1--.!-'7'".:----~ - - --Hard gray LIMESTONE -1---------:::----------------1--1-'t----·------~----Boring terminated at 20' FIGURE:7 MTE 1 INC. j I II Ii j I .I -1 -r -, LOG OF BORING 8-7 Project: Westside Pipeline -Ft. Worth, Texas Project No.: E09-1210 Date: 01/22/2010 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: end of day was: Dry was: Depth to caving when checked: ELEVATION/ I DEPTH -11a:a:o ,o l " I i ,. I !-20 ' r25 I I ! i I-r 30 I I· t.· 35 Notes: SOIL SYMBOLS SAMPLER SYMBOLS & FIELD TEST DATA 50/3" ~:i!J; 50/2" ~ ~; 111 ~ ~~ I.J ~ P,~' "" I DESCRIPTION MC · LL-PL Pl ·200 DD P PEN UNCON Strain %· ~ %. · · %_ pc! Isl ksf % -1------------------'~~'-'--I--1----;._.-I-..:... --- ---_l---Rock BA~E; ..l-=====:1=...-----------------.....:1->--. ------·--.. -------Tan & g·ray Q.lAY w/ limestone fragments & calcareous 24 · 1 75 nodules (FILL) 24 s, · 1'.e 33 95 075 1 5 87 -i--=,. .... -a-n-&-lig_h .... t"""'g'""ra_y_s_h_a'""'"1e"""y-C .... L_A_Y_, -jo-in-te_d ______ _;.i....,27-------1--• -• ·,.-25"' '--- 25 68 23 45 125 18 26 · Hard tan weathered LIMESTONE w/ tan clay ·-se_a_m_s_, -----1ce -i,-_ ---• ---•• --- fractured 50/1" : ~ ~ ~ soro.25" _,_H_a_r_d-to----v--ery_h_a-rd__,_ta_n_&_g-ra_y_w_e_a_t-he_r_e_d_L_IM-E-ST-b'"'"· _N_E,..._ w-,-•--.... _ ------· -· -·--·· ---·· - ~ 3 ~ tan clay seams, fractured il;i l~ ~l~ 11.i l~ ~~~ -1----------------------------·---... -. --- -·---1---. -••. - -- •· Moderately hard to hard gray SHALE, jointed -6" extremely hard gray limestone layers at 17' & 21' . ··---------------------1-----_._ ------· ·-----· ---'-·--Extremely hard light gray .!JM.ESTONE w/ shale seams ... -_________________ ,___ __ .___ ~-·--- Boring terminated at 30': FIGURE:8 MTE, INC. ~ j l l 1 l l .1 :1 ~ :.1 ~ --, • J KEY TO LOG TERMS & SYMBOLS Symbol Strata bSl m ~ 00 ~ ,! • mm Misc. Notes: Description symbols CLAY LIMESTONE, weathered CLAY, shaley SHALE Limestone CLAY, silty Symbols Water table when checked Water table at boring completion Symbol Description Soil Sam];!lers I Thin Wall Shelby Tube I] Auger Ill THD Cone Penetration Test 1. Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. 2. Water level observations are noted on boring logs. 3. Results of tests conducted on samples boring logs. Abbreviations used are: DD= natural dry density (pcf) MC= natural moisture content (%) Uncon.= unconfined compression (tsf) P.Pen.= hand penetrometer (tsf) 4. Rock Cores recovered are reported on the LL= liquid limit (%) PL= plastic limit (%) PI= plasticity index -200 = percent passing #200 REC= (Recovery) sum of core sample recovered divi ded by length of run, expressed as percentage. RQD = (Rock Quality Designation) sum of core sample recovery 411 or greater in length divided by the run, expressed as percentage. MTE, INC . FIGURE:9 I 'i I _I l 1 II 't I ,! ~ . ._ j L L ) -l RECOMMENDED TEMPORARY SLOPE RATIOS Short Term Long Term -· .. . .. . (under 8 ho.ors).. i; .lover 8 hours) ,SO.IL i ROCiC: , .... ·-' ... V '' . -·v ; H H ····--· -... . -. ; .. .. Gravelly sand, sand, soft clay (hand penetrometer of 0.8 tsf or 1-% 1 2 1 less) Submerged soils, and/or fractured rock (shale or limestone) from which water is seeping • Stiff to hard clay, shaley clay, weathered shale, and/or weathered limestone above existing groundwater level ·-. ··-- Unweathered gray shale Ill, . n·J .~··rrr ;· ~ H · .. ,~·~_." .. .. : ··. V .... ·: -~··. ·-...... ~,. . ., . · .. --~ -.:··:. 'S · ... 1-% 1 .. 1 .. , \• 1 ,' . ·,· --r- 1 fna~ 1 .. 1 H .. v:r7-.. ~, ...... I -~,,'" .. -- . - 2 i 1 ., ... -.. ~: /:'"' !,'. 1 1 1 * In accordance with the best interpretation of OSHA regulations, submerged soil is defined as water bearing granular soils, fissured clay soils, fractured weathered rock (shale or limestone) or soil from which groundwater is seeping. ** Maximum bedding cut for trench excavations less than 12 feet deep in dry soil and rock which are open less than a hours. NOTE: Recommended slope ratios may be subject to reduced stability under the influence of groundwater or saturation by rain. WESTSIDE PIPELINE FORT WORTH, TEXAS RECOMMENDED SLOPE RATIOS Bedding . CuL .. -i(tt.l . 0 . ' 0 : 2** 2** FIGUR.E 1CJ 'l LATERAL EARTH PRESSURES FOR INTERNALL V BRACED EXCAVATIONS (For excavations terminating in stiff to hard clay, limestone and shale) Excovatior. Botforr. . WHERE: -r I ~----" ! , . i i I ' I ; . : ..... i .: ' i I I i I r./2 "4------,;' _;_ , ... .... sh = Lateral Earth Pressure, psf. g = Saturated Unit Weight of Soil; Use 130 pct for Stiff to Hard Clay and Weathered Shale H = Height of Excavation (ft.) k = Earth Pressure Coefficient, Use 0.30 NOTES: 1) If water is not allowed to drain from behind shoring or bracing , full hydrostatic pressure must be considered. 2) Surcharge loads and traffic live loads, if present, must also be considered. WESTSIDE PIPELINE FORT WORTH, TEXAS PRO~~P.t NO: E09-1210 FIGURE 11 I ! l i ' ' APPENDIX C CORROSIVITY STUDY AND CORROSION · · POTENTIAL DESIGN REPORT ' . • i 'l L l I 'l • j L > l J L J 'l -l carrpra® An lnsituform" Company CORROSIVITYSTUDYAND CORROSION PROTECTION DESIGN WESTSIDE WATER TREATMENT PLANT PROJECT PROPOSED 54" RAW WATER PIPELINE FORT WORTH, TEXAS PREPARED FOR CAMP DRESSER & MCKEE, INC. FORT WORTH, TEXAS PREPARED BY CORRPRO COMPANIES, INC. HOUSTON, TEXAS MARCH,2010 G:\Regional\JOBS\2010\306913 CDM\ERl-2701-Rev I .doc 'l ' j • i . ; TABLE OF CONTENTS 1.0 Introduction 2.0 Executive Summary 3.0 Corrosivity Evaluation 3 .1 Results and Analysis 3.2 Corrosion Protection Requirements 4.0 Design Report 4 .1 4.2 4.3 4.4 4.5 4.6 4.7 Appendix A AppendixB Appendix C AppendixD AppendixE AppendixF Summary Protective Coating Pipe Bedding and Backfill Cathodic Protection Joint Bonding and Electrical Isolation Test Stations Conclusions and Recommendations Appendices Field Data Laboratory Data Specification Section 15640 -Joint Bonding and Electrical Isolation Specification Section 15641 -Corrosion Control Test Stations Specification Section 15642 -Magnesium Anode Cathodic Protection System Specification Section 15643 -Polyethylene Encasement . , I ~. ... .. j .. J CORROSIVITY STUDY AND CORROSION PROTECTION DESIGN WESTSIDE WATER TREATMENT PLANT PROJECT PROPOSED 54" RAW WATER PIPELINE FORT WORTH, TEXAS 1.0 INTRODUCTION Corrpro Companies, Inc. has been retained by Camp Dresser & McKee, Inc. to perform corrosivity evaluation and corrosion protection design services for the proposed 54" diameter raw water pipeline associated with the Westside Water Treatment Plant Project in Fort Worth, Texas. The proposed 54" diameter raw water pipeline has an approximate length of 4,749 feet and is routed from the Westside Water Treatment Plant to the Old Weatherford Road valve vault, where it will connect to an existing 96" diameter raw water pipeline . The water line will be offered for bid with the following pipe material alternatives: • Bar-Wrapped Concrete Cylinder Pipe (A WW A C303 ). • DuctilelronPipe(AWWAC151). • Dielectrically Coated Steel Pipe (A WW A C200). Upon completion of the corrosivity evaluation, a corrosion protection design was prepared including the requirements for joint bonding, electrical isolation, stray current control, corrosion control test stations and cathodic protection . This report presents the results of the corrosivity evaluation and corrosion protection design. 2.0 EXECUTIVE SUMMARY 2.1. Soils along the pipeline route are considered corrosive to the concrete cylinder pipe (CCP), the ductile iron pipe (DIP), and the dielectrically coated steel pipe material options. Corrosion protection measures are recommended for all three pipe alternatives to help preserve the integrity of the water line . 2.2. The mortar coating on the CCP provides corrosion protection for the embedded steel components. Nevertheless, areas of low soil resistivity may compromise the level of corrosion protection over time, making the steel susceptible to corrosion . Therefore, it is recommended that the CCP option be cathodically protected. 3.0 •• L j C I -l 2.3 . The annealing oxide and asphaltic shop coating typically present on the DIP option should be supplemented with the installation of a polyethylene encasement and a cathodic protection system. 2.4. The dielectric coating provides corrosion protection for the carbon steel pipe option. However, accelerated corrosion may occur at coating defects . Therefore, it is recommended that the dielectrically coated steel pipe option be cathodically protected to minimize the probability of corrosion. 2.5 . Joint bonding of the CCP option and DIP option is required to maintain the electrical continuity throughout the length of the water line . Joint bonding of mechanical and/or push-on joints is also necessary for the steel pipe option. 2 .6 . The evaluation indicates that AC or DC interference is not a concern for the waterline. 2.7. Test stations should be installed at galvanic anode ground bed locations, at cased crossings and at all buried underground in-line isolators to monitor the effectiveness of the cathodic protection system. CORROSIVITY EVALUATION The soil corrosivity analysis and corrosion control recommendations presented in this report are based on the field soil resistivity survey and laboratory soil analysis conducted by Corrpro Companies, Inc . During the field evaluation Corrpro also investigated the possibility of interference due to stray DC currents which might affect the integrity of the planned water line . The evaluation performed is the basis for determining the corrosion protection requirements for the concrete cylinder pipe (CCP), ductile iron pipe (DIP), and dielectrically coated steel pipe options. 3.1 RESULTS AND ANALYSIS Field and laboratory testing were performed to collect chemical and electrical data pertaining to the corrosivity of the proposed pipeline alignment with respect to the CCP, DIP and steel pipe options. Soil resistivity measurements were recorded from grade to depths of five, ten and fifteen feet at five (5) locations along the proposed pipe alignment. This data is recorded in Appendix A. Using the Barnes Layer procedure, soil resistivities were calculated for the 5 to 10 feet and 10 to 15 feet layers. Statistical distribution of the soil resistivity for the layers of interest is summarized as follows : 2 -. • l 'l 'l 'j • l Westside Water Treatment Plant Proiect Proposed 54" Raw Water Pipeline Fort Worth, Texas Soil Resistivity 5-10 Feet 10-15Feet Minimum 1,040 ohm-cm 1,887 ohm-cm Maximum 2,666 ohm-cm 4,455 ohm-cm Average 1,973 ohm-cm 2,877 ohm-cm Standard Deviation 830ohm-cm 986 ohm-cm Percent< 1,000 0% 0% Percent < 2,000 40% 20% Percent < 3,000 100% 80% Percent~ 3,000 0% 20% Seven (7) soil samples collected by Alliance Geotechnical Group personnel along the pipeline right-of-way were tested in the laboratory for moisture content, pH, chloride ion concentration, sulfide ion concentration, conductivity and resistivity. Laboratory test results are tabulated in Appendix B . With respect to the chemical properties of the soil, the test results of the samples indicate: • Moisture content from 6.1 % to 28 .0%. • A pH from 7 .5 to 8.3. • Chloride ion concentration of2 to 24 ppm . • No detectable sulfide ions. • Conductivities from 490 to 2,400 microhmos. • Resistivities from 400 to 1,900 ohm-cm. Considering each of the chemical and electrical soil properties that are tested in the field and the laboratory, general guidelines for interpreting the results are as follows: • Soil Moisture -The higher the soil moisture content, the greater the anticipated rate of corrosion. Moisture contents can range from 1 % (very dry sands) to 40% ( clays holding a great deal of moisture). Typical values are IO to 15% with over 20% moisture considered high. 3 ... ' . 'J l l l j l I L ' . ' • pH -Acidic soils and groundwater are more conducive to galvanic corrosion of ferrous materials than alkaline soils and groundwater. • Conductivity -For a given corrosion cell with a fixed potential difference between the anode and cathode, the higher the conductivity, the greater the metal loss. Conductivities over 350 microhmos/cm (equivalent to a resistivity of2850 ohm-cm) are considered high. • Sulfide Concentration -Any detectable concentrations of sulfide ions are indicative of anaerobic conditions that may support high rates of metal dissolution due to microbiologically influenced corrosion. • Chloride Concentrations -Chloride ions are cathode depolarizers, which enhance the rate of corrosion. The higher the concentration, the greater the rate of corrosion. Many soils have chloride concentrations less than 10 ppm. Concentrations over 50 ppm are significant from a corrosion standpoint. • Soil Resistivity -Resistivity is a common parameter for evaluating the corrosiveness of the soil. Resistivity is the inverse of conductivity and is measured in units of ohm-centimeters . Corrosivity is often an inverse function of resistivity with low resistivity soils usually more corrosive than high resistivity soils. Resistivity is also related to the concentration of salts with low resistivity indicating high levels of salt. It should be stressed that there is no single chemical or electrical property of the soil that determines the rate of corrosion. Consideration of the interrelationship of all of the above factors is important to an accurate assessment of the potential rates of corrosion and the design of corrosion protection systems . DC interference conditions at cathodically protected foreign hydrocarbon pipeline crossings · must be considered in the corrosion control design (i.e., install a foreign line test station to monitor possible DC interference, including provisions for bonding if required). DC interference is not a concern for crossings at locations where the pipe is encased. The following cathodically protected foreign pipeline crossings were observed at the proposed waterline right-of-way: • Atmos Energy Natural Gas Pipeline Crossing (Station 17+85) • Atmos Energy 24" Gas Pipeline Crossing (Station 18+93) • Energy Transfer Company 12" Gas Pipeline Crossing (Station 47+63) • Energy Transfer Company 4"Gas Pipeline Crossing (Station 47+70) Observations performed during the field survey indicate that the possibility of AC interference is negligible. Corrpro's corrosion control design analysis included the use of our risk-based Design Decision Model (DDM'™) to evaluate soil corrosivity and the 4 3.2 -J -' consequences of a corrosion failure. These data are then analyzed along with other considerations to develop specific corrosion control recommendations for the pipeline alignment. While the development of the detailed DDMTM protocol and algorithms is unique to ductile iron pipe, the same basic approach has been used to determine optimum corrosion protection design requirements for all pipe material options. CORROSION PROTECTION REQUIREMENTS An analysis of the field data, laboratory data and of the types of proposed pipe materials was made to determine the requirements for and types of cathodic protection that could be considered for the water lines. The CCP and the DIP options are electrically discontinuous along their length because of the dielectric sealing materials used at each pipe joint. Joint bonding is therefore required to establish and maintain electrical continuity. Joint bonding is also required for the dielectrically coated steel pipe option at all non-welded (mechanical and/or push-on) joint locations. The high pH of the mortar coating on the CCP option provides corrosion protection for the embedded steel components . However, moisture and low soil resistivity may compromise the level of corrosion protection, making the steel susceptible to corrosion. Therefore, it is recommended that the CCP option be cathodically protected. The dielectric coating on the carbon steel pipe option is the primary corrosion control mechanism. Corrosion will occur, however, at those areas where there are defects in the dielectric coating. Therefore, the corrosion protection provided by the dielectric coating must be supplemented with cathodic protection. The annealing oxide and asphaltic shop coating typically present on the ductile iron pipe surface are the primary barriers against corrosion. Polyethylene encasement should be used to supplement the corrosion protection provided by the annealing oxide and asphaltic shop coat throughout the length of the DIP option. Additional recommendations include joint bonding and the installation of a galvanic anode cathodic protection system to increase the effective service life of this pipe option. In summary, it is recommended that cathodic protection be installed regardless of the selected pipe material. In addition to the installation of cathodic protection, electrical continuity bonds must be installed on all buried mechanical and/or push-on joints for the CCP, the steel pipe and the DIP options. A polyethylene encasement should also be installed on the entire length of the DIP option. 5 4.0 . J '-J It is necessary to electrically isolate the waterline at all tie-ins to other buried metallic pipelines. In addition, where the pipe may pass through casings the carrier pipe in the casings must be electrically isolated from the steel casing. Monitoring test stations should be installed at galvanic anode groundbed locations, cased crossings and at all buried underground in-line pipeline isolation fittings. CORROSION PROTECTION DESIGN REPORT 4.1 4.2 SUMMARY The proposed water pipeline will be offered based with the following alternative configurations: • Bar-wrapped concrete cylinder pipe (A WW A C303): A corrosion control system consisting of galvanic anode cathodic protection, joint continuity bonds, monitoring test stations and electrical isolation at connections to existing pipelines and at metallic casings is recommended for this pipeline configuration. • Dielectrically coated carbon steel pipe (A WW A C200): A corrosion control system consisting of galvanic anode cathodic protection, joint continuity bonds for all non-welded (mechanical) joints, monitoring test stations, electrical isolation at connections to existing pipelines and at metallic casings is recommended for this pipeline configuration. • Ductile iron pipe: A corrosion control system consisting of polyethylene encasement throughout the pipe length, joint continuity joint bonds, cathodic protection, monitoring test stations, joint isolation at connections to existing pipelines and electrical isolation at metallic casings is recommended for this pipeline configuration. PROTECTIVE COATINGS The mortar coating on the CCP option provides a high pH environment, which is protective of the steel embeddments. The mortar coating should be applied in accordance with A WW A Standards to make certain that it is of low porosity and low permeability. The pipe should be handled without cracking the mortar and the joints must be properly diapered. It is recommended that a polyurethane coating system be used to prevent corrosion of the external surfaces of the carbon steel pipe option. The polyurethane coating shall be in accordance with the ANSI/ A WW A C222 Standard. All welded and/or mechanical joints should be coated with heat shrink 6 '. '. > I C j sleeves. Proper installation of the heat shrink sleeve must be assured to prevent any delamination between the coated pipe and the sleeve. The ductile iron pipe option shall be protected with polyethylene encasement throughout it length in accordance with the A WW A C-105/ A21.5 standard. A high-density, cross-laminated polyethylene film is recommended for this application. 4.3 PIPE BEDDING & BACKFILL There may be places along the pipeline right-of-way where the pipe will be installed in rocky areas. It is essential that the pipe be provided with proper bedding to prevent physical damage to the pipe, mortar and/or dielectric coating. It is recommended that bedding materials such as clean river sand be used for this purpose. Backfill material should also be finely graded to prevent damage to either the dielectric or mortar coating. 4.4 CATHODIC PROTECTION 4.5 For the bar-wrapped CCP option the recommended galvanic anode cathodic protection system shall include seven (7) groundbeds, each consisting of twelve (12), 40-pound, 3" x 3" x 60" prepackaged high potential magnesium anodes, installed vertically at a depth of 10 feet, and spaced 12 feet ( center-to-center). The average spacing between anode groundbeds shall be 678 feet. For the Dielectrically Coated Steel and Ductile Iron Pipe options, the recommended galvanic anode cathodic protection system shall include five ( 5) groundbeds, each consisting of twelve (12), 40-pound, 3" x 3" x 60" prepackaged high potential magnesium anodes, installed vertically at a depth of 10 feet, and spaced 12 feet (center-to-center). The average spacing between anode groundbeds shall be 950 feet. Refer to Appendix E, Specification for galvanic anode cathodic protection systems. JOINT BONDING AND ELECTRICAL ISOLATION The CCP option requires two (2) welded steel clips across all mechanical and/or push-on pipeline joints to establish and maintain electrical continuity. The DIP option requires two bonding cables welded across each joint to ensure electrical continuity. The dielectrically coated steel pipe option requires two bonding wires welded across all non-welded (mechanical and/or push-on) joints. Refer to Appendix C, Joint Bonding and Electrical Isolation. 7 t I 'I ' j 'j 4.6 TEST STATIONS Test stations will allow periodic monitoring of the effectiveness of the cathodic protection system and future monitoring of possible interference for any of the pipe material alternatives. Test stations are required for all pipe materials at cathodically protected foreign line crossings, galvanic anode ground bed locations and buried underground electrical pipeline isolation joints. See project drawings for schedule of test stations for all pipe options. Test Station types are as follows: 1. TS -Standard pipe-to-soil potential measurement test station at groundbed locations. See details on the cathodic protection drawings. 2. FL -Test station installed at crossing of underground steel piping systems owned by others (foreign pipelines). See FL type test station on the cathodic protection drawings. In addition to the lead wires to be installed for the pipeline and the foreign pipelines, bond wires shall also be installed, one to the water transmission pipeline and one to the foreign pipeline. The bon4 wires shall be No. 8 A WG, single conductor, stranded, copper wire with TW or THHN insulation. The insulation shall be white in color for bond wires installed on the water transmission pipeline and red in color for bond wires installed on foreign pipelines. 3 . IF -Test station installed across buried isolation joints. See IF type test station on the cathodic protection drawings. Note: Lead wires and bond wires are to be installed on foreign pipelines (if any) by the foreign pipeline owners. The waterline owner will make arrangements with the foreign pipeline owners (if any) for installation of lead wires and bond wires on the foreign pipelines. Contractor SHALL NOT install lead wires or bond wires on foreign pipelines. 4.7 CONCLUSIONS AND RECOMMENDATIONS 4.7.1. The installation of galvanic anodes for any of the pipe material options will provide the means for external corrosion control. 4. 7 .2 The waterline should be electrically isolated from existing metallic transmission mains and laterals. 4.7.3 Installation of bonding clips or bonding cables across all mechanical joints is required for the CCP and DIP options. The dielectrically coated steel 8 • j L j pipe option requires two bonding wires across all mechanical (non- welded) joints. 4.7.4 Installation of a polyethylene encasement is recommended for the DIP option. 4.7.5 Proper monitoring of the cathodic protection system will be achieved through test stations installed at foreign pipeline crossings, galvanic anode ground beds locations, and buried underground electrical isolation fittings. In addition, permanent reference cells will assist in monitoring of pipe-to- soil potential measurements at ground bed locations. Monitoring test stations are recommended for all three pipe material alternatives . 9 ' ' ' . 'J Cl APPENDIXA FIELD DATA Variation in Soil Resistivity as a Function of Distance and Depth City of Fort Worth: Westside Water Treatment Plant Project Proposed 54" Raw Water Pipeline 7,000 .....------------------.----------------- / \ I '\ 6,000 -+------------------.--1 -~,--------------------1 I '\ -I \ 5 5,000 -+----------------...... '-----'......----------------~ • I \ E ' ' ~ I \ Q. 4,000 -----..----------------------------~ ~ '\ ~ '\ ~ 3,000 1 --------.....,--,~-------=::.:::::=:;;;;;:::==='T~~:----------, & ' ~---= ~' ·s 2,000 +------~-----:;;1---~~----------'.:..---~~--~~-----1 ti) ------~---/ ------"'---.. '~ ' 1,000 ---------~------------------------- 0+----'------.----....__---~----"-----,-----....__----,----....,__-----1 Cl Cl + Cl Cl Cl + Cl - Cl Cl + Cl N Cl Cl + .... N Cl Cl + Cl ~ Station Number -.. -Layer ResistiviW ohm-cm From O' to 5' • La er Resistivi ohm-cm From 1 O' to 15' =-• •Layer Resistivity (ohm-cm) From 5' to 10' < ' CITY OF FORT WORTH HUTCHINS TO MESQUITE Proposed 54" Diameter Raw Water Pipeline Soil Resistivity Data Summary Ref# Station No. Layer Resistivity (ohm-cm) From O' to 5' From 5' to 10' From 10' to 15' 1 0+00 1628 2565 4455 2 10+00 1867 1093 2230 3 20+00 6798 2666 2873 4 27+00 1819 2501 2942 5 40+00 1676 1040 1887 SOIL RESISTIVITY STATISTICS 5' -10' 10' -15' Minimum 1,040 1,887 Maximum 2,666 4,455 Average 1,973 2,877 Std Dev 830 986 %<1,000 0.0% 0.0% % < 2,000 40.0% 20.0% % < 3,000 100.0% 80.0% % >= 3,000 0.0% 20.0% % > 5,000 0.0% 0.0% • j ,.- CORRPRO COMPANIES, INC. • HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: COM JOB NO.: 306913 LOCATION: Sta 7+00 INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER, M400 DATA BY: TJ DATE: 1/27/10 4-PIN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LAYER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPACING {FT) (OHMS) (191.5 X DEPTH) (OHM-CM) (MHOS) (MHOS) (OHMS) (191.5 X FEET) (OHM-CM) FROM SURFACE (FT) 5.0 1.70 957 .5 1,628 0.588 0.588 1.700 957.5 1,628 O.OTO 5 10.0 1.04 1,915.0 1,992 0.962 0.373 2.679 957.5 2,565 5 TO 10 15.0 0.85 2,872 .5 2,442 1.176 0.215 4.653 957 .5 4,455 10 TO 15 CORRPRO COMPANIES, INC. • HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: COM JOB NO.: 306913 LOCATION: Sta 17+00 INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER, M400 DATA BY: TJ DATE: 1/27/10 4-PIN SOIL RESISTMTY DATA BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SOIL LA YER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LAYER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPACING (FT) (OHMS) (191.5 X DEPTH) (OHM-CM) (MHOS) (MHOS) (OHMS) (191.5 X FEET) (OHM-CM) FROM SURFACE (FT) 5.0 1.95 957.5 1,867 0.513 0.513 1.950 957.5 1,867 O.OTO 5 10.0 0.72 1,915.0 1,379 1.389 0.876 1.141 957.5 1,093 5 TO 10 15.0 0.55 2,872.5 1,580 1.818 0.429 2.329 957.5 2,230 10 TO 1 5 r F CORRPRO COMPANIES, INC. • HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: CDM JOB NO.: 306913 LOCATION: Sta 27+00 INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER, M400 DATA BY: TJ DATE: 1/27/10 4-PIN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LAYER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPACING (FT) (OHMS) (191.SXDEPTH) (OHM-CM) (MHOS) (MHOS) (OHMS) (191.5 X FEET) (OHM-CM) FROM .SURFACE (FT) 5.0 7.10 957.5 6,798 0.141 0.141 7.100 957.5 6,798 O.OTO 5 10.0 2.00 1,915.0 3,830 0.500 0.359 2.784 957.5 2,666 5 TO 10 15.0 1.20 2,872.5 3,447 0.833 0.333 3.000 957.5 2,873 10 TO 15 ... CORRPRO COMPANIES, INC. • HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: CDM JOB NO.: 306913 LOCATION: Sta 37+00 INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER, M400 DATA BY: TJ DATE: 1/27/10 4-PIN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SOIL LA YER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LAYER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPACING (FT) (OHMS) (191 .5 X OEPTH) (OHM•CM) (MHOS) (MHOS) (OHMS) (191.5 X FEET) (OHM-CM) FROM SURFACE (FT) 5.0 1.90 957.5 1,819 0.526 0.526 1.900 957.5 1,819 O.OTO 5 10.0 1.10 1,915.0 2,107 0.909 0.363 2.613 957.5 2,501 5 TO 10 15.0 0.81 2,872.5 2,327 1.235 0.325 3.072 957.5 2,942 10 TO 15 - CORRPRO COMPANIES, INC. • HOUSTON, TEXAS SOIL RESISTIVITY MEASUREMENT INFORMATION CLIENT: COM JOB NO.: 306913 LOCATION: Sta 47+o0 INSTRUMENT USED: NILSSON SOIL RESISTIVITY METER, M400 DATA BY: TJ DATE: 1/27/10 4-PIN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIVITIES BY LAYERS SOIL LAYER DEPTH MEASURED TOTAL DEPTH CALCULATED CONDUCTIVITY RESISTANCE LAYER THICKNESS LAYER FROM SURFACE (FT) OR RESISTANCE FACTOR RESISTIVITY CONDUCTIVITY CHANGE CHANGE FACTOR RESISTIVITY SOIL LAYER RANGE ACTUAL PIN SPACING (FT) (OHMS) (191 .5 X DEPTH) (OHM-CM) (MHOS) (MHOS) (OHMS) (191.5 X FEET) (OHM-CM) FROM SURFACE (FT) 5.0 1.75 957.5 1,676 0.571 0.571 1.750 957.5 1,676 O.OTO 5 10.0 0.67 1,915.0 1,283 1.493 0.921 1.086 957.5 1,040 5 TO 10 15.0 0.50 2,872.5 1,436 2.000 0.507 1.971 957.5 1,887 10 TO 1 5 lJ u APPENDIXB LABORATORY DATA '' ' . l I 'J APPENDIXC SPECIFICATION SECTION 15640 JOINT BONDING AND ELECTRICAL ISOLATION '. '' ' . 1 J I I I l ' j -' -l APPENDIXD SPECIFICATION SECTION 15641 CORROSION CONTROL TEST STATIONS "l . , L j 'l • j ' j l j • j . ' APPENDIXE SPECIFICATION SECTION 15642 MAGNESIUM ANODE CATHODIC PROTECTION SYSTEMS . ' • j • J • l -J APPENDIXF SPECIFICATION SECTION 15643 POLYETHYLENE ENCASEMENT