Loading...
HomeMy WebLinkAboutContract 40853CITY SECRETARY , / /\0:°j CONTRACT NO._'+U ___ 6_~IOll-al-- FORT WORTH City of Fort Worth, Texas Water Department Fort Worth, Texas Village Creek Wastewater Treatment Plant Secondary Area and Filter Rehab and Modifications CLIENT PROJECT NO. P275-70130 0128980 CONTRACT/TECHNICAL SPECIFICATIONS VOLUME 1 OF3 DIVISION 00 -08 FINAL The undersigned has approved this document for and on behalf of Carollo Engineers, P.C . Texas Registered Engineering Fi m No.J;-882.. April 2010 I ._.._, E P.RY OPT TX In association with: GA 11 =o';!:OOates, Inc. TmcaaRegi91ered £~ Firm No. F-2593 J Q Sh.aping the Bui lt Environmenr- Texas RegiSlered Engineering Firm No. F-1~ 0 9-<7-1 8 P '4 :43 IN City of Fort Worth Village Creek Wastewater Treatment Plant Secondary Area and Filter Rehab and Modifications Client Project No. P275-70130-128980 CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS Gupta & Associates , Inc . Texas Registered Engineering Firm F-2593 Carollo Engineers , P.C . Texas Registered Engineering Firm F-882 Jaster-Quintanilla Dallas LLP Texas Registered Engineering Firm F-1294 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 9/14/2010 DATE: Tuesday, September 14, 2010 REFERENCE NO.: C-24452 LOG NAME: 60VCWWTP SECONDARY & FILTER REHAB -CONSTR SUBJECT: Authorize the Execution of a Contract in the Amount of $8,214,000 .00 with Archer Western Contractors, Ltd., for the Village Creek Wastewater Treatment System Secondary and Filter Area Rehab and Modifications (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Archer Western Contractors, Ltd., for the Village Creek Wastewater Treatment System Secondary and Filter Area Rehab and Modifications , in the amount of $8,214,000. 00. DISCUSSION: On April 28, 2009 , (M&C C-23490) the City Council authorized the execution of an engineering agreement with Carollo Engineers, P .C ., for the design of Village Creek Wastewater Treatment Plant Secondary and Filter Rehabilitation and Modifications. On March 9, 2010, (M&C C-24127) Amendment No. 1 was authorized. The project consists of the construction modification of final clarifiers 22 and 24, return sludge pump stations (1, 2, 3, 6 and 7), (12) traveling bridge/continuous backwash filters, related yard piping and meter vaults. The project was advertised for bids on April 29, 2010 and May 6, 2010, in the Fort Worth Star-Tele~am. On June 17, 2010, the following bids were received: Base Bid Sum ofall Base Bid Plus All Total Bidders Alternates(A-1 A-2 & Contract Amn11nt 'I.'1.~e Alt.em.ates ci-.11 Time Archer-Western $7,472,000 .00 $742,000.00 $8,214 ,000.00 Contractors , Ltd. BAR Constructors, $7,535,060.00 $1,053,000.00 $8,588,000.00 455 Calendar Inc. Days Eagle Contracting, $7,360 ,000.00 $920,000.00 $8,280,000 .00 L.P. Pepper Lawson $7 ,999 ,000.00 $1,097,000.00 $9,096,000.00 Construction, LP The contract is being awarded on the basis of Base Bid plus all three Alternates (A-1, A-2 and A-3). The contract time is 365 calendar days for the Base Bid with 30 additional calendar days for each alternate bid items . The total contract time, for the Base Bid including all three Alternates, amounts to 455 Calendar l2JUL. In addition to the contract cost, $75 ,000 .00 is required for staff time and $245 ,000 .00 is provided for project contingencies . q ' t t , Archer Western Contractors, Ltd. is in compliance with the City's M/WBE Ordinance by committing to 17 percent M/WBE participation. Archer Western Contractors, Ltd. identified several subcontracting opportunities. A portion, however, of this work involves the purchase of pumps and clarifiers which present no opportunity for M/WBE participation. The City's goal on this project is 19 percent. This project serves the entire City and is located in COUNCIL DISTRICT 5. FISCAL INFORMATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, in the Sewer Capital Projects Fund. FUND CENTERS: TO Fund/Account/Centers CERTIFICATIONS: Submitted for City Mana2:er's Office by: Ori2:inatin2 Department Head: Additional Information Contact: ATTACHMENTS FROM Fund/Account/Centers P275 541200 701300128980 Fernando Costa (6122) S. Frank Crumb (8207) Farida Goderya (8214) 1. 60VCWWTP FILTER REHAB CONSTR MWBE.pctf 2. 60VCWWTP SECONDARY & FILTER REHAB -CONSTRUCTION FARpdf 3 . P275 Szzzzz 701300128980,doc 4 . vc WWTP LocationMap,pdf $8,214,000,00 CITY OF FORT WORTH VILLAGE CREEK WASTEWATER TREATMENT PLANT SECONDARY AREA AND FILTER REHABILITATION VOLUME 1 PART A - PART B - PARTC PART CS - PART D - PARTF PART G - PARTE NOTICE TO BIDDERS Notice to Bidders Instructions to Bidders PROPOSAL Proposal Minority and Women Business Enterprise Bid Specifications GENERAL CONDITIONS SUPPLEMENTARY CONDITIONS (TO PART C) SPECIAL CONDITIONS BONDS Certificate of Insurance Contractor Compliance with Worker's Compensation Law Performance Bond Payment Bond Maintenance Bond CONTRACT TECHNICAL SPECIFICATIONS DIVISION 1 -GENERAL REQUIREMENTS Section No. Description 01110 Summary of Work 01116 Project Manual Language 01140 Work Restrictions 01201 Payment Procedures 01230 Alternates 01292 Schedule of Values August 2010 -CONFORMED 8258A10 pwJ/Caroll o/Docu ments/Cli enVTX/Fort Worth/8258A 10/Specifications/TOC.doc (Conform ed) TOC-1 TABLE OF CONTENTS Applications for Payment Project Meetings Progress Schedules and Reports Safety Plan Submittal Procedures Alteration Project Procedures 01294 01312 01324B 01329 01330 01352 01355 01380 01410 01424 01450 01500 01600 01610 01612 01614 01722 01732 01756 01770 01782 Stormwater Pollution Prevention Construction Activity Photographs and Video Recording Regulatory Requirements Abbreviations Quality Control Temporary Facilities arid Controls Product Requirements Project Design Criteria Seismic Design Criteria Wind Design Criteria Field Engineering Cutting and Patching Testing, Tra ining, and Facility Start-Up Closeout Procedures Operation and Maintenance Data DIVISION 2 • SITE CONSTRUCTION 02050 02200 02240 02300 02312 02314 02318 Basic Site Materials and Methods Site Preparation Dewatering Earthwork Controlled Low Strength Material (CLSM) Low Density Concrete Backfill Trenching August 2010 -CONFORMED 8258A10 pwJ/Caroll o/Docume nts/C li e11VTJ<JFort Worth/8258A 10/Specifications/TO C.doc (Confonned) TOC-2 TABLE OF CONTENTS 02742 02772 02952 Asphaltic Concrete Paving Concrete Curbs, Gutters , and Sidewalks Pavement Restoration and Rehabilitation DIVISION 3 -CONCRETE 03055 Epoxy Bonding Reinforcing Bars and All Thread Rods In Concrete 03071 Epoxies 03072 Epoxy Resin/Portland Cement Bonding Agent 03102 Concrete Formwork 03150 Concrete Accessories 03154 Hydrophilic Rubber Waterstop 03200 Concrete Reinforcement 03212 Reinforcing Bar Couplers 03300 Cast-In-Place Concrete 03565 Basin Bottom Grout 03600 Grouts 03926 Structural Concrete Repair 03931 Epoxy Injection System 03933 Hydrophilic Foam Polyurethane Resin Injection System 03936 Water Leakage Test For Concrete Structures Addendum No . 1 VOLUME 2 May 21 , 2010 DIVISION 4 -MASONRY -NOT USED DIVISION 5 -METALS 05120 05140 05500 Structural Steel Structural Aluminum Metal Fabrications August 2010 -CONFORMED 8258A10 pw://Caroll o/Docume nts/ClienVTX/Fort Worth/8258 A 10/Speci fi cations/TOC.doc (Conformed) TOC-3 TABLE OF CONTENTS DIVISION 6 -WOOD AND PLASTICS 06608 06611 Fiberglass Reinforced Plastic Fiberglass Reinforced Plastic Fabrications DIVISION 7 -THERMAL AND MOISTURE PROTECTION 07900 Joint Sealers DIVISION 8 -DOORS AND WINDOWS -NOT USED VOLUME 2 DIVISION 9 -FINISHES 09960 Coatings DIVISION 10 -SPECIAL TIES -NOT USED DIVISION 11 -EQUIPMENT 11312C 11312D 11312J 11353A 11354 11366A Recessed Impeller Pumps Vertical Turbine Pumps Submersible Sump Pumps Circular Secondary Clarifier Equipment Launder Area Algae Sweep Brush System Traveling Bridge Filter System DIVISION 12-FURNISHINGS-NOT USED DIVISION 13 -SPECIAL CONSTRUCTION 13446 13447 Valve and Gate Operators Motorized Operators August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents/ClienVTX/Fort Worth/8258A 10/Specifications/TOC .doc (Conformed) Addendum No . 1 May 21 , 2010 TOC-4 TABLE OF CONTENTS DIVISION 14-CONVEYING SYSTEMS-NOT USED DIVISION 15 -MECHANICAL 15050 15052 15061 15075 15082 15110 15111 15112 15114 15115 15116 15119 15121 15251 15252A 15255 15265 15812 15820 15830 15838 15954 15956 15958 Basic Mechanical Materials and Methods Basic Piping Materials and Methods Pipe Supports Mechanical Identification Piping Insulation Valves Ball Valves Butterfly Valves Check Valves Gate, Globe, and Angle Valves Plug Valves Air and Vacuum Relief Valves Pipe Couplings Ductile Iron AWWA C151 Pipe Steel Piping Stainless Steel Piping and Tubing Plastic Piping And Tubing Metal Ductwork Ductwork Accessories Fans Gravity Ventilators HVAC Systems Testing, Adjusting, and Balancing Piping Systems Testing Mechanical Equipment Testing DIVISION 16 -ELECTRICAL 16050 General Requirements for Electrical Work August 2010 -CONFORMED 8258A10 pw J/Carollo/Documents/ClienVTX/Fort Worth/8258A 10/Specifications/TOC.doc (Conformed) Addendum No. 3 June 14, 2010 TOC-5 TABLE OF CONTENTS 16052 16060 16070 16075 16123 16130 16133 16134 16136 16140 16150 16222 16262 16272 16285 16305 16411 16412 16422 16444 16445 16494 16500 16920 16950 Hazardous Classified Area Construction Grounding And Bonding Hangers And Supports Electrical Identification 600 Volt Or Less Wires and Cables Conduits Duct Banks Boxes Wireway Wiring Devices Wire Connections Low Voltage Motors Up To 500 Horsepower Variable Frequency Drives 0 .50 -50 Horsepower Dry Type Transformers Transient Voltage Surge Suppressors Electrical System Studies Disconnect Switches Low Voltage Molded Case Circuit Breakers Motor Starters Low Voltage Motor Control Centers Panel boards Low Voltage Fuses Lighting Pre-Fabricated Walk-In Electrical Enclosures Field Electrical Acceptance Tests DIVISION 17 -INSTRUMENTATION AND CONTROLS 17050 17100 17101 Process Control and Instrumentation Systems General Requirements Control Strategies Specific Control Strategies August 2010 -CONFORMED 8258A 10 pwJ/Carollo/Documents/ClienVTX/Fort Worth/8258A 10/Specificalions/TOC.doc (Conformed) TOC-6 TABLE OF CONTENTS 17302 17506 17710 17901 17903 17950 Flow Measurement -Magnetic Flow Meters Dissolved Oxygen (DO) Analyzer Control Systems ..; Panels , Enclosures , and Panel Components Schedules -Field Instruments 1/0 List Testing , Calibration, and Commissioning August 2010 -CONFORMED 8258A 10 TOC-7 TABLE OF CONTENTS pwJ/Carollo.lDocumen ts/Cli enVTX/Fort Worth/8258A 10/Specification s/TOC .doc (Confo rmed ) THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 8258A10 pw://Caroll o/Documents/ClienVTX/Fort Worth/8258 A 10/Specifications/TOC .doc (Conformed) TOC-8 TABLE OF CONTENTS Part A NOTICE TO BIDDERS THIS PAGE INTENTIONALLY LEFT BLANK City of Fort Worth, Texas Village Creek Was tewater Treatment Plant Secondary Area and Filter Rehabilita tion & Modifications NOTICE TO BIDDERS Sealed proposals are requested for the furnishing of all labor, material, equipment, and incidentals necessary for the following project: Village Creek Wastewater Treatment Plant Secondary Area and Filter Rehabilitation and Modifications City Project No: 01289 Water Department Project No: P275-70130-0128980 Addendum No. 2 May 27, 2010 Such proposals addressed to Purchasing Manager, will be received at the office of the Purchasing Manager, located on the lower level, Municipal Building, IOOO Throckmorton Street, Fort Worth, Texas 76102, until 1:30 P.M., Thursday June 3, 2010June 17, 2010. Bids will be publicly opened and read aloud in the City Council Chambers at 2:00 P.M, Thursday, June 3, 2010June 17, 2010 . Contract Documents have been prepared for this project by Carollo Engineers, P .C. and may be examined without charge at their offices in Fort Worth, 100 East 15th Street, Suite 300, Fort Worth, Texas 76102 and Dallas, 14785 Preston Road, Suite 950, Dallas, Texas 75254. Contract documents may be obtained from the Dallas office of Carollo Engineers, P.C. by contacting Christina Lyons at (972) 239-9949 ( clyons@carollo.com). The non-refundable cost of the documents is as follows: Half Size Set (Plans and Specifications): Full Size Set (Plans and Specifications): $200.00 $250.00 General Contract Documents and General Specifications for Water Department projects, dated January 1, 1978, with the latest revisions , also compromise a part of the Contract Documents for this project and may be obtained by paying a non-refundable fee of $50.00 for each set, at the Planning and Engineering Division Office of the Fort Worth Water Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas, 76102. 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 . For additional information, contact Mr. Troy Laman at (817) 882-8277 (tlaman@carollo.com), or Mr. Hutch Musallam at (972) 239-9949 (hmusallam@carollo.com). Advertising Dates: April 29, 2010 May 6, 2010 Part A.doc A-1 Dale Fisseler, P.E City Manager Mart Hendrix City Secretary City of Fort Worth, Texas Village Creek Wastewater Treatment Plant Secondary Area and Filter Rehabilitation & Modifications (THIS PAGE LEFT BLANK INTENTIONALLY) Part A .doe A-2 City of Fort Worth, Texas Village Creek Wa stew ater Treatme nt Pl ant Secondary Area and Filter Rehabilitation & Modifications SPECIAL INSTRUCTIONS TO BIDDERS Addendum No . 1 May 21, 2010 SPECIAL PREOUALIFICATION REQUIREMENTS. All contractors submitting bids are required to meet the Fort Worth Water Department special pre-qualification requirements for this project prior to submitting bids. Previous pregualification by the Fort Worth Water Department will not be considered as meeting this requirement. This one-time special project-specific process will prequalify potential bidders whose bids will be considered for award based upon technical evaluation, historical schedule compliance evaluation, evaluation of proposed manager and project superintendent. In addition, the process will establish a bid limit based on a financial analysis of the contractor. It is the bidder's responsibility to s1:1bmit docllffientation for those items listed below, to the Director of the Water Department or his designated represe0tati11e, at least fourteen (14) calendar days prior to the date of bid opening. Bidders who want to be considered for this project shall submit all documentation for those items listed below to Ms. Farida Goderya at the City of Fort Worth Water Department no later than 3:00 p.m., TuesdayFriday, May ~,June 4, 2010. The Water Department may request any other documents it may deem necessary. Any additional documents so requested shall be submitted to the Director of the Water Department, or his designated representative, at least seven (7) calendar days prior to the date of the opening bids. Addendum No . 2 May 27, 2010 Part A .doc a) COVER LETTER. The cover letter provided by the prospective bidder with the prequalification information must include the name of a contact individual that the City may contact for additional information if needed. b) FINANCIAL STATEMENT. The financial statement required shall have been prepared by an independent certified public accountant or independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status of the submitting company. This statement must be current and not more than one (I) 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. c) EXPERIENCE RECORD . Foran experience record to be considered to be acceptable fora given project, it must reflect the experience of the firm seeking qualification in the work of both the same nature and technical level as that of the project for which bids are to be received. Experience must be on projects that were completed no more than 5 years prior to the date of which bids will be received. A minimum of three projects and three references must be included. References must include a contact person name, project name and total cost and type of work done. Each of the submitted projects shall be municipal water and wastewater treatment plant construction project with a minimum construction costs$ 7 ,500,000.00. Due to the specialized nature of the work, projects that are not municipal water and wastewater treatment plant projects will not be considered when evaluating CONTRACTORS qualifications. Municipal water and wastewater treatment plant projects include projects that are constructed at a treatment facility involving treatment process modifications, including new construction, or modifications. d) EQUIPMENT SCHEDULE. The prospective bidder shall list the major equipment that the Contractor has available for the project and list the equipment that Contractor will rent as may be required to complete the project on which the Contractor submits a bid. e) PERSONNEL AND SCHEDULE COMPLIANCE RECORD. The prospective bidder shall submit the names and resumes for the proposed project manager and project superintendent. This information shall include a list of all projects that the proposed project manager and project superintendent completed within the last five (5) years to demonstrate ability to coordinate complex plant rehabilitation work and to perform work while maintaining critical shutdown schedules, regardless of by whom they were employed. Provide list of contact persons for all projects (preferably field inspectors or resident engineers) with names and phone numbers for the last five years' project. A-3 City of Fo rt Worth , Texas Village Creek Wa stewater Treatment Plant Secondary Area and Filter Rehabilitation & Modifications In the event the Bidder on this contract is a Joint Venture, financial statements from each joint venture shall be submitted for prequalification, as well as the experience record and list of equipment of each joint venture . The financial statements required shall have been prepared by an independent certified public accountant or independent public accountant holding a valid license issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status of the each joint venture. The statements must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. It is not required that each joint venture shall have the necessary experience and equipment, rather that combined, the joint venture has the required experience and equipment. Upon request, the joint venture agreement shall be submitted for review. The Water Department will review each pre-qualification submittal. From the financial statement, the maximum bid limit will be based on amount ofliquid assets times 10. The following conditions will apply: a) The Director of the Water Department shall be the sole judge as to the acceptability for financial, experience and other qualifications to bid on any Fort Worth Water Department project. b) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such . c) The City, in its sole discretion, may reject a bid for failure to demonstrate acceptable performance, experience, and/or expertise . d) Any proposals submitted by a non pre-qualified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. e) 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 wavier of any necessary pre-qualifications. For additional information contact Ms. Farida Goderya, Fort Worth Water Department at (817) 392-8214 (Fax (817) 392-2585). Pre-qualification submittal should be sent to: Ms. Farida Goderya, PH.D., P .E . Fort Worth Water Department 1000 Throckmorton Street Fort Worth, TX 76102-6311 2. EXAMINATION OF CONTRACT DOCUMENTS AND SITE: 2.1 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. 2.2 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 Engineer in preparing the Drawings and Specifications. The data is furnished for information only and neither the Owner nor Engineer guarantees 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. Part A .doc A-4 City of Fort Worth , Texas Vill age Creek Was tewater Trea tm ent Pl ant Second a ry Area and Filter Rehabilitation & Modifications 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 72nil Session of the Texas legislature and amended by the 73 rd Session of the Texas Legislature with HB1569. 2.3 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) 3.1 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. 3.2 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. 3. 3 Bids by corporation must be executed in the corporate name by the president or a v ice-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 secretary. The corporate address and state of incorporation shall be shown below the signature. 3.4 Bids by partnerships must be executed in the partnership name and signed by a partner, his title must appear under his signature, and the official address of the partnership must be shown below the signature. 3 .5 All names must be printed below the signature . 3 .6 The Bid shall contain an acknowledgement of receipt of all Addenda (the number of which shall 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. 5. MODIFICATIONS AND WITHDRAWAL 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 may not be 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 after 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. 8. A WARD OF CONTRACT. 8.1 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. 8.1.1 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. He may consider the qualifications and experience of Subcontractors and other persons and organizations (including those who are to furnish the principal items of Part A .doc A-5 City of Fort Worth , Te xas Village Cree k Was tewater Treatme nt Pl ant Seco ndary Ar ea a nd Filter Re ha bilitati on & Modifications 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 es tablish 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. 8 .1.2 OWNER will award the contract to the lowest responsive and responsible bidder. 8.1.3 The OWNER has established a budget for this project. It is the OWNER'S intent to award the Base Bid Items and as many of the Alternate Bid Items as that budget will allow. The OWNER reserves the right to award the Base Bid Items alone or the Base Bid Items plus any combination of the Alternate Bid Items that result in the maximum bid amount that can be awarded within the funding capacity of the OWNER. 8.2 If a contract is to be awarded, it will award 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. 8.3 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 . 9 .1 The accepted Bidder, within 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. 9.2 The Owner will issue a Notice to proceed authorizing the Contractor to commence work . 10. BID SECURITY. A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth , in the amount of not less than five (5 %) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded. To be an acceptable surety on the bond, (1) the name of the surety company shall be included on the current U.S. Treasury list of acceptable sureties, or (2) the surety company must have capital and surplus equal to ten times the limit on the bond. The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amount shown on the U .S. Treasury list or one-tenth (1/10) the total capital and surplus . 11. BONDS. A performance bond, a payment bond, and maintenance bond each for one hundred (100%) percent of the contract price will be required . Reference C3-3 .7. 12 . WAGE RA TES. Not less that the prevailing wage rates established by the City of Fort Worth, Texas, and as set forth in the Contract Documents, must be paid on this project. 13 . AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 14 . BIDDER LICENSE: Prior to the award of contract to an out-of-state bidder, the bidder shall be licensed to do business in the State of Tex as . For licensing procedures , contact the Texas Secretary of State Offices (Telephone Number 1-512-463-5555 or 1-900-263-0060) Part A.doc A-6 City of Fort Worth, Te xas Vill age Creek Wastew ater Treatment Pl ant Secondary Arca a nd Filter Rehabilitation & Modification s 15. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statues, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a Texas resident bidder by the same amount that a Texas resident would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident principal place of business is located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contract whose ultimate parent company or majority owner has a place of business in the State of Texas. This provision does not apply if this contract involves federal funds. 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, advancement 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. DISABILITY: 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 AD A '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. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City ofFort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordnance can be obtained from the Office of the City Secretary . The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR W AIYER FORM, and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate . The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made . Such receipt shall be evidenc~ that the documentation was received by the City . Failure to comply shall render the bid non- respons1ve. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or Women Business Enterprise Part A .doc A-7 City of Fort Worth , Texas Vill age C ree k Wastew ater Treatment Plant Secondary Area and Filter Rehabilitation & Modifications (WBE) on a contract and payment thereof. Contractor further agrees to permit any 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 a 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 three (3) years. 19 . ADDENDA: Bidders wanting further information, interpretation, or clarification of the contract documents must make their request in writing to the ENGINEER at least 96 hours prior to bid opening. Answers to all such requests w ill 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: A non-mandatory pre-bid conference will be held at the City of Fort Worth Village Creek Wastewater Treatment Plant, Training Room , 4500 Wilma Lane, Arlington, Texas 76012, on Thursday, May 13, 2010 at 2:00 pm. Representatives of the Fort Worth Water Department and the Consulting Engineers will be present at the conference. 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.doc A-8 Part B PROPOSAL THIS PAGE INTENTIONALLY LEFT BLANK PART B -PROPOSAL TO: Dale A. Fisseler, P.E. Fort Worth, Texas City Manager Fort worth, Texas PROPOSAL FOR: furnishing of all materials, equipment, labor and all necessary appurtenances and incidental work to provide a complete and operable project designated as: City of Fort W orth Water Department Village Creek Wastewater Treatment Plant Secondary Area and Filter Rehabilitation and Modifications FWWD Project Number P275-70130-0128980 Pursuant to the foregoing Notice to Bidders, the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents and the General Specifications for Water Department Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions hereby proposes to do all the work, furnfah all the labor, equipment and material, except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the plans and contract Documents and subject to the inspection and approval of the Director of the City Water Department of the City of Fort Worth, Texas; and binds himself upon acceptance of this proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work with in the time stated and for the following sums: Base Bid Items Item Description Estimated Unit Price Extended No. (Price to be Written In Words) Quantity Amount B-1 Bid for construction and operational completion of all the Village Creek Wastewater Treatment Secondary Area and Filter Rehabilitation and Modifications Project excluding items B-2 through B-9 and items A-1 through A-3 for the lump sum amount of: $ //'1'2 _QC>C 0 .fl/;. _...., 'UU.W S.~ ~()/U:.O Dollars and LS $ //"6'2_ =o 0 Ji,o Cents. .n::,-.r-y 1'"'o ~s ~ B-2 Bid for construction and operational completion of all renovations, equipment replacement, improvements and modifications associated with existing Final Cla r ifiers (FC) 22 and 24 fo r the 2..,,21'(00 o 22./Voo O lump~ount of -r'wo -'"~ 't"w" rl~O J -• r~~&i:.V JJ,l~r.M'C LS ...$ Z2 ~Zoci:, ~ -t'"v Q ~"U.L'I..oN !;J:6~:,: =f-Dollars and /,J c Cents. ~.,,,._, ~i..) 00 B-3 Bid for providing two (2) Launder Algae Sweep Brush Systems as specified in specification section 11354 and as obtained from the equipment manufacturer or vendor per the attached proposal for the allowance price of: Thim Five Thousand Three Hundred and Eighty LS $ 35.380 .00 $ 35 .380 .00 Dollars and No Cents. B-1 p,,-J/Carollo/l)xumenlslClientlTXrfort Worthi!l2S.!VI 10/0elrver ables/,A.cldendurn No. 2/P art B Prop:,sal-Adde nd um No 2.ox (A) Base Bid Items Item Description Estimated Unit Price E>.1ended No. (Price to be Written In Words) Quantity Amount B-4 Bid for construction and operational completion of all renovations, equipment replacement, improvements and modifications to existing RAS Pump Station (RS) No. 6 as per the contract :S:/2000 5/2000 documents and excludin~item B-5 for the lump s~unt of: J::~g-~(.) ,~~ "QOlt.S, WO ~ J hL<) ~o &::i.>Aeli 7/t&.d, @'>liars and LS ~ $ ;2._ c:;> 19. C, C:M!F> Alo Cents. .n,a.:, -?.4<..> ~"-> B-5 Bid for providing two (2) Recessed Impeller Sludge Pumps as specified in Specification Section l l 3 l 2C and as obtained from the equipment manufacturer or vendor per the attached proposal for the allowance price of: Fortv Seven Thousand Four Hundred And Nine LS $47,494.00 $47,494.00 Four Dollars and No Cents. B-6 Bid for construction and operational completion of all renovations and piping modifications associated with Return Sludge Pump Station No. 7 ( RS7) for the lump sum amount of: $ 387~00 36/000 Ttltt.a ~llO ~rGtf.ry ~...,.. Dollars and LS $ ..L!o Cents. r._JMO -- B-7 Bid for providing ten ( I 0) Motorized Operators as specified in Specification Section 13447 and as obtained from the equipment manufacturer or vendor per the attached proposal for the allowance price of: One Hundred Twenty Three Thousand Two LS $ 123,226.00 $ 123,226.00 Hundred And Twenty Six Dollars and No Cents. B-8 Bid for construction and operational completion of all renovations, equipment replacement, improvements and modifications to existing Traveling Bridge Filters (TBF) 21 through 32 per the contract documents as obtained from the equipment manufacturer per the attached proposal for the allowance price of: Two Million Four Hundred Twenty Seven Thousand Four Hundred and Sixty Dollars and LS $ 2,427.460.00 $ 2,427.460.00 No Cents. B-9 Bid for the removal and repair of2 inch to 6 inch deteriorated concrete as directed by OWNER for the unit price per cubic foot of: $6{} ~ 00 $ h{)ft)(j -:!!ixrY Dollars and 1,000 CF • _Aa_Cents. B-10 Bid for the development, design and implementation of a trench safety system as required by OSHA and for the assumption of responsib~ for said system, for the lump sum c::o OQ s51</o -:Jf/r/o -price of: ~ ~1_.[AfC.tt!) Dollars and LS $ ~Cents. ~,~ L_/~ , ~~~J TOTAL BASE .BID (Bid Items B-1 through B-10) 0 7.t./'7, 2 OD 0 , / B-2 IJ'N:i/CarolloiTocumentsiCfienVTX/Fort WorW8258A 10/DeliverablesiAcl:leodurn No . 2/Part 8 Proposal-Addendum No . 2 ooc (A) Alternate Bid Items Item Description Estimated Unit Price E xtended No. (Price to be Written In Words) Quantity Amount A-1 Bid for construction and operational completion of all renovations and piping modifications associated with Return Sludge Pump Station No. 1 ( RS 1) for the lump sum amount of: it.lo ~UE;O F l:f:T:Z Fat«. Dollars and LS $ 2~t,;coo $ 2S</ooo Lf., Cents. T#otA..lA-11? A-2 Bid for construction and operational completion of all renovations and piping modifications associated with Return Sludge Pump Station No. 2 ( RS2) for the lump sum amount of: $c'6sooo T>,t4 ~""'°"o S::tr!:)'. nJ(L~c Dollars and LS $ C6.i:=oo ~Cents. Ti-1 01.tl.M'b A-3 Bid for construction and operational completion of all renovations and piping modifications associated with Return Sludge Pump Station No. 3 ( RS3) for the lump sum amount of: ·n,. HIANQ tl..lO "fl.,~,t,T_t Fu,€ Dollars and LS $ Zi:,,_s::._c:::,oo $ .,c.>2.5-0,.;:;,o ,A.I.., Cents. TUcus M-0 Within ten days after acceptance of this Proposal , the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% of the total amount bid is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time set forth, as liquidated damages for ethically and additional work caused thereby. lfthe total bid is less than $25 ,000, the bid bond is waived. OWNER will award this contract to the lowe st responsive and responsible bidder. The OWNER has established a budget for this project. It is the OWNER'S intent to award the Base Bid Items and as many of the Alternate Bid Hems as that budget will allow. The OWNER reserves the right to award the Base Bid Items alone or the Base Bid Items plus any combination of the Alternate Bid Items that result in the maximum bid amount that can be awarded within the funding capacity of the OWNE R The undersigned bidder certifies that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January I , 1978 and all addenda thereto, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the Specific Contract Documents an d appurtenant plans and s pecifications . The und e rsigned assures that its employees and applicants for employment and those of any labor organization , subcontractors , and employment agency in either furnishing of referring e mployee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No 7278 as amended by City Ordinance No 7400 . Proposa ls from the v endors and manufacturers associated with Bid Jtems B-3 , B-5 , B-7 and B-8 are attached to this section as Attachment I and are made part of the contract documents. Bidder acknowledge s r e ce ipt, understandin g and acceptance of these proposals. Bidder further states that any additional costs to provide a complete a nd operable s ystem not included by the vendor or manufacturer in the attached price propo sals shall be a ss umed by Bidd e r and included in t he Bid Item B-1. Costs inc lud e d in Bid Hem B-1 , but not in c lud e d in th e a llowan ce fo r Bid Items B-3 , B-5 , B-7 and B -8 s hould in c lude , but should not be limited to : I. Handling at s ite , including uncratin g a nd stora ge . B-3 pw:1/Carollol D:x:u men5/C lienUTXIFort Worth/8258A 10/Deliverables/M jendum No. 2i?art a Proposal-Adde ndum No . 2 doc (A) 2. Protection from elements, theft, and dama ge. 3 . Labor, installation, testing, and finishing in addition to what is stated in the proposals. 4 . Other ex pen s e s required to complete in stallation . 5. Overhead and profit 6. Coordination 7. ltems excluded or not included in the proposals. The Bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within the specified schedule belO\.\f as set forth 111 the written work order to be furnished by the OWNER . ] . 365 calendar days for final completion of all items included in the Base Bid 2. 30 additional calendar days for each additional alternate bid items selected by OWNER, up to a maximum of 90 additional calendar days. State of Residency: (Complete A or B below, as applicable :) A. The principal place of business of our company is in the State of 6mft.61 Ir Non resident bidders in the State of , our principal place of business, are required to be __ percent lower tl1an resident bidders by state law . A copy of the statute is attached. Non resident bidders in the State of 6 w f<61 If , our principal place of bnsiness, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority holder is in the State of Texas. I (We), acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: , Addendum No. I (Initials)~· Addendum No. 2 (Initials) , Addendum No. 3 (initials) , . Addendum No. 4 (Initials) ___ _ Addendum No. 5 (initials) ---- Se a l lf Bidd er is Corp o ra tio n Da te: (p /1{ I 0 8--1 Sign ture of Principal PA..<o lD fE J :r Title or Position hc.~t;_f.-kk .s.-r~ C.Jnu~crr~A~_:11) Contractor Zrz.1 AvJ, St~. {o C) Street lVA ... t1,JGp,J , -[k 7&,C!t'(,: C ity, Stat e Zip T e le phone Numb e r CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity "-1 This questionnaire is being filed in accordance with chapter 176 of the Local Government Code by a person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed . See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. ~ Name of person doing business with local governmental entity. D Check this box if you are filing an update to a previously filed questionnaire. FORM CIQ OFFICE USE ONLY Date Received (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176.006(a), Local Government Code, is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) @J Describe each affiliation or business relationship with an employee or contractor of the local governmental entity who makes J recommendations to a local government officer of the local governmental entity with respect to expenditure of money . .!J Describe each affiliation or business relationship with a person who is a local government officer and who appoints or employs a local government officer of the local governmental entity that is the subject of this questionnaire. Amended 01/13/2006 5 6 7 CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity FORM CIQ Page 2 Name of local government officer with whom filer has affilitation or business relationship. (Complete this section only if the answer to A, B, or C is YES.) This section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has affiliation or business relationship . Attach additional pages to this Form CIQ as necessary. A . Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the questionnaire? Dves DNo B. Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government officer named in this section AND the taxable income is not from the local governmental entity? Dves DNo C . Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? Oves DNo D . Describe each affiliation or business relationship . Describe any other affiliation or business relationship that might cause a conflict of interest. Signal e of person doing business with the governmental entity Date Amended O 1/13/2006 FORT WORTH ·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 goal is not a plicable. POLICY STATEMENT It is the pol icy 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 bas is. All requirements and regula tions stated in the City's current Minority and Women Business Enterprise Ord inance apply to this bid . M/WBE PROJECT GOALS The City's M/WBE goal on this proj ect is __ ......;..19~% of the total bid (Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25 ,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. 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 goal : 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 b id perform all subcontracting/suoolier work : opening date, exclusive of the bid open ing 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 open ing 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. Rev. 11/1/05 FORT WORTH w· CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered; use "NA" if applicable. Joint Venture Page 1 of 3 Name of City project:--------------------------------- A joint ve nture fo rm mus t be compl eted on eac h proj ect 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 extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the ·oint venture M/WBE firm Non-M/WBE name: firm name: Business Address: Business Address : City, State , Zip: City, State, Zip : Telephon e Facs imil e E-mail Te lephone Fac s imile Ce llular Cellular Certification Status: E-mai l addre ss Name of Certifying Agency: 2 S . f k cope o wor per orme db h J. V >Y t e omt enture: 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 Page 2 of 3 3. What is the percentage ofM/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 comp lete if this info rm ation is described in joint ven ture agreement) Profit and loss sharing: Capital contributions, including equipment: Other app li cab le ownership interests: 6. Identify by name, race, sex and firm those individuals (with titl es) who are responsible for the day-to-day management and decision making of the joint venture: Financial deci sions (to include Account Payable and Receivable): Management decisions : a. Estimating ----------------------------------------------b. Marketing and Sales ---------------------------------------------- C. Hiring and Firing of management personnel ---------------------------------------------- d . Purchasing 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 the 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 Joint Venture p aae 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible . Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process . The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligib ility an d may initiate action under Federal, State and/or Local laws/ordinances concerning false _statements or willful_ mis~resentation of facts. ____________ --Name of M/WBE firm Name ofnon-M/WBE firm 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 _____________ _ O n this _____________ day of ________ , 2 0 __ , before me appeared -------------------~and ____________________ _ to me personally known and who , b eing duly sworn, d id 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 --::Pc-:ri-nt7 N.,-a_m_e _____________________ _ Notary Pub lic ---=s,,...ig-na_tu_r_e ---------------------- Commission Expires -----------------------(seal) Rev !'i/30/03 PRIii& COMPANY NAME: Archer Western Conlrac:tora Ltd. PROJl!CT NAME: City of Fort Worth Subcontractors/Suppliers Utilization Form ATTACHMENT 1A Page 1 of4 Check applicable block to describe prime I M,WJDBE I XI NON-fNW/DBE Village Cl'Hk Wastewater Trntment Plant Secondary Area and FlltAw Rehab and llod. BID DATE June 17, 2010 City's MMBI! Project Goal: Prime's lllWBI ~ Ulilizatio11: J .... P%TS-701~12ltl0 1!rh 19% Identify!!! subcontractors/suppliers you will use on this project Failti.-e . to. :compl.etif thisO,or:m,' iri its : entirety :with ~~cf documentation, and ·rer;ejyecrby the Managing Oej:iartmeof ;C)ll pr:t,efo~_S:00 p: rn '. f~f (5) City ~ss c!~ys ~fter bid .opening, ~~d.usive 'of. :bid opening . date,:. '.Nil~~ _ir'.l ~: tli~ t>e~ri!f cofisldered "?t ~~iye: to' bict specifications>. · • ·• • • ·•:. ·_· · , : · :: · ·· · · . -, . =. · . • . , · iiltw11~~~t~t~~ll~· M/WBEs listed toward meeting the project goal must be located In the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification hJeney (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterprise (DBE) Is synonymous with Minority/Women Business Enterprise (M/VVBE). If taa.ullng :ae~'9 are utillze<:t;:the ~:~II b~r given _credit as long as the .M/WBI; listed owns ·and operates _~ leasl one f;ully l~nsed: and_ operational ~ tQ be u-.d ~n tt)e contract n,e· Ml'NBE may lease ti'ucks ·fn)m .~r,.MIWBE .firm, ~ng_ MIWl3~ owner~p~ors. and recerve fuH :MIWBE credit The: ._M/VVBE 'inay l~ .. trucks tr:om ~Es; .including : owriet~perators, .but will ' only receive credit for the .tees and commissions earned bv the MIVVBE as outlined in the lease agreement ·· ·· · · Rev. 5130/03 ·······-·· ···--·· .. -····------------·-·····-·········---······ -··-···-···········----------·--··· .. ··----------·-······--·-----~--- ..._., '-' ATTACHMENT 1A Page2of4 Primes are required to idenify & subcontradorslsuppllers, regardless of status: I.e .• Minority, Women and non-MfNBEs. Please list MIWBE firms flrst. use additional sheets if necessary . Certiftcation N, (check one) .. o· SUBCONTRACTOR/SUPPLIER :'n:, T N T .. ; ... : Detail Detail . Company Nam• I C X :M Subcontracting Work Supplln PurchaNd Dollar Amount AddrNs • M w Telephone/Fax r B B T D 'W E I! R 0 :.a , C T a. A ::. ... Clemons Trucking 1 ) Onsite and offsite $7790 7934 S. Lancaster Rd trucking Dallas, Tx 75241 P-214-794-1645 F-972-228-0256 Ram Tool and Supply 1 )( Waterstop $9,691 . Company 1432 McArthur Dr Carrollton, TX 75007 P-972-Sn-8363 F-214-358-3768 Fraire's Rebar 1 ) Rebar Install $17,654 432 West Yarmouth Dallas, TX 75208 P-214-942-4630 F-214-941-0713 1 ) Concrete Repair $90,440 Ram Tool and Supply Materials Company 1432 McArthur Dr Carrollton, TX 75007 P-972-Sn-8363 F-214-358-3768 Eagle Aggregate 1 ) Aggregates and $1,312 Transporation Select FBI 4401 N 1·35 Denton, TX 76207 P-940-383-0096 F· 940-383-0097 Primes are required to kfentt ~~ u. L . • rs, regardless of statu ~ I.e., Minority, Women • Pl1 ase list I w ,SE fi rm first, use additional sheets If neoessary. .. N I~ or•> ··o n SUBCONTRACTOR/SUPPLIER T N T Detail Detail Company Name I C X :iii subcontracting Work Supplies Purchased Addreu • M w T D ,VI Telephone/Fax r 11 11 R 0 :a E & C T •• A LKT & Associates 1 )( Furnish Pumps 3345 County Rd 275 per Spec 11313 & Melissa, TX 75454 11314 P-214-544-0440 F-213-544-3684 LKT & Associates 1 )( Furnish Clarifiers 3345 County Rd 275 per Spec 11353 Melissa, TX 75454 P-214-544-0440 F-213-544-3684 Garland Heating and Air 1 )( Heating, Ventilating 2113 South Garland Ave and Air Garland, TX 75041 Conditioning P-972-278-3506 F-972-271-6321 J.D. & Bodine Inc 1 )( Furnish Check, 26102 FM 2100 Air Release, and Huffman, TX 77336 Ball Valves P-281-324-1500 F-281-324-4595 LKT & Associates 1 ) Furnish steel pipe 3345 County Rd 275 and fittings Mer1aaa, TX 75454 P-214-544-0440 F-213-544-3684 Duran Industries Inc ~ ~ Furnish Electrical 1401 Tl Blvd Ste K Materials Richardson, TX 75081 P-972-238-7122 F-972-238-7123 ... ··-· ··---... ··--·--·----· -·-· ....... ·---·· ·--···· . . -----------··-··--····--·-··-··---------·--·----··----------··---··---·-··· -···-······· -· .... ATTACHMENT 1A Page3 of,4 nd non-MIWBEs. Dollar Amount $229,289 $385,700 $7,900 $67,024 $204,015 $275,000 Rev. 5l30I03 ATTACHMENT 1A Page2of!5 Primes are required to identify ALI. subcontractors/suppliers, regardless of status; I.e., Minority, Women and non-MIWBEs. Please list MIWBE firms first, use additional sheets If necessary. \_, · .. N : Certfflcatlon :'o' (check one) Ii · SUBCONTRACTORJSUPPUER T N T Detal1 DetaH Company Name I :. .: C X .iiil Subconlncting Work Supplies Purchased Dollar Amount AddrNs • M w T D w Telephone/fax · r B B R 0 ~B E E C T E A LKT & Associates 1 }( Furnish ductile $278,380 3345 County Rd 275 iron pipe, fittings, Melissa, TX 75454 tapping sleeves P-214-544-0440 F-213-544-3684 , Jordans Manufacturi.ng 1 X Misc Metals $61,988 4205 Garland Fort Worth, TX 76117 P-817-656-1033 F-817-656-4281 Dobbs Coating Systems 1 X Painting $208;878 1888 Mineral Wells Weatherford TX, 76088 P-817-341-1m F-817-341-1797 -Ford Hall Company 1 X Furnish WtAr Wolf $35,380 PO Box 2110 Automated Brush Richmond, KY 40476 System P-800-928-2070 F-859-624-1077 Flo Tee 1 X Furnish Valve $123,226 200 Union Bower Court ste Actuators 210 . Irving, TX 75061 P-972-554-6199 F-972-554-6665 .,,..-. ··-·· -···-··---···---·--·····-···· --·-·--·---··--·-···----·-····---·-----·--·-·---- ATTACHMENT 1A Page 3 of 5 Primes are required to Identify ALL subcontradorsfsupplers, regardless of status; I.e., Minority, Women a1d non-WM3Es. Please list MIWBE finns first, use additional sheets if necessary . Certlllcallon . N (check one) ~- SUBCONTRACTOR/SUPPLIER T ii N T Detail Detail Company Name I C X M Subcontracting Work Suppll• PurchaNd Dollar Amount Address • II w T D .., Telephone/Fax r B B R 0 B I! ll C T E A 1 )C Furnish Filters $2,427,460 Siemens Water Technologies 1828 Metcalf Avenue Thomasv1Ue, GA 31792 P-229-403-1523 F-229-228-0312 Weir Specialty Pumps 1 ) Furnish $47,494 440 W 800 south Recessed Salt Lake City, UT 84101 Impeller Sludge P-801-359-8731 Pumps F-801-530-7531 CMCRebar 1 )C Rebar Material $82,764 4846 Singleton Blvd. Dallas, TX 75212 P-214-631-5250 F-214-920-2705 Southern Star Concrete 1 )( Concrete Re _ady $91,076 8500 Freeport Pkwy N. Ste Mix 200 IIVing, TX 75063 P-972-621-0999 F-972-621-3350 Facility Solutions Group 1 ) Electrical $619,000 2525 Walnut Hill Ln Ste100 Dallas, TX 75229 P-214-357-5697 F-214-357-5794 Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Colar Amount of Non-M/WBE Subcontractors/Suppliers $1,574,195 $3,697,266 $5,271,461 ATTACHMENT1A Page4of4 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS (Contract Amount-$8,214,000) By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MIW/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with · owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for tenninating 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 faJse statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. 2121 Awnue J Ste. 113, Contac:t Nam.ma. (If different) 117-'40-JHI F-117-14CM734 Telephone andlor Pax rhll*""~'~ ---·-------·---. -····· ··-···----· ··-----· ·• .... ··----····-· --·----·-····------ Part C GENERAL CONDITIONS ,[ .. r' , ' . , .. '• .,..,,~ \ . ''"" ~)') ,, ' ! 1 A ' ~ • ;, ·-.i, . ~ " " -~· .> ' ' . "'•· "· ,' ; ' THIS PAGE INTENTIONALLY LEFT BLANK j ... . ', ' ~· . . " '• ~. ' .,,.._ '< ,• . \' r rr'<j'.,,,.,,/:M \.,. . ~ Cl-1 Cl-1.1 Cl-1.2 Cl-1.3 Cl-1.4 Cl-1.5 Cl-1.6 Cl-1.7 Cl-1.8 Cl-1.9 Cl-1.10 Cl-1.11 Cl-1.12 Cl-1.13 Cl-1.14 Cl-1.15 Cl-1.16 Cl-1.17 Cl-1.18 Cl-1.19 Cl-1.20 Cl-1.21 Cl-1.22 Cl-1.23 Cl-1.24 Cl-1.25 Cl-1.26 Cl-1.27 Cl-1.28 Cl-1.29 Cl-1.30 Cl-1.31 Cl-1.32 PART C -GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER 1, 1987 TABLE OF CONTENTS DEFINITIONS Cl-1 (1) Definition of Terms Cl-1 (1) Contract Documents Cl-1 (2) Notice to Bidders Cl-1 (2) Proposal Cl-I (2) Bidder Cl-1 (2) General Conditions Cl-I (2) Special Conditions Cl-1 (2) Specifications Cl-1 (2) Bonds Cl-1 (2) Contract Cl-1 (3) Plans Cl-1 (3) City Cl-1 (3) City Council Cl-1 (3) Mayor Cl-1 (3) City Manager Cl-1 (3) City Attorney Cl-1 (3) Director of Public Works Cl-1 (3) Director, City Water Department Cl-1 (3) Engineer Cl-1 (3) Contractor Cl-1 (3) Sureties Cl-1 (4) The Work or Project Cl-1 (4) Working Day Cl-1 (4) Calendar Days Cl-1 (4) Legal Holidays Cl-1 (4) Abbreviations Cl-1 (4) Change Order Cl-1 (5) Paved Streets and Alleys Cl-1 (5) Unpaved Streets or Alleys Cl-1 (6) City Street Cl-1 (6) Roadway Cl-1 (6) Gravel Street Cl-1 (6) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 C2-2.2 C2-2.3 C2-2.4 C2-2.5 Proposal Form Interpretation of Quantities Examination of Contract Documents and Site of Project Submitting of Proposal Rejection of Proposals (1) C2-2 (1) C2-2 (1) C2-2 (2) C2-2 (2) C2-2 (3) C2-2.6 C2-2.7 C2-2.8 C2-2.9 C2-2.10 C2-2.1 l C2-2.12 C3-3 C3-3.1 C3-3.2 C3-3.3 C3-3.4 C3-3.5 C3-3.6 C3-3 .7 C3-3.8 C3 -3.9 C-3-3.10 C3-3.l 1 C3-3.12 C3-3.13 C3-3.14 C3-3.15 C4-4 C4-4.l C4-4.2 C4-4.3 C4-4.4 C4-4.5 C4-4 .6 (3) C4-4.7 C5-5 C5-5.l C5-5 .2 C5-5.3 C5-5.4 C5-5.5 C5-5 .6 C5-5 .7 C5-5.8 Bid Security Delivery of Proposal With drawing Proposals Telegraphic Modifications of Proposals Public Opening of Proposal Irregular Proposals Disqualification of Bidders AW ARD AND EXECUTION OF DOCUMENTS: Consideration of Proposals Minority Business Enterprise/Women Business Enterprise Compliance Equal Employment Provisions Withdrawal of Proposals Award of Contract Return of Proposal Securities Bonds Execution of Contract Failure to Execute Contract Beginning Work Insurance Contractor's Obligations Weekly Payrolls Contractor's Contract Administration Venue SCOPE OF WORK Intent of Contract Documents Special Provisions Increased or Decreased Quantities Alteration of Contract Documents Extra Work Schedule of Operation Progress Schedules for Water and Sewer Plant Facilities CONTROL OF WORK AND MATERIALS Authority of Engineer Conformity with Plans Coordination of Contract Documents Cooperation of Contractor Emergency and/or Rectification Work Field Office Construction Stakes Authority and Duties of City Inspector (2) C2-2 (3) C2-2 (3) C2-2 (3) C2-2 (3) C2-2 (4) C2-2 (4) C2-2 (4) C3-3 (1) C3 -3 (1) C3-3 (1) C3-3 (1) C3-3 (2) C3-3 (2) C3-3 (2) C3-3 (3) C3-3 (3) C3-3 (4) C3-3 (4) C3-3 (6) C3-3 (6) C3-3 (6) C3 -3 (7) C4-4 (1) C4-4 (1) C4-4 (1) C4-4 (2) C4-4 (2) C4-4 C4-4 (4) C5-5 (1) C5-5 (1) C5-5(1) C5-5 (2) C5-5 (2) C5-5 (3) C5-5 (3) C5-5 (3) .,.. C5-5 .9 C5-5 .10 C5-5.l l C5-5.12 C5-5 .13 C5-5.14 C5-5.15 C5-5.16 C5-5.l 7 C5-5.18 C6-6 C6-6.l C6-6.2 C6-6.3 C6-6.4 C6-6 .5 C6-6 .6 C6-6.7 C6-6 .8 C6-6.9 C6-6.10 C6 .6.l l C6-6 .12 C6-6.13 C6-6.14 C6-6 .15 C6-6 .16 C6-6 .l 7 C6-6.l8 C6-6 .19 C6-6.20 C6-6 .21 C7-7 C7-7.1 C7-7.2 C7-7.3 C7-7.4 C7-7.5 C7-7.6 C7 -7.7 C7-7 .8 C7-7.9 C7-7 .10 Inspection Removal of Defective and Unauthorized Work Substitute Materials or Equipment Samples and Tests of Materials Storage of Materials Existing Structures and Utilities Interruption of Service Mutual Responsibility of Contractors Clean-Up Final Inspection LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C5-5 (4) C5-5 (4) C5-5 (4) C5-5 (5) C5-5 (5) C5-5 (5) C5-5 (6) C5-5 (7) C5-5 (7) C5-5 (8) Laws to be Observed C6-6 ( 1) Permits and Licenses C6-6 (1)· Patented Devices, Materials , and Processes C6-6 (1) Sanitary Provisions C6-6 (1) Public Safety and Convenience C6-6 (2) Privileges f Contractor in Streets , Alleys , C6-6 (3) and Right-of-Way Railway Crossings C6-6 (3) Barricades, Warnings and Flagmen C6-6 (3) Use of Explosives , Drop Weight , Etc . C6-6 (4) Work Within Easements C6-6 (5) Independent Contractor C6-6 (6) Contractor 's Responsibility for Damage Claims C6-6 (6) Contractor's Claim for Damages C6-6 (8) Adjustment or Relocation of Public Utilities, Etc. C6-6 (8) Temporary Sewer and Drain Connections C6-6 (8) Arrangement and Charges for Water Furnished by the City C6-6 (9) Use of a Section or Portion of the Work C6-6 (9) Contractor 's Responsibility for the Work C6-6 (9) No Waiver of Legal Rights C6-6 (9) Personal Liability of Public Officials C6-6 (10) State Sales Tax C6-6 (10) PROSECUTION AND PROGRESS Subletting C7-7 (1) Assignment of Contract C7-7 (1) Prosecution of The Work C7-7 (1) Limitation of Operations C7-7 (2) Character of Workmen and Equipment C7-7 (2) Work Schedule C7-7(3) I Time of Commencement and Completion C7-7 (3) Extension of Time Completion C7-7 (3) Delays C7-7 (4) Time of Completion C7-7 (4) (3) C7-7 .l l C7-7.12 C7-7.13 C7-7.14 C7-7.15 C7-7.16 C7-7.17 Suspension by Court Order Temporary Su spension Termination of Contract due to National Emergency Suspension or Abandonment of the Work and Annulment of the Contract: Fulfillment of Contract Termination for Convenience of the Owner Safety Methods and Practices C8-8 MEASUREMENT AND PAYMENT C8-8.l C8-8.2 C8-8.3 C8-8.4 C8-8 .5 C8-8.6 C8-8.7 C8-8 .8 C8-8 .9 C8-8 .10 C8-8.11 C8-8 .12 C8-8.13 Measurement Of Quantities Unit Prices Lump Sum Scope of Payment Partial Estimates and Retainage Withholding Payment Final Acceptance Final Payment Adequacy of Design General Guaranty Subsidiary Work Miscellaneous Placement of Material Record Documents (4) C7-7(5) C7-7(5) C7-7 (6) C7-7 (6) C7-7 (8) C7-7 (8) C7-7 (11) C8-8 (1) C8-8 (1) C8-8 (1) C8-8 (1) C8-8 (2) C8-8 (3) C8-8 (3) C8-8 (3) C8-8 (4) C8-8 (4) C8-8 (4) C8-8 (4) C8 -8 (4) PART C-GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION Cl-1 DEFINITIONS Cl-1.1 DEFINITIONS OF TERMS : Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written and drawn documents , such as specifications , bonds , addenda, plans, etc ., which govern the terms and performance of the contract. These are contained on 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 PART A -NOTICE TO BIDDERS PART B-PROPOSAL PART C -GENERAL CONDITIONS PART D-SPECIAL CONDITIONS PART E -SPECIFICATIONS PERMITS/EASEMENTS PART F-BONDS PART G-CONTRACT (Sample) (Sample) (CITY) (Developer) White White Canary Yell ow Brown Green El-White E2-Golden Rod E2A-White Blue (Sample) White (Sample) 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 (Advertisement) same as above PART B -PROPOSAL (Bid) PART C -GENERAL CONDITIONS PART D-SPECIAL CONDITIONS PART E-SPECIFICATIONS PERMITS/EASEMENTS PART F-BONDS PART G-CONTRACT PART H -PLANS (Usually bound ~eparately) Cl-1 (1) Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising medium s or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. 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, partnership, company, association , corporation, acting directly or through a duly authorized representative, submitting a proposal for performing 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. Whenever there may be a conflict between the General Conditions and the Special Conditions , the latter shall take precedence .. 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 or part of the Contract Documents which set forth in detail the requirements which must be met by all materials , construction, workmanship, equipment and services in order to render a completed an 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 BONDS: The bond or bonds are the written guarantee or security furnished by the Contractor for prompt and faithful performance of the contract and 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 or Bid Security (see Special Instructions to Bidders, Part A and Cl -1 (2) C2-2 .6) C 1-1.10 CONTRACT : The Contract is a 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 therefrom 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 , 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 the other parts of the Contract Documents, but they are 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 enforcement of the Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. C 1-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth , Texas. C 1-1.14 MAYOR: The officially elected Mayor, or in his absence , the Mayor Pro tern of the City of Fort Worth , Texas. C 1-1.15 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 officially appointed official of the City of Fort Worth , Texas , referred to in the charter as the City Engineer, or his duly authorized representative. Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The officially appointed Director of the City Water Department of the City of Fort Worth, Texas , or his duly authorized representative, assistant, or agents. Cl-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents , engineers , inspectors , or superintendents, acting within the scope of the particular duties entrusted to them. Cl-1 (3) Cl-1.20 CONTRACTOR: The person , person 's, partnership , company, firm , association, or corporation , entering into a contract with the Owner for the execution of work, acting directly or through a duly authorized representative . A sub-contractor is a person , firm, corporation, supplying labor and materials or only labor, for the work at the site of the project. Cl-1.21 SURETIES : The Corporate bodies which are bound by such bonds as 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 therein . Cl-1.22 THE WORK OR 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 day is defined as a calendar day, not including Saturdays, Sundays , and legal holidays , in which 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 a.m. and 6:00 p.m., 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-1.25 : 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: 1. 2 . 3. 4. 5. 6. 7. 8. 9. New Year's day M.L. King, Jr. Birthday Memorial Day Independence Day Labor Day Thanksgiving Day Thanksgiving Friday Christmas Day Such other days in lieu of holidays as the City Council may determine January 1 Third Monday in January Last Monday in May July 4 First Monday in September Fourth Thursday in November Forth Friday in November December 25 When one of the above named holidays or a special holiday is declared by the City Council , falls on a Saturday, the holiday shall 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 as the holiday. Cl-1 (4) r Cl-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the Contract Documents, the intent and meaning shall be as follows: AASHTO - ASCE IAW ASTM AWWA ASA HI Asph. Ave. Blvd. CI CL GI Lin. lb. MH Max. American Association of State Highway Transportation Officials American Society of Civil Engineers In Accordance With American Society of Testing Materials American Water Works Association American Standards Association Hydraulic Institute Asphalt Avenue Boulevard Cast Iron Center Line Galvanized Iron Linear or Lineal Pound ~ Manhole Maximum MGD CFS Min. Mono. % R I.D. O.D. Elev. F C In. Ft. St. CY Yd. SY L.F. D.I. Million Gallons per Day Cubic Foot per Second Minimum Monolithic Percentum Radius Inside Diameter Outside Diameter Elevation Fahrenheit Centigrade Inch, Foot Street Cubic Yard Yard Square yard Linear Foot Ductile Iron C 1-1.27 CHANGE ORDER: A "Change Order" is a written supplemental 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 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: 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3. Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above. Cl-1(5) f ..I •. Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley , roadway or other surface is any area except those defined for "Paved Streets and Alleys." C 1-1.30 CITY STREET: A city street is defined as that area between the right-of-way lines as the street is dedicated. C 1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') 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 an unimproved 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 . Cl-1 (6) -SECTION C -GENERAL CONDITIONS C2-2 INT ERPRETATION AND PREPARATION OF PROPOSAL 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 understand ing of the project to be completed , provide a space for furnishing the amount of bid security , and state the basis for entering into a fo rmal 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 no more than one ( 1) year old. In the case that 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 to be received , and such experience must have been 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 Fort 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(1) 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 will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. 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, boring, and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No 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 investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings , if any, 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 SUBMITTING 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 shall be correctly filled in and the Bidder shall state the prices , written in ink in both words and numerals, for which he proposes to do work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy between price written in 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 proposal is submitted by a firm , association, or partnership, the name and address of each member of the firm , association , or partnership, or by person duly authorized. If a proposal is submitted by a company or corporation, the company or corporation name and business 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 proposal must be properly certified and must be in writing and submitted with the proposal. C2-2(2) C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, erasures , or irregularities of any kind, or contain unbalanced value of any items. Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2 .6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and 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 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 Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marker with the word "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 proposals. A request for non-consideration must be made in writing, addressed to the City Manager, and filed with him prior to the time set for 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 TELEGRAHIC MODIFICATIONS 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 pro".ided 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 confirmation is not received within 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 authorized representative at the time C2-2(3) 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 "Irregular" if they show any omissions, alterations of form, additions, or conditions not called for, unauthorized alternate bids, or irregularities of any kind . However, the Owner reserves the right to waive any all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which can not 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 reasons: a) Reasons for believing that collusion exists among bidders. b) Reasonable grounds 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 unsatisfactory manner. f) Lack of competency as revealed by financial statement, experience statement, 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 financial condition of the bidder as specified in Part "A" -Special Instructions 2. A current experience record showing especially the projects of a nature similar to the one under 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 the bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2(4) PART C -GENERAL CONDITIONS C3-3 AW ARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS : C3-3 .1 CONSIDERATION OF PROPOSALS: After 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 the 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 ward 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 ENTERPRISE/WOMEN-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 therefor. 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 the Contractor that will substantiate the actual work performed by an MWE 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 of not less than six (6) months . C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinances 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 (1) C 3-3.5 AWARD 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 as to the responsibility of the proposed awardee. The award of the contract, if award is made , will be to the lowest and best responsive bidder. The award of the contr.act 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 or 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 the amount of 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 damage by reason of negligence of the Contractor, or improper execution of the work or 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 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 C8-8 .10. c. PAYMENT BOND: A good and sufficient payment 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 payment of all claimants as defined in Article 5160, Revised Civil Statutes of Texas , 1925, as amended by House Bill C3-3 (2) d. 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 contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. 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 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 O"Yner. 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 the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner, the Contract and 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 FAILURE 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 annual 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 (10) 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 by forfeited to the Owner. C3-3 (3) The filing of a proposal will be considered as acceptance of this provision by the Bidder. C-3-3.10 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 "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. C3-3.11 INSURANCE : The Contractor shall not commence work under this contract until he has obtained all insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall 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. b . C. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Worker 's 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 Worker 's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected . COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, Comprehensive General Liabiljty 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 . ADDITIONAL LIABILITY: The Contractor shall furnish insurance as a 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. C3-3 (4) 3 . Collapse of buildings or structures adjacent to excavation {if excavation are performed adjacent to same). 4. Damage to underground utilities for $500 ,000. 5. Builder's risk (where above-ground structures are involved). 6 . Contractual Liability ( covers all indemnification requirements of Contract). d . AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of this 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 of 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. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements made upon the Contractor shall apply to the sub-contractors, should the Prime Contractor's insurance not cover the sub-contractor's work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and performance, payment, maintenance and all such other bonds are 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 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, and 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 repre sentative 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- C3-3 (5) Dallas area. Th e name of the agent , or agents shall be set forth on all 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 PAYROLLS: 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 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 posted in a conspicuous place at the site of the project at all times 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 made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or other wise and as such shall be empowered , thus delegated and directed , to settle all material , labor or other expenditure, all claims against work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work under the Contract shall be maintained until all 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 offices with the understanding that this written assignment of authority to the local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and 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 sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned . No credit of working time will be allowed for periods in which work stoppages are in effect for this reason. C3-3 (6) C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas . C3-3 (7) ,, SECTION C4-4 SCOPE OF WORK PART C -GENERAL CONDITIONS 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 for 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 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 any such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be 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 and 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 twenty-five (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 of 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 party 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 not 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 overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories . C4-4 (1) 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 to 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. 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 of equipment 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, plus a fixed fee to be agreed upon but not to exceed 10 percent 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 owner by him and used for 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 the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each 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. C4-4 (2) -Should a difference arise as to what does or dose not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof 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) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon said Extra Work. 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 OPERATION: 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 with the time being plotted horizontally and percentage of completion plotted vertically. The progress charts shall be prepared on 8-1/2" x 11" sheets and at least five black or blue line prints shall be furnished to the Owner. C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Within ten (10) days prior to subp)ission of the first monthly progress payment, the Contractor shall prepare and submit to the owner for approval six copies of the schedule in which the C~ntractor proposes to carry on 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 contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Engineer. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. C4-4 (3) 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: a. Milestone dates and final project completion dates shall be developed to conform to the time constraints, sequencing requirements and completion time. b. The construction progress shall be divided into activ1tles with time durations of approximately fourteen days (14) days and construction values not to exceed $50 ,000. Fabrication, delivery and submittal activities are exceptions to this guideline. c. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall 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 start 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 general categories 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 (14) days duration. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trades or subcontracts, the construction schedule shall indicate the following procurements, construction and preacceptance activities and events in their logical sequence for equipment and materials. 1. Preparation and transmittal of submittals 2. Submittal review periods . 3. Shop fabrication and delivery . 4. Erection or installation. 5 . Transmittal of manufacturer's operation and maintenance instructions . C4-4 (4) 6. Installed equipment and materials testing. 7. Owner's operator instruction (if applicable). 8. Final inspection. 9. Operational testing. 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 scheduled 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 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 diligence as will insure its completion within the time specified. C4-4 (5) PART C-GENERAL CONDITIONS C5 -5 CONTROL OF WORK AND MATERIALS 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. The Engineer shall decide all questions which arise as to the quality and acceptability of the materials furnished , work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the Contract, compensation, mutual rights between Contractor and Owner under these 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 , sequence 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 c.ontract documents . The Engineer 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 to 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 lines , grades , cross-sections , finish , and dimensions shown on the plans or any other requirements other wise 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 dimension shall govern over scaled dimensions , plans shall govern over specifications, special conditions shall govern 'over general conditions and standard specification, 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 C5-5 (1) the Contract Documents , and the owner shall be permitted to make such corrections or interpretations as may be deemed neces sary for fulfillment of the intent of the Contract Documents. In the event 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 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. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of 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 possible way. 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 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 convenience of the traveling public or the owners of property across which the project extends or the safety of the 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 a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies , omissions , or correction necessary to c onform 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 C5-5 (2) 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 shoe just cause for not taking the proper action , within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. 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 x 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather proof, so that documents will not be damaged by the elements. C5-5.7 CONTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines, grades, and measurements necessary to the proper prosecution and control of the work contracted under these Contract Documents, and lines, grades and measurements wiU 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 Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed 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 deducted 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 being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents , and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform 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 materials or equipment furnished or the manner of performing the work, the City Inspector will have the authority to reject materials or equipment, and/or to suspend work until the question at issue can be referred to and 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, nor to issue any instructions contrary tot he requirement s of the Contract Documents. The City Inspector will in no case act as superintendent or C5-5 (3) foreman or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from 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 of the Contract Documents , provided , however, should the Contractor object to any orders or instructions or the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in Controversy . C5-5 .9 INSPECTION: 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 Contracto.r 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 Work so exposed or examined prove to be unacceptable , the uncovering or removing and 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 EDEFCTIVE 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 this expense. Work done beyond the lines and grades given or as shown on the plans , except as herein specially provided, or any Extra Work done 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 the 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 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 tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work. C5-5.l 1 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if 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 function called for by the general design , be similar and of 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 C5-5 (4 ) ' ' service. No substitute shall be ordered or installed without written approval of Engineer who will be the judge of the equality and may re.quire 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 employees by either of them from and against the claims , damages , losses and expenses (including attorneys 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 other wise 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 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 materials represented by the samples until 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 same 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 new materials. C5-5.I3 STORAGE OF MATERIALS: All materials which are to be used in the construction contract shall be stored so as to insure the preservation of 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 placed 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 the existing utilities are based on the best information available .. Omission from , the inclusion of utility locations on the Plans is not to be considered as 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 bwner 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 such failure will not be considered C5-5 (5) 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 of which is not made in these Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractor's responsibility to verify locations of the 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 utility companies at least forty-eight ( 48) hours in advance of construction including exploratory excavation if necessary. All verification of utilities and their adjustment shall be considered subsidiary work. C5-5 .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 's Distribution Division as to location, time, and schedule of service interruption. 2. Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their service, or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's door knob. The tag shall be durable in composition, and in large bold letters shall say: C5-5 (6) "NOTICE" Due to Utility Improvement 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 b . Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above, but immediate. CS-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall suffer loss or damage of 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 damage alleged to have been sustained, the owner will notify the Contractor, who shall indemnify and save harmless the owner against any such claim. CS-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 Contract Documents 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 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, and the costs of such direct action , plus 25 % of such costs, ~hall be deducted from the 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 and discarded materials, temporary structures, and debris of every kind. He shall leave the site of all 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 a bright, clean, polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. CS-5 (7) CS-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request that a Final Inspection be made . Such inspection will be made within 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. C5-5 (8) I PART C -GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY 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 or 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 price shall include all royalties or cost arising from patents , trademarks, 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 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 by reason of such infringement at any time during the prosecution of the work or after completion of the work , provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon 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 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 of 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 in a clean and sanitary condition, free C6-6(1) 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 . C6-6 .5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be placed and used, and the work shall at all times be so 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 the property contiguous tot he 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 operations, at all driveway crossings. Such provisions may include bridging, placement or 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 may make arrangements satisfactory to the Engineer for the diversion of traffic , and shall , at his 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 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 its attention, after twenty-four 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 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 any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and 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 placed back in 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 of such crossings. C6-6(2) The Contractor shall at all times conduct his operation and use of construction machinery so as not to damag e or destroy tree s and scrubs located in close proximity to or on the site of the work . Wher ever any such damage may be done , the Contractor shall immediately satisfy all claims of property owners , and no payment will be made by the Owner in settlement of such claims . The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C6-6 .6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT-OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City , as shown in the Contract Documents, or as may be specifically authorized in writing by the 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 staked 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 railroad 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 railroad , the City will secure the necessary easement for the work . Where the railroad tracks are to be crossed , the Contractor shall observe all the regulations and instructions of the railroad company as to the methods of performing the work and take all precautions for the safety of property and ' the public. Negotiations with the railway companies for the permits shall be done by and through the City. The Contractor shall give the City Notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra 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 · watchman, 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 C6-6(3) them at their respective assignments m sufficient numbers to protect the work and prevent accident or damage . All installations and procedures shall be consistent with provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Veron's Civil Statues , pertinent section being Section 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 (phone number 871-8075), to remove the sign. In case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referred manual and such temporary sign must be installed prior to the removal of the permanent sign. If 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 temporary 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-installation is completed. The Contractor will be held responsible foe 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 immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs , fences and lights, and for providing 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 Documents , will be paid to the Contractor for the Work and materials involved in the constructing, providing, and maintaining of barricades , signs, fences, and lights or 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 is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC .: Should the Contractor elect to use explosives, drop weight, etc ., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper represen tative of any public service corporation, any company, individual, or utility , and the Owner, not less than 'twenty-four hours in advance of the use of any activity which might damage or endanger their or his property along or adjacent to the work. C6-6(4) Where the use of explosives is to be permitted on the project , as specified in the Special Conditions Documents , or the use of explosives is requested , the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. C6-6. l O WORK WITHIN EASEMENTS : Where the work passes over, through , or into private property, the Owner will provide such right-of-way OJ: 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 expense. Such additional rights-of-way or work area 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 tress, shrubbery, plants , lawns , fences, culverts, curbing , and all other types of structures or improvements , to all water, sewer, and gas lines , to all conduits, overhead pole lines , or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the work. The Contractor shall notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the work. Such notice shall be made at least 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. When and where any direct or indirect or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of non-execution thereof on the part of the Contractor, he shall restore or have restored as his 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. C6-6(5) All fences encountered and removed during construction of this project shall be restored to the original or a better than ori g inal condition upon completion of this project. When wire fencing , either wire mesh or barbed wire is to be crossed , the Contractor shall set cross brace posts on either side of the permanent easement before the fence is cut. Should additional fence cuts be necessary , the Contractor shall provide cross-braced posts at the point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits , before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to 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 or to make good such damage or injury, the Owner may, upon 48 hour 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 to or to become due to the Contractor under this contract. C6 .6 . l l INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that the Contractor shall perform all work and services hereunder as an independent C(?ntractor, and not as an officer, agent , servant, or employee of the Owner. Contractor shall have exclusive control of and exclusive right to control the details of all work and services performed hereunder, and all persons performing the same, and shall be solely responsible for the acts and omissions of its officers , agents, servants, employees , contractor, subcontractors , licensees and invitees. The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers, agents , employees , contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise between 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 Owner, its officers , agents, servants, and employees from and against any and all claims or suits for property damage or loss and/or personal injury, including death , to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees , contractors, subcontractors , licensees or invitees , whether or not caused , in whole or in apart , by alleged negligence on the part of officers, agents, employees , contractors , subcontractors , licensees or invitees of the Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers , agents , servants', and employees for property damage or loss , and/or personal injuries, including death , to any and all person of whatsoever kind or character, whether real or asserted , arising out of or in connection with, directly C6-6(6) or indirectly, the work and services to be performed hereunder by the Contractor, its officers , agents , employees , contractors , subcontractors , licensees or invitees , whether or not caused, in whole or in apart, by alleged negligence of officers, agents , employees , contractors , subcontractors , licensees or invitees of the Owner. Contractor likewise covenants and agrees to , and does hereby, indemnify and hold harmless Owner from and against any and all injuries , loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from , in whole or in apart , any and all alleged acts of omission of officers, agents, employees , contractors, subcontractors , licensees , or invitees of the Owner. In the event a written claim for damages against the contractor or its 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 30 days aft~r 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 total 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 then 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 tot he Director that: 1. The claim has been settled and a release has been obtained from the claimant involved, or 2. Good faith efforts have been made to settle such outstanding claims , and such good faith efforts have failed. If condition (1) 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 (2) 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 of the six month period, the Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. · C6-6(7) The . Director may , if he 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 foe 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 nature of the alleged damage , and on or before the 25 1 h day of the month succeeding that in which ant such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and the 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 shall be waived, and he shall not be entitled to payment on account of such damages. C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: 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 the property that may be necessary by the performance 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 divisions . The Contractor, at bis own cost and expense , shall construct such troughs, pipes , or other structures necessary , and be prepared at all times to dispose 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 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. C6-6(8) 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 hydrant 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 made at . the regular established rates . When meters are not used, the charges, if any , will be as prescribed by the City ordinance, or where no ordinances applies , payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C 6-6 .17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, m 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 notice 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 of any of the provisions of 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 deficient operations on the part of the Contractor, shall be performed by the Contractor at his 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 nonexecution of the work . The Contractor shall rebuild , repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6.19 NO W AIYER 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. 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 carrymg out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representative of the Owner, either personally or other wise as they are agents and representatives of the City . C6-6(9) C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth , and organization which qualifies for exemption pursuant the provisions of Article 20 .04 , (H) of the Tex as 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 certificate to comply with State Comptroller 's Ruling .007 . Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011 , and any other applicable State Comptroller's 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-owner improvement in a street right-of-way or other easement which has been dedicated to the public and 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 can probably be exempted in the same manner stated above. Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained from : Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX C6-6(10) PART C-GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7 .1 SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workmen under his immediate superintendance, work of a value of not less than fifty (50%) percent of the value embraced on 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 or workmen of the Contractor and shall be subject tot he 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, 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 by 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 states, attempt to dispose of the contract may, at the option. of the Owner be revoked and annulled1 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 actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operations, 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 the 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 be submitted a table of estimated amounts to be earned by the Contractor during each monthly 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. C7-7(1) 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 Engineer shall not relieve the Contractor from 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 LIMITATION 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 way greater than is necessary for 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 any additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT : Local labor shall be used by the Contractor when it is available. The Contractor may bring from outside the City of Fort Worth his key men 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 and 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 to be found to be incompetent, disrespectful, intemperate, dishonest , or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglect or refuses to comply with or carry out the direction of the owner, and such person or persons shall not be employed again 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 equipment necessary to properly carry out the performance of the assigned duties . The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for the 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 use. C7-7(2) C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of the work completed as defined in C 1-1.23 "WORKING DAYS " or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. 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 that 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 final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in C 1-1.24 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 in 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. 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 occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. In adjusting the contract time for completion of work, consideration will be given to unforeseen causes beyond the control of and without the fault or negligence of the Contractor, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, 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 C7-7(3) 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 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 mat 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 information 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 the Engineer found correct, shall be approved and referred by the Engineer to the City Council for final approval or disapproval; and the action thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer 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 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 performance bond from all his 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 upon. 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 increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule , unless otherwise specified in other parts of the Contract Documents , will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. AMOUNT OF CONTRACT C7-7(4) AMOUNT OF LIQUIDATED DAMAGES PER DAY 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 to calculate due to lack of accurate information , 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 vent 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 not 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 unsuitable 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 the 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 THETIME 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 C7-7(5) returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profi t 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 Engineer to 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 the efforts which have been made and listing all necessary items of labor, materials , and equipment not obtainable. If, after investigations , the owner finds that 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 Contractor, than if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials , and equipme~t within thirty days , the Contractor my request the owner to terminate the contract and the owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner 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 not anticipated profits on work which has not been performed . C7-7.l4 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF THE CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared canceled 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 operations within the time specified in the Work Order issued by the Owner. b. Substantial evidence that progress of the work operations by the Contractor is insufficient to complete the work within the specified time. c. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations . d. Substantial evidence that the Contractor has abandoned the work. C7-7(6) .,. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. 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. 1. 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 an 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 canceled, 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 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 upon 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 Contract 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 of the 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 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 work thereof as it may deem necessary, and the Contractor hereto agrees that the C7-7(7) Owner shall have the right to take posses sion of and 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 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 Contract, 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 and in such a manner as to not hinder or interfere with the performance of the work by the Owner. C7-7.15 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. C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: 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. NOTICE OF TERMINATION: Any Termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective . Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the 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: C7-7(8) 1. Stop work under the contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; 3 . terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by notice of termination; 4. transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: a. the fabricated or unfabricated parts , work in progress, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of the termination; and b. The completed, or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be furnished to the Owner. 5. complete performance of such work as shall not have been terminated by the notice of termination; and 6. Take such action as may be necessary , or as the 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 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 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 neces sary adjustments to correct the list as submitted, shall be made prior to final settlement. . C7-7(9) C. TERMINATION CLAIM: Within 60 days after the 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 and all such claims shall be conclusively deemed waived. D. AMOUNTS: Subject to the prov1s1ons of Item C7-7.l(C), the Contractor and the 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 the work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price 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(E) hereafter, prescribing the amount to be paid to 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 the work pursuant to this section, the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. 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; 1. all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; 2. any claim which the Owner may have against the Contractor in connection with this contract; and 3. the agreed price for , or the proceeds of the 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. C7-7(10) G. H. ADJUSTMENT: If the termination hereunder be partial , prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices ; noting contained herein, however, shall limit the right of the owner and the Contractor to agree upon the amount or amounts to be paid tot he 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. NO LIMITATION OF RIGHTS: Noting contained 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 OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT" or any other right which the 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. 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. C7-7(11) PART C-GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8. l MEASUREMENT 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 item installed . C8-8.2 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, finishing costs, overhead expense , bond , insurance , patent fees , royalties, risk due to the elements and other clauses , delays, profits , injuries , damages claims, taxes , and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. C8-8.3 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 . C8-8.4 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 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, t~ademarks , copyrights , or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. C8-8(1) 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 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 imperfections 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 one 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. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and the 5th day of 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 the work performed since the last partial payment was made exceeds one hundred dollars ($100.00) inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000.00, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400 ,000.00 or greater, within twenty- five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The partial estimates 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 partial estimates from month to month will be approximate only, all partial monthly estimates and payment will be subject to correction in the estimate 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 quantity 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. C8-8.6 WITHHOLDING 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 . ; C8-8(2) C8-8. 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 final inspection . The Engineer shall notify the appropriate officials of the Owner, will within a reasonable 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 outlines in paragraph 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 upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after the final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory evidence of compliance as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit as furnished by the City, certifying that; A. all persons, firms , associations, corporations, or other organizations furnishing labor and/or materials have been paid in full , B. that the wage scale established by the City Council in the City of Fort Worth has been paid, and C. that there are no claims pending for personal mJury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the owner from all claims or liabiliti e s under the Contract for anything done or furnished or relating to the work under the Contract Documents 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 relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. · C8-8(3) 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, sufficiency of the Contract Documents , the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents , all approved modifications thereof, and additions and alterations thereof approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the Contract Documents , approved modifications thereof, and all alterations thereof. C8-8.10 GENERAL GUARANTY : 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 the 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 ih the work and pay for any damage to the 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 guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness . C8-8. l 1 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 these 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 cleanup are general items of work which fall in the category of subsidiary work. C8-8 .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. C8-8.13 RECORD DOCUMENTS : The 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. ' C8-8(4) Part CS SUPPLEMENTARY CONDITIONS (TO PART C) THIS PAGE INTENTIONALLY LEFT BLANK SUPPLEMENTARY CONDITIONS FORT WORTH, WATER DEPARTMENT WATER AND WASTEWATER TREATMENT PLANT PROJECTS October 1, 2008 1. CONTRACT DOCUMENTS: In Section Cl-1.2 CONTRACT DOCUMENTS , delete Paragraph C 1-1.2b 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 -NOTICE TO BIDDERS (Advertisement) SPECIAL INSTRUCTION TO BIDDERS PART B -PROPOSAL (Bid) M/WBE BID SPECIFICATIONS PART C-GENERAL CONDITIONS PART CS-SUPPLEMENTARY CONDITIONS PART D-SPECIAL CONDITIONS PART E -TECHNICAL SPECIFICATIONS PERMITS/EASEMENTS (Some Permits are Multicolored) PARTF-BONDSANDINSURANCE PART G-CONTRACT PART H -PLANS/FIGURES (may be bound separately) White White White Golden Rod Canary Yellow Green Green White White White White White" 2. DIRECTOR OF TRANSPORATION AND PUBqC WORKS: Delete entire Paragraph C 1-1.17, and replace with the following: Cl-1.17 DIRECTOR OF TRANSPORATION 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. 3. ENGINEER: Delete entire Paragraph Cl-1.19, and replace with the following: 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. 4. PROPOSAL FORM: In Section C2-2.1, Paragraph 1, revise last sentence to read as follows: "The Bidder shall furnish a Financial Statement, Equipment Schedule, and Experience Record, all of which must be properly executed and filed with the Director of the Water Department one week prior to the hour for opening of bids. Information shall be on forms provided by the Bidder and acceptable to the City. CS-I 5. EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: In Section C2-2.3, Paragraph 2, add the following to the last sentence: "except for changes in the site conditions caused by factors outside of the control of the Contractor which occur after the Contractor's inspection and prior to installation." 6 . INTERPRETATION AND PREPARATION OF PROPOSAL: Part C -General Conditions, Section C2-2, exchange Paragraphs C2-2 .7, C2-2.8 , and C2-2 .9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security and other required material, to the Purchasing Manager or his representative at the official location and stated time set forth in 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 proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL" and the name or description of the project designated in the "Notice To Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division , PO 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 the opening of 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 Purchasing 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 confirmation is not received within forty-eight ( 48) hours after the proposal opening time , no further consideration will be given to the proposal. 7. MINORITY BUSINESS ENTERPRISE/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Delete entire Paragraph C3-3.2, and replace with the following: C3-3.2 MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR W AIYER FORM, and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT CS-2 VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m, five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made . Such receipt shall be evidence that the documentation was received by the City . Failure to comply shall render the bid non-responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a minority business enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any 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 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 facts ( other than a 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 that three (3) years. 8. C3-3.5 AW ARD 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 stated for the duration of the Bid Security stated in the Notice to Bidders or 90 days, whichever is shorter." 9. C3-3.7 BONDS. For the Paragraph after Paragraph C3-3.7d OTHER BONDS, which begins with "No sureties", change the entire paragraph to read as follows: "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 United 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. Each bond shall be properly executed by both the Contractor and the Bonding Company." CS-3 10. INSURANCE. Delete entire Paragraph C3-3 .11 INSURANCE, and replace with the following:: C3-3.11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required under the Contract Documents, and such insurance has been approved by the Owner and certificates of Insurance shall be delivered to the Owner (City of Fort Worth, Contract Administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, Texas 76102) prior to commencement of work on the contract project. The prime Contractor shall 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. The General Contractor may require all subcontractors to be insured and submit documentation ensuring that the requirements of C3-3.ll 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's liability shall not be limited to the specified amounts of insurance required herein. a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Worker's 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 Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. Worker's compensation insurance covering employees in the project site shall be indorsed with a waiver of subrogation providing rights of recovery in favor of the OWNER. b . COMMERICAL GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500,000 covering each occurrence/aggregate on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence/aggregate on account of property damage with $2,000,000 umbrella policy coverage. 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. C. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as a 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: CS-4 1. 2. 3. 4. 5. 6. 7. Contingent Liability ( covers General Contractor's Liability for acts of sub-contractors). Blasting, prior to any blasting being done. Collapse of buildings or structures adjacent to excavation ill excavation are performed adjacent to same). Damage to underground utilities for $500,000. Builder's risk (where above-ground structures are involved). Contractual Liability ( covers all indemnification requirements of Contract). The City, its offices, employees and servants shall be endorsed as additional insured 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 indorsed 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 . 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 Impairment Liability (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). d. AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of this 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 aggregate on account of one accident, and automobile property damage insurance in an amount not less than $100,000 aggregate. 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 CS-5 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. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by carriers satisfactory to the Owner. (Sample attached .) 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. All insurance requirements made upon the Contractor shall apply to the sub-contractors, should the Prime Contractor's insurance not cover the sub-contractor's work operations. 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. h. 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. 1. 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 . 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 minimumlO day notice shall be acceptable in the event of non-payment of insurance premium to insurance company. CITY RESPONSIBILITIES . The City shall not be responsible for direct payment of insurance premium costs for Contractor's Insurance. 11 C3-3.13 WAGE RATES: Delete Paragraph C3-3-13 WEEKLY PAYROLLS in its entirety and replace with C3-3-l 3 WAGE RA TES as shown below: "The Contractor shall comply with all requirements of Chapter 2258 , Texas Government Code, 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. Su~h prevailing wage rates are included in these contract documents. CS-6 The Contractor, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) that name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; (ii) the actual per diem wages paid to each worker. These records shall be open, all reasonable hours, for inspection by the City. The provisions of Section C8- 8-14, RIGHT TO AUDIT, pertain to this inspection. The Contractor shall include in its subcontract's and/or shall otherwise require all of its subcontractors to comply with paragraphs above. 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 ." 12. INCREASED OR DECREASED QUANTITIES: Revise Paragraph C4-4.3 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 established in the contract documents. No allowance will be made for any changes in lost or anticipated profits not 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 overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories. 13. LIMITATION OF INCIDENTAL CHARGES (Reference C4-4.5c): 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 an extension of the Contract period. Contractor ,shall not be reimbursed for indirect overhead or indirect costs related to changes to this contract. 14. TESTING COSTS: Paragraph 5-5.12, revise the first sentence to read as follows: CS-7 "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." 15. LAWS TO BE OBSERVED: Paragraph C6-6.l , delete "or which may be enacted later". After the word "exist," add "at the time of the Contract or may be hereafter exist during the performance of the Contract." 16. BUILDING PERMITS: Paragraph C6-6.2 Insert the following at the end of the paragraph; "Contractors are responsible for obtaining all 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. Building, plumbing, electrical and mechanical building permits are issued without charge. Water and sewer access fees will be paid by the Water Department. Any other permit fees are the responsibility of the Contractor." 17. 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". 18. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Delete entire Paragraph C6-6 .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 project site for the Contractor's sole negligence. In addition, the Contractor covenants and agrees to indemnify, hold harmless and defend at its own expense , the Owner, its officers, agents, servants , and employees, from and against all claims or suits for property 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 any such iniury. damage or death is caused, in whole or in part, by the negligence or alleged 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 any 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 damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until the Contractor either (a) submits to the Owner satisfactory evidence that the claim has CS-8 been settled and/or a release 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." 19. STATE SALES TAX: A. Delete Paragraph C6-6 .21 STATE SALES TAX in its entirety . B. 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, 1991. 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 construction costs and costs of material incorporated into the project construction prior to execution of this contract. B. 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 Project into "Materials Incorporated into the Project" and "All Other Charges". The Contract shall be a "Separated Contract". C. The City of Fort Worth will issue appropriate Certificates of Resale to the Contractor. D. 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." 20 AIR POLLUTION WATCH DAYS: Add the following to Section C7-7: C7-7.18 AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION .. CS-9 The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m . on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days , the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment bums Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m . -6:00 p.m., on a designated Air Pollution Watch Day , that day will be considered as a weather day and added onto the allowable weather days of a given month. 21. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4 SCOPE OF PAYMENT in its entirety and replace 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 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 imperfections 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." 22. PARTIAL PAYMENTS: Change Paragraph C8-8 .5 to read as follows: CS-10 "Partial pay estimates shall be submitted by the Contractor 5th day and the 20th day of the month that work has been is in progress. The estimate shall be processed by the City on the 10th day and 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 pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net invoice 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 $400,000.00 at the execution, retainage shall be ten percent (10%). For contracts of $400,000.00 or more at the time of execution , retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with subcontract agreement, within five (5) business days after receipt by the Contractor of the payment by the City . Contractor 's failure to make the required payment to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only , and all partial pay estimates and payment of the same will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate. Payment of any partial pay 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 partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this Contract." 23. GENERAL GUARANTY. Delete Paragraph C8-8.10 GENERAL GUARANTY in its entirety and replace 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 the 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 the other wor~ 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 CS-11 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 specification, 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. 24. RIGHT TO AUDIT: Add the following to Section C8-8: C8-8.14 RIGHT TO AUDIT: "(a) The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents , papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during 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 this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during 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 together with subsection (c) hereof. The City shall give subcontractor reasonable advance notice of intended audits. ( c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse contractor for the cost of the copies as follows: 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." (5/25/93) CS-12 25. SCHEDULE OF COSTS: Add the following to Section CS-8: CS-8.15 SCHEDULE OF 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 categories 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 in 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 payment 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 OF SECTION CS-13 Part D SPECIAL CONDITIONS THIS PAGE INTENTIONALLY LEFT BLANK PART D -SPECIAL CONDITIONS D-1 GENERAL ......................................................................................................................... . D-2 PROJECT DESIGNATION .............................................................................................. . D-3 NOT USED ....................................................................................................................... . D-4 PROJECT SIGNS ............................................................................................................. . D-5 NOT USED ....................................................................................................................... . D-6 WAGE RATES .................................................................................................................. . D-7 NOT USED ....................................................................................................................... . D-8 DEWATERING .................................................................................................................. . D-9 CROSSING OF EXISTING UTILITIES ............................................................................. . D-10 EXISTING UTILITIES ........................................................................................................ . D-11 EXPLORATORY EXCAVATIONS ..................................................................................... . D-12 TEST HOLES .................................................................................................................... . D-13-14 NOT USED ........................................................................................................................ . D-15 CRUSHED LIMESTONE BACKFILL ................................................................................. . D-16-23 NOT USED ........................................................................................................................ . D-24 VALVE BLOCKING ........................................................................................................... . D-25 DUCTILE IRON PIPE AND GRAY FITTINGS ................................................................... . D-26 DETECTABLE WARNING TAPES .................................................................................... . D-27 NOT USED ........................................................................................................................ . D-28 TYPE OF PIPE CASING ................................................................................................... . D-29 NOT USED ........................................................................................................................ . D-30 VALVE CUT-INS ............................................................................................................... . D-31-32 NOT USED ........................................................................................................................ . D-33 DEHOLES ......................................................................................................................... . D-34-36 NOT USED ........................................................................................................................ . D-37 CONCRETE ENCASEMENT ............................................................................................ . D-38 CONNECTION TO EXISTING STRUCTURES ................................................................. . D-39-54 NOT USED ........................................................................................................................ . D-55 TEMPORARY SOIL EROSION SEDIMENT-WATER POLLUTION CONTROL ............... . D-56 NOT USED ........................................................................................................................ . D-57 HYDRO MULCH SEEDING AND SODDING .................................................................... . D-58 NOT USED ........................................................................................................................ . D-59 TELEVISION INSPECTION OF SANITARY SEWER LINE .............................................. . D-60-79 NOT USED ....................................................................................................................... . D-80 ADJUST WATER VALVE BOX, MANHOLES AND VAULTS ............................................ . D-81-85 NOT USED ........................................................................................................................ . D-86 WORKER'S COMPENSATION INSURANCE .................................................................. . D-87-101 NOT USED ....................................................................................................................... . D-102 SUSBSIDIARY WORK ...................................................................................................... . D-103 ADDENDA ......................................................................................................................... . D-104 OSHA STANDARD ........................................................................................................... . D-105 PROJECT SUPERINTENDENT ........................................................................................ . D-106 RESIDENT ENGINEER .................................................................................................... . D-107 PROGRESS PHOTOGRAPHS ......................................................................................... . D-108 TERMINATION .................................................................................................................. . D-109 HAZARDOUS AND TOXIC MATERIALS .......................................................................... . D-110 SPOIL AND FILL MATERIAL ............................................................................................ . D-111 AGE ................................................................................................................................... . D-112 DISABILITY ....................................................................................................................... . D-113 INDEMNIFICATION .......................................................................................................... . D-114 CONSTRUCTION ADMINISTRATION ............................................................................. . D-1 GENERAL: Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications. effective July 1, 1978, are made part of the Contract Documents for this Project. The Plans, Special conditions and Provisions Documents, and the rules, regulations, requirements, instructions, drawings and details referred to by manufacturer's name, number or identification included 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. The order or precedence in case of conflicts or discrepancies between various 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. Special Contract Documents 3. General Contract Documents and General Specifications The following Special Conditions shall be applicable to this project and shall govern any conflicts with the General Contract documents under the provisions stated above. D-2 PROJECT DESIGNATION: Construction under these Special Documents shall be performed under the Fort Worth Water Department Project Designations: Water Project Number _____ _ Sewer Project Number , and/or Other D-4 PROJECT SIGNS: Project Signs are required at all locations which will be under construction for more than thirty (30) calendar days as indicated in Part B Proposal. Project Signs shall be in accordance with Figure 30 ( dated 8-28-89) of the General Contract Documents. The signs may be mounted on skids or on posts. The exact locations and methods of mounting shall be approved by the engineer. Any and all costs 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-6 WAGE RA TES: The labor classifications and mm1mum 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 that the following rates be paid. ( see attached wage rates) When two or more wage rate scales are shown and wage rates shown in specific classifications are in conflict, the higher wage will be used. D-8 DEWATERING: The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the linear foot bid price of the pipe. D-9 CROSSING OF EXISTING UTILITIES: Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or a proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made water tight or be constructed . of ductile iron pipe . The required length of replacement shall be determined by the Engineer. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping as specified in Material Standard El-6 contained in the General Contract Documents. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping as specified in the General Contract Documents. Adaptor fittings shall be a urethane or neoprene coupling A.S.T.M. C.-425 with series 300 Stainless Steel compression straps. Payment for work such as backfill, fittings, tie-ins and all other associated appurtenances required, shall be included in the linear foot price of appropriate bid item. D-10 EXISTING UTILTIES: 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 crossed or 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 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 of original material and construction , or better, unless otherwise shown or noted on the plans , 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 at once of any conflicts in grades and alignment. 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 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. D-11 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 water and/or sewer facilities. All exploratory excavations shall occur 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 unit price bid for constructing of water/sewer line or the associated structures. D-12 TEST HOLES: The matter of subsurface exploration to ascertain the nature of the soils , including the amount of rock, if any , through which this pipeline installation is to be made is the responsibility of any and all prospective bidders , and any bidder on this project shall submit his bid under the condition. Whether prospective bidders perform this subsurface exploration jointly or independently , and whether they make such determinations by the use of test holes or other means, shall be left to the discretion of such prospective bidders. The cost of the rock removal and other associated appurtenances, if required , shall be included in the linear foot bid price of the pipe. D-15 CRUSHED LIMESTONE BACKFILL: Where specified on the plans or directed by the Engineer, crushed limestone shall be used for trench backfill on this project. The material shall be conform to the Transportation and Public Works Standard Specifications for Street and Storm drain Construction Division 2, Item 208.2 Materials and Division 2 Item 208.3 Material Sources. Trench Backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill of the General Contract Documents. Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2- 2 .16 Measurement of Backfill Materials of the ;General Contract Documents and Specifications. D-24 VAL VE BLOCKING: All valves shall have concrete blocking for support. Valves shall have polyethylene wrapping per Material Specification E 1-13 and Construction Specification E2-13 installed prior to concrete blocking. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered to be included in the bid price of the valve. D-25 DUCTILE IRON PIPE AND GRAY-IRON FITTINGS: Reference Part E2 Construction Specifications, Section E2-7 lnstalling Cast Iron Pipe, Fittings , and Specials, Sub Section E2-7 .11 Cast Iron Fittings: the first Paragraph shall be revised to read as follows: "E2-7.11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section El- 7. The price bid per ton of fittings shall be payment in full for all fittings, joint accessories , polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed. All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification El-13 and Construction Specification E2-13 . Wrapping shall precede horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for valves and fittings and no other payment will be allowed." D-26 DETECTABLE WARNING TAPES: Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water ot sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils. and the width shall not be less than 2" inches with a minimum unit weight of 2-1/2 pounds/1 "/1000'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Water Sewer Color Code Safety Blue Safety Green Legends Caution Buried Water Line Below Caution Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18" inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes and all other associated appurtenances required shall be included in the subsidiary to the cost of pipe installation. D-28 TYPE OF CASING PIPE: 1. Water: The casing pipe for open cut or bored or tunneled section shall be A WW A C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E 1-15, E 1-5, and E 1-9 in Material Specifications of the General Contract Documents and Specifications for Water Department Projects. The steel casing shall be supplied as follows: A. For inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Section 2.2 and related sections in A WW A C-203. B. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe shall be 0.375 inch. Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the manufacturer. 2. Sewer Boring used on this project shall be in accordance with the Material Standard E 1-15 and Construction Standard E2-15 as per Figure 110 of the General Contract Documents. 3. Payment. Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. D-30 VAL VE CUT-INS: It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve ; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service. Payment for work such as backfill, bedding, fittings, blocking and all other associated appurtenances required, shall be included in the price of the appropriate bid items. D-33 DEHOLES (MISC. EXT.) The Contractor excavates for existing water and/or sanitary sewer main as detailed by work order together with a sketch. The location and dimensions shown on the plans relative to other 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. It shall be the Contractor's responsibility to verify 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 dehole process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities resulting from the Contractor's operations, shall be restored at his expense. Payment for work such as backfill and all other associated appurtenants required, shall be included in the price of the appropriate bid item. D-37 CONCRETE ENCASEMENT: Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections El-20 and E2-20 of the General Contract Documents. Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. D-38 CONNECTION TO EXISTING STRUCTURES: All connections between proposed and existing facilities, shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section El-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a gasket, RAM-Nek or approved equal, shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities including all labor, tools, equipment, and material necessary to complete the work shall be included in the linear price of the appropriate pipe size. D-55 TEMPORARY SOIL EROSION SEDIMENT AND WATER POLLUTION CONTROL: 1. 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. 2. 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 const~ction 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. The amount of surface area of erodible-earth material exposed at one time shall not exceed 750,000 square feet for each excavation operation, 750,000 square feet for each material source operation ( other than from commercially operated sources), 750,000 square feet for each preparing of right-of-way operation or 750,000 square feet for each clearing and grubbing operation, unless otherwise shown on the plans or with prior approval by the Engineer in writing. The CONTRACTOR shall also conform to the following practices and controls. All labor, tools, equipment and incidentals to complete the work will not be paid for directly but shall be considered as subsidiary work to the various items included in the contract. (a). Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. (b ). Frequent fording 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. ( c ). 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. (d). All waterways shall be cleared as soon as practicable of falsework, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. (e). The CONTRACTOR shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumens , 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. 3. SUBMITTAL: Prior to the start of the applicable construction, the CONTRACTOR shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible-earth material to a minimum. He shall also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of waste materials. No work shall be started until the soil-erosion control schedules and methods of operations have been reviewed and approved by the Engineer. 4. 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. D-57 HYDRO MULCH SEEDING AND SODDING: Any sodding or hydro mulching required will be done in accordance with Fort Worth Public Works Department Standard Specifications item 118 and 120. If in the opinion of the Engineer, additional seeding and/or sodding is required due to the Contractor's construction, this will be seeded and sodded at the expense of the Contractor. D-59 TELEVISION INSPECTION OF SANITARY SEWERS LINES: 1. GENERAL: Prior to the reconstruction, some noted sections sanitary sewer lines shall be cleaned, and a television inspection and dye tests performed to identify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed-circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 2. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against .flooding of the sewer. The movable dam shall be equal in diameter to the pipe being cleaned and shall provide a flexible scraper around the outer periphery to insure removal of grease. If sewer cleaning balls or other equipment which cannot be collapsed is used, special precautions to prevent flooding of the sewers and public or private property shall be taken. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 3. CLEANING PROCEDURES: The designated sewer manhole sections shall be cleaned using high-velocity jet equipment. The equipment shall be capable of removing dirt, grease , rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole , the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or the equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists and the cleaning effort shall be abandoned. When additional quantities of water from fire hydrants is necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the set up , including the water usage bill. All expenses shall be considered incidental to cleaning. 4. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand , rock , grease , and other solid or semisolid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing material from manhole section to manhole section , which could cause line stoppages , accumulations of sand in wet wells , or damage pumping equipment, shall not be permitted. All solids or semisolids resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City. Under NO circumstances will the Contractor be allowed to accumulate debris, etc ., on the site of work beyond the stated time, except in totally enclosed containers and as approved by the Engineer. UNDER NO CIRCUMSTANCES SHALL SEW AGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES , CATCH BASINS , STORM DRAINS OR SANITARY SEWER MANHOLES. D-80 ADJUST WATER VALVE BOX, MANHOLES, AND VAULTS (UTIL. CUT): Contractor will be responsible for adjusting water valve boxes, manholes and vaults to match new pavement grade . The unit price bid will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. D-86 WORKER'S COMPENSATION INSURANCE: A. Contractor's Worker's Compensation Insurance . Contractor agrees to provide the Owner (City) a certificate showing that it has obtained a policy of worker 's compensation insurance covering each of its employees employed on the project in compliance with state law . No Notice to Proceed will be issued until the Contractor has complied with this section. B. Subcontractor's Worker's Compensation Insurance. Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of worker's compensation insurance covering each employee on the project. Contractor will not permit any subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy of all such certificates to the Owner (City). C. Worker's Compensation Insurance Coverage. 1. Definitions: Certificate of coverage ("certificate"). A copy of a certificate of insurance , a certificate of authority to self-insure issued by the Texas Workers' Compensation Commission , or a coverage agreement (TWCC-81 , TWCC-82 , TWCC-83 , or TWCC-84), showing statutory worker's compensation insurance coverage for person's or entity's employees providing services on a project, for the duration of the project. Duration of the Project -includes the time from he beginning of the work on the project until the contractor 's/person's work on the project has been completed and accepted by the City . Persons providing services on the project ("subcontractor" in Texas Labor Code Section 406.096) -includes all persons or entities performing all or part of the services the contractor has undertaking to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This included, without limitation, independent contractors, subcontractors, leasing companies , motor carriers, owner-operators, employees of any entity which furnishes persons to provide services on the project. "Services" include without limitation, providing , hauling , or delivering equipment or materials, or providing labor, transportation , or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors , office supply deliveries , and delivery of portable toilets. 2. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas Labor Code , Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the City prior to being awarded the contract. 4. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the City showing the coverage has been extended. 5. The contractor shall obtain from each person providing services on a project, and provide to the City: (a) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project ; and (b) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the City in wntmg by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The contractor shall post on each project site a notice, in the text, form and manner prescribed by Texas Worker's Compensation Commission, informing all persons providing services on the projects that they are required to be covered and report lack of coverage. 9. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (a) provide coverage, based on proper reporting on the classification codes and payroll amounts and filling of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the contractor. prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; ( c) provide the contractor. pnor to the end of the coverage period a new certificate of coverage showing the extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; ( d) obtain from each other person with it contracts , and provide to the contractor: ( 1) a certificate of coverage, prior to the other person beginning on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; ( e) retain all required certificates of coverage on file for duration of project and for one year thereafter. ( f) notify the City in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts, to perform as required by paragraphs (a) -(g), with the certificates of coverage to be provided to the person for whom they are providing services. 10 . By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the City that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on the proper reporting of classification codes and payroll amounts , and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the Texas Workers' Compensation Commission's Division of Self-Insurance Regulation. providing false or misleading information may subject the contractor to administrative penalties , criminal penalties, civil penalties or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. D. Posting of Required Worker's Compensation Coverage. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered , and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 10 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. D-102 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 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 and cleanup are general items of work which fall in the category of subsidiary work. D-103 ADDENDA : Bidders wanting further information, interpretation or clarification of the contract documents must make their request in writing to the ENGINEER, at least 96 hours prior to bid opening. Answers to all such requests will-be bound and made a part of the Contract Documents. No other explanation or interpretation will be considered official or binding. Should a bidder find discrepancies in, or omissions from , 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. D-104 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 the regulations published by the OSHA in the Federal Register and to perform all the responsibilities thereunder. It is the Contractor's responsibility to see that the project is constructed in accordance with OSHA regulations and to indemnify and save harmless the City from any penalties resulting from the Contractor's failure to so perform. D-105 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 award of contract. This resident superintendent, if found to be acceptable, shall not be replaced without written notice to and consent from the Owner except under extraordinary circumstances, Qualifications of a proposed replacement shall be submitted when a request is made for replacement of the 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 shall have 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 is to 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 representative. D-106 RESIDENT ENGINEER: The General Conditions, Section Cl-1.19 ENGINEER, defines various persons who may be designated as the Engineer. For the prosecution of this contract , the Term Engineer shall mean the Resident Engineer as designated by the Director of the Fort Worth Water Department together with members of the staff of the Engineer who are assigned to the Project. Any contacts the contractor may wish to make with any City personnel, including the Water Production Supervisor, members of the plant operating staff, members of the City Administration, or Consulting Engineers , shall be arranged through the Engineer. The Contractor shall not act upon requests or instructions he may receive from any City personnel or Consulting Engineers nor shall he give instructions or directions to such persons without the approval or consent of the Engineer. D-107 PROGRESS PHOTOGRAPHS: The Contractor shall take photographs of the project site prior to construction, monthly during construction of the project and after completion of the project. Photographs may be taken with a quality 35mm or better camera, equipped to photograph either interior or exterior exposures, with lenses ranging from wide angle to 135mm. Photographs shall be taken at locations as designated by the Engineer. Contractor shall video tape all roads and work areas to be affected prior to starting construction and furnish a copy of the video tape to the Engineer. Two glossy color 3" x 5" prints and the negative shall be provided for each photograph taken. Each print shall be marked on the reserve side to indicate project name, date and time, location, direction of exposure, and description of what is being photographed. Prints shall be clear and sharp with proper exposure. If prints of adequate quality are not produced from exposures, additional photographs shall be taken. D-108 TERMINATION: It is understood and agreed that this contract may be terminated by the City without obligation to the Contractor, in whole or from time to time in part, whenever such termination is determined by the City to be in the best interests of the City. Termination may be effected by delivering to the Contractor or his designated representative a notice of termination, specifying to what extent performance of the work under the contract is being terminated and the effective date of termination. After receipt of notice of termination Contractor shall: 1. Stop work specified in the notice on the date and to the extent specified in the notice of termination. 2. Place no further order or subcontract except as necessary to complete work already underway. 3. Terminate all orders and contracts to the extent that they relate to the performance of the work terminated by the Notice of Termination. D-109. HAZARDOUS AND TOXIC MATERIALS: Insofar as permitted by law, the Owner shall indemnify and hold harmless the Contractor from and against any and all liabilities, losses, cost, damages and expenses, arising out of use of the materials at the Owners site which are not under the direct control of the Contractor, including, but not limited to, any and 'all liability resulting from personal injury, including death, property liability, at any time, however caused, due to the presence or release of, or exposure, whether to the person of property injured or otherwise, whether to the person of 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 Constitutional provisions . D-110. SPOIL AND FILL MATERIAL: Prior to disposing on any spoil/fill material, the contractor shall advise the Director of Transportation and Public Works, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), 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 Ordinance of the City of Fort Worth (Ordinance No 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating the site is not in a known flood plain of by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the contractor's expense. In the event 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 notification by the Director of Transportation and Public Works, the contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. D-111 AGE: In accordance with the policy "(Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents , employees, program participants or subcontractors , while engaged in performing this contract, shall, in connection with the employment, advancement 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 plant 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 solicitations or advertisements 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 requirement. 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 subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. D-112 DISABILITY: In accordance with the prov1s1ons of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that it 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 Contractor or any of its subcontractors . Contractor warrants it will fully comply with ADA's provisions and any other applicable federal , state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractor's alleged failure to comply with the above-referenced law concerning disability discrimination · in the performance of this agreement. D-113 INDEMNIFICATION: To clarify Section C6-6.12 of the General Conditions of the Contract, it is the intent of the Owner that the Contractor indemnify, hold harmless and defend the Owner, and the Owner's officers, agents, servants , and employees from and against any and all claims as listed herein, even though causes by the Owner's sole negligence. With respect to the last sentence of the first paragraph of Section C6-6.12, it is the Owner's intent that the language be site specific to the general area where the work to be performed under the Contract is being performed. It is not the Owner's intent that the Contractor be required to indemnify the Owner for damages to property other than that caused to property located in close proximity to this project, unless such damage is caused wholly or in part by the Contractor's negligence. D-114 CONSTRUCTION ADMINISTRATION A. CONTRACTOR MODIFICATION REQUEST(CMR)/PROPOSED CONTRACT MODIFICA TION(PCM): Any Change in the Contract Documents will be initiated either by the Contractor issuing a Contractor's Modification request (CMR) or by the Owner issuing a Proposed Contract Modification (PCM) on forms provided by the Owner. Proposals will be reviewed by the Owner and if found acceptable, will be incorporated in a Change Order or a Field Order in accordance with Section C4-4 of the Contract Documents. The Contractor's Modification request (CMR) shall fully identify and describe the deviations and associated costs, time factors and impacts, and state the reason the change is requested. Any savings in costs related to the substitution/repalcement or change is to be stated in th erequest for consideration. Cost of the Engineer's evaluation of any substitution or deviation requested by the Contractor shall be charged to the Contractor by the Owner. B .PROJECT INFORMATION REQUEST When necessary , the Contractor shall request additional information , clarification or interpretation of the contract documents or when the Contractor believes there is a conflict between the contract drawings and specification, the Contractor shall identify the conflict and/or request clarification/additional information using the Project Information Request (PIR) form provided by the Owner. Sufficient information shall be attached to permit a written response without further information. The Owner will log each request and will review the request. If review of the Project information request (PIR) indicates that a change to the contract documents is required , the Owner w i ll issue either a Field Order(FO) or Proposed Contract Modification (PCM). C . RECORD DRAWINGS The Contractor shall keep on record at the site a copy of all Contract Specifications , Plans, Addenda, modifications, record and shop drawings and samples, in good condition and annotated in erasable red pencil to show all changes made during the construction process. These shall be delivered to the Engineer upon completion of the work and before final payment is made. The Contractor shall retain for record purposes only, all designs and plans prepared for construction which are prepared and sealed by a State of Texas Registered Professional Engineer. Said design and plans shall include, but not be limited to. paving , buildings, mechanical and electrical systems , foundation , etc. Classification AC Mechanic AC Mechanic Helper Acoustical Ceiling Mechanic Bricklayer/Stone Mason Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Drywall Mechanic Drywall Helper Drywall Taper Drywall Taper Helper Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Technician Helper Floor Layer (Resilient) Floor Layer Helper Glazier Glazier Helper Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Painter Helper Pipefitter Pipefitter Helper Plasterer Plasterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY Hrly Rate Classification $21 .69 Plumber $12 .00 Plumber Helper $15 .24 Reinforcing Steel Setter $19 .12 Roofer $10.10 Roofer Helper $16 .23 Sheet Metal Worker $11. 91 Sheet Metal Worker Helper $13.49 Sprinkler System Installer $13.12 Sprinkler System Installer Helper $14.62 Steel Worker Structural $10 .91 Concrete Pump Crane , Clamsheel, Backhoe , Derrick, D'Line $13 .00 Shovel $9 .00 Forklift $20 .20 Front End Loader $14.43 Truck Driver $19.86 Welder $12.00 Welder Helper $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 Hrly Rate $20.43 $14 .90 $10.00 $14 .00 $10.00 $16.96 $12.31 $18.00 $9.00 $17.43 $20.50 $17.76 $12.63 $10.50 $14.91 $16.06 $9.75 HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator Asphalt Distributor Operator Asphalt Paving Machine Ope rator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Operator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator Electrician Flagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Oiler Painter, Structures Pavement Marking Machine Operator Pipelayer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel/Tamping Roller Operator, Steel Wheel, Plant Mix Pavement Scraper Operator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver, Lowbov-Float Truck Driver, Single Axle, Heavy Truck Driver, Single Axle, Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wagon Drill, Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10 .06 $13 .99 $12 .78 $11.01 $ 8 .80 $14 .15 $ 9 .88 $13.22 $12 .80 $12 .85 $13 .27 $12.00 $13 .63 $12.50 $13.56 $14 .50 $10.61 $14.12 $18.12 $ 8.43 $11.63 $11.83 $13 .67 $16.30 $12.62 $ 9.18 $10 .65 $16 .97 $11.83 $11.58 $15.20 $14.50 $14.98 $13.17 $10.04 $11.04 $14 .86 $16.29 $11.07 $10.92 $11.28 $11.42 $12.32 $12 .33 $10.92 $12.60 $12 .91 $12.03 $14.93 $11.47 $10.91 $11.75 $12.08 $14.00 $13.57 $10.09 THIS PAGE INTENTIONALLY LEFT BLANK 2.ls· Dark Bronze i . s· FORTWORTH Your mater White ---Funds In Action Background ~· .o· ---Dark Blue PROJECT SIGN Figure 30A Scale I " = l ' Part F BONDS THIS PAGE INTENTIONALLY LEFT BLANK ~ INSURED Archer western contractors , Ltd. 2121 Avenue J suite 103 Arlington TX 76006 USA Attachment city 9f ,Fort Worth (owner) and Carollo Engineers (Engineer) are an Additional Insured perta1n1ng to General Liability policy with respects to liability arising out of the Named rnsured's operations on the referenced project. Professional servi ces for Architects, Engineers , Consultants, etc . are excluded. Certificate No : 570039506707 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308 -3 .23 of Veron's Annotated Civil Statues, Contractor Certifies that it provides worker's compensation insurance coverage for' all of its employees employed on City of Fort Worth Project Number P275-70130 0128980 STATE OF TEXAS § COUNTY OF TARRANT § Archer Western Contractors, Ltd . CONTRACTOR By: /f&'ft~J ~~~ Matthew Wash/President Title July 1, 2010 Date BEFORE ME, the undersigned authority, on this day personally appeared ___ _ Matthew Walsh . known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of Archer Western Contractors , Ltd. · for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this~ of _J_uly __ ~ 20 10. Notary Public' in cµid for the State of Texas Page I Ofl /''. Bond No: 105445949 PERFORMANCE BOND THE ST ATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we, (1) Archer Western Contractors , Ltd. Principal herein, and (2) Travelers Casualty and Surety Company corporation orgaruzed under the laws of the State of (3) Connecticut as a 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, Obligee herein, in the sum of Eight Million, Two Hundred Fourteen Thousand & 00/100 Dollars($ 8,214,000 ) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the JJ:I.J'a.y of "5e:p1e.tn hei", 20J..Q, a copy of which is attached hereto and made a part hereof for all purposes , for the construction of Village C reek Wastewater Treatment Plant Secondary Area and Filter Rehab and Modifications 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; othe1wise, 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 detennined 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 aul;horized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this / '-/ .f~ay of 0t" o,je tn be-v , 20JJ) I Archer Western Contractors , Ltd . PRINCIPAL \ __I By : ':rti'fLut 921~ Name: Matthew Walsh Title : President (SE~ Address: 1J.2 1 Avenue J. !JL-j~ S ui te 10 -'--0 _______ _ Arlingt on , TX 7600 6 Witness as to Principa 8~~J¥( (SE AL) Travelers Casualty and Su rety Company Name: J ,di Wallace Attorney in Fact ~:.e!l!l!f.rkc Address : One Tower Square Hartford, CT 06183 Telephone Number : 630 -9 61 -7 0 37 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 Contra;t. ~ TRAVELERS J WARNING : THIS POWER OF ATTORNE Y IS INVALID W ITHOUT THE RED BORDER POWER OF ATTORNEY Attorney-In Fact No. Farmington Casualty Company Fidelity and Guaranty Insurance Compan y Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Ins urance Company 222409 St. Paul Me rcury Insura nce Company Trave ler s Casu alty and Surety Company Trave ler s Casualty and Surety Co mpa ny of America United States Fidelity a nd Gua r anty Co mpa ny Certificate No. Q Q 3 7 5 5 719 KNOW ALL MEN BY THESE PRESENTS : That St. Paul Fire and Marine Insura nce Company , St. Paul Guardian Insurance Company and St. Pau l Mercury Insurance Co mp any are corpo rati ons dul y orga ni zed under th e laws of th e State of Min nesota, that Farmington Cas ualty Company, Travelers Casualty and Surety Company, and Travelers Cas ua lty and Surety Co mp any of Am eri ca are corporati ons dul y organized und er the laws of the State of Connecticut , that United States Fide lity and Guaranty Com pany is a corporatio n dul y organi zed und er th e laws of th e State of Mary land, that Fide lity and G uaran ty Insurance Company is a corporation d uly organized un der the laws of the State of Iowa , and th at F ide lity and Guaranty In surance Underwriters , Inc., is a corporation duly organized under the laws of the State of Wisconsi n (herein coll ectively call ed th e "Co mp ani es"), and th at th e Companies do hereby make , const itu te and appoint Ka thlee n C. O 'Rourke , Brian R. Wal sh , J . William Ern strom , and Jodi W a ll ac e o f the City of Chicago , State of Jtlioais , their true and lawfu l Attorn ey(s)-in-Fact , each in th eir se parate ca pac ity if more th a n o ne is named a bove, to sig n , execu te, seal a nd acknow ledge any and a ll bonds, recognizances, conditio na l un dertakin gs and other writin gs o bligatory in th e nature th ereo f on behalf of th e Compani es in the ir b usin ess of g uaranteeing the fidelity of perso ns, g uarantee ing the performance of • _.___. • -J • ac rpm ,;red oc_n roceedin s allowed by law. State of Illinois County of Cook On this day of ~f \~, ... , ..... _\.:>~" , 2010 , before me personally appeared Jodi Wallace , known to me to be the Attorney-in-Fact of TRAVELERS CASUALTY AND SURETY COMPANY, the corporation that executed the within in strument and ackno wledg ed to me that such corporation ex ecuted the same. IN WITNESS WHEREOF , I have hereunto set my hand and affixed my official seal the da y and year in this certificate first written abo ve. -"OFFICIAL SEAL" r- KATHLEEN C. O'ROURKE L ;~tm-v Public, State oflllinois J ~~?wn-m sion Expires 10/23/2012 ~-Otidlr~~- (Notary Public) l hi mself to be th e Seni or Vic e Pres id e!lt of Farmm gto n L.asu an y \...UJUpauy, 1'Uvrny u u u ~--·-···, ---o-·-···· --·''J-'"")>, ,u~"'J u u u 'JUU>U>UJ rno u,uuw ----·· ····-··"• Inc., St. Paul Fire and Marin e In surahce Comp any, St . Paul G uard ia n Ins urance Company, St. Pa ul Mercury Insurance Company , Travelers Casua lty and Surety Company, Trave lers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company , and that he , as such , being authorized so to do , exec uted the fo rego in g in strum e nt fo r th e purposes th erein co nt ained by sig nin g on beha lf of the corporations by himself as a dul y authorized officer. In Witness Whereof, I hereunto se t my hand and official sea l. ,:!y Commission ex pires th e 30th day of June , 20 11. 58440-4-09 Printed in U.S .A . \... Mari e C . Tetreau lt , Notary Public WARNING : THIS POWER OF ATTORNE Y IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the follow in g resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty insurance Company, Fidelity and Guaranty Insurance Underwriters , Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian insurance Company, St. Paul Mercury Ins urance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America , and United States Fidelity and Guaranty Company, which re solutions are now in full force and effect, reading as follows: RESOLVED , that the Chairman , the President , any Vice Chairman, any Executive Vice President , any Senior Vice President, any Vice President , any Second Vi President, the Treasurer, any Assistan t Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to ac t for and on beha of the Company and may give such appointee such authority as hi s or her certificate of authority may prescribe to s ign with the Company's name and seal with the Company 's seal bonds , recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recogni zance , or conditional undertaking , and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power g iven him or her ; and it is FURTHER RESOLVED , that the Chairman , the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or a ny part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary ; and it is FURTHER RESOLVED , that any bond , recogni zance, contract of indemnity, or writing obligatory in the nature of a bond , recognizance , or conditional undertaking shall be valid and binding upon the Company when (a) s igned by the President, any Vice Chairman , any Executive Vice President , any Senior Vice President or any Vice President, any Second Vice President , the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary ; or (b) duly executed (under seal , if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in hi s or her certificate or th eir certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED , that the signature of each of the following officers: President , any Executive Vice President , any Senior Vice President , any Vice President , any Assistant Vice Pres ident , any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate rel ating thereto appointing Resident Vice Presidents, Res ident A ss istant Secretaries or Attorneys-in-Fact for purposes only of executing a nd attesting bonds and undertaki ng s and other writings obligatory in the nature thereof, and any such Power of Attorney or ce rtificate bearin g such facsimile signature or facs imil e seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimi le sea l shall be valid and binding on the Company in th e future with respect to any bond or understanding to whic h it is attached. I , Kori M. J ohan son , the undersi gned , Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty insurance Underwriters, lnc ., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury In surance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America , and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF , l have hereunto set my hand and affixed the seals of said Compan ies this ___ _ 0 ~ Kori M. Johans _ __________ .20 To verify the authenticity of this Power of Attorney , call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Bond No: 105445949 PAYMENT BOND THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we, (1), Archer Western Contractors, Ltd. as Principal herein, and (2) Travelers Casualty and Surety Company , a corporation organized and existing under the laws of the State of (3) Connecticut , 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 Eight Million, Two Hundred Fourteen Thousand & 00/100 Dollars($ 8 ·214•000 ) 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 .l!:t::..}ay of 1..., ~eto bet/ , 20-1..9 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 following project: Village Creek Wastewater Treatment Plant Secondary Area and Filter Rehab and Modifications NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claiI~ant ( as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, 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 said statute, to the same extent as .if it were copied at length herein. IN WITNESS WHEREOF, the duly autjlorized representatives of the Principal and the Surety have executed this instrument.· SIGNED and SEALED this / t/-' L day of 0 e o .J, el'P be V: , 20..1f2. (SE AL) I Archer Western Contractors, Ltd . PRINCIPAL ~ By: 1litL:~ ffi~ Name: Matthew Walsh Title: Pres ident Address: 21 2 1 Av enu e J . _tl-j~ Witness as to Principal Su i te 1 0 ;;..0 _______ _ Arlingt on , T X 7 60 06 NOTE : (1) (2) (3) Travelers Casually and Surety Company Name:...:;.:; ________ _ Attorney in Fact Address : One Tower Square Hartford, CT 06163 Telephone Number: 6 3 0 -96 1 -7 037 Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In add ition, 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. .- ~ TRAVELERS J WARNING : THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Attorney-In Fact No . Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 222409 St. Paul Mercury Insurance Company Tr avelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. Q Q 3 7 5 5 7 2 Q KNOW ALL MEN BY THESE PRESENTS: Th at St. Paul Fire and Marine Insura nce Company, St. Paul Guardian In surance Company and St. Paul Mercury In surance Company are corporations dul y organized under the laws of th e State of Minne so ta, that Farmington Casualty Company, Travelers Casualty and Surety Company , and Travelers Casualty and Surety Company of America are corporation s duly organi zed under the la ws of the State of Connecticut, th at Uni ted State s Fidelity and Guaranty Company is a corporation duly organized under th e laws of the State of Maryland , that F id e lit y and Guaranty Ins urance Company is a co rporation dul y organized under th e laws of the State of Iowa , and that Fidelity and Guaranty In surance Underwriters, In c., is a corporation duly organized und er the laws of the State of Wi sconsin (herein collectively called the "Companies"), and that the Companies do here by make, co nstitute and appoi nt Kathleen C. O 'Rourke, Brian R. Walsh, J. William Ernstrom, and Jodi Wallace State of Illinois County of Cook \-\--. S. :\-(. __.\..ye < ' 2010, before me personally appeared On this \ l.r-day of ~ . F t of TRAVELERS CASUAL TY AND b the Attorney-m-ac d d Jodi Wallace , known to me to ~ th t ecuted the within instrument and acknowle ge to me SURETY COMPANY, the corporation a ex that such corporation executed the same . t hand and affixed my official seal the day and year IN WITNESS WHEREOF , I have hereunto se my in this certificate first written above . f "OFFICIAL SEAL'' -. KAT HLEEN C. O'ROURKE L ~~~iH'Y Public, State oflllinois -l~.~I-~-~mwm iiion Expires 10/23/2012 City of Hartford ss. -, . On thi s the ?th d ay of May 201 O , before me personall y ap pe ared George W. Thompson, who acknowledged himself to be the Senior Vice Presideil t of Farmington Casualty Company, Fidelity and Guaranty In surance Company, Fidelity and Guaranty In surance Und erwriters, Inc ., St. Paul Fire and Marine Insurance Company, St. Paul Guardian In surance Company , St. Paul Merc ury Insurance Company, Travelers Cas ualty and Surety Company , Travelers Casualty and Surety Company of America , and United States F id elity and Guaranty Company, and that he , as such , being a uth orized so to do , executed the foregoing instrument for the purposes therein contained by signing on be half of the corporations by himse lf as a dul y authori zed officer. In Witness Whereof, I hereunto set my hand and official seal. 1y Commission expires the 30th day of June , 2011. 58440-4-09 Pr inted in U.S.A. \... Marie C . Tetreault, Notary Public WARNING : THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER l WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity · and Guaranty Insurance Company, Fidelity and Guaranty In surance Underwriters , Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company , Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect , reading as follows: RESOLVED , that the Chairman , the President , any Vice Chairman , any Executive Vice President , any Senior Vice President , a ny Vice President, any Second Vi ~ President , the Treasurer, any Assista nt Treasurer, the Corporate Secretary or any As sistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on beha of the Company and may give such appointee such authority as hi s or her certificate of authority may prescribe to sign with the Company 's name and seal with the Company 's seal bonds , recognizances , contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance , or conditional undertaking, and any of said officers or the Board of Directors at any tim e may remove any such appoin tee and revoke the power given him or her; and it is FURTHER RESOLVED , that the Chairman, the President, any Vice Chairman , any Executive Vice President , any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or emplo yees of this Company, provided th at each such delegation is in writing and a copy thereof is filed in the office of the Secretary ; and it is FURTHER RESOLVED , that any bond , recognizance , contract of indemnity , or writing obl igatory in the nature of a bond , recognizance, or conditional undertaking shall be valid and binding up on the Company when (a) signed by the President, any Vice Chairman , any Executive Vice President, any Senior Vice President or any Vice President , any Second Vice President, the Treasurer, any As sistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary ; or (b) duly executed (u nder seal , if required) by o ne or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED , that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President , any Vice President , any Assistant Vice President , any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesti ng bonds and undertakings and other writin gs obligatory in the nature th ereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facs imile seal shall be valid and binding on the Compan y in the future with respect to any bond or understanding to which it is attached. I , Kori M . Johanson, the undersigned,Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty In surance Company , Fidelity and Guaranty In suranc e Underwri ters , Inc., St. Paul Fire and Marine In surance Company, St. Paul Guardian Insurance Company, St. Paul Mercury In surance Company, Travelers Casualty and Surety Company , Travelers Casualty and Surety Company of America , and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies , which is in full force and effect and has not been revoked. / IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of sa id Companies this ____ day of ___________ , 20 _ 0 ~ ....... ~~~ ....... /d~············· .. ~1,~ ... / $/~ov.PORAr('\ ~ \ f ~: -·-:o; if_SE~L/2' o,:· ....... ·,4'b ~s····~···.,..~ ..... Kori M. Johans To verify the authenticity of this Power of Attorney , call l-800-421-3880 or contact us at www .travelersbond.com. Please refer to th e Attorney-In-Fact number, the above -n amed individuals and the details of th e bond to which the power is attached . WARNING: THIS POWER OF ATTORN EY IS INVALID WITHOUT THE RED BORDER THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS: § § § MAINTENANCE BOND That Archer Western Contractors, Ltd. Bo nd No : 1 0 544594 9 ("Contractor"), as principal , and, Travelers Casualty and Surety Company a corporation organized under the laws of the State of Connecticut , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth , a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of Eight Million, Two Hundred Fourteen Thousand & 00/100 Dollars ($ 8,214,000 ), lawful money of the United States , for payment of which sum well and truly be made unto said City and Its successors, sa id 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 J!:/.!'of, 5.eptfhn kv, 20..!...D, a copy of wh ic~ is hereto attached and made a part hereof, for the performance of the following described public improvements: Village Creek Wastewater Treatment Plant Secondary Area and Filter Rehab and Modifications the same being referred to herein and in said contract as the Work and being designated as project number(s) P275-70130 0128980 and said 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 condition for and during a period of after the date of the fina l 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 binds itself to repair or re construct 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 Department of Engineering, it be necessary; 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 repoveries may be had hereon for successive breaches until the full amount hereof is exhausted . IN WITNESS WHEREOF, this instrument is executed in ____ counterparts, each of which shall be deemed an original, this /!J.!day of Se_o fe:tn/:ue r::: , AD. 20_}_Q_. r . »xXRSX: Witness : (SE AL) ~i ~~q~ Archer Western Contractors, Ltd. ::~wh Name: Matt7wwaish > Title : President Travelers Casualty and Surety Company Surety One Tower Square Hartford, CT' 06183 Address ' -- -~- ----,.-_ -·,...,.,.. ~ --.- ..... WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERS J Attorney-In Fact No. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance U nderwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 222409 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 0 0 3 7 5 5 7 21 KNOW ALL MEN BY THESE PRESENTS : That St. Paul Fire and Marine In surance Company , St. Paul Guardian In suran ce Company and St. Paul Merc ury In surance Company are corporations dul y organized und er the law s of the State of Minneso ta , th at Farmington Casualty Company, Trave lers Casualty and Surety Company, and Trave lers Casualty and Surety Compa ny of America are corporation s duly orga nized under th e laws of th e State of Connecticut , that United States Fide lity and Guaranty Com pany is a corporation duly organized under the law s of the State of Maryland , that Fidelity and Guaranty In surance Company is a corporation duly organ ized und er the laws of the State of Iowa , and that Fidelity and Guaran ty In suran ce Und erwri ters, Inc., is a corporation dul y organized und er the Jaws of th e State of Wi sconsin (herein collectively called the "Companies"), and th at the Companies do hereby make , constitute and appoint Kathleen C. O 'Rourke , Brian R. Walsh, J. William Ernstrom , and Jodi Wallace of the City of _ __,C~b ... ic ..... a4g,..a.,__ ___________ , State of ____ ..._Tl .... l .. io .... a_,_,j..,.s __________ , their true a nd law ful Attomey(s)-in -Fact , each i e.iLs.enarate_cao.acillf_jJ_more than one is named above to s i o:n execute sea l and ackoawled2:e anv and all bonds_rec_QQJ).i.zan.ce.s .. _c.o.nditionaL.md~.,,,~'-__._ State of Illinois County of Cook \ L ~ d f ~ .e...'(\ \c-.--\., e" , 2010 , before me personally appeared On this _ '-\"" ay O X . f TRAVELERS CASUALTY AND Jodi Wallace , known to me to be the Attorney-m-Fact . o. . ; wled ed to me SURETY COMPANY, the corporation that executed the w1thm mstrument and ackno g that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year in this certificate first written above. f-"OFFICIAL SEAL" -~ · KATHLEEN C. O'ROURKE i _ ~~i!ll"'V Public , State of Illinois )~w~·msion Exl)ires 10/23/2012 :/:&I1ffi---(_Otd/<e (Notary Public) On thi s th e ?th day of May ZO lO , before me perso nall y ap peared George W. Thompson, who acknow ledged him self to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty In surance Company , Fidelity and Guaranty In surance Und erwriters, Inc ., St. Paul Fire and Marine Insurance Company, St. Pau l Guardian In surance Company, St. Paul Mercury In suranc e Company , Travelers Casualt y and Surety Company , Travelers Casualty and Surety Company of America , and United States Fidelity and Guaranty Company , and th at he , as such , be in g authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on beha lf of th e corporations by him self as a duly authori zed officer. In Witness Whereof, I hereunto set my hand and official seal. 1y Commission expires the 30th day of June , 2011. 58440-4-09 Printed in U.S.A. \.. Marie C. Tetreau lt , Notary Publi c WARNING : THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ( WARNING : TH IS POWER O F ATTO RNEY IS INVALID W ITHOUT TH E RED BOR DE R Thi s Power of Attorn ey is granted un der and by th e authority o f th e fo ll ow in g resoluti ons ado pted by the Boards of Directors of Farmington Cas ualty Comp any, F id e lity- and Gu aranty In sura nce Comp any, Fide lity an d Gu aranty In s urance Und erwrite rs, In c., St. Paul Fire and Mari ne In surance Company, St. Paul Gu ardi an In s ura nce Comp any, St. Paul Me rc ury In surance Company, Travelers C as ualty and Surety Co mp any, Trave lers Casualty an d S urety Comp a ny of America , and Unit ed States Fid e lity and G uara nt y Comp any, whi ch resoluti ons are now in fu ll fo rce and effect, read in g as fo ll ows : RESOLVED , th at th e Chairman , th e Pres id ent , any Vi ce Chairm an , any Executi ve Vi ce Pres ident , any Senio r Vice Presid ent , any Vi ce Pres ident , any Second Vi Pres ident , the Treasure r, any Ass ista nt Treasurer , th e Corp orate Secretary or any Ass ista nt Secretary may a ppo int Attorn eys-in -Fact and Agent s to act fo r and on beha o f th e Comp any a nd may give suc h a ppo in tee s uc h a uthority as h is or he r certi fica te of a uth ority may presc ribe to s ig n w ith th e Company 's name and sea l with th e Comp a ny's sea l bo nd s, recogni zances, contrac ts of ind emnit y, and oth er writin gs o bli ga tory in th e nature of a bond, recogni za nc e, or conditional und e rt akin g, a nd any of said office rs o r th e Board of Direc tors at any time may re mo ve a ny s uc h app o int ee a nd re vo ke th e power g iven him o r her; and it is FURTHER RESOLVED , th at th e Chairm an , th e Pres ide nt , an y Vice Chai rma n , any Exec uti ve Vi ce Pres ide nt , any Se ni o r Vice Pres id e nt or any Vi ce Presid e nt may de legate a ll or any part of th e fo rego in g a uth ority to o ne or more officers or e mpl oyees of thi s Comp any, prov id ed th at each s uc h de legati on is in writing and a copy th e reof is filed in th e office of th e Secretary ; and it is FURTHER RESOLVED , th at an y bond , recogni zance , contract of ind e mn ity, or wri ti ng o bli gatory in th e natu re of a bond , recognizance , or conditi onal und e rt akin g shall be vali d a nd bindin g u po n th e Co mp any wh en (a) signed by th e Pres id e nt , any Vi ce C hairm an , an y Exec utive Vice Pres id e nt , any Se ni or Vi ce Pres id ent or any Vi ce Pres id ent , any Second Vice Pres id ent , th e Treasure r, any Ass istant Treasurer, th e Co rp orate Secre tary or any A ss ista nt Secretary and dul y attested and sealed w ith th e Comp any 's seal by a Secretary or Ass istant Sec retary ; or (b) dul y exec uted (und er seal , if required) by o ne or more Atto rn eys-in-Fact and Agent s purs uant to th e power prescri bed in hi s o r her certifica te o r th eir certi ficates of a uth ority or by one or mo re Comp a n y o ffice rs purs uant to a writte n de legati o n of a uth o rit y ; and it is FURTHER RESOLVED , th at th e s ig nature of eac h of th e fo ll owin g officers : Pres id e nt , any Exec uti ve Vi ce Pres ident , any Seni or Vi ce Pres id e nt , an y Vi ce Pres id e nt , any Ass istant Vi ce Pres id e nt , any Sec retary, any A ss istant Secretary, and th e sea l o f th e Co mp any may be affi xed by facsi mil e to a ny Power of Attorn ey or to any certifi cate re lat in g th ereto a ppo inting Res id ent Vi ce Preside nt s, Res id ent Ass istant Sec retar ies or Attorn eys-in-Fact fo r purposes onl y of exec utin g and attes tin g bo nd s and undert akings and othe r writin gs o bli ga tory in th e nat ure th ereof , a nd any such Power of Attorn ey or certifi cate beari ng such facs imile signature or facs imil e seal shall be valid an d b indin g upo n th e Co mp any and any such po wer so executed and certi fie d by suc h fac simil e s ig nature a nd facs imile sea l shall be valid and bindin g on th e Comp any in th e fu ture with res pec t to any bond or und erstandin g to whi ch it is attac hed. I , Kori M . Johanson , th e unders igned , Ass istant Secretary, of Farmington Cas ualty Co mp an y, Fid e lity and Guarant y In surance Compan y, Fidelity and Gu arant y In s ura nce Und erwrite rs, Inc., St. Pa ul Fire and Marin e Insura nce Company, St. Paul Guardi an In surance Company, St. Paul Me rcury In sura nce Co mp any, Trave lers Cas ua lt y and Sure ty Compa ny, Travele rs Cas ualty and Surety Compan y of Am eric a , and United States Fidelity and Guaranty Comp any do he reby certify th at th e a bove and fo regoin g is a tru e and correct copy of th e Power of Attorn ey executed by said Co mpanies , whi ch is in full force and effec t a nd has not been revoked. IN TESTIMONY WHEREOF , I have he re unto se t my hand and affi xed the se al s o f sa id Compani es thi s ____ day of ___________ , 20 0 ~ ., .... "~,..\. ffl o· '~~;~c Kori M . Joha ns To verify th e auth enti c it y of thi s Power of Attorn ey, ca ll 1-800 -42 1-3880 or contact us at www.tr ave lersbond .co m. Pl ease refer to th e Attorn ey-In -Fact numbe r, th e a bove -n amed ind ivid uals and th e de ta il s of th e bo nd to whi ch th e power is att ac hed . WAR NING : T H IS POWER O F ATTO RN EY IS INVA LI D WI THOUT THE RED BO RDE R Part G CONTRACT THIS PAGE INTENTIONALLY LEFT BLANK PARTG -CONTRACT THE STATE OF TEXAS § COUNTY OF TARRANT § THIS CONTRACT, made and entered into / y .ft. ~ £J / Septe--1n be-,< ..2-. CJ lb by and between the City of F Worth, a home- rule municipal corporation located in Tarrant County. Texas, acting through its City Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed "OWNER" and Archer Western Contractors, ltd. of the City of_A_rl_ig_to_n ________ ., County of_T_a_r_ra_n_t _______ _ and State of Texas Party of the Second Part. Hereinafter termed "CONTRACTOR" WITNESSETH : That for and in consideration pf the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (Owner), said Party of the Second Part (Contractor) hereby agrees with the said Party of the First Part (Owner) to commence and complete certain improvements described as follows: Village Creek Wastewater Treatment Plant Secondary Area and Filter Rehab and Modifications and all extra work connected therewith, under the tenns as stated in the Contract Documents, and at his (their) own proper cost and expense to furnish all materials, supplies, machinery , equipment, tools, superintendence, labor, bonds, insurance, and other accessories and services necessary to complete the said construction, in accordance with all the requirements of the Contract Documents , which include all maps, plats, blueprints and other drawings and printed or other written explanatory matter thereof, and the specifications thereof, as prepared by the Engineers employed by the Owner, each of which has been identified by the endorsement of the Contractor and the Engineers thereon, together with the Contractor's Written Proposal and other parts of the Contract Documents hereto attached, including the Fort Worth Water Department General Contract Documents and General Specifications, all of which are made a part hereof and collectively evidence and constitute the entire contract. G-1 The Contractor hereby agrees to commence work within ten (IO) days after the date written notice to do so shall have been given to him, and to substantially complete same within the time stated in the Proposal. The Owner agrees to pay the Contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefor, subject to additions and deductions, as provided in the Contract Documents and all approved modifications therefor, and to make payment on account thereof as provided therein. IN WI1NESS WHEREOF, the Parties to these presents have executed this Contract in quadruplicate the year and the day first above written. ATIEST: City of Fort Worth, Texas (Owner} Party of the First Part By:~-:•-'~ .. Fernando Costa, Assistant City Manager ~~~"U.''U;U.l:J.'l:l ~t{t !o9Jtr ~/q -+-...L.:..!~l4-~~~~P~~o~op~ P.f,.g i~~ ~-g iz~ (SEAL) ~Ui g § Vi O O i:J WIWESSES : j ~Q '* O O O ~ .a' \ Q~ 0 ~ooooo 0S § . ·~·-\ .. -. . ~ 4ll.'tl.ll.~~~~~,cy • .__ Archer WesterQ, Contractors , Ltd . =sh/6eere1ary ,,;qJi~ LD& ~alsh, President Approved for the Fort Worth City Water Department: 5~~ S. Frank Crumb, PE , Water Director Contr ac t Author{z atioa ____ '1 / 1 4 ho G-2 Part E TECHNICAL SPECIFICATIONS THIS PAGE INTENTIONALLY LEFT BLANK PART1 GENERAL SECTION 01110 SUMMARY OF WORK 1.01 SUMMARY A. Section Includes: Identification and summary description of the Project, the Work , location , OWNER-furnished products, activities by others , coordination , and early occupancy by OWNER. 1.02 THE WORK A. The Work consists of the construction and operational completion of the Village Creek Wastewater Treatment Plant secondary Area and Filter Rehabil itation and Modifications Project including the following elements described in general , non- i nclus ive terms : 1. Base Bid Items: a. Modifications to Final Clarifiers (FC) 22 and 24. b. Modifications to Return Sludge Pump Station 6 (RS 6). c. Modifications to Return Sludge Pump Station 7 (RS 7). d. Modifications to Traveling Bridge Filters (TBF) 21 through 32 . e. Repair and reconstruction of existing improvements affected by Work. f. Miscellaneous equipment and associated appurtenances. g. Miscellaneous electrical , instrumentation and control improvements. h. Miscellaneous mechanical , process and piping improvements. i. Miscellaneous site civil improvements. j. All incidentals for a complete and usable facility . 2. Alternate Bid Items : a. Modifications to Return Sludge Pump Stat ion 1 (RS 1 ). b. Modifications to Return Sludge Pump Stat ion 2 (RS 2). c . Modifications to Return Sludge Pump Station 3 (RS 3). B. Except as specifically noted otherwise , provide and pay for : 1. Insurance and bonds. 2. Labor, materials , and equipment. 3. Tools, equipment, and machinery requ ired for construction. 4 . Utilities required for construction. 5. Temporary facilit ies including sheeting and shoring . 6. Traffic control and dust control measures . 7. other facilities and services necessary for proper execution and completion of the Work. C. Secure and pay for all permits including OSHA excavation permits , Department of Transportation permits , government fees, and licenses. D. Comply with codes , ordinances, regulations , orders , and other legal requirements of public authorities having bearing on the performance of the Work. August 2010 -CONFORMED 8258A 10 pw://Caroll o/Docu ments/Clie nVTX/Fort Worth/82 58A 10/Specifications/O 111 0 (Conformed) 01110-1 SUMMARY OF WORK 1.03 LOCATION OF PROJECT A. The Work is located at the City of Fort Worth Village Creek Wastewater Treatment Plant. The address is : 4500 Wilma Lane , Arlington , Texas 76102. 1.04 OWNER ASSIGNED SUBCONTRACTORS A. Assignment of subcontractors by OWNER is not anticipated. 1.05 OWNER FURNISHED EQUIPMENT A. OWNER will not furnish products . 1.06 ACTIVITIES BY OTHERS A. OWNER , utilities , and others may perform activities within Project area while the Work is in progress . 1. Schedule the Work with OWNER, ut ilities , and others to minimize mutuai interference. B. Cooperate with others to minimize interference and delays . 1. When cooperation fails, submit recommendations and perform Work in coordination with work of others. 1.07 COORDINATION OF WORK A. Maintain overall coordination of the Work . B. Obtain construction schedules from each subcontractor, and require each subcontractor to mainta in schedules and coordinate modifications . PART 2 PRODUCTS Not Used . PART3 Not Used. EXECUTION END OF SECTION August 2010 -CONFORMED 8258A10 pwJ/Carollo/Docum ents/Clie nt/TX/Fort Worth/8258A 1O/Specification s/0111 0 (Co nfonmed) 01110-2 SUMMARY OF WORK PART1 GENERAL SECTION 01116 PROJECT MANUAL LANGUAGE 1.01 SUMMARY A. Section Includes: Explanation of arrangement, language, reference standards, and method of resolving conflicts between Contract Documents . B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of CONTRACTOR's Work. 3. The following Sections are related to the Work described in this Section . This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the CONTRACTOR to see that the completed Work complies accurately with the Contract Documents . a. Section 01600 -Product Requirements. 1.02 REFERENCES A. Construction Specifications Institute (CSI): 1. Project Resource Manual. 2. MasterFormat™. 3. Section Format™. 4. PageFormat™. 1.03 PROJECT MANUAL ARRANGEMENT A. Document and Section numbers used in Project Manual, and Project Manual arrangement are in accordance with CSI MasterFormat™, except where departures have been deemed necessary . B. Sections are written in CSI Section Format™, Three-Part Section Format, except where departures have been deemed necessary. C. Page format for Sections in the Project Manual is in Page Format™, except where departures have been deemed necessary. 1.04 PROJECT MANUAL LANGUAGE A. Specification Section Paragraphs entitled "Section Includes" summarize briefly, what is generally included in the section. Requirements of Contract Documents are not limited by "Section Includes" paragraphs. Specifications have been partially streamlined by intentionally omitting words and phrases , such as "the CONTRACTOR shall," "in conformity therewith," "shall be" following "as indicated," "a," "an," "the" and "all." Assume missing portions by inference. August 2010 -CONFORMED 8258A10 pw:1/Carollo/Documents/ClienVTX/Fort Worth/8258A 10/Specifications/011 16 (Conformed) 01116-1 PROJECT MANUAL LANGUAGE B. Phrase "by ENGINEER" modifies words such as "accepted," "directed," "selected," "inspected," and "permitted ," when they are unmodified. C. Phrase "to ENGINEER" modifies words such as "submit," "report," and "satisfactory," when they are unmodified. D. Colons (:) are used to introduce a list of particulars, an appositive, an amplification, or an illustrative quotation : 1. When used as an appositive after designation of product, colons are used in place of words "shall be ." E . Word "provide" means to manufacture, fabricate, deliver, furnish, install, complete, assemble, erect in place, test, render ready for use or operation, including necessary related material, labor, appurtenances, services , and incidentals . F. Words "CONTRACTOR shall" are implied when direction is stated in imperative mood. G. Term "products" includes materials and equipment as specified in Section 01600 . 1.05 REFERENCE STANDARDS A. Use only applicable portions of referenced standards, ignoring payment stipulations and other provisions which change the duties of the ENGINEER or OWNER as described in the Contract Documents. B. Equate terms relating to designer to "ENGINEER." C . Notify ENGINEER when referenced standard , code, or specification conflicts with Contract Documents . PART 2 PRODUCTS Not Used. PART3 Not Used . EXECUTION END OF SECTION August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specifications/01116 (Conformed) 01116-2 PROJECT MANUAL LANGUAGE PART1 GENERAL SECTION 01140 WORK RESTRICTIONS 1.01 SUMMARY A. Section Includes: Requirements for sequencing and scheduling the Work affected by existing site and facility , work restrictions, and coordination between construction operations and plant operations , including : 1. Access to site. 2 . Use of site . 3. Use of premises. B. Related sections : 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of CONTRACTOR's Work. 3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the CONTRACTOR to see that the completed Work complies accurately with the Contract Documents. a. Section 01352 -Alteration Project Procedures . b. Section 01500 -Temporary Facilities and Controls. 1.02 GENERAL CONSTRAINTS ON SEQUENCE AND SCHEDULING OF WORK A. Wastewater projects: 1. The Village Creek Wastewater Treatment Plant (VCWWTP) is the City of Fort Worth's only means of treating domestic and industrial wastewater prior to discharging to the Trinity River. Impairing the operational capabilities of this treatment plant will result in serious environmental damage and monetary fines. 2. Conduct work in a manner that will not impair the operational capabilities of essential elements of the treatment process or reduce the capacity of the entire treatment plant below levels sufficient to treat the quality of raw wastewater to the water quality limitations specified in the discharge permit. 3. The status of the treatment plant shall be defined as "operational" when it is capable of treating the entire quantity of wastewater received to the water quality limits specified in the discharge permit. B. Work sequence and constraints : 1. Utilize description of critical events in work sequence in this Section as a guideline for scheduling and undertaking the Work. 2. Work sequence and constraints presented do not include all items affecting completion of the Work, but are intended to describe critical events necessary August 2010 -CONFORMED 8258A10 pw J/Carollo/Documents/ClienVTXIFort Worth/8258A10/Specifica tions/01140 (Co nformed) 01140-1 WORK RESTRICTIONS to minimize disruption of the existing facilities and to ensure compliance with National Pollutant Discharge Elimination System permit requirements . 1.03 INTERRUPTION OF TREATMENT PROCESSES A. Execute the Work while the existing facility is in operation as specified in Section 01352. B . Indicate required shutdowns of existing facilities or interruptions of existing operations on Progress Schedule. Shutdowns will be permitted to the extent tha t existing operation of the plant will not be jeopardized and identified constraints are satisfied. C . Submit notification of required shutdowns of existing facilities at least 21 days prior to the planned date of shutdown . D. Submit a written shutdown plan at least 14 days prior to each planned shutdown to OWNER and ENGINEER. The plan must include all aspects of the shutdown including verification of parts, equipment, tools , man-power, and anticipated schedule for the execution of the shutdown and associated work, procedures for executing the work, alternative and/or contingency plan if original plan or schedule cannot be met, and alternative plans for handling emergencies . E. Schedule a pre-shutdown coordination conference with Owner 1 day prior to all scheduled shutdowns. F. The ENGINEER and the Owner will evaluate the shutdown request based on the plant's ability to reliably meet capacity demands. G . OWNER and ENGINEER will evaluate shutdown plan and provide approval or comments for plan revision. H. Do not begin alterations until Owner's written perm ission has been received. I. Minimize shutdown times by thorough advanced planning. Have required equipment, materials , and labor on hand at time of shutdown . J. Where required to minim ize treatment process interruptions while complying with specified sequencing constraints, provide temporary pumping , power, lighting, controls, instrumentation, and safety devices. K. The required shutdowns of the plant, including electrical may require execution during low flow and low demand hours. Those hours may occur overnight and/or on weekends . Advance planning and coordination with OWNER is required to make appropriate arrangements for access, security, and approved written shutdown plan as outlined above. 1.04 COMPLIANCE WITH NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM PERMIT A. The existing facility is operating under the terms of a National Pollutant Discharge Elimination System permit issued by the Texas commission on Environmental Quality (TCEQ). This permit specifies the water quality limits that the plant must August 2010-CONFORMED 8258A10 pw J/Carollo/Docu ments/ClienVTX/Fort Worth /8258A 1 O/Speci fi cations/011 40 (Con formed) 01140-2 WORK RESTRICTIONS meet prior to discharge of effluent. A copy of the existing permit is on file for review at the VCWWTP Administration Building . B. Perform work in a manner that will not prevent the existing facility from achieving the finished water quality requirements established by regulations. C. Bear the cost of penalties imposed on the OWNER for discharge violations caused by actions of the CONTRACTOR. 1.05 REQUIREMENTS FOR OPERATION OF PLANT AND MAINTAINING CONTINUOUS OPERATION OF EXISTING FACILITIES A. Facilities or conditions required to keep the existing plant operational include, but are not limited to, the following: 1. All treatment process units must remain in service. Shutdowns or service interruptions in the course of completing the Work shall be planned and scheduled so as to maintain plant function and while meeting all effluent permit requirements . 2. Electrical power including transformers, distribution wiring, and motor control centers . 3. Access for chemical deliveries . 4. Chemical facilities. 5. Access for screenings and grit container removal. 6. Service water (non-potable water) pumps and service. 7. Plant air. 8. Laboratory facilities . 9. Administration Building, offices, toilets, and washrooms. 10. Sludge disposal facilities and access road. 11. Fencing and gates. 12. Lighting . 13 . Heating, ventilation, and air conditioning. 14. Instrumentation, meters, controls, and telemetry equipment. 15 . Safety equipment and features. 16. Parking for City employees and vehicles required for operation and maintenance of the VCWWTP . 17 . Telephone system. 18 . Storm drainage. 19 . Natural gas service . B. Conduct the Work and provide temporary facilities required to keep the existing plant continuously operational. C. Do not remove or demolish existing facilities required to keep the existing plant operational at the capacities specified until the existing facilities are replaced by temporary, new, or upgraded facilities or equipment. The replacement facilities shall have been tested and demonstrated to be operational prior to removing or demolishing existing facilities. D. Provide additional work force and equipment as required to complete the work within the allotted time. E. Additional operating costs, fines, or loss of revenue incurred by the Owner due to failure to complete work within allotted times will be assessed to the Contractor. August 2010 -CONFORMED 8258A 10 01140-3 pwJ/Carollo/Documents/ClienVTX/Fort Worth/8258A 10/Specifications/011 40 (Conformed) WORK RESTRICTIONS 1.06 OPERATIONS AND MAINTENANCE ACCESS A. Provide safe, continuous access to process control equ ipment for plant operations and maintenance personnel. 1.07 SHUTDOWN CONSTRAINTS A. Comply with shutdown constraints described in general terms as follows: 1. Primary Effluent Pump Station No.1: a. Primary Effluent Pump Station may be shut down once for a maximum period of 8 hours. 2. Aeration Basins Nos. 1-6: 3 . 4. a. Aeration basins 1-6 must remain in service throughout construction . b. Any shutdown of Aeration basins 1-6 is limited to a maximum of 8 hours . c. At least 2 RS pumps must be operational at the end of each aeration basin shutdown. Aeration Basins 12N and 13S and Final Clarifiers 21 and 23: a. Shutdown of Aeration Basins 12N and 13S is restricted to one shutdown with a maximum of 30 consecutive calendar days out of service. b. Shutdown must occur concurrently with shutdowns of Final Clarifiers 21 and 23 (FC 21 and FC 23) and Return Sludge Pump Station 7 .-A-dd_e_n-du-m-No-.-1_, (RS 7). May 21 , 201 o c. Shutdown must occur during dry weather period. Historically, dry weather periods are between December 1 November 1 and January 31 and between June 1 and August 31. d. Allow 7 calendar days immediately preceding the shutdown for the VCWWTP to shift flows and balance solids inventory prior to shutdown. e. The 30-day shutdown must include at least 7 days to re-seed each aeration basin. f. The basins shall be re-seeded from the Waste Sludge Holding Tank. The re-seeding operation shall be a continuously staffed 24-hour operation. Contractor shall provide staff, tempo rary pumps, and piping to complete the re-seeding. g. A minimum of two (2) temporary pumps shall be provided, one duty and one standby. Minimum temporary pumping capacit ies as specified in Section 01500 -Temporary Facilit ies and Controls. Operation of each pump shall be tested and verified prior to initiating the re-seeding process . Return Sludge Pump Stations 1, 2, and 3 and Final Clarifiers Nos . 1-9: a. Shutdowns of Final Clarifiers 1-9 are required only for completing work included in Alternates A1, A2, and A3 as specified in Section 01230- Alternates. b. Provide pumps and piping to facilitate dewatering of clarifiers and associated piping. c. One (1) clarifier may be out of service at any given time. If at any time it is necessary to take two (2) clarifiers out of service, one of the two clarifiers must be returned to service within 16 hours. Addendum No. 1 May 21, 2010 d. Shutdowns shall occur only during dry weather periods. Historically, dry weather periods are between December 1 November 1 and January 31 and between June 1 and August 31 . e. Shutdowns of Final Clarifiers 1-9 shall not be permitted prior to the completion of work at Final Clarifiers 22 and 24 , Aeration Basins 12 and 13, and RS 7 , including all associated yard piping, meter vaults, electrical August 2010-CONFORMED 8258A10 01140-4 WORK RESTRICTIONS pw ://Carol lo/D ocu ments/Cl ie nVTX/Fort Worth /8258A 1 O/Sp eci fica ti on s/01140 (Confonned} improvements , field-testing and calibration , and written authorization from the Owner to proceed. f. Shutdown affecting RS 1, RS 2, and RS 3 shall be scheduled in series and work shall not occur simultaneously in more than one of these pump stations at any given time . Work shall not commence on a subsequent pump station until work in the preceding station is complete and written authorization from Owner is obtained . 5. Return Sludge Pump Station 7 (RS 7) and associated Yard Piping : a. Shutdown of Return Sludge Pump Station 7 is restricted to one shutdown for a maximum of 30 days, must occur concurrently with shutdown of Aeration Basins 12N and 13S and Final Clarifiers 21 and 23 . 6. Traveling Bridge Filters : a . Shutdown of traveling bridge filters is restricted to 2 filters at any given time. b. Work in two filters shall be complete and the filters operating successfully prior to moving on to the next two filters. 1.08 UTILITIES A . Maintain electrical , telephone, water, gas , sanitary facilities , and other ut ilities within existing facilities in service. Provide temporary utilities when necessary. 1.09 COORDINATION OF WORK A . Maintain overall coordination of the Work . B. Obtain construction schedules from subcontractors and suppliers , and assume responsibility for correctness . C. Incorporate schedules from subcontractors and suppliers into Progress Schedule to plan for and comply with sequencing constraints. 1.10 WORK BY OTHERS A. Where proper execution of the Work depends upon work by others, inspect and promptly report discrepancies and defects. 1.11 WORK SEQUENCE A. Outline of a Possible Work Sequence for the Design ENGINEER: This possible sequence is listed by facility and is included for informational purposes only: 1. Primary Effluent Pump Station (PEPS) No.1: a. Shutdown Primary Effluent Pump Station. b. Demolish primary effluent piping in influent meter vaults at Aeration Basins 12S , 12N , 13S, and 13N . c. Install 20 -inch Primary Effluent Tees (2) and plug valves (4) at influent meter vaults to ABs 12 and 13 as shown on drawings . d . Close each of the 4 plug valves . e. Restart PEPS No. 1 and confirm that the plug valves are not leaking and Aeration Basins 9-11 are back in service 2. Aeration Basins 12N and 13S, RS 7 and FC 21 and 23: a . The completion of the PEPS 1 shutdown above marks the start of the 30- day shutdown for completing work in RS 7 and associated yard piping. August 2010 -CONFORMED 8258A10 01140-5 pw ://Ca rollo/Documents/C lient/TX/Fort Worth/8258A 1 O/Specifications/01140 (Co nformed) WORK RESTRICTIONS b. Remove RS 7, FC 21 , and FC 23 from service. c . Dewater FC 21 and 23 and associated piping. d. Perform all work on return activated sludge lines between RS 7 and ABs 12N and 13S as shown on drawings, i ncluding plugging or capping the pipes at AB 12S and 13N in the existing vaults as shown on the drawings. e. Coordinate with plant staff to return ABs 12N and 13S, RS 7, and FC 21 and FC 23 to service. 3 . Return Sludge Pump Station 6 (RS 6), FC 22 and FC 24: a . Demolish piping inside RS 6 and equipment in FC 22 and FC 24 . Complete all work as shown on drawings on RS 6 and FC 22 and FC 24 . Coordinate with plant staff to startup AB 12S and 13N, RS 6, FC 22 and FC 24 . 4. Return Sludge Pump Station 1 (RS 1 ): a. Condition of existing valves is unknown. b. Shut down RS pumps 14 and 13 and FC 1. Drain and pump all liquid from FC 1. Isolate the flow from FC 3 between pumps 12 and 13. Demolish suction piping for RS pump 14 and suction wye for RS pump 13. Replace piping and valves between FC 1 and RS pump 14 and suction wye for pump 13. Bring FC 1 and RS pump 14 back into service. c . Shut down RS pumps 11 and 12 and FC 2. Drain and pump all liquid from FC 2. Isolate the flow from FC 3 between pumps 12 and 13. Demolish suction piping for RS pump 11 and suction wye for RS pump 12. Replace piping and valves between FC 2 and RS pump 11 and suction wye for pump 12 . Bring FC 2 and RS pump 11 back into service . d . Shutdown RS pumps 12 and 13 and remove FC 3 from service . Drain and pump all liquid from FC 3 . Isolate the flow from FC 1 between RS pumps 11 and 12 and isolate the flow from FC 2 between RS pumps 14 and 13. Demolish suction piping between FC 3 and RS pumps 12 and 13. Replace piping and valve between FC 1 and RS pumps 12 and 13 as shown on drawings. Bring FC 3 and RS pumps 12 and 13 back into service. e. Work on the discharge piping in RS 1 may not commence until all work associated with the suction piping and WS piping is complete. f . In order to complete work on the discharge piping, a shutdown of AB 1 and 2 is required. The shutdown is limited to a maximum of 8 hours. Provide dewatering pumps as required to complete the work. At a minimum, the discharge butterfly valves at the existing wall of RS 1 must be installed and closed during the one-time 8-hour shutdown . At least 2 RS pumps must be available and operational at the end of each shutdown . 5. Return Sludge Pump Station 2 (RS 2): a. Condition of existing valves is unknown . b. Shut down RS pumps 21 and 22 and FC 6. Drain and pump all liquid from FC 6. Isolate the flow from FC 4 between pumps 22 and 23. Demolish suction piping for RS pump 21 and suction wye for RS pump 22. Replace piping and valves between FC 6 and RS pump 21 and suction wye for pump 22. Bring FC 6 and RS pump 21 back into service. c . Shut down RS pumps 24 and 23 and FC 5. Drain and pump all liquid from FC 5. Isolate the flow from FC 4 between pumps 23 and 22. Demolish suction piping for RS pump 24 and suction wye for RS pump 23. Replace piping and valves between FC 5 and RS pump 24 and suction wye for pump 23. Bring FC 5 and RS pump 24 back into service . August 2010 -CONFORMED 8258A10 pw ://Ca rollo/Do cuments/Cli enVTX/Fort Worth/8258A 10/Sp eci fi cations/01140 (Conform ed) 01140-6 WORK RESTRICTIONS d. Shutdown RS pumps 22 and 23 and remove FC 4 from service. Drain and pump all liquid from FC 4. Isolate the flow from FC 6 between RS pumps 21 and 22 and isolate the flow from FC 5 between RS 23 and 24 . Demolish suction piping between FC 4 and RS pumps 22 and 23. Replace piping and valves between FC 4 and RS pumps 22 and 23 as shown on drawings. Bring FC 4 and RS pumps 22 and 23 back into service . e. Work on the discharge piping in RS 2 may not commence until all work associated with the suction piping and WS piping is complete . f. In order to complete work on the discharge piping, a shutdown of AB 3 and 4 is required . The shutdown is limited to a maximum of 8 hours . Provide dewatering pumps as required to complete the work . At a minimum , the discharge butterfly valves at the existing wall of RS 2 must be installed and closed during the one-time 8-hour shutdown. At least 2 RS pumps must be available and operational at the end of each shutdown . 6 . Return Sludge Pump Station 3 (RS 3): a. Condition of existing valves is unknown. b. Shut down RS pumps 34 and 33 and FC 8. Drain and pump all liquid from FC 8. Isolate the flow from FC 9 between pumps 32 and 33 . Demolish suction piping for RS pump 34 and suction wye for RS pump 33. Replace piping and valves between FC 8 and RS pump 34 and suction wye for pump 33. Bring FC 8 and RS pump 34 back into service. c. Shut down RS pumps 31 and 32 and FC 7. Drain and pump all liquid from FC 7. Isolate the flow from FC 9 between pumps 32 and 33. Demolish suction piping for RS pump 31 and suction wye for RS pump 32 . Replace piping and valves between FC 9 and RS pump 31 and suction wye for pump 32. Bring FC 9 and RS pump 31 back into service. d. Shutdown RS pumps 32 and 33 and remove FC 9 from service. Drain and pump all liquid from FC 9. Isolate the flow from FC 7 between RS pumps 31 and 32 and isolate the flow from FC 8 between RS pumps 34 and 33 . Demolish suction piping between FC 9 and RS pumps 32 and 33 . Replace piping and valve between FC 9 and RS pumps 32 and 33 as shown on drawings. Bring FC 9 and RS pumps 32 and 33 back into service. e . Work on the discharge pip ing in RS 3 may not commence until all work associated with the suction piping and WS piping is complete. f . In order to complete work on the discharge piping, a shutdown of AB 5 and 6 is required . The shutdown is limited to a maximum of 8 hours . Provide dewatering pumps as required to complete the work. At a minimum, the discharge butterfly valves at the existing wall of RS 3 must be installed and closed during the one-time 8-hour shutdown. At least 2 RS pumps must be available and operational at the end of each shutdown . 1.12 TEMPORARY SERVICES, MATERIALS, AND EQUIPMENT A. As specified in Section 01500. August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents/Clie nVTX/Fort Worth/8258A 10/Specifications/01140 (Conformed) 01140-7 WORK RESTRICTIONS PART2 Not Used. PART3 Not Used . PRODUCTS EXECUTION END OF SECTION August 2010-CONFORMED 8258A10 pw ://Carollo/Documents/ClienVTX/Fort Worth/8258A 10/Specifications/01140 (Confonmed) 01140-8 WORK RESTRICTIONS PART 1 GENERAL 1.01 SUMMARY SECTION 01201 PAYMENT PROCEDURES A. Section includes : Procedures for submitting applications for payment and means used as a basis for Progress Payments, including: 1. Cost Summaries . 2. Payment for Mobilization . 3 . Start-Up . 4. Demobilization . 1.02 REFERENCES A. Occupational Safety and Health Administration (OSHA). 1.03 BASIS FOR PROGRESS PAYMENTS A. Base Appl ication for Payment on the breakdown of costs for each scheduled activity in the Progress Schedule and the Percentage of Completion for each activity. Generate Application for Payment by downloading cost data from the Progress Schedule to a spreadsheet type format. Identify each activity on the Progress Schedule that has a cost associated with it , the cost of each activity , the estimated Percent Complete for each activity , and the Value of Work Completed for both the payment period and job to date . 1.04 PAYMENT REQUESTS A Prepare progress payment requests on a monthly basis . Base requests on the breakdowns of costs for each scheduled activity and the percentage of completion for each activity. B. Indicate total dollar amount of work planned for every month of the project. Equate sum of monthly amounts to Lump Sum Contract Price . C. Generate Progress Payment request forms by downloading cost data from the schedule information to a spreadsheet type format. Identify each activity on the Progress Schedule that has a cost associated with it , the cost for each activity, the estimated percent complete for each activity, and the value of work completed for both the payment period and job to date. D. Prepare summary of cost information for each Major Item of Work listed in the Schedule of Values . Identify the value of work completed for both the payment period and job to date. E. Submit progress payment requests at progress meetings . August 2010 -CONFORMED 8258A10 pw J/Carollo/DOC1Jments/ClienVTX/Fort Worth/8258A 1 O/Specifications/01201 (Conformed) 01201-1 PAYMENT PROCEDURES 1.05 COST SUMMARIES A . Prepare Summary of Cost Information for each Major Item of Work listed in the Schedule of Values . Identify the Value of Work Completed for both the payment period and job to date . B. Cash flow summary: Prepare cash flow summary , indicating total dollar amount of work planned for each month of the project. Equate sum of monthly amounts to Lump Sum contract price. 1.06 PAYMENT FOR MOBILIZATION A. Limit amounts included under mobilization to the following items: 1. Moving on the site any equipment required for first month operations . 2. Installing temporary construction power, wiring, and lighting facilities . 3. Establishing fire protection plan and safety program. 4. Developing construction water supply . 5. Providing field office trailers for the CONTRACTOR and the ENGINEER, complete with all specified furnishings and utility services including telephones . 6. Providing on-site sanitary facilities and potable water facilities as specified. 7. Arranging for and erection of CONTRACTOR's work and storage yard , employee parking facilities , and entrance road . 8. Submit all required insurance certificates and bonds . 9. Obtaining all required permits, licenses, and fees. 10. Developing construction schedule. 11 . Submit prel iminary schedule of values of the Work . 12 . Provide and erect the project sign . 13 . Post all OSHA, (state agency), Department of Labor, and all other required notices . 14 . Limits of construction and clearing have been located and flagged . 15 . Have CONTRACTOR's project manager and/or general superintendent on job site full-time . 16 . The ENGINEER is satisfied that responsive and responsible progress on the Contract Work is under way. B. Furnish data and documentation to substantiate the amounts claimed under mobilization. C. Limit price for mobilization to no more than 5 percent of Contract Price . D. No payment for mobilization, or any part thereof, will be recommended until all mobilization items listed above have been completed . 1.07 PAYMENT FOR START-UP AND DEMOBILIZATION A. Total Price for start-up and demob ilization shall not be less than 3 percent of Contract Price. August 2010 -CONFORMED 8258A10 rmJ/Carollo/Docu ments/Clie nVTX/Fort Worth/8258A10/S pecifications/01201 (Conformed) 01201-2 PAYMENT PROCEDURES PART2 Not Used. PART3 Not Used. PRODUCTS EXECUTION END OF SECTION August 2010 -CONFORMED 8258A 10 pwJ/Carollo/Documents/ClienVTXIFort Worth/8258A 1 O/Specifications/01201 {Conformed) 01201-3 PAYMENT PROCEDURES THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 8258A10 pwJ/Garollo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specifications/01201 (Conformed) 01201-4 PAYMENT PROCEDURES PART1 GENERAL SECTION 01230 ALTERNATES 1.01 SUMMARY A. Section includes: Identification and description of Alternates. B. Related section: 1. The Contract Documents are complementary ; what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR's responsibility for scheduling and coordinating the Work of subcontractors, suppliers , and other individuals or entities performing or furnishing any of CONTRACTOR's Work. 3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the CONTRACTOR to see that the completed Work complies accurately with the Contract Documents . a. Section 01330 -Submittal Procedures. b. Section 15110 -Valves. c. Section 15112 -Butterfly Valves . d . Section 15251 -Ductile Iron AWWA C151 Pipe. C. Related Drawings: 1. D-RS-01 -Return Sludge Pump Station 1 Demolition Plans and Sections . 2. D-RS-02 -Return Sludge Pump Station 2 Demolition Plans and Sect ions. 3. D-RS-03 -Return Sludge Pump Station 3 Demolition Plans and Sections . 4 . M-RS-01 -Return Sludge Pump Station 1 Plans. 5. M-RS-02 -Return Sludge Pump Station 1 Sections. 6 . M-RS-03 -Return Sludge Pump Station 2 Sections . 7 . M-RS-04 -Return Sludge Pump Station 2 Sections . 8 . M-RS-05 -Return Sludge Pump Stat ion 3 Sections . 9. M-RS-06 -Return Sludge Pump Station 3 Sections. 1.02 PROCEDURES A. Alternates will be exercised at OWNER's option. B. Coordinate related work and modify surrounding work as required to complete the Work, including changes under Alternates accepted by OWNER in Notice of Award . 1.03 AL TERNA TES A. Alternate A 1 -Return Sludge Pump Station 1 Piping repair: 1. Base Bid: No repair at Return Sludge Pump Station 1. 2. A lternate : Replace piping and valves on suction side of pumps along with grating , pipe supports, and appurtenances as indicated on the Drawings . August 2010 -CONFORMED 8258A10 pw://Carol lo/Docu ments/Clie nVTX/Fort Worth/8258A 10/Specifications/01230 (Conform ed ) 01230-1 ALTERNATES B. Alternate A2 -Return Sludge Pump Station 2 Piping repair: 1. Base Bid : No repair at Return Sludge Pump Station 1. 2. Alternate: Replace piping and valves on suction and discharge side of pumps along with grating, pipe supports, and appurtenances as indicated on the Drawings. C. Alternate A3 -Return Sludge Pump Station 3 Piping repair: 1. Base Bid : No repair at Return Sludge Pump Station 1. 2. Alternate: Replace piping and valves on suction side of pumps along with grating, pipe supports, and appurtenances as indicated on the Drawings. PART 2 PRODUCTS Not Used. PART3 Not Used. EXECUTION END OF SECTION August 2010 -CONFORMED 8258A10 pw ://Carollo/Documents/Cli enVTX/Fort Worth/8258A 1O/Specification s/012 30 (Conform ed ) 01230-2 ALTERNATES PART1 GENERAL SECTION 01292 SCHEDULE OF VALUES 1.01 SUMMARY A. Section includes : Requirements for preparation, format, and submittal of Schedule of Values. B. Related section : 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of CONTRACTOR's Work. 3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the CONTRACTOR to see that the completed Work complies accurately with the Contract Documents. a. Section 01324B -Progress Schedules and Reports . 1.02 PREPARATION A. Prepare Schedule of Values identifying costs of Major Items of Work and other costs shown in sample included at end of this Section. B. Divide the work into following major items of work : 1. Grading and Paving. 2. Yard Piping . 3. Primary Effluent Meter Vaults. 4. Electrical -General. 5. Instrumentation -Generals. 6 . Modifications to Primary Clarifiers No . 22 and 24. 7. Modifications to RS 6. 8. Modifications to RS 7. 9. Modifications to TBF 21 to 32. C. Assign prices to Major Items of Work which aggregate the Contract Price. Base prices on costs associated with scheduled activities based on the Project Schedule for each Major Item of Work. 1.03 SUBMITTALS A. Submit preliminary schedule of values. B. Submit corrected schedule of values within 10 days upon receipt of reviewed Schedule of Values, but no later than 10 days prior to anticipated submittal of first Application for Payment. August 2010 -CONFORMED 8258A10 pw J/Carollo/Documents/ClienVTX/Fort Worth/8258A 10/Specifications/01292 (Conformed) 01292-1 SCHEDULE OF VALUES C. Upon request , support prices with data which will substantiate their correctness. D . If act ivities are added or removed from the Progress Schedule revise the Schedule of Values and resubmit. 1.04 SAMPLE SCHEDULE OF VALUES A. Following is an acceptable form for Schedule of Values: (SAMPLE ONLY) SCHEDULE OF VALUES NO. DESCRIPTION OF ITEM 1 . Mobilization . 2 . General earthwork and grading. 3 . Grading and paving. List Major Items of Work identified in Paragraph 1.02 C and number consecutively . 4 . Major Items of Work (for example, pump station , headworks , etc.) 5. General instrumentation work not included on Major Items of Work. 6. Start-up and demobilization 7. Miscellaneous work items and other prices not included in previous items and necessary to complete the Work . TOTAL LUMP SUM BID PART 2 PRODUCTS Not Used . PART3 Not Used . EXECUTION END OF SECTION August 2010 -CONFORMED 8258A10 pw://Garollo/Docu ments/ClienVTX/Fort Worth /8258A 10/Specifications/01292 (Conformed) LUMP SUM COST 01292-2 SCHEDULE OF VALUES SECTION 01294 APPLICATIONS FOR PAYMENT PART1 GENERAL 1.01 SUMMARY A. Section includes: Procedures for preparation and submittal of Applications for Payment. 1.02 FORMAT A. Develop satisfactory spreadsheet-type form generated by downloading cost data from the Progress Schedule. B. Fill in information required on form. C. When Change Orders are executed, add Change Orders at end of listing of scheduled activities: 1. Identify change order by number and description. 2. Provide cost of change order in appropriate column. D. After completing, submit Application for Payment. E. ENGINEER and OWNER will review application for accuracy . When accurate, ENGINEER will transmit appl ication to OWNER for processing of payment. F. Execute application with signature of responsible officer of CONTRACTOR. 1.03 SUBSTANTIATING DATA A. Provide Substantiating Data with cover letter identifying: 1. Project. 2. Application number and date. 3. Detailed list of enclosures. 4 . For stored products with item number and identification on application, description of specific material, and proof of insurance coverage for offsite stored products. 5. Submit "certified" payroll. 1.04 SUBMITTALS A. Submit 5 copies of Application for Payment and Substantiating Data with cover letter. August 2010 -CONFORMED 8258A10 pw J/Carollo/Documents/Client/TX/Fort Worth/8258A 1 O/Specification s/01 294 (Conformed) 01294-1 APPLICATIONS FOR PAYMENT 1.05 PAYMENT REQUESTS A. Prepare progress payment requests on a monthly basis . Base requests on the breakdowns of costs for each scheduled activ ity and the percentage of complet ion for each activity . B. Indicate total dollar amount of work planned for every month of the project. Equate sum of monthly amounts to Lump Sum Contract Pr ice . C. Generate Progress Payment request forms by downloading cost data from the schedule information to a spreadsheet type format. Identify each act ivity on the Progress Schedule t hat has a cost associated with it , the cost for each activity , the estimated percent complete for each activity , and the value of work completed for both the payment period and job to date. D. Prepare summary of cost information for each Major Item of Work listed in the Schedule of Values. Identify the value of work completed for both the payment period and job to date . E. Submit progress payment requests at progress meetings. PART 2 PRODUCTS Not Used. PART3 Not Used. EXECUTION END OF SECTION August 2010 -CONFORMED 8258A10 pw ://Carollo/Docume nts/Cli enVTX/Fort Worth/82 58A 1 O/Specifications/01294 (Conformed} 01294-2 APPLICATIONS FOR PAYMENT PART1 GENERAL 1.01 SUMMARY SECTION 01312 PROJECT MEETINGS A. Section includes: Requirements for conducting conferences and meetings for the purposes of addressing issues related to the Work , reviewing and coordinating progress of the Work and other matters of common interest, and includes the following: 1. Qualifications of Meeting Participan ts . 2. Preconstruction Conference Progress Meetings. 3. Pre -Installation Meetings . 4 . Post Construction Meeting . B. Related sections : 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all . 2. It is the CONTRACTOR 's responsibility for scheduling and coordinating the Work of subcontractors, suppliers , and other individuals or entities performing or furnishing any of CONTRACTOR's Work. 1.02 QUALIFICATIONS OF MEETING PARTICIPANTS A. Representatives of entities participating in meetings shall be qualified and authorized to act on behalf of entity each represents. 1.03 PRECONSTRUCTION CONFERENCE A. Upon issuance of Notice to Proceed , or earlier when mutually agreeable , ENGINEER will arrange preconstruction conference in convenient place for most persons invited , in accordance with the General Conditions . B. Attend ing Preconstruction Conference: CONTRACTOR's superintendent, OWNER , ENGINEER , representatives of utilities , major subcontractors and others involved in performance of the Work, and others necessary to agenda. C. ENGINEER will pres ide at conference. D. Purpose of conference: To establish working understand i ng between parties and to discuss Construction Schedule, shop draw ing and other submittals , cost breakdown of major lump sum items , processing of submittals and applications for payment , and other subjects pertinent to execution of the Work. E. Agenda will include : 1. Adequacy of distribution of Contrayt Documents. 2 . Distribution and discussion of list of major subcontractors and suppliers . 3. Proposed progress schedules and critical construction sequencing. August 2010 -CONFORMED 8258A10 pw://Ca rol lo/Documents/Clie nUTX/Fort Worth /8258A1 0/Specifications/013 12 (Conform ed) 01312-1 PROJECT MEETINGS 4 . Major equipment deliveries and priorities . 5. Project coordination . 6. Designation of responsible personnel. 7 . Procedures and processing of: a . Field decisions. b . Proposal requests. c. Submittals . d . Change Orders. e . Applications for Payment. f . Record Documen ts . 8. Use of premises : a. Office , construction , and storage areas . b . OWNER's requirements . 9. Construction facilities, controls, and construction aids. 10 . Temporary utilities . 11 . Safety and first aid procedures. 12. Security procedures. 13 . Housekeeping procedures. F. ENGINEER will record minutes of meeting and distribute cop ies of minutes with in 10 days of meeting to participants and interested parties . 1.04 PROGRESS MEETINGS A. Conduct progress meetings at least once every 2 weeks in CONTRACTOR's field office , ENGINEER's field office, or other mutually agreed upon place . 8. Distribute to each anticipated participant written notice and agenda of each meeting at least 4 days before meeting . C. Require attendance of CONTRACTOR's superintendent and subcontractors who are or are proximate to be actively involved in t he Work , or who are necessary to agenda . · D. Invite OWNER, ENGINEER, utility companies when the Work affects their interests , and others necessary to agenda . E. Complete and bring Application for Payment and Progress Schedule to progress meeting. F. Prepare and d istribute agenda . G. Preside at meetings. H. Purpose of progress meetings: To expedite work of subcontractors or other organizations that are not meeting scheduled progress, resolve conflicts, and coordinate and expedite execution of the Work . I. Review progress of the Work , Progress Schedule, narrative report , Application for Payment, record documents , and additional iterrs of current interest that are pertinent to execution of the Work. August 2010 -CONFORMED 8258A 10 pwJ/C arollo/O ocu ments/Clie nVT X/Fort Worth/8258A 1 O/Specifications/01312 {Conformed) 01312-2 PROJECT MEETINGS J. Verify: 1. Actual start and finish dates of completed activities since last progress meeting. 2 . Durations and progress of activities not completed . 3. Reason , time , and cost data for Change Order Work that will be incorporated into Progress Schedule and application for payment. 4 . Percentage completion of items on Application for Payment. 5. Reasons for required revisions to Progress Schedule and their effect on Contract Time and Contract Price. K. Discuss potential problems which may impede scheduled progress and corrective measures. L. ENGINEER will record minutes of meeting and distribute copies of minutes within 7 days of meeting to participants and interested parties . 1.05 PRE-INSTALLATION MEETINGS A. General : Meet with manufacturers and installers of major units of construction which require coordination between subcontractors . Major units of construction which require pre-installation meetings include : 1. Automatic backwash filters. 2 . Final clarifier mechanism. B. Distribute to each anticipated participant written notice and agenda of each meeting at least 4 days before meeting . C. Schedule meeting at least 7 days in advance of installation . D. Conduct meetings in CONTRACTOR's field office or other mutually agreed upon place . E. Require attendance of Superintendent, appropriate manufacturers and installers of major units of constructions , and affected subcontractors. F. Invite OWNER and ENGINEER. G . Preside at meetings. H. Record minutes of meeting and distribute copies of minutes within 3 days of meeting to participants and interested parties. PART 2 PRODUCTS Not Used. PART3 Not Used. EXECUTION August 2010 -CONFORMED 8258A10 pw J/Carol lo/Documen is/Cli enVT X/Fort Worth/8258A 1O/Speci fica ti on s/01 312 (Confo rmed) 01312-3 PROJECT MEETINGS END OF SECTION August 2010 -CONFORMED 8258A10 pw://Carollo /Documen ts/ClienVTX/Fort Worth/8258A10/Specifications/01312 (Conrormed) 01312-4 PROJECT MEETINGS SECTION 01324B PROGRESS SCHEDULES AND REPORTS PART1 GENERAL 1.01 SUMMARY A. Section includes: Preparation, submittal, and maintenance of computerized progress schedule and reports, contract time adjustments, and payment requests , including the following: 1. Preliminary Schedule. 2. Baseline Schedule. 3 . Weekly Schedule. 4. Schedule Updates. 5. Schedule Revisions. 6 . Time Impact Analyses. 7. Final Schedule Submittal. B. Related sections : 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of CONTRACTOR's Work. 3 . The following Sections are related to the Work described in this Section . This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the CONTRACTOR to see that the completed Work complies accurately with the Contract Documents. a. City of Fort Worth Front End Documents (Part C , Part C1 ad Part D). b. Section 01292 -Schedule of Values. c. Section 01294 -Applications for Payment. 1.02 RESPONSIBLE PERSON A. Designate , in writing and within 5 calendar days after Notice of Award , person responsible for preparation, maintenance , updating and revision of all schedules . B. Qualifications of responsible person: 1. Authority to act on behalf of CONTRACTOR. 2. 5 years verifiable experience in preparation of complex construction schedules for projects of similar value, size, and complexity. 3. Knowledge of critical path method (CPM) scheduling utilizing Primavera Project Planner or SureTrak or Microsoft Project software. C. ENGINEER reserves the right to disapprove scheduler when submitted by CONTRACTOR if not qualified . OWNER reserves the right to remove scheduler from the project if found to be incompetent. August 2010 -CONFORMED 8258A10 01324B-1 pw ://Carollo/Docum ents/Clien VT X/Fort Wo rth/8258A 1O/Specifications/013248 (Conformed) PROGRESS SCHEDULES AND REPORTS 1.03 SCHEDULING FORMAT AND SOFTWARE A. Schedule format: Utilize CPM format. B. Prepare computerized schedule utilizing Primavera Project Planner or SureTrak, most current version. Provide 1 licensed copy of the scheduling software to the ENGINEER , registered in the ENGINEER's name , for the duration of the project. 1.04 PRECONSTRUCTION SCHEDULING MEETING A. ENGINEER will conduct Preconstruction Scheduling Meeting with CONTRACTOR's Project Manager, General Superintendent, and scheduler within 7 calendar days after Notice of Award . This meeting is separate from the Preconstruction Conference Meeting and is intended to cover schedule issues exclusively. B. At the meeting, review scheduling requirements. These include schedule preparation, reporting requirements , updates , revisions , and schedule delay analysis. Present schedule methodology, planned sequence of operations, and proposed activity coding structure. C . Coding structure : 1. Submit proposed coding structure , identifying the code fields and the associated code values it intends to use in the project schedule. 2. A minimum, include code fields for Project Segment or Phase, Area of Work , Type of Work, 3. Submittal/Procurement/Construction and Responsibility/Subcontractor. Refer to NETWORK DETAILS AND GRAPHICAL OUTPUT for listing of activity categories to be included in the schedule . 1.05 PREPARATION A. Preparation and submittal of Progress Schedule represents CONTRACTOR's intention to execute the Work within specified time and constraints . Failure to conform to requirement may result in termination for cause as specified in the City of Fort Worth 's Front End Documents (Part C, Part C1 ad Part D). B. CONTRACTOR's bid covers all costs associated with the execution of the Work in accordance with the Progress Schedule. C . During preparation of the preliminary Progress Schedule, ENGINEER will facilitate CONTRACTOR's efforts by being available to answer questions regarding sequencing issues, scheduling constraints, interface points, and dependency relationships . D. Prepare schedule utilizing Precedence Diagramming Method (PDM). E. Prepare schedule utilizing activity durations in terms of working days. Do not exceed 15 working day duration on activities except concrete curing, submittal review, and equipment fabrication and deliveries. Where duration of continuous work exceeds 15 working days, subdivide activities by location, stationing, or other sub-element of the Work. Coordinate holidays to be observed with the OWNER and incorporate them into the schedule as non-working days. August 2010 -CONFORMED 8258A10 01324B-2 pw ://Carollo/Documents/ClienVTX/Fort Worth/8 258A 10/Specificati on s/01324 8 (Conformed) PROGRESS SCHEDULES AND REPORTS F. Failure to include an activity required for execution of the Work does not excuse CONTRACTOR from completing the Work and portions thereof within specified times and at price specified in Agreement. Contract requirements are not waived by failure of CONTRACTOR to include required schedule constraints, sequences, or milestones in schedule. Contract requirements are not waived by OWNER's acceptance of the schedule . In event of conflict between accepted schedule and Contract requirements, terms of Contract govern at all times, unless requirements are waived in writing by the OWNER. G. Reference schedule to working days with beginning of Contract Time as Day "1 ." H. Contract float is for the mutual benefit of both OWNER and CONTRACTOR. Changes to the project that can be accomplished within this available period of float may be made by OWNER without extending the Contract time, by utilizing float. Time extensions will not be granted nor delay damages owed until Work extends beyond currently accepted Contract completion date. Likewise, CONTRACTOR may utilize float to offset delays other than delays caused by OWNER. Mutual use of float can continue until all available float shown by schedule has been utilized by either OWNER or CONTRACTOR, or both. At that time , extensions of the Contract time will be granted by OWNER for valid OWNER-caused or third party-caused delays which affect the planned completion date and which have been properly documented and demonstrated by CONTRACTOR. I. Schedule Logic: Assembled to show order in which CONTRACTOR proposes to carry out Work, indicate restrictions of access, availability of Work areas, and availability and use of manpower, materials and equipment. Form basis for assembly of schedule logic on the following criteria : 1. Which activities must be completed before subsequent activities can be started? 2 . Which activities can be performed concurrently? 3. Which activities must be started immediately following completed activities? 4. What major facility, equipment or manpower restrictions are required for sequencing these activities? J. Non-sequestering of float: Pursuant to float sharing requirements of Contract, schedule submittals can be rejected for, use of float suppression techniques such as preferential sequencing or logic, special lead or lag logic restraints, extended activity durations or imposed dates. K. Interim milestone dates, operational constraints: In event there are interim milestone dates and/or operational constraints set forth in Contract, show them on schedule. Do not use Zero Total Float constraint or Mandatory Finish Date on such Contract requirements. L. Schedule windows for owner-furnished, CONTRACTOR-installed equipment or materials: Immediately after Award of Contract, obtain from ENGINEER anticipated delivery dates of OWNER furnished equipment or materials. Show these dates in the schedule in same manner indicated by ENGINEER. 1.06 SUBMITTAL OF PROGRESS SCHEDULES A . Submit preliminary and baseline schedule. August 2010 -.CONFORMED 8258A10 013248-3 pw://Carollo/Documents.lClienVTX/Fort Worth/8258A 1O/Specificatio ns/0 13249 (Conformed) PROGRESS SCHEDULES AND REPORTS B. Submit, on a monthly basis , updated schedules as specified . Subm it final schedule update as specified . C. Submit revised schedules and time impact analyses as specified . D. Submit schedules in the media and number of copies as follows: 1. 3 sets of the CPM network and/or bar chart (as specified by the OWNER) on D-size sheets . Color-coding to be specified by the OWNER. 2. 3 sets of Tabular reports listing all act ivities sorted numerically identifying duration , early start, late start, early fin ish , late finish , total float , and all predecessor/successor information . 3. 2 sets of CPM Schedule data electronic files stored on CD/DVD . 1.07 PRELIMINARY SCHEDULE A. Submit Preliminary Schedule within 10 calendar days after Notice To Proceed. Include a detailed plan of operations for first 90 calendar days of Work after receipt of Notice of Award . B. Meet with ENGINEER w ithin 7 calendar days after receipt of Preliminary Schedule to review and make necessary adjustments . Submit revised preliminary schedule within 5 calendar days after meeting. C. Submit schedule of costs for all activities on revised Preliminary Schedule . D. Schedule of costs: 1. Schedule of Values required under Section 01292 for first 90 calendar days of Work . 2 . Subm ittal and acceptance of Preliminary Schedule is condition precedent to making of progress payments under Section 01294 and payments for mobilization costs otherwise provided for in the Contract. 3 . No pay item Work shall commence until Preliminary Schedule and schedule of costs have been accepted by OWNER. E. Incorporated unchanged , the accepted Preliminary Schedule as first 90 calendar days of activity in CONTRACTOR's Baseline Schedule . F. Updated monthly during first 90 calendar days after Notice to Proceed. Updated Preliminary Schedule shall be the payment appl ication requ ired under Section 01294 . 1.08 BASELINE SCHEDULE A. No more than 45 calendar days after Notice of Award, submit the Baseline Schedule for all Work of the project. Show sequence and interdependence of all activities required for complete performance of all Work, beginning with date of Notice to Proceed and concluding with date of final completion of Contract. B. Acceptance of the Baseline Schedule by the OWNER is a condition precedent to making payments as specified in Sect ion 01294 after the first 90 calendar days after Notice to Proceed . · August 2010 -CONFORMED 8258A10 01324B-4 pw ://Carollo/Document s/Clie nVTX/Fort Worth/8258A 10/Specificatio ns/0132 48 (Co nformed) PROGRESS SCHEDULES AND REPORTS 1.09 NETWORK DETAILS AND GRAPHICAL OUTPUT A. Produce a clear, leg ible, and accurate calendar based , time scaled , graphical network diagram . Group activities related to the same physical areas of the Work. Produce the network diagram based upon the early start of all activities . B. Include for each activity, the description , activity number, estimated duration in working days, total float, and all activity relationship lines. C. Illustrate order and interdependence of activities and sequence in which Work is planned to be accomplished . Incorporate the basic concept of the precedence diagram network method to show how the start of 1 activity is dependent upon the start or completion of preceding activities and its complet ion restricts the start of following activities. D. Indicate the critical path for the project. E. Delineate the specified contract duration and identify the planned completion of the Work as a milestone. Show the time period between the planned and Contract completion dates, if any, as an activity identified as project float unless a Change Order is issued to officially change the Contract complet ion date . F. Identify system shutdown dates , system tie-in dates , specified interim completion , or milestone dates and contract completion date as milestones . G. Include, in addition to construction activities: 1. Submission dates and review periods for major equipment submittals , shoring submittals , and indicator pile program : a. Shoring reviews : Allow 4-week review pe riod for each shoring submittal. 2 . Any activity by the OWNER or the ENGINEER that may affect progress or required completion dates . 3. Equipment and long-lead material deliveries over 8 weeks . 4. Approvals required by regulatory agencies or other third parties. H. Produce network diagram on 22 inch by 34 inch sheets with grid coordinate system on the border of all sheets utilizing alpha and numeric designations. I. Identify the execution of the following : 1. Mobilization . 2. All required submittals and submittal review times showing 30 calendar day duration for such activities and equal amount of time for re-submittal reviews. 3. Equipment and materials procuremenUfabrication/delivery. 4. Excavation . 5. Shoring design and submission of detailed shoring submittals. Identify submission as a milestone. 6. Shoring review, shoring materials procurement, shoring installation, and shoring removal. 7 . Backfill and compaction. 8. Dewatering. 9. Grading , subbase , base, paving , alild curb and gutters. 10. Fencing and landscaping . August 2010 -CONFORMED 8258A10 pw://Ca roll o/Docu ments./Cl ient/TX/Fort Worth/8258A 10/Specifi cati ons.lO 13248 (Conform ed) 013248-5 PROGRESS SCHEDULES AND REPORTS 11. Concrete, including installation of forms and reinforcement , placement of concrete , curing , stripping, finishing, and patching . 12. Tests for leakage of concrete structures in tended to hold water. 13. Metal fastenings, framing , structures, and fabrications. 14. Wood structures , finish carpentry , architectural woodwork, and plastic fabrications . 15 . Waterproofing and dampproofing , insulation , roofing and flashing , and sealants . 16 . Doors and windows , including hardware and glaz ing . 17 . Finishes including coating and painting, flooring , ceiling, and wall covering . 18 . Building specialties including furnishings, laboratory equipment, and toilet and bath accessories . 19. Process equipment , including identification of ordering lead time, factory testing , and installation . 20. Pumps and drives , i ncluding identification of ordering lead time, factory testing , and installation. 21 . Other mechanical equipment including fans and heating , ventilating, and air conditioning equipment. 22. Trenching, pipe laying, and trench backfill and compaction. 23. Piping , fittings and appurtenances , including identification of ordering and fabrication lead time, layout, installation and testing. 24. Valves , gates, and operators , including identification of order lead time , installation, and testing. 25. Plumbing specialties. 26. Electric transmission, service, and distribution equipment , including identification of ordering lead time, and factory testing . 27. Other electrical work including lighting , heating and cooling, and special systems, including identification of ordering lead time. 28 . Instrumentation and controls , including identification of ordering lead time. 29 . Preliminary testing of equipment, instrumentation, and controls. 30 . Final testing, including preparation time. 31. Seven-day operational test. 32 . Substantial completion, as defined in City of Fort Worth Front End Documents (Part C, Part C1 ad Part D). 33. Punch list work . 34. Operation and maintenance training . 35 . Demobilization. 1.10 SCHEDULE OF SHOP DRAWING AND SAMPLE SUBMITTALS A. After Preliminary Schedule has been submitted and accepted by OWNER , submit a list of all shop drawings and sample submittals anticipated in first 90 calendar days after Notice to Proceed using early start dates . B. Progress payments during the first 90 calendar days after Notice to Proceed will not be made until preliminary list of all shop drawings and sample submittals is provided. C. After Baseline Schedule has been submitted and accepted by OWNER, print out and submit list of all shop drawings and sample , submittals for all Work using early start dates . This listing will contain all submittals required for the entire Work including those listed above . August 2010 -CONFORMED 8258A10 01324B-6 pw ://Carollo/Docu ments/ClienVT X/Fort Wo rth/8258A 10/Specifications/01 324 B (Conformed) PROGRESS SCHEDULES AND REPORTS D. Submittal of final list: Condition precedent to making of progress payments after the first 90 calendar days after Notice to Proceed . 1.11 WEATHER DAYS ALLOWANCE A. Include as a separate identifiable activity on the critical path, an activity labeled "Weather Days Allowance." Insert this activity at the end of the schedule. B. Weather Days are defined as a day when the CONTRACTOR is prevented by inclement weather, or conditions resulting there from, from proceeding with at least 75 percent of the normal labor and equipment force for at least 5 hours toward completion of the current critical path item, or items. C. Duration of Weather Days Allowance is 20 days . D. Insert an activity in critical path to reflect weather day occurrences when weather days are experienced and accepted by ENGINEER. Identify this activity as a weather delay. E. Reduce duration of Weather Days Allowance activity as weather delays are experienced and inserted into the schedule. Remaining weather days in Weather Day Allowance at completion of project is considered float. 1.12 REVIEW AND ACCEPTANCE OF SCHEDULES A. ENGINEER will review Baseline Schedules , Schedule Updates , Schedule Revisions, and Time Impact Analyses to ascertain compliance with specified project constraints, compliance with milestone dates, reasonableness of durations and sequence, accurate inter-relationships and completeness. B. ENGINEER and OWNER will issue written comments following completion of review of Baseline Schedule within 21 calendar days after receipt. Written comments on review of Schedule Updates and Schedule Revisions and Time Impact Analyses will be returned to CONTRACTOR within 14 calendar days after receipt by ENGINEER. C. Revise and resubmit schedule in accordance with ENGINEER's comments within 7 calendar days after rece ipt of such comments, or request joint meeting to resolve objections. If a meeting is requested the CONTRACTOR and all major subcontractors must participate in the meeting with ENGINEER. Revise and resubmit schedule within 7 calendar days after meeting . D. When schedule reflects OWNER's and CONTRACTOR's agreement of project approach and sequence, schedule will be accepted by OWNER. Use accepted schedule for planning, organizing , and directing the work and for reporting progress. 1.13 UPDATING THE SCHEDULE A. Update the schedule on a monthly basis, using a data date as specified by the ENGINEER. August 2010 -CONFORMED 8258A10 01324B-7 pw ://Carollo/Documents/Cl ie nVT X/Fort Worth/8258A 1O/Specifications/01 32 48 (Conformed) PROGRESS SCHEDULES AND REPORTS B. Since monthly Schedule Update is the application for progress payment required as specified in Section 01294 , submittal and acceptance of the monthly Schedule Update is a cond ition precedent to the making of any progress payments . C. Should monthly Schedule Update show project completion earlier than current Contract completion date , show early completion time as schedule activity , identified as "Proj ect Float." D. Shou ld monthly Schedule Update show project complet ion later than current Contract completion date , prepare and submit a Schedule Revision in accordance with the Revisions to Schedule . 1.14 REVISIONS TO SCHEDULE A. Submit Revised Schedule within 5 calendar days: 1. When delay in completion of any activity or group of activities indicates an overrun of the Contract time or milestone dates by 20 working days or 5 percent of the remaining duration, whichever is less . 2. When delays in submittals, deliveries, or work stoppages are encountered making necessary the replanning or rescheduling of activities . 3. When the schedule does not represent the actual progress of activities . 4. When any change to the sequence of activities , the completion date for major portions of the work, or when changes occur which affect t he critical path . 5. When Contract modification necessitates schedule revision , submit schedule analysis of change order work with cost proposal. B. Submit revised schedule and materials as specified under, "Submittal of Progress Schedule ." C. Make revisions on most recently accepted version of schedule . D. Create a separate subm ittal for Schedule Revisions. Do not submitted with Schedule Updates . E. Schedule revisions will not be reflected in the schedule until after the revision is accepted by the OWNER. This includes Schedule Revisions submitted for the purpose of mitigati'ng a CONTRACTOR-caused project delay (Recovery Schedule). 1.15 PAYMENT REQUESTS AND CASH FLOW A. After Baseline Schedule has been submitted and accepted by the OWNER, submit on a monthly basis , a tabular report showing ant icipated earnings each month of the contract period . This tabulation will be based on the summation of the cost-loaded activities each month. Submit an updated payment schedule each month showing actual earned amounts and anticipated remaining earnings. B. Utilize cost loaded monthly Schedule Updates as the applications for payment specified in Section 01294. List payment application in Excel format of all schedule activities showing cost and percentage completion during the current month for which payment is sought. Progress payments will not be made until monthly Schedule Update is provided. · August 2010 -CONFORMED 8258A10 013248-8 pw://Carollo/Docume nts/Client/TX/Fort Worth/825 8A 1 O/Specifications/0 1324 8 (Conformed) PROGRESS SCHEDULES AND REPORTS C. Ut ilize cost loaded monthly Schedule Updates as the applications for payment as specified in Section 01294. List payment application in Excel format of all schedule activities showing cost and percentage completion during the current month for which payment is sought. The OWNER w ill retain an amount equal to 5 percent of the estimated value of work performed during each estimate period in which the CONTRACTOR fails to submit an acceptable schedule conforming to the requirements of these Specifications as determined by the ENGINEER. Schedule retentions will be released for payment on the next monthly for partial payment following the date that acceptable schedules are submitted to the ENGINEER or as otherwise specified in this Section . Upon completion of all contract work and · subm ittal of the final update schedule and certification, any remaining retained funds associated with this Section w ill be released for payment. Retentions held in conformance with this Section shall be in addition to other retentions provided for in the contract. No interest will be due the CONTRACTOR on retent ion amounts. 1.16 WEEKLY SCHEDULE A. Submit to ENGINEER , on the last work ing day of every week, a progress schedule showing the activities completed during the previous week and the schedule of activities for the following 2 weeks . B. Use the logic and conform to the status of the current progress schedule when producing a Weekly Schedule in CPM schedule or a bar chart format. In the event that the Weekly Schedule no longer conforms to the current schedule , CONTRACTOR may be required to revise the schedule . C. The activity designations used in the Weekly Schedule must consistent with those used in the Baseline Schedule and the monthly Schedule Updates. D. CONTRACTOR and ENGINEER must agree on the format of the Weekly Schedule. 1.17 SCHEDULE OF VALUES A. Requirements for Schedule of Values are specified in Section 01292. B. Submit, in conjunction with the Progress Schedule, a Schedule of Values identifying costs of all on-site construction activities as generated by the cost loaded schedule. Equate the aggregate of these costs to the Lump Sum Contract Price . 1.18 ADJUSTMENT OF CONTRACT TIMES A. If the CONTRACTOR believes that the OWNER has impacted its work , such that the project completion date will be delayed , the CONTRACTOR must submit proof demonstrating the delay to the critical path. This proof, in the form of a Time Impact Analysis, may entitle the CONTRACTOR to an adjustment of contract time. B . The Time Impact Analysis : 1. Use the accepted schedule update that is current relative to the time frame of the delay event (change order, third party delay, or other OWNER-caused delay). Represent the delay event in the schedule by: a. Inserting new activities associated with the delay event into the schedule , b. Revising activity logic, or August 2010 -CONFORMED 8258A10 013248-9 pwJ/Carollo/Documents/Client!TX/Fort Worth/8258A 1O/Specifications/013248 (Conformed ) PROGRESS SCHEDULES AND REPORTS c. Revising activity durations. 2 . If the project schedule 's critical path and completion date are impacted as a result of adding this delay event to the schedule, a time extension equal to the magnitude of the impact may be warranted . 3. The Time Impact Analysis submittal must include the following information: a. A fragnet of the portion of the schedule affected by the delay event. b. A narrative explanation of the delay issue and how it impacted the schedule . c. A diskette containing the schedule file used to perform the Time Impact Analysis. C. When a delay to the project as a whole can be avoided by revising preferential sequencing or logic, and the CONTRACTOR chooses not to implement the revisions, the CONTRACTOR will be entitled to a time extension and no compensation for extended overhead . D. Indicate clearly that the CONTRACTOR has used , in full , all project float available for the work involved in the request, including any float that may exist between the CONTRACTOR's planned completion date and the Contract completion date. Utilize the latest version of the Schedule Update accepted at the time of the alleged delay, and all other relevant information , to determ ine the adjustment of the contract time. E. Adjustment of the Contract Times will be granted only when the Contract Float has been fully utilized and only when the revised date of completion of the Work has been pushed beyond the contract completion date. Adjustment of the Contract Times will be made only for the number of days that the planned completion of the work has been extended . · F. Actual delays in activities which do not affect the critical path work or which do not move the CONTRACTOR's planned completion date beyond the Contract completion date will not be the basis for an adj ustment to the contract time. G . If completion of the project occurs with in the specified contract time, the CONTRACTOR is not entitled to job-site or home office overhead beyond the CONTRACTOR's originally planned occupancy of the site . H. Notify ENGINEER of a request for contract time adjustment. Submit request as specified in the City of Fort Worth 's General Conditions and Supplementary Conditions . In cases where the CONTRACTOR does not submit a request for contract t ime adj ustment for a specific change order, delay, or CONTRACTOR request within the specified period of time , then it is mutually agreed that the particular change order, delay, or CONTRACTOR request has no time impact on the Contract completion date and no time extension is required. I. The ENGINEER will , within 30 calendar days after receipt of a contract time adjustment, request any supporting evidence, review the facts and advise the CONTRACTOR in writing. 1. Include the new Progress Schedule data , if accepted by the OWNER, in the next monthly Schedule Update . August 2010 -CONFORMED 8258A10 01324B-10 pw ://Ca rollo/Docu ments/Client/TX/Fort Worth/8258A 1O/Specifications/01324 8 (Co nformed) PROGRESS SCHEDULES AND REPORTS 1.19 FINAL SCHEDULE SUBMITTAL A. The final Schedule Update becomes the As-Built Schedule. 1. The As-Built Schedule reflects the exact manner in which the project was constructed by reflecting actual start and completion dates for all activities accomplished on the project. 2 . CONTRACTOR's Project Manager and scheduler sign and certify the As-Built Schedule by the as being an accurate record of the way the project was actually constructed. B. Retainage will not be released until final Schedule Update is provided . PART 2 PRODUCTS Not Used. PART3 Not Used. EXECUTION END OF SECTION August 2010 -CONFORMED 8258A 10 pw :1/Carollo/Documents.lClienVTX/Fort Worth/8258A10/Specificati ons.l01324B (Conformed) 013248-11 PROGRESS SCHEDULES AND REPORTS THIS PAGE INTENT IONALLY LEFT BLANK August 2010 -CONFORMED 8258A10 01324B-12 pwJ/Carollo/Documents/ClienVTX/Fort Worth/6258A 1 O/Specifications/01324 9 (Conformed) PROGRESS SCHEDULES AND REPORTS PART1 GENERAL SECTION 01329 SAFETY PLAN 1.01 SUMMARY A. Section includes: Development and maintenance of a Construction Safety Plan. B. All CONTRACTOR employees will undergo 30 minute Village Creek CONTRACTOR and Evacuation Training. 1.02 REFERENCES A. National Fire Protection Association (NFPA): 1 . ?OE -Standard for Electrical Safety in the Workplace. B. Occupational Safety and Health Standards (OSHA). 1.03 CONSTRUCTION SAFETY PLAN A. Detail the Methods and Procedures to comply with NFPA ?OE, Federal , and Local Health and Safety Laws , Rules and Requirements for the duration of the Contract Times . Methods and procedures must also comply with the OWNER's Safety Plan. Include the follow ing : 1 . Identification of the Certified or Licensed Safety Consultant who will prepare , initiate , maintain and supervise safety programs , and procedures . 2 . Procedures for providing workers with an awareness of safety and health hazards expected to be encountered in the course of construction . 3 . Safety equipment appropriate to the safety and health hazards expected to be encountered during construction . Include warning devices , barricades , safety equipment in public right-of-way and protected areas , safety equipment used in multi-level structures, personal protective equipment (PPE) as required by NFPA ?OE. 4 . Methods for minimizing employees' exposure to safety and health hazards expected during construction . 5. Procedures for reporting safety or health hazards. 6. Procedures to follow to correct a recognized safety and health hazard . 7 . Procedures for investigation of accidents, injuries, illnesses, and unusual events that have occurred at the construction site. 8. Periodic and scheduled inspections of general work areas and specific workstations. 9. Training for employees and workers at the jobsite. 10. Methods of communication of safe working conditions , work practices and required personal protection equipment. B. Assume responsibility for every aspect of Health and Safety on the jobsite, including the hea lth and safety of subcontractors, suppliers , and other persons on the jobsite : August 2010 -CONFORMED 8258A10 pw J/Carollo/Docu ments/Clie nt/TX/Fort Worth /8258A 10/Specifications/0132 9 (Confo rm ed) 01329-1 SAFETY PLAN 1. Forward available information and reports to the Safety Consultant who shall make the necessary recommendations concerning worker health and safety at the jobsite. 2. Employ additional health and safety measures specified by the Safety Consultant, as necessary, for workers in accordance with OSHA guidelines . C. Transmit to OWNER and ENGINEER copies of reports and other documents related to accidents or injuries encountered during construction . PART 2 PRODUCTS Not Used . PART3 Not Used. EXECUTION END OF SECTION August 2010 -CONFORMED 8258A10 pw J/Carollo/Documents/C li enVTX/Fort Worth/8258A10/Speci fica tion s/01329 (Conformed ) 01329-2 SAFETY PLAN PART1 GENERAL SECTION 01330 SUBMITTAL PROCEDURES 1.01 SUMMARY A. Section includes : Requirements and procedures for submittals . B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR 's responsibility for scheduling and coordinating the Work of subcontractors , suppliers , and other individuals or entities performing or furnishing any of CONTRACTOR's Work. 3. The following Sections are related to the Work described in th is Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the CONTRACTOR to see that the completed Work complies accurately with the Contract Documents. a. Section 01292 -Schedule of Values . b. Section 01294 -Applications for Payment. c. Section 01324B -Progress Schedules and Reports. d. Section 01770 -Closeout Procedures. e. Section 03200 -Concrete Reinforcement. 1.02 DEFINITIONS A. Certificates: Describe certificates that document affirmations by the CONTRACTOR or other entity that the work is in accordance with the Contract Documents. B. Extra stock materials: Describe extra stock materials to be provided for the OWNER's use in facility operation and maintenance. C. Maintenance material submittals : Use this article to categorize maintenance materials submittals requiring no A/E action other than confirmation of receipt under an explanatory heading . D. Manufacturer's instructions: Instructions, stipulations , directions, and recommendations issued in printed form by the manufacturer of a product addressing handling , installation, erection, and application of the product; manufacturers instructions are not prepared especially for the Work . E. Product data: Product data usually consists of manufacturers' printed data sheets or catalog pages illustrating the products to be incorporated into the project. F. Samples: Samples are full -size actual products intended to illustrate the products to be incorporated into the project. Sample submittals are often necessary for such characteristics as colors , textures, and other appearance issues . August 2010 -CONFORMED 8258A10 pw ://Carollo/Docu ments/Clie nVTX/Fort Worth/8258A 10/Specifications/01330 (Co nformed) 01330-1 SUBMITIAL PROCEDURES G . Spare parts: Describe spare parts necessary for the OWNER's use in facility operation and maintenance ; identify the type and quantity here , but include the actual character istics of the spare parts in Product as part of the specification of the product. H. Shop drawings: Shop drawings are prepared specifically for the project to illustrate details , dimens ions , and other data necessary for satisfactory fabrication or construction that are not shown in the contract documents. Shop drawings could include graph ic line -type drawings , single-li ne diagrams , or schedules and lists of products and their application . I. Submittals: Submitta ls are samples, product data, shop drawings , and others that demonstrate how CONTRACTOR intends to conform with the Contract Documents. J . Tools: Tools are generally defined as items such as special wrenches , gauges , circuit setters , and other similar devices required for the proper operation or maintenance of a system that would not normally be in the OWNER's tool kit. 1.03 GENERAL INSTRUCTIONS A. Provide submittals that are specified or reasonably required for construction , operation , and maintenance of the Work. B . Edit all submittals so that the submittal specifically applies to only the equipment furnished . Neatly cross out all extraneous text , options , models, etc . that do not apply to the equipment being furnished, so that the information remaining is only applicable to the equipment being furnished. C. Prepare submittals in the English language. Do not include information in other languages . D. Present measurements in customary American units (feet, inches , pounds , etc). E. Show dimensions , construction details , wiring diagrams , controls , manufacturers , catalog numbers , and all other pertinent details . F. Where multiple submittals are required , provide a separate submittal for each specification sect ion. 1. In order to expedite construction , the CONTRACTOR may make more than 1 submittal per specification section , but a single submittal may not cover more than 1 specification section : 2. The only exception to this requirement is when one specification sect ion covers the requirements for a component of equipment specified in another section. a. For example , circuit breakers are a component of switchgear. The switchgear submittal must also contain data for the associated circuit breakers, even though they are covered in a different specification section . G . Hardcopy submittals must be clear and legit;>le , and of sufficient size for presentation of information. 1. Minimum page size will be 8 1 /2 inches by 11 inches . August 2010 -CONFORMED 8258A10 pw://Ca rol lo/Documents/ClienVTX/Fort Worth/8258A 10/Specifications/O 1330 (Conformed) 01330-2 SUBMITTAL PROCEDURES 2 . Maximum page size will be 11 inches by 17 inches. H . Submittals in electronic med ia format: Include with each submittal electronic copies of all product data, shop drawings and other i nformation as follows : 1. General : Provide all information CDs , PC compatible using Windows XP operating system. 2 . Product Data : Provide text documents and manufacturer's literature using Microsoft Word 2007. 3 . Shop Drawings , Diagrams: Provide all graphic submittals utilizing current version of Auto CAD . 4. Adobe Acrobat: Any information provided as an image file shall be in the latest version of Adobe Acrobat (i.e., PDF extension). 1.04 SUBMITTAL CONTENTS A. Submittal Transmittal Form is provided in Appendix A of this section . 1. Substitute forms requ i re ENGINEER approval based on forms providing the same information , statements , and certifications . 2 . Required submittal numbe ring format: Section number-sequential number- resubmittal number: a . Example: 03200-002-1 : 1) "03200" indicates the affected specification is Section 03200. 2) "002" indicates the second submittal under this Section. 3) "1" ind icates the first resubmittal of the Submittal 03200-002. 3 . Specification section : Include with each submittal a copy of the relevant specification section , including relevant addendum updates . a. Indicate in the left margin , next to each pertinent paragraph , either compliance with a check (-v) or deviation with a consecutive number (1 , 2 , 3). b . Provide a list of all numbered deviations with a clear explanation and reason for the deviation. 4 . Drawings: Include with each submittal a copy of the relevant Drawing , including relevant addendum updates. a. Indicate either compliance with a check (-V ) or deviation with a consecutive number (1, 2 , 3). b. Provide a list of all numbered deviations with a clear explanation and reason for the deviation. c. Provide field dimensions and relationship to adjacent or critical features of the Work or materials . 5 . Other information or materials as needed. 1.05 SUBMITTAL FORMAT A. Fully indexed with a tabbed divider for every component. B . Sequentially number pages within the tabbed sections: 1. Submittals that are not fully indexed and tabbed with sequentially numbered pages , or are otherwise unacceptable, will be returned without review . C . Organize submittals in exactly the same order as the items are referenced , listed , and/or organized in the specification section. August 2010 -CONFORMED 8258A10 pw J/Garollo/Documents/ClienUTX/Fort Worth/825 8A 10/Specifications/O 1330 (Conformed ) 01330-3 SUBMITI AL PROCEDURES D. For submittals that cover multiple devices used in different areas under the same specification section , the submittal for the individual devices must list the area where the device is used . E. Consolidate electron ic format submittals w ith multiples pages into a single file. 1.06 SUBMITTAL PROCEDURE A. CONTRACTOR: Prepare submittal information in sufficient detail to show compliance with specified requirements. 1. Determine and verify quantities , field dimensions, product dimensions, specified design and performance criteria , materials , catalog numbers, and similar data. 2 . Coordinate submittal with other submittals and with the requirements of the Contract Documents . 3. Check, verify , and revise submittals as necessary to bring them into conformance with Contract Documents and actual field conditions . B . CONTRACTOR: stamp , sign and date submittals indicating review and approval: 1. Signature indicates CONTRACTOR has satisfied submittal review responsibilities and constitutes CONTRACTOR's written approval of submittal. 2. Submittals without CONTRACTOR's signature will be returned to the CONTRACTOR unreviewed. Subsequent submittal of this information will be counted as the first resubmittal. C. CONTRACTOR: Send submittal to ENGINEER. 1. Provide specified number of copies of submittal. 2. Delivery: Deliver submittals to ENGINEER at 100 E. 151h St, Suite 300 , Fort Worth , Texas 76102, unless another mutually agreeable place is designated . 3. Timeliness: Schedule and make submissions in accordance with the requirements of the individual specification sections and in such a sequence as to cause no delay in Work. 4. CONTRACTOR assumes risk of expense and delays when proceeding with work related to required submittals without review and acceptance. D. ENGINEER: Rev iew submittal and provide response . 1. Review description: a. ENGINEER will be entitled to rely upon the accuracy or completeness of designs , calculations, or certifications made by licensed professionals accompanying a particular submittal whether or not a stamp or seal is required by Contract Documents or Laws and Regulations . b. ENGINEER's review of submittals shall not release CONTRACTOR from CONTRACTOR's responsibility for performance of requirements of Contract Documents . Neither shall ENGINEER's review release CONTRACTOR from fulfilling purpose of installation nor from CONTRACTOR's liability to replace defective work. c . ENGINEER's review of shop drawings , samples, or test procedures will be only for conformance with design concepts and for compliance with information given in Contract Documents. d. ENGINEER's review does not extend to : 1) Accuracy of dimensions, quantities , or performance of equipment and systems designed by CONTRACTOR. August 2010 -CONFORMED 8258A10 pw ://Carollo/Documents/Clie nVTX/Fort Worth/8258A 1 O/Specifications/0 1330 (Conformed) 01330-4 SUBMITTAL PROCEDURES 2) CONTRACTOR's means , methods , techn iques , sequences , or procedures except when specified , indicated on the Drawings , or required by Contract Documents. 3) Safety precautions or programs related to safety which shall remain the sole responsibility of the CONTRACTOR. e . ENGINEER can accept or reject any exception at their sole discretion . 2. Review timeframe: a . Except as may be provided in technical specifications, a subm ittal will be returned w ithin 30 days . b . When a submittal cannot be returned within the specified period, ENGINEER will, within a reasonable time after receipt of the submittal , give notice of the date by which that submittal will be returned . 3. Schedule delays: a . No adjustment of Contract Times or Contract Price will be allowed due to ENGINEER 's review of submittals, unless all of the following criteria are met: 1) ENGINEER has failed to review and return first submission within the agreed upon time frame. 2) CONTRACTOR demonstrates that de lay in progress of Work is directly attributable to ENGINEER 's failure to return submittal within time indicated and accepted by ENGINEER. 4 . Review responses : One copy of submittal will be returned to CONTRACTOR with one of the following reviewer's response and stamp. a. Reviewed -No Corrections Noted : 1) CONTRACTOR may proceed with the work described in the submittal. b. Resubmittal not required -make corrections noted/see comments : 1) CONTRACTOR shall incorporate all review comments into the work , but resubmittal of an amended submittal package is not required . 2) Resubmit only the portion of package necessary to respond to ENGINEER 's comments. c. Correct and resubmit -make corrections noted/see comments: 1) CONTRACTOR shall incorporate the review comments into a complete revised package , and resubm it it for review. d . Rejected-see comments: 1) CONTRACTOR shall develop a new subm ittal package with materials , equipment, methods , etc. that meet the requirements of the Contract Documents. e. Submittal not reviewed , filed for record : 1) CONTRACTOR has no further action requ ired. E. CONTRACTOR: Prepare resubmittal, if applicable. 1. Clearly identify each correction or change made . 2. Include a response in writing to each of the ENGINEER's comments or questions for submittal packages that are resubmitted in the order that the comments or questions were presented throughout the submittal. a. Acceptable responses to ENGINEER 's comments are listed below: 1) "Incorporated " ENGINEER's comment or change is accepted and appropriate changes are made. 2) "Response " ENGINEER's comment not incorporated. Explain why comment is not accepted or requested change is not made. Explain August 2010 -CONFORMED 8258A10 pw ://Carol lo/Documents/Clie nVTX/Fort Worth/82 58A 1 O/Specifications/01330 (Conformed) 01330-5 SUBMITIAL PROCEDURES how requirement will be satisfied in lieu of comment or change requested by ENGINEER. b. Any resubmittal that does not contain responses to the ENGINEER 's previous comments shall be returned for Revision and Resubmittal. No further review by the ENGINEER will be performed until a response for previous comments has been received . 3. Review costs: a . Costs incu rred by OWNER as a result of additional reviews of a particular submittal after the second time it has been reviewed shall be borne by CONTRACTOR. b. Reimbursement to OWNER will be made by deducting such costs from CONTRACTOR's subsequent progress payments . 1.07 SUBMITTALS A. General: 1. Number of copies : 8 minimum except where noted : a. OWNER: 2 copies . b . ENGINEER 5 copies. c. CONTRACTOR: Rema ining copies. B. Shop Drawings: 1. CONTRACTOR to field verify elevation, coordinates, and pipe material for pipe tie-in prior to the preparation of shop drawings . 2. Details: a. Fabrication drawings : drawn to scale and dimensioned. b. Front, side, and , rear elevations , and top and bottom views, showing all dimensions. c. Locations of conduit entrances and access plates. d. Component layout and identification . e. Weight. f . Finish. g . Temperature limitations , as applicable . h. Nameplate information . C. Product Information : 1. Product Data: 1) Details : a) Supplier name and address . b) Subcontractor name and address . 2) Include: a) Catalog cuts . b) Bulletins. c) Brochures . d) Manufacturer's Certificate of Compliance : signed by product manufacturer along with supporting reference data, affidavits , and tests , as appropriate . 2. Samples : e) Manufacturer's printed recommendat ions for installation of equipment. f) Quality photocopies of applicable pages from manufacturer's documents . August 2010 -CONFORMED 8258A10 01330-6 SUBMITIAL PROCEDURES pwJ/Ca roll o/Documents/ClienVTX/Fort Worth /8258A 1 O/Specifications/01330 {Conformed) a . Number of samples : 3 minimum. 1) OWNER: 1 copy . 2) ENGINEER 2 copies . 3) CONTRACTOR: None. b. Details : 1) Submit labeled samples. 2) Samples will not be returned. 3) Provide samples from manufacturer's standard colors, materials , products, or equipment lines. a) Clearly label samples to indicate any that represent non-standard colors, materials , products, or equipment lines and that if selected, will require an increase in Contract Time or Contract Price. 3. Minor or incidental products and equipment schedules: a. Details : 1) Shop Drawings of minor or incidental fabr icated products will not be required , unless requested . 2) Submit tabulated lists of minor or incidental products showing the names of the manufacturers and catalog numbers , with Product Data and Samples as required to determine acceptability. D. Design calculations: 1. Details: a. Defined in technical sections . b . Calculations must bear the original seal and signature of a Professional Engineer licensed in the state where the project is located and who provided responsible charge for the design . E. Qualifications Statements : 1. Details : a. Defined in technical sections . b . Licensing documentation . c . Certification documentation. d. Education documentation. F. Quality assurance/control submittals : 1. Mill test reports : a. Details: 1) Submit certified copies of factory and mill test reports . 2) Do not incorporate Products in the Work which have not passed testing and inspection satisfactorily. 3) Pay for mill and factory tests. 2. Test reports: a. Details : 1) Include the following information : a) A description of the test. b) List of equipment used. c) Name of the person conducting the test. d) Date and time the test was conducted. e) Ambient temperature and weather conditions. f) All raw data collected . g) Calculated results. August 2010 -CONFORMED 8258A10 pw://Ca rollo/Docu men ts/Client/TX/Fort Worth/8258A 1 O/Specificati ons/01330 (Confo rmed) 01330-7 SUBMITIAL PROCEDURES h) Clear statement if the test passed or failed the requirements stated in Contract Documents. i) Signature of the person responsible for the test. 3. Factory Acceptance Test: a . Details: Include complete test procedure and all forms to be used during test. 4. Certificates: a. Details: Defined in technical sections . 5. Manufacturers' field reports : a. Details: Certificate of proper installation. 6. Field Samples: a. Details: Defined in technical sections . 7. Test Plans: a . Details: Defined in technical sections. G. Project management submittals: 1. Applications for payment: a. Details: 1) As specified in Section 01294 . 2. Schedules: a. Details: 1) Progress schedules : As specified in Section 01324B . 2) Schedule of values: As specified in Section 01292. 3) Schedule of submittals: As specified in Section 01324B. 3. Progress reports and quantity charts: a . Details: As specified in Section 01324B . 1.08 CLOSEOUT SUBMITTALS A . Provide closeout submittals as specified in Section 01770. PART 2 PRODUCTS Not Used . PART3 Not Used. EXECUTION END OF SECTION August 2010 -CONFORMED 8258A10 pw://Carollo/DOC1Jments/ClienVTX/Fort Worth/82S8A 1 O/Specifications/01330 (Conformed) 01330-8 SUBMITIAL PROCEDURES APPENDIX A CONTRACTOR SUBMITTAL TRANSMITTAL FORM August 2010 -CONFORMED 8258A 10 pwJ/Carollo/Documents/ClienVTX/Fort Worth/8258A10/Specifications/01330 (Conformed) 01330-9 SUBMITIAL PROCEDURES THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 8258A10 pw://Carollo/Documen ts/ClienUTX/Fort Worth/8258A 1 O/Speci fi cations/01330 (Conformed) 01330-10 SUBMITTAL PROCEDURES Engineers. .. Woddng Wondets With Water· Owner: Contractor: Date: TO: From: ~ ~ CONTRACTOR SUBMITTAL TRANSMITTAL Submittal Number: Package Number: Project Number: SPECIFICATION NO. SUBJECT OF SUBMITTAL/ EQUIPMENT SUPPLIER Check Either (A) or (B): D (A) We have verified that the equ ipment or material contained in this submittal meets all the requirements specified in t he project manual o r shown on the contract drawings w ith no exceptions . D (B) We have verified that t he equipment or material contained in this submittal meets all the requirements specified in the project manual or shown on the contract drawings except for the following deviations (list deviations): Genera l Contractor's Authorized Signature : PM/CM Office Use Date Received GC to PM/CM : Date Rece ived PM/CM to Reviewer: Date Rece ived Reviewer to PM/CM : Date Sent PM/CM to GC : August 2010 -CONFORMED 8258A 10 pw ://Carollo/Docu ments/ClienVTX/Fort Worth /8258A 1 O/Specifications/01330 (Conformed) 01330-11 SUBMITTAL PROCEDURES THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 8258A10 pw J/Carollo/Documents/ClienVTX/Fort Worth/8258A 1O/Specifications.101330 (Conformed) 01330-12 SUBMITTAL PROCEDURES PART1 GENERAL SECTION 01352 ALTERATION PROJECT PROCEDURES 1.01 SUMMARY A. Section includes: Requirements and procedures for performing alterations to existing facil ities. B. Related sections : 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR 's responsibility for scheduling and coordinating the Work of subcontractors, suppliers , and other individuals or entities performing or furnish ing any of CONTRACTOR's Work. 3 . The following Sections are related to the Work described in this Section . This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the CONTRACTOR to see that the completed Work complies accurately with the Contract Documents. a. Section 01140 -Work Restrictions . b. Section 01500 -Temporary Facilities and Controls . c. Section 01732 -Cutting and Patch i ng. d. Section 01770 -Closeout Procedures . 1.02 SUBMITTALS A. Alterations schedule : Submit in accordance with requirements for Progress Schedules . 1.03 SEQUENCE AND SCHEDULES A. Perform Work in sequences and within t imes specified in Section 01140 . B. Submit separate detailed sub-schedule for alterat ions, coordinated with construction schedules . Indicate: 1. Each stage of Work and dates of occupancy of areas. 2 . Date of Substantial Completion for each area of alterations as appropriate. 3 . Trades and Subcontractors employed in each stage. 1.04 WORK INVOLVED WITH EXISTING OPERATING FACILITIES A. Perform the Work while existing facility is in operation. B. Do not jeopardize operation or materially reduce efficiency of existing facility. C. Coordinate the WORK with OPERATION of the FACILITY: 1. Do not begin alterations of designated portions of the Work until specific permission has been granted in writing by OWNER in each case. August 2010 -CONFORMED 8258A 10 pw://Carollo/Docum ents/ClienVTX/Fort Worth /8258A 10/Specifications/013 52 (Confo rmed) 01352-1 AL TERA TION PROJECT PROCEDURES 2. ENGINEER will coordinate the planned procedure with facility manager. 3. Complete as quickly as possible and with as little delay as possible , connections to existing equipment and utilities, and other operations that interfere with the operation of existing facility . D. Operational functions of the facility that are required to be performed to facilitate the Work will be performed by facility personnel only . E. Plant Superintendent will cooperate in every way practicable to assist in expediting the Work . F. When necessary for the proper operation or maintenance of portions of the facility, reschedule Work operations so that the Work will not conflict with necessary operations or maintenance of the facility . 1.05 ALTERATIONS, CUTTING, AND PROTECTION A. Assign relocation, removal, cutting, and patching to trades qualified to perform in manner which causes least damage and provide means of returning surfaces to appearance of new construction. B. Provide weather protection, waterproofing, heat and humidity control as needed to prevent damage to remaining existing and new construction. C. Provide temporary enclosures as specified in Section 01500 to separate construction areas from existing building and from areas occupied by OWNER, and to provide weather protection . 1.06 SALVAGE MATERIALS A. Salvage materials: Materials removed from existing facility. B. Materials designated for salvage: 1. OWNER has right of first refusal of all salvage material. 2. Pumps, drives, motors, electrical enclosures. 3. Metal. C. Handling and storage : 1. Prevent damage to salvaged materials during removal, handling, and transportation of salvaged materials . 2. Prepare salvaged materials for storage. 3. Store salvaged materials as directed by OWNER. D. Pay costs associated with salvaging materials , including handling , transporting, and storage . 1.07 PREPARATION A. Identify existing materials which shall be patched, extended , or matched. B. Cut, move or remove items as necessary to pro'vide access or to allow alteration and new construction to proceed, including: August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents/ClienVTX/Fort Worth /82S8A10/Specifications/01352 {Conformed) 01352-2 AL TERA TION PROJECT PROCEDURES 1. Repair or removal of hazardous or unsanitary conditions . 2. Removal of abandoned items and items serving no useful purpose , such as abandoned piping, conduit, and wiring. 3. Removal of unsuitable or extraneous materials not marked for salvage, such as abandoned furnishings and equipment, and debris such as rotted wood, rusted metals , and deteriorated concrete. 4. Cleaning of surfaces and removal of surface finishes needed to install new construction and finishes. 5. Disposal of items removed and not salvaged. C. Cut and remove minimum amount of existing construction in manner which avoids damage to adjacent work. D. Cut finish surfaces such as masonry, tile, plaster, and metals by methods which terminate surfaces in straight line at natural points of division. E. Perform cutting and patching as specified in Section 01732. 1.08 TRANSITION FROM EXISTING TO NEW WORK A. When new construction abuts or finishes flush with existing construction, make smooth transitions and match architecture of existing construction. B. Where partitions are removed, patch floors, walls, and ceilings with finish materials which match existing materials. C. Where removal of partitions results in adjacent spaces becoming one, rework floors, walls, and ceilings to provide smooth planes without breaks, steps, or bulkheads . D. Where changes of plane exceed 2 inches, request instructions for making transition . E. Trim and refinish existing doors as necessary to clear new floors. F. Match patched construction with adjacent construction in texture and appearance so that patch or transition is invisible at 5-foot distance. G. When finished surfaces are cut so that smooth transition is impossible, terminate existing surface in neat manner along straight line at natural line of division and provide appropriate trim. 1.09 DAMAGED SURFACES A. Patch and replace portions of existing finished surfaces which are damaged, lifted and discolored with matching material. B. Provide adequate support of substrate prior to patching finishes . C. Refinish patched portion of painted or coated surfaces in manner which produces uniform color and texture to entire surface. D. When existing surface finish cannot be' matched, refinish entire surface to nearest change of plane exceeding 45 degrees. August 2010 -CONFORMED 8258A10 pw ://Carollo/Documents/ClienVTX/Fort Worth/8258A10/Specifications./01352 (Conformed) 01352-3 AL TERA TION PROJECT PROCEDURES 1.10 CLEANING A. Perfo rm periodic and final cleaning as specified in Sections 01500 and 01770. B. Clean OWNER-occupied areas daily. C. Clean spillage, overspray and heavy collection of dust in OWNER-occupied areas immediately. D. At completion of each portion of Work, clean area and make surfaces ready for successive portions of Work. E. At completion of alterations in each area, provide final cleaning and return space to condition suitable for use by OWNER. PART 2 PRODUCTS Not Used . PART3 Not Used. EXECUTION END OF SECTION August 2010 -CONFORMED 8258A 10 pwJ/Ca rollo/Documents/ClienVTX/Fort Worth/8258A 1O/Specificati ons/01 352 (Conformed) 01352-4 ALTERATION PROJECT PROCEDURES PART1 SECTION 01355 STORMWATER POLLUTION PREVENTION CONSTRUCTION ACTIVITY -BEST MANAGEMENT PRACTICES GENERAL 1.01 SUMMARY A. Section Includes: 1. Requirements for preparation and implementation of the Stormwater Pollution Prevention Plan for the CONTRACTOR's construction activities for the purposes of applying and obtaining a Texas Commission on Environmental Quality (TCEQ) Stormwater Permit. The permit authorizes the discharge of stormwater associated with construction activities from construction site. B. Related Sections : 1. Section 01500 -Temporary Facilities and Controls. 1.02 REFERENCES A. United States Code of Federal Regulation (CFR): 1. 40 CFR Part 117. 2. 40 CFR Part 302. B. Texas Commission on Environmental Quality: 1. TPDES (Texas Pollution Discharge Elimination System) Construction General Permit (TXR 150000). 1.03 SUBMITTALS A . Pollution Prevention Plan: 1. Prepare and submit a Stormwater Pollution Prevention Plan in accordance with the TPDES Construction General Permit. Permit shall be prepared by a Texas Registered Professional Engineer. 2. Prepare and submit a monitoring program and reporting plan in accordance with TCEQ regulations. 3. Submit to the OWNER for reference a Stormwater Pollution Prevention Plan detailing the placement of physical Best Management Practices (BMPs) required for installation and the methods used to comply with those BMPs directed at operational procedures, Monitoring Program and Reporting Plan . 4. The plan shall specifically address and detail changes from the alternatives called out in this section. The CONTRACTOR 's preferred techniques shall show how it will comply with the stated objectives of the program. B. The CONTRACTOR shall submit a copy of the BMP Handbook with each BMP to be utilized check marked to show compliance or marked to show deviation. August 2010 -CONFORMED 8258A10 01355-1 pwJ/Carollo/ocumenls/Cl ienVTX/Fort Worth/8258A 1 O/Specifications/01355 (Conformed) STORMWA TER POLLUTION PREVENTION CONSTRUCTION ACTIVITY -BEST MANAGEMENT PRACTICES C. The entire plan shall be kept and maintained by the CONTRACTOR on the construction site during the duration of the project. D. The CONTRACTOR shall be responsible for taking the proper actions to prevent contaminants and sediments from entering the storm sewer drainage system should any unforeseen circumstance occur. The CONTRACTOR shall take immediate action if directed by the ENGINEER, or if the CONTRACTOR observes contaminants and/or sediments entering the storm drainage system , to prevent further stormwater from entering the system . 1 .04 REGULATORY REQUIREMENTS A. The CONTRACTOR shall comply with the TCEQ , Regional Water Quality Control Board, County, City and other local agency requirements regarding stormwater discharges and management. B . The CONTRACTOR shall comply with the following prohibitions and limitations, which are contained in the Stormwater Permit: 1. Discharge Proh ibitions : a. Discharges of materials other than stormwater, which are not otherwise regulated by a NPDES permit, to a separate stormwater sewer system or water of the nation are prohibited. b. Stormwater discharges shall not cause or threaten to cause pollution , contamination (including sediment) or nuisance . c. Stormwater discharges regulated by this general permit shall not contain a hazardous substance equal to or in excess of a reportable quantity listed in 40 CFR Part 117 and 40 CFR Pa rt 302. 2 . Receiving Water Limitations: a. Stormwater discharges to any surface or groundwater shall not adversely impact human health or the environment. b. Stormwater discharge shall not cause or contribute to a violation of any applicable water quality standards contained in the California Ocean Plan , Inland Surface Waters and Enclosed Bays and Estuaries Plan , or the applicable Regional Water Board's Basin Plan. C. In the event of conflict of these requirements and the stormwater pollution control laws , rules or regulations of Federal, State or other local agencies , the more restrictive law, rules and regulations shall apply. 1.05 STORMWATER POLLUTION PREVENTION PLAN IMPLEMENTATION A . The CONTRACTOR shall implement all activities required by the Genera l Permit and as detailed in the Stormwater Pollution Prevention Plan, Monitoring Program and Reporting Plan . 1.06 NON-STORMWATER MANAGEMENT A. The Stormwater Pollution Prevention Plan shall discuss any non-stormwater sources (i.e ., landscaping irrigation , pipe flushing , street washing and dewatering). In addition , the Plan shall include standard obs~rvation measures and best management practices , including best available technologies economically August 2010 -CONFORMED 8258A10 01355-2 pw J/Carollo/ocuments/Clien VTX/Fort Worth/8258A10/Specifications/01355 (Conformed) STORMWATER POLLUTION PREVENTION CONSTRUCTION ACTIVITY -BEST MANAGEMENT PRACTICES achievable and best conventional pollutant control technologies , that are to be implemented in order to reduce the pollutant loading to the waters. 1.07 AMENDMENTS A. The CONTRACTOR shall amend the Stormwater Pollution Prevention Plan , Monitoring Program, and Reporting Plan whenever there is a change in construction or operat ions which may affect the discharge of pollutants to stormwater. B. The Stormwater Pollution Prevention Plan shall also be amended if it is in violation of any cond itions of the general permit or has not achieved the general objective of reducing pollutants in stormwater discharges . C. All amendments shall be completed at no additional cost to the OWNER. 1.08 NOTICE OF TERMINATION A. The CONTRACTOR shall submit to the TCEQ , a Notice of Termination upon completion of all construction activ ities. PART 2 PRODUCTS Not Used. PART3 Not Used. EXECUTION END OF SECTION August 2010 -CONFORMED 8258A10 01355-3 pwJ/Carollo/ocuments/ClienVTX/Fort Worth/8258 A 1 O/Specifications/01355 (Conforme d) STORMWATER POLLUTION PREVENTION CONSTRUCTION ACTIVITY -BEST MANAGEMENT PRACTICES THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 8258A10 01355-4 pwJ/Carollo/ocuments/Cl ienVTX/Fort Worth/82S8A10/Specifica tions/01355 (Conformed) STORMWATER POLLUTION PREVENTION CONSTRUCTION ACTIVITY -BEST MANAGEMENT PRACTICES PART 1 GENERAL SECTION 01380 PHOTOGRAPHS AND VIDEO RECORDING 1.01 SUMMARY A. This Section specifies photographs and video recordings to be provided by the CONTRACTOR before and after construction . 1.02 PAYMENT A. CONTRACTOR shall pay costs for specified photography, video recording, and prints. Parties requiring additional photography or prints will pay photographer directly. 1.03 SUBMITTALS A. CONTRACTOR shall submit the following information for review as specified Section in 01330 at the Preconstruction Conference following notification of award of the Contract: 1. An example of his work consisting of 1 videotape of site examination and recording with audio commentary. 2. An example of photographs used for site examination . PART 2 PRODUCTS 2.01 GENERAL A. The photographs and color audio-video tapes are intended for use as indisputable evidence in ascertaining the extent of any damage wh ich may occur as a result of the CONTRACTOR's operations and are for the protection of the CONTRACTOR and the OWNER, and will be a means of determining whether and to what extent damage, resulting from the CONTRACTOR's operations , occurred during the Contract work. B. Photographs: 1. Photographs shall be color digital photographs and shall indicate on the front of each the date, name of work, and location where the photograph was taken. 2. Two 3-1/2-inch by 5-inch glossy print of each exposure, together with a CD, shall be delivered to the ENGINEER within 10 days following each set of exposures. 3 . The photographer shall be qualified and equipped to photograph either interior or exterior exposures, with lenses ranging from wide angle to telephoto. C . DVDs: 1. Face of DVD shall indicate the date, name of contract, and the location where the DVD was recorded. August 2010 -CONFORMED 8258A 10 01380-1 pwJ/Carollo/Documents/ClienVTX/Fort Worth/8258A10/Specifications/01380 (Conformed) PHOTOGRAPHS AND VIDEO RECORDING PART3 2. The DVDs should contain an audio track , which narrates the progression of the inspection through the site. 3. Three copies of DVD 's shall be delivered to the ENGINEER within 10 working days. EXECUTION 3.01 VIDEO A. CONTRACTOR shall provide DVD recording taken of all areas where the CONTRACTOR will be working for the entire Project , including all staging, storing, working , parking, and excavation areas. B. After completion of construction and restoration , DVD recording shall be taken from the same po i nts in the same direction as the preconstruction examination within 7 days after the acceptance of the project by the OWNER. C . Final payment will not be made to the CONTRACTOR until the OWNER receives 2 copies of the DVDs, which reflect the final conditions. 3.02 CONSTRUCTION PHOTOGRAPHY A. Digital photographs shall be provided during construction to show all ut ility crossings, installation of bypass piping , excavation of access pits , installation of lining system in pipes , rehabilitation of manholes, and items of special interest upon the request of the ENGINEER. B. Photographs shall be taken on the cutoff date for each scheduled application for payment. 1. Two copies of each photograph and a CD containing all digital photographs shall be provided. 3.03 RECORDING A. After the Contract is awarded and before starting the work , the CONTRACTOR shall make a thorough examination of all the existing structures, vegetation, and general condition of the work site. 1. Examin,ation of the existing condition of the work site shall be made by the CONTRACTOR and shall be recorded using digital pho tographs and digital recording as described in this Section. B . After the post-restoration video and photographs are taken, 2 hard copies and a CD of the photos and a DVD of the video will be provided to the ENGINEER. 1. The ENGINEER will ascertain the extent of any damage, and will determine whether improvements , damaged or removed during construction , have been returned to specified or original condition. END OF SECTION August 2010 -CONFORMED 8258A 10 01380-2 pwJ/Ca rol lo/Oocuments/Clie nVTX/Fort Worth/8258A 1 O/Specifications/01380 (Conformed) PHOTOGRAPHS AND VIDEO RECORDING SECTION 01410 REGULATORY REQUIREMENTS PART 1 GENERAL 1.01 SUMMARY A. Section includes: Regulatory requirements : 1. Build ing code . 2. Electrical code . 3. Energy code . 4 . Fire code . 5. Mechanical code . 6. Plumbing code. 1.02 REFERENCES A . International Code Council (ICC): 1. 2003 International Building Code (IBC). 2. 2003 International Fire Code (IFC). 3. 2003 International Mechanical Code (IMC). 4 . 2003 International Plumbing Code (IPC). 1.03 SYSTEM DESCRIPTION A. Design requirements: 1. Building code : a. 2003 International Building Code . 2. Electrical code : a. 2002 National Electric Code. 3. Fire code : a. 2003 International Fire Code . 4. Mechanical code : a. 2003 International Mechanical Code 5. Plumbing code : a. 2003 International Plumbing Code . B. All codes shall be as amended by the CITY of Fort Worth . PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. August 2010 -CONFORMED 8258A 10 pwJ/Ca rol lo/Oocu men ts/ClienVT X/Fort Worth/8258A 1O/Specifications/0 14 10 (Confo rmed) 01410-1 REGULATORY REQUIREMENTS END OF SECTION August 2010 -CONFORMED 8258A10 pwJ/Carollo/Docurnents/Cli ent/TX/Fort Worth/8258A 1O/Specifications/01410 (Conformed) 01410-2 REGULATORY REQUIREMENTS PART1 GENERAL 1.01 SUMMARY SECTION 01424 ABBREVIATIONS A. Section Includes: Abbreviations and meanings. 1.02 INTERPRETATIONS A. Interpret abbreviations by context in which abbreviations are used. 1.03 ABBREVIATIONS A. Abbreviations Used to Identify Reference Standards : AA MMA MN MSHTO ABC ABPA ACI ACIL ADC ABMA AGA AGC AGMA AHRI Al AIA AIMA AISC AISI AITC AMCA AMG ANSI APA API ASAHC ASHRAE ASME Aluminum Association Architectural Aluminum Manufacturers Association American Association of Nurserymen American Association of State Highway and Transportation Officials Associated Air Balance Council Acoustical and Board Products Association American Concrete Institute American Council of Independent Laboratories Air Diffusion Council American Bearing Manufacturers' Association (formerly AFBMA, Anti-Friction Bearing Manufacturers' Association) American Gas Association Associated General Contractors American Gear Manufacturers' Association Air-Conditioning, Heating, and Refrigeration Institute Asphalt Institute American Institute of Architects Acoustical and Insulating Materials Association American Institute of Steel Construction American Iron and Steel Institute American Institute of Timber Construction Air Moving and Conditioning Association Arizona Masonry Guild American National Standards Institute American Plywood Association American Petroleum Institute American Society of Architectural Hardware Consultants American Society of Heating, Refrigeration and Air Conditioning Engineers American Society of Mechanical Engineers August 2010 -CONFORMED 8258A10 01424-1 ABBREVIATIONS pw://Carollo/Documents/Client/TX/Fort Worth/8258A 1 O/Specifications/01424 (Conformed) ASTM AWi AWPA AWPI AWS AWSC AWWA BHMA BIA BSI CLFMI CPSC CRA CRI CRSI cs CSI CTI OHi EIFS EJCDC FGMA FIA FM FS FTI GA IAPMO IBC ICBO ICC IEEE MAG MIA MUSFA MS NAAMM NAPA NBHA NCMA ASTM International (Former name American Society for Testing and Materials. Still used in specifications .) Architectural Woodwork Institute American Wood Preservers Association American Wood Preservers Insti t ute American We ld ing Society American Welding Society Code American Water Works Association Builders Hardware Manufacturers Association Brick Institute of America Building Stone Institute Chain Link Fence Manufacturers Institute U.S . Consumer Product Safety Commission California Redwood Association Carpet and Rug Institute Concrete Reinforcing Steel Institute Commercial Standards Construction Specifications Institute Ceramic Tile Institute Door and Hardware Institute Exterior Insulation and Finish System Engineers Joint Contract Documents Committee Flat Glass Marketing Association Factory Insurance Association Factory Mutual Federal Specifications Facing Tile Institute Gypsum Association International Association of Plumbing and Mechanical Officials International Building Code International Conference of Building Officials International Code Council Institute of Electrical and Electronics Engineers Maricopa Association of Governments Marble Institute of America Metal Lath/Steel Framing Association Military Specifications National Association of Architectural Metal Manufacturers National Asphalt Pavement Association National Builders Hardware Association National Concrete Masonry Association August 2010 -CONFORMED 8258A10 01424-2 ABBREVIATIONS fY'N ://Carollo/Docu ments/Clie nt/TX/Fort Worth/8258A10/Specifications/01424 (Confonmed) NEC NECA NETA NEMA NFPA NFPA NIST NMWIA NPCA NRCA NTMA NWMA PCA PCI POCA POI PEI PS RTI National Electrical Code National Electrical Contractors Association International Electrical Testing Association National Electrical Manufacturers Association National Fire Protection Association National Forest Products Association National Institute of Standards and Technology National Mineral Wood Insulation Association National Paint and Coatings Association National Roofing Contractors Association National Terrazzo and Mosaic Association National Woodwork Manufacturer's Association Portland Cement Association Prestressed Concrete Institute Paint and Decorating Contractors of America Plumbing and Drainage Institute Porcelain Enamel Institute Product Standard Resilient Tile Institute Society of Automotive Engineers Structural Clay Products Association Steel Door Institute Sealed Insulating Glass Manufacturers Association Steel Joist Institute SAE SCPA SDI SIGMA SJI SMACNA SSPC Sheet Metal and Air Conditioning Contractors National Association Society for Protective Coatings-Steel Structures Painting Council TCA UBC UL UNS USDA VA WCLA WCLIB WPA WPOA WRC WSCPA WWPA Tile Council of America Uniform Building Code (ICBO) Underwriters Laboratories, Inc. Unified Numbering System United States Department of Agriculture Vermiculite Association West Coast Lumberman's Association West Coast Lumber Inspection Bureau Western Pine Association Western Plumbing Officials Association Welding Research Council Western States Clay Products Association Western Wood Products Association B. Abbreviations Used in Specifications: a A year or years (metric unit) ampere or amperes August 2010 -CONFORMED 8258A 10 pw://Carollo/Documents/ClienVTX/Fort Worth/8258A10/Specifications/01424 (Conformed) 01424-3 ABBREVIATIONS am ante meridian {before noon) ac alternating current ac-ft acre-foot or acre-feet atm atmosphere AWG American Wire Gauge bbl barrel or barrels bd board bhp brake horsepower bil gal billion gallons BOD biochemical oxygen demand Btu British thermal unit or units Btuh British thermal units per hour bu bushel or bushels C degrees Celsius cal calorie or calories cap capita cd candela or candelas cfm cubic feet per minute Ci curie or curies cm centimeter or centimeters emu concrete masonry unit co carbon monoxide Co. Company CO2 carbon dioxide COD chemical oxygen demand Corp. Corporation counts/min counts per minute cu cubic cu cm cubic centimeter or centimeters cu ft cubic foot or feet cu ft/day cubic feet per day cu ft/hr cubic feet per hour cu ft/min cubic feet per minute cu ft/sec cubic feet per second cuin cubic inch or inches cum cubic meter or meters cu yd cubic yard or yards d day (metric units) day day (English units) db decibels DB dry bulb (temperature) de direct current diam diameter DO dissolved oxygen DS dissolved solids emf electromotive force August 2010 -CONFORMED 8258A10 pw://Carollo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specifications/01424 (Conformed) 01424-4 ABBREVIATIONS fpm F ft fc ft/day ft/hr ft/min ft/sec g G gal gal/day gal/min gal/sec gfd g/L gpd gpd/ac gpd/cap gpd/sq ft gph gpm gps h ha hp hp hp-hr hr Hz ID ihp Inc. inch inches inches/sec J JTU k K K kcal kcmil kg km kN feet per minute degrees Fahrenheit feet or foot foot-candle or foot candles feet per day feet per hour feet per minute feet per second gram or grams gravitational force gallon or gallons gallons per day gallons per minutes gallons per second gallons per square foot per day grams per liter gallons per day gallons per day per acre gallons ·per day per capita gallons per day per square foot gallons per hour gallons per minute gallons per second hour or hours (metric units) hectare or hectares high point horsepower horsepower-hour or horsepower-hours hour or hours (English units) hertz inside diameter indicated horsepower Incorporated inch inches inches per second joule or joules Jackson turbidity unit or units kips kelvin thermal conductivity kilocalorie or kilocalories thousand circular mils kilogram or kilograms kilometer or kilometers kilonewton or kilonewtons August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents/Client/TX/Fort Worth/8258A 10/Specifications/01424 {Conformed) 01424-5 ABBREVIATIONS kPa ksi kV kVA kW kWh L lb/1000 cu ft lb/acre-ft lb/ac lb/cu ft lb/day/cu ft lb/day/acre lb/sq ft lin lin ft Im log In Ix m M mA max mCi meq µF MFBM mfr mg mgd/ac mgd mg/L µg/L µm mile mil. gal miles min min MLSS MLVSS mm molwt mol Mpa mph MPN mR kilopascal or kilopascals kips per square inch kilovolt or kilovolts kilovolt-ampere or kilovolt-amperes kilowatt or kilowatts k i lowatt hour liter or liters pounds per thousand cubic foot pounds per acre-foot pounds per acre pounds per cubic foot pounds per day per cubic foot poundsperdayperacre pounds per square foot linear, lineal linear foot or feet lumen or lumens logarithm (common) logarithm (natural) lux meter or meters molar (concentration) milliampere or milliamperes maximum millicurie or millicuries milliequivalent microfarad or microfarads thousand feet board measure manufacturer milligram or milligrams million gallons per day per acre million gallons per day milligrams per liter micrograms per liter micrometer or micrometers mile million gallons miles minimum minute or minutes mixed liquor suspended solids mixed liquor volatile suspended solids millimeter or millimeters molecular weight mole megapascal or megapascals miles per hour most probable number milliroentgen or milliroentgens August 2010 -CONFORMED 8258A10 r,w:1/Ca rollo/Documents/ClienVTX/Fort Worth/8258A 10/Specifica ti ons/O 1424 (Conformed) 01424-6 ABBREVIATIONS Mrad mV MW N N No. Nos NRC NTU or ntu oc OD ORP OT OTA oz oz/sq ft Pa pl pm ppb ppm ppt pr psf/hr psf psi psia psig PVC qt R R rad RH rpm rps s s SDI sec SI sp sp gr sp ht sq cm 2 or sq cm megarad or megarads millivolt or millivolts megawatt or megawatts newton or newtons normal (concentration) number numbers noise reduction coefficient nephelometric turbidity unit on center outside diameter oxidation-reduction potential ortho-tolidine ortha-tolidine-arsenite ounce or ounces ounces per square foot pascal or pascals plate or property line post meridiem (afternoon) parts per billion parts per million parts per thousand pair pounds per square foot per hour pounds per square foot pounds per square inch pounds per square inch absolute pounds per square inch gauge polyvinyl chloride quart or quarts radius roentgen or roentgens radiation absorbed dose relative humidity revolutions per minute revolutions per second second (metric units) Siemens (mho) sludge density index or silt density index second (English units) International System of Units static pressure specific gravity specific heat square square centimeter or centimeters August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents/ClienVTX/Fort Worth /8258A 1 O/Specifications/01424 (Conformed) 01424-7 ABBREVIATIONS sq ft square feet or foot sq inch square inch sq inches square inches km 2 or sq km square kilometer or kilometers m2 or sq m square meter or meters mm 2 or sq mm square millimeter or millimeters sq yd square yard or yards ss suspended solids STC Sound Transmission Class SVI sludge volume index TDS total dissolved solids TKN total Kjeldahl nitrogen TLM median tolerance limit TOC total organic carbon TOD total oxygen demand TOW top of weir TS total solids TSS total suspended solids TVS total volatile solids u U Factor/U Value u Coefficient of Heat Transfe r u heat transfer coefficient UNS Uniform Numbering System us United States V volt or volts VA volt-ampere or volt-amperes w watt or watts WB wet bulb wg water gauge wk week or weeks wt weight yd yard or yards yr year or years (English unit) C . Abbreviations Used on Drawings: As listed on Drawings or in Specifications. PART 2 PRODUCTS Not Used. PART3 Not Used . EXECUTION END OF SECTION August 2010 -CONFORMED 8258A10 pw J/Carollo/Documents/ClienVTX/Fo rt Worth/8 258A 1 O/Specifications/01424 (Conformed) 01424-8 ABBREVIATIONS PART1 GENERAL SECTION 01450 QUALITY CONTROL 1.01 SUMMARY A. Section includes: Quality control requirements and procedures for products and workmanship and includes the following: 1. Sampling and testing of materials . 2. Testing of equipment. 3. Requirements for testing laboratories . 4. Procedures and limitations of inspection . 1.02 REFERENCES A. AASHTO Accreditation Program (AAP) for Testing Laboratories . B. ASTM International (ASTM): 1. E 329 -Standard Specification for Agencies Engaged in Construction Inspection and/or Testing . 1.03 PRODUCTS AND WORKMANSHIP A. Provide new products of specified quality. B. Perform and complete work in thorough manner: 1. Call ENGINEER's attention to apparent errors, conflicts , discrepancies , or omissions in Contract Documents and request instructions before proceeding with the Work. 2. ENGINEER will issue written clarification or interpretation of requirements of the Contract Documents . C. When specified , products will be tested and inspected either at point of orig in or at work site: 1. Notify ENGINEER in writing well in advance of when products will be ready for testing and inspection at point of origin . 2. Do not construe that satisfactory tests and inspections at point of origin is final acceptance of products . Satisfactory tests or inspections at point of origin do not preclude retesting or reinspection at work site. D. Do not ship products which require testing and inspection at point of origin prior to testing and inspection . August 2010 -CONFORMED 8258A10 pw://Ca rollo/Documents/Clie nVTX/Fort Worth/825B A 1 O/Specifications/01450 (Confonmed) 01450-1 QUALITY CONTROL 1.04 SAMPLING AND TESTING A. General: 1. Prior to delivery and incorporation in the Work, submit listing of sources of materials, when specified in sections where materials are specified. 2. When specified in sections where products are specified: a. Submit sufficient quantities of representative samples of character and quality required of materials to be used in the Work for testing or examination . b. Test materials in accordance with standards of national technical organizations. B. Sampling: 1. Furnish specimens of materials when requested. 2. Do not use materials which are required to be tested until testing indicates satisfactory compliance with specified requirements. 3. Specimens of materials will be taken for testing whenever necessary to determine quality of material. 4 . Assist ENGINEER in preparation of test specimens at site of work, such as soil samples and concrete test cylinders. C. Test standards: 1. Perform sampling, specimen preparation, and testing of materials in accordance with specified standards, and when no standard is specified , in accordance with standard of nationally recognized technical organization. 2. Physical characteristics of materials not particularly specified shall conform to standards published by ASTM, where applicable. 3. Standards and publication references in Contract Documents shall be edition or revision in effect on date stipulated . 1.05 TESTING LABORATORY SERVICES A. Qualification of laboratory: 1. Current AAP Accreditation or equivalent. 2. Has authorization to operate in state in which Project is located. B. Laboratory duties: 1. Cooperate with ENGINEER and CONTRACTOR. 2. Provide qualified personnel. 3. Notify ENGINEER and CONTRACTOR, in writing , of response time needed to schedule testing or inspections after receipt of notice. 4. Perform specified inspections, sampling, and testing of materials and methods of construction in accordance with specified standards to ascertain compliance of materials with requirements of Contract Documents. 5. Promptly notify ENGINEER and CONTRACTOR of observed irregularities or deficiencies of construction. 6. Promptly submit written report of each test and inspection each report shall include : a. Date issued . b. Project title and number. c. Testing laboratory name, address, and telephone number. d . Name and signature of laboratory inspector. August 2010 -CONFORMED 8258A10 pwJ/Garollo/Documents/ClienVTX/Fort Worth/8258A 1O/Specifications/01450 (Conformed) 01450-2 QUALITY CONTROL e. Date and time of sampling or inspection. f. Record of temperature and weather conditions. g. Date of test. h . Identification of product and Specification Section. i. Location of sample or test in Project. j . Type of inspection or test. k. Results of tests and compliance with Contract Documents. I. Interpretation of test results , when requested by ENGINEER. C. Limitations of authority of testing laboratory: Laboratory is not authorized to: 1. Release, revoke, alter, or enlarge on requ irements of Contract Documents. 2 . Approve or accept portion of work. 3. Perform duties of CONTRACTOR. 1.06 CONTRACTOR'S RESPONSIBILITIES A. Cooperate with laboratory personnel and provide access to construction and manufacturing operations. B. Secure and deliver to laboratory adequate quantities of representative samples of materials proposed to be used and which require testing . C . Provide to laboratory preliminary mix design proposed to be used for concrete , and other materials mixes wh ich require control by testing laboratory. D. Furnish copies of product test reports. E. Furnish incidental labor and facilities : 1. To provide access to construction to be tested. 2. To obtain and handle samples at work site or at source of product to be tested. 3. To facilitate inspections and tests. 4. For storage and curing of test samples . F. Notify laboratory in advance of when observations , inspections and testing is needed for laboratory to schedule and perform in accordance with their notice of response time. G. All testing expenses will be paid by the CONTRACTOR. PART 2 PRODUCTS Not Used. PART3 Not Used. EXECUTION END OF SECTION August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents/ClienVTX/Fort Worth/825 8A 1 O/Specifications/01450 (Confo rmed) 01450-3 QUALITY CONTROL THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 8258A10 pwJ/CaroUo/Documents/Client/TX/Fort Worth/8258A 10/Specifications/O 1450 (Conformed) 01450-4 QUALITY CONTROL PART1 GENERAL SECTION 01500 TEMPORARY FACILITIES AND CONTROLS 1.01 SUMMARY A. Section includes: 1. Furnishing, maintaining, and removing construction facilities and temporary controls, including temporary utilities, construction aids , barriers and enclosures, security, access roads, temporary controls, project sign , field offices and sheds, and removal after construction. B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of CONTRACTOR's Work. 3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the CONTRACTOR to see that the completed Work complies accurately with the Contract Documents. 4. Section 01140 -Work Restrictions . 5. Section 01330 -Submittal Procedures. 6. Section 15050 -Basic Mechanical Materials and Methods . 1.02 REFERENCE A. Occupational Safety and Health Administration (OSHA). 1.03 SUBMITTALS A. General: For products specified to be furnished under this Section, submit product data as specified in Section 01330 . B. For temporary piping systems: 1. Submit layout drawings showing proposed routing of piping , including proposed pipe support and pipe restraint locations. 2. Submit product data for piping, fittings, appurtenances, restraints, supports, and all other components of the temporary piping system. 3. Submit all information at least 28 days prior to when each temporary piping system is scheduled to be installed and allow 14 days for review and comment by ENGINEER and OWNER C. For temporary pumping systems: 1. Submit pump data, performance curves, and other operating information as specified in Section 15050. August 2010 -CONFORMED 8258A10 01500-1 pw://Carol lo/Documents/Cl ienVTX/Fort Worth/8258A 1 O/Specifications/01500 (Conformed) TEMPORARY FACILITIES AND CONTROLS 2 . Submit sketches showing layout of temporary pumping system , including pump quantity, configurat ion in wet well , and proposed p i ping layout specified in this Section. 3. Submit piping headless calculations based on proposed t emporary piping system layout. D. Submit all information at least 21 days prior to when the temporary pumping system is scheduled to be installed and allow 14 days for review and comment by ENGINEER and OWNER 1.04 TEMPORARY UTILITIES A. Temporary electrical power: 1. Arrange with local utility to provide adequate temporary electrical service . 2 . Provide and maintain adequate jobsite power distribution facilities conforming to applicable Laws and Regulations. 3. Provide, maintain , and pay for electric power for performance of the Work except for power required for the final 7-day operational test: a . When using permanent facilities , provide separate meter and reimburse OWNER for power used i n connection with performance of the Work. B. Temporary electrical lighting: 1. In work areas , provide temporary lighting sufficient to maintain lighting levels during working hours not less than lighting levels required by Occupational Safety and Health Administration (OSHA) and state agency which administers OSHA regulations where Project is located . 2. When available, permanent lighting facilities may be used in lieu of temporary facilities: a. Prior to Substantial Completion of the Work , replace bulbs, lamps, or tubes used by CONTRACTOR for lighting. C . Temporary heating, cooling , and ventilating : 1. Heat and ventilate work areas to protect the Work from damage by freezing , high temperatures , weather, and to provide safe environment for workers . 2. Permanent heating system may be utilized when sufficiently completed to allow safe operation . D. Temporary water: 1. Pay for and construct facilities necessary to furnish potable water for human consumption and non-potable water for use during construction. 2. Remove temporary piping and connections and restore affected portions of the facility to original condition before Substantial Completion. 3. Pay for water used for construction prior to Substantial Completion. OWNER will provide water for 7-day final test. 4. Development of potable water supply : a. Provide potable water for human consumption during construction period . b. Furnish potable water that meets requirements of Laws and Regulations. August 2010 -CONFORMED 8258A10 01500-2 pwJ/Carollo/Documents/ClienVTX/Fort Worth/82 58A 1 O/Specifications/01500 (Conformed} TEMPORARY FACILITIES AND CONTROLS 5 . Development of non-potable water supply: a. Post ample signs throughout the work area warning that plant water is not potable . b. Non-potable water is available from hydrants or hose valves within plant without cost. When combined demand of the Work and plant exceeds plant supply capacity, provide additional temporary supply capacity. c. Additional temporary supply shall be either by temporary pumps and piping or potable water at the Contractor's expense. E. Temporary sanitary facilities : 1. Provide suitable and adequate sanitary facilities that are in compliance with applicable Laws and Regulations . 2. At completion of the Work, remove sanitary facilities and leave site in neat and sanitary condition . F. Temporary fire protection : Provide sufficient number of fire extinguishers of type and capacity required to protect the Work and ancillary facilities. G. First aid: Post first aid facilities and information posters conforming to requirements of OSHA and other applicable Laws and Regulations in readily accessible locations. H. Utilities in existing facilities: As specified in Section 01140. 1.05 CONSTRUCTION AIDS A. Provide railings, kick plates, enclosures , safety devices, and controls required by Laws and Regulations and as required for adequate protection of life and property . B. Use construction hoists , elevators, scaffolds, stages , shoring, and similar temporary facilities of ample size and capacity to adequately support and move loads . C. Design temporary supports with adequate safety factor to assure adequate load bearing capability: 1. When requested , submit design calculations by professional registered engineer prior to application of loads. 2. Submitted design calculations are for information and record purposes only . D. Accident prevention: 1. Exercise precautions throughout construction for protection of persons and property . 2. Observe safety provisions of applicable Laws and Regulations . 3. Guard machinery and equipment, and eliminate other hazards. 4. Make reports required by authorities having jurisdiction, and permit safety inspections of the Work. 5. Before commencing construction work, take necessary action to comply with provisions for safety and accident prevention. E. Barricades: 1. Place barriers at ends of excavations and along excavations to warn pedestrian and vehicular traffic of excavations . 2. Provide barriers with flashing lights after dark. 3 . Keep barriers in place until excavations are entirely backfilled and compacted. August 2010 -CONFORMED 8258A10 01500-3 pw J/Carollo/Documents/C li enVTX/Fort Worth/8258A 10/Speci fica tions/01500 (Conformed ) TEMPORARY FACILITIES AND CONTROLS 4. Barricade excavations to prevent persons from entering excavated areas in streets , roadways, parking lots , treatment plants , or other public or private areas . F. Warning devices and barricades : Adequately identify and guard hazardous areas and conditions by visual warning devices and, where necessary , physical barriers : 1. Devices shall conform to min imum requirements of OSHA and State agency which administers OSHA regulations where Project is located. G . Hazards in public right-of-way : 1. Mark at reasonable intervals , trenches and other continuous excavations in public r ight-of-way, running parallel to general flow of traffic, with traffic cones, barricades, or other suitable visual markers during daylight hours: a. During hours of darkness, provide markers with torches, flashers, or o ther adequate lights. 2. At intersections or for pits and similar excavations, where traffic may reasonably be expected to approach head on , protect excavations by continuous barricades: a . During hours of darkness, provide warning lights at close intervals. H. Hazards in protected areas : Mark or guard excavations in areas from which public is excluded , in manner appropriate for hazard. I. Above grade protection : On multi-level structures, provide safety protection that meets requirements of OSHA and State agency which administers OSHA regulations where Project is located . J . Protect existing structures , trees , shrubs, and other items to be preserved on Project site from injury, damage or destruction by vehicles , equipment, worker or other agents with substantial barricades or other devices commensurate with hazards . K. Fences : 1. Enclose site of the Work with fence adequate to protect the Work against acts of theft, violence and vandalism. 2 . Enclose temporary offices and storage a reas with fence adequate to protect temporary facilities against acts of theft, violence and vandalism. 3. When entire or part of site is to be permanently fenced, permanent fence may be built to serve for both permanent and temporary protection of the work site , provided that damaged or defaced fencing is replaced prior to Substantial Completion. 4 . Protect temporary and permanent openings and close openings in existing fences to prevent intrusion by unauthorized persons. Bear responsibility for protection of plant and material on site of the Work when openings in existing fences are not closed. 5 . During night hours, weekends , holidays, and other times when no work is performed at site , provide temporary closures or enlist services of security guards to protect temporary openings . 6. Fence temporary openings when openings are no longer necessary. August 2010 -CONFORMED 8258A10 01500-4 pwJ/Carol lo/Documents/Cli enVTX/Fort Worth/82 58A 1 O/Specification s/01500 (Conformed) TEMPORARY FACILITIES AND CONTROLS 1.06 SECURITY A. Make adequate provision for protection of the work area against fire, theft, and vandalism , and for protection of public against exposure to injury. 1.07 ACCESS ROADS A. General: 1. Build and maintain access roads to and on site of the Work to provide for delivery of material and for access to existing and operating plant facilities on site. 2. Build and maintain dust free roads which are suitable for travel at 20 miles per hour. B. Off-site access roads: 1. Build and maintain graded earth roads . 2. Build roads only in public right-of-way or easements obtained by OWNER. 3. Obtain rights-of-way or easements when electing to build along other alignment. C. On-site access roads: 1. Maintain access roads to storage areas and other areas to which frequent access is required. 2. Maintain similar roads to existing facilities on site of the Work to provide access for maintenance and operation . 3. Protect buried vulnerable utilities under temporary roads with steel plates, wood planking , or bridges. 4 . Maintain on-site access roads free of mud. Under no circumstances shall vehicles leaving the site track mud off the site onto the public right-of-way. 1.08 TEMPORARY CONTROLS A. Dust control : 1. Prevent dust nuisance caused by operations, unpaved roads, excavation, backfilling , demolition, or other activities . 2. Control dust by sprinkling with water, use of dust palliatives , modification of operations, or other means acceptable to agencies having jurisdiction. B. Noise control: 1. In inhabited areas, particularly residential, perform operations in manner to minimize no ise. 2. In residential areas , take special measures to suppress noise during night hours. C. Mud control: 1. Prevent mud nuisance caused by construction operations, unpaved roads, excavation , backfilling, demolition, or other activities. D. Provide and maintain Project identification sign consisting of painted 8 foot wide by 4 foot high exterior grade plywood and minimum 10 foot long 4-inch by 4-inch lumber posts, set in ground at least 3 feet, with exhibit lettering by professional sign painter using no more than 5 sign colors: August 2010 -CONFORMED 8258A10 01500 -5 pw://Car~lo/DOC1Jments/ClienVTX/Fort Worth /8258A 10/Specifications/01500 (Conformed) TEMPORARY FACILITIES AND CONTROLS 1. List at least the title of the Project, and names of the OWNER , ENGINEER, and CONTRACTOR. 1.09 FIELD OFFICES AND SHEDS A. CONTRACTOR's field office : 1. Maintain on Project Site weathertight space in which to keep copies of Contract Documents , progress schedule , shop drawings , and other relevant documents . 2. Provide field office with adequate space to examine documents , and provide lighting and telephone service in that space. B . OWNER's/ENGINEER's field office : 1. Provide separate field office on project site for the exclusive use of the OWNER and/or ENGINEER , as follows : a. Size : Approximately 10 feet by 36 feet with 8-foot minimum ceiling height. Including at a minimum the following : 1) One ( 1) pr ivate office . 2) One (1) conference area. 3) One (1) toilet room .. b. Construction : Weathertight building constructed at the site , pre-manufactured building, or trailer, with a toilet room containing a water closet and lavatory, partitioned off from the working area. The water closet may be of the chemical type provided that it is a flush type wi th an approved holding tank. c . Walls and ceiling: Insulated with finished interior surfaces. d . Openings: At least 6 windows and 2 entrance doors, each with cylinder lock and 4 keys . e. Exterior lighting over entrance door. f . Twenty 110 volts AC duplex receptacles with at least 2 in each office. 2 . Arrange and pay for: a. Janitorial service, including daily dusting , floor cleaning , and t rash removal , and monthly comprehensive cleaning, including windows . b. Heating , ventilating, and air conditioning equipment in operating condition . c . Electric wiring, power, and lighting fixtures capable of providing at least 75 foot candles of light on work surfaces. d . A continuous supply of toilet paper, paper hand towels and hand soap for each restroom . e. Private telephone line. f. Dedicated telephone line for facsimile (fax) machine. g. Dedicated high speed line (coaxial cable, DSL , or fiber optic) for computer service. h . Bottled drinking water service with dispenser. i. Suitable restroom facilit ies with sink and toilet with. 3. Provide following furnishings and equipment: a. One (1) office desk with 6 drawers (2 with locks) and padded , upholstered swivel chair. b. One (1) plan table not less than 36 inches by 96 inches. c. One (1) drafting table not less than 36 inches by 60 inches. d. One (1) metal drafting stools with backs. e. 12 straight chairs. August 2010 -CONFORMED 8258A10 01500-6 pw J/Carollo/Documents/Clie nVTX/Fort Worth/8258A 1 O/Specifications/01500 (Conformed) TEMPORARY FACILITIES AND CONTROLS f. One (1) metal filing cabinet , 18 inches by 30 inches by 52 inches, 4 drawers with locks. g. One (1) supply cabinet with not less than 15 square feet of shelves. h. Two (2) bookcases with not less than 12 linear feet of shelves for each bookcase . i. One (1) plan hold rolling stand of 12 binders , with binders. j. Three (3) wastebaskets. k. Dry erase board 96 by 48 inches , magnetic . I. Refrigerator, 6.0 cubic feet capacity . m. Microwave oven, 1.0 cubic foot. n. Field office data service and equipment: Provide one of the following data services (listed in order of preference and increasing cost) for the duration of the project. CONTRACTOR is responsible for all maintenance of service and hardware. Data service will be dedicated to the ENGINEER and not shared with any other party . The CONTRACTOR shall provide a durable and weathertight system for connecting the ENGINEER's trailer to the service provider's facilities at the jobsite boundary: 1) Provide high-speed Internet access (DSL or cable modem); with a minimum 512-kilobit per second download/512-kilobit per second upload . This access must have a minimum of 8 (5 usable) IP address . In addition , it must provide an average round-trip delay of less than 150 ms to the ENGINEER's Internet gateway. o. Provide new data service hardware corresponding with above options . CONTRACTOR is responsible for all maintenance of service and hardware: 1) Provide appropriate DSL or cable modem device. In addition, provide one Cisco ASA 5505 firewall with 3DES software, part number ASA5505-SEC-BUN-K9 and Cisco 4 hour response onsite Smartnet Maintenance for duration of project. p. Field office local area network: Provide the following to create a local area network for the OWNER/ENGINEER: 1) Install Category Se cabling to support all specified computers, printers , and other network device . This cabling should be home-run to a patch panel and meet all applicable installation standards for CAT5e. Patch panel and jack locations to be coordinated with ENGINEER. 2) Provide 10/100 Ethernet Switch sized to support all specified network devices for OWNER/ENGINEER with an allowance for 50 percent growth/spare ports . 3) Provide APC SmartUPS RT 1500 uninterruptable power supply, model SURTA1500XL . 4) Provide Category Se patch cables for all networking equipment; both for patch panel to switch connection and for wall jack to network device connection. q . Additional computer-related items: 1) Color Multifunction printer/scanner/copier/fax: a) Manufacturers : (1) Sharp , Model AR-M207 . (2) Kyocera, Model TASKalfa 250. (3) ENGINEER approved equal. b) Minimum 20 pages per minute , based on black and white, 8.5- inch x 11-inch paper. August 2010 -CONFORMED 8258A10 01500-7 pw://Carollo/Docu ments/Clie nVTX/F ort Worth /8258A 1 O/Specifications/01500 (Co nfo rm ed) TEMPORARY FACILITIES AND CONTROLS c) Minimum 2 GB RAM / 80 GB HOD. d) Capable of handling paper from 16 lb to 24 lb bond paper. e) Capable of handling 5.5-inch x 8.5-inch , 11-inch x 17-inch paper sizes , automatically fed . f) Capable of handling card stock or envelopes , manually fed . g) TCP/IP , IPX/SPX, NetBEUI Print Protocols. h) Drivers for Windows XP , Windows Vista , and Windows 7 . i) 600 dpi print resolution , 200 dpi to 600 dpi adjustable scan resolution. j) Scan file formats: PDF , JPG , TIFF for both color and black and white . k) G3 or Super G3 Fax . I) Provide all software , hardware , components , and appurtenances required for operation in each of the multifunction modes. m) Options and accessories necessary to interface with the field office local area network. r. One telephone answering machine . 1) Obtain and pay for a service contract with a local representative of the multifunction device vendor or manufacturer for availability of a service representative to perform on-site technical support , service and repair. Service shall include software and hardware upgrades as needed . 2) Provide all necessary paper and other materials required for proper operation of the multifunction device. 4. Locate field office where directed. 5. Have field office ready for occupancy within 2 weeks after start of sitework or within 4 weeks after Notice of Award , whichever occurs first. 1.10 REMOVAL A. Remove temporary buildings and furnishings before inspection for final acceptance or when directed. B. Clean and repa ir damage caused by installation or use of temporary facilities . C. Remove underground installations to minimum depth of 24 inches and grade to match surrounding conditions. D. Restore existing facilities used during construction to specified or original cond ition. 1.11 TEMPORARY PROCESS PIPING A. CONTRACTOR shall provide all piping , appurtenances, and other materials as required to provide temporary piping systems as specified in this Section , as indicated on the Drawings, and as needed to perform the Work. B. CONTRACTOR shall field route piping as needed and as field conditions dictate , unless otherwise indicated on the Drawings, and determine appropriate lengths of piping and quantity/type of pipe fittings needed to construct temporary piping system. Do not block access points such as stajrs , doors , and walkways to existing facilities unless approved in writing by the OWNER. August 2010 -CONFORMED 8258A10 01500-8 pwJ/Carol lo/Docu men ts/Client/TX/Fort Worth/8258A 1 O/Speci fication s/01500 (Conformed) TEMPORARY FACILITIES AND CONTROLS C . Restrain piping at valves and at fittings where piping changes direction , changes sizes , and at ends : 1. When piping is buried , use concrete thrust block or mechanical restraints. 2 . When piping is exposed or under water, use mechanical or structural restraints. 3. Determine thrust forces by multiplying the nominal cross sectional area of the piping by the operating pressure of the piping . D. Temporary piping systems shall be installed in a manner that will not damage existing or new facilities . E. Unless indicated otherwise , piping material , including gaskets , shall be suitable for the process fluid requiring temporary piping. Addendum No . 2 May 27, 2010 F. Temporary piping includes, but is not limited to , the following piping services: 1. 18 inch or larger 8 inch or larger RS from the Waste Sludge Holding Tank to Aeration Basins 12N and 13S with approximate alignment as indicated on the Drawings . G. After temporary piping system is no longer requi red : 1. Remove temporary piping system . 2. Clean and repair damage caused by installation or use of temporary piping system. 3 . Restore existing facilities to original condition. 1.12 TEMPORARY PROCESS PUMPING A. CONTRACTOR shall provide temporary pumping system to pump flow from the Waste Sludge Holding Tank to Aeration Basins 12N and 13S: 1. Anticipated flow rates minimum 500 gpm per pump. 2. Anticipated pressure will vary based on headlosses developed and the final length of installed temporary pi ping . CONTRACTOR shall calculate headlosses and provide pump with sufficient pressure to meet flow requirements. Calculations shall be sealed and signed by a professional engineer registered in the state in which the Project is located. 3. Pump shall be capable of passing a solid with a sphere size of 3 inches. 4 . Temporary pumps shall be capable of adjusting flow rates through the use of variable flow rate pumping. The use of cycled pumping (i.e., on/off) is not acceptable. Provide all wiring and controls necessary, including but not limited to magnetic flow meter and the ability to set a target flow at the flow meter and adjust pump speed accordingly 5. Provide and pay for all power required to operate tempo rary pumps. 6. All electrical and instrumentation components will comply with applicable code requirements for the area where the temporary pump is located. 7. Temporary pumping will be required 24 hours per day during the time period when pumping is required and is critical to the proper operation of the OWNER'S treatment facility. Provide 24-hour on-site supervision of pumps to ensure that pumps are always operational and performing as required. Notify the OWNER immediately if temporary pumping cannot be provided . 8. CONTRACTOR shall be responsible for repairing any damage or reimbursing the OWNER for any regulatory fines or additional plant staff time resulting from the CONTRACTOR'S failure to maintain temporary pumping . August 2010 -CONFORMED 8258A10 01500-9 pwJ/Ca rollo/Docu ments/Cl ient/TX/Fort Worth/8258A 1 O/Specifica ti on s/01500 (Confonmed) TEMPORARY FACILITIES AND CONTROLS 9 . Provide 100 percent backup (a .k.a., standby, redundant , etc.) pumping capacity equal to the required process flow rate . Backup system shall be capable of providing required pumping capac ity immediately upon failure of primary pumping system. 10 . All necessary spare equipment and appurtenances shall be available on-site to allow immediate repair and/or replacement of any pumping system component that is not functioning properly. B. Providing temporary piping systems as specified in this Section . C. Temporary pumping of other process flows is not allowed unless approved in writing by the OWNER. D. After temporary process pumping system is no longer required: 1. Remove temporary process pumping system. 2 . Clean and repair damage caused by installation or use of temporary process pumping system. 3. Restore existing facilities to original condi t ion. PART 2 PRODUCTS Not Used . PART3 Not Used . EXECUTION END OF SECTION August 2010 -CONFORMED 8258A10 pwJ/Ca rol lo/Documents/Cli enVTX/F ort Worth/8258A 10/Specificatioos/01500 (Conformed) 01500-10 TEMPORARY FACILITIES AND CONTROLS PART1 GENERAL 1.01 SUMMARY SECTION 01600 PRODUCT REQUIREMENTS A . Section includes: Product requirements; product selection; products schedule ; execution; manufacturer's instructions; and delivery, handling , and storage. 1.02 DEFINITIONS A. Execution: Inclusive of performance, workmanship, installation , erection, application, field fabrication, field quality control , and protection of installed products. B. Products: Inclusive of material, equipment, systems, shop fabrications , mixing , source quality control. 1.03 PRODUCT REQUIREMENTS A. Comply with Specifications and referenced standards as minimum requirements. B. Provide products by same manufacturer when products are of similar nature , unless otherwise specified. C. Provide identical products when products are required in quantity. D. Provide products with interchangeable parts whenever possible . E. Require each equipment manufacturer to have maintenance facilities meeting the following requirements : 1. Minimum 3 years operational experience. 2. Location in continental United States. 3. Equipment and tools capable of making repairs. 4. Staff qualified to make repairs. 5. Inventory of maintenance spare parts. 1.04 PRODUCT SELECTION A. When products are specified by standard or specification designations of technical societies, organizations, or associations only , provide products which meet or exceed reference standard and Specifications . B. When products are specified with names of manufacturers but no model numbers or catalog designations, provide: 1. Products by 1 of named manufacturers which meets or exceeds Specifications. · August 2010 -CONFORMED 8258A10 pw://Carollo/D ocumen ts/ClienVTX/Fort Worth/8258A 1 O/Specification s/01600 (Conformed) 01600-1 PRODUCT REQUIREMENTS C. When products are specified with names of ma n ufacturers and model numbers or catalog designations , provide: 1. Products with model numbers or catalog designations by 1 of named manufacturers . D. When products are specified with names of manufacturers, but with brand or trade names, model numbers , or catalog designations by 1 manufacturer only, provide: 1. Products specified by brand or trade name , model number, or catalog designation. 2. Products by 1 of named manufacturers proven in accordance with requirements for or equals to meet or exceed quality, appearance and performance of specified brand or trade name , model number, or catalog designation . E. When Products are specified with only 1 manufacturer followed by "or Equal ," provide : 1. Products meeting or exceeding Specificat ions by specified manufacturer. 2. Accepted or equal. 1.05 QUALITY ASSURANCE A. Employ entities, that meet or exceed specified qualifications , to execute the Work. B. Inspect conditions before executing subsequent portions of the Work . Accept responsibility for correct ing unsatisfactory conditions upon executing subsequent portions of the Work . C. Secure products in place with positive anchorage devices designed and sized to withstand stresses , vibration , and racking. 1.06 DELIVERY, HANDLING, AND STORAGE A. Prepare products for shipment by: 1. Applying grease and lubricating oil to bearings and similar items. 2. Separately packing or otherwise suitably protecting bearings. 3. Tagging or marking products to agree with delivery schedule or shop drawings. 4 . Including complete packing lists and bills of material with each shipment. 5. Packaging products to facilitate handling and protection against damage during transit, handling , and storage. B. Transport products by methods that avoids product damage . Deliver products in undamaged condition in manufacturer's unopened containers or packaging. C. Provide equipment and personnel to handle products by methods to prevent soiling or damage. D. Upon delivery, promptly inspect shipments. Verify compliance with Contract Documents, correct quantities , and undamaged condition of products. Immediately store and protect products and materials unti l installed in Work. E. Store products with seals and legible labels intact. August 2010 -CONFORMED 8258A 10 pw ://Carollo/Documents/ClienVTX/Fort Worth/8258A 1O/Specifications/01600 (Conformed) 01600 -2 PRODUCT REQUIREMENTS F. Store moisture sensitive products in weathertight enclosures. G. Maintain products within temperature and humidity ranges required or recommended by manufacturer. H. Connect and operate space heaters during storage when ambient temperatures fall below temperatures recommended by manufacturer. I. Protect painted surfaces against impact, abrasion , discoloration, and other damage. Repaint damaged painted surfaces. J. Exterior storage of fabricated products: 1. Place on aboveground supports which allow for drainage . 2. Cover products subject to deterioration with impervious sheet covering . 3. Provide ventilation to prevent condensation under covering . K. Store loose granular materials on solid surfaces in well-drained area. Prevent materials mixing with foreign matter. L. Provide access for inspection . M. Maintain equipment per the manufacturer's recommendation and industry standards, including oil changes, rotation, etc. Provide a log of equipment maintenance to the ENGINEER on a monthly basis. 1.07 MANUFACTURER'S INSTRUCTIONS A. Deliver, handle, store, install, erect, or apply products in accordance with manufacturer's instructions, Contract Documents, and industry standards. B. Periodically inspect to assure products are undamaged and maintained under required conditions . PART 2 PRODUCTS Not Used. PART3 Not Used. EXECUTION END OF SECTION August 2010 -CONFORMED 8258A10 pw://Carollo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specifications/01600 (Conformed) 01600-3 PRODUCT REQUIREMENTS THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specifications/01600 (Conformed) 01600-4 PRODUCT REQUIREMENTS PART1 GENERAL 1.01 SUMMARY SECTION 01610 PROJECT DESIGN CRITERIA A. Section includes : Project design criteria such as temperature and site elevation . 1.02 PROJECT DESIGN CRITERIA A . All equipment and materials for the project are to be suitable for performance in domestic wastewater treatment plant environment and under following conditions: 1. Design temperatures are : a. Outdoor temperatures : 30 to 120 degrees Fahrenheit. 2. Moisture condit ions: Defined in individual equ ipment sections . 3. Site elevation : Approximately 570 feet above mean sea level. PART 2 PRODUCTS Not Used. PART3 Not Used. EXECUTION END OF SECTION August 2010 -CONFORMED 8258A10 pwJ/Ca rollo/Docu ments/Cli en VTX/Fort Worthl8258A1 01Specificationsl0 161 0 (Confo rmed) 01610-1 PROJECT DESIGN CRITERIA THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents/ClientfTX/Fort Worth/8258A 1O/Specifications/01610 (Conformed) 01610-2 PROJECT DESIGN CRITERIA PART1 GENERAL SECTION 01612 SEISMIC DESIGN CRITERIA 1.01 SUMMARY A. Section includes : Seismic design criteria for the following: 1. Anchorage of mechanical and electrical equipment. 2 . Seismic design and design of anchorage for small tanks fabricated off site and shipped to the Project site. 3. Other structures or items as specified or indicated on the Drawings . B. Related sections : 1. The Contract Documents are complementary ; what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR 's responsibility for scheduling and coordinating the Work of subcontractors, suppliers , and other individuals or entities performing or furnishing any of CONTRACTOR's Work. 3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the CONTRACTOR to see that the completed Work complies accurately with the Contract Documents . a. Section 01410 -Regulatory Requirements . 1.02 REFERENCES A. American Society of Civil Engineers (ASCE): 1. 7-05 -Minimum Design Loads for Buildings and Other Structures. 1.03 SYSTEM DESCRIPTION A. Design requirements : 1. Design in accordance with the requirements of the building code as specified in Section 01410: a . Design spectral acceleration at short period, S05: 0.119g. b. Component amplification factor , ap: In accordance with ASCE 7-05 , Tables 13.5-1 and 13.6-1. c. Component response modification factor, Rp : In accordance with ASCE 7-05 , Tables 13.5-1 and 13 .6-1 . d. Component importance factor, Ip : 1.00 . 2. Do not use friction to resist sliding due to seismic forces . 3 . Do not use more than 60 percent of the weight of the mechanical and electrical equipment for designing anchors for resisting overturning due to seismic forces. 4. Do not use more than 60 percent of the weight of the tank for resisting overturning due to seismic forces . , 5. Use anchor bolts, bolts , or welded studs for anchors for resisting seismic forces. Anchor bolts used to resist seismic forces shall have a standard hex August 2010 -CONFORMED 8258A 10 pwJ/Ca rollo/D ocuments/ClienVTX/Fort Worth /82 58A 1 O/Specifications/0 1612 (Conformed) 01612-1 SEISMIC DESIGN CRITERIA bolt head . Do not use anchor bolts fabricated from rod stock with an Lor J-shape. 6. Do not use chemical anchors , concrete anchors, flush shells , powder actuated fasteners , sleeve anchors , or other types of anchors unless indicated on the Drawings or accepted in writing by the ENGINEER. 7 . Seismic forces must be resisted by direct bearing on the fasteners used to resist se ismic forces . Do not use connections that use friction to resist seismic forces. 1.04 SUBMITTALS A. Shop drawings and calculations: Complete shop drawings and seismic calculations . B. Calculations shall be signed and stamped by a engineer licensed in the state where the Project is located. PART 2 PRODUCTS Not Used. PART3 Not Used. EXECUTION END OF SECTION August 2010 -CONFORMED 8258A10 pw://Ca rollo/Oocuments/Clie nVTX/Forl Worth/8258A10/Specifications/01 612 (Conformed) 01612-2 SEISMIC DESIGN CRITERIA PART 1 GENERAL SECTION 01614 WIND DESIGN CRITERIA 1.01 SUMMARY A. Section includes: Wind design criteria. B. Related section : 1. The Con t ract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of CONTRACTOR's Work. 3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the CONTRACTOR to see that the completed Work complies accurately with the Contract Documents: a. Section 01410 -Regulatory Requirements. 1.02 SYSTEM DESCRIPTION A. Design requirements: 1. Building code criteria: Design for wind in accordance with building code as specified in Section 01410: a. Occupancy category: Ill. b. Basic wind speed: 90 miles per hour. c. Exposure category: C. d. Topographic factor, Kz1: 1.0. e. Wind importance factor, lw: 1.15. 2 . Use anchor bolts , bolts, or welded studs for anchors for resisting wind forces . Anchor bolts used to resist wind forces shall have a standard hex bolt head. Do not use anchor bolts fabricated from rod stock with an L or J shape : a. Do not use concrete anchors, sleeve anchors, flush shells, chemical anchors, powder actuated fasteners, or other types of anchor unless indicated on the Drawings or accepted in writing by the ENGINEER. b. Wind forces must be resisted by direct bearing on the anchors used to resist wind forces . Do not use connections which use friction to resist wind forces. 1.03 SUBMITT ALS A. Shop drawings and calculations: Complete shop drawings and wind design calculations. B. Calculations shall be signed and stamped by a licensed in the state where the Project is located. August 2010 -CONFORMED 8258A10 pw://Carollo/Documents/ClienVTX/Fort Worth/8258A10/Speci fications/01614 (Conformed) 01614-1 WIND DESIGN CRITERIA PART2 Not Used. PART3 Not Used . PRODUCTS EXECUTION END OF SECTION August 2010 -CONFORMED 8258A10 pw J/Carollo/Documents/CrienVTX/Fort Worth/8258A10/Specifications/016 14 (Con formed) 01614-2 WIND DESIGN CRITERIA PART1 GENERAL SECTION 01722 FIELD ENGINEERING 1.01 SUMMARY A. Section includes: Field engineering to establish lines and grades for the Work. B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of CONTRACTOR's Work. 3. The following Sections are related to the Work described in this Section . This list of Related Sections is provided for conven ience only and is not intended to excuse or otherwise diminish the duty of the CONTRACTOR to see that the completed Work complies accurately with the Contract Documents : a . Section O 1770 -Closeout Procedures. 1.02 QUALITY ASSURANCE A. Qualifications of surveyor or ENGINEER : Registered civil engineer or land surveyor in state where Project is located. B. Accuracy of stakes , alignments, and grades may be checked randomly by ENGINEER: 1. Notice of when checking will be conducted will be given . 2 . When notice of checking is given, postpone parts of the Work affected by stakes, alignments , or grades to be checked until checked. 3. Do not assume that ENGINEER's check substitutes or complements required field quality control procedures . 1.03 CONSTRUCTION STAKES, LINES, AND GRADES A . Execute the Work in accordance with the lines and grades indicated . B. Make distances and measurements on horizontal planes, except elevations and structural dimensions. 1.04 SURVEY REFERENCE POINTS A. Basic reference line, a beginning point on basic reference line, and a benchmark will be provided by OWNER. B. From these reference points, establish other control and reference points as required to properly lay out the Work. August 2010 -CONFORMED 8258A10 pw ://Carol lo/Documen ts/Client/TX/Fort Worth/8258A 1 O/Specifications/01722 (Conformed) 01722-1 FIELD ENGINEERING C. Locate and protect control points prior to starting site work, and preserve permanent reference points during construction: 1. Make no changes or relocations without prior written notice. 2. Replace Project control point, when lost or destroyed, in accordance with original survey control. D. Set monuments for principal control points and protect them from being disturbed and displaced; 1. Re-establish disturbed monuments . 2 . When disturbed, postpone parts of the Work that are governed by disturbed monuments until such monuments are re-established. 1.05 PROJECT SURVEY REQUIREMENTS A. Establish minimum of 2 permanent benchmarks on site referenced to data established by survey control points . B. Record permanent benchmark locations with horizontal and vertical data on Project Record Documents. C. Assume responsibility for accuracy of stakes, alignments, and grades by performing verifications and checking in accordance with standard surveying practice . 1.06 RECORD DOCUMENTS A. Prepare and submit Record Documents as specified in Section 01770. B. Maintain complete, accurate log of control points and survey. C. Affix civil engineer's or land surveyor's signature and registration number to record drawing to certify accuracy of information shown . PART 2 PRODUCTS Not Used. PART3 Not Used. EXECUTION END OF SECTION August 2010 -CONFORMED 8258A10 pw ://Ca rollo/Docum ents.lC lienVTX/Fort Worth/8258A 10/Sp ecifica ti on s/01722 (Con formed ) 01722-2 FIELD ENGINEERING PART1 GENERAL SECTION 01732 CUTTING AND PATCHING 1.01 SUMMARY A. Section includes: Cutting and patching existing and new construction . B. Related sections: 1. The Contract Documents are complementary ; what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR 's responsibility for scheduling and coordinating the Work of subcontractors, suppliers , and other individuals or entities performing or furnishing any of CONTRACTOR's Work . 3. The following Sect ions are related to the Work described in this Section . This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the CONTRACTOR to see that the completed Work complies accurately with the Contract Documents : a. Section 01330 -Submittal Procedures . 1.02 SUBMITTALS A. Submit as specified in Section 01330. B. Cutting and patching plan : 1. Submit details of proposed construction before cutting and patching construction commences affecting : a. Work of OWNER or of others. b. Structural integrity of element of Project. 2 . Cutting and patching plan shall include the following: a. Identification of Work. b. Description of affected construction . c. Necessity for cutting , patching, alteration , or excavation. d . Description of proposed construction . e . Scope of cutting , patching, alteration , or excavation . PART 2 PRODUCTS 2.01 MATERIALS A. Comply with specifications and standards for products involved. August 2010 -CONFORMED 8258A10 pw J/Garol lo/Documents/C lie nVTX/Fort Worth/8258A 1O/Speci fi cations/01 732 (Conformed) 01732-1 CUTIING AND PATCHING PART3 EXECUTION 3.01 PREPARATION A. Provide adequate tempo rary support as necessary to ensure structural integrity of affected portion of Work . B . Provide devices and methods to protect other portions of Project from damage and persons from injury . C. Provide protection from elements for that portion of Project which may be exposed by cutting and patch ing , and maintain excavations free from water. 3.02 CUTIING AND PATCHING A. Cut, fit , and patch when required to : 1. Make its several parts fit together properly. 2 . Remove and replace construction not conforming to Contract Documents . 3. Remove samples of installed construction as specified for testing . 4. Provide routine penetrations of nonstructural surfaces for installation of piping and electrical conduit. B. Execute cutting and demolition by methods which will prevent damage and will provide proper surfaces to receive installation of repairs. C. Openings in ex isting concrete and masonry: 1. Create openings by : a . Saw cutting completely through concrete or masonry. b. Scoring edges of opening with saw to at least 1-inch depth on both surfaces (when accessible) and removing concrete or masonry by chipping. 2. Do not allow saw cuts to extend beyond limits of opening . 3. Make corners square and true by combination of core drilling and grinding or chipping . 4. Prevent debris from falling into adjacent tanks or channels in service or from damaging existing equipment and other facilit ies . D. Sizing of openings in existing concrete or masonry: 1. Make openings sufficiently large to permit final alignment of pipe and fittings without deflections. 2. Allow adequate space for packing around pipes and conduit to ensure watertightness . E. Grouting pipes in place : 1. Sandblast concrete surfaces and thoro ughly clean sand and other foreign material from surfaces prior to placing grout. 2. Grout pipes , sleeves , castings, and conduits in place by pouring grout under a head of at least 4 inches . Vibrate grout into place . Completely fill the spaces occupied by pipes, sleeves , castings , and conduits. 3. Water cure the grout. F. Connections to existing pipes : August 2010 -CONFORMED 8258A10 pw://Carollo/Docu ments/Client/TX/Fort Worth/8258A 10/Specifications/O 1732 (Confonmed) 01732-2 CUTTING AND PATCHING 1. Cut existing pipe square. 2. Properly prepare the ends for the connection. 3. Repair any damage to existing lining and coating . G. Rehabilitate all areas affected by removal of existing equipment, equipment pads and bases, piping, supports, electrical panels , electric devices, and conduits such that little or no evidence of the previous installation remains: 1. Fill areas in existing floors, walls, and ceilings from removed piping, conduit and fasteners with non-shrink grout and finish smooth. 2. Remove concrete bases for equipment and supports by: a . Saw cutting clean, straight lines with a depth equal to the concrete cover over reinforcement minus 1/2 inch below finished surface. Do not cut existing reinforcement on floors . b. Chip concrete within scored lines and cut exposed reinforcing steel and anchor bolts. c . Patch with non-shrink grout to match adjacent grade and finish. 3. Terminate abandoned piping and conduits with blind flanges , caps, or plugs. H. Treat existing concrete reinforcement as follows: 1. Where existing reinforcement is to remain, protect, clean, and extend into new concrete. 2. Where existing reinforcement is not to be reta ined, cut off as follows: a. Where new concrete joins existing concrete at the removal line , cut reinforcement flush with concrete surface at the removal line. b. Where concrete surface at the removal line is the finished surface, cut reinforcement 2 inches below the surface, paint ends with epoxy, and patch holes with dry pack mortar. END OF SECTION August 2010 -CONFORMED 8258A 10 pw://Carol lo/Documents/C lienVTX/Fort Worth/8258A10/Speci fi cati on s/01732 {Co nformed) 01732-3 CUTTING AND PATCHING THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 8258A10 pw://Carollo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specifica tions/0 1732 (Conformed) 01732-4 CUTTING AND PATCHING SECTION 01756 TESTING, TRAINING, AND FACILITY START-UP PART1 GENERAL 1.01 SUMMARY A. Section incl~des: Requirements for equipment and system testing and facility start- up, including the following: 1. Start-up plan. 2. Performance testing. 3. General start-up and testing procedures . 4. Functional testing. 5 . Operational testing . 6. Certificate of proper installation. 7. Services of manufacturer's representatives. 8 . Training of OWNER's personnel. B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR 's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of CONTRACTOR's Work. 3. The following Sections are related to the Work described in this Section . This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the CONTRACTOR to see that the completed Work complies accurately with the Contract Documents: a. Section 15050 -Basic Mechanical Material and Methods. b. Section 15954 -HVAC Systems Testing, Adjusting, and Balancing. c. Section 15958 -Mechanical Equipment Testing. d. Section 16950 -Field Electrical Acceptance Tests. e. Section 17950 -Testing, Calibration, and Commissioning. 1.02 GENERAL TESTING, TRAINING, AND START-UP REQUIREMENTS A. Contract requirements: Testing, training, and start-up are requisite to the satisfactory completion of the Contract. B. Complete testing, training, and start-up within the Contract Times. C. Allow realistic durations in the Progress Schedule for testing, training, and start-up activities. D. Furnish labor, power, chemicals, tools, equipment, instruments, and services required for and incidental to completing functional testing, performance testing, and operational testing. August 2010 -CONFORMED 8258A10 01756-1 pw://Carollo/Documents/ClienVTX/Fort Worth /8258A10 /S pecifica tions/01756 (Conformed} TESTING, TRAINING, AND FACILITY START-UP E. Provide competent, experienced technical representatives of equipment manufacturers for assembly , installation and testing guidance , and operator t raining . 1.03 START-UP PLAN A. Submit start-up plan for each piece of equipment and each system not less than 3 weeks prior to planned initial start-up of equipment or system . B. Provide detailed sub-network of Progress Schedule with the following activities identified: 1. Manufacturer's services. 2 . Installation certifications . 3. Operator training . 4 . Submission of Operation and Maintenance Manual. 5. Functional testing . 6. Performance testing . 7. Operational testing. C. Provide testing plan with test logs for each item of equipment and each system when specified . Include testing .of alarms, control circuits , capacities , speeds , flows , pressures , vibrations , sound levels, and other parameters. D. Provide summary of shutdown requirements for existing systems which are necessary to comp lete start-up of new equipment and systems. E. Revise and update start-up plan based upon review comments , actual progress , or to accommodate changes in the sequence of activities. 1.04 PERFORMANCE TESTING A. Test equipment for proper performance at point of manu facture or assembly when specified. B. When source quality control testing is specified : 1. Demonstrate equipment meets specified performance requirements. 2. Provide certified copies of test results . 3. Do not ship equipment until certified copies have received written acceptance from ENGINEER. Written acceptance does not constitute final acceptance . 4. Perform testing as specified in the equipment sections. 1.05 GENERAL START-UP AND TESTING PROCEDURES A. Mechanical systems: As specified in the individual equipment Sections and Sections 15050 , 15958, and15954 : 1. Remove rust preventatives and oils applied to protect equipment during construction . 2. Flush lubrication systems and dispose of flushing oils . Recharge lubrication system with lubricant recommended by manufacturer. 3. Flush fuel system and provide fuel for testing and start-up. 4. Install and adjust packing , mechanical seals, 0-rings, and ot her seals. Replace defective seals . ' August 2010 -CONFORMED 8258A10 01756-2 pw://Carol lo/Documents/Clie nVTX/Fo rt Worth /8258A10/Specifications/01 756 (Conformed) TESTING, TRAINING , AND FACILITY START-UP 5. Remove temporary supports, bracing, or other foreign objects installed to prevent damage during shipment, storage , and erection . 6. Check rotating machinery for correct direction of rotation and for freedom of moving parts before connecting driver. 7. Perform cold alignment and hot alignment to manufacturer's tolerances . 8 . Adjust V-belt tension and variable pitch sheaves. 9. Inspect hand and motorized valves for proper adjustment. Tighten packing glands to insure no leakage, but permit valve stems to rotate without galling . Verify valve seats are positioned for proper flow direction. 10 . Tighten leaking flanges or replace flange gasket. Inspect screwed joints for leakage . 11. Install gratings, safety chains , handrails , shaft guards , and sidewalks prior to operational testing. B. Electrical systems: As specified in Section 16950 and the individual equipment Sections: 1. Perform insulation resistance tests on wiring except 120 volt lighting , wiring , and control wiring inside electrical panels . 2. Perform continuity tests on grounding systems . 3. Test and set switchgear and circuit breaker relays for proper operation . 4 . Perform direct current high potential tests on all cables that will operate at more than 2,000 volts . Obtain services of independent testing lab to perform tests. 5. Check motors for actual full load amperage draw. Compare to nameplate value . C. Instrumentation systems: As specified in Section 17950 and the individual equipment Sections: 1. Bench or field calibrate instruments and make required adjustments and control point settings. 2. Leak test pneumatic controls and instrument air piping. 3. Energize transmitting and control signal systems , verify proper operation, ranges , and settings . 1.06 FUNCTIONAL TESTING A. Perform checkout and performance testing as specified in the individual equipment Sections. B. Functionally test mechanical and electrical equipment, and instrumentation and controls systems for proper operation after general start-up and testing tasks have been completed . C. Demonstrate proper rotation, alignment, speed , flow , pressure , vibration, sound level, adjustments, and calibration . Perform initial checks in the presence of and with the assistance of the manufacturer's representative. D. Demonstrate proper operation of each instrument loop function including alarms , local and remote controls, instrumentation , and other equipment functions. Generate signals with test equipment to simulate operating conditions in each control mode. August 2010 -CONFORMED 8258A10 01756-3 pw ://Caroll o/Docum ents/Cl ie nVTX/Fort Worth /8258A 10/Specifica tion s/01756 {Conform ed) TESTING, TRAINING, AND FACILITY START-UP E. Conduct continuous 8-hour test under full load conditions . Replace parts which operate improperly. 1.07 OPERATIONAL TESTING A. After completion of operator train ing , conduct operational test of the entire facility . Demonstrate satisfactory operation of equipment and systems in actual operation . B. Conduct operational test for cont inuous 7-day period . C. OWNER will provide operations personnel , power, fuel , and other consumables for duration of test. D. Immediately correct defects in material , workmanship, or equipment which became evident during operational test. E. Repeat operational test when malfunctions or deficiencies cause shutdown or partial operation of the facility or results in performance that is less than specified. 1.08 CERTIFICATE OF PROPER INSTALLATION A. At completion of Functional Testing, furnish written report prepared and signed by manufacturer's authorized representative, certifying equipment: 1. Has been properly installed , adjusted , aligned , and lubricated. 2. Is free of any stresses imposed by connecting piping or anchor bolts. 3. Is suitable for satisfactory full -time operation under full load conditions . 4 . Operates within the allowable limits for vibration. 5. Controls , protective devices, instrumentation , and control panels furnished as part of the equipment package are properly installed , calibrated, and funct ioning. 6. Control logic for start-up, shutdown , sequencing, in terlocks , and emergency shutdown have been tested and are properly functioning . B. Furnish written report prepared and signed by the electrical and/or instrumentation subcontractor certifying: 1. Motor control logic that resides in motor control centers , control panels , and ci rcuit boards furnished by the electrical and/or instrumentation subcontractor has been calibrated and tested and is properly operating. 2. Control logic for equipment start-up , shutdown , sequencing , interlocks , and emergency shutdown has been tested and is properly operating. 3. Co-sign the reports along with the manufacturer's representative and subcontractors. 1.09 TRAINING OF OWNER'S PERSONNEL A. Provide operations and maintenance tra ining for items of mechanical , electrical, and instrumentation equipment. Utilize manufacturer's representatives to conduct training sessions. B. Coordinate training sessions to prevent overlapping sessions. Arrange sessions so that individual operators and maintenance technicians do not attend more than 2 sessions per week. August 2010 -CONFORMED 8258A10 01756-4 pw://Ca rollo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specifications/01756 (Conformed} TESTING, TRAINING, AND FACILITY START-UP Shift Day Swing C. Provide Operation and Maintenance Manual for specific pieces of equipment or systems 1 month prior to training session for that piece of equipment or system . D. Satisfactorily complete functional testing before beginning operator training . E. Provide training sessions for each work shift listed below during the time periods shown . Pooling of shifts will not be permitted unless accepted by OWNER Tuesday, 7 a.m.-11 a.m. Thursday, 7 a.m.-11 a.m. Wednesday, 3 p .m.-7 p.m. Thursday, 3 p.m.-7 p.m . Graveyard Monday, 11 p.m.-3 a.m . Wednesday, 11 p.m .-3 a.m. F. Training sessions : Provide training sessions for equipment as specified in the . d. "d I t S f in IVI ua equ1pmen ec ions. Section Section Title O&M Manual Minimum Number Number Required of Days for Actual Training 11312C Recessed Impeller Pumps X 1 113120 Vertical Turbine Pumps X 1 11312J Submersible Pumps X 1 11353A Circular Secondary Clarifier Sludge X 1 Collector Mechanism 11366A Traveling Bridge Filters X 2 16262 16444 16445 17050 Variable Frequency Drives 0.50 -X 1 50 Horsepower Low Voltage Motor Control Centers X 1 Panelboards X 1 Process Control and Instrumentation General X 2 Requirements G. Training shall be provided over a period of 3-4 days to train all employees in different shifts. H. The CONTRACTOR shall videotape all training sessions and provide a copy for the OWNER I. The CONTRACTOR shall designate and provide 1 or more persons to be responsible for coordinating and expediting his/her training duties. The person or persons so designated shall be present at all training coordination meetings with the OWNER August 2010 -CONFORMED 8258A10 01756-5 pw ://Carol lo/Documents/Cli enVTX/Fort Worth/8258A 1O/Specifi ca tion s/01756 (Conformed) TESTING, TRAINING, AND FACILITY START-UP J. The CONTRACTOR's coordinator shall coordinate the training periods with OWNER personnel and manufacturer's representatives , and shall submit a training schedule for each piece of equ ipment or system for which training is to be provided. Such training schedule shall be submitted not less than 21 calendar days prior to the time that the associated training is to be provided and shall be based on the current plan of opera t ion. 1.10 RECORD KEEPING A. Maintain and submit follow ing records generated during start-up and testing phase of Project: 1. Daily logs of equipment testing identifying all tests conducted and outcome. 2. Logs of time spent by manufacturer's representatives performing services on the job site . 3. Equipment lubrication records . 4. Electrical phase, voltage , and amperage measurements . 5. Insulation resistance measurements . 6. Data sheets of control loop testing including testing and calibration of instrumentation devices and setpo ints . PART 2 PRODUCTS Not Used . PART3 Not Used. EXECUTION END OF SECTION August 2010 -CONFORMED 8258A10 01756-6 pw :1/Carollo/Documents/Clie nVTX/Fort Worth/8258A10/Specifications/01756 (Conformed) TESTING , TRAINING , AND FACILITY START-UP PART 1 GENERAL SECTION 01770 CLOSEOUT PROCEDURES 1.01 SUMMARY A. Section includes: Contract closeout requirements including: 1. Final cleaning . 2 . Waste disposal. 3. Touch-up and repair. 4 . Disinfection of systems. 5. Preparation and submittal of closeout documents. 6. Final completion certification . B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of CONTRACTOR's Work. 3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the CONTRACTOR to see that the completed Work complies accurately with the Contract Documents : a. Section 01324B -Progress Schedules and Reports. b. Section 01722 -Field Engineering. 1.02 REFERENCES A. American Water Works Association (AWWA). 1.03 FINAL CLEANING A. Perform final cleaning prior to inspections for Final Acceptance . B. Employ skilled workers who are experienced in cleaning operations. C. Use cleaning materials which are recommended by manufacturers of surfaces to be cleaned. D. Prevent scratching, discoloring, and otherwise damaging surfaces being cleaned . E. Clean roofs, gutters, downspouts, and drainage systems. F. Broom clean exterior paved surfaces and rake clean other surfaces of site work: 1. Police yards and grounds to keep qlean . G. Remove dust, cobwebs, and traces of insects and dirt. August 2010 -CONFORMED 8258A10 pw://Carollo/Documents/C li enVTX/Fort Worth/82 58A 10/Specifications/01770 (Conformed) 01770-1 CLOSEOUT PROCEDURES H . Clean grease, mastic, adhesives, dust, dirt, stains , fingerprints , paint, blemishes , sealants, plaster, concrete , and other foreign materials from s ight-exposed surfaces, and fixtures and equipment. I. Remove non-permanent protection and labels . J. Polish waxed woodwork and finish hardware. K. Wash tile. L . Wax and buff hard floors , as applicable. M. Wash and polish glass , inside and outside . N . Wash and shine mirrors . 0. Polish glossy surfaces to clear shine . P . Vacuum carpeted and soft surfaces. Q. Clean permanent filters and replace disposable filters when heating , ventilation , and air conditioning units were operated during construction . R. Clean ducts, blowers and coils when units were operated without filters during construction . S. Clean l ight fixtures and replace burned-out or d im lamps . 1.04 WASTE DISPOSAL A. Arrange for and dispose of surplus materials, waste products , and debris off-site : 1. Prior to making disposal on private property, obtain written permission from OWNER of such property. B. Do not fill di t ches , washes , or drainage ways which may create drainage problems . C . Do not create unsightly or unsan itary nuisances during disposal operations. D . Maintain disposal site in safe condition and good appearance. E. Complete leveling and cleanup prior to final acceptance of the Work. 1.05 TOUCH-UP AND REPAIR A. Touch-up or repair fin ished surfaces on struct ures , equipment, fixtures, and installations that have been damaged prior to inspection for Final Acceptance . B . Refinish or replace entire surfaces which cannot be touched-up or repaired satisfactorily. August 2010 -CONFORMED 8258A 10 pw://Ca rollo/Documents/C li ent/TX/Fort Worth/8258A 1 O/Speci fica tion s/0 1770 (Conformed ) 01770-2 CLOSEOUT PROCEDURES 1.06 CLOSEOUT DOCUMENTS A. Submit following Closeout Submittals upon completion of the Work and at least 7 days prior to submitting Application for Final Payment: 1. Evidence of Compliance with Requirements of Governing Authorities. 2. Project Record Documents. 3. Operation and Maintenance Manuals. 4. Warranties and Bonds. 5. Keys and Keying Schedule. 6. Evidence of Payment and Release of Liens as outlined in Conditions of the Contract. 7. Release of claims as outlined in Conditions of the Contract. 8. Survey Record Documents as specified in Section 01722. 9. Certificate of Final Completion. 1.07 PROJECT RECORD DOCUMENTS A. Maintain at Project site, available to OWNER and ENGINEER, 1 copy of the Contract Documents, shop drawings, and other submittals in good order: 1. Mark and record field changes and detailed information contained in submittals and change orders . 2 . Record actual depths, horizontal and vertical location of underground pipes, duct banks, and other buried utilities . Reference dimensions to permanent surface features. 3 . Identify specific details of pipe connections, location of existing buried features located during excavation, and the final locations of piping, equipment, electrical conduits, manholes, and pull boxes. 4. Identify location of spare conduits including beginning, ending, and routing through pull boxes and manholes. Record spare conductors, including number and size, within spare conduits and filled conduits. 5. Provide schedules, lists, layout drawings, and wiring diagrams. 6. Make annotations with erasable colored pencil conforming to the following color code: Additions: Red Deletions: Green Comments Blue Dimensions: Graphite B. Maintain documents separate from those used for construction: 1. Label documents "RECORD DOCUMENTS." C. Keep documents current: 1. Record required information at the time the material and equipment is installed and before permanently concealing. D. Deliver record documents with transmittal letter containing date, Project title, CONTRACTOR's name and address, list of documents, and signature of CONTRACTOR. · August 2010 -CONFORMED 8258A10 pw://Carollo/Documents/ClienVTX/Fort Worth/8258A 1 O/Speci fi c:ations/01770 (Conformed) 01770-3 CLOSEOUT PROCEDURES E. During progress meetings, record documents will be reviewed to ascertain that changes have been recorded . F. Final Schedule Submittal as specified in Section 01324B. 1.08 WARRANTIES AND BONDS A. Provide executed Warranty or Guaranty Form if required by Contract Documents. B. Provide specified additional warranties , guarantees, and bonds from manufacturers and suppliers. 1.09 CERTIFICATE OF FINAL COMPLETION A. When 7-day operational test has been successfully completed, ENGINEER will certify that new facilities are operationally complete. ENGINEER will submit a list of known items (punch list) still to be completed or corrected prior to contract completion. B. List of items to be completed or corrected will be amended as items are resolved by CONTRACTOR. C. When all items have been completed or corrected , submit written certification that the entire work is complete in accordance with the Contract Documents and request final inspection. D . Upon completion of fina l inspection, ENGINEER will either prepare a written acceptance of the entire work or advise CONTRACTOR of work not complete. If necessary, inspection procedures will be repeated. PART 2 PRODUCTS Not Used . PART3 Not Used . EXECUTION END OF SECTION August 2010 -CONFORMED 8258A10 pw J/CaroUo/Documen ts/ClienVTX/F ort Worth /8258A 1 O/Specifications/01 770 (Conformed) 01770-4 CLOSEOUT PROCEDURES PART 1 GENERAL SECTION 01782 OPERATION AND MAINTENANCE DATA 1.01 SUMMARY A. Section includes: Preparation and submittal of Operation and Maintenance Manuals. 1.02 SUBMITTAL$ A. Submit Operation and Maintenance Manuals before field quality control testing and before training of each piece of equipment or system . B . Submit 5 hardcopy manuals for each piece of equipment or system. C. Submit 2 electronic copy manuals for each piece of equipment or system. D. Make manuals available at project site for use by construction personnel and ENGINEER. E. Make additions and revisions to the manuals in accordance with ENGINEER's review comments. 1.03 OPERATION AND MAINTENANCE MANUALS A. Preparation: 1. Provide hardcopy Operations and Maintenance Manuals in 3-ring binders w ith rigid covers. Utilize tab sheets to organize information . 2. Provide electronic copy Operations and Maintenance Manuals in PDF Format. B. Contents of Operation and Maintenance Manuals: 1. Cover page: Equipment name, equipment tag number, project name , OWNER's name, appropriate date. 2. Table of Contents: General description of information provided within each tab section. 3. Lubrication information: Required lubricants and lubrication schedules. 4. Control diagrams : a. Internal and connection wiring, including logic diagrams, wiring diagrams for control panels, ladder logic for computer based systems , and connections between existing systems and new additions, and adjustments such as calibrations and set points for relays, and control or alarm contact settings. 5. Start-up procedures : Recommendations for installation, adjustment, calibration, and troubleshooting . 6. Operating procedures : a. Step-by-step procedures for starting, operating, and stopping equipment under specified modes of operation. August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents/Cl ienVTX/Fort Worth/8258A10/Specifications/01782 {Confonned) 01782-1 OPERATION AND MAINTENANCE DATA PART2 Not Used . PART3 Not Used. b. Include safety precautions and emergency operating shutdown instructions . 7 . Preventative maintenance procedures : Recommended steps and schedules for maintaining equipment. 8. Overhaul instructions: Directions for disassembly , inspection, repair and reassembly of the equipment; safety precautions ; and recommended tolerances , critical bolt torques , and special tools that are required. 9. Parts list: Generic title and identification number of each component part of equipment ; include bearing manufacturer, model and ball or roller pass frequencies for every bearing. 10. Spare parts list: Recommended number of parts to be stored at the site and special storage precautions. 11. Drawings: Exploded view or plan and section views with detailed callouts . 12. Provide electrical and instrumentation schematic record drawings . 13. Source (factory) quality control test results : Provide copies of factory test reports as specified in Sections 15958 or the equipment section . 14. Field quality control test results: After fie ld-testing is completed , insert field test reports as specified in Sections 15958 or the equipment section . 15 . Equipment Summary Form : Completed form in the format attached at the end of this Section. Insert Equ ipment Summary Form after the tab sheet of each equipment section. The manufacturer's standard form will not be acceptable. PRODUCTS EXECUTION END OF SECTION August 2010 -CONFORMED 8258A10 01782-2 OPERATION AND MAINTENANCE DATA pw://Carollo/Documen ts/ClienVTX/Fort Worth/8258A 1 O/Specifications/01782 (Conformed) EQUIPMENT SUMMARY FORM 1. EQUIPMENT ITEM ----------------------- 2. MANUFACTURER ----------------------- 3. EQUIPMENT RECORD NUMBER(S} ______________ _ (maps equipment number) 4 . LOCATION OF EQUIPMENT __________________ _ 5 . WEIGHT OF INDIVIDUAL COMPONENTS (OVER 100 POUNDS) ______ _ NAMEPLATE DATA - Horsepower ______________________ _ Amperage _______________________ _ Voltage ________________________ _ Service Factor (S.F .) ___________________ _ Speed ________________________ _ ENC Type _______________________ _ Capacity _______________________ _ Other ------------------------- 7. MANUFACTURER'S LOCAL REPRESENTATIVE Name --------------------------- Address -------------------------- Telephone Number ______________________ _ 8. MAINTENANCE REQUIREMENTS _______________ _ 9. LUBRICANT LIST _____________________ _ 10. SPARE PARTS (recommendations) ________________ _ 11 . COMMENTS _______________________ _ August 2010 -CONFORMED 8258A10 pw://Caroll o/Documents/ClienVTX/Fort Worth/82 58A 1 O/Speci fica tions/01 782 (Conformed) 01782-3 OPERATION AND MAINTENANCE DATA THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 8258A10 pw ://Carollo/Documents/ClienVTX/Fort Worth/8258A10 /Specifications/01782 (Conformed) 01782-4 OPERATION AND MAINTENANCE DATA SECTION 02050 BASIC SITE MATERIALS AND METHODS PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Aggregate Base Course . 2. Class 2 Permeable . 3. Drain Rock. 4. Gravel. 5. Imported Fill. 6. Light Weight Material. 7. Native Material. 8. Sand . 9. Select Material. 10. Stabilization Material. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM): 1. C 117 -Standard Test Method for Materials Finer than 75-µm (No. 200) Sieve in Mineral Aggregates by Washing. 2. C 131 -Standard Test Method for Resistance to Degradation of Small-Size Course Aggregate by Abrasion and Impact in the Los Angeles Machine . 3. C 136 -Standard Test Method for Sieve Analysis of Fine and Course Aggregates. 4. C535 -Standard Test Method for Resistance to Degradation of Larger-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine . 5. D 422 -Standard Test Method for Particle-Size Analysis of Soils. 6 . D 2419 -Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate. 7. D 4318 -Standard Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. 8. D 4829 -Standard Test Method for Expansion Index for Soils . 1.03 SUBMITTALS A. Product Data: 1. Material source. 2. Gradation. 3. Testing data. B. Quality Control for Aggregate Base Course: 1. Test Reports: Reports for tests required by Sections of Standard Specifications. 2. Certificates of Compliance: Certificates as required by Sections of Standard Specifications. August 2010 -CONFORMED 8258A10 pw://Carollo/Documents/ClienVTX/Fort Worth/8258A10/Specifications/0 2050 (Conformed) 02050-1 BASIC SITE MATERIALS AND METHODS 1.04 DELIVERY, STORAGE, AND HANDUNG A. Storage and Protection: Protect from segregation and excessive moisture during delivery , storage , and handling. PART 2 PRODUCTS 2.01 MATERIALS A. General : 1. Provide material having max imum particle size not exceeding 4 inches and that is free of trash , lumber, debris , leaves , grass, roots , stumps, and other organic matter. 2. Materials derived from processing demo lished or removed asphalt concrete are not acceptable . B. Aggregate Base Course for under Asphaltic Concrete Pavement: 1. Flexible base that meets TxDOT specifications , Item 247 , Type A, Grade 2 or better. C. Aggregate Base Course : 1. Consist of hard , durable particles or fragments of stone or gravel, screened or crushed to required size and grading and free from vegetable matter, lumps or balls of clay , alkali , adobe, or other deleterious matter. 2. When sampled and tested in accordance with specified test methods , material shall comply with following requirements : a. Durability: Percentage of wear not g reater than 40 percent when tested in accordance with ASTM C 131 . b. Plasticity Index: Shall not be more than 5 when tested in accordance with ASTM D 4318 . c . Liquid Limit: Shall not be more than 25 percent when tested in accordance with ASTM D 4318. 3. Aggregate Base Course for Structures: a. Consist of crushed or fragmented particles. 4 . Conform to size and grade within limits as follows when tested in accordance with ASTM C 117 and ASTM C 136: Sieve Sizes Percent by Weight (Square Openings} Passing Sieve 1-1/8 inch 100 Number 4 38-65 Number 8 25-60 Number 30 10-40 Number 200 3-12 D. Class 2 Permeable : 1. Consist of hard , durable particles of stone •or gravel , screened or crushed to the specified size and gradation. August 2010 -CONFORMED 8258A10 pw J/Carollo/Oocuments/Clien VTX/Fort Worth/8258A 1 O/Specific:ations.l020SO (Conformed)) 02050-2 BASIC SITE MATERIALS AND METHODS 2. Provide free of organic matter, lumps or balls of clay , and other deleterious matter. 3. Durability: Percentage of wear not greater than 40 percent when tested in accordance with ASTM C 131. 4. Durability: Percentage of wear not greater than 37 percent when tested in accordance with ASTM C 131 . 5. Sand Equivalent: Not less than 75 when tested in accordance with ASTM D 2419 . 6 . Conform to size and grade within the limits as follows when tested in accordance with ASTM C 117 and C 136: Sieve Size Percent by Weight (Square Openings) Passing Sieve 1 inch 100 3/4 inch 90 -100 3/8 inch 40-100 Number4 25-40 Number 8 18-33 Number 30 5-15 Number 50 0-7 Number 200 0-3 E. Drain Rock: 1. Consist of hard , durable particles of stone or gravel, screened or crushed to specified size and gradation. 2. Free from organic matter, lumps or balls of clay , or other deleterious matter. 3 . Crush or waste coarse material and waste fine material as required to meet gradation requirements. 4. Durability: Percentage of wear not greater than 40 percent when tested in accordance with ASTM C 131. 5 . Conform to size and grade within the limits as follows when tested in accordance with ASTM C 117 and C 136: Sieve Size Percent By Weight (Square Openings) Passing Sieve 2inch 100 1-1/2 inch 95-100 3/4 inch 50-100 3/8 inch 15-55 Number 200 0-2 F . Light Weight Material: 1. Manufacturers: One of the following or equal: a. Witelite Pumice, Witelite Chesapeake , VA. b. Glass Mountain Pumice, Inc., Reno, Nevada. August 2010 -CONFORMED 8258A10 pw ://Carollo/Documen ts/ClienVTX/Fort Worth/8258A 1 O/Specifica tions/02050 (Con formed) 02050-3 BASIC SITE MATERIALS AND METHODS 2. Shall have a dry density of 48 to 65 pounds per cubic foot, absorption of 12 to 16 percent, sand eq uiva lent of 68 , and gradation as follows : 3 . Conform to size and grade with in limits as follows when tested in accordance with ASTM C117 and C 136 : Sieve Size Percent by Weight (Square Openings) Passing Sieve 3/4-inch 100 Number4 40-50 Number 30 10-20 Number 200 0-5 G. Native Material: 1. Sound , earthen material passing 1-inch sieve . 2 . Percent of material by we ight passing Number 200 sieve shall not exceed 30 when tested in accordance with ASTM D 422. 3 . Expansion index less than 35 when tested in accordance with ASTM D 4829. H. Sand: 1. Clean, coarse, natural sand . 2. Nonplastic when tested in accordance wi t h ASTM D 4318. 3. One hundred percent shall pass a 1/2-inch screen . 4. No more than 20 percent shall pass a Number 200 sieve . I. Select Material : 1. Sound earthen material for which sum of plasticity index when tested in accordance with ASTM D 4318 and the percent of material by weight passing Number 200 sieve shall not exceed 23 when tested in accordance with ASTM D 422. 2 . Organic content shall not be greater than 3 percent by volume . J. Stabilization Material: 1. Consist of clean, hard, durable particles of crushed rock or gravel screened or crushed to the specified sizes and gradations. 2. Shall be free of any detrimental quantity of soft, friable , thin, elongated , or laminated pieces, disintegrated material , organic matter, oil, alka li , or other deleterious substance. 3 . Shall be free of slaking or decomposition under the action of alternate wetting and drying. 4. Durability: Percentage of wear not greater than 40 percent when tested in accordance with ASTM C 131. 5. The portion of material retained on the 3/8-inch sieve shall contain at least 50 percent of particles having three or more fractured faces . Not over 5 percent shall be pieces that show no such faces resulting from crushing. Of that portion which passes the 3/8-inch s ieve but is retained on the No . 4 sieve, not more than 10 percent shall be pieces that show no faces resulting from crushing . 6. Conform to size and grade when tested in ;accordance with ASTM C 117 and ASTM C 136. August 2010 -CONFORMED 8258A10 pw ://Ca rol lo/DOOJments/ClienVTX/Fort Worth/8258A101Specifications/02050 (Conformed)) 02050-4 BASIC SITE MATERIALS AND METHODS Sieve Size Percent by Weight (Square Openings) Passing Sieve 1 inch 100 3/4 inch 90-100 Number4 0-10 Number 200 0-2 2.02 SOURCE QUALITY CONTROL A. Not Used. PART 3 EXECUTION Not Used. END OF SECTION August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents.lClienVTX/Fort Worth/8258A10/Specifications/02050 (Conformed) 02050-5 BASIC SITE MATERIALS AND METHODS THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 8258A 10 pw:1/Carollo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specifications/02050 {Conformed)) 02050-6 BASIC SITE MATERIALS AND METHODS PART1 GENERAL SECTION 02200 SITE PREPARATION 1.01 SUMMARY A. Section includes: Clearing, grubbing, and stripping project site. B. Related sections: 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of CONTRACTOR's Work. 3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the CONTRACTOR to see that the completed Work complies accurately with the Contract Documents . a. Section 02050 -Basic Site Materials and Methods. 1.02 REFERENCES A. Title 40, Code of Federal Regulations: 1. Part 503 -Standards for the Use or Disposal of Sewage Sludge . 1.03 DEFINITIONS A. Clearing: Consists of removal of natural obstructions and existing foundations, buildings, fences, lumber, walls , stumps, brush, weeds, rubbish, trees, boulders, utility lines, and any other items which interferes with construction operations or are designated for removal. B. Grubbing: Consists of the removal and disposal of wood or root matter below the ground surface remaining after clearing and includes stumps, trunks, roots, or root systems greater than 1 inch in diameter or thickness to a depth of 6 inches below the ground surface. C. Stripping: Includes the removal and disposal of all organic sod, topsoil, grass and grass roots, and other objectionable material remaining after clearing and grubbing from the areas designated to be stripped. The depth of stripping is estimated to be 6 inches, but the required depth of stripping will be determined by the ENGINEER. Addendum No . 2 May 27 , 2010 D. Sludge: 1. Sludge contains both inert and organic material and is classified as a "Class B" prod1:1ct as defined in tho Title 40, Code of Federal Rog1:1lations, Part 503. 2. Dispose of sludge on a permitted land application site or in a permitted landfill.Depending on the quality and quantity of the sludge, dispose of the sludge in a permitted land application site or a permitted landfill. August 2010 -CONFORMED 8258A10 pw J/Carollo/Documents/Cl ie nVTX/Fort Worth/8258A10/Specifications/02200 (Conformed) 02200-1 SITE PREPARATION 1.04 QUALITY ASSURANCE A . Regulatory requirements: Verify and comply with applicable regulations regarding those governing noise , dust, nuisance, drainage and runoff, fire protection, and disposal. B. Pre-construction conference : Meet with ENGINEER to discuss order and method of work. 1.05 PROJECT CONDITIONS A. Existing conditions : 1. Verify character and amount of clay, sand , gravel , quicksand, water, rock, hardpan , and other material involved and work to be performed. 1.06 SEQUENCING AND SCHEDULING A. Clearing and grubbing: Perform clearing and grubbing in advance of grading operations . PART 2 PRODUCTS Not Used. PART3 EXECUTION 3.01 EXAMINATION A. Verification of conditions: Examine site and ve r ify existing conditions for beginning work. 3.02 PREPARATION A. Protect existing improvements from damage by site preparation work. Install fence at drip line of trees to remain as indicated on the Drawings . 3.03 INSTALLATION A. Clearing: 1. Clear areas where construction is to be performed and other areas as indicated on the Drawings_. or specified in this Section, of fences, lumber, walls , stumps, brush, roots, weeds, trees , shrubs, rubbish, and other objectionable material of any kind which , if left in place , would interfere with proper performance or completion of the work, would impair its subsequent use, or form obstructions . 2. Do not incorporate organic material from clearing and grubbing operations in fills and backfills. 3. CONTRACTOR's construction facilities: Fill or remove pits, fill, and other earthwork required for erection of facilities ; upon completion of the work, and level to meet existing contours of adjacent ground. August 2010 -CONFORMED 8258A 10 pw J/Carollo/Documents/C lien VTX/Fort Worth/82 58A10/Specifications./02200 (Co nformed) 02200-2 SITE PREPARATION B. Grubbing : 1. From excavated areas : Grub stumps, roots , and other obstructions 3 inches or over in diameter to depth of not less than 18 inches below finish grade . 2. In embankment areas or other areas to be cleared outside construction area : Do not leave stumps, roots , and other obstructions higher than the following requirements: Height of Embankment Over Stump Depth of Clearing and Grubbing 0 feet to 2 feet Grub stumps or roots 3 inches or over in diameter to 18 inches below original grade . Cut others flush with ground. 2 feet to 3 feet Grub stumps 1 foot and over in diameter to 18 inches below original grade. Cut others flush with ground . Over 3 feet Leave no stumps higher than stump top diameter, and in no case more than 18 inches. 3. Backfill and compact cavities left below subgrade elevation by removal of stumps or roots to density of adjacent undisturbed soil. C. Stripping: 1. Remove soil material containing sod, grass , or other vegetation to depth of 6 inches from areas to receive fill or pavement and from area within 5 feet outside foundation walls. 2 . Deposit stripped material in accordance with following requirements: a. At locations as accepted . b. Use accepted material in top 6 inches of areas to be used for future planting. 3. Replace topso il where indicated on the Drawings. END OF SECTION August 2010 -CONFORMED 8258A10 pw://Carol lo/D ocu ments/ClienVTX/Fort Worth/8258A 1 O/Specifi ca tions/02200 (Conform ed) 02200-3 SITE PREPARATION THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 8258A10 pw://Carollo/Documents/ClienVTX/Fort Worth/8258A10/Specifications/02200 (Conformed) 02200-4 SITE PREPARATION PART 1 GENERAL SECTION 02240 DEWATERING 1.01 SUMMARY A. Section includes: 1. Installation and maintenance of dewatering systems. 2. Disposal of water entering excavation or other parts of the work. B. Related sections: 1. The Contract Documents are complementary ; what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of CONTRACTOR's Work. 3 . The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the CONTRACTOR to see that the completed Work complies accurately with the Contract Documents. a . Section 03300 -Cast-in-Place Concrete. b. Section 03600 -Grouts . 1.02 SYSTEM DESCRIPTION A. Design requirements: 1. Keep excavations reasonably free from water. Draw down the static water level to a minimum of 3 feet below the bottom of excavations. 2. Analysis includes the following: Evaluation of the anticipated subsurface conditions, required well spacing, diameter of wells, depth screen interval, backfill and filter pack, pump size, drawdown duration, drawdown and steady state flow rates, desilting tank, and settlements . 3 . Include water drawdown curves in dewatering calculations. 4. Coordinate dewatering design with excavation and shoring design. Recognize the changes in groundwater conditions and earth pressures in the shoring and excavation design. 5. Do not place concrete or masonry foundations or floors in water, nor allow water to rise over them until concrete or mortar has set at least 24 hours. 6. Maintain operation of the dewatering system until the complete structure including walls, slabs, beams, struts, and all other structural elements have been constructed and the concrete has attained specified strength, and backfill has been completed to finish grade . 7. Provide standby power to ensure continuous dewatering in case of power failure. B . Secure written permission from the ENGINEER before locating wells, well points, or drain lines for purposes of dewatering within limits of structure foundation. August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents/Client/TX/Fort Worth/8258A 1 O/Specifications/02240 {Conformed) 02240-1 DEWATERING C . Locate dewatering facilit ies where they will not interfere with utilities and construction work to be performed by others. D. Open manholes will not be allowed for discharge piping. Obtain approval of each discharge location from the ENGINEER. 1.03 SUBMITIALS A. Dewatering plan: 1. Arrangement, location, depths of system components . 2. Type and sizes of filters . 3. Required permits . B. Well construction logs which include: 1. Descriptions of actual materials encountered in accordance with Unified Soil Classification System. 2. Construction details. 3. Well development procedures and results. 4 . Deviations from original design . C. Laboratory test results. D. Identify the proposed alignment of the discharge pipe and method of for the pipe to enter the manhole. Provide details of the pipe entering the manhole . E. Qualifications: 1. Dewatering contractor. 2. Dewatering design engineer. 3. Testing laboratory. 1.04 QUALITY ASSURANCE A. Qualifications of a dewatering design engineer: 1. Dewatering plan and dewatering system analysis : a. Prepared by a registered Civil Engineer, registered in the state where the Project is located . The Civil Eng ineer must have at least 8 years of experience in designing similar systems. b. Submit qualifications of the dewatering contractor, the Dewatering Design Engineer, sampling service , and testing laboratory. B. Regulatory requirements : 1. Assume responsibility for obtaining water discharge permits that are required. PART 2 PRODUCTS Not Used August 2010 -CONFORMED 8258A 10 pwJ/Carollo/Documents/Cli enVTX/Fort Worth/825 8A 10/S pecificati on s/02240 (Conformed) 02240-2 DEWATERING PART3 EXECUTION 3.01 INSTALLATION A. Provide and maintain during construction : Ample means and devices with which to promptly remove and properly dispose of water entering excavation or other parts of the work, whether water is surface water or underground water. B. Intercept and divert precipitation and surface water away from excavations through the use of dikes, curb walls , ditches, pipes , sumps, or other means . C. Disposing of water: 1. Dispose of water from the work in suitable manner without damage to adjacent property. 2. Do not drain water into work built or under construction. 3. Dispose of water in such manner as not to be menace to public health . D. Wells, well points, and drain lines for dewatering : 1. Locate after receiving ENGINEER's written permission . 2. Fill dewatering wells ,. pipes, and french drains to be left in place within structure foundation limits with Class "C " concrete as specified in Section 03300 or grout as specified in Section 03600 . 3.02 CONSTRUCTION A. Interface with other work: 1. Prior to release of groundwater to its static level: a. All groundwater pressure relief devices for the structure are fully operational. b. Construction of structure complete and the concrete has reached specified strength. c . Backfill of structure is complete. d. Control release of groundwater to its static level to prevent disturbance of the natural foundation soils or compacted backfills and fills and to prevent flotation or movement of structures or pipelines. END OF SECTION August 2010 -CONFORMED 8258A10 pwJ/Carol lo/Documents/C lienVTX/Fort Worth/825SA 1 O/Speci fica tions/022 40 (Conform ed ) 02240-3 DEWATERING THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents/ClienVTX/Fort Worth/8258A10/Specifications/02240 (Confom,ed) 02240-4 DEWATERING PART1 GENERAL SECTION 02300 EARTHWORK 1.01 SUMMARY A. Section includes : 1. Loosening, excavating , filling , grading, borrow, hauling , preparing subgrade , compacting in final location , wetting and drying , and operations pertaining to site grading for buildings , basins , reservoirs , boxes , roads , and other facilities . 2. Backfilling and compacting under and around structures . B. Related sections : 1. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR 's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of CONTRACTOR's Work. 3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the CONTRACTOR to see that the completed Work complies accurately with the Contract Documents: a. Section 02050 -Basic Site Materials and Methods. b. Section 02240 -Dewatering. c. Section 02312 -Controlled Low Strength Materials (CLSM). d. Section 03300 -Cast-In-Place Concrete . 1.02 REFERENCES A. ASTM International (ASTM): 1. D 1556 -Standard Test Method for Density and Un it Weight of Soil in Place by the Sand Cone Method . 2. D 1557 -Standard Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2,700 kN m/m 3 )). 3. D 2922 -Standard Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). 4. D 3017 -Standa rd Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). 1.03 DEFINITIONS A. Backfill adjacent to structure: Backfill with in volume bounded by the exterior surfaces of structure , the surface of undisturbed soil in the excavation around structure, and finish grade around structure. B. Embankments: Dikes, levees , berms , and similar facilities. August 2010 -CONFORMED 8258A10 pw://Ca roll o/Documents/Cl ient/TX/Fort Worth /8258A 1 O/Specifica ti on s/02300 (Conformed) 02300-1 EARTHWORK C. Excavation : Consists of loosening, removing , loading , transporting, depositing , and compacting in final location , wet and dry materials , necessary to be removed for purposes of construction of structures, ditches, grading, roads, and such other purposes as are indicated on the Drawings. 1.04 SYSTEM DESCRIPTION A. Performance requirements : 1. Where mud or other soft or unstable material is encountered, remove such material and refill space with stabilization material. Wrap stabilization material with stabilization fabric. 2. Obtain acceptable import material from other sources if surplus obtained within Project site do not conform to specified requirements or are not sufficient in quantity. 3 . No extra compensation will be made for hauling of fill materials nor for water required for compaction. 1.05 SUBMITTALS A. Copy of Property Owner's Agreement allowing placement of surplus soil material on their property. B. Excavation plan . C. Testing lab: Submit CONTRACTOR's proposed testing laboratory capabilities and equipment. D. Test reports: 1. Submit certified test reports of all tests specified to be performed by the CONTRACTOR. 2. Sign and seal test reports by a registered Geotechnical Engineer who practices geotechnical engineering registered in Texas. 1.06 QUALITY ASSURANCE A. Initial compaction demonstration: 1. Adequacy of compaction equipment and procedures: Demonstrate adequacy of compaction equipment and procedures before exceeding any of following amounts of earthwork quantities: a. 50 cubic yards of backfill adjacent to structures. b. 100 cubic yards of embankment work. c. 100 cubic yards of fill. d. 50 cubic yards of roadway base material. e. 100 cubic yards of road fill. 2. Compaction sequence requirements : Until specified degree of compaction on previously specified amounts of earthwork is achieved, do not perform additional earthwork of the same kind. 3. After satisfactory conclusion of initial compaction demonstration and at any time during construction, provide confirmation tests as specified under "FIELD QUALITY CONTROL. II August 2010 -CONFORMED 8258A10 pw://Carollo/Documents/ClienVTX/Fort Worth/8258A10/Specifications/02300 (Conformed) 02300-2 EARTHWORK 1.07 SEQUENCING AND SCHEDULING A. Schedule earthwork operations to meet requirements specified in this Section for excavation and uses of excavated material. B. If necessary , stockpile excavated material in order to use it at specified locations. C . Excavation, backfilling, and filling: Perform excavation, backfilling , and filling during construction in manner and sequence that provides drainage at all times . PART 2 PRODUCTS 2.01 MATERIALS A. Water for compacting : Use water from source acceptable to ENGINEER. B. Soil and rock materials: 1. General: a. Provide aggregate base course , Class 2 permeable , controlled low strength material, drain rock , gravel,, native material, sand , select material , and stabilization material where specified or indicated on the Drawings. b. If suitable surplus materials are available, obtain native material and select material from cut sections or excavations. 2. Aggregate base course materials : As specified in Section 02050 . 3. Class 2 permeable: As specified in Section 02050. 4. Drain rock: As specified in Section 02050 . 5. Gravel: As specified in Section 02050 . 6. Native material : As specified in Section 02050. 7. Sand : As specified in Section 02050 . 8. Select material : As specified in Section 02050. 9. Stabilization material: As specified in Section 02050. C . Controlled low strength material : As specified in Section 02312 . PART 3 EXECUTION 3.01 EXAMINATION A. Verification of conditions: 1. Character and quantity of material: a. Verify character and quantity of rock, gravel, sand, silt, water, and other inorganic or organic materials to be encountered in work to be performed . b. Determ ine gradation and shrinkage , and swelling of soil, and suitability of material for use intended in work to be performed. c. Determine quantity of material, and cost thereof, required for construction of backfills, cuts, embankments , excavations , fills , and roadway fills , whether from onsite excavations , . Include in cost of work to be performed. August 2010 -CONFORMED 8258A10 pw://Carollo/Documents/Clie nt!TX/Fort Worth/8258A 1 O/Specifications/02300 (Conformed) 02300-3 EARTHWORK d. Include wasting of excess material, if required , in cost of work to be performed. 3.02 PREPARATION A. Backfills: 1. After clearing and excavation are completed, scarify entire areas which underlie backfills or structures to a depth of 6 inches and until surface is free of ruts, hummocks, and other features which would prevent uniform compaction by equipment to be used. 2. Recompact scarified areas to density specified before placing backfill material or concrete. 3. If foundation areas have cemented rock, cobbles, or boulders do not scarify the top 6 inches prior to compaction . Moisten the native soil and compact the coarse fill as specified in this Section. 4. Do not place backfill against walls until: a . Walls have been cast full height of structure and concrete has reached the specified strength. b . Connecting slabs and beams have been cast and concrete has reached the specified strength. 5. Prior to backfilling: a. Remove all forms b . Clean all trash and debris from the excavation site . 6 . After inspection of foundation, walls, and pipes, place backfill symmetrically around structures to prevent eccentric loading of structures. B. Embankments: C. 1. After clearing is completed , scarify entire areas which underlie embankments to a depth of 6 inches and until surface is free of ruts, hummocks, and other features which would prevent uniform compaction by equipment to be used. 2 . Recompact scarified areas to density specified for embankments before placing of embankment material. 3. If embankment areas have cemented rock, cobbles, or boulders, do not scarify the top 6 inches prior to compaction. Moisten the native soil and compact the coarse fill as specified in this Section. Fills: 1. 2. 3. After clearing is completed, scarify entire areas which underlie fill sections or structures to a depth of 6 inches and until surface is free of ruts, hummocks, and other features which would prevent uniform compaction by equipment to be used. Recompact scarified areas to density specified for compacted fills before placing of fill material or concrete. If fill areas have cemented rock, cobbles, or boulders, do not scarify the top 6 inches prior to compaction. Moisten the native soil and compact the coarse fill as specified in this Section. August 2010 -CONFORMED 8258A10 02300-4 EARTHWORK pw ://Carol lo/Documents/C lienVTX/Fort Worth/8258A10 /Specifications/02300 (Conformed) D. Roadway fills: 1. After clearing is completed, scarify entire areas which underlie roadway fills to a depth of 6 inches and until surface is free of ruts, hummocks, and other features which would prevent uniform compaction by equipment to be used. 2. Recompact scarified areas to density specified for roadway fills before placing of roadway fill material. 3. If roadway fill areas have cemented rock , cobbles , or boulders, do not scarify the top 6 inches prior to compaction. Moisten the native soil and compact the coarse fill as specified in this Section. E. Sloped surfaces for fill or foundations: 1. Foundations for fill having slopes in excess of 1 vertical to 4 horizontal: a . Bench or terrace to adequately key existing ground and fill built thereon. 2. Slopes of original hillsides and old fills: Bench minimum of 10 feet horizontally as fill is placed. 3 . Provision of new benches: a. Start new bench wherever vertical cut of next lower bench intersects existing grade . b. Recompact material thus cut out along w ith new embankment material at no additional cost to the OWNER. 3.03 INSTALLATION A. General : 1. Dispose of excavated materials which are not required or are unsuitable for fill and backfill in lawful manner. 2 . Dispose of surplus material on private property only when written permission agreement is furnished by owner of property . Submit copies of such agreements . 3. Rocks , broken concrete, or other solid materials larger than 4 inches in greatest dimension : Remove from project site at no additional cost to OWNER. 4 . Stabilization of subgrade : Provide materials used, or perform work required , to stabilize subgrade so it can withstand loads which may be placed upon it by CONTRACTOR's equ ipment. B. Borrow area : There is no borrow area on Project site . 1. Where material is required, import material from source located off Project site selected by the CONTRACTOR and subject to acceptance by the ENGINEER. 2 . There will be no additional cost to the Contract for use of imported material. C. Compaction: 1. Provide specified compaction for backfills , cuts, embankments, fills , roadway fills, and other earthwork. 2. Perform confirmation tests to verify and confirm that work has complied , and is complying at all times , with compaction requirements specified in this Section for initial compaction demonstration and field qual ity control testing. 3. In-place density of compacted backfills , cuts, embankments , fills , and roadway fills determined in accordance with ASTM D 1556, or with ASTM D 2922 and ASTM D 3017. 4. Maximum density obtained in laboratory when tested in accordance with ASTM D 1557. August 2010 -CONFORMED 8258A10 pwJ/Carollo/Docum ents/Cli ent/TX/Fort Worth/8258A 1 O/Specifications/023 00 (Conformed) 02300-5 EARTHWORK 5. To prevent damage to structures due to backfilling operations, place backfill with equipment that does not exceed H-20 loading , with in a distance from the face of the structure of not less than 1/2 the depth of backfill . The depth of backfill is the distance between the level being compacted and the bottom of the excavation. Outs ide t h is distance , heavier compaction equipment may be used. 6. Compact to percentage of maximum density as follows : a. Backfill adjacent to structures: 95 percent. b. Backfilling voids : 95 percent. c. Embankments : 95 percent. d. Demolition areas: As indicated on the Drawings. e. Other areas : 85 percent. f. Under present and future structures : 95 percent. g. Under roadways, parking and storage areas, curbs , and sidewalks : 95 percent. h. Upper 6 inches of cuts: 95 percent. i. Fills: 95 percent. D. Dewatering: As specified in Section 02240. E. Excavation : 1. Blasting : Not permitted . 2. Excavation of lined channels : a. Excavations in open cut for lined channels may be made so as to place concrete directly against excavated surfaces providing faces of excavations are : 1) Firm and unyielding. 2) Will stand or can be made to stand without sloughing. b . Excavations to provide subgrade for lined channel or subdrainage material: Excavate to lines and grades indicated on the Drawings. 3. Excavation of unlined channels and basins: a. Excavate to lines and grades indicated on the Drawings. b. Perform excavation and grading so that finish surfaces are in uniform planes with no abrupt breaks in surface. 4. Excavation of ditches and gutters: a. Cut ditches and gutters accurately to cross sections and grades indicated on the Drawings. b . Take care not to excavate ditches and gutters below grades indicated on the Drawings . c. Backfill excessive ditch and gutter excavations to grade with suitable material acceptable to ENGINEER that is thoroughly compacted. d. Do not deposit any material within 3 feet of edge of ditch un less otherwise indicated on the Drawings . 5. Necessary over excavation: a. Where it becomes necessary to excavate beyond normal lines of excavation in order to remove boulders or other interfering objects , backfill voids remaining after removal as specified in backfilling of voids below, or as acceptable to the ENGINEER. b . Backfill voids with material acceptable to the ENGINEER: 1) With acceptance of the ENGINEER , backfill with one of the following: a) Aggregate base course. August 2010 -CONFORMED 8258A10 rm J/Cam lo/Documents.lClienVTX/Fort Worth/8258A 1 O/Specificati ons/02300 (Confonmed) 02300-6 EARTHWORK b) Controlled low strength material. F. Materials for backfills , embankments, fills , roadway fills : 1. General: a . Obtain import material from other sources if surplus materials from cuts and excavations obtained from within Project site do not conform to specified requirements or are not sufficient in quantity fo r construction of Project. 2 . Backfills: a . Backfill adjacent to structures , slabs , or walls : Native mate r ial or imported material meeting the requirements of select material unless otherwise specified or indicated on the Drawings . b. Backfill material under concrete structures : Aggregate base course material, except in areas where controlled low strength material or concrete encasement are indicated on the Drawings. c . Extend backfill in any area under concrete structures from undisturbed soil or rock to the bottom aggregate base course material layer. 3. Embankments : a. Native material or imported material meeting the requirements of select material unless otherwise specified or indicated on the Drawings. 4. Fills : a. Native material or imported material meeting the requirements of select material unless otherwise specified or indicated on the Drawings. b. Extend fill in any area under concrete structures from undisturbed soil or rock to the bottom aggregate base course material layer. G. Placement: 1. General: a. Lines and grades : 1) Construct backfills, embankments , fills , and road fills , at locations and to lines and grades indicated on the Drawings . 2) Overbuild all permanent fill slopes by at least 1 foot and then cut to final grade to provide adequate compaction of the remaining fill . 2. Backfills: a . Place loose material in successive layers that do not exceed 8 inches in depth after compaction. b . Bring each layer to a moisture content between optimum moisture content and 2 percent above optimum moisture content before compacting. c. Defective compacted backfills : Remove and recompact. 3. Fills : a . Place loose material in successive layers that do not exceed 8 inches in depth after compaction. b . Bring each layer to a moisture content between optimum moisture content and 2 percent above optimum moisture content before compacting . c. Defective compacted fills: Remove and recompact. 4. Embankments: a . Place loose material in successive layers that do not exceed 8 inches in depth after compaction. b. Bring each layer to a moisture content between optimum moisture content and 2 percent above optimum moisture content before compacting. c. Defective compacted embankments: Remove and recompact. August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents.lCli enVTX/Fo rt Worth/8258 A 1 O/Specifications/02300 (Con fo rmed) 02300-7 EARTHWORK 5. Roadway fills: a. Place loose material in successive layers that do not exceed 8 inches in depth after compaction : b. Bring each layer to a moisture content between optimum moisture content and 2 percent above optimum moisture content before compacting . c. Defective compacted roadway fills : Remove and recompact. 3.04 FIELD QUALITY CONTROL A. Tests: 1. Confirmation tests: a. CONTRACTOR's responsibilities : 1) Accomplish specified compaction for backfills , fills, and other earthwork. 2) Control operations by confirmation tests to verify that compaction work complies, and is complying at all times, with requi rements specified in this Section concerning compaction, control, and testing. 3) Cost of confirmation tests : Paid for by the CONTRACTOR. 4) Qualifications of CONTRACTOR's testing laboratory: Perform confirmation testing. by soils testing laboratory acceptable to the ENGINEER. 5) Copies of confirmation test reports: Submit promptly to the ENGINEER. b. Frequency of confirmation testing : 1) Perform testing not less than the following: a) In-Place Density: (1) Backfill: No less than once per day, once per lift, or once per 100 cubic yards , whichever results in the most frequent testing. (2) Cuts: No less than once per day, once per lift, or once per 100 cubic yards, whichever results in the most frequent testing. (3) Embankments: No less than once per day, once per lift, or once per 100 cubic yards , whichever results in the most frequent testing. (4) Fills : No less than once per day, once per lift, or once per 100 cubic yards, whichever results in the most frequent testing. (5) Roadway Fills : No less than once per day, once per lift, or once per 100 cubic yards , whichever results in the most frequent testing. b) Maximum Dry Density Versus Moisture: (1) Backfill: No less than once per day, once per lift, or once per 100 cubic yards, whichever results in the most frequent testing . (2) Cuts: No less than once per day, once per lift, or once per 100 cubic yards, whichever results in the most frequent testing. (3) Embankments : No less than once per day, once per lift, or once per 100 cubic yards, whichever results in the most frequent testing. August 2010 -CONFORMED 8258A10 pwJ/Caroll o/Docume nts/ClienVTX/Fort Worth/8258A 1 O/Specifications/023 00 (Conformed) 02300-8 EARTHWORK (4) Fills: No less than once per day, once per lift, or once per 100 cubic yards , whichever results in the most frequent testing. (5) Roadway Fills: No less than once per day, once per lift, or once per 100 cubic yards , whichever results in the most frequent testing . 2 . Compliance tests : a. Periodic compliance tests will be made by the ENGINEER to verify that compaction is meeting requirements previously specified . b . Remove overburden above level at which the ENGINEER wishes to test. Backfill and recompact excavation after testing is completed. c . If compaction fails to meet specified requirements , perform remedial work by one of the following methods: 1) Remove and replace materials at proper density . 2) Bring density up to specified level by other means acceptable to the ENGINEER. d . Retesting: 1) CONTRACTOR bears the costs of retesting required to confirm and verify that remedial work has brought compaction within specified requirements. 2) CONTRACTOR's confirmation tests during performance of remedial work : Double the normal rate specified . B. Tolerances: 1. Finish grading of backfills , cuts, embankments, fills , and roadway fills: a . Perform fine grading under concrete structures such that finish surfaces are never above the grade or cross section indicated on the Drawings and are never more than 0.10 feet below. b . Provide finish surface for areas outside of structures that are within 0.10 feet of grade or cross section indicated on the Drawings . 2 . Unlined channels and basins: a. In both cut and fill , and levee and access road side slopes in cut: Vertical tolerance of none above and 3 inches below grade indicated on the Drawings on bottom and side slopes. b. On top surface of levee and access road in both cut and fill, and levee and access road side slopes in fill: Vertical tolerance of none below and 3 inches above grade indicated on the Drawings . 3. Areas which are not under structures , concrete , asphalt , roads , pavements, sidewalks, dikes, and similar facilities: a. Provide finish graded surfaces of either undisturbed soil, or cohesive material not less than 6 inches deep. b. Intent of proceeding is to avoid sandy or gravelly areas . 4. Finish grading of surfaces: a. Reasonably smooth, compacted, and free from irregular surface changes . b. Provide degree of finish that is ordinarily obtainable from blade grader operations, except as otherwise specified. c . Uniformly grade areas which are not under concrete. d . Finish ditches and gutters so that they drain readily . 3.05 ADJUSTING A. Finish grades of excavations, backfills, and fills : August 2010 -CONFORMED 8258A10 pw J/Ca rollo/Documen ts/Cli enVTX/Fort Worth/82 58A 10/Specifications/02300 (Conformed) 02300-9 EARTHWORK 1. Repair and reestablish grades to required elevations and slopes due to any settlement or erosion that may occur from action of the elements or any other cause prior to final acceptance. 3.06 PROTECTION A. Finish grades of backfills, cuts, excavations, and fills: 1. Protect newly graded areas from erosion and deterioration by action of the elements. B. Ditches and gutters: 1. Maintain ditches and gutters free from detrimental quantities of debris that might inhibit drainage until final acceptance. END OF SECTION August 2010 -CONFORMED 8258A10 pw J/Carollo/Docu ments/ClienVTX/Fort Worth/8258A 1 O/Specifications/02300 (Con formed) 02300-10 EARTHWORK SECTION 02312 CONTROLLED LOW STRENGTH MATERIAL (CLSM) PART1 GENERAL 1.01 SUMMARY A. Section includes: Controlled low strength material (CLSM). B. Related sections : 1. The Contract Documents are complementary ; what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR's responsibility for scheduling and coordinating the Work of subcontractors, suppliers , and other individuals or entities performing or furnishing any of CONTRACTOR 's Work. 3. The following Sections are related to the Work described in this Section . This list of Related Sections is prov ided for convenience only and is not intended to excuse or otherwise diminish the duty of the CONTRACTOR to see that the completed Work complies accurately with the Contract Documents . a. Section 03300 -Cast-in -Place Concrete . 1.02 REFERENCES A. ASTM International (ASTM): 1. C 31 -Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C 33 -Standard Specification for Concrete Aggregates . 3. C 39 -Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C 143 -Standard Test Method for Slump of Hydraulic Cement Concrete. 5. C 231 -Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 6. C 260 -Standard Specification for Air-Entraining Admixtures for Concrete. 7. C 618 -Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. 8. D 1557 -Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft 3{2 ,700 kN-m/m3). 1.03 SYSTEM DESCRIPTION A. Performance requirements: 1. Total calculated air content: Not be less than 8.0 percent nor greater than 12.0 percent. 2. Minimum unconfined compressive strength: Not less than 50 pounds per square inch measured at 28 days. 3. Maximum unconfined compressive strength : Not greater than 150 pounds per square inch measured at 28 days . The long-term strength (90 days) shall be limited to 200 psi such that material could be re-excavated with conventional excavation equipment in the future if necessary. August 2010 -CONFORMED 8258A10 02312-1 pw ://Ca ro!lo/Documents/ClienVTX/Fort Worth/82 58A 1 O/Specifications/023 12 (Conformed) CONTROLLED LOW STRENGTH MATERIAL (CLSM) 4. Wet density: No greater than 132 pounds per cubic foot. 5. Color: No concrete gray permitted . Submit dye or other coloration means for approval. 1.04 SUBMITTALS A. Product data : Submit data completely describi ng products . B. Sieve analysis: Submit sieve analyses of fine and coarse aggregates being used in triplicate. Resubmit at any time there is a significant change in grading of materials. C. Mix : Submit full details, including mix design calculations for mix proposed for use . D. Trial batch test data: 1. Submit data for each test cylinder. 2. Submit data that identifies mix and slump for each test cylinder. E. Cement mill tests : Include alkali content, representative of each shipment of cement for verification of compliance with specified requirements. F. Pozzolan certificate of compliance: Identify source of pozzolan and certify compliance with requirements of ASTM C 618. PART 2 PRODUCTS 2.01 MATERIALS A. Portland cement: Type II low alkali portland cement as specified in Section 03300. B. Fly ash: Class F fly ash in accordance with ASTM C 618 . C. Water: As specified in Section 03300. D. Admixture: Air entraining admixture in accordance with ASTM C 260. E. Fine aggregate : Concrete sand that does not need to be in accordance with ASTM C 33. No more than 12 percent of fine aggregate shall pass a No . 200 sieve , and no plastic fines shall be present. 2.02 MIXES A. Suggested design mix: Absolute Volume Material Weight Specific Gravity Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash 300 pounds 2.30 2.09 Water 283 pounds i 1.00 4.54 August 2010 -CONFORMED 8258A10 02312-2 pw://Ca rol lo/Docu ments/ClienVTX/Fort Worth/8258A 1 O/Specifica ti ons/02312 (Conformed} CONTROLLED LOW STRENGTH MATERIAL (CLSM) Absolute Volume Material Weight Specific Gravity Cubic Foot Fine Aggregate 2930 pounds 2 .68 8.76 Admixture 4-6 ounces -2.70 TOTAL 3,543 pounds -27.00 2.03 SOURCE QUALITY CONTROL A . Trial batch: 1. After mix design has been accepted by ENGINEER , have trial batch of the accepted mix design prepared by testing laboratory acceptable to ENGINEER. 2. Prepare trial batches using specified cementitious materials and aggregates proposed to be used for the Work . 3. Prepare trial batch with sufficient quantity to determine slump , workability, consistency, and to provide sufficient test cylinders . B. Test cylinders: 1. Prepare test cylinders in accordance with ASTM C 31 with the following exceptions : a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix . b. Do not rod the concrete mix. c. Strike off the excess material. 2 . Place test cylinders in a moist cur ing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage . 3. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: a. Perform the capping carefully to prevent premature fractures . b. Use neoprene pads a minimum of 1/2 inch thick , and 1/2 inch larger in diameter than the test cylinders. c. Do not perform initial compress ion test until the cylinders reach a minimum age of 3 days. C. Compress ion test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in accordance with ASTM C 39 except as mod ified here in: 1. The compression strength of the 4 test cylinders tested at 28 days shall be equa l to or greater than the minimum required compression strength, but shall not exceed maximum compression strength. D. If the trial batch tests do not meet the Specifications for strength or density, revise and resubmit the mix design, and prepare additional trial batch and tests. Repeat until an acceptable trial batch is produced that meets the Specifications. 1. All the trial batches and acceptability of materials shall be paid by the CONTRACTOR. 2. After acceptance , do not change the mix design without submitting a new mix design , trail batches, and test information . August 2010 -CONFORMED 8258A10 02312-3 pw ://Carollo/Documents/Clie nVTX/Fort Worth/8258A10/Specifications/02312 (Conformed) CONTROLLED LOW STRENGTH MATERIAL (CLSM) E. Determine slump in accordance with ASTM C 143 with the following exceptions : 1. Do not rod the concrete material. 2. Place material in slump cone in one semi-continuous filling operation, slightly overfill, tap lightly, strike off, and then measure and record slump. F. Contractor shall provide a 4ft x 4ft x 4ft trial batch mock-up to demonstrate flowability during placement and excavatability of the CLSM material after cure . Mock up shall be cast a minimum of 120 days prior to actual placement to allow concrete cores for verification of specified maximum compressive strengths and demonstrate excavatability . PART 3 EXECUTION 3.01 INSTALLATION A. Prior to placement, soils located below controlled low strength material placement shall be scarified to a depth of 8 inches, uniform moisture conditioned to or above the optimum moisture content, and compacted to a minimum of 95 percent relative compaction in accordance with ASTM D 1557. B. Place controlled low strength material by any method which preserves the quality of the material in terms of compressive strength and density: 1. Limit lift heights of CLSM placed against structures and other facilities that could be damaged due to the pressure from the CLSM , to the lesser of 4 feet or the lift height indicated on the Drawings. Do not place another lift of CLSM until the last lift of CLSM has set and gained sufficient strength to prevent lateral load due to the weight of the next lift of CLSM. 2. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 3. Transport and place material so that it flows easily around, beneath, or through walls , pipes, conduits , or other structures. 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the material to flow freely during placement: a . After trial batch testing and acceptance , maintain slump developed during testing during construction at all times within plus or minus 1 inch . 5. Use a slump, consistency, workability, flow characteristics , and pumpability (where required) such that when placed , the material is self-compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required . 3.02 FIELD QUALITY CONTROL A. General: 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the ENGINEER in preparing said specimens . 2. Be responsible for the care of and providing curing condition for the test specimens. B. Tests by OWNER: . 1. During the progress of construction, the OWNER will have tests made to determine whether the controlled low strength material , as being produced , August 2010 -CONFORMED 8258A10 02312-4 pw J/Ca rollo/Documents/Clie nVTX/Fort Worth/82 58A 1 O/Specifications/023 12 (Conform ed) CONTROLLED LOW STRENGTH MATERIAL (CLSM) complies with the requirements specified hereinbefore. Test cylinders will be made and del ivered to the laboratory by the ENGINEER and the testing expense will be borne by the OWNER. 2. Test cylinders: a. Prepare test cylinders in accordance with ASTM C 31 with the following exceptions : 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix. 2) Do not rod the concrete mix. 3) Strike off the excess material. b. Place the cylinders in a safe location away from the construction activ ities. Keep the cylinders moist by covering with wet burlap , or equivalent. Do not sprinkle water directly on the cylinders. c. After 2 days, place the cylinders in a protective container for transport to the laboratory for testing . The concrete test cylinders are fragile and shall be handled carefully . The container may be a box with a Styrofoam or similar lining that will limit the jarring and bumping of the cylinders . d. Place test cylinders in a moist curing room. Exercise caution in moving and transport ing the cylinders since they are fragile and will withstand only minimal bumping , banging, or jolting without damage. e. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. f. The test cylinders may be capped with standard sulfur compound or neoprene pads: 1) Perform the capping carefully to prevent premature fractures . 2) Use neoprene pads a minimum of 1/2 inch thick , and 1/2 inch larger in diameter than the test cylinders. 3) Do not perform initial compression test until the cylinders reach a minimum age of 3 days. 3. Not less than 3 cylinder specimens will be tested for each 150 cubic yards of controlled low strength material and not less than 3 specimens for each half day's placement: a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C 39 except as modified herein. b. The compression strength of the cylinders tested at 28 days shall be equal to or greater than the minimum requ ired compression strength , but shall not exceed maximum compression strength. 4. The OWNER will test the air content of the controlled low strength material. Test will be made immediately after discharge from the mixer in accordance with ASTM C 231. C. Tests by CONTRACTOR: 1. Test the slump of controlled low strength material using a slump cone in accordance with ASTM C 143 with the following exceptions: a. Do not rod the concrete material. b. Place material in slump cone in one semi-cont i nuous filling operation , slightly overfill , tap lightly, strike off, and then measure and record slump . 2 . Test the slump at the beginning of each placement, as often as necessary to keep the slump within the specified range , and when requested to do so by the ENGINEER. . August 2010 -CONFORMED 8258A10 02312-5 pw://Carollo/Docu ments/Clien t/TX/Fort Worth /8258A 1 O/Specifi cations/02312 (Con form ed ) CONTROLLED LOW STRENGTH MATERIAL (CLSM) END OF SECTION August 2010 -CONFORMED 8258A10 02312-6 pwJ/Carollo/Documents/Client/TX/Fort Worth/8258A 1 O/Specifications/02312 (Conformed) CONTROLLED LOW STRENGTH MATERIAL (CLSM) SECTION 02314 LOW DENSITY CONCRETE BACKFILL PART 1 GENERAL 1.01 SUMMARY A. Section Includes: Low density concrete backfill. B. Related Sections: 1. Section 03300 -Cast-in-Place Concrete . 1.02 REFERENCES A. American Society for Testing and Materials (ASTM): 1. C 150 -Specification for Portland Cement. 1.03 SYSTEM DESCRIPTION A. Performance Requirements : 1. Low Density Concrete Backfill : a. Dry in-place density of not less than 30 pounds per cubic foot and not more than 36 pounds per cubic foot. b. Twenty-eight-day compressive strength of not less than 120 pounds per square inch . 1.04 SUBMITTALS A. Submit proposed mix design for Engineer's review a minimum of two weeks prior to start of low density concrete backfill work. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Pregenerated Foam: One of the following or equal: 1. Mearl Corporation , Roselle Park, N.J., Mearl Geofoam Liquid. 2.02 MATERIALS A. Low Density Concrete Backfill Components: 1. Type II low alkali Portland cement. 2 . Water as specified in Section 03300. 3. Aggregate: Pregenerated foam , vermiculite , or other low weight aggregate material which will conform to the strength and density requirements specified herein . August 2010 -CONFORMED 8258A10 pw ://Car()lo/Documents/Clie nVTX/Fort Worth/8258A 1 O/Specifications/0231 4 (Conform ed) 02314-1 LOW DENSITY CONCRETE BACKFILL PART3 EXECUTION 3.01 INSTALLATION A. General : 1. Install low dens ity concrete backfill as a nonstructura l backfill material as ind icated on the Drawings and specified . 2 . Preformed foam shall be added to the truck at the job-site. 3. Consider the use of progressing cavity (non-pulsating) pumps for pumping the mixture . 4 . Place low density concrete backfill in maximum 4 '-0 " lifts . Each lift shall be allowed to cure prior to the next lift placement. 5 . Low density concrete backfill shall not be placed against foundation walls until all supporting walls , slabs , beams have attained their 28-day strength unless proper bracing is designed and installed by contractor. 6 . Place low density concrete backfill in a manner so that minimal consolidation of the material occurs during and after placement. a. Monitor wet density of the placed low density concrete backfill , and submit data on a daily basis. b. At no time shall wet density exceed 48 pounds per cubic foot. 3.02 FIELD QUALITY CONTROL A . Testing Laboratory Services: 1. The CONTRACTOR shall employ a qualified Testing Laboratory to determine the low density concrete mix design and dosage of foaming agent (as measured in minutes of foam injection per cubic yard of concrete) as requ i red to achieve the maximum dry density. 2. The Testing laboratory shall determine the wet density at which the specified dry density is obtained, taking into account pumping, mixing , temperature , humidity, etc . 3. During construction , the Testing Laboratory shall determine the wet density of every truck load, and the foam injection adjusted as deemed necessary to obtain the specified dry density. 4. Testing during placement: Make one strength test (four cylinders) for each 50 cubic yards or fraction thereof, of each mix design placed in one day. END OF SECTION August 2010 -CONFORMED 8258A10 pw J/Caroll o/Docu ments/ClienVTX/Fort Worth /8258A 1 O/Specifications/02314 (Conformed) 02314-2 LOW DENSITY CONCRETE BACKFILL PART1 GENERAL SECTION 02318 TRENCHING 1.01 SUMMARY A. Section includes : Trench excavation, fine grading , pipe bedd ing , backfilling , and compaction for the following , including requirements for ditch crossings : 1. Pipes. 2. Direct buried electrical and control conduits. 3. Electrical and control duct banks . 4. Manholes, valves , or other accessories . 5. Potable water pipe appurtenances. B. Related sections: 1. The Contract Documents are complementary ; what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR 's responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other ind ividuals or entities performing or furnishing any of CONTRACTOR's Work. 3. The following Sections are related to the Work described in this Section . This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise dim inish the duty of the CONTRACTOR to see that the comp leted Work complies accurately with the Contract Documents: a . Section 02050 -Basic Site Materials and Methods . b. Section 02240 -Dewatering . c . Section 02312 -Controlled Low Strength Material (CLSM). d. Section 02300 -Earthwork. e. Section 15956 -Piping Systems Testing . 1.02 REFERENCES A. ASTM International (ASTM): 1. D 1556 -Standard Test Method for Density and Unit Weight of Soil in Place by the Sand Cone Method. 2. D 1557 -Standard Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort (56 ,000 ft-lbf/ft3 (2,700 kN-m/m 3 )). 3. D 2922 -Standard Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). 4. D 3017 -Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). 1.03 SUBMITTALS A. Testing Lab : CONTRACTOR to submit proposed testing laboratory capabilities and equipment. August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documen ts/ClienVTX/Fort Worth/8258A 1 O/Specifications/0231 8 (Conrormed) 02318-1 TRENCHING B. Test Reports: Submit certified test reports of all tests specified to be performed by the CONTRACTOR. Test reports shall be signed and sealed by a registered engineer who pract ices geotechnical engineering registered in the state of where the project is located. C . Trench Safety Plan: Submit trench safety plan prior to start of construction. Trench safety plan shall be signed and sealed by a registered engineer who practices trench safety engineering registered in the state of where the project is located . 1.04 QUALITY ASSURANCE A. Initial compaction demonstration: PART2 1. Adequacy of compaction equipment and procedures : Demonstrate adequacy of compaction equipment and procedures before exceeding any of following amounts of earthwork quantities: a. 200 linear feet of trench backfill. 2. Compaction sequence requirements : Until specified degree of compaction on previously specified amounts of earthwork is achieved, do not perform additional earthwork of the same kind. 3. After satisfactory conclusion of initial compaction demonstration and at any time during construction, provide confirmation tests as specified under "FIELD QUALITY CONTROL. II PRODUCTS 2.01 MATERIALS A. Soil and rock materials: 1. Aggregate base course material: As specified in Section 02050. 2. Gravel : As specified in Section 02050. 3. Native material: As specified in Section 02050 . 4. Sand: As specified in Section 02050 . 5. Select material : As specified in Section 02050. PART 3 EXECUTION 3.01 PREPARATION A. General: 1. Embankment condition: a . Exists where width of trench exceeds limits specified herein. b. Before laying pipes in fill, place fill and compact it to not less than 2 feet above top of pipe. c. After placing and compacting fill, excavate pipe trench through fill. B. Protection : Stabilize trench excavations as specified in Section 02260 . C. Safety: Follow the trench safety plan throughou~ the construction process. August 2010 -CONFORMED 8258A10 pwJ/Carol lo/Documents/Clie nVTX/Fort Worth/8258A 1 O/Specifications/02318 (Co nform ed ) 02318-2 TRENCHING 3.02 INSTALLATION A Trench excavation : 1. General requirements: a. If, because of soil conditions, safety requirements, or other reasons, trench width at top of pipe is increased beyond width specified in this Section, upgrade laying conditions or install stronger pipe designed in conformance with Specifications for increased trench width, without additional cost to OWNER. b. Excavate bottom of trench to depth indicated on the Drawings. The bottom of the trench excavation shall be firm and dry. 2. The trench may be excavated by machinery to the grade indicated on the Drawings provided that the soil material remaining in the bottom of the trench is no more than slightly disturbed. 3. Rock: a. Pipe: If bottom of trench excavation is found to consist of rock or any material that by reason of its hardness cannot be excavated to provide uniform bearing surface, remove such rock or other material to a depth of not less than 4 inches below bottom of fine grading material. Backfill overcut with aggregate base course material compacted to 95 percent of maximum density up to bottom of fine grading material. b. Direct buried electrical and control conduits: If bottom of trench excavation is found to consist of rock or any material that by reason of its hardness cannot be excavated to provide uniform bearing surface, remove such rock or other material to a depth of not less than 4 inches below bottom of conduit bedding material. Backfill overcut with aggregate base course material up to bottom of conduit bedding material. c. Electrical and control ductbanks: If bottom of trench excavation is found to consist of rock or any material that by reason of its hardness cannot be excavated to provide uniform bearing surface, remove such rock or other material to a depth of not less than 4 inches below bottom of concrete ductbank. Backfill overcut with aggregate base course material up to bottom of concrete ductbank. 4. Overcut of trench bottom: Where the bottom of the trench is excavated below the depth indicated on the Drawings, restore trench bottom to proper grade by back filling with aggregate base course material compacted to 95 percent of maximum density, at no additional cost to OWNER. 5. Soft or unstable material: a. If bottom of excavation is found to consist of soft or unstable material which is incapable of providing proper support, remove such material to a depth and for the length required, as determined by the ENGINEER. Backfill trench to bottom of fine grading material with aggregate base course material compacted to 90 percent of maximum density. 6. Where indicated on the Drawings, cradle pipe in concrete (2.500 psi). 7. Trench widths : a. Minimum clear width of trench for pipe (measured at top of pipe): 1) For pipe sizes 4 inches to and including 24 inches : Not less than outside diameter of pipe plus 18 inches. 2) For pipe sizes larger than 24 inches: Not less than outside diameter of pipe plus 24 inches. b. Maximum clear width of trench for pipe (measured at top of pipe): August 2010 -CONFORMED 8258A10 pw://Carollo/Documents/C lien tfTX/Fort Worth/8258A 1 O/Specifica tions/0231 8 (Conformed) 02318-3 TRENCHING 1) For pipe sizes 4 inches to and including 24 inches : Not to exceed outside diameter of pipe plus 24 inches. 2) For pipe sizes larger than 24 inches : Not to exceed outside diameter of pipe plus 36 inches . 8. For manholes, valves , or other accessories: a . Provide excavations sufficient to leave at least 12 inches clear between their outer surfaces and sides of trench or shoring . b . Backfilling of manhole excavation : Conform to backfilling requirements as specified for trenches in this Section . c. Backfill under manholes, vaults , tanks, or valves with aggregate base course material. Do not backfill with soil. d . Fill any unauthorized excess excavation below elevation indicated on the Drawings for foundation of any structure with aggregate base course material at no additional cost to OWNER. 9. Potable water pipe appurtenances: a. Lay in trenches separate from those used for sewers. b . Unless otherwise specified or indicated on the Drawings, lay in trenches having cover of not less than 3 feet below surface of ground and located at distance of not less than 10 feet from any parallel sewer trench . 10. At road crossings or existing driveways : a. Make provision for trench crossings at these points, either by means of backfills, tunnels, or temporary bridges . B. Dewatering: As specified in Section 02240 . C. Pipe fine grading : 1. Schedule fine grading material as specified in this Section . 2. For pipes 16 inches in nominal diameter and under. a. Place 4 inches of fine grading material below bottom of pipe . b . Place fine grading material at uniform density, with minimum possible compaction . 3. For pipe over 16 inches in diameter. a. Place 4 inches , or 1/12 the outside diameter of pipe, whichever is greater, of fine grading material below bottom of pipe. b . Place fine grading material at uniform density, with minimum possible compaction . 4. Bell or coupling holes : a . Dig holes after trench bottom has been graded. b. Provide holes of sufficient width to provide ample room for grouting , banding, or welding. c . Excavate holes only as necessary for making joints and to ensure that pipe rests upon prepared trench bottom and not supported by any portion of the joint. 5. Depressions for joints, other than bell-and-spigot: a. Make in accordance with recommendations of joint manufacturer for particular joint used. D. Pipe bedding : 1. Schedule bedding material as specified in this Section . 2. After pipe laid : August 2010 -CONFORMED 8258A 10 pwJ/Carollo/Docu ments/ClienVTX/Fort Worth/8258 A 1 O/Specifications/023 18 (Conformed) 02318-4 TRENCHING a. Place bedding material under and around pipe in 6 inch maximum lifts of bedd ing material, to level 12 inches above top of pipe. Compact to 90 percent of maximum density. 3. Pipe displacement: a. Take necessary precautions in placement and compaction of bedding material to prevent displacement of piping. b. In event there is movement or floating of the piping, re-excavate , re-lay, and backfill the pipe. E. Trench backfill above pipe bedding , electrical and control conduit bedding, and electrical and control ductbanks: 1 . Under structures : a. Backfill trench up to underside of structure with aggregate base course material as specified in Section 02050 compacted to 95 percent of maximum density. 2 . Cuts across roadways and paved streets: a. Backfill trench to underside of pavement with aggregate base course material as specified in Section 02050 compacted to 95 percent of maximum density. 3. Under and parallel to roadways, paved areas, or storage areas: a. Backfill trench up to within 2 feet of finish grade with select material as specified in Section 02050 compacted to 95 percent of maximum density. b. Then backfill from 2 feet below finish grade to finish grade, or underside of aggregate base course or pavement as indicated on the Drawings with aggregate base course material as specified in Section 02050 , compacted to 95 percent of maximum density. 4 . In areas outside the improved section of roadways or in open country: a. Backfill to finish grade with select material as specified in Section 02050 compacted to 90 percent of maximum density. 5 . Through earth slopes adjacent to , or supporting structures: a. Backfill to finish grade with aggregate base course material or select material compacted to 95 percent of maximum density. F. Under ex isting intersecting pipes or conduits larger than 3 inches in diameter: 1. Backfill from bottom of new pipe trench to spring line of intersecting pipe or conduit with aggregate base course material, as specified in Section 02050, compacted to 90 percent of maximum density. 2. Extend aggregate base course material as specified in Section 02050 two feet on either side of intersecting pipe or conduit to ensure that material remains in place while other backfill is being placed. 3. Backfill remainder of trench as specified in "Trench backfill above pipe bedding and for conduits and duckbanks" above. G. Compaction : 1. In-place density of compacted trench backfill , and bedding determined in accordance with ASTM D 1556, or with ASTM D 2922 and ASTM D 3017. 2. Maximum density obta i ned in laboratory when tested in accordance with ASTM D 1557. 3 . Consolidation: a. Do not use water settling methods such as flooding, poling , or jetting. H . Excess material: August 2010 -CONFORMED 8258A10 pw J/Carollo/D ocu ments/Cl ienVTX/F ort Worth/82 S8A 1 O/Specifications/02318 (Conformed) 02318-5 TRENCHING 1. Remove excess excavated material from the Project site as specified in Section 02300 and dispose of legally off site. 3.03 FIELD QUALITY CONTROL A. Tests : 1. Confirmation tests: a . CONTRACTOR's responsibilities: 1 ) Accomplish specified compaction of trench backfill. 2) Control operations by confirmation tests to verify and confirm that compaction work complies , and is complying at all times, with requirements specified in this Section concerning compaction, control, and testing. 3) Cost of confirmation tests: Paid for by the CONTRACTOR. 4) Qualifications of CONTRACTOR's testing laboratory: Acceptable to ENGINEER. Provide lab certification. 5) Copies of confirmation test reports: Submit promptly to the ENGINEER. b. Frequency of confirmation testing: 1) Perform testing not less than as follows: a) For trenches: At each test location include tests for each type or class of backfill from bedding to finish grade. b) In open fields: 2 every 1,000 linear feet. c) Along dirt or gravel road or off traveled right-of-way: 2 every 500 linear feet. d) Crossing paved roads: 2 locations along each crossing. e) Under pavement cuts or within 2 feet of pavement edges: 1 location every 400 linear feet. 2 . Compliance tests: a. Frequency of testing: Periodic compliance tests will be made by the ENGINEER to verify that compaction is meeting requirements previously specified. b. If compaction fails to meet specified requirements: Perform remedial work by one of the following methods : 1) Remove and replace backfill at proper density . 2) Bring density up to specified level by other means acceptable to the ENGINEER. 3. Retesting: a. Costs of retesting: CONTRACTOR is responsible for the costs of retesting required to confirm and verify that remedial work has brought compaction within specified requirements. b. CONTRACTOR's confirmation tests during performance of remedial work: 1) Performance: Perform tests in manner acceptable to the ENGINEER. 2) Frequency: Double amount specified for initial confirmation tests. B. Piping system testing: 1. As specified in Section 15956. 3.04 SCHEDULES A. Pipe fine grading materials : 1. Fine grading material shall be the same as bedding material. August 2010 -CONFORMED 8258A 10 pwJ/Carollo/Documents/Client!TX/Fort Worth/8258A 1 O/Specifications/02318 (Confonned) 02318-6 TRENCHING B. Bedding materials: 1 . Pipes : a . For pipe less than 16-inch nominal size : Except as otherwise specified , use sand or aggregate base course material. b . For pipe from 16-inch to 48-inch nominal size: Except as otherwise specified, use sand or aggregate base course material. c . For pipe over 48 inches: Aggregate base course material. d. For polyvinyl chloride or other plastic pipe less than 2 inches in diameter: Sand . 2 . Direct buried electrical and control conduits : Sand . END OF SECTION August 2010 -CONFORMED 8258A10 pw://Ca rollo/Documents/Cli enVTX/Fort Worth/8258A 1 O/Specifi ca tions/0231 8 (Conform ed ) 02318-7 TRENCHING THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 8258A10 pw ://Carollo/Documents/ClienVTX/Fort Worth /8258A 1 O/Speci fications/02318 (Confonmed) 02318-8 TRENCHING PART1 GENERAL SECTION 027 42 ASPHALTIC CONCRETE PAVING 1.01 SUMMARY A. Section includes: Asphalt concrete pavement on prepared subgrade or aggregate base course , and on existing pavement, to lines , grades , compacted th icknesses , and cross sections indicated on the Drawings . 1.02 REFERENCES A. American Association of State Highway and Transportation Officials (AASHTO): 1. Standard Specifications for Transportat ion Materials and Methods of Sampling and Testing : a. MP1: Specification for Performance Graded Asphalt Binder. B. ASTM International (ASTM): 1. C 117 -Standard Test Method for Material Finer than 75-µm (No. 200) Sieve in Mineral Aggregates by Wash ing. 2. C 131 -Standard Test Method for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. 3. C 136 -Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates. 4. D 977 -Standard Specification for Emulsified Asphalt. 5. D 2041 Standard Test Method for Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures . 6. D 4318 -Standard Test Method for Liquid Limit, Plastic Limit , and Plasticity Index of Soils . 1.03 DEFINITIONS A. Bituminous prime coat: Consist of application of hot bituminous material on previously prepared base course . 1.04 SYSTEM DESCRIPTION A. Performance requirements : 1. Compact the asphalt concrete to at least 95 percent of the density of the theoretical maximum density in accordance with ASTM D2041. 1.05 SUBMITT ALS A. Proposed mix design and gradation of materials. B. Quality control submittals: 1. Certificate of Compliance . August 2010 -CONFORMED 8258A 10 pwJ/Carol lo/Docu ments/Cli ent/TX/Fort Worth /8258A 1O/Specifi cati on s/02742 (Conform ed) 02742-1 ASPHALTIC CONCRETE PAVING 1.06 DELIVERY, STORAGE, AND HANDLING A. Asphalt concrete delivery: 1. Transport the mixture from t he mixing plant to the point of use in vehicles having t ight bodies previously cleaned of all foreign materials. 2. Treat bodies as necessary to prevent material from sticking to the bodies. 3 . Cover each load with canvas or other suitable material of sufficient size and thickness to protect the asphalt mixture from the weather. 1.07 PROJECT CONDITIONS A. Environmental requirements: 1. Asphalt concrete : a. Place asphalt concrete only when surface is dry , when atmospheric temperature in the shade is 40 degrees Fahrenheit and rising , or above 50 degrees Fahrenheit if falling. b. Do not place asphalt concrete when weather is foggy or rainy nor when base on which material is to be placed is in wet or frozen condition. 2. Prime coat: a. Do not apply prime coat when atmospheric temperature is below 60 degrees Fahrenheit. b. Apply prime coat only when base course is dry or contains moisture not in excess of that which w ill permit un iform distribution and des ired penetration . 1.08 SEQUENCING AND SCHEDULING A. Prime coat: 1. Prior to requesting ENGINEER's acceptance for application , inspect area to be coated to determine its fitness to receive bituminous priming material. 2. Do not begin application before area to be coated has been accepted for application by the ENGINEER. PART 2 PRODUCTS 2.01 MATERIALS A. Prime coat: Use bituminous material for prime coat conforming to requirements for SC-70 and apply at temperature of 105 to 175 degrees Fahrenheit at rate of 0.3 to 0.6 gallons per square yard by use of bituminous distributor. B. Sand : Acceptable to the ENGINEER. C. Tack coat: Grade SS-1 h anionic emulsion in accordance with ASTM D 977. D. Asphalt concrete materials: 1. Asphalt cement: Conform to requirements for asphalt cement , AASHTO MP1. 2 . Mineral aggregate : a. Consist of coarse aggregate of crushyd stone or gravel composed of hard , durable particles , sand , and filler as follows : 1) Coarse aggregate: Portion of material retained on Number 8 sieve. August 2010 -CONFORMED 8258A10 pwJ/Carol lo/Documents/Clie nVTX/Fort Worth/82 58A 1O/Specifica ti on s/02742 (Conformed} 02742-2 ASPHAL TIC CONCRETE PAVING 2) Fine aggregate : That portion passing Number 8 sieve. b. Provide composite material that is uniformly graded from coarse to fine and that complies with requirements of one of following gradings when tested in accordance with ASTM C 136. c. Asphalt concrete: As indicated on the Drawings, 2 course plant mix for asphalt concrete having an overall thickness of 2 1 /2 inches or more if not indicated. If less than 2 1/2 inches asphalt concrete, use single course I t . pan mix. Plant Mix, Two Course Plant Mix, Single Course Seal, 3/4 inch Base, 1-3/4 inch 1-1/2 inch Thick Minimum Thick Minimum Thick Minimum Sieve Size 1/2" 3/8" No . 4 No . 8 No. 30 No . 100 No.200 Percent Sieve Size Percent Sieve Size Percent Passing Passing Passing 100 1-1/4" 100 3/4" 100 95 -100 1" 87 -100 1/2" 75-95 50 -70 3/4" 75-90 3/8" 65-85 35-55 3/8" 55-72 No . 4 50 -65 15 -30 No . 4 40-60 No. 8 35-50 5-15 No. 8 30-50 No. 30 15 -30 3-8 No . 30 15-30 No. 100 5 -15 No. 100 5-15 No.200 3-8 No.200 3-8 3. Coarse aggregate: a. Consist of at least 70 percent by weight of each size aggregate and consist of particles, which have at least 1 rough , angular surface produced by crushing : 1) Have percentage of wear of not more than 50 at 500 revolutions , in accordance with ASTM C 131. b. Aggregate plasticity index: Not more than 2 in accordance with ASTM D 4318. c. Sand may be added to crusher or pit run product to supply any deficiency in 8-mesh size, and filler may be added to supply any deficiency in 200-mesh material. If aggregate contains an excess of sand, wasting will be required. d . Filler: 1) Use finely powdered limestones, portland cement, or other artificially or naturally powdered mineral dust, acceptable to the ENGINEER. 2) Weigh filler and add separately to each batch at time of proportioning. 3) Use filler that is free from deleterious matter of any kind. 4) Fineness that meet the following requirements: a) Passing 50 mesh sieve: 100 percent. b) Passing 200 mesh sieve: At least 75 percent. 5) Determine amount of material passing the Number 200 sieve in accordance with ASTM C 117. August 2010 -CONFORMED 8258A10 02742-3 ASPHAL TIC CONCRETE PAVING pw://Carollo/Documents/C lienVTX/Fort Worth/8258A 1O/Specifications/02742 (Conformed) e . Provide composite aggregate that is free from vegetable matter, lumps or balls of clay , adherent films of clay, or other matter which would prevent thorough coa t ing of asphalt cement. f . Materials derived from processing demolished, or removed asphalt concrete , are not acceptable . E. Fog sealing: Asphalt emulsion , Grade SS-1h . 2.02 EQUIPMENT A. Bituminous distributor: Designed and equipped so as to distribute bituminous material un iformly at even heat on variable widths of surface at readily determined and controlled rate with pressure range of 25 to 75 pounds per square inch. B. Liquid asphalt distributor: 1. Designed and operated to distribute asphaltic material in uniform spray without atomization. 2 . Equipped with bitumeter having dial reg istering feet of travel per minute. a . Locate dial so that it is visible to truck driver so that he can maintain constant speed required for application at specified rate. 3. Equip pump with tachometer having dia l registering gallons per minute passing through nozzles. a. Locate dial so that it is readily visible to operator. 4. Provide means for accurately indicating temperature of asphaltic material in distributor at all times . a . Locate thermometer well so that it is not in contact with, or close to, heating tube. 5 . Have spray bar having normal width of application of not less than 12 feet and capable of providing for application of lesser width when necessary. 6 . Provided with hose and spray nozzle attachment for applying asphaltic material to patches and areas inaccessible to spray bar. 7 . Equipped with heating attachments and capable of circulating asphaltic material through spray bar during entire heating process. C. Asphalt concrete mixing plants: 1. Equipment: a. Use screen and storage bins at plant of sufficient capacity to furnish the necessary amount of all aggregates , when operating at the maximum capacity of the plant, with no periods of undue waiting for material. 1) Use bins consisting of at least 2 compartments, so proportioned as to insure adequate storage of appropriate fractions of the aggregate. 2) Provide each compartment wit h an overflow pipe of such size and at such location as to prevent any backing up of material into other compartments. b . Dryer: 1) Designed to heat and dry the aggregate to Specification requirements and to agitate it continuously during the heating . 2) Capable of preparing aggregates at a rate equal to the full-rated capacity of the plant. August 2010 -CONFORMED 8258A 10 pw J/Carollo/Docu ments/ClienVTX/Fort Worth/8258A 1O/Specifications/0274 2 (Confonm ed) 02742-4 ASPHALTIC CONCRETE PAVING c. Dust collector: 1) So constructed as to waste or return uniformly to the hot elevator all or any part of the material collected. d. Mixer: 1) Adequate capacity, with twin shafts. e. Thermometers: 1) Furnished for determining the temperature of the mix. f. Weighting and measuring equipment: 1) Weighing or volumetric measuring equipment of sufficient capacity. 2) Devices to permit easy readjustment of any working part needing readjustment, so that the equipment will function properly and accurately. 3) Attach scales for weighing to the bucket. 4) Test and seal all weighing equipment by a representative of the Inspector of Weights and Measures having jurisdiction, as often as the ENGINEER may deem necessary to insure accuracy. g. Tanks for storage of bituminous material: 1) Capable of heating the material under effective and positive control at all times to temperatures within the range stipulated . 2 . Asphalt concrete plant operation: a . Mineral aggregate: 1) Dry and heat mineral and then screen into at least 2 fractions and conveyed into separate compartments ready for proportioning and mixing. 2) When combined with asphalt cement: b. Aggregate: 1) Contain not more than 2 percent moisture by weight. 2) Be at a temperature within the range of that specified for the asphalt cement but not more than 25 degrees Fahrenheit above the temperature of the asphalt cement. c. Combine dry aggregate in the plant in the proportionate amounts of each fraction of aggregate required to meet the specified grading. 1) Introduce the asphalt cement into the mixer in the amount and at the temperature for the particular material being used. 2) Continue mixing for at least 30 seconds, and for such longer period as may be necessary to coat all the particles . d. When a continuous mixer is used, determine the mixing time by weight method using the following formula: 1) Mixing time in seconds = Pugmill dead capacity in pounds. 2) Pugmill output in pounds per second. D. Asphalt concrete placing equipment: 1. Use equipment for placing, spreading, shaping, and finishing asphalt concrete consisting of a self-contained power machine operating in such manner that no supplemental spreading , shaping, or finishing is required to provide surface which complies with requirements for smoothness contained in this Section. a. In areas inaccessible to the machine , hand spreading may be permitted. 2 . Furnish 1 self-propelled, pneumatic-tired roller, and one 8 ton (minimum), smooth-wheel tandem roller. August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents/Client/TX/Fort Worth/8258A 1O/Sp eci fica ti on s/02742 (Conformed) 02742-5 ASPHAL TIC CONCRETE PAVING 2.03 MIXES a. When spreading is i n excess of 100 tons per hour, furnish 1 additional roller of either type for each additional 100 tons, or fraction thereof, spread per hour. A. Asphalt cement: 1. Do not mix at temperatures lower than 275 degrees Fahrenheit nor higher than 325 degrees Fahrenheit. 2. Usual amount of asphalt cement , by weight, to be added to aggregate be 5.4 to 5.8 percent of weight of m ixture . B. Asphalt concrete: 1. Before being delivered to the site , mix aggregate with asphalt cement at central mixing plant. 2. Use mixing plants that are in good working order with no excessively worn parts and so equ ipped that: a. Temperatures of aggregates leaving dryer, of asphalt cement entering mixer, and of mix leaving mixer can be readily determined and positively controlled within Specification limits at all times . b. Weights of different sizes of aggregates and of asphalt cement as set by the ENGINEER can be consistently introduced into mixer. c. Asphalt cement can be uniformly distributed throughout mixture with aggregate completely coated. d. Mixing time can be positively controlled to minimum specified . e. Bin samples of aggregate can be readily obtained. f. Provide means of calibrating weighing devices. PART 3 EXECUTION 3.01 PREPARATION A. Protection 1. Prime coated surfaces: a. Maintain surfaces until succeeding layer of pavement has been placed. b. During this interval , protect primed surfaces against damage and repair any broken spots . B. Surface preparation : 1. Prime coat: a. Where portions of base course prepared for immediate treatment are excessively dry, sprinkle such portions lightly with water immediately in advance of prime coat application . b. Immediately following preparation of base course, apply bituminous material by means of bituminous distributor at the temperature previously specified. c. Apply priming material in manner that results in uniform distribution being obtained at all points of surface to be primed. d. Following the application of prime material, allow the surface to dry for a period of not less than 48 hours without being disturbed, or for such additional pe riod of time as may be necessary to obtain penetration into August 2010 -CONFORMED 8258A10 pw ://Carollo/Documents/ClienVTX/Fort Worth /8258A 1O/Specifications/02742 (Conformed) 02742-6 ASPHAL TIC CONCRETE PAVING the base course and drying out or evaporation of the volatiles from prime material. e. Spread sufficient sand on areas which show an excess of bituminous material to effectively blot up and cure the excess . 2. Base courses : a. Thoroughly clean base and apply prime coat before placing asphalt concrete. b. Thoroughly clean any existing base , surfacing , or pavement prior to placing plant-mixed surfacing. c. Where existing pavement is being widened or extended cut to straight vertical face and treat with asphalt paint binder prior to paving operations . d. When asphalt concrete is to be applied over existing pavement and local irregularities in existing surface would result in course of more than specified thickness , bring surface of existing pavement to uniform contour by patching with asphalt concrete thoroughly tamped or rolled until it conforms with surrounding surface , and then apply tack coat. 3.02 APPLICATION A. At existing asphalt to be paved over: Apply tack coat at minimum rate of 0.10 gallons per square yard. B. Placing and compacting asphalt concrete: 1. Placing and compacting asphalt mixture: Progress in sections generally not more than 750 linear feet in length . 2 . Spreading of mixture : a. Spread , shape , and finish by specified equipment. b. Spread each successive strip adjacent to previously spread strip. c. Do not compact minimum 6-inch width of each strip adjacent to new strip until after new strip has been placed. d. Spread as nearly continuous as possible. e. Laying against vertical surfaces such as gutters: Roughen and clean face of vertical surfaces as required for proper bonding and then paint with light coating of asphalt cement or emulsified asphalt. f. At terminations of new surface courses: Feather asphalt mixture into existing surface over such distance as may be required to produce smooth riding transition. g. Base course and single course construction: Joined by vertical butt joints, finished and rolled to smooth surface. h. Rolling: 1) Perform initial or "breakdown" rolling with tandem power roller and follow spreading operation when mixture has reached temperature where it does not "pick up" on rolls. 2) Keep rolls properly moistened but do not use surplus of water. 3) Follow initial rolling with pneumatic roller when mixture is in proper condition and when rolling does not cause undue displacement, cracking, or shoving. 4) Begin rolling at sides and progress gradually to center, lapping each preceding track until entire surface has been rolled. 5) Terminate alternate trips bf roller i n stops at least three feet distant from any preceding stop. August 2010 -CONFORMED 8258A10 pw ://Carollo/Documen ts/Clie nt/TX/Fort Worth/8258A 1O/Speci fica ti ons/02742 (Conformed ) 02742-7 ASPHAL TIC CONCRETE PAVING 6) At any place not accessible to roller, thoroughly compact mixture with tampers and finish , if necessary, with hot iron to provide uniform layer over entire width being paved . 3 . Provide finish surface having uniform texture . C. Full-depth asphalt pavement: 1. CONTRACTOR's option : a. Not permitted to use one system in one location and another system elsewhere . b. Install either asphalt and aggregate base material or full-depth asphalt pavement in areas where paving is indicated on the Drawings or specified to be 2 inches of asphalt concrete over aggregate base course. c. If option is selected to install full-depth asphalt pavement, prepare subgrade as previously specified in this Section. d. Substitute asphalt concrete for aggregate base at ratio of 1 inch of asphalt concrete to 2-1/2 inches of aggregate base material. Use full-depth asphalt pavement not less than 4 inches in thickness after compaction. e . Place asphalt concrete in courses of not more than 4 inches. f. Use compaction equipment in accordance with following course thicknesses: 1) 1 to 2 inch thickness: Minimum 8 ton roller. 2) 2 to 3 inch thickness : Minimum 10 ton roller. 3) 3 to 4 inch thickness : Minimum 12 ton roller. 2. Pneumatic rollers used for in itial or secondary rolling: Use 12 to 15 tons with tires capable of 90 pounds per square inch inflation pressure . 3. Asphalt concrete for full-depth asphalt pavement: a . Asphalt concrete as previously specified in this Section. b. Apply bituminous prime coats where full-depth asphalt pavement is installed. c. CONTRACTOR's option : If CONTRACTOR elects to use full-depth asphalt pavement, at road shoulders reduce aggregate base course to minimum aggregate thickness of 4 i nches. 4. Except for asphalt thickness , aggregate base course thickness and prime coating , full-depth asphalt pavement comply with requirements of this Section . 3.03 FIELD QUALITY CONTROL A. Placement: 1. Place the mixture on the roads , pavements, or walks at a temperature not less than 225 degrees Fahrenheit. B. Tests : 1. Provide sampling and control testing for the asphalt concrete. a. The type and size of the samples: Suitable to determine conformance with stability, density, th ickness, compaction, and other specified requirements . b. Use an approved power saw or core drill for cutting samples . c. Furnish all tools , labor, and materials for cutting samples, testing, and replacing the pavement where samples were removed. d . Take a minimum 1 sample per 200 tons of asphalt concrete placed. August 2010 -CONFORMED 8258A 10 pw ://Carollo/Docum en ts/Clie nVTX/Fort Worth/82 58 A 1O/Specifications/027 42 (Conformed) 02742-8 ASPHAL TIC CONCRETE PAVING C. Inspection: 1. Asphalt concrete: a . Test with a 10-foot straightedge laid on the surface parallel with the centerline of the road: Variation of the surface from the testing edge of the straightedge not to exceed 1/4 inch. END OF SECTION August 2010 -CONFORMED 8258A10 pw1/Carol1o/DOCtJments/C1ienVTX/Fort Worth/8258A 10/Speciflcations/02742 (Co nfonmed) 02742-9 ASPHALTIC CONCRETE PAVING THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 8258A10 pw://Carollo/Documents/ClienVTX/Fort Worth/8258A 1O/Specificati ons/02742 (Conformed) 02742-10 ASPHAL TIC CONCRETE PAVING SECTION 02772 CONCRETE CURBS, GUTTERS, AND SIDEWALKS PART 1 GENERAL 1.01 SUMMARY A. Section Includes: Concrete curbs, gutters, sidewalks, driveways, access ramps, and alley intersections . B. Related Sections: 1. Section 03150 -Concrete Accessories . 2. Section 03300 -Cast-In-Place Concrete. 1.02 SYSTEM DESCRIPTION A. Performance Requirements: Construct various types of concrete curb, gutter, sidewalk, driveways and alley intersections to dimensions and details indicated on the Drawings. 1.03 SUBMITTALS A. Product Data: Submit data completely describing products. B. Samples : Submit samples when requested. PART 2 PRODUCTS 2.01 MATERIALS A. Concrete: Class A, conforming to the applicable requirements of Section 03300. B. Curb Finishing Mortar: 1 part portland cement to 2 parts sand. C. Form Release Material: Light oil or other releasing agent of type which does not discolor concrete or interfere with the application of finishing mortar to curb tops and faces. D. Joint Materials: 1. Expansion: Comply with requirements as specified in Section 03150. 2. Construction: Steel dividers or plastic inserts. PART 3 EXECUTION 3.01 EXAMINATION A. Verification of Conditions: August 2010 -CONFORMED 8258A10 02772-1 pwJ/Carollo/Documents/ClienVTX/Fort Worth/82 58A 1 O/Specifications/02772 (Conformed) CONCRETE CURBS, GUTIERS, AND SIDEWALKS 1. Verify field conditions, including subgrade condition and interferences , before beginning construction . 3.02 PREPARATION A. Surface Preparation: 1. Subgrade: a. Construct and compact true to grades and lines indicated on the Drawings and requirements as specified Sect ion 02722 . b. Remove soft or unsuitable material to depth of not less than 6 inches below subgrade elevation and replace with satisfactory material. 2. Forms and Subgrade : Water immediately in advance of placing concrete. 3.03 INSTALLATION A. Special Techniques : 1. CONTRACTOR's Option : a . Construct concrete curbs and gutters by conventional use of forms, or by means of curb and gutter machine when acceptable to the ENGINEER. b . When use of machines designed specifically for work of this Section are accepted by the ENGINEER , results must be equal to or better than those produced by use of forms. c. Applicable requirements of construction that apply to use of forms also apply to use of machines. d . Discontinue use of machines when results are not satisfactory to the ENGINEER. B. Forms : 1. Carefully set to line and grade and securely stake in position forms conforming to dimensions of items to be constructed . 2. Thoroughly clean prior to each use and coat with form releasing material. C. Expansion and Contraction Joints: 1. Expansion Joints : a . Construct vertically, and at right angles to centerline of street and match joints in adjacent pavement or sidewalks . b. Constructed at radius points, driveways , alley entrances, and at adjoining structures . c. Fill joints with expansion joint filler material. 2 . Contraction Joints: a . Constructed not more than 15 feet apart. b. Make joints of construction joint material, scoring or saw cutting to depth of not less than 1-1/2 inches and matching joints in adjacent pavement or sidewalk. D. Concrete: 1. Placing: a . Thoroughly spade concrete away from forms so that no rock pockets exist next to forms and so that no coarse aggregate will show when forms are removed. 2 . Compacting: a . Compact by mechanical vibrators accepted by the ENGINEER. August 2010 -CONFORMED 8258A10 02772-2 pw ://Ca rollo/Docu ments/ClienVTX/Fort Worth /8258A 10/Specifications/02 772 (Conformed) CONCRETE CURBS, GUTTERS, AND SIDEWALKS b. Continue tamping or vibrating until mortar flushes to surface and coarse aggregate is below concrete surface. 3 . Form Removal: a. Front Form Faces: Do not remove before concrete has taken initial set and has sufficient strength to carry its own weight. b. Gutter and Rear Forms: Do not remove until concrete has hardened sufficiently to prevent damage to edges. Take special care to prevent damage. 4 . Finishing and Curing: Comply with requirements as specified in Section 03366 except as modified here : a. As soon as curb face forms are stripped, apply finishing mortar to the top and face of curb and trowel to a smooth, even finish . Finish with fine haired broom in direction of work. b. Where curb is installed without integral gutter, extend finish 2 inches below grade. c . Edge concrete at expansion joints to 1 /4 inch radius. d. Flow lines of gutters shall be troweled smooth 4 inches out from curb face for integral curb and gutter and 4 inches on both sides of flowline for gutters without curbs. E. Backfilling : 1. Unless otherwise specified , backfill behind curbs, gutters, or sidewalks with soil native to area and to lines and grades indicated on the Drawings. 3.04 FIELD QUALITY CONTROL A. Tests: 1. Curbs and Gutters: a. Test face, top, back, and flow line with 10 foot straightedge or curve template longitudinally along surface. b. Correct deviations in excess of 1/4 inch. 2. Gutters: a. Frequency of Testing: When required by the ENGINEER, where gutters have slope of 0 .8 foot per hundred feet or less, or where unusual or special conditions cast doubt on capability of gutters to drain. b. Test Method: Establish flow in length of gutter to be tested by supplying water from hydrant, tank truck, or other source. c. Required Results : 3.05 ADJUSTING 1) 1 hour after supply of water is shut off, inspect gutter for evidence of ponding or improper shape. 2) In event water is found ponded in gutter to depth greater than 1/2 inch, or on adjacent asphalt pavement, correct defect or defects in manner acceptable to the ENGINEER without additional cost to the Contract. A. Repair portions of concrete damaged while stripping forms or, when damage is severe, replace such work at no additional cost to the Contract. Evidence of repairs shall not be noticeable in the finished product. August 2010 -CONFORMED 8258A10 02772-3 pw ://Carollo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specifications/02772 (Conformed) CONCRETE CURBS, GUTTERS , AND SIDEWALKS B. Remove and replace sections of work deficient in depth or not conforming to requirements indicated on the Drawings and specified in the Specifications at no additional cost to the Contract. Removal and replacement shall be the complete section between 2 joints. END OF SECTION August 2010 -CONFORMED 8258A10 02772-4 pwJ/Carol lo/Documents/Cl ienVTX/Fort Worth /82 58A 1 O/Specificati on s/0 2772 (Conformed ) CONCRETE CURBS, GUTIERS, AND SIDEWALKS SECTION 02952 PAVEMENT RESTORATION AND REHABILITATION PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Resurfacing roads and paved surfaces in which surface is removed or damaged by installation of new work. B. Related Sections: 1. Section 027 42 -Asphaltic Concrete Paving. 2 . Section 03300 -Cast-in-Place Concrete. 1.02 SYSTEM DESCRIPTION A. Performance Requirements: 1. Limiting Dimensions: a. Determine the exact lengths and dimensions of such roads, pavements, parking areas, and walks that will require removal and replacement for new work. b. Join existing surfaces to terminals of new surfacing in smooth juncture. 1.03 SUBMITTALS A. Mix Designs: 1. Prior to placement of asphalt concrete, submit full details , including design and calculations for the asphalt concrete mix proposed. 2 . Submit gradation of aggregate base. 3. Submit proposed mix design of portland cement concrete. PART 2 PRODUCTS 2.01 MATERIALS A. Aggregate Base Course: As specified in Section 02722. B. Asphalt Pavement: As specified in Section 027 42. C. Portland Cement Concrete Replacement Material: Class A concrete as specified in Section 03300 . 2.02 EQUIPMENT A. Roads, Pavements, Parking Areas, and Walks: 1. Equipment Requirements: Good condition, capable of performing work intended in satisfactory manner. August 2010 -CONFORMED 8258A10 02952-1 pw ://Carollo/Documents/ClienUTX/Fort Worth/8258A 1 O/Specifications/02952 (Conformed) PAVEMENT RESTORATION AND REHABILITATION 2.03 ACCESSORIES A. Material for Painting Asphalt Concrete Pavement: Tack coat as specified in Section 027 42 . PART 3 EXECUTION 3.01 INSTALLATION A. Aggregate Surface Removal Replacement: 1. When trench cut is in aggregate surfaced areas, replace aggregate base course material with material matching existing material compacted to 95 percent of its maximum density. B. Pavement Removal and Temporary Asphalt Replacement: 1. Install temporary asphalt pavement or first course of permanent pavement replacement immediately following backfilling and compaction of trenches that have been cut through existing pavement. 2. Except as otherwise provided, maintain this temporary pavement in safe and reasonably smooth condition until required permanent pavement is installed. 3. Remove and dispose of temporary paving from project site. 4. Where longitudinal trench is partly in pavement, replace pavement to original pavement edge, on a straight line, parallel to centerline of roadway. 5. Where no part of longitudinal trench is in pavement, surfacing replacement shall only be required where existing surfacing materials have been removed . C. Asphalt Pavement Replacement: 1. Replace asphalt pavement to same thickness as adjacent pavement and match as nearly as possible adjacent pavement in texture, unless otherwise indicated on the Drawings . 2. Cut existing asphalt pavements to be removed for trenches or other underground construction by wheel cutter, clay spade, or other device capable of making neat, reasonably straight and smooth cut without damaging adjacent pavement. Cutting device operation shall be subject to acceptance of ENGINEER. 3. Cut and trim existing pavement after placement of required aggregate base course and just prior to placement of asphalt concrete for pavement replacement, and paint trimmed edges with material for painting asphalt concrete pavement immediately prior to constructing new abutting asphalt pavements. No extra payment will be made for these items, and all costs incurred in performing this work shall be incidental to pipe laying or pavement replacement. 4. Conform replacement of asphalt pavement to contour of original pavement. D. Portland Cement Concrete Pavement Replacement: 1. Where trenches lie within portland cement concrete section of streets, alleys, sidewalks, and similar concrete construction, saw cut such concrete (to a depth of not less than 1-1/2 inches) to neat, vertical, true lines in such manner adjoining surfaces are not damaged . , 2 . Place portland cement concrete replacement material to dimension as indicated on the Drawings . August 2010 -CONFORMED 8258A10 02952-2 pw://Carollo/Oocuments/Client/TX/Fort Worth/8258A 1 O/Specifications/02952 (Conformed) PAVEMENT RESTORATION AND REHABILITATION 3. Provide expansion joints that match existing . 4 . Before placing replacement concrete, thoroughly clean edges of existing pavement and wash with neat cement and water. 5. Surface Finish: Wood float finish . E. Curb, Gutter, and Sidewalk Replacement: 1. Where any concrete curb, gutter, or sidewalk has been removed or displaced, replace to nearest construction joints with new Class A curb, gutter, or sidewalk to same dimensions and finish as original construction that was removed: a. Provide expansion joints of same spacing and thickness as original construction. 3.02 FIELD QUALITY CONTROL A. Tests: 1. Asphalt concrete as specified in Section 027 42 . 2. Concrete as specified in Section 03300 . B. Inspection: 1. Asphalt Concrete: a. Lay 10-foot straightedge parallel to centerline of trench when the trenches run parallel to street, and across pavement replacement when trench crosses street at angle. b. Remove and correct any deviation in cut pavement replacement greater than 1/4 inch in 10 feet. 2. Portland Cement Concrete Replacement Pavement: a. Lay 10 foot straightedge either across pavement replacement or longitudinal with centerline of gutter or ditch. b. Remove and correct any deviation in cut pavement replacement greater than 1/4 inch in 10 feet. END OF SECTION August 2010 -CONFORMED 8258A10 02952-3 pwJ/Carollo/Documents/ClienVTX/Fort Worth /8258A 1 O/Specifications/02952 (Conformed) PAVEMENT RESTORATION AND REHABILITATION THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 8258A10 02952-4 pw ://Carollo/Documents/Cl ient/TX/Fort Worth/8258A 10/Specifications/02952 (Conformed) PAVEMENT RESTORATION AND REHABILITATION SECTION 03055 EPOXY BONDING REINFORCING BARS AND ALL THREAD RODS IN CONCRETE PART1 GENERAL 1.01 SUMMARY A. Section includes: Bonding reinforcing bars and all thread rods in concrete using epoxy adhesive. B. Related sections: 1. The Contract Documents are complementary ; what is called for by one is as binding as if called for by all. 2. It is the CONTRACTOR's responsibility for scheduling and coordinating the Work of subcontractors , suppliers, and other individuals or entities performing or furnishing any of CONTRACTOR's Work. 3. The following Sections are related to the Work described in this Section. This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the CONTRACTOR to see that the completed Work complies accurately with the Contract Documents . a. Section 01410 -Regulatory Requirements. b. Section 03200 -Concrete Reinforcement. c. Section 05120 -Structural Steel. 1.02 REFERENCES A. American National Standards Institute (ANSI): 1. Standard B212 .15 -Carbide Tipped Masonry Drills and Blanks for Carbide Tipped Masonry Drills. B. ASTM international (ASTM): 1. C 881 -Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete . C. ICC Evaluation Service, Inc. (ICC-ES): 1. AC308 -Acceptance Criteria for Post-Installed Adhesive Anchors in Concrete Elements. D. Society for Protective Coatings (SSPC): 1. Surface Preparation Standards (SP) a. SP-1 -Solvent Cleaning . 1.03 SUBMITT ALS A. Product Data: Furnish technical data for epoxy adhesives, including: 1. Installation instructions. 2. Independent laboratory test results. 3. Handling and storage instructions. August 2010 -CONFORMED 8258A10 pw:1/Carollo/Documents/ClienVTX/Fort Worth/8258A 10/Speci fications/03055 (Conformed) 03055-1 EPOXY BONDING REINFORCING BARS AND ALL THREAD RODS IN CONCRETE B. Quality control submittals: 1. Epoxy manufacturer's past project experience data on at least 3 similar projects supplied with proposed products within the last 3 years . 2. Special inspection : Provide detailed step-by-step instructions for the special inspection procedure in accordance w it h the building code as specified in Section 01410 . 3. ICC Evaluation Service , Inc ., Evaluation Services Report in compliance with the AC308-Acceptance Criteria for Post-Installed Adhesive Anchors in Concrete Elements . 1.04 DELIVERY, STORAGE, AND HANDLING A. Storage and protection. 1. Store epoxy components on pallets or shelving in a covered-storage area . 2. Control temperature above 60 degrees Fahrenheit and dispose of product if shelf life has expired . 3. If stored at temperatures below 60 degrees Fahrenheit, test components prior to use to determine if they still meet specified requirements . 1.05 PROJECT CONDITIONS A. Seismic design category: D. PART 2 PRODUCTS 2.01 GENERAL A. Like items of materials : Use end products of one manufactu rer in order to achieve structural compatibility and singular responsibility. 2.02 EPOXY ADHESIVE FOR SELF-CONTAINED CARTRIDGE SYSTEM A. Epoxy adhesive shall have a current ICC Evaluation Service report documenting acceptance under AC308 for use with cracked concrete and for the seismic design categories specified . B. Materials: 1. In accordance with ASTM C 881 , Type IV , Grade 3, Class B or C depending on site conditions. 2. 2-component, 100 percent solids, insensitive to moisture, and gray in color. 3. Cure temperature , pot life , and workability : Compatible with intended use and environmental conditions . C . Packaging : 1. Furnished in side-by-side cartridges with resin and hardener components isolated until mixing through manufacturer's static mixing nozzle . Nozzle des igned to thoroughly blend the components for injection from the nozzle directly into prepared hole . August 2010 -CONFORMED 8258A10 pw ://Carollo/Docu ments/ClienVTX/Fort Worth/82 58A 1 O/Specifications/03055 (Conformed} 03055-2 EPOXY BONDING REINFORCING BARS AND ALL THREAD RODS IN CONCRETE 2 . Container markings: Include manufacturer's name, product name , batch number, mix ratio by volume, product expiration date, ANSI hazard classification, and appropriate ANSI handling precautions . D. Manufacturers: One of the following: 1. Hilti, Inc., Tulsa, OK: RE 500-SD. 2. Simpson Strong-Tie Company, Inc ., Pleasanton , CA: SET-XP. 2.03 ALL THREAD RODS A . Materials: As specified in Section 05120. 2.04 REINFORCING BARS A. As specified in Section 03200. PART 3 EXECUTION 3.01 GENERAL A. Provide Epoxy Adhesive Packaged as Follows: 1. Disposable, self-contained cartridge system capable of dispensing both epoxy components in the proper mixing ratio, and fit into a manually or pneumatically operated caulking gun. 2. Dispense components through a mixing nozzle that thoroughly mixes components. 3.02 HOLE SIZING AND INSTALLATION A. Drilling holes: 1. Determine location of reinforcing bars or other obstructions with a non- destructive indicator device, and mark locations with construction crayon on the surface of the concrete. 2 . Do not damage or cut existing reinforcing bars, electrical conduits, or other items embedded in the existing concrete without acceptance by ENGINEER. B. Hole drilling equipment: 1. Electric or pneumatic rotary impact type with medium or light impact. 2. Drill bits : Carbide-tipped in accordance with ANSI B212-15 unless otherwise recommended by the manufacturer or required as a "condition of use" in the ICC Evaluation Report submitted. 3. Hollow drill bits with flushing air systems are preferred. Air supplied to hollow drill bits shall be free of oil, water, or other contaminants that will reduce bond. 4. Where edge distances are less than 2 inches, use lighter impact equipment to prevent microcracking and concrete spalling during drilling process . C. Hole diameter: Reinforcing bar diameter or all thread rod diameter plus 1/8 inch. August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents/C li enVTX/Fort Worth/8258A 1 O/Specifications/03055 (Conformed ) 03055-3 EPOXY BONDING REINFORCING BARS AND ALL THREAD RODS IN CONCRETE D. Obstructions in drill path : 1. If an existing reinforcing bar or other obstruction is hit while drilling hole, stop drilling hole and fill the hole with drypack mortar . Relocate the hole to miss the obstruction and drill another hole. Repeat the above until the hole has been drilled to the required depth. 2. Avoid drilling an excessive number of holes in an area of a structural member, which would excessively weaken the structural member and endanger the stability of the structure . Drypack holes which hit obstructions and allow drypack to reach strength equal to the ex isting concrete before drilling adjacent holes. Epoxy grout may be substituted for drypack when acceptable to ENGINEER. 3. When existing reinforcing steel is encountered during drilling and when acceptable to ENGINEER, enlarge the hole by 1/8 inch, core through the existing reinforcing steel at the larger diameter, and resume drilling at original hole diameter. 4. Bent bar reinforcing bars : Where edge distances are critical , and striking reinforcing steel is likely, and if acceptable to ENGINEER, drill hole at 10 degree angle or less from axis of reinforcing bar or all thread rod being installed. E. Install reinforcing bars and all thread rods to depth, spacings, and locations as indicated on the Drawings. 1. Do not install epoxy bonded all-thread rods or reinforcing bars in overhead applications . F. Cleaning holes : 1. Insert long air nozzle into hole and blow out loose dust. Use compressed air that is free of oil, water, or other contaminants that will reduce bond. 2. Use a stiff bristle brush to vigorously brush hole to dislodge compacted drilling dust. 3. Repeat step 1. 4 . Repeat above steps as required to remove drilling dust or other material that will reduce bond . The hole shall be clean and dry. G. Cleaning reinforcing bars and all thread rods: 1. Solvent clean reinforcing bar and all thread rods over the embedment length in accordance with SSPC SP-1 Solvent Cleaning. Provide an oil and grease free surface to promote bonding of adhesive to steel. 2. Clean reinforcing bars and all thread rods over embedment length to bare metal. The reinforcing bars and all thread rods shall be free of oil , grease , paint, dirt, mill scale, rust, or other coatings that will reduce bond . H. Filling hole with epoxy: 1. Fill hole with epoxy before inserting the reinforcing bar or all thread rod. Fill hole with epoxy starting from bottom of hole. Fill hole without creating air voids. 2. Fill hole with sufficient epoxy so that excess epoxy is extruded out of the hole when the reinforcing bar or all thread rod is inserted into the hole. 3. Do not install epoxy prior to receiving epoxy manufacturer's onsite training. August 2010 -CONFORMED 8258A10 pw://Carollo/Docu ments/Clie nt/TX/Fort Worth/8258A 1 O/Specifications/03055 (Conformed) 03055-4 EPOXY BONDING REINFORCING BARS AND ALL THREAD RODS IN CONCRETE 3.03 MANUFACTURERS' SERVICES A . Furnish manufacturer's representative to conduct jobsite training for proper installation , handling , and storage of epoxy , for personnel who will perform actual installation . ENGINEER may attend training sessions . 3.04 FIELD QUALITY CONTROL A. Testing laboratory hired by OWNER will : 1. Review epoxy manufacturer's recommended special inspection procedures . 2. Periodically inspect hole-drilling operations for conformance with Contract Documents and manufacturer's recommendations . 3. Certify in writing to the ENGINEER that depth and location of holes conform to the requirements in the Contract Documents prior to placement of epoxy. 4 . Continuously inspect placement of epoxy and reinforcing bars installation . A. Qual ity control testing: Testing Laboratory will provide a quality control testing program for reinforcing bars bonded in holes drilled in concrete using epoxy : 1. Test locations and frequency will be at laboratory's discretion , unless otherwise directed by the ENGINEER, subject to the following minimum requirements : a . Perform at least 10 percent of total number of dowels installed . b. Test a minimum of 3 reinforcing bars for each reinforcing bar type. c . Perform tests at different locations and conditions to obtain a representative sample for each reinforcing bar s ize . 2. Quality control tests shall be tension tests : a. Test in tension to 60 percent of specified yield strength . b. Quality control test loads may be mod ified by the ENGINEER based on the proof test load tests . c. Maintain quality control test load for a minimum of 5 minutes. d . There shall be no loosen ing or movement of the reinforcing bar out of the hole and no cracking or spalling of the concrete in which the reinforcing bar is set. 3. For reinforcing bar failing to meet these criteria , increase quantity of quality control testing of similar reinforcing bars by 100 percent. If other failures occur during additional testing , test all similar reinforcing bars . B . Replace failed reinforcing bars at the direction of the ENGINEER at no addit ional cost. C . Pay for increased quality control testing and reinforcing bar replacement caused by reinforcing bar fa ilure . D. For reinforcing bars that break off above the surface of the concrete or less than 2 inches below the surface of the concrete , cut off 2 inches below the surface of the concrete and repair concrete . E. The concrete shall be repaired where the bars pull out of the hole or break below the surface of the conc rete and spall the concrete . August 2010 -CONFORMED 8258A10 pwJ/Carollo/Docu ments/Cli enVTX/Fort Worth/8258A10/Specifi cati ons/03055 {Conformed) 03055-5 EPOXY BONDING REINFORCING BARS AND ALL THREAD RODS IN CONCRETE 3.05 FIELD QUALITY CONTROL A . Testing laboratory hired by OWNER w ill: 1. Review epoxy manufacturer's recommended special inspection procedures . 2. Periodically inspect hole-drilling operations for conformance with Contract Documents and manufacturer's recommendations. 3. Certify in writing to t he ENGINEER that depth and location of holes conform to the requirements in the Contract Documents prior to placement of epoxy. 4 . Continuously inspect placement of epoxy and reinforcing bars installation . B. Testing laboratory will proof test reinforcing bars in tension after curing : 1. Test locations will be at laboratory's discretion, unless otherwise directed by the ENGINEER, subject to the following minimum requirements: a. For each reinforcing bar type , perform the minimum number of proof tests indicated on the Drawings. b. Proof test each reinforcing bar type to failure . c . Perform proof tests at locations similar to where reinforcing bars will . be installed. 2. Load at failure shall be greater than proof test load, indicated on the Drawings, for each reinforcing bar type. - 5. No further placement of reinforcing bar type shall occur until proof tests are passed. 6. Should any reinforcing bar type fail to meet these criteria, notify the ENGINEER immediately. Retest additional reinforcing bars at the direction of the ENGINEER. C. Quality control testing: Testing Laboratory will provide a quality control testing program for reinforcing bars bonded in holes drilled in concrete using epoxy: 1. Test locations and frequency will be at laboratory's discretion, unless otherwise directed by the ENGINEER, subject to the following minimum requirements: a. Perform at least 1 O percent of total number of dowels installed . b. Test a minimum of 3 reinforcing bars for each reinforcing bar size. c. Perform tests at different locations and conditions to obtain a representative sample for each reinforcing bar type. 2. Quality control tests shall be tension tests: a. Test in tension to 60 percent of specified yield strength. b. Quality control test loads may be modified by the ENGINEER based on the proof test load tests. c. Maintain quality control test load for a minimum of 5 minutes. d. There shall be no loosen ing or movement of the reinforcing bar out of the hole and no cracking or spalling of the concrete in which the reinforcing bar is set. 3. For reinforcing bar failing to meet these criteria, increase quantity of quality control testing of similar reinforcing bars by 100 percent. If other failures occur during additional testing, test all similar reinforcing bars. D. Replace failed reinforcing bars at the direction of the ENGINEER at no additional cost. August 2010 -CONFORMED 8258A10 pw J/Carollo/Documents/ClienVTX/Fort Worth/82S8A 1 O/Specifications/030 55 (Co nformed) 03055-6 EPOXY BONDING REINFORCING BARS AND ALL THREAD RODS IN CONCRETE E. Pay for increased quality control testing and reinforcing bar replacement caused by reinforcing bar failure . F. For reinforcing bars that break off above the surface of the concrete or less than 2 inches below the surface of the concrete , cut off 2 inches below the surface of the concrete and repair concrete. G. The concrete shall be repaired where the bars pull out of the hole or break below the surface of the concrete and spall the concrete. END OF SECTION August 2010 -CONFORMED 8258A10 pw J/Carollo/Documents/C li ent/TX/Fort Worth/8258A 1 O/Specifications/03055 (Conformed) 03055-7 EPOXY BONDING REINFORCING BARS AND ALL THREAD RODS IN CONCRETE THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 8258A10 pw://Carollo/Documents/ClienVTX/Fort Worth/82S8A 1 O/Specifications/03055 (Conformed) 03055-8 EPOXY BONDING REINFORC ING BARS AND A L L THREAD RODS IN CONCRETE PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Epoxy. 2. Epoxy gel. 3. Epoxy bonding agent. B. Related Sections: SECTION 03071 EPOXIES 1. Section 03072 -Epoxy Resin -Portland Cement Bonding Agent.. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM): 1. D 638 -Standard Test Method for Tensile Properties of Plastics. 2. D 695 -Standard Test Method for Compressive Properties of Rigid Plastics. 3. D 790 -Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. 1.03 SYSTEM DESCRIPTION A. Performance Requirements: 1. Provide epoxy materials that are new and use them within shelf life limitations set forth by manufacturer. 2. Perform and conduct work of this Section in neat orderly manner. 1.04 SUBMITTALS A. Product Data: Submit manufacturer's data completely describing epoxy materials. B. Quality Control Submittals: 1. Manufacturer's installation instructions. PART 2 PRODUCTS 2.01 MATERIALS A. Epoxy: Water-insensitive 2-part type low viscosity epoxy adhesive material containing 100 percent solids and meeting or exceeding following characteristics when tested in accordance with standards specified: Manufacturers: One of the following or equal: 1. BASF, MBT, Concresive® Standa,rd LVI. 2. Sika Chemical Corp., Sikadur 35 Hi-Mod LV. August 2010 -CONFORMED 8258A10 pwJ/Garollo/Documents/C lient/TX/Fort Worth/8258A10/Specifications/03071 (Conformed) 03071-1 EPOXIES Physical Test Required Results Characteristic Method Tensile Strength ASTM D 638 8 ,000 pounds per square inch min imum at 14 days and 77 degrees Fahrenheit cu re. Flexure Strength ASTM D 790 11 ,000 pounds per square inch minimum at 14 days and 77 degrees Fahrenheit cure . Compress ive ASTM D 695 16,000 pounds per square inch minimum Strength at 24 hours and 77 degrees Fahrenheit cure . Bond Strength --Concrete shall fail before failure of epoxy . Gel Time for 5 Mil --Four hours max i mum at 77 degrees Film Fahrenheit. Elongation ASTM D 638 1 percent minimum at 14 days and 77 degrees Fahrenheit. B . Epoxy Gel : Manufacturers : The following or equal : 1. Sika Chemical Corp., Sikadur 31 , Hi-Mod Gel. C. Epoxy Bonding Agent: Manufacturers : One of the follow ing or equal : 1. BASF, MBT, Concresive® Liquid LPL. 2. Sika Chemical Corp., Sikadur 32, Hi-Mod LPL. 3. If increased tack time is required for concrete placement, epoxy resin - portland cement bonding agent as specified in Section 03072 may be used instead of epoxy bonding agen t. PART 3 EXECUTION 3.01 INSTALLATION A. Install and cure epoxy materials in accordance with manufacturer's installation instructions . B . Epoxy: 1. Apply in accordance with manufacturer's installation instructions . C . Epoxy Gel: 1. Apply in accordance with manufacturer's installation instructions . 2. Use for vertical or overhead work, or where high viscosity epoxy is required . 3. Epoxy gel used for vertical or overhead work may be used for horizontal work. D. Epoxy Bonding Agent: 1. Apply in accordance with manufacturer's installation instructions. 2 . Bonding agent will not be required for filling form tie holes or for normal finishing and patching of similar sized sma.11 defects . END OF SECTION August 2010 -CONFORMED 8258A10 pw://Ca roUo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specifications/030 71 (Conformed) 03071-2 EPOXIES SECTION 03072 EPOXY RESIN/PORTLAND CEMENT BONDING AGENT PART1 GENERAL 1.01 SUMMARY A Section Includes: Epoxy resin/portland cement bonding agent. 1.02 REFERENCES A American Society for Testing of Materials (ASTM): 1. C 109 -Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in. or [50-mm] Cube Specimens). 2. C 348 -Standard Test Method for Flexural Strength of Hydraulic-Cement Mortars. 3. C 496 -Standard Test Method for Splitting Tensile Strength of Cylindrical Concrete Specimens. 4. C 882 -Standard Test Method for Bond Strength of Epoxy-Resin Systems Used With Concrete By Slant Shear. B. Federal Highway Administration (FHWA): 1. Program Report Number: FHWA/RD 86/193 . PART 2 PRODUCTS 2.01 MANUFACTURERS A Sika Corporation, Lyndhurst, New Jersey, Sika Armatec 110 . B. Substitutions: The use of other than the specified product will be considered providing the CONTRACTOR requests its use in writing to the ENGINEER. This request shall be accompanied by: 1. A certificate of compliance from an approved independent testing laboratory that the proposed substitute product meets or exceeds specified performance criteria, tested in accordance with the specified test standards. 2. Documented proof that the proposed substitute product has a 1 year proved record of performance of bonding portland cement mortar/concrete to hardened portland cement mortar/concrete, confirmed by actual field tests and 5 successful installations that the ENGINEER can investigate. 2.02 MATERIALS A Epoxy Resin/Portland Cement Adhesive: 1. Component "A" shall be an epoxy resin/water emulsion containing suitable viscosity control agents. It shall not contain butyl glycidyl ether. 2. Component "B" shall be primarily a water solution of a polyamine. 3. Component "C" shall be a blend of selected portland cements and sands. August 2010 -CONFORMED 8258A10 03072-1 pwJ/Carollo/Documents/Client/TX/Fort Worth/8258A10/Specifications/03072 (Conformed) EPOXY RESIN/PORTLAND CEMENT BONDING AGENT 4 . The material shall not contain asbestos . 2.03 PERFORMANCE CRITERIA A. Properties of the Mixed Epoxy Resin/Portland Cement Adhes ive : 1. Pot Life : 75 to 105 minutes . 2. Contact Time : 24 hours . 3. Color: Dark gray. B. Properties of the Cured Epoxy Resin/Portland Cement Adhesive : 1. Compressive Strength in Accordance with ASTM C 109: a. One Day : 810 pounds per square inch minimum . b . Seven Days: 6,000 pounds per squa re inch minimum. c. Twenty-Eight Days: 8,000 pounds per square inch minimum . 2. Splitting Tensile Strength in Accordance with ASTM C 496: a . Twenty-Eight Days : 540 pounds per square inch minimum. 3 . Flexural Strength: a . One thousand one hundred pounds per square inch minimum in accordance with ASTM C 348. 4 . Bond Strength in Accordance_ with ASTM C 882 Modified at 14 Days: a . Zero Hours Open Time : 1,900 pounds per square inch minimum. b . Twenty-Four Hours Open Time : 1,500 pounds per square inch minimum. 5 . The epoxy resin/portland cement adhesive shall not produce a vapor barrier . 6 . Material must be proven to prevent corrosion of reinforcing steel when tested under the procedures as set forth by the Federal Highway Admin istration Program Report Number FHWA/RD86/193. Proof shall be in the form of an independent testing laboratory corrosion report showing prevention of corrosion of the reinforcing steel. PART 3 EXECUTION 3.01 INSTALLATION A. Mixing the Epoxy Resin: Shake contents of Components "A" and Component "B". Empty all of both components into a clean, dry, mixing pail. Mix thoroughly for 30 seconds with a jiffy paddle on a low-speed with 400 to 600 revolutions per minute drill. Slowly add the entire contents of Component "C" while continuing to mix for a minimum of 3 minutes and until uniform with no lumps. Mix only that quantity that can be applied within its pot life. B . Placement Procedure : 1. Apply to prepared surface with stiff-bristle brush , broom, or "hopper type" spray equipment: a. For Hand Applications: Place fresh, plastic concrete/mortar while the bonding bridge adhesive is wet or dry , up to 24 hours. b. For Machine Applications: Allow the bonding bridge adhesive to dry for 12 hours minimum. C. Adhere to all limitations and cautions for the ep9xy resin/portland cement adhesive in the manufacturers current printed literature. August 2010 -CONFORMED 8258A10 03072-2 pwJ/Carollo/Documents/ClienVT X/Fort Worth/8258 A 1 O/Specifications/03072 (Conformed) EPOXY RESIN/PORTLAND CEMENT BONDING AGENT 3.02 CLEANING A. Leave finished work and work area in a neat, clean condition without evidence of spillovers onto adjacent areas . END OF SECTION August 2010 -CONFORMED 8258A10 03072-3 pw 1/Carollo/Documen ts/Clie nVTX/Fort Worth/8258A 1 O/Specifi ca ti ons/03072 (Conformed) EPOXY RESIN/PORTLAND CEMENT BONDING AGENT THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 8258A10 03072-4 pwJ/Carollo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specifications/03072 (Conformed) EPOXY RESIN/PORTLAND CEMENT BONDING AGENT PART1 GENERAL SECTION 03102 CONCRETEFORMWORK 1.01 SUMMARY A. Section includes: Concrete formwork. B. Related sections : 1. The Contract Documents are complementary ; what is called for by one is as binding as if called for by all. 2 . It is the CONTRACTOR's responsibility for scheduling and coordinating the Work of subcontractors , suppliers, and other individuals or entities performing or furnishing any of CONTRACTOR's Work . 3 . The following Sections are related to the Work described in this Section . This list of Related Sections is provided for convenience only and is not intended to excuse or otherwise diminish the duty of the CONTRACTOR to see that the completed Work complies accurately with the Contract Documents . a. Section 03300 -Cast-in-Place Concrete . b. Section 03600 -Grouts. c . Section 07900 -Joint Sealers. 1.02 REFERENCES A. American Concrete Institute (ACI): 1. 117 -Specifications for Tolerances for Concrete Construction and Materials and Commentary. B. ASTM International (ASTM): 1. A 82 -Standard Specification for Steel Wire , Plain, for Concrete Reinforcement. 2. A 153 -Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. 3. A 167 -Standard Specification for Stainless and Heat Resisting Chromium- Nickel Steel Plant, Sheet, and Strip . 4. A 580 -Standard Specification for Stainless Steel Wire . C. NSF International (NSF): 1. 61 -Drinking Water System Components -Health Effects. 1.03 SYSTEM DESCRIPTION A. Design requirements: 1. Design of concrete forms , falsework , and shoring in accordance with local, state , and federal regulations. 2. Design forms and ties to withstand concrete pressures without bulging, spreading , or lifting of forms . August 2010 -CONFORMED 8258A 10 pwJ/Ga roll o/Documents/C lienVTX/Fort Worth/82 58A 1O/Specifi ca tions/0 3102 (Con formed) 03102-1 CONCRETE FORMWORK B. Performance requirements: 1. Construct forms so that finished concrete conforms to shapes , lines , grades , and dimensions indicated on the Draw ings . 2. It is intended that surface of concrete after stripping presents smooth , hard, and dense finish that requires minimum amount of finishing. 3. Provide sufficient number of forms so that the work may be performed rapidly and present uniform appearance in form patterns and finish. C. NSF International (NSF): 1. 61 -Drinking Water System Components : Health Effects. 2. Use forms that are clean and free from dirt, concrete, and other debris. Coat with acceptable form release oil if required , prior to use or reuse. 1.04 SUBMITTALS A. Information on the CONTRACTOR's proposed forming system : Submit in such detail as the ENGINEER may require to assure himself that intent of the Specifications can be complied with by use of proposed system. B. Alternate combinations of plywood .thickness and stud spacing : May be submitted. 1.05 QUALITY ASSURANCE A. Qualifications of formwork manufacturers: Use only forming systems manufactured by manufacturers having minimum 5 years experience , except as otherwise specified, or accepted in writing by the ENGINEER. B. Regulatory requirements: Install work of this Section in accordance with local, state , and federal regulations. 1.06 PROJECT CONDITIONS A. Requirements due to weather condition: 1. Removal of formwork: Do not remove forms from concrete which has been placed when outside ambient air temperature is below 50 degrees Fahrenheit until concrete has attained specified strength as determined by test cylinders stored in field under equivalent conditions as concrete structure . PART 2 PRODUCTS 2.01 MANUFACTURED UNITS A. Form ties: 1. General: a. Provide form ties for forming system selected that are manufactured by recognized manufacturer of concrete forming equipment. b. Do not use wire ties or wood spreaders of any form. c. Provide ties of type that accurately tie, lock , and spread forms. d. Provide form ties of such des ign that when forms are removed , they locate no metal or other material withi n 1-1 /2 inches of the surface of the concrete. August 2010 -CONFORMED 8258A10 pwJ/Ca rollo/Documents/ClienVTX/Fort Worth/8258A 1O/Specifications/03102 (Conformed) 03102-2 CONCRETE FORMWORK e. Do not allow holes in forms for ties to allow leakage during placement of concrete . 2 . Cone-snap ties: a. Cone-snap ties shall form a cone shaped depression in the concrete with a minimum diameter of 1 inch at the surface of the concrete and 1-1 /2 inches deep . b. Provide neoprene waterseal washer that is located near the center of the concrete . 3. Taper ties : a. Neoprene plugs for taper tie holes: Size so that after they are driven, plugs are located in center third of wall thickeners. b . Dry-pack mortar for filling taper tie holes : 1) Consist of mix of 1 part of portland cement to 1 part of plaster sand . 2) Amount of water to be added to cement-sand mix is to be such that mortar can be driven into holes and be properly compacted. 3) Admixtures or additives : Are not to be used in dry-pack mortar. B. Built-up plywood forms: 1. Built-up plywood forms may be substituted for prefabricated forming system subject to following minimum requirements : a . Size and material : 1) Full size 4-by 8-foot plywood sheets, except where smaller pieces are able to cover entire area. 2) Sheet construction: 5-ply plywood sheets, 3/4-inch nominal, made with 100 percent waterproof adhesive, and having finish surface that is coated or overlaid with surface which is impervious to water and alkaline calcium and sodium hydroxide of cement. b. Wales : Minimum 2-by 4-inch lumber. c. Studding and wales: Contain no loose knots and be free of warps , cups, and bows . C. Stee l or steel framed forms: 1. Steel forms: Provide forms that are : a. Rigidly constructed and capable of being braced for minimum deflection of finish surface . b . Capable of providing finish surfaces that are flat without bows , cups , or dents . 2 . Steel framed plywood forms : a. Provide forms that are rigidly constructed and capable of being braced. b. Plywood paneling: 5-ply, 5/8-inch nominal or 3/4-inch nominal , made with 100 percent waterproof adhesive , and having finish surface that is coated or overlaid with surface which is impervious to water and alkal ine calcium and sodium hydroxide of cement. D. Incidentals: 1. External angles : a. Where not otherwise indicated on the Drawings , provide with 3/4-inch bevel , formed by utilizing true dimensioned wood or solid plastic chamfer strip on walkways , slabs, walls , beams, columns, and openings. b . Provide 1/4-inch bevel formed by utilizing true dimensioned wood or solid plastic chamfer strip on walkways, walls, and s labs at expansion and construction joints. August 2010 -CONFORMED 8258A10 pw://Carol lo/Documents.lCli enVTX/Fort Worth/8258A 1O/Speci fi cations/03102 (Conformed) 03102-3 CONCRETE FORMWORK PART3 2. Keyways: Steel , plastic , or lumber treated with form coating, app lied according to label directions . EXECUTION 3.01 EXAMINATION A. Site verification of conditions : 1. Do not place any concrete until all forms have been thoroughly checked for alignment, level, strength, and to assure accurate location of all mechanical and electrical inserts or other embedded items. 3.02 INSTALLATION A. Forms and accessories : 1. Vertical forms: a. Remain in place minimum of 24 hours after concrete is placed. b. If, after 24 hours , concrete has sufficient strength and hardness to resist surface or other damage, forms may be removed . 2. Other forms supporting concrete and shoring : Remain in place as follows : a. Sides of footings : 24 hours minimum. b. Vertical sides of beams, girders, and similar members: 48 hours minimum. c. Slabs , beams , and girders: Until concrete strength reaches specified strength f c or until shoring is installed . d. Shoring for slabs, beams , and girders: Shore until concrete strength reaches specified strength. e. Wall bracing: Brace walls until concrete strength of beams and slabs laterally supporting wall reaches specified strength. 3. Green concrete : a. No heavy loading on green concrete will be permitted . b. Green concrete is defined as concrete with less than 100 pe rcent of specified strength f c· 4 . Immediately after forms are removed , carefully examine concrete surfaces , and repair any irregularities in surfaces and finishes as specified in Section 03300 . B. Form ties : 1. Cone -snap ties: Tie forms together at not more than 2-foot centers vertically and horizontally. After forms are removed from wall, fill tie holes as follows : a. Remove form ties from surfaces. b. Roughen cone shaped tie holes by heavy sandblasting before repair. c. Dry pack cone shaped tie holes with dry-pack mortar as specified in Section 03600. 2. Taper ties: a. After forms and taper ties are removed from wall, plug tie holes with neoprene plug as follows: 1) Heavy sandblast and then clean tie holes . 2) After cleaning, drive neoprene plug into each of taper tie holes with steel rod. Final location of neoprene plug shall be in center third of wall thickness. Bond neoprene plug to concrete with epoxy. 3) Locate steel rod in cylindrical recess , made in plug, during driving . August 2010 -CONFORMED 8258A10 pw://Carollo/Documents/ClienVTX/Fort Worth/8258A 1O/Specifications/03102 (Conformed} 03102-4 CONCRETE FORMWORK a) At no time are plugs to be driven on flat area outside cylindrical recess. b. Dry-pack of taper tie holes: After installing plugs in tie holes: 1) Coat tie hole surface with epoxy bonding agent and fill with dry-pack mortar as specified in Section 03600. a) Dry-pack mortar: Place in holes in layers with thickness not exceeding tie hole diameter and heavily compact each layer. b) Dry-pack the outside of the hole no sooner than 7 days after the inside of the hole has been dry packed. c) Wall surfaces in area of dry-packed tie holes: On the water side of water containing structures and the outside of below grade walls: (1) Cover with minimum of 10 mils of epoxy gel. (2) Provide epoxy gel coating on wall surfaces that extend minimum of 2 inches past dry-pack mortar filled tie holes. (3) Provide finish surfaces that are free from sand streaks or other voids. C. Built-up plywood forms: 1. Studding: a. Spaced at 16 inches or 24 inches on center. b. Closer spacing may be required depending upon strength requirements of the forms, in order to prevent any bulging surfaces on faces of finished concrete work. c. Install studs perpendicular to grain of exterior plys of plywood sheets. 2. Wales: Form wales of double lumber material with minimum size as specified in this Section. 3. Number of form reuses: Depends upon durability of surface coating or overlay used, and ability to maintain forms in condition such that they are capable of producing flat, smooth, hard, dense finish on concrete when stripped. D. Steel or steel framed forms: 1. Steel forms: a. Adequately brace forms for minimum deflection of finish surface . 2. Steel framed plywood forms: a. Rigidly construct and brace with joints fitting closely and smoothly. b. Number of form reuses: Depends upon durability of surface coating or overlay used. 3. Built-up plywood forms: As specified in this Section may be used in conjunction with steel forms or steel framed plywood forms for special forming conditions such as corbels and forming around items which will project through forms . E. Bracing and alignment of forms: 1. Line and grade: Limit deviations to tolerances which will permit proper installation of structural embedded items or mechanical and electrical equipment and piping. 2. Formwork: a. Securely brace, support, tie down, or otherwise hold in place to prevent any movement. b. Make adequate provisions for uplift pressure, lateral pressure on forms, and deflection of forms. August 2010 -CONFORMED 8258A 10 pwJ/Carollo/Documents/ClienVTX/Fort Worth/8258A 1O/Specifications/03102 (Conformed) 03102-5 CONCRETEFORMWORK 3. When second lift is placed on hardened concrete: Take special precautions in form work at top of old lift and bottom of new lift to prevent: a. Spreading and vertical or horizontal displacement of forms . b. Grout "bleeding" on finish concrete surfaces. 4. Pipe stubs , anchor bolts , and other embedded items: Set in forms where required . 5. Cracks , openings, or offsets at joints in formwork: Close those that are 1/16-inch or larger by tightening forms or by filling with acceptable crack filler . F. Incidentals : 1. Keyways : Construct keyways as indicated on the Drawings. 2 . Reentrant angles : May be left square . 3. Level strips : Install level strips at top of wall concrete placements to maintain true line at horizontal construction joints. 4 . Inserts : a. Encase pipes, anchor bolts, steps , reglets , cast ings , and other inserts , as indicated on the Drawings or as required, in concrete . b . Use dovetail anchors in conjunction with slots as specified in this Section and as may be necessary for required work. G . Pipe and conduit: 1. Install pipe and conduit in structures as indicated on the Drawings , and seal with materials as specified in Section 07900. 3.03 CONSTRUCTION A. Tolerances : 1. Finish concrete shall conform to shapes, lines , grades, and dimensions ind icated on the Drawings . 2. The maximum deviation from true line and grade shall not exceed tolerances listed below at time of acceptance of project. 3. General: In accordance with ACI 117, paragraphs 2 .1 through 2.2 and paragraphs 4.0 through 4 .6 , except as modified in following: a. Slabs : 1) Slope : Uniformly sloped to drain when slope is indicated on the Drawings. 2) Slabs indicated to be level: Have maximum deviation of 1/8-inch in 10 feet without any apparent changes in grade. b. On circular tank walls : The CONTRACTOR may deviate from finish line indicated on the Drawings by use of forms with chord lengths not to exceed 2 feet. c. Inserts: Set inserts to tolerances required for proper installation and operation of equ ipment or systems to which insert pertains . d. Maximum tolerances : As follows: Item Sleeves and Inserts Projected Ends of Anchor Bolts Anchor Bolt Setting August 2010 -CONFORMED 8258A 10 pw://Carol lo/Documents/Cli enVTX/Fort Worth/8258A 1O/Specifications/031 02 (Co nformed) ' Tolerance Plus 1 /8 Minus 1 /8 inches Plus 1/4 Minus 0.0 inches Plus 1/16 Minus 1/16 inches 03102-6 CONCRETE FORMWORK END OF SECTION August 2010 -CONFORMED 8258A 10 pw1/Caro11o/DOC1Jments/ClienVTX/Fort Worth/8258A 1O/Specifications/03102 {Conformed) 03102-7 CONCRETE FORMWORK THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 8258A 10 pw://Carollo/Documents/ClienVTX/Fort Worth/8258A 1O/Specifications/03102 (Confonned) 03102-8 CONCRETE FORMWORK PART 1 GENERAL SECTION 03150 CONCRETE ACCESSORIES 1.01 SUMMARY A. Section Includes: 1. Polyvinyl chloride waterstop . 2. Preformed synthetic sponge rubber expansion joint material. 3. Preformed bituminous fiber expansion joint material. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM): 1. D 570 -Standard Test Method for Water Absorption of Plastics. 2. D 624 -Standard Test Method for Tear Strength of Conventional Vulcanized Rubber and Thermoplastic Elastomers . 3. D 638 -Standard Test Method for Tensile Properties of Plastics . 4. D 746 -Standard Test Method for Brittleness Temperature of Plastics and Elastomers by Impact. 5. D 747 -Standard Test Method for Apparent Bending Modulus of Plastics by Means of a Cantilever Beam. 6. D 792 -Standard Test Methods for Density and Specific Gravity (Relative Density) of Plastics by Displacement. 7. D 2240 -Standard Test Method for Rubber Property-Durometer Hardness. B. U. S. Army Corps of Engineers (USAGE): 1. CRD-C-572, Specification for Polyvinyl Chloride Waterstop. 1.03 SUBMITTALS A. Product Data: 1. Polyvinyl Chloride Waterstops: Complete physical characteristics. 2. Preformed Expansion Joint Material: Sufficient information on each type of material for review to determine conformance of material to requirements specified. B. Samples: 1. Polyvinyl chloride waterstop. C. Laboratory Test Reports: Indicating that average properties of polyvinyl chloride waterstops material and finish conform to requirements specified in this Section. D. Quality Control Submittals: 1. Certificates of Compliance : a. Written certificates that polyvinyl chloride waterstops supplied on this Project meet or exceed physical property requirements of current USAGE CRD-C-572 and the requirements of this Section. August 2010 -CONFORMED 8258A 10 pw ://Carollo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specifications/03 150 (Conformed) 03150-1 CONCRETE ACCESSORIES 2. Manufacturer's Instructions: For materials specified in this Section that are specified to be installed with such instruct ions . 1.04 QUALITY ASSURANCE A. Mock-Ups : 1. Welding Demonstration : a. Demonstrate ability to weld acceptable joints in polyvinyl chlo ride waterstops before installing waterstop in forms. B. Field Joints: 1. Polyvinyl Chloride Waterstops Field Joints: Shall be free of misalignment, bubbles , inadequate bond , porosity, cracks, offsets and other defects which would reduce the potential resistance of the material to water pressure at any point. Replace defective joints . Remove faulty material from the site and disposed of by the CONTRACTOR at its own expense. C. Inspections: PART2 1. Quality of welded joints will be subject to acceptance of the ENGINEER. 2. Polyvinyl Chloride Waterstop:. The following defects that represent a partial list that will be grounds for rejection : a. Offsets at joints greater than 1 /16 inch or 15 percent of the material thickness, at any point , whichever is less. b. Exterior crack at joint, due to incomplete bond, which is deeper than 1 /16 inch or 15 percent of the material thickness, at any point, whichever is less. c. Any combination of offset or crack which will result in a net reduction in the cross section of the waterstop in excess of 1/16 inch or 15 percent of the material thickness, at any point, whichever is less. d . Misalignment of the joint, which will result in misalignment of the waterstop in excess of 1/2 inch in 10 feet. e. Porosity in the welded joint as evidenced by visual inspection. f. Bubbles or inadequate bonding. PRODUCTS 2.01 MA TE RIALS A. Polyvinyl Chloride Waterstops : Manufactured from prime virgin polyvinyl chloride plastic compound containing the plasticizers , resins, stabilizers, and ot her materials necessary to meet the requirements of this Specification . No scrap or reclaimed material shall be used . 2.02 MANUFACTURED UNITS A. Waterstops : 1. Polyvinyl Chloride Waterstops: a. Manufacturers: One of the following or equal: 1) Vinylex Corporation , Kwik-Tie. , 2) Greenstreak Plastic Products Company, Inc. b. Type : Ribbed Waterstop: August 2010 -CONFORMED 8258A10 pw J/Carol lo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specifications/03150 {Conformed) 03150-2 CONCRETE ACCESSORIES 1) Construction Joints: 6 inch wide ribbed type. 2) Expansion Joint for Wall Penetrations for Concrete Encased Electrical Duct Banks: 6 inch ribbed type with hollow center bulb. 3) Expansion Joints: 9 inch wide ribbed type with hollow center bulb . c. Provide polyvinyl chloride waterstops complying with following requirements: Physical Characteristics Test Method Specific Gravity ASTM D 792 Hardness ASTM D 2240 Tensile Strength ASTM D 638 Ultimate Elongation ASTM D 638 Alkali Extraction CRD-C-572 Low Temperature Brittle ASTM D 746 Point Water Absorption ASTM D 570 Accelerated Extraction CRD-C-572 Tensile Stiffness in Flexure ASTM D 747 Tear Resistance ASTM D 624 Weight Requirements 6 inch Waterstops - 9 inch Waterstops - Thickness - Center Bulb 6 inch Waterstops - 9 inch Waterstops - August 2010 -CONFORMED 8258A10 pw ://Ca rol lo/Documen ts/Cli enVTX/Fort Worth/8258A101Specifica tionsl03 150 (Confonmed) Required Results Not less than 1.3. 70 to 90 Type A Shore durometer. Not less than 2,000 pounds per square inch. Not less than 350 percent 7 day weight change between minus 0 .1 percent and plus 0.25 percent. Not more than minus 35 degrees Fahrenheit. Not more than 0.15 percent after 24 hours . Not less than 2,000 pounds per square inch. Not less than 725 pounds per square inch. Not less than 300 pounds per inch. Weigh not less than 130 pounds per 100 linear feet. Weigh not less than 220 pounds per 100 linear feet. 3/8 inch 7/8 inch or 1 inch nominal outside diameter. 1 inch nominal outside diameter. For expansion joints 1 inch and narrower and 2 inches for expansion joints wider than 1 inch. 03150-3 CONCRETE ACCESSORIES Physical Characteristics Test Method Required Results Allowable Tolerances Width -Plus or minus 3/16 inch . Thickness -Plus or minus 1/32 inch. d. Dumbbell type waterstop will not be allowed unless otherwise specified or ind icated on the Drawings . B. Preformed Expansion Joint Materials : 1. Preformed Synthetic Sponge Rubber Expansion Joint Material : a. Manufacturers: One of the following or equal : 1) Tamms Industries, Inc., Cementone. 2) Burke Concrete Accessories Inc., Neoprene Sponge Rubber Expansion Joint. 2. Preformed Bituminous Fiber Expansion Joint Material: a. Manufacturers: One of the following or equal: 1) Tamms Industries , Inc., Horn board/fiber. 2) Burke Concrete Accessories Inc., Fiber Expansion Joint. 3. Use specific type in applications as indicated on the Drawings. 4 . No scrap or recycled material shall be used. PART 3 EXECUTION 3.01 INSTALLATION A. Waterstops -General : 1. Waterstops shall be stored so as to permit free circulation of air around the waterstop material and to prevent direct exposure to sunlight. 2. Install waterstops in concrete joints where indicated on the Drawings. 3 . Carry waterstops in walls into lower slabs and join to waterstops in slabs with appropriate types of fittings . 4 . In Waterbearing Structures: Provide all joints with waterstops , whether indicated on the Drawings or not. 5. Provide waterstops that are continuous. 6 . Set waterstops accurately to position and line as indicated on the Drawings . 7 . Hold and securely fix edges in position at intervals of not more than 24 inches so that they do not move during placing of concrete. 8. Position the waterstop so that symmetrical halves of the waterstop are equally divided between the concrete pours . The center axis of the waterstop shall be coincident with the centerline of the joint. 9. Do not drive nails, screws, or other fasteners through waterstops in vicinity of construction joints. 10 . Use wires at not more than 24 inches on centers near outer edge of the waterstop to tie waterstops into position . 11. Special clips may be used in lieu of wires, at CONTRACTOR's option. 12. Terminate waterstops 3 inches from top of finish surfaces of walls and slabs unless otherwise specified or indicated on • the Drawings . August 2010 -CONFORMED 8258A10 pw J/Ca rol lo/Documents/Clie nVTX/Fort Worth/825SA 1 O/Specifications/03150 (Conformed) 03150-4 CONCRETE ACCESSORIES 13. When any waterstop is installed in the concrete on one side of a joint, while the other half or portion of the waterstop remains exposed to the atmosphere for more than 2 days , suitable precautions shall be taken to shade and protect the exposed waterstop from direct rays of sunlight during the entire exposure and until the exposed portion is embedded in concrete. 14 . When placing concrete at waterstops in slabs , lift the edge of the waterstop while placing concrete below the waterstop . Manually force the waterstop against and into the concrete . Place 3 inch grout above waterstop and then place fresh concrete on top . Then cover the waterstop with fresh concrete . B. Polyv inyl Chloride Waterstops: 1. Install waterstops so that joints are watertight. 2. Weld joints such as unions, crosses , ells , and tees , with thermostatically controlled equipment recommended by waterstop manufacturer: a. The material shall not be damaged by heat sealing. b. Make joints by overlapping then simultaneously cut the ends of the sections to be spliced so they will form a smooth even joint. Heat the cut ends with the splicing tool until the plastic melts . Press the 2 ends together until the plastic cools . c. The cont inuity of-the waterstop ribs and tubular center axis shall be maintained. d . The splices shall have a tensile strength of not less than 60 percent of the unspliced materials tensile strength . 3. Butt joints of the ends of 2 identical waterstop sections may be made while the material is in the forms . 4. All joints with waterstops involving more than 2 ends to be joined together, and all joints that involve an angle cut, alignment change, or the joining of 2 dissimilar waterstop sections shall be prefabricated by the CONTRACTOR or the manufacturer prior to placement in the forms , providing not less than 24 inch long strips of waterstop material beyond the joint. Upon being inspected and accepted , install such prefabricated waterstop joint assemblies in the forms and the ends of the 24-inch strips shall be butt welded to the straight run portions of waterstop in place in the forms . 5. Vertical crosses and tees shall be factory prefabricated by the manufacturer. Horizontal crosses or tees may be field or factory welded . 6. Split type waterstop will not be permitted . C. Joints : 1. Construct construction and expansion joints as indicated on the Drawings. 2. Preformed Expansion Joint Material: Fasten expansion joint strips to concrete, masonry, or forms with adhesive. No nailing will be permitted, nor shall expansion joint strips be placed without fastening. END OF SECTION August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents/Clie nVTX/Fo rt Worth/8258A 1 O/Specifications/03150 (Confo rmed ) 03150-5 CONCRETE ACCESSORIES THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 8258A10 pw://Carol lo/Documents/ClienVTX/Fort Worth/8258A 10/Specifications/03150 (Conformed) 03150-6 CONCRETE ACCESSORIES PART1 GENERAL SECTION 03154 HYDROPHILIC RUBBER WATERSTOP 1.01 SUMMARY A. Section Includes : Hydrophilic Rubber Waterstop . 1.02 REFERENCES A. ASTM International (ASTM): 1. D 412 -Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers-Tension . 2. D 792 -Standard Test Methods for Density and Specific Gravity (Relative Density) of Plastics by Displacement. 3. D 2240 -Standard Test Method for Rubber Property-Durometer Hardness. 1.03 SUBMITTAL$ A. Product Data. B. Samples . C. Manufacturer's Installation Instructions . PART 2 PRODUCTS 2 .01 HYDROPHILIC RUBBER WATERSTOP A. Manufacturers : One of the following or equal: 1. Asahi Denka Kogyo K.K., Tokyo , Japan ; as distributed by , Adeka Ultra Seal U.S.A., MC-2010MN. B. General : 1. Composed of rubber and urethane polymer as the hydrophilic agent. 2. Capable of repeated wet/dry expansion cycles without losing performance standards and returning to the original dimensions when dried . 3. Shall have stainless steel wire mesh embedded in waterstop to direct and control expansion. 4 . Shall Meet the Following Performance Requirements: August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents/Cli enVTX/Fort Worth/8258A 1 O/Specifications/03154 {Conformed) 03154-1 HYDROPHILIC RUBBER WATERSTOP Property Test Method Required Result Hardness Hs ASTM D 2240 Not less than 30 within 6 Durometer Type A* Tensile Strength ASTM D 412 Not less than 142 pounds per square inch * Elongation ASTM D 412 Not less than 500 percent* Specific Gravity ASTM D 792 1.18 within 0.15 Expansion Coefficient by IN HOUSE Not less than 1.9 Volume * Based on pressed sheet of compound. 2.02 ADHESIVE A . Manufacturers: One of the following or equal: 1. Adeka P-201. 2 . 3-M Company, 3M-2141 rubber adhes ive . 3. Hilti , Construction Adhesive 3200 . 2.03 SEALANT A Manufacturers: One of the following or equal: 1. Asahi Denka Kogyo K.K., Tokyo , Japan, Adeka Ultra Sea l P-201 , single component elastic sealant. PART 3 EXECUTION 3.01 INSTALLATION A . Install products in accordance with manufacturer's instructions. B. Fill all voids and rough areas under hydrophilic rubber waterstop with sealant. C . Concrete Construction Joints: 1. Fix hydrophilic waterstop in place with concrete nails , screws, or adhesive. Keep hydrophilic waterstop taut during the fastening process . 2 . Do not allow any gap between the concrete and the hydrophilic waterstop . 3. Use sealant at all corner joints and overlap splices of hydrophilic waterstop . D. At existing concrete surfaces, in accordance with manufacturer's recommendations , attach hydrophilic waterstop to concrete with epoxy , leakmaster, or rubber adhesive. August 2010 -CONFORMED 8258A10 pw://Ca rollo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specifications/03154 (Conformed) 03154 -2 HYDROPHILIC RUBBER WATERSTOP 3.02 SCHEDULE A. Types: 1. Construction Joints: a. MC-2010MN with stainless steel reinforcing , 20 by 10 millimeters. b. For rough concrete surfaces , bed MC-201 OMN in bead of Adeka P-201 . Fix MC-2010MN in place with concrete nails. END OF SECTION August 2010 -CONFORMED 8258A10 pw://Carollo/Documents/Client/TX/Fort Worth/8258A 1 O/Specifications/03154 (Conformed) 03154-3 HYDROPHILIC RUBBER WATERSTOP THIS PAGE INTENTIONALLY LEFT August 2010 -CONFORMED 8258A10 pw://Carollo/Oocuments/ClienVTX/Fort Worth/8258A10/Specifications/03154 (Conformed) 03154-4 HYDROPHILIC RUBBER WATERSTOP PART1 GENERAL SECTION 03200 CONCRETE REINFORCEMENT 1.01 SUMMARY A. Section Includes: Concrete reinforcement. B . Related Sections : 1. Section 01410 -Regulatory Requirements. 1.02 REFERENCES A. American Concrete Institute (ACI): 1. 315 -Detailing Manual: Details and Detailing of Concrete Reinforcement. 2. 318 -Building Code Requirements for Structural Concrete. 3. 350 -Code Requirements for Environmental Engineering Concrete Structures. B. American Society for Testing and Materials (ASTM): 1. A 143 -Standard Practice for Safeguarding Against Embrittlement of Hot-Dip Galvanized Structural Steel Products and Procedure for Detecting Embrittlement. 2. A 185 -Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete . 3. A 615 -Standard Specification for Deformed and Plain Carbon Steel Bars for Concrete Reinforcement. 4 . A 706 -Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. 5. A 767 -Standard Specification for Zinc-Coated (Galvanized) Steel Bars for Concrete Reinforcement. C. American Welding Society (AWS): 1. 01 .4 -Structural Welding Code -Reinforcing Steel. 1.03 DEFINITIONS A. Give Away Bars: Bars that are not required by Contract Documents, that are installed by the CONTRACTOR to support the reinforcing bar. 1.04 SYSTEM DESCRIPTION A. The Drawings contain general notes concerning amount of reinforcement and placing, details of reinforcement at wall corners and intersections, and details of extra reinforcement around openings in concrete. August 2010 -CONFORMED 8258A 10 pw J/Carollo/Documents/Clien VTX/Fort Worth/8258A 1 O/Specifica tions/03200 (Conform ed) 03200-1 CONCRETE REINFORCEMENT 1.05 SUBMITTAL$ A . Shop Drawings : 1. Changes to Reinforc ing Steel Contract Drawing Requirements : a . Indicate i n sepa rate letter submitted with shop drawings any changes of requirements indicated on the Drawings for reinforc ing steel. b . Such changes will not be acceptable unless the ENGINEER has accepted such changes in writing . 2. Reinforcement Detail Drawings: a . Review of reinforcement shop drawings by the ENGINEER will be limited to general compliance with the Contract Documents . 3 . Submit Certificate of Compliance for orig i n of reinforcing steel. B. Samples : 1. Bar Supports : Submit samples of chairs proposed for use along with letter stating where each type of chair will be used . 1.06 DELIVERY, STORAGE, AND HANDLING A. Packing and Shipping: 1. Deliver bars bundled and tagged with identifying tags. B. Acceptance at Site : 1. Reinforcing Bars : Deliver reinforcing bars lacking grade identification marks accompanied by manufacturer's guarantee of grade. 1.07 SEQUENCING AND SCHEDULING A. Bar Supports: Do not place concrete until samples and attached data of bar supports has been accepted by the ENGINEER . PART 2 PRODUCTS 2.01 MATERIALS A. Reinforcement: 1. General : Provide reinforcing steel that is of quality specified, free from excessive rust or scale or any defects affecting its usefulness. 2. Manufacturing Source : Reinforcing steel shall be of domestic origin . B. Reinforcing Bars : 1. Reinforcing Bars to Be Embedded in Concrete or Masonry : Grade 60 deformed bars in accordance with ASTM A 615 except as specified in the next 2 subparagraphs. 2. Reinforcing bars that are required to be welded shall be low alloy Grade 60 deformed bars in accordance with ASTM A 706. ASTM A 615 Grade 60 reinforcing may be used in lieu of ASTM A 706 Grade 60 , provided the following requirements are met: a. Weld procedures shall be submitted fpr review by the ENGINEER. Such weld procedures shall meet the requirements of AWS 01 .4 . The minimum preheat and interpass temperature requirements shall be adhered to . August 2010 -CONFORMED 8258A10 pwJ/Ca rollo/Oocu ments/ClienVTX/Fort Worth/8258A 1 O/Sp ecification s/03200 (Conformed) 03200-2 CONCRETE REINFORCEMENT b. Mill certificates are submitted to the ENGINEER for review . c . The specific location for the proposed substitution is approved by the ENGINEER. 3. Reinforcement resisting earthquake-induced flexural and axial forces in concrete frame members and in concrete wall boundary members shall be in accordance with low alloy ASTM A 706. ASTM A 615 Grade 60 reinforcement may be used in these members if the following requirements are met: a. The actual yield strength based on mill tests does not exceed the specified yield strength by more than 18 ,000 pounds per square inch (retests shall not exceed this value by more than an additional 3,000 pounds per square inch}. b. The ratio of the actual ultimate tensile stress to the actual tensile yield strength is not less than 1.25. 4 . Thread Bars: a. Provide thread bars having continuous rolled-in pattern of thread-like deformations along entire length. b. Provide hex nuts and couplers for the thread bars that develop 125 percent of yield strength of bar. c . In accordance with to ASTM A 615 Grade 60. d . Manufacturers : One of the following or equal : 1) DYWIDAG Systems International , DYWIDAG Threadbar. 2) Erica "Lenton " Systems . e . Do not substitute cut threads on regular reinforcing bars for thread bars. C. Bar Supports: 1. Reinforcement Support Chairs : a . Provide Type 304 stainless steel reinforcement support chairs with plastic tips . D. T ie Wires: Annealed steel. E. Welded Wire Fabric Reinforcement: 1. In accordance with ASTM A 185. 2. Fabric may be used in place of reinforcing bars if accepted by the ENGINEER. 3 . Provide welded wire fabric in flat sheet form . 4. Provide welded wire fabric having cross-sectional area per linear foot of not less than cross-sect ional area per linear foot of re inforcing bars indicated on the Drawings. 2.02 FABRICATION A. Shop Assembly : 1. Cut and bend bars in accordance with provisions of ACI 315 , ACI 318 , and ACI 350. 2. Bend bars cold . 3. Provide bars free from defects and kinks and from bends not indicated on the Drawings. August 2010 -CONFORMED 8258A 10 pw://Carollo/Docu men ts/Client/TX/Fort Worth/8258A 1 O/Specifications/03200 (Conform ed) 03200-3 CONCRETE REINFORCEMENT PART3 EXECUTION 3.01 EXAMINATION A. Verification of Conditions: 1. Reinforcing Bars : a. Verify that bars are new stock free from rust scale, loose mill scale, excessive rust, dirt, oil , and other coatings which adversely affect bonding capacity when placed in the work. 3.02 PREPARATION A. Surface Preparation: 1. Reinforcing Bars : Thin coating of red rust resulting from short exposure will not be considered objectionable. Thoroughly clean any bars having rust scale, loose mill scale , or thick rust coat. 2. Cleaning of Reinforcement Materials: Remove concrete or other deleterious coatings from dowels and other projecting bars by wire brushing or · sandblasting before bars are embedded in subsequent concrete placement. 3.03 INSTALLATION A. Reinforcing Bars: 1. No field bending of bars will be allowed . 2. Welding: a. Weld reinforcing bars where indicated on the Draw ings or acceptable to the ENGINEER. b. Perform welding in accordance with AWS 01 .4 . c. Do not tack weld reinforcing bars. B. Placing Reinforcing Bars: 1. Accurately place bars and adequately secure them in position. 2. Overlap bars at splices as indicated on the Drawings or specified. 3. Unless specifically otherwise indicated on the Drawings, install bars at lap splices in contact with each other and fasten bars together with tie wire. 4. If lap splice length for bars in concrete is not specified or indicated on the Drawings, bars shall be lap spliced in accordance with ACI 318 and ACI 350. 5. If not indicated on the Drawings and not specified in Division 4, lap splice bars in masonry in accordance with the building code as specified in Section 01410. 6. Bar Supports: a. Provide in sufficient number to prevent sagging and to support loads during construction, but in no case less than quantities and at locations as indicated in ACI 315. b. Support reinforcing for concrete placed on ground by standard manufactured chairs, with steel plates for resting on ground . c. Do not use brick, broken concrete masonry units, spalls, rocks, or similar material for supporting reinforcing steel. d. Do not use give away bars that have less cover than required by the Contract Documents. Do not adjust location of reinforcement required by the Contract Documents to provide cover to the give away bars . 7 . If not indicated on the Drawings, provide protective concrete cover in accordance with ACI 318 and ACI 350 . August 2010 -CONFORMED 8258A 10 pw ://Carol lo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specifications/03200 (Conformed) 03200-4 CONCRETE REINFORCEMENT C . Tying of Bar Reinforcement: 1. Fasten bars securely in place with wire ties. 2 . Tie bars sufficiently often to prevent shifting. 3 . There shall be at least 3 ties in each bar length (does not apply to dowel lap splices or to bars shorter than 4 feet, unless necessary for rigidity). 4. Tie slab bars at every intersection around periphery of slab . 5. Tie wall bars and slab bar intersections other than around periphery at not less than every alternate intersection . 6 . Tie all support chairs and bolsters to the slab bars . 7. After tying wire ties , bend ends of wire ties in towards the center of the concrete section . Wire ties shall conform to the cover requirements of the reinforcing bars . 8. Above tying requirements do not apply to reinforcement for masonry. Refer to Divis ion 4 for tying requirements for masonry . D. Lap Splices of Reinforcing Bars : 1. Where bars are to be lapped spliced at joints in concrete , ensure bars project from concrete first placed , minimum length equal to lap splice length indicated on the Drawings. 2. Where lap splice length is not indicated on the Drawings , then provide lap splice length in accordance with ACI 318 , ACI 350 , and as specified in this Division. E. Welded Wire Fabric Reinforcement: 1. Install necessary wiri ng, spacing chairs , or supports to keep welded wire fabric in place while concrete is being placed . 2. Bend fabric as indicated on the Drawings or required to fit work . 3 . Unroll or otherwise straighten fabric to make perfectly flat sheet before placing in the Work. 4. Lap splice welded wire fabric as indicated on the Drawings. 5. If lap splice length is not indicated on the Drawings , splice fabric in accordance with ACI 318 and ACI 350. END OF SECTION August 2010 -CONFORMED 8258A 10 pwJ/Carollo/Documen ts/Cli enVTX/Fort Worth /8258A 10/Specifications/03200 (Conform ed ) 03200-5 CONCRETE REINFORCEMENT THIS PAGE INTENTI ONALLY LEFT BLANK August 2010 -CONFORMED 8258A10 pw1/Carollo/Documents/Cli enVTX/Fort Worth/8258A101Specifications/03200 (Conformed) 03200-6 CONCRETE REINFORCEMENT PART1 GENERAL SECTION 03212 REINFORCING BAR COUPLERS 1.01 SUMMARY A. Section Includes : Reinforcing bar couplers . 1.02 REFERENCES A. American Society of Testing and Materials (ASTM): 1. A 615 -Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement. 2. A 706 -Standard Specification for Low-Alloy Steel Deformed Bars for Concrete Reinforcement. 1.03 SYSTEM DESCRIPTION A. Performance Requirements: 1. Do not exceed the following total slip of the reinforcing bars within the splice sleeve after loading reinforcing bar in tension to 30,000 pounds per square inch and relaxing to 3,000 pounds per square inch, measured between gauge points clear of the splice sleeve : a . 0 .010 inch for Number 14 reinforcing bars or smaller. b. 0 .030 inch for Number 18 reinforcing bars. 2 . The splicing system and materials used in accordance with the manufacturer's procedures shall develop in tension not less than the lesser of the following: a. Ninety-five percent of the ultimate tensile strength of the reinforcing bar for ASTM A 615 and ASTM A 706 reinforcing bars. b. One hundred and sixty percent of the specified yield strength of the reinforcing bar for ASTM A 615 and ASTM A 706 reinforcing bars. 1.04 SUBMITTALS A. Submit the Following Information for Each Shipment of Splice Material : 1. The type or series identification of the splice material. For sleeve-threaded type, the heat treatment lot number. 2. The bar grade and size number to be spliced. 3. A copy of the manufacturer's catalog giving complete data on the splice material and procedures. 4. A statement that the splicing systems and materials used in accordance with the manufacturer's procedures will develop the strength requirements, the total slip requirements, and other requirements in these specifications. August 2010 -CONFORMED 8258A10 pw J/Ca rol lo/Documents/Client/TX/Fort Worth/8258A 1 O/Specifica tions/03212 {Conform ed) 03212-1 REINFORCING BAR COUPLERS PART2 PRODUCTS 2.01 MATERIALS A. Reinfo rcing Bar Couplers: Mechan ical butt splices of the sleeve-threaded type or the sleeve-swaged type , at the option of the CONTRACTOR : 1. Sleeve-Threaded Type of Reinforcing Bar Coupler: a . Steel splice sleeve with tapered interior threads that j oins the reinforcing bars with matching tapered threads . b. Taper threads to such a degree that cross thread ing will not occur during assembly. c. Mark each splice sleeve with the heat treatment lot number. d . After completion of assembly of the splice, tighten splice to a torque value of not less than recommended by the manufacturer. 2. Sleeve-Swaged Type of Reinforcing Bar Coupler: Seamless steel sleeve applied over the ends of the reinforcing bars and swaged to the bars by means of a hydraulic press. PART 3 EXECUTION 3.01 INSTALLATION A. Use reinforcing bar couplers where indicated on the Drawings or accepted by the ENGINEER. B. Splice in accordance with the manufacturer's recommendations, except as modified in this section. Make splices using manufacturer's standard equipment, jigs , clamps , and other required accessories . C. Cut ends of reinforcing bars to be spliced nom inally square. D. Provide clear cover over reinforcing bar couplers of not less than indicated on the Drawings or specified for the bars when meas u red from the surface of the concrete to the outside of the sleeve . Adjust stirrups, ties , and other reinforcement and place addit ional reinforcement if necessary to provide planned clear cover over reinforcement. END OF SECTION August 2010 -CONFORMED 8258A10 pw ://Cardlo/Documents/Cli enVTX/Fort Worth/8258A10/Specifica bons/032 12 (Conformed) 03212-2 REINFORCING BAR COUP LERS PART1 GENERAL SECTION 03300 CAST-IN-PLACE CONCRETE 1.01 SUMMARY A. Section Includes: Cast-in-place concrete. B. Related Sections: 1. Section 03071 -Epoxies. 2. Section 03150 -Concrete Accessories. 3. Section 03931 -Epoxy Injection System . 4 . Section 07900 -Joint Sealers . 1.02 REFERENCES A. American Concrete Institute (ACI): 1. 318 -Building Code Requirements for Structural Concrete and Commentary. 2. 350 -Code Requirements for Environmental Engineering Concrete Structures and Commentary. 3. Manual of Concrete Practice. 4 . Recommended Practices . B. American Society for Testing and Materials (ASTM}: 1. C 31 -Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C 33 -Standard Specification for Concrete Aggregates . 3. C 39 -Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C 40 -Standard Test Method for Organic Impurities in Fine Aggregates for Concrete. 5. C 42 -Standard Test Method of Obtaining and Testi ng Drilled Cores and Sawed Beams of Concrete. 6. C 88 -Standard Test Method of Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate . 7. C 94 -Standard Specification for Ready-Mixed Concrete. 8. C 114 -Standard Test Methods for Chemical Analysis of Hydraulic Cement. 9. C 117 -Standard Test Method for Materials Finer that 75-m (No. 200) Sieve in Mineral Aggregates by Washing. 10. C 123 -Standard Test Method for Lightweight Particles in Aggregate. 11. C 131 -Standard Test Method for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. 12 . C 136 -Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates. 13. C 142 -Standard Test Method for Clay Lumps and Friable Particles in Aggregate. , 14. C 143 -Standard Test Method for Slump of Hydraulic-Cement Concrete . August 2010 -CONFORMED 8258A10 pw://Carollo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specifications/0 3300 (Con formed ) 03300-1 CAST-IN-PLACE CONCRETE 15. C 150 -Standard Specification for Portland Cement. 16. C 156 -Standard Test Method for Water Retention by Concrete Curing Materials . 17 . C 157 -Standard Test Method for Length Change of Hardened Hydraulic- Cement Mortar and Concrete . 18. C 171 -Standard Specifications for Sheet Materials for Curing Concrete. 19. C 172 -Standard Practice for Sampling Freshly Mixed Concrete. 20. C 173 -Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method. 21 . C 260 -Standard Specification for Air-Entraining Admixtures for Concrete . 22. C 289 -Standard Test Method for Potential Alkali-Silica Reactivity of Aggregates (Chemical Method). 23. C 295 -Standard Guide to Petrographic Examination of Aggregates for Concrete . 24. C 309 -Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. 25 . C 311 -Standard Test Methods for Sampling and Testing Fly Ash or Natural Pozzolans for Use as a Mineral Admixture in Portland-Cement Concrete. 26 . C 494 -Standard Specification for Chemical Admixtures for Concrete. 27. C 618 -Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete . 28. D 75 -Standard Practice for Sampling Aggregates . 29 . D 2103 -Standard Specification for Polyethylene Film and Sheeting . 1.03 DEFINITIONS A. Alkali : Is defined as the sum of sodium oxide and potassium oxide calculated as sodium oxide. B. Cementitious Materials : Defined as portland cement and pozzolan admixture. C. Hairline Crack: Crack with a crack width of less than 4 thousandths of an inch . 1.04 SYSTEM DESCRIPTION A. Performance Requirements: 1. General: a. Except as otherwise specified, provide concrete composed of portland cement, fly ash, fine aggregate, coarse aggregate, and water so proportioned and mixed as to produce plastic, workable mixture in accordance with requirements as specified in this Section and suitable to specific conditions of placement. b. Proportion materials in a manner such that w ill secure lowest water- cement ratio which is consistent with good workabil ity, plastic, cohesive mixture, and 1 which is within specified slump range . c. Proportion fine and coarse aggregates in manner such as not to produce harshness in placing or honeycombing in structures. 2. It is the intent of this Section to secure for every part of the Work concrete and grout of homogeneous structure , which when hardened will have required strength , watertightness , and durability: August 2010 -CONFORMED 8258A 10 pwJ/Carollo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specifications/03300 (Confonned} 03300-2 CAST-IN-PLACE CONCRETE a. It is recognized that some surface hairline cracks and crazing will develop in the concrete surfaces . b. Construction and expansion joints have been specified and positioned in structures as indicated on the Drawings, and curing methods specified , for purpose of reducing number and size of cracks, due to normal expansion and contraction expected from specified concrete mixes. c. Class A, Class B, and Class D Concrete : Watertight: Repair cracks which develop in walls or slabs and repair cracks which show any signs of leakage until all leakage is stopped. d. Pressure inject visible cracks , other than hairline cracks and crazing , in following areas with epoxy as specified in Section 03931 : 1) Floors and walls of water bearing structures. 2) Walls and overhead slabs of passageways or occupied spaces , outsides of which are exposed to weather or may be washed down and are not specified to receive separate waterproof membrane . 3) Other Items Not Specified to Receive Separate Waterproof Membrane : Slabs over water channels, wet wells, reservoirs , and other similar_surfaces. e. Walls or slabs , as specified above, that leak or sweat because of porosity or cracks too small for successful pressure grouting: Seal on water or weather side by coatings of surface sealant system, as specified in this Section . f. Grouting and Sealing : Continue as specified above until structure is watertight and remains watertight for not less than 1 year after final acceptance or date of final repair, whichever occurs later in time . 3. Workmanship and Methods : Provide concrete work, including detailing of reinforcing, conforming with best standard practices and as set forth in ACI 318, ACI 350 , Manuals, and Recommended Practices . 1.05 SUBMITTALS A. Product Data : Submit data completely describing products. B. Information on Heating Equipment to Be Used for Cold Weather Concret ing: Submit information on type of equipment to be used for heating materials and/or new concrete in process of curing during excessively cold weather. C. For conditions that promote rapid drying of freshly placed concrete such as low hum idity, high temperature , and wind: Submit corrective measures proposed for use prior to placing concrete . D. Copies of Tests of Concrete Aggregates : Submit certified cop ies in triplicate of commercial laboratory tests not more than 90 days old of all samples of concrete aggregates: 1. Fine Aggregate : a. Clay lumps. b. Reactivity . c. Shale and chert . d. Soundness . e. Color. August 2010 -CONFORMED 8258A10 pw J/Ga rol lo/Docu ments/ClienVTX/Fort Worth/82S8A 10/Specificati ons/03300 (Co nformed ) 03300-3 CAST-IN-PLACE CONCRETE f. Decantation. 2. Coarse Aggregate : a. Clay lumps and friable particles . b. Reactivity . c. Shale and chert . d. Soundness. e. Abrasion loss. f. Coal and lignite . g. Materials finer than 200 sieve. E. Sieve Analysis : Submit sieve analyses of fine and coarse aggregates being used in triplicate at least every 3 weeks and at any time there is significant change in grading of materials. F. Concrete Mixes: Submit full details, including mix design calculations for concrete mixes proposed for use for each class of concrete: 1. Include information on correction of batching for varying moisture contents of fine aggregate. 2. Submit Source Quality Test Records with Mix Design Submittal: a. Include calculations for fer based on source quality test records. G. Trial Batch Test Data: 1. Submit data for each test cylinder. 2. Submit data that identifies mix and slump for each test cylinder. H. Sequence of Concrete Placing : Submit proposed sequence of placing concrete showing proposed beginning and ending of individual placements. I. Curing Compound Other than Specified Compound: Submit complete data on proposed compound. J . If Either Fine or Coarse Aggregate Is Batched from More than 1 Bin: Submit analyses for each bin, and composite analysis made up from these, using proportions of materials to be used in mix. K. Cement Mill Tests : Include alkali content, representative of each shipment of cement for verification of compliance with specified requirements . L. Pozzolan Certificate of Compliance: Identify source of pozzolan and certify compliance with requirements of ASTM C 618. M. Information on mixing equipment. N. Drying shrinkage test data. 1.06 DELIVERY, STORAGE, AND HANDLING A. Packing and Shipping: 1. Deliver, store, and handle concrete materials in manner that prevents damage and inclusion of foreign substances. 2. Deliver and store packaged materials in original containers until ready for use. August 2010 -CONFORMED 8258A10 pw J/Carol lo/Documents.lCli enVTX/Fort Worth /8258A 1 O/Speci fica tions/03300 (Con form ed} 03300-4 CAST-I N-PLACE CONCRETE 3. Deliver aggregate to mixing site and handle in such manner that variations in moisture content will not interfere with steady production of concrete of specified degree of uniformity and slump . B. Acceptance at Site : Reject material containers or materials showing evidence of water or other damage. 1.07 PROJECT CONDITIONS A. Environmental Requirements: 1. Hot Weather Concreting : a . When Ambient Air Temperature Is above 90 Degrees Fahrenheit: Prior to placing concrete , cool forms and reinforcing steel to by water cooling to below 90 degrees Fahrenheit. b . Temperature of Concrete Mix at Time of Placement: Keep temperature below 90 degrees Fahrenheit by methods which do not impair quality of concrete. 2. Cold Weather Concreting: a. Concrete placed below ambient air temperature of 45 degrees Fahrenheit and falling or below 40 degrees Fahrenheit: Make provision for heating water. b. If materials have been exposed to freezing temperatures to degree that any material is below 35 degrees Fahrenheit: Heat such materials. c. Heating Water, Cement, or Aggregate Materials: 1) Do not heat in excess of 160 degrees Fahrenheit. d. Protection of Concrete in Forms: 1) Protect by means of covering with tarpaulins, or other acceptable covering acceptable to ENGINEER. 2) Provide means for circulating warm moist air around forms in manner to mainta in temperature of 50 degrees Fahrenheit for at least 5 days. 3. For conditions that promote rapid drying of freshly placed concrete such as low humidity, high temperature, and wind: Take corrective measures to minimize rapid water loss from concrete: a . Furnish and use sufficient number of maximum and minimum self- recording thermometers to adequately measure temperature around concrete . 1.08 SEQUENCING AND SCHEDULING A. Schedule placing of concrete in such manner as to complete any single placing operation to construction or expansion joint. PART 2 PRODUCTS 2.01 MATERIALS A. Admixtures: 1. General: August 2010 -CONFORMED 8258A10 pw://Ca rollo/Docum en ts/Cli ent/TX/Fort Worth/82 58A 1 O/Speci fi cations/0 3300 (Confo rmed) 03300-5 CAST-IN-PLACE CONCRETE a. Do not use admixtures of any type , except as specified, unless written authorization has been obtained from the ENGINEER. b. Compatible with concrete and other admixtures. c. Do not use admixtures containing ch lorides calculated as chloride ion in excess of 0.5 percent by weight. d . Use in accordance with manufacture r's recommendations and add each admixture to concrete mix separately. 2. Air Entraining Adm ixture : a. Provide all concrete with 5 percent, plus or minus 1 percent, entrained air of evenly dispersed air bubbles at time of placement. b. Conform to ASTM C 260. 3. Pozzolan Admixture: a. Fly ash in accordance with requirements of ASTM C 618, Class F, may be used as admixture in concrete made with Type II portland cement. b. Maximum of 15 percent by weight of pozzolan admixture to total weight of cementitious materials. The total weight of cementitious materials shall not be less than minimum cementitious materials listed in Table A. c. Do not use pozzolan admixture as an admixture in concrete made with portland-pozzolan cement. d. Loss on Ignition for Pozzolan Admixture: Not exceed 4 percent. 4 . Water Reducing Admixture: a. May be used at the CONTRACTOR's option. b. Conform to ASTM C 494, Type A or Type D. c. Not contain air-entraining agents. d. Liquid form before adding to the concrete mix . e. No decrease in cement is permitted as result of use of water reducing admixture. 5. Superplasticizers: Are not to be used without acceptance by ENGINEER. B. Aggregate : 1. General: a. Provide concrete aggregates that are sound, uniformly graded, and free of deleterious material in excess of allowable amounts specified. b. Grade aggregate in accordance with ASTM C 136 and D 75. c. Provide unit weight of fine and coarse aggregate that produces in place concrete with weight of not less than 140 pounds per cubic foot. d . Do not use aggregate made from recycled materials such as crushed and screened hydraulic-cement concrete, brick, and other construction materials . 2. Fine Aggregate: a. Provide fine aggregate for concrete or mortar consisting of clean, natural sand or of sand prepared from crushed stone or crushed gravel. b. Do not provide aggregate having deleterious substances in excess of following percentages by weight of contaminating substances . In no case shall total exceed percent listed. August 2010 -CONFORMED 8258A10 pw 1/Carol lo1Docu ments/Clie nVTX/Fort Worth /8258A 101Specificati on s/03300 (Conform ed) 03300-6 CAST-IN-PLACE CONCRETE Item Test Method Percent Removed by decantation (dirt, silt, etc.) ASTM C 117 3 Shale or Chert ASTM C 123 1 ASTM C 295* 1 Clay Lumps ASTM C 142 1 * Test Method C 123 is used to identify particles in the sample lighter than 2.40 Specific Gravity. Test Method C 295 is used to identify which of the lightweight particles are shale or chert. If the results of Test Method C 123 are less than 1 percent, Test Method C 295 is not required . c. Except as otherwise specified, grade fine aggregate from coarse to fine in accordance with requirements of ASTM C 33 . 3. Coarse Aggregate: a. General: Provide coarse aggregate consisting of gravel or crushed stone made up of clean, hard, durable particles free from calcareous coatings, organic matter, or other foreign substances. b. Weight: Not exceeding 15 percent, for thin or elongated pieces having length greater than 5 times average thickness. c. Deleterious Substances: Not in excess of following percentages by weight, and in no case having total of all deleterious substances excee d " 2 t ,ng percen. Item Test Method Percent Shale or chert ASTM C 123 1.25 ASTM C 295** 1 Coal and lignite ASTM C 123 1/4 Clay lumps and friable particles ASTM C 142 1/4 Materials finer than Number 200 sieve ASTM C 117 1/2* * ** Except when material finer than Number 200 sieve consists of crusher dust, maximum amount shall be 1 percent. Test Method C 123 is used to identify particles in the sample lighter than 2.40 Specific Gravity. Test Method C 295 is used to identify which of the lightweight particles are shale, chert, coal or lignite . If the results of Test Method C 123 are less than 1.25 percent (the minimum combined percentage of shale, chert, coal and lignite), Test Method C 295 is not required. d. Grading: 1) Aggregate for Class A, B, C, and D Concrete: As specified in ASTM C 33, Size Number 57, except as otherwise specified or authorized in writing by the ENGINEER. 2) Aggregate for Class CE Concrete for Encasement of Electrical Conduits : a) Graded as specified in ASTM C 33, Size Number 8. C. Concrete Sealer: 1. Manufacturers: One of the following or equal: August 2010 -CONFORMED 8258A10 03300-7 CAST-IN-PLACE CONCRETE pw J/Carollo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specificafon s/03300 (Conformed) a. ChemMasters , Madison , OH , Spray-Cure & Seal 25. b . Tamms Industries , Luster Seal WB-300 . D. Conduit Encasement Coloring Agent: 1. Color: Red color concrete used for encasement of electrical ducts , conduits , and similar type items . 2 . Manufacturers: One of the following or equal: a. Davis Company , #100 Utility Red . b. I. Reiss Company , Inc., equivalent product. 3. Conduit Encasement Concrete: Mix into each cubic yard of concrete 10 pounds of coloring agent. E. Evaporation Retardan t: 1. Manufacturers : One of the following or equal : a. Master Builders Technologies, Cleveland , Ohio, Confilm . b. Euclid Chemical Company, Cleveland , Ohio , Eucobar. F. Keyway Material : Steel , plastic, or lumber. G . Nonslip Abrasive : 1. Type : Aluminum oxide abrasive of size 8/16 , having structure of hard aggregate, homogenous, nonglazing , rustproof, and unaffected by freezing , moisture , or cleaning compounds . 2. Manufacturers : One of the following or equal: a. Exolon Company , Tonawanda , New York. b. Abrasive Materials , Incorporated , Hillsdale , Michigan . H. Portland Cement: 1. General : Conform to specifications and tests for ASTM C 150, Types II or Ill , Low Alkali , except as specified otherwise. 2 . Low Alkali Portland: Have total alkali con taining not more than 0.60 percent. 3. Exposed Concrete in Any Individual Structure : Use only one brand of portland cement. 4. Cement for Finishes : Provide cement from same source and of same type as concrete to be finished. I. Sprayed Membrane Curing Compound : Clear type with fugitive dye conforming to ASTM C 309 , Type 10. J. Surface Sealant System: Manufacturers: One of the following or equal : 1. Radcon Laboratories, Inc., Las Vegas , Nevada , Formula Number 7. 2. IPA Systems , Philadelph ia , Pennsylvania , Duripal. K. Water: 1. Water for Concrete, Washing Aggregate , and Curing Concrete: Clean and free from oil and de leterious amounts of alkali , acid , organic matter, or other substances . 2. Chlorides and Sulfate Ions: a . Water for Conventional Reinforced Concrete : Use water not containing more than 1,000 milligrams per liter of chlorides calculated as chloride ion , August 2010 -CONFORMED 8258A10 pw ://Carollo/Documents/Client/TX/Fort Worth/8258A 1 O/Specification s/03 300 (Co nformed) 03300-8 CAST-IN-PLACE CONCRETE nor more than 1,000 milligrams per liter of sulfates calculated as sulfate ion . b. Water for Prestressed or Post-Tensioned Concrete : Use water not containing more than 650 milligrams per liter of chlorides calculated as chloride ion, nor more than 800 milligrams per liter of sulfates calculated as sulfate ion. 2.02 EQUIPMENT A. Mixing Concrete: 1. Mixers may be of stationary plant, paver, or truck mixer type. 2. Provide adequate equipment and facilities for accurate measurement and control of materials and for readily changing proportions of material. 3. Mixing Equipment: a. Capable of combining aggregates, cementitious materials, and water within specified time into thoroughly mixed and uniform mass and discharging mixture without segregation. b. Maintain concrete mixing plant and equipment in good working order and operated at loads, speeds, and timing recommended by manufacturer or as specified. c. Proportion cementitious materials and aggregate by weight. B. Machine Mixing: 1. Batch plant shall be capable of controlling delivery of all material to mixer within 1 percent by weight of individual material. 2. If bulk cementitious materials are used, weigh them on separate visible scale which will accurately register scale load at any stage of weighing operation from zero to full capacity. 3. Prevent cementitious materials from coming into contact with aggregate or with water until materials are in mixer ready for complete mixing with all mixing water. 4. Procedure of mixing cementitious materials with sand or with sand and coarse aggregate for delivery to project site, for final mixing and addition of mixing water will not be permitted . 5. Retempering of concrete will not be permitted. 6 . Discharge entire batch before recharging. 7. Volume of Mixed Material Per Batch: Not exceed manufacturer's rated capacity of mixer. 8. Mixers: a. Perform mixing in batch mixers of acceptable type. b. Equip each mixer with device for accurately measuring and indicating quantity of water entering concrete, and operating mechanism such that leakage will not occur when valves are closed. c. Equip each mixer with device for automatically measuring, indicating, and controlling time required for mixing: 1) Interlock device to prevent discharge of concrete from mixer before expiration of mixing period. C. Transit-Mixed Concrete: 1. Mix and deliver in accordance with ASTM C 94. August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents/Cl ie nt/TX/Fort Worth/8258A 1 O/Specifications/03300 (Conformed) 03300-9 CAST-IN-PLACE CONCRETE 2. Total elapsed time between addition of water at batch plant and d ischarging completed mix : Not to exceed 90 minutes. Elapsed time at project site shall not exceed 30 minutes. 3. Under conditions contributing to quick setting, total elapsed time permitted may be reduced by the ENGINEER. 4. Equip each truck mixer with device interlocked to prevent discharge of concrete from drum before required number of turns and furnish such device that is capable of counting number of revolutions of drum. 5 . Continuously revolve drum after it is once started until it has completely discharged its batch: a. Do not admit water until drum has started revolving. b. Right is reserved to increase required minimum number of revolutions or to decrease designated maximum number of revolutions allowed , if necessary, to obtain satisfactory mix ing. The CONTRACTOR will not be entitled to additional compensation because of such increase or decrease. D. Other Types of Mixers : In case of other types of mixers, mixing shall be as follows : 1. Mix concrete until there is uniform distribution of materials, and discharge mixer completely before recharging. 2. Neither speed nor volume loading of mixer shall exceed manufact urer's recommendations. 3. Continue mixing for minimum of 1-1/2 minutes after all materials are in drum, and for batches larger than 1 cubic yard increase minimum mixing time 15 seconds for each additional cubic yard or fraction thereof. 2.03 MIXES A. Measurements of Materials: 1. Measure materials by weighing, except as otherwise specified or where other methods are specifically authorized in writing by the ENGINEER. 2. Furnish apparatus for weighing aggregates and cementitious materials that is suitably designed and constructed for this purpose. 3 . Accuracy of Weighing Devices : Furnish devices that have capability of providing successive quantities of individual material that can be measured to within 1 percent of desired amount of that material. 4. Measuring or Weighing Devices: Subject to review by the ENGINEER. Shall bear valid seal of the Sealer of Weights and Measures having jurisdiction . 5. Weighing Cementitious Materials: a. Weigh cementitious materials separately. b . Cement in Unbroken Standard Packages (Sacks): Need not be weighed . c . Bulk Cementitious Materials and Fractional Packages : Weigh such cementitious materials. 6. Mixing Water: Measured by volume or by weight. B. Concrete Proportions and Consistency: 1. Concrete Consistency and Composition: a. Provide concrete that can be worked readily into corners and angles of forms and around reinforcement without excessive vibration and without permitting materials to segregate or free water to collect on surface . b. Prevent unnecessary or haphazard changes in consistency of concrete. August 2010 -CONFORMED 8258A10 pw ://Carol lo/Documents/Cli enVTX/Fort Worth /82 58A 1 O/Specifications/033 00 (Conformed } 03300-10 CAST-IN-PLACE CONCRETE 2 . Ratio of Coarse Aggregate to Fine Aggregate: Not less than 1.0 or more than 2.0 for all concrete Classes, with exception of Class CE . 3. Aggregate : a. Obtain aggregate from source that is capable of providing uniform quality, moisture content, and grading during any single day's operation. 4 . Concrete Mix Water to Cementitious Materials Ratio, Minimum Cementitious Materials Content, and Slump Range : Conform to values specified in Table A in this Section. 5 . Concrete Batch Weights: Control and adjust to secure maximum yield. At all times, maintain proportions of concrete mix within specified limits . 6. Mix Modification: If required, by the ENGINEER, modify mixture within limits set forth in this Section. C. Concrete Mixes: 1. Proportioning of Concrete Mix: Proportion mixes based on required average on compressive strength fer· 2 . Mixes: a. Adjusting of Water: After acceptance , do not change mixes without acceptance by ENGINEER, except that at all times adjust batching of water to compensate for free moisture content of fine aggregate. b . Total Water Content of Each Concrete Class: Not exceed those specified in Table A in this Section. c. Checking Moisture Content of Fine Aggregate: Furnish satisfactory means at batching plant for checking moisture content of fine aggregate. 3. Change in Mixes: Submit new mix design and undertake new trial batch and test program as specified in this Section. D. Hand Mixed Concrete : 1. Hand mix concrete only when acceptable to the ENGINEER. 2. Prepare hand mixed concrete on watertight, level platform in batches not to exceed 1/3 cubic yard each. 3. Aggregate: a . First, spread required amount of coarse aggregate on platform in an even and uniform layer. Then over coarse aggregate, spread proper proportion of fine aggregate . b. Depth of Combined Coarse and Fine Aggregate Layers: Not be greater than 1 foot. 4. Cementitious Materials: a. First, evenly spread required quantity of cementitious materials over fine aggregate. b. Then tum entire batch with shovels at least 2 times before adding water. 5. Water: a . Then uniformly sprinkle or spray proper amount of water over batched materials. b. Then turn with shovels not less than 3 times before concrete is removed from platform. E. Classes of Concrete: August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specifications/03300 (Confo rmed) 03300-11 CAST-IN-PLACE CONCRETE Class A B (Type Ill cement) C D CE 1. Provide concrete consisting of 5 classes , referred herein as Classes A, B, C, D, and CE as specified in this Section. Use where specified or indicated on the Drawings. 2. Weight of Concrete Classes: Provide classes of concrete having minimum weight of 140 pounds per cubic foot. 3. Class B Concrete: Class B concrete may be substituted for Class A concrete, when high-early strength concrete is needed in areas specifically accepted by the ENGINEER and that do not require sulfate resistant concrete . 4. Class C Concrete: Class C concrete may be used for fill for unauthorized excavation , for thrust blocks and ground anchors for piping , for bedding of pipe, and where indicated on the Drawings . 5. Class D Concrete: Use Class D for precast concrete items. 6. Class CE Concrete: Use Class CE for electrical conduit encasements . 7. All other concrete, unless specified or otherwise indicated on the Drawings : Use Class A concrete. TABLE A CONCRETE WITH AIR ENTRAINMENT Specified Minimum Compressive Maximum Cementitious Strength r c at Water-to-Materials per Cubic 28 Days (Pounds per Cementitious Yard of Concrete by Square Inch) Materials Ratio Weight (Pounds) 4 ,000 0.45 564 4,000 0.45 564 2 ,500 0.62 423 4,500 0.45 658 2 ,500 0 .62 564 8. Pumped Concrete : Provide pumped concrete that complies w ith all requirements of this Section. 9. Do not place concrete with slump outside limits indicated in Table A. 10 . Classes : Slump Range (Inches) 2 to 4 2 to 4 3 to 6 2 to 4 3 to 6 a. Classes A , C , D, and CE Concrete: Make with Type II low alkali portland cement. b . Class B Concrete: Make with Type Ill low alkali portland cement. c . Admixtures: Provide admixtures as specified in this Section . F. Air Entraining Admixture: 1. Add agent to batch in portion of mixing water. 2. Batch solution by means of mechanical batcher capable of accurate measurement. August 2010 -CONFORMED 8258A10 pw://Ca rollo/Documents/Clie nVTX/Fort Worth/82 58A 1 O/Specifications/03300 (Conformed) 03300-12 CAST-IN-PLACE CONCRETE 2.04 SOURCE QUALITY CONTROL A. Tests : 1. Trial Batches: a. After concrete mix designs have been accepted by ENGINEER, have trial batches of the accepted Class A, Class B, and Class D concrete mix designs prepared by testing laboratory acceptable to the ENGINEER. b. Prepare trial batches using specified cementitious materials and aggregates proposed to be used for the Work. c. Prepare trial batches with sufficient quantity to determine slump, workability, consistency, and finishing characteristics, and to provide sufficient test cylinders. d. Test Cylinders: Provide cylinders having 6-inch diameter by 12-inch length and that are prepared in accordance with ASTM C 31 for tests specified in this Section . e. Determine slump in accordance with ASTM C 143 . f. Test Cylinders from Trial Batch: 1) Test 8 cylin_ders for compressive strength in accordance with ASTM C 39 : a) Test 4 cylinders at 7 days and 4 at 28 days. b) Establish ratio between 7 day and 28 day strength for mix. Seven-day strength may be taken as satisfactory indication of 28-day strength provided effects on concrete of temperature and humidity between 7 day and 28 day are taken into account. 2) Average Compressive Strength of 4 Test Cylinders Tested At 28 Days: Equal to or greater than required average compressive strength fer on which concrete mix design is based. g. Drying Shrinkage: 1) Prepare 5 drying shrinkage specimens in accordance with ASTM C 157 , except as modified herein. 2) Remove drying shrinkage specimens from molds at age of 23 hours plus or minus 1 hour after trial batching , then immediately place them in water at 73 degrees Fahrenheit plus or minus 3 degrees for at least 30 minutes and then measure specimens within 30 minutes thereafter to determine original length . Then submerge specimens in saturated limewater at 73 degrees Fahrenheit plus or minus 3 degrees for moist curing . 3) Make measurement to determine expansion expressed as percentage of original length at age 7 days. Use length at age 7 days as base length for drying shrinkage calculations. 4) Immediately store specimens in humidity controlled room maintained at 73 degrees Fahrenheit plus or minus 3 degrees and 50 percent plus or minus 4 relative humidity for remainder of test. 5) Make and report measurements to determine shrinkage expressed as percentage of base length separately for 7, 14, 21, and 28 days of drying after 7 days of moist curing. 6) Drying Shrinkage Deformation: a) Measure drying shrinkage deformation of each specimen as difference between base length and length after drying at each test age. August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents/ClienVTX/Fort Worth /8258A 1 O/Speci fica tions/03300 (Conformed) 03300-13 CAST-IN-PLACE CONCRETE b) Measure average drying shrinkage deformation of specimens to nearest 0 .0001 inch at each test age. c) If dryi ng sh rinkage of any s pecimen departs from average of test age by more than 0 .0004 inch , disregard results obt ained from that specimen and test another specimen . d) Shrinkage of trial batch concrete at 28 days drying age shall not exceed 0 .045 percent maximum . h. If trial batch tests do not meet specified requirements for slump , strength, workability, consistency, drying shrinkage , and finishing, change concrete mix design proportions and , if necessary, source of aggregate. Make additional trial batches and tests until an acceptable trial batch is produced that meets requirements of this Section . i. Perform test batches and tests required to establish trial batches and acceptability of materials without change in Contract Price . j . Do not place concrete until the concrete mix design and trial batch have been accepted by ENGINEER. 2. Required Average Compressive Strength: a. Determine required average compressive strength (fer ) for selection of concrete proportions for mix design , for each class of concret e, using calculated standard deviation and its corresponding specified compressive strength fe, in accordance with ACI 3 18 and ACI 350. b. When test records of at least 30 consecutive tests that span period of not less than 45 calendar days are available, establish standard deviation as described in ACI 318 and ACI 350 and as modified as follows herein. c. Provide test records from which to calculate standard deviation that represent materials, quality control procedures, and conditions similar to materials, quality control procedures , and conditions expected to apply in preparation of concrete for the Work. d. Provide changes in materials and proportions within test records that are more restricted than those for the Work. e. Specified Compressive Strength (f e) of Concrete Used in Test Records: Within 1,000 pounds per square inch of that specified for the Work. f . When lacking adequate test records for calculation of standard deviation meeting requirements , determine required average compressive strength f er from following Table B. TABLE B Specified Compressive Strength r c Required Average Compressive Strength (pounds per square inch) r er (pounds per square inch) Less than 3,000 f e + 1,000 3,000 to 5,000 fe + 1,200 Over 5 ,000 1.10f e + 700 3. Pozzolan Admixture : a . Sampling and Testing : 1) Sample and test pozzolan admixture in accordance with ASTM C 311. August 2010 -CONFORMED 8258A10 pw ://Carollo/Docu ments/Client!TX/Fort Worth/8258A 1 O/Specifications/03300 (Conformed) 03300-14 CAST-IN-PLACE CONCRETE PART3 4. Aggregate: a . Testing of concrete aggregate is at CONTRACTOR's expense. b. If there is change in aggregate source or if there is a significant change in aggregate quality from same source, submit new set of design mixes covering each class of concrete and prepare new trial batches . c. Sieves: 1) Use sieves with square openings for testing grading of aggregates. 2) Sieve Analyses : If sieve analyses indicate significant change in materials, the ENGINEER may require that new mix design and trial batch be submitted and accepted before further placing of concrete. d. Sample aggregate in accordance with ASTM C 136 and D 75. e. Fine Aggregate: 1) Provide fine aggregate that does not contain strong alkali nor organic matter which gives color darker than standard color when tested in accordance with ASTM C 40 . 2) Provide aggregate having soundness complying with requirements of ASTM C 33 when tested in accordance with ASTM C 88. 3) Provide aggregate complying with reactivity requirements of ASTM C 33 when tested in accordance with ASTM C 289. f. Coarse Aggregate: 1) Soundness when Tested in Accordance with ASTM C 88 : Have loss not greater than 10 percent when tested with sodium sulfate . 2) Abrasion Loss: Not exceed 45 percent after 500 revolutions when tested in accordance with ASTM C 131. 3) Reactivity: Not exceed limits specified in Appendix of ASTM C 33 when tested in accordance with ASTM C 289. g. Portland Cement: 1) Determination Alkali Content: Determine by method set forth in ASTM C 114. EXECUTION 3.01 INSTALLATION A. Liquid Evaporation Retardant: Under conditions which result in rapid evaporation of moisture from the surface of the concrete, immediately after the concrete has been screeded, coat the surface of the concrete with a liquid evaporation retardant. Apply the evaporation retardant again after each work operation as necessary to prevent drying shrinkage cracks. Conditions which result in rapid evaporation of moisture may include one or more of the following: 1. Low humidity. 2. Windy conditions. 3. High temperature. B. Surface Sealant System: Apply as recommended by manufacturer published instructions. Where concrete continues to sweat or leak, apply additional coats of surface seala11t until the sweating or leaks stop . C. Joints and Bonding: August 2010 -CONFORMED 8258A10 pw://Carollo/Documents/C lient/TX/Fort Worth/8258A 1 O/Specifications/03300 (Confonned) 03300-15 CAST-IN-PLACE CONCRETE 1. As far as practicable construct concrete work as monolith. 2. Locations of construction, expansion, and other joints are indicated on the Drawings or as specified in this Section . 3. For the following structures, provide not less than 14 days between placements of concrete in adjacent concrete wall placements. Place concrete for slabs in checkerboard pattern with not less than 14 days between placements of concrete in adjacent concrete slab placements . a. Final Clarifier 22 and 24 . 4 . Construction Joints : a. Where construction joints are not indicated on the Drawings, provide construction joints in slabs and walls at intervals not greater than 35 feet. b. In order to preserve strength and watertightness of structures, make no other joints, except as authorized the ENGINEER. c. At construction joints, thoroughly clean concrete of laitance, grease, oil, mud, dirt, curing compounds, mortar droppings, or other objectionable matter by means of heavy sandblasting, and wash surfaces just prior to succeeding concrete placement. d. At Horizontal Joints: Immediately prior to resuming concrete placing operations, thoroughly spread bed of grout not less than 1 /2 inch in thickness nor more than 1 inch in thickness over horizontal joint surfaces . 5. Keyways in Joints: a. Provide keyways in joints as indicated on the Drawings . b. Treat lumber keyway material with form release coating, applied in accordance with manufacturer's instructions. 6 . Take special care to ensure that concrete is well consolidated around and against waterstops and waterstops are secured in proper position . 7. Cleaning of Construction Joints : a. Wash construction joints free of sawdust, chips, and other debris after forms are built and immediately before concrete or grout placement. b. Should formwork confine sawdust, chips, or other loose matter in such manner that it is impossible to remove them by flushing with water, use vacuum cleaner for their removal, after which flush cleaned surfaces with water. c. Provide cleanout hole at base of each wall and column for inspection and cleaning. 8 . Construction and Expansion Joints : a . Constructed where and as indicated on the Drawings. b. Waterstops, expansion joint material, synthetic rubber sealing compound, and other similar materials: As specified in Sections 03150 and 07900. 9. Repair of Concrete: Where it is necessary to repair concrete by bonding mortar or new concrete to concrete which has reached its initial set, first coat surface of set concrete with epoxy bonding agent as specified in Section 03071. D. Conveying and Placing Concrete: 1. Convey concrete from mixer to place of final deposit by methods that prevent separation or loss of materials. 2 . Use equipment for chuting, pumping, and conveying concrete of such size and design as to ensure practically continuous flow of concrete at delivery end without separation of materials. August 2010 -CONFORMED 8258A10 pw 1/Carollo/Documents/Cli ent/TX/Fort Worth /8258A 1 O/Specifications/03300 (Conformed) 03300-16 CAST-IN-PLACE CONCRETE 3. Design and use chutes and devices for conveying and depositing concrete that direct concrete vertically downward when discharged from chute or conveying device . 4. Keep equipment for conveying concrete thoroughly clean by washing and scraping upon completion of any day's placement. E. Placing Concrete: 1. Place no concrete without prior authorization of the ENGINEER. 2. Do Not Place Concrete Until: a. Reinforcement is secure and properly fastened in its correct position and loose form ties at construction joints have been retightened. b. Dowels, bucks, sleeves, hangers, pipes, conduits, anchor bolts, and any other fixtures required to be embedded in concrete have been placed and adequately anchored. c . Forms have been cleaned and oiled as specified. 3. Placement of concrete in which initial set has occurred, or of retempered concrete, will not be permitted. 4. Place no concrete duri_ng rainstorms or high velocity winds . 5 . Protect concrete placed immediately before rain to prevent water from coming in contact with such concrete or winds causing excessive drying . 6. Keep sufficient protective covering on hand at all times for protection of concrete. 7 . After acceptance , adhere to proposed sequence of placing concrete, except when specific changes are requested and accepted by the ENGINEER. 8. Notify the ENGINEER in writing of readiness , not just intention , to place concrete in any portion of the work: a . Provide this notification in such time in advance of operations, as the ENGINEER deems necessary to make final inspection of preparations at location of proposed concrete placing. b . Place forms , reinforcement, screeds , anchors, ties, and inserts in place before notification of readiness is given to the ENGINEER. c. Depositing Concrete: 1) Deposit concrete at or near its final position to avoid segregation caused by rehandling or flowing . 2) Do not deposit concrete in large quantities in one place and work along forms with vibrator or by other methods. 3) Do not drop concrete freely into place from height greater than 5 feet. 4) Use tremies for placing concrete where drop is over 5 feet. 5) Commence placement of concrete on slopes, at bottom of slope . 9. Place concrete in approximately horizontal layers not to exceed 24 inches in depth and bring up evenly in all parts of forms . 10. Continue concrete placement without avoidable interruption, in continuous operation, until end of placement is reached. 11. After placement begins, it should continue without significant interruption. Precautions should be planned and implemented to prevent any delay, between layers being placed , from exceeding 20 minutes. 12 . If concrete is to be placed over previously placed concrete and more than 20 minutes have elapsed, then spread layer of grout not less than 1/2 inch in th ickness nor more than 1 inch in thickness over surface before placing additional concrete. August 2010 -CONFORMED 8258A 10 pw J/Ca rol lo/Oocumen ts/Client/TX/Fort Worth/8258A 1 O/Specifi ca ti on s/03300 (Conformed ) 03300-17 CAST-IN-PLACE CONCRETE 13. Placement of Concrete for Slabs, Beams, or Walkways : a. If cast monolithically with walls or columns, do not commence until concrete in walls or columns has been allowed to set and shrink. b. Allow set time of not less than one hour for shrinkage . F. Consolidating Concrete : 1. Place concrete with aid of acceptable mechanical vibrators . 2. Thoroughly consolidate concrete around reinforcement, pipes , or other shapes built into the work. 3. Provide sufficiently intense vibration to cause concrete to flow and settle readily into place and to visibly affect concrete over radius of at least 18 inches . 4. V ibrators : a. Keep sufficient vibrators on hand at all times to vibrate concrete as placed. b. In addition to vibrators in actual use while concrete is being placed , have on hand minimum 1 spare vibrator in serviceable condition . c. Place no concrete unt il it has been ascertained that all vibrat ing equipment, including spares, are in serviceable condition. 5. Take special care to place concrete solidly against forms to leave no voids. 6. Take every precaution to make concrete solid, compact, and smooth, and if for any reason surfaces or interiors have voids or are in any way defective , repair such concrete in manner acceptable to the ENGINEER. G. Footings and Slabs on Grade : 1. Do not place concrete on ground or compacted fill until subgrade is in moist condition acceptable to the ENGINEER. 2. If necessary, sprinkle subgrade with water not less than 6 or more than 20 hours in advance of placing concrete. 3. If it becomes dry prior to actual placing of concrete , sprinkle again, without forming pools of water. 4 . Place no concrete if subgrade is muddy or soft. H. Loading Concrete: 1. Green Concrete : a. No heavy loading of green concrete will be permitted. b. Green concrete is defined as concrete with less than 100 percent of the specified strength. 2 . No backfill shall be placed against concrete walls, connecting slabs, or beams until the concrete has reached the specified strength . 3. Use construction methods, sequencing, and allow time for concrete to reach adequate strength to prevent overstress of the concrete structure during construction. I. Curing Concrete: 1. General: a. Cure concrete by methods specified in this Section. Addendum No . 1 b. Cure concrete minimum of 7 days . May 21 , 2010 c. Curo concrete to be painted with water or plastic membrane.All concrete August 2010 -CONFORMED 8258A10 pwJ/Carollo/Docu ments/Cl ienVTX/Fort Worth/8258A 1 O/Speci fica ti ons/03300 (Conformed) 03300-18 CAST-IN-PLACE CONCRETE shall be water cured unless specified otherwise . Site paving shall be water cured or sprayed curing membrane. d. Do not use curing compound on concrete surfaces that are to receive paint or upon which any material is to be bonded. e. Water cure concrete that is specified to be sealed by concrete sealer, and at Final Clarifier 22 and 24 and Meter Vaults. f. Cure other concrete by v.iater curing or sprayed curing membrane at the CONTRACTOR's option . 2. Water Curing: a . Keep surfaces of concrete being water cured constantly and visibly moist day and night for period of not less than 7 days. b . Each day forms remain in place may count as 1 day of water curing. c. No further curing credit will be allowed for forms in place after contact has once been broken between concrete surface and forms. d . Do not loosen form ties during period when concrete is being cured by leaving forms in place. e. Flood top of walls with water at least 3 ti mes per day, and keep concrete surfaces moist at all times during 7 day curing period. 3. Sprayed Membrane Curing: a. Apply curing compound to concrete surface after repairing and patching, and within 1 hour after forms are removed. b. If more than 1 hour elapses after removal of forms, do not use membrane- curing compound, but use water curing for full curing period. c . If surface requires repairing or painting , water cure such concrete surfaces. d. Curing Compound: 1) Do not remove curing compound from concrete in less than 7 days. 2) Curing compound may be removed only upon written request by the CONTRACTOR and acceptance by the ENGINEER , stating what measures are to be performed to adequately cure structures. 3) Take care to apply curing compound in area of construction joints. See that curing compound is placed within construction joint silhouette . 4) After curing period is complete, remove curing compound placed within construction joint silhouette by heavy sandblasting prior to placing any new concrete . 5) CONTRACTOR's Option : Instead of using curing compound for curing of construction joints, such joints may be water cured. 6) Apply curing compound by mechanical, power operated sprayer and mechanical agitator that will uniformly mix all pigment and compound. 7) Apply compound in at least 2 coats. 8) Apply each coat in direction 90 degrees to preceding coat. 9) Apply curing compound in sufficient quantity so that concrete has uniform appearance and that natural color is effectively and completely concealed at time of spraying. 10) Continue to coat and recoat surfaces until specified coverage is achieved and until coating film remains on concrete surfaces. August 2010-CONFORMED 8258A10 pw J/Ca rol lo/Docurnents/ClienVTX/Fort Worth/8258A 1 O/Specifica ti on s/033 00 (Confo rm ed ) 03300-19 CAST-IN-PLACE CONCRETE 11) Thickness and Coverage of Curing Compound : Provide compound having film thickness that can be scraped from surfaces at any and all points after drying for at least 24 hours . 12) The CONTRACTOR is cautioned that method of applying curing compound specified herein may require more compound than normally suggested by manufacturer of compound and also more than is customary in the trade . 13) Apply amounts specified herein , regardless of manufacturer's recommendations or customary practice , if curing compound is used in place of water curing. 14) If the CONTRACTOR desires to use curing compound other than specified curing compound , coat sample areas of concrete wall with proposed curing compound and also similar adjacent area with specified compound in specified manner for comparison : a) If proposed sample is not equal or better, in opinion of the ENGINEER, in all features , proposed substitution will not be allowed . 15) Prior to final acceptance of the work , remove , by sandblasting or other acceptable method , any curing compound on surfaces exposed to view , so that only natural color of finished concrete is visible uniformly over entire surface. 3.02 CONCRETE FINISHING A. Provide concrete finishes in accordance with Section 03366. B. Edges of Joints : 1. Provide joints having edges as indicated on the Drawings. 2. Protect wall and slab surfaces at edges against concrete spatter and thoroughly clean upon completion of each placement. C. Concrete Sealer: 1. Floors and Slabs to Receive Concrete Sealer: a. Final Clarifier 22 and 24 topping slabs. 2. Floors and Slabs to Receive Concrete Sealer: As specified in Division 9. 3. Seal Floors and Slabs at CONTRACTOR's Option: a. All Floor Slabs Except for the Following: 1) Those indicated on the Drawings to receive seamless Floor surfacing. 2) Any slabs which receive concrete or grout surfacing, in lieu of water or curing compound . 4 . Apply Concrete Sealer: a. Apply concrete sealer at coverage rate not to exceed 300 square feet per gallon. b. Apply as soon as slab or floor will bear weight. c. Sealer: 1) Before applying concrete sealer, sweep entire surface clean with very soft bristled brush that will not mark finish and remove any standing water. , 2) Apply concrete sealer with sprayer. August 2010 -CONFORMED 8258A10 pw J/Carollo/Docu ments,'C\i enVTX/Fo rt Worth/8258A10/Specifications/03300 (Conformed) 03300-20 CAST-IN-PLACE CONCRETE 3) Use of paint rollers or mop is not acceptable. 4) Workmen shall wear flat soled shoes which will not mark or scar surface. 5) Do not allow traffic on floors and slabs until concrete sealer has dried and hardened. 3.03 FIELD QUALITY CONTROL A. Testing of Concrete: Addendum No . 1 May 21 , 2010 1. During progress of construction, the OWNER will have tests made to determine whether the concrete , as being produced, complies with requirements specified. 2. Tests will be performed in accordance with ASTM C 31, ASTM C 39 , and ASTM C 172. 3. The ENGINEERCONTRACTOR will make and deliver test cylinders to the laboratory and testing expense will be borne by the CONTRACTOR. 4. Required Number Cylinders: a . Not less than 3 cylinder specimens, 6 inch diameter by 12 inch long, will be tested for each 150 cubic yards of each class of concrete with minimum of 3 three specimens for each class of concrete placed and not less than 3 specimens for each half day's placement. b. One cylinder will be broken at 7 days and 2 at 28 days. 5 . The CONTRACTOR shall : a . Test slump of concrete using slump cone in accordance with requirements of ASTM C 143. b. Furnish test equipment. c. Do not use concrete that does not meet specification requirements in regards to slump. Remove such concrete from project site. d . Test slump at the beginning of each placement, as often as necessary to keep slump within the specified range, and when requested to do so by the ENGINEER. e. Make provisions for and furnish concrete for test specimens, and provide manual assistance to the ENGINEERCONTRACTOR in preparing said specimens. f . Assume responsibility for care of and providing of curing conditions for test specimens in accordance with ASTM C 31. B. Air Entraining Admixture : 1. Test percent of entrained air in concrete at beginning of each placement, as often as necessary to keep entrained air within specified range , and when requested to do so by the ENGINEER. 2. Provide test equipment. 3. Do not use concrete that does not meet Specification requirements for air entrainment. Remove such concrete from project site. 4. Test air entrainment in concrete in accordance with ASTM C 173. 5 . The ENGINEERCONTRACTOR may at any time test percent of entrained air in concrete received on project site. C . Enforcement of Strength Requirement: August 2010 -CONFORMED 8258A10 pw J/Caroll o/Documents/Cl ie nVTX/Fort Worth /8258A 1 O/Specifications/03300 (Conformed} 03300-21 CAST-IN-PLACE CONCRETE 1. Concrete is expected to reach higher compressive strength than that which is indicated in Table A as specified compressive strength f c · 2 . Strength Level of Concrete: Will be cons idered acceptable if following conditions are sa tisfied : a. Averages of all sets of 3 consecutive strength test results is greater or equal to speci fi ed compressive strength f c· b. No individual strength test (average of 2 cylinders) falls below specified compressive strength f c by more than 500 pounds per square inch . c . Whenever one, or both , of 2 conditions stated above is not satisfied, provide additional curing of affected portion followed by cores taken in accordance with ASTM C 42, ACI 3 18, and ACI 350 and comply with following requirements: 3.04 ADJUSTING 1) If additional curing does not bring average of 3 cores taken in affected area to at least specified compressive strength f c , designate such concrete in affected area as defective. 2) The ENGINEER may require the CONTRACTOR to strengthen defective concrete by means of additional concrete, additional reinforcement, or replacement of defective concrete, all of the CONTRACTOR's expense. A. Repair of Defective Concrete : 1. Remove and replace or repair defective work. 2. Correct defective work as specified in this Art icle . 3. Do not patch , repair , or cover defective work without inspection by the ENGINEER. 4. Provide repairs having strength equal to or greater than specified concrete for areas involved. 5. Preparation of Concrete for Repair: a. Make no repair until ENGINEER has accepted method for p reparing surface for repair. b . Chip out and key imperfections in the work and make them ready for repair. c. Surfaces of Set Concrete to Be Repaired: First coat with epoxy bonding agent as specified in Section 03071. 6. Methods of Repair: a . Dry Pack Method: 1) Use for holes having depth nearly equal to or greater than least surface dimension of hole , for cone-bolt holes, and for narrow slots cut for repair. 2) Smooth Holes: Clean and roughen by heavy sandblasting before repair. b. Mortar Method of Replacement: 1) Use for holes too wide to dry pack and too shallow for concrete replacement. 2) Comparatively shallow depressions , large or small, wh ich extend no deeper than nearest surface re inforcement. c. Concrete Replacemen t: · August 2010 -CONFORMED 8258A10 pw:1/Carol lo/Docu ments/ClienVTX/Fort Worth /8258A 1 O/Specifi ca tions/03300 (Confo rmed) 03300-22 CAST-IN-PLACE CONCRETE 1) Use when holes extend entirely through concrete section or when holes are more than 1 square foot in area and extend halfway or more through the section . END OF SECTION August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specifications/03300 (Conformed) 03300-23 CAST-IN-PLACE CONCRETE THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents/Client/TX/Fort Worth/8258A 1 O/Specifications/03300 (Conformed) 03300-24 CAST-IN-PLACE CONCRETE PART1 GENERAL 1.01 SUMMARY SECTION 03565 BASIN BOTTOM GROUT A. Section Includes: Grouting basin bottom slabs. B. Related Sections: 1. Section 03300 -Cast-In-Place Concrete. 1.02 DEFINITIONS A. When Grouting Basin Bottom Slabs: 1. Grout That Has Not Bonded: Is defined as grout that, after placing and setting, has hollow sound when tapped with 4 foot long, nominal, 2 by 4 inch, piece of lumber. B. Quality Control Submittals: 1. Manufacturer's Instructions: a. For equipment to be used in grouting basin bottom slabs: 1) Submit grout placement instructions from manufacturer of equipment designated to operate in basin. 2) Include in such instructions statements on limitations and precautions to be observed when using equipment for grout placement. 1.03 QUALITY ASSURANCE A. Pre-Installation Conference for Grouting Basin Bottom Slabs: Schedule meeting with ENGINEER not less than 24 hours before planned grouting operations to discuss method of placement of grout. PART 2 PRODUCTS 2.01 MATERIALS A. Grout for Basin Bottom Slabs: 1. Cement, Sand, and Water: As specified in Section 03300 . 2.02 MIXES A. Grouting Basin Bottom Slab: 1. Proportions of Grouting Mixture: a. One part portland cement and 4-1/2 parts sand, by weight. b. Water Content: , 1) Sufficient, to allow workability for spreading grout with screeds attached to arms of equipment mechanism. August 2010 -CONFORMED 8258A10 pwJ/Garollo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specifica tions/03565 {Conformed) 03565-1 BASIN BOTTOM GROUT PART3 2) Not excessive , to prevent formation of surface water and laitance, and to allow grout to stay in place after screeding . EXECUTION 3.01 PREPARATION A. Surface Preparation: 1. Basin Bottom Slab Surface Preparation: a . Ensure that slab surfaces have rough texture , suitable for bonding grout. b . Roughen smooth areas by heavy sandblasting. c. Heavy sandblast and clean entire slab surface as required to remove dirt, oil, curing compound, laitance , dust, and other matter that may prevent proper grout bonding. d. Saturate concrete slabs with water. e . At time grout is placed, concrete shall be saturated and surface damp. B. Equipment Preparation: 1. Preparation of Equipment for Grouting Basin Bottom Slabs : a. Setting the Screeds: 1) Bolt nominal 2 by 4 inch section of lumber blades on arms of equipment mechanism. 2) Locate leading edge of lumber approximately 2 inches in front of blade and cut it parallel to centerline of arm . 3) Securely nail nominal 2 by 6 inch screed board to ends of 2 by 4 lumber, in manner such that screed runs parallel to centerline of arm. 4) Nail bend sheet nietal to lower edge of screed board . 5) Ensure that bottom of screed board is 1-1/2 inch below steel blades on arms of equipment mechanism. 3.02 AP PUCA TION A. Grouting Basin Bottom Slabs : 1. Placement, General: a . Place grout in accordance with equipment manufacturer's instructions and in accordance with limitations and precautions given in such instructions . b. Bring promptly to attention of the ENGINEER, conflicts between manufacturer's instructions and this Section. 2. Placing Grout: a. Use grouting equipment to apply grout for basin bottom slabs. b. Perform grouting continuously without interruptions until bas in slab is covered. c. Place ring of grout approximately 3 feet wide on outer edge of slab and gradually widened towards center following spiral pattern unt il basin bottom slab is covered . d . Unacceptable Placing Procedure: Following procedures will not be accepted: 1) Grouting by circular sectors or "p.ie" sections . 2) Grouting from center outward . August 2010 -CONFORMED 8258A10 pw ://Carollo/Docu ments/C lie nUTX/Fort Worth /8258A 1 O/S pecifications/03565 (Conformed) 03565-2 BASIN BOTTOM GROUT e. Use Finishing Workers to Control Area Immediately in Front of Screed Boards in Manner So That: 1) Grout is installed to specified thickness . 2) No low areas occur. 3) No excessive amount of grout accumulates . f. Coordinate grout placement rate and number of finishing workers with travel speed of arms of equipment mechanism. g. Last grout area to be grouted in center may be finished by worker operating from 1 of the arms. 3 . Following Grout Placement: a. After completion of slab grouting , allow mechanism to run continuously until there is no more danger that grout sloughing may occur. b. Prevent dry clumps of grout or rocks from being caught under screed board and gouging finish surface of grout. 4. Corrections: a. Before Grout Has Set: 1) Where sloughing has occurred , remove grout from sloughed areas and place grout in low areas . 2) Repair gouges in grouted surface . 5. Curing: a . Water cure grout for 7 days. b. Keep grout surface continuously wet for duration of curing period . B. Tolerances: 1. For Grouting Basin Bottom Slabs: a. Tolerance in Elevation of Finished Grout Surface: Plus or minus 1/8 inch . 1) Specified tolerance is more exacting than customary industry standards for slab finish . 2) Tolerance is required for proper operation of equipment. b. Thickness of Grout Layer: 1) Not less than 1 inch at any point. 2) Provide average thickness of grout as indicated on the Drawings. 3.03 FIELD QUALITY CONTROL A. Inspection : 1. Verification of Grouting Elevation Tolerance on Basin Bottom Slabs: Verify as follows : a. After grout is set, operate grouting equipment with blades set to clear grout surface. b. Under these conditions , blades shall not clear grout surface by more than 1 /4 inch at any point: 1) Excess Clearance : Correct as specified in article titled "Adjusting" in this Section. 3.04 ADJUSTING A. Grouting Basin Bottom Slabs : 1. After Grout Has Set: a . Where clearance between blatles and grouted surface exceed tolerance specified in this Section , grind high points in grout surface using terrazzo machine until specified tolerance is met. August 2010 -CONFORMED 8258A10 pwJ/C arollo/Docu ments/ClienVTX/Fort Worth/8258A 1 O/Specificati on s/03565 (Conform ed) 03565-3 BASIN BOTIOM GROUT b. Grout that has not bonded to concrete slab is not acceptable . Remove and replace such grout. END OF SECTION August 2010 -CONFORMED 8258A10 pw://Carollo/Documents/ClienUTX/Fort Worth/8258A 1 O/Specifications/03565 {Confonmed) 03565-4 BASIN BOTTOM GROUT PART1 GENERAL SECTION 03600 GROUTS 1.01 SUMMARY A. Section Includes : 1. Concrete mortar. 2. Dry-pack mortar. 3 . Epoxy grout. 4. Grout. 5. Non-shrink epoxy grout. 6. Non-shrink grout. B. Related Sections: 1. Section 03071 -Epoxies. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM): 1. C 109 -Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (using 2-inch or [SO-millimeter] cube specimens). 2 . C 230 -Standard Specification for Flow Table for Use In Tests of Hydraulic Cement. 3. C 531 -Standard Test Method for Liner Shrinkage and Coefficient of Thermal Expansion of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes. 4. C 579 -Standard Test Method for Compressive Strength of Chemical- Resistant Mortars, Grouts, and Monolithic Surfacings and Polymer Concretes. 5. C 939 -Standard Test Method for Flow of Grout for Preplaced-Aggregate Concrete (Flow Cone Method). 6. C 1107 -Standard Specification for Packaged Dry, Hydraulic-Cement Grout (Non-shrink). 7. C 1181 -Standard Test Methods for Compressive Creep of Chemical- Resistant Polymer Machinery Grouts . 1.03 SUBMITTALS A. Non-Shrink Grout: Submit manufacturer's literature and certified test data prior to installation . B. Non-Shrink Epoxy Grout: Submit manufacturer's literature and certified test data prior to installation. August 2010 -CONFORMED 8258A10 pw J/Garollo/Documents/ClienVTX/Fort Worth/8258A 10/Specifications/03600 (Conformed) 03600-1 GROUTS 1.04 DELIVERY, STORAGE, AND HANDLING A . All materials shall be del ivered to the jobsite in t heir original , unopened packages or containers , clearly labeled with the manufacturer's product identification and printed instructions. B. All materials shall be sto red in a cool dry place and in accordance with the manufacturer's recommendations . C. All materials shall be handled in accordance w ith t he manufacturer's instructions . 1.05 PROJECT/SITE CONDITIONS A. Refer to manufacturer's literature or contact the manufacturer for any special physical or environmental limitations that may be required for use of products . 1.06 WARRANTIES A. Non-Shrink Grout: The manufacturer shall warranty that the non-shrink grout w ill never go below its initial placement volume when tested in accordance with ASTM C 1107. B. Non-Shrink Epoxy Grout: The manufacturer shall warranty that non-shrink epoxy grout will show negligible shrinkage or expansion when tested in accordance with ASTM C 531. PART 2 PRODUCTS 2.01 MATERIALS A. Concrete Mortar: 1. General : Consist of concrete mixture wit h coarse aggregate removed and water quantity adjusted as required. 2 . At exposed concrete surfaces not to be painted or submerged in water: White cement. B. Dry-Pack Mortar: 1. Consist of mixture of portland cement and sand. C. Epoxy Grout: 1. Consist of mixture of epoxy and sand . 2. Sand: Clean , bagged, graded , and kiln dried silica sand. D. Grout: 1. Consist of mixture of portland cement and sand. E. Non -Shrink Epoxy Grou t: 1. Manufacturers: One of the following or equal : a. Five Star Products, Inc ., Fairfield, CT , Five Star Epoxy Grout. b. BASF Construction Chemicals , Shakopee , MN , Masterflow 648 CP Plus. c. L&M Construction Chemicals, Inc., EPOGROUT. August 2010 -CONFORMED 8258A10 pw:1/Carol lo/Docum ents/Clie nt/TX/Fort Worth/82 58A1 0/Specifications/03600 (Conformed) 03600-2 GROUTS F. 2. Non-shrink epoxy grout shall be a 100 percent solid, premeasured, prepackaged system containing a 2-component thermosetting epoxy resin and inert aggregate. 3. Consistency: Non-shrink epoxy grout shall maintain a flowable consistency for at least 45 minutes at 70 degrees Fahrenheit. 4. Dimensional Stability (height change): a. Non-shrink epoxy grout shall have negligible shrinkage or expansion (less than 0 .0006 inches/inch) when tested in accordance with ASTM C 531 . 5. Compressive Strength: Non-shrink epoxy grout shall show a minimum compressive strength of 10,000 pounds per square inch at 24 hours and 14,000 pounds per square inch at 7 days when tested in accordance with ASTM C 579, Method B . 6. Compressive Creep: The compressive creep for non-shrink epoxy grout shall not exceed 0.0027 inches/inch when tested under a 400 pounds per square inch constant load at 140 degrees Fahrenheit in accordance with ASTM C 1181. 7. Thermal Capability: The coefficient of thermal expansion for non-shrink epoxy grout shall not exceed 0.000018 inches per inch per degree Fahrenheit when tested under ASTM C 531, Method B. Non-Shrink Grout: 1. Manufacturers : One of the following or equal: a. Five Star Products, Inc., Fairfield, CT, Five Star Grout. b. BASF Construction Chemicals, Shakopee , MN, Masterflow 928. c. L&M Construction Chemicals, Inc., Omaha, NE, CRYSTEX. 2. Preportioned and prepackaged cement-based mixture. It shall contain no metallic particles such as aluminum powder and no metallic aggregate such as iron filings . It shall require only the addition of potable water. 3. Potable Water for Pre-Soaking, Mixing, and Curing: Clean and free of oils , acids, alkalies, organics, and any other deleterious matter. 4. Bleeding: Free from the emergence of mixing water from within or the presence of water on its surface. 5. In accordance with ASTM C 1107. 6. 7 . 8. Consistency: Remain at a minimum flowable consistency for at least 45 minutes after mixing at 45 degrees Fahrenheit to 90 degrees Fahrenheit when tested in accordance with ASTM C 230. If at a fluid consistency, it shall be verified in accordance with ASTM C 939. Dimensional Stability (height change): In accordance with ASTM C 1107, volume-adjusting Grade B or C at 45 degrees to 90 degrees. It shall show 90 percent or greater bearing area under bases or baseplates. Compressive Strength: Non-shrink grout shall show minimum compressive strengths at 45 degrees Fahrenheit to 90 degrees Fahrenheit in accordance with ASTM C 1107 for various periods from the time of placement, including 5,000 pounds per square inch at 28 days when tested in accordance with ASTM C 109 as modified by ASTM C 1107. 2.02 MIXES A. Concrete Mortar Mix : 1. Use water-to-cementitious materials ratio that is no more than that specified for concrete being repaired. August 2010 -CONFORMED 8258A 10 pwJ/Carollo/Documents/Cli ent/TX/Fort Worth /8258A 10/Specification s/03600 (Conformed) 03600-3 GROUTS 2. At Exposed Concrete Surfaces Not to Be Painted or Submerged in Water: Use sufficient white cement to make color of finished patch match that of surrounding concrete . B. Dry-Pack Mortar Mix: Use only enough water so that resulting mortar will crumble to touch after being formed into ball by hand. C . Epoxy Grout: 1. Mix in accordance with manufacturer's installation instructions. 2. Proportioning: a. For Horizontal Work: Consist of mixture of 1 part epoxy as specified in Section 03071 with not more than 2 parts sand . b. For Vertical or Overhead Work: Consist of 1 part epoxy gel as specified in Section 03071 with not more than 2 parts sand. D. Grout Mix: 1. For Concrete Repair: Mix in same proportions used for concrete being repaired, with only sufficient water to give required consistency for spreading. 2. For Spreading over the Surfaces of Construction or Cold Joints: Mix with no more water used than allowed by water-to-Cementitious materials ratio specified for concrete. 3. For Other Applications: Mix in proportions by weight of 1 part cement to 4 parts of concrete sand. E. Non-Shrink Epoxy Grout: Mix in accordance with manufacturer's installation instructions. F. Non-Shrink Grout: Mix in accordance with manufacturer's installation instructions such that resulting mix has flowable consistency and is suitable for placing by pouring. PART 3 EXECUTION 3.01 EXAMINATION A. Inspect concrete surfaces to receive grout or mortar and verify that they are free of ice, frost, dirt, grease, oil, curing compounds, paints, impregnations, and all loose material or foreign matter likely to affect the bond or performance of grout or mortar. B. Inspect baseplate and anchor systems for rust, oil, and other deleterious substances that may affect the bond or performance of grout. C. Confirm that newly placed concrete has been cured sufficiently to attain its design strength and limit further shrinkage. D. Verify that temperature of cementitious or epoxy grout does not exceed manufacturer's recommendations . 3.02 PREPARATION A. Surface Preparation : August 2010 -CONFORMED 8258A 10 pw ://Carollo/Documents/C lienVTX/Fort Worth/8258A 1 O/Specifications/03600 (Conformed) 03600-4 GROUTS 1. Roughen all concrete surfaces by heavy sandblasting, chipping, or other mechanical means to assure bond . Loose or broken concrete shall be removed. 2. All grease, oil, dirt, curing compounds, laitance, and other deleterious materials that may affect bond that were identified in the inspection process shall be completely removed from concrete and bottoms of baseplates. All metal surfaces should have a 2 to 3 mil peak-to-valley profile for epoxy grouts. 3. For cementitious mortars and grouts, concrete shall be saturated surface damp. Any standing water shall be removed prior to placing grouts. 4. For epoxy grouts, do not wet concrete surfaces with water. Instead, where required, wet surfaces with epoxy for horizontal work or epoxy gel for vertical or overhead work prior to placing epoxy grouts. B. Forms and Headboxes for Cementitious or Epoxy Grouts: 1. Forms for grouts shall be built of material with adequate strength to withstand the placement of grouts . 2. Forms must be rigid and liquid tight. All cracks and joints shall be caulked with an elastomeric sealant. All forms shall be lined with polyethylene for easy grout release. Forms carefully waxed with two coats of heavy-duty paste wax shall also be acceptable. 3. Forms shall be 4 to 6 inches higher than the baseplate on one side of the baseplate configuration when using head pressure for placement. 4 . A sufficient number of headboxes shall be built to facilitate placement of grouts. 5. Air relief holes a minimum 1/8 inch in diameter shall be provided when required by a baseplate configuration to avoid entrapping air underneath. 3.03 APPLICATION A. Cement Mortar and Grout: 1. For Defective Concrete Repair: a. Filling : Filling of voids around items through the concrete . b. Grout Spreading: Spread over construction joints , cold joints, and similar type items . 2. Concrete Surfaces: a. Apply epoxy-bonding agent to clean , roughened, and dry surfaces before placing mortar or grout. 3. Placing : a. Exercise particular care in placing Portland cement mortar or grout since they are required to furnish structural strength, or impermeable water seal, or both. b. Do not use cement mortar or grout that has not been placed within 30 minutes after mixing . B. Epoxy Grout: 1. Apply in accordance with manufacturer's installation instructions. 2. Use where specified herein or where indicated on the Drawings. 3.04 PLACEMENT A. Grout shall only be installed after the final equipment alignment is correct and accepted by the ENGINEER: August 2010 -CONFORMED 8258A10 pw://Carol lo/Documen ts/Cl ienVTX/Fort Worth/8258A 1 O/Speci fi cations/03600 (Co nformed) 03600-5 GROUTS 1. Grouts shall be mixed in accordance with the manufacturer's recommendations . 2. Use mortar mixer with moving paddles for mixing grouts. For cementitious grouts, pre-wet the mixer and empty out excess water before beginning mixing . 3. Cementitious Grouts : a. Add non-shrink cementitious grout to a premeasured amount of water that does not exceed the manufacturer's maximum recommended water content. b. Mix cementitious grouts per manufacturer's instructions for uniform consistency. c . Grouts may be drypacked, flowed, or pumped into place. All baseplate grouting shall take place from one side of a baseplate to the other to avoid trapping air. Do not overwork grouts. d. Do not retemper grout by adding more water after stiffening . e. Hydrostatic head pressure shall be maintained by keeping the level of the grout in the head box above the bottom of the baseplate. The head box should be filled to the maximum level and the grout worked down to top of baseplate. 4 . Epoxy Grouts : 3.05 CURING a. Epoxy grouts shall be mixed in complete units . Do not vary the ratio of components or add solvent to change the cons istency of the mix . b. Pour the hardener into the resin and mix for at least 1 minute and until each mixture is uniform in color. Pour the chemical components into the mortar mixer wheelbarrow and add the aggregate . Mix until aggregate is uniformly wetted. Over mixing will cause air entrapment in the mix. c . All epoxy grout shall be flowed into place using a headbox . All grouting shall take place from one side of a baseplate to the other in a continuous flow to avoid trapping air. d. Hydrostatic head pressure shall be maintained by keeping the level of grout in headboxes above the bottom of baseplates. Headboxes shall be filled to the maximum level and grout worked down to the bottom of baseplates. e . Epoxy grouts shall not be cut back after setting . The final level of grout will be as installed with all chamfer edges built into the formwork. A. Cementitious Grouts: 1. Grouts must be cut back to the lower edge of baseplates after reaching initial set. Provide a 45 degree angle cut back . 2 . Clean equipment and tools as recommended by the grout manufacturer. 3. Cure grouts in accordance with manufacturer's specifications and recommendations . Keep grout moist for a minimum of 3 days . The method needed to protect grouts will depend on temperature, humidity, and wind . Wet burlap, a soaker hose, sun shading, ponding, and, in extreme conditions, a combination of methods shall be employed. 4. Grouts shall be maintained above 40 degrees Fahrenheit until they have attained a compressive strength of 3,000 pounds per square inch, or above 70 degrees Fahrenheit for a minimum of 24 hours to avoid damage from subsequent freezing. August 2010 -CONFORMED 8258A10 pw J/Carollo/Documen ts/ClienVTX/Fort Worth/8258A 1 O/Specifications/03600 (Con for med) 03600-6 GROUTS B . Epoxy Grouts: 1. Cure grouts in accordance with manufacturers' specifications and recommendations . Do not wet cure epoxy grouts. 2. Consult the manufacturer for appropriate cure schedule. In no case should any surface in contact with epoxy grout be allowed to fall below 50 degrees Fahrenheit for a minimum of 48 hours after placement. 3.06 FIELD QUALITY CONTROL A. Non-shrink cementitious grouts shall be tested for 24 hour compressive strength in accordance with ASTM C 109. B. Non-shrink grouts shall be tested for 24 hour compressive strength in accordance with ASTM C 579, Method B. END OF SECTION August 2010 -CONFORMED 8258A10 pw J/Carollo/Documen ts/ClienVTX/Fort Worth/8258A10 /S pecifi ca ti on s/03600 (Conform ed ) 03600-7 GROUTS THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 8258A 10 pw://Carollo/Documents/ClienVTX/Fort Worth/8258A10/Specifications/03600 (Conformed) 03600-8 GROUTS PART1 GENERAL SECTION 03926 STRUCTURAL CONCRETE REPAIR 1.01 SUMMARY A. Section Includes: Repairing damaged structural concrete. B. Related Sections: 1. Section 03071 -Epoxies . 1.02 REFERENCES A. American Society for Testing and Materials (ASTM): 1. C 78 -Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Third-Point Loading). 2. C 109 -Standard Test Method for Length Change of Hardened Hydraulic- Cement Mortar and Concrete. 3. C 157 -Standard Test Method for Compressive Strength of Hydraulic Cement Mortars. 4. C 348 -Standard Test Method for Flexural Strength of Hydraulic Cement Mortars. 5. C 496 -Standard Test Method for Splitting Tensile Strength of Cylindrical Concrete Specimens. 6. C 666 -Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing. 7. C 672 -Standard Test Method for Scaling Resistance of Concrete Surfaces Exposed to Deicing Chemicals. 8. C 882 -Standard Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete by Slant Shear. 9. C 884 -Standard Test Method for Thermal Compatibility Between Concrete and an Epoxy-Resin Overlay. 10. C1042 -Standard Test Method for Bond Strength for Latex Systems Used with Concrete by Slant Shear. 11. C1202 -Standard Test Method for Electrical Indication of Concrete's Ability to Resist Chloride Ion Penetration. 1.03 SYSTEM DESCRIPTION A. General: Structural repair concrete composed of cementitious material capable of being placed in formed vertical and overhead applications, and on horizontal surfaces. B. Design Requirements: 1. Provide material suitable for performing in environments subject to corrosive attack by chlorides and sulfates, freeze/thaw cycles, low permeability, and abrasion resistant. August 2010 -CONFORMED 8258A10 pw ://Carollo/Documents/ClienVTX/Fort Worth /8258A10/Specifications/03926 {Conformed) 03926-1 STRUCTURAL CONCRETE REPAIR 2. Provide concrete repair mortar cement that is placeable from 1 inch in depth and extendable in greater depths. 3. Concrete repair mortar shall be capable of being poured in place or troweled in place to suit the conditions encountered. 1.02 SUBMITTALS A . Product Data: Submit manufacturer's data completely describing structural repair concrete materials. B. Certificates of Compliance. C . Manufacturer's Instructions . 1.03 QUALITY ASSURANCE A. Manufacturer Qualifications : The manufacturer of the specified product shall have been in existence, for a minimum of 10 years. B. Allowable Tolerances : Deviation from plumb or level shall not exceed 1/8 inch within 10 feet in any direction, as determined with a 10-foot straight edge. 1.04 DELIVERY, STORAGE, AND HANDLING A. Deliver the specified product in original, unopened containers with the manufacturer's name, labels , product identification , and batch numbers. B. Store and condition the specified product as recommended by the Manufacturer. C. Deliver, store and handle packaged materials in the manufacturer's original, sealed containers, each clearly identified with the manufacturer's name, and name and type of product. D. Store materials subject to damage by dirt and moisture in a clean, dry location, off the ground and suitably protected. 1.05 PROJECT CONDITIONS A. Existing Conditions: 1. Hot Weather: ACI 305. 2. Cold Weather: ACI 306 . 3. Do not place concrete repair mortar during precipitation, unless adequate protection is provided. PART 2 PRODUCTS 2.01 MATERIALS A. Structural Repair Concrete: 1. Manufacturers: One of the following or equal : August 2010 -CONFORMED 8258A10 pw://Carollo/Documen ts/Cl ie nVTX/Fort Worth /8258A10/Specifications/03926 (Conformed) 03926-2 STRUCTURAL CONCRETE REPAIR a. Master Builders, "EMACO S66 -CR ". b. Sika, "Sikatop 123 Plus". 2 . Compressive Strength : as follows in accordance with ASTM C 109: a. One Day: 2,500 pounds per square inch, minimum . b. Seven Day : 6,000 pounds per square inch, minimum . c. Twenty-Eight Day : 8,000 pounds per square inch, minimum . 3. Bond Strength: 2,200 pounds per square inch minimum at 28 days, in accordance with ASTM C 882 Modified. 4 . Slant Shear Bond Strength : 3,300 pounds per square inch minimum at 28 days, in accordance with ASTM C 496. 5. Flexural Strength: 770 pounds per square inch minimum at 28 days , in accordance with ASTM C 78 . 6. Rapid Freeze/Thaw Durability: in accordance with ASTM C 866; Procedure A. a. Relative Durability Factor at 300 Cycles: 90 minimum . 7. Working Time: 30 to 40 minutes. 8. Color: Concrete grey. B. Water: Potable , clean, not detrimental to concrete. C . Form Materials: 1. Smooth Finish : Trowel finish. 2. Brace as required to maintain tolerances . PART 3 EXECUTION 3.01 EXAMINATION A. Verify that concrete surfaces and exposed reinforcing are clean and free of contaminates . 3.02 PREPARATION A. Prepare existing concrete by cleaning with steel brush and applying bonding agent in accordance with manufacturer's instructions . B. Thoroughly clean reinforcement and other embedded items to remove loose rust and other objectionable matter. C . Thoroughly wet wood forms , except coated plywood, and adjacent concrete at least 1 hour in advance of placing concrete; securely close cleanout end inspection ports ; repeat wetting as necessary to keep forms damp. 3.03 PREPARATION A. Damaged Concrete: 1. Areas to be repaired shall be clean, sound, and free of contaminants . Remove all loose and deteriorated concrete by mechanical means acceptable to the ENGINEER. Saw cut perimeter 1/2 inch maximum. August 2010 -CONFORMED 8258A10 pwJ/Carol lo/DOCtJmen ts/Cl ie nVTX/Fort Worth /8258A 1 O/Specifi ca tions/03926 (Con formed ) 03926-3 STRUCTURAL CONCRETE REPAIR 2. Chip concrete substrate to obtain a surface profile of 1/16 inch to 1/8 inch in depth with a new fractured aggregate surface. The area to be repaired shall be not less than 1 inch in depth . 3. Concrete removal shall extend along the reinforcing steel to locations along the bar free of bond inhibiting corrosion , and where the bar is well bonded to surrounding concrete . B. Use the following procedures where reinforcing steel w ith active corrosion is encountered : 1. Sandblast reinforcing steel to remove all contaminants and rust. 2. Determine section loss, splice new reinforcing steel where there is more than 15 percent loss as directed by the ENGINEER. If more than half the diameter of the reinforcing steel is exposed , chip out behind the reinforcing steel a minimum of 1/2 inch. The distance chipped behind the reinforcing steel must also equal or exceed the minimum placement depth of the accepted material. C. Treat cracks in the substrate at the area of patching or overlay work as directed by the ENGINEER. D. Extend existing control and expansion joints through any concrete repair. E. Apply an epoxy bonding agent to area to be repaired, as specified in Section 03071, prior to patching concrete with polymer-modified Portland cement mortar. 3.04 MIXING A. Mix in accordance with manufacturer's mixing instructions. 3.05 INSTALLATION A . Formed Surface Fin ishes: 1. Smooth Finish : Obtain by the use of plywood, sheet metal , or lined wood forms; no fins , pockmarks, and other irregularities shall be present in the exposed surfaces of concrete . Place no structural repair concrete without prior authorization of ENGINEER. B. Verify that form materials are in place and ready to receive installatio n of concrete repair material. C. Install in accordance with manufacturer's installation instructions. D. In accordance with ACI recommendations , apply concrete repair material only when ambient conditions of moisture , temperature, humidity, and wind are favorable for curing. E. Scrub mortar into subst rate , filling all cracks, voids and pores . F. For new construction , finish of repaired area shall match required finish for concrete being repaired. For existing concrete, finish of repair area shall match finish of concrete being repaired . August 2010 -CONFORMED 8258A10 pwJ/Carollo/Docu ments/ClienVTX/Fort Worth/8258A 10/Specificati ons/03926 (Conformed) 03926-4 STRUCTURAL CONCRETE REPAIR G. During the curing process, protect concrete repair from rain, wind, or freezing as required. Keep sufficient covering on hand at all times for protection of repair concrete. 3.06 CLEANING A . Remove debris and excess material. Leave work site in a neat, clean condition. END OF SECTION August 2010 -CONFORMED 8258A10 pw J/Garollo/Documents/Client/TX/Fort Worth /8258A 1 O/Speci fi cations/03926 (Conformed) 03926-5 STRUCTURAL CONCRETE REPAIR THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 8258A10 pw:1/Garollo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specifications/03926 (Conformed) 03926-6 STRUCTURAL CONCRETE REPAIR PART1 GENERAL 1.01 . SUMMARY SECTION 03931 EPOXY INJECTION SYSTEM A. Section Includes: Epoxy inject ion system. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM): 1. D 638 -Standard Test Method for Tensile Properties of Plastics. 2. D 695 -Standard Test Method for Compressive Properties of Rigid Plastics. 3. D 790 -Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials . 1.03 SUBMITTALS A. Product Data : Submit manufacturer's data completely describing epoxy injection system materials. B. Quality Control Submittals : 1. Certificates of Compliance. 2. Manufacturer's Instructions. PART 2 PRODUCTS 2.01 MATERIALS A. Manufacturers: One of the following or equal : 1. Master Builders , Inc., Concressive Standard LVI. 2. Sika Chemical Corp .'s, Sikadur 35 , Hi-Mod LV . B. Epoxy: 1. Provide epoxy materials that are new and use them with in shelf life limitations set forth by manufacturer. 2 . Water-insensitive 2 part type low viscosity epoxy adhesive material containing 100 percent solids and meeting or exceeding follow ing characteristics when tested in accordance with standards specified: Physical Characteristic Test Method Required Results Tensile Strength ASTM D 638 8,000 pounds per square inch at 14 days. Flexure Strength ASTM D 790 11 ,000 pounds per square inch at 14 days . Compressive Strength ASTM D 695 11,000 pounds per square inch at 24 hours. August 2010 -CONFORMED 8258A10 03931-1 EPOXY INJECTION SYSTEM pw://Carol lo/Docu ments/Cli enVTX/Fort Worth/8258A 10/Speci fi cations/0393 1 (Confo rmed ) Physical Characteristic Test Method Required Results Bond Strength --Concrete shall fa il before failure of epoxy. Gel Time for 5 Mil Film --4 hours maximum. Elongation ASTM D 638 1 percent minimum at 14 days. 2.02 EQUIPMENT A. Pump Unit: 1. Furnish unit to be used for injection that is positive displacement type with interlock to provide in-line mixing and metering system for 2 component epoxy. 2. Furnish pressure hoses and injection nozzle of such design as to allow proper mixing of 2 components of epoxy. 3. Presence of standby injection unit may be requ ired. 2.03 MIXES A. Epoxy Injection System Materials: 1. Mix epoxy in accordance with manufacturer's installation instructions. 2 . Do not use solvents to thin epoxy system materials introduced into cracks or joints. PART 3 EXECUTION 3.01 PREPARATION A. Surface Preparation : 1. Epoxy Injection System : a. General: Before processing, sweep or clean area in vicinity of crack location to receive epoxy and leave in generally clean condition. b. Joints to Receive Epoxy: Clean in manner such that joints are free from dirt, laitance , and other loose matter. 3.02 INSTALLATION A. Install and cure epoxy materials in accordance with manufacturer's installation instructions. B. Perform and conduct work of this Section in neat orderly manner. C. Epoxy Injection System: 1. Apply adequate surface seal to crack or joint to prevent escape of epoxy. 2. Establish entry points at distance along seal not less than thickness of cracked member. 3 . Force epoxy into crack at first port with sufficient pressure to advance epoxy to adjacent port. 4. Seal original port and shift entry to port at which epoxy appears. 5 . Continue this manner of port-to-port injecti,on until each joint has been injected for its entire length. August 2010 -CONFORMED 8258A10 pw://Carol lo/Documents/Cli enVTX/Fort Worth/8258A 1 O/S pecification s/0393 1 {Conformed) 03931-2 EPOXY INJECTION SYSTEM 6. For small amounts, or where excessive grout pressure developed by pump unit might further damage structure, premixed material and hand caulking gun may be used if acceptable to the ENGINEER. 7. Seal ports, including adjacent locations where epoxy seepage occurs, as necessary to prevent drips or run out. 8. After epoxy injection is complete, remove surface seal material and refinish concrete in area where epoxy was injected to match existing concrete. END OF SECTION August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents/ClienVTX/Fort Worth/8258A 10/Specifications/03931 (Conformed) 03931-3 EPOXY INJECTION SYSTEM THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 8258A 10 pw://Carollo/Documents/ClienVTX/Fort Worth/8258A 10/Specifications/03931 (Conformed) 03931-4 EPOXY INJECTION SYSTEM SECTION 03933 HYDROPHILIC FOAM POLYURETHANE RESIN INJECTION SYSTEM PART 1 GENERAL 1.01 SUMMARY A. Section Includes: Hydrophilic foam polyurethane resin injection system. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM): 1. D 93 -Standard Test Methods for Flash Point by Pensky-Martens Closed Cup Tester. 2. D 756 -Practice for Determination of Weight and Shape Changes of Plastics Under Accelerated Service Conditions . 3. D 1010 -Methods of Testing Asphalt Emulsions for Use as Protective Coatings for Metal. 4 . D 1638 -Methods of Testing Urethane Foam Isocyanate Raw Materials. 5. D 3574 -Standard Test Methods for Flexible Cellular Materials-Slab, Bonded, and Molded Urethane Foams 1.03 SUBMITTALS A. Product Data: Submit manufacturer's data completely describing polyurethane resin injection system materials. B. Quality Control Submittals: 1. Certificates of Compliance. 2. Manufacturer's Instructions. PART 2 PRODUCTS 2.01 MATERIALS A. Manufacturers: One of the following or equal: 1. Avanti International, AV-220 Hydracure. 2. BASF Construction Chemicals, LLC, Concressive 1210. B. Resin : Provide polyurethane resin materials that are new and use them within shelf life limitations set forth by manufacturer. Water-insensitive 1 part type low viscosity polyurethane resin adhesive material containing 100 percent solids and meeting or exceeding following characteristics when tested in accordance with standards specified: 1. Uncured: August 2010 -CONFORMED 8258A10 03933-1 pwJ/Carollo/Documents/Client/TX/Fort Worth /8258A 1 O/Specifications/03933 (Conformed) HYDROPHILIC FOAM POLYURETHANE RESIN INJECTION SYSTEM Physical Characteristic Test Method Required Results Solids Content ASTM D 1010 82-88 percent Viscosity ASTM D 1638 300-600 CPS at 70 degrees Fahrenheit Color ---Amber (visual) Weight per gallon ASTM D 1638 9.15 pounds Flash Point ASTM D 93 25 degrees Fahrenheit Corrosiveness ---Non-corrosive 2. Cured Foam (1 :1 ): Physical Characteristic Test Method Required Results Tensile Strength ASTM D 3574 80 pounds per square inch with 1 day cure 90 pounds per square inch with 7 day cure Elongation ASTM D 3574 700 percent with 1 day cure 800 percent with 7 day cure Shrinkage ASTM D 756 Procedure G 18 percent linear shrinkage 2.02 EQUIPMENT A. Pump Unit: 1. Furnish unit to be used for injection that is positive displacement type with interlock to provide in-line mixing and metering system for 1 component polyurethane resin . 2 . Furnish pressure hoses and injection nozzle of such design as to allow proper mixing of polyurethane resin. 3 . Standby injection unit may be required. B. Resin Pump: Operating pressure in excess of 2,000 pounds per square inch with a variable pressure control trigger mechanism with attached pressure gauge, on the downstream end of the material supply hose. C . Water Pump: High pressure water blaster capable of 1,000 pounds per square inch or higher pressure. D. Incidentals: To be determined by site conditions and CONTRACTOR. See Installation Bulletin 6112 -Urethane Injection, from BASF Construction Chemicals, LLC. PART 3 EXECUTION 3.01 PREPARATION A. General: Before proceeding, sweep or clean area in vicinity of crack location to receive polyurethane resin and leave in generally clean condition. August 2010 -CONFORMED 03933-2 8258A 10 pwJ/Carollo/Documents/Client/TX/Fort Worth/8258A10/Specifications/03933 (Conformed) HYDROPHILIC FOAM POLYURETHANE RESIN INJECTION SYSTEM B. Joints to Receive Polyurethane Resin: Clean joints free from dirt, laitance, and other loose matter. 3.02 INSTALLATION A. Install and cure polyurethane resin materials in accordance with manufacturer's installation instructions . B. Perform and conduct work of this Section in neat orderly manner. C. Polyurethane Resin Injection System: 1. Apply adequate surface seal to crack to prevent escape of polyurethane resin. 2 . Establish entry points at distance along seal not less than thickness of cracked member. 3. Force polyurethane resin into crack at first port with sufficient pressure to advance polyurethane resin to adjacent port. 4. Seal original port and shift entry to port at which polyurethane resin appears. 5. Continue in this manner of port-to-port injection until each crack has been injected for its entire length. 6. For small amounts, or where excessive grout pressure developed by pump unit might further damage structure, premixed material and hand caulking gun may be used if acceptable to the ENGINEER. 7. Seal ports , including adjacent locations where polyurethane resin seepage occurs, as necessary to prevent drips or run out. END OF SECTION August 2010 -CONFORMED 8258A10 03933-3 pw://Carollo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specifications/03933 (Conformed) HYDROPHILIC FOAM POLYURETHANE RESIN INJECTION SYSTEM THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 03933-4 8258A10 rm://Carollo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specifications/03933 (Conformed) HYDROPHILIC FOAM POLYURETHANE RESIN INJECTION SYSTEM SECTION 03936 WATER LEAKAGE TEST FOR CONCRETE STRUCTURES PART1 GENERAL 1.01 SUMMARY A. Section Includes: Leakage test for concrete water holding structures. B. Related Sections : 1. Section 03931 -Epoxy Injection System. 1.02 SUBMITTALS A. Shop Drawings: Leak repair methods. PART 2 PRODUCTS Not Used. PART3 EXECUTION 3.01 WATER LEAKAGE TEST A. Test the Following Concrete Water Holding Structures for Leakage : 1. Final Clarifiers 22 and 24. B. Before Testing Water Holding Structures for Leakage: 1. Backfill excavations to top of structure foundat ions . 2. Cure concrete and obtain specified concrete compressive strength . 3. Do not apply brick facing or other materials that will cover concrete surfaces until after testing water holding structures for leakage . C. Isolate sections of water holding structures that can be isolated in actual operation . Test sections separately for leakage. D. Close valves and gates to structures . E. Fill water holding structures with water to maximum liquid level indicated on the Drawings. F. Make other equipment such as stop gates, sluice gates , valves, and temporary bulkheads watertight, or measure leakage through other equipment by methods acceptable to ENGINEER. Do not base leakage upon manufacturer's estimates. G. Determine evaporation by floating evaporation pans in structures during testing . August 2010 -CONFORMED 8258A10 03936-1 pw://Ca rollo/Documents/Clien VTX/Fort Worth/82 58A 1 O/Speci fica tions/0 3936 (Confonmed) WATER LEAKAGE TEST FOR CONCRETE STRUCTURES H . Examine concrete surfaces for leaks and damp spots during first 24 hours after filling structures. I. When Leaks or Damp Spots Appear on Exposed Surfaces : 1. Mark visible leaks and damp spots. 2 . Drain structures of water after minimum 24 hours of being full. 3. Repair defects caus ing leaks and damp spots by epoxy injection as specified in Section 03931 on both interior and exterior of structures. 4. Refill water holding structures . 5 . Repeat testing and repair process until no leaks or damp spots appear. J . When no leaks or damp spots appear after 24 hours of being full , measure change in water volume during the next 24 hours. K . When water volume loss exceeds 0.10 percent of water volume originally held with allowance for equipment leakage , evaporation, and precipitation: 1. Determine cause of volume loss. 2 . Drain structures of water. 3. Repair defects causing loss of water volume. 4. Refill water holding structures . 5 . Repeat testing and repair process until volume loss does not exceed 0.10 percent of water volume originally held in 24 hours. END OF SECTION August 2010 -CONFORMED 8258A10 03936-2 pw ://Carollo/Docum ents/Cli en VTX/Fort Worth/8258A 1 O/Speci fi cati on s/03936 (Conformed) WATER LEAKAGE TEST FOR CONCRETE STRUCTURES PART1 GENERAL SECTION 05120 STRUCTURAL STEEL 1.01 SUMMARY A. Section includes: 1. Structural steel shapes and plate . 2. Fasteners : a. All thread rods. b. Anchor bolts . c. Assembly bolts. d. Chemical anchors. e. Concrete anchors. f. Concrete inserts . g. Deformed bar anchors. h. Eyebolts. i. Flush shells . j . High strength all thread rods . k. High strength bolts. I. Powder actuated fasteners. m. Sleeve anchors. n. Undercut concrete anchors. o. Welded studs . 3. Isolation sleeves and washers. 4. Thread coating. 5. Welding. B. Related sections : 1. Section 03055 -Epoxy Bonding Reinforcing Bars and All Thread Rods In Concrete . 2. Section 09960 -Coatings. 1.02 REFERENCES A. American Institute of Steel Construction (AISC): 1. Specification for Structural Steel Build ings. B. American National Standards Institute (ANSI): 1. 8212-15 -Cutting Tools -Carbide-tipped Masonry Drills and Blanks for Carbide-tipped Masonry Drills. C. American Weld ing Society (AWS): 1. A5.1 -Specification for Carbon Steel Electrodes for Shielded Metal Arc Welding. ' August 2010 -CONFORMED 8258A10 pw ://Ca rol lo/Docu ments/Clie nVTX/Fort Worth/82 58A1 0/Specifi cati on s/0 5120 (Conformed) 05120-1 STRUCTURAL STEEL 2. A5.17 -Specification for Carbon Steel Electrodes and Fluxes for Submerged Arc Welding . 3. A5 .20 -Specification for Carbon Steel Electrodes for Flux Cored Arc Welding . 4. D1 .1 -Structural Welding Code -Steel. 5. D10.4 -Recommended Practices for Welding Austenitic Chromium-Nickel Stainless Steel Piping and Tubing. D. ASTM International (ASTM): 1. A 29 -Standard Specification for Steel Bars , Carbon and Alloy , Hot-Wrought, General Requirements for. 2. A 36 / A 36M -Standard Specification for Carbon Structural Steel. 3. A 53 -Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated , Welded , and Seamless . 4 . A 108 -Standard Specification for Steel Bars, Carbon, Cold Finished. 5. A 123 -Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. 6. A 153 / A 153M -Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. 7 . A 193 -Standard Specification for Alloy Steel and Stainless Steel Bolting Materials for High-Temperature Service and Other Special Purpose Applications. 8. A 240 -Standard Specification for Chromium and Chromium-Nickel Stainless Steel Plate , Sheet, and Strip for Pressure Vessels and for General Applications. 9. A 276 -Standard Specification for Stainless Steel Bars and Shapes . 10. A 307 -Standard Specification for Carbon Steel Bolts and Studs , 60 ,000 psi Tensile Strength . 11. A 325 -Standard Specification for Structural Bolts , Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength . 12 . A 489 -Standard Specification for Carbon Steel Lifting Eyes . 13. A 490 -Standard Specification for Structural Bolts, Alloy Steel, Heat Treated , 150 ksi Minimum Tensile Strength. 14. A 496 -Standard Specification for Steel Wire , Deformed, for Concrete Reinforcement. 15. A 500 -Standard Specification for Cold-Formed Welded and Seamless Carbon Steel St ructural Tubing in Rounds and Shapes . 16. A 501 -Standard Specification for Hot-Formed Welded and Seamless Carbon Steel Structural Tubing . 17 . A 992 / A 992M -Standard Specification for Structural Steel Shapes. 18 . F 593 -Standard Specification for Stainless Steel Bolts , Hex Cap Screws , and Studs. 19 . F 959 -Standard Specification for Compressible-Washer-Type Direct Tension Indicators for Use with Structural Fasteners . E. International Code Council (ICC): 1. International Building Code (IBC). 2 . AC 01 -Acceptance Criteria for Expansion Anchors in Masonry Elements. 3. AC 58 -Acceptance Criteria for Adhesive Anchors in Masonry Elements. 4 . AC 193 -Acceptance Criteria for Mechani cal Anchors in Concrete Elements. August 2010 -CONFORMED 8258A10 pw://Carollo/Docu ments/Clie nVTX/Fo rt Worth /82 58A 10/Speci fications/05 120 (Co nforme d) 05120-2 STRUCTURAL STEEL 5. AC 308 -Acceptance Criteria for Post-Installed Adhesive Anchors in Concrete Elements. 1.03 SUBMITTALS A. Product data: 1. Post-installed anchors for use in concrete and masonry. a. Manufacturer's data including catalog cuts showing materials of construction, finishes, and details of installation for each anchor type. B. Quality control submittals: 1. Submit shop drawings of members to be fabricated before starting their fabrication . 2. Welder's certificates . C. Test reports: 1. Certified copies of mill tests and analyses made in accordance with applicable ASTM standards, or reports from a recognized commercial laboratory, including chemical and tensile properties of each shipment of structural steel or part thereof having common properties. 2. Current International Code Council Evaluation Service (ICC-ES) Report for each type of post-installed anchors to be used. 3. Concrete anchor installation test report. 1.04 QUALITY ASSURANCE A. Qualifications: 1. Perform welding of structural metals with welders who have current AWS certificate for the type of welding to be performed. 2. Steel fabricators shall be certified by the AISC or other certification as recognized and accepted by the local building official having jurisdiction. 3. Notify ENGINEER 24 hours minimum before starting shop or field welding. 4 . ENGINEER may check materials, equipment, and qualifications of welders. 5. Remove welders performing unsatisfactory Work, or require to requalify. 6. ENGINEER may use gamma ray, magnetic particle, dye penetrant, trepanning, or other aids to visual inspection to examine any part of welds or all welds. 7. CONTRACTOR shall bear costs of retests on defective welds. 8. CONTRACTOR shall also bear costs in connection with qualifying welders. 1.05 DELIVERY, STORAGE, AND HANDLING A. Packing and shipping: Deliver structural steel free from mill scale, rust, and pitting. B. Storage and protection: Until erection and painting, protect from weather items not galvanized or protected by a shop coat of paint. August 2010 -CONFORMED 8258A10 pwJ/Carollo/Oocuments/ClienVTX/Fort Worth/8258A 1 O/Specifications/05120 (Conformed) 05120-3 STRUCTURAL STEEL PART2 PRODUCTS 2.01 MATERIALS A. Unless otherwise specified or Indicated on the Drawings , materials shall conform to the following: Class, Grade, Type, or Item ASTM Standard Alloy Number Steel Plate , bars, rolled shapes A 36 / A 36M -- (except Wand WT shapes), and miscellaneous items Rolled W and WT shapes A 992 / A 992M Grade 50 Hollow structural sections A500 Grade B (HSS): Round, square , or rectangular Tubing, hot-formed A501 -- Round HSS A500 Grade B Steel pipe A53 Grade B Stainless steel Plate , sheet, and strip A240 Type 316* Bars and shapes A276 Type 316* * Use Type 316L if material will be welded . B. Where stainless steel is welded , use low-carbon stain less stee l. 2.02 FASTENERS A. General: Furnish threaded fasteners , except high strength bolts, with flat washers, and self-locking nuts, or lock washers and nuts . 1. Bolt heads and nu ts: Hex-type . 2. Bolts, nuts , and washers: Of domestic manufacture. 3. Where bolts, includ ing anchor bolts, nuts , washers, and similar fasteners are specified to be galvanized, galvanize in accordance with ASTM A 153 / A 153M. B. All thread rods: , 1. Type 316 Stainless Steel in accordance with ASTM F 593 for use in wet and moist locations, including : August 2010 -CONFORMED 8258A10 pw ://Carollo/Docum ents/Clie nVTX/Fort Worth/8258A 1 O/Specifications/05120 (Conformed) 05120-4 STRUCTURAL STEEL a. Water-containing structures : 1) Below and at water level. 2) Above water level : a) Below top of walls of water-containing structures. b) Under the roof, slab , beam , or walkway of enclosed water-containing structures . 3) Dry side of walls of water-containing structures. b. Pump bases . 2. Type 316 stainless steel in accordance with ASTM F 593 for aluminum assemblies. 3. ASTM A 36 / A 36M meeting the mechanical requirements of ASTM A 307 . Hot-dip galvanize for galvanized assemblies and for applications other than those specified . C. All thread rods bonded in holes drilled in concrete with epoxy: As specified in Section 03055 and as indicated on the Drawings. D. Anchor bolts : 1. Anchor bolts , nuts, and washers: Type 316 stainless steel in accordance with ASTM F 593 for use in wet and moist locations, including: a. Water-containing structures: 1) Below and at water level. 2) Above water level: a) Below top of walls of water-containing structures. b) Under the roof, slab , beam, or walkway of enclosed water-containing structures. 3) Dry side of walls of water-containing structures. b. Pump bases . 2. Anchor bolts , nuts , and washers: Type 304 or Type 316 stainless steel for fastening aluminum to concrete or steel. 3 . Anchor bolts , nuts, and washers : Hot-dip galvanized ASTM A 307 steel bolt or hot-dip galvanized ASTM A 36 / A 36M steel , for applications other than those specified. E. Assembly bolts : 1. Bolts , nuts , and washers for wood baffles , collectors , and other field- assembled construction: Type 316 stainless steel in accordance with ASTM F 593 for use in wet and moist locations, including : a. Water-containing structures: 1) Below and at water level. 2) Above water level : a) Be low top of walls of water-containing structures. b) Under the roof, slab, beam, or walkway of enclosed water-containing structures . c) Dry side of walls of water-containing structures. b. Pump bases. 2 . Type 304 or Type 316 stainless steel in accordance with ASTM F 593 for aluminum assemblies. 3. Hot-dip galvanized ASTM A 307 steel for galvanized assemblies and for applications other than those specified . August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documen ts/Clie nVTX/Fort Worth /8258A 1 O/Specifications/0 51 20 (Confo rm ed ) 05120-5 STRUCTURAL STEEL F. Chemical anchors : 1. Chemical anchors shall have vinyl ester resin in the composition of the adhesive . 2 . All -thread rods shall be either ASTM A 36 / A 36M steel or stainless steel. 3. Hot-dip galvanize or zinc plate ASTM A 36 / A 36M steel all-thread rods. 4 . Stainless steel all-thread rod shall conform with ASTM F 593 and shall be used for corrosive condit ions where indicated on the Drawings. 5. All-thread rods used with the adhesive capsule shall have chisel points and shall be free of oil or coatings that may reduce bond. 6 . Do not use chemical anchors to resist tension in overhead positions . 7 . Chemical anchors for anchorage to concrete : a . Chemical anchors shall have current ICC Evaluation Service Report that demonstrates compliance with ICC AC 308 for cracked concrete . b. Manufacturers: One of the following or approved equa l: 1) Hilti. 8. Chemical anchors for anchorage to masonry (solid or solid grouted): a . Chemical anchors shall have current ICC Evaluation Service Report that demonstrates compliance with ICC AC 58. b. Manufacturers: One of the following or approved equal: 1) Hilti Incorporated , Hilti HVA Adhesive Anchor System. 2) Simpson . G. Concrete anchors: 1. Concrete anchors for anchorage to concrete: a. Concrete anchors shall have current ICC Evaluation Service Report that demonstrates compliance with ICC AC 193 for cracked concrete . b . Manufacturers: One of the following or approved equal : 1) Hilti Incorporated , Kw ik Bolt TZ Expansion Anchor. 2) Simpson Strong Tie , Strong Bolt Wedge Anchor. 2. Concrete anchors for anchorage to masonry: a . Concrete anchors shall have current ICC Evaluation Service Report that demonstrates compliance with ICC AC 01 . b . Manufacturers: One of the following or approved equal: 1) Hilti Incorporated, Kwik Bolt 3 Expansion Anchor. 2) Simpson Strong Tie , Wedge-All Anchor. 3. Concrete anchor's integral threaded stud , wedge, washer, and nut: Type 316 stainless steel in accordance with ASTM F 593. For use in wet and moist locations, including: a . Water-containing structures : 1) Below and at water level. 2) Above water level : a) Below top of walls of water-containing structures . b) Under the roof, slab, beam , or walkway of enclosed water- containing structures. 3) Dry side of walls of water-containing structures . b . Pump bases. 4 . Concrete anchor's integral threaded stud , wedge , washer, and nut: Type 316 stainless steel in accordance with ASTM F 593 for fastening aluminum to concrete or steel. ' August 2010 -CONFORMED 8258A10 pw ://Carollo/Docu men ts/Clie nVTX/Fo rt Worth/82 58A 1 O/Specifi ca ti on s/05120 (Conformed) 05120-6 STRUCTURAL STEEL 5 . Concrete anchor's integral threaded stud , wedge, washer, and nut: Hot-dip galvanized carbon steel, for applications other than those specified. 6. Do not use slug-in , lead cinch, and similar systems relying on deformation of lead alloy or similar materials in order to develop holding power. H. Concrete inserts: 1 piece, hot-dip galvanized, integrally hot forged unit fabricated from steel meeting ASTM A 29 Hot Rolled Grade 1045 requirement. Manufacturers : One of the following or approved equal : 1. Dayton Superior, F-54 Ductile Embedded Insert. I. Deformed bar anchors: In accordance with ASTM A 496 : 1. Manufacturers : One of the following or approved equal: a. Nelson Stud Welding Company, D2L Deformed Bar Anchors. b. Stud Welding Products, DBA (Deformed Bar) Anchors. J . Eyebolts : 1. Welded or forged, when manufactured of materials other than carbon steel. 2. Having geometric and strength characteristics of eyebolts specified in ASTM A 489, Type 1: The strength characteristics include proof load requirements , breaking strength requirements, tensile strength requirements , bend test, and impact strength. K. High strength bolts: High strength bolts, nuts, and hardened flat washers shall be in accordance with ASTM A 325 or ASTM A 490 , as indicated on the Drawings . L. Sleeve anchors : 1. Sleeve anchors for anchorage to concrete : a . Sleeve anchors shall have current ICC Evaluation Service Report that demonstrates compliance with ICC AC 193 for cracked concrete . b . Manufacturers: One of the follow ing or approved equal : 1) Hilti Incorporated , HSL-3 Heavy Duty Sleeve Anchor. 2 . Sleeve anchors for anchorage to masonry: a . Sleeve anchors shall have current ICC Evaluation Service Report that demonstrates compliance with ICC AC 01. b . Manufacturers : One of the following or approved equal: 1) Hilti Incorporated, HSL-3 Heavy Duty Sleeve Anchor. 3. Use stainless material for aluminum and stainless attachments and carbon steel for steel attachments . 4. For use in wet and moist locations, including locations listed below. Use Type 304 stainless steel in accordance with ASTM F 593 for sleeve anchor's internal bolt, expansion sleeve, extension sleeve, and washer. Use Type 303 stainless steel in accordance with ASTM F 593 for sleeve anchors expansion cone. a. Water-containing structures: 1) Below and at water level. 2) Above water level: a) Below top of walls of water-containing structures. b) Under the roof, slab, beam, or walkway of enclosed water-containing structures. 3) Dry side of walls of water-containing structures . August 2010 -CONFORMED 8258A10 pw J/Caro/lo/Documen ts/Cli enVTXIFort Worth/8258A 1 O/Specifi cati on s/05120 (Conformed) 05120-7 STRUCTURAL STEEL b. Pump bases. 5. For fastening aluminum to concrete or steel , use Type 304 stainless steel in accordance with ASTM F 593 for sleeve anchor's interna l bolt , expansion sleeve, extension sleeve. Use Type 303 stainless steel in accordance with ASTM F 593 for sleeve anchor's expansion cone. 6. For applications other than those specified above , use hot-dip galvanized carbon steel for sleeve anchor's internal bolt , expansion sleeve, expansion cone , extension sleeve, and washer. 7. The sleeve anchor shall have a nylon compression ring which compresses to ensure that the material being fastened is tightly secured against the concrete. 8. Do not use slug-in , lead cinch, and similar systems relying on deformation of lead alloy or similar materials in order to develop holding power. M. Undercut concrete anchors: 1. Materials : In accordance with ASTM A 193, Grade 87 . Hot-dip galvanize. 2. Manufacturers: One of the following or approved equal : a. USP Structura l Connectors, DUC-H Undercut Anchors. b. Hilti, Inc ., HOA Metric Undercut Anchor. N. Welded studs: 1. ASTM A 108 with 50 ,000-pounds per square inch minimum yield strength, and 60,000-pounds per square inch minimum tensile strength. 2. Headed studs: Manufacturers: One of the following or approved equal: a. Nelson Stud Welding Company , S3L Shear Connectors or H4L Concrete Anchors. b. Stud Welding Products , Headed Concrete Anchors or Shear Connectors . 2.03 ISOLATING SLEEVES AND WASHERS A. Manufacturers: One of the following or approved equal: 1. Central Plastics Company, Shawnee , Oklahoma. 2. Corrosion Control Products , PSI Inc., Gardena , CA. B. Sleeves: Mylar, 1/32 inch thick, 4,000 volts per mil dielectric strength , of proper size to fit bo lts and extending half way into both steel washers . 1. 1 sleeve required for each bolt. C. Washers: The inside diameter of all washer shall fit over the isolating sleeve and both the steel and isolating washers shall have the same inside diameter and outside diameter. 1. Proper size to fit bolts . Two insulating washers are required for each bolt. 2 . Two 1/8-inch thick steel washers for each bolt. 3 . G3 Phenolic: a . Thickness: 1/8 inch. b. Base material: Glass. c. Resin: Phenolic. d. Water absorption: 2 percent. e. Hardness (Rockwell): 100 . f . Dielectric strength: 450 volts per mil. g. Compression strength: 50,000 pounds per square inch . August 2010 -CONFORMED 8258A10 pwJ/Ca rollo/Docu men ts/Clie nVTX/Fort Worth /8258A 1 O/Sp ecificati on s/05120 (Conformed} 05120-8 STRUCTURAL STEEL h. Tensile strength: 20,000 pounds per square inch . i. Maximum operating temperature: 350 degrees Fahrenheit. 2.04 GALVANIZED SURFACE REPAIR A. Manufacturers: One of the following or approved equal: 1. Galvinox. 2 . Galvo-Weld. 2.05 THREAD COATING A. Manufacturers: One of the following or approved equal: 1. Never Seez Compound Corporation, Never-Seez. 2. Oil Research , Inc ., WLR No . 111 . 2.06 SUPPLEMENTARY PARTS A. Furnish as required for complete structural steel erection, whether or not such parts and Work are specified or indicated on the Drawings . 2.07 FABRICATION A. Shop assembly: 1. Fabricate structural steel in conformance with AISC "Specification for the Structural Steel Buildings -Allowable Stress Design and Plastic Design," unless otherwise specified or modified by applicable regulatory requirements . 2. Where anchors, connections, or other details of structural steel are not specifically indicated on the Drawings or specified, their material, size and form shall be equivalent in quality and workmanship to items specified . 3. For Structural members such as W shapes , S shapes , channels, angles , and similar members not available in quantity, size, and type of stainless steel specified or indicated on the Drawings: a. Fabricate by welding together pieces of low carbon stainless steel plate, such as Type 316L. b. Make full penetration welds between pieces of plate to attain same or higher section modulus and moment of inertia as members indicated on the Drawings. 4. Where galvanizing is required , hot-dip galvanize structural steel after fabrication in accordance with ASTM A 123: a. Do not electro-galvanize or mechanically-galvanize. b. Restraighten galvanized items that bend or twist during galvanizing. 5. Round off sharp and hazardous projections and grind smooth . 6. Take measurements necessary to properly fit work in the field. Take responsibility for and be governed by the measurements and proper working out of all the details. 7 . Take responsibility for correct fitting of all metal work . August 2010 -CONFORMED 8258A10 pw ://Ca rollo/Documen ts/ClienVTX/Fort Worth/8258A 1 O/Specifi cations/05120 (Con formed) 05120-9 STRUCTURAL STEEL PART3 EXECUTION 3.01 EXAMINATION A. Verification of conditions: Examine Work in place to verify that it is sat isfactory to receive the Work of this Section . If unsatisfactory conditions exist, do not begin this Work until such conditions have been corrected. 3.02 ERECTION A. General: 1. Fabricate structural and foundry items to true dimensions without warp or twist. 2. Form welded closures neatly, and grind off smooth where weld material interferes with fit or is unsightly. 3. Install structural items accurately and securely , true to level , plumb , in correct alignment and grade , with all parts bearing or fitting structure or equipment for which intended . 4. Do not cock out of alignment, redrill, reshape, or force fit fabricated items. 5. Place anchor bolts or other anchoring devices accurately and make surfaces that bear against structural items smooth and level. 6. Rigidly support and brace structural items needing special alignment to preserve straight, level, even , and smooth lines . Keep structural items braced until concrete, grout, or dry pack mortar has hardened for 48 hours minimum. 7. Erect structural steel in conformance with AISC "Specification for Structural Steel Buildings -Allowable Stress Design and Plastic Design," unless otherwise specified or modified by applicable regulatory requirements. 8. Where anchors, connections , and other details of structural steel erection are not specifically indicated on the Drawings or specified , form , loca te, and attach with equivalent in quality and workmanship to items specified . 9 . Round off sharp or hazardous projections and grind smooth. 10 . Paint or coat steel items as specified in Sections 09910 and 09960. B . Welding -General: 1. Make welds full penetration type, unless otherwise indicated on the Drawings . 2. Remove backing bars and weld tabs after completion of weld. Repair defective welds observed after removal of backing bars and weld tabs . C . Welding stainless steel : 1. General: Comply with AWS 01 .1 . a. Perform with electrodes and techniques in accordance with AWS D10.4. D. Welding carbon steel: 1. General : Comply with AWS D1 .1: a. Weld ASTM A 36 / A 36M and A 992 / A 992M structural steel, ASTM A 500 and A 501 structural tubing , and ASTM A 53 pipe with electrodes conforming to AWS A5.1 , using E?OXX electrodes; AWS A5.17, using F?X-EXXX electrodes; or AWS A5.20, using E?XT-X electrodes: 1) Field repair cut or otherwise damaged galvanized surfaces to equivalent original condition using a galvanized surface repair. August 2010 -CONFORMED 8258A10 pw J/Carollo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specificati ons/0 5120 (Conformed) 05120-10 STRUCTURAL STEEL E. Interface with other products: 1. Where steel fasteners come in contact with aluminum or other dissimilar metals, bolt with stainless steel bolts and separate or isolate from dissimilar metals with isolating sleeves and washers. a. Prior to installing nuts, coat threads of stainless steel fasteners with thread coating to prevent galling of threads . F. Fasteners: 1. General: a . Install bolts, including anchor bolts and concrete anchors, to project 2 threads minimum, but 1 /2 inch maximum beyond nut. b. Unless otherwise specified, tighten bolts , including anchor bolts and concrete anchors, to the "snug-tight" condition, defined as tightness attained by a few impacts of an impact wrench or the full effort of a man using an ordinary spud wrench . 2. All thread rods bonded in drilled holes in concrete with epoxy: As specified in Section 03055 and as indicated on the Drawings. 3. Anchor bolts: a. Cast-in-place when concrete is placed . b. Accurately locate anchor bolts embedded in concrete with bolts perpendicular to surface from which they project. c. Do not allow anchor bolts to touch reinforcing steel. d. Where anchor bolts are within 1/4 inch of reinforcing steel, isolate with a minimum of 4 wraps of 10-mil polyvinyl chloride tape in area adjacent to reinforcing steel. e. In anchoring machinery bases subject to heavy vibration, use 2 nuts , with 1 serving as a locknut. f. Where bolts are indicated on the Drawings for future use, first coat thoroughly with nonoxidizing wax, then turn nuts down full depth of thread and neatly wrap exposed thread with waterproof polyvinyl tape. g. Furnish anchor bolts with standard hex bolt head or an equivalent head acceptable to ENGINEER unless otherwise indicated on the Drawings . "L" or "J" anchor bolts are not equivalent to an anchor bolt with a hex bolt head. h. Minimum anchor bolt embedment: 10-bolt diameters, unless longer embedment is indicated on the Drawings. i. Where indicated on the Drawings, set anchor bolts in metal sleeves having inside diameter approximately 2 inches greater than bolt diameter and minimum 10-bolt diameters long. j. Anchor bolts may be cast in concrete in lieu of using concrete anchors. 4 . Chemical anchors: a. Install anchors in accordance with approved ICC Evaluation Service Report. Where conflict exists between the approved ICC Evaluation Service Report and the requirements herein, the requirements of the Evaluation Service Report shall control. b. Accurately locate concrete anchors and set perpendicular to surfaces from which they project. c . Drilling holes: August 2010 -CONFORMED 8258A10 pw ://Carollo/Docum ents/C li enVTX/Fort Worth /8258A 1 O/Specification s/05 120 (Conformed) 05120-11 STRUCTURAL STEEL 1) Do not damage or cut existing re inforcing bars , electrical conduits , or other items embedded in the existing concrete without acceptance by ENGINEER. 2) Determine location of reinforcing bars , or other obstructions with a non-destructive indicator device. d. Hole drilling equipment: 1) Electric or pneumatic rotary type with light or medium impact. 2) Drill bits: Carbide-tipped in accordance with ANSI 8212-15 . 3) Hollow drills with flushing air systems are preferred . Air shall be free of oil, water, or other contaminants which will reduce bond . 4) Where edge distances are less than 2 inches , use lighter impact equipmen t to prevent microcracking and concrete spalling during drilling process . e. Hole diameter: 1) As recommended by chemical anchor cartridge manufacturer. f. Install all thread rods to depth, spacings , and locations as ind icated on the Drawings. g. Cleaning holes: 1) Insert long air nozzle into hole and blow out loose dust. Use air wh ich is free of oil, water, or other contaminants which will reduce bond. 2) Use a stiff bristle brush to vigorously brush hole to dislodge compacted drilling dust. 3) Repeat step 1 . 4) Repeat above steps as required to remove drilling dust or other material which will reduce bond . The hole shall be clean and dry. h. Cleaning all thread rods : 1) Degrease over embedment length. The all thread rods shall be free of oil, grease, paint, dirt, mill scale, rust, or other coatings that will reduce bond . 5. Concrete anchors: a. Do not use concrete anchors in lieu of anchor bolts. b. Install anchors in accordance with approved ICC Evaluation Service Report . Where conflict exists between the approved ICC Evaluation Service Report and the requirements herein, the requ irements of the Evaluation Service Report shall control. c. Accurately locate concrete anchors and set perpendicular to surfaces from which they project. d. Minimum embedment lengths: Diameter Embedment Length Inches Inches 1/4 2 3/8 2-1/2 1/2 4-1/8 5/8 4-1/2 3/4 6-1/2 August 2010 -CONFORMED 8258A10 pw ://Carollo/Docum ents/Clie nt/TX/Fort Worth /8258A 10/Specifica ti ons/05120 (Conformed) 05120-12 STRUCTURAL STEEL e. Drilling holes : 1) Do not damage or cut existing reinforcing bars, electrical conduits, or other items embedded in the existing concrete without acceptance by ENGINEER. 2) Determine location of reinforcing bars, or other obstructions with a non-destructive indicator device. 3) Remove dust and debris from hole using compressed air. f. Hole drilling equipment: 1) Electric or pneumatic rotary type with light or medium impact. 2) Drill bits: Carbide-tipped in accordance with ANSI 8212-15. 3) Hollow drills with flushing air systems are preferred . 4) Where edge distances are less than 2 inches , use lighter impact equipment to prevent microcracking and concrete spalling during drilling process. 6 . Deformed bar anchors: a. Butt weld with automatic stud welding gun as recommended by manufacturer. b. Ensure butt weld develops full strength of the anchor. 7. High strength bolts: a. Consider connections with high strength bolts to be slip critical structural connections, unless otherwise indicated on the Drawings. b. Connections with high strength bolts shall conform to AISC Specification for Structural Joints Using ASTM A 325 or A 490 Bolts. c. Furnish hardened flat washer: 1) Under element, nut, or bolt head, turned in tightening. 2) On outer plies for short slotted holes. d . Verify adequate tightening of bolts by means of tension indicator washers placed as indicated in ASTM F 959, Figure 1. 8. Powder actuated fasteners: Use powder actuated fasteners only for applications indicated on the Drawings or specified. 9. Sleeve anchors : a. Do not use sleeve anchors in lieu of anchor bolts. b. Install anchors in accordance with approved ICC Evaluation Service Report. Where conflict exists between the approved ICC Evaluation Service Report and the requirements herein, the requirements of the Evaluation Service Report shall control. c. The sleeve anchor bolt shall be removable and the expansion sleeve shall be flush with the concrete surface when installed. d. Accurately locate sleeve anchors and set perpendicular to surfaces from which they project. e. Minimum embedment lengths: Diameter Embedment Length Inches Inches 1/4 1-3/4 3/8 2-1/2 1/2 3-1/2 August 2010 -CONFORMED 8258A10 pw J/Carollo/Documents/ClienVTX/Fort Worth /8258A 1 O/Specifications/05120 (Conformed) 05120-13 STRUCTURAL STEEL Diameter Embedment Length Inches Inches 5/8 4 3/4 4-1/2 f. Drilling holes: 1) Do not damage or cut existing reinforcing bars , electrical conduits , or other items embedded in the existing concrete without acceptance by ENGINEER. 2) Determine location of reinforcing bars , or other obstructions with a non-destructive indicator d evice. 3) Remove dust and debris from hole using compressed ai r . g. Hole drilling equipment: 1) Electric or pneumatic rotary type with light or medium impact. 2) Drill bits : Carbide-tipped in accordance with ANSI B212-15. 3) Hollow drills with flushing air systems are preferred . 4) Where edge distances are less than 2 inches, use lighter impact equipment to prevent microcracking and concrete spalling during drilling process. 10. Welded studs : a. Butt weld with automatic stud welding gun as recommended by the manufacturer. b. Ensure butt weld develops full strength of the stud. 11. Undercut anchors: a . Install anchors in accordance with approved ICC Evaluation Service Report. Where conflict exists between the approved ICC Evaluation Service Report and the requirements herein, the requirements of the Evaluation Service Report shall control. b. Accurately locate concrete anchors and set perpendicular to surfaces from which they project. c. Drilling holes: 1) Do not damage or cut existing reinforcing bars, electrical conduits, or other items embedded in the existing concrete without acceptance by ENGINEER. 2) Determine location of re inforcing bars, or other obstructions with a non-destructive indicato r device. d. Hole drilling equipment: 1) Electric or pneumatic ro t ary type with light or medium impact. 2) Drill bits : Carbide-tipped in accordance with ANSI B212-15. 3) Hollow drills with flushing air systems are preferred. 4) Where edge distances are less than 2 inches , use lighter impact equ i pment to prevent microcracking and concrete spalling during drilling process . 5) Undercut bottom of hole using cutting too ls manufactured for this purpose by undercut anchor manufacturer. END OF SECTION August 2010 -CONFORMED 8258A 10 pw://Ca roll o/Documents/ClienVTX/Fort Worth/82 58A10/Specifications/05120 (Conformed) 05120-14 STRUCTURAL STEEL PART1 GENERAL SECTION 05140 STRUCTURAL ALUMINUM 1.01 SUMMARY A. Section Includes : Structural aluminum products, including sheet, pipe , extrus ions, and associated accessories. B. Related Sections: 1. Section 05120 -Structural Steel. 2. Section 09960 -Coatings. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM): 1. B 209 -Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate. 2. B 221 -Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes. 3. B 308/B 308M -Standard Specification for Aluminum-Alloy 6061-T6 Standard Structural Profiles . B. American Welding Society (AWS): 1. A 5.10 -Specification for Bare Aluminum and Aluminum-Alloy Welding Electrodes and Rods. 2. D 1.2 -Structural Welding Code -Aluminum . 1.03 SUBMITTAL$ A. Quality Control Submittals: 1. Test Reports : Certified copies of mill tests or reports from a recognized commercial laboratory including chemical and tensile properties of each shipment of structural metal or part thereof having common properties . Tests and analyses shall be made in accordance with applicable ASTM Standards . 2. Welder's certificates. 1.04 QUALITY ASSURANCE A. Qualifications : 1. Perform welding of structural metals with welders who have current American Welding Society certificate for the type of welding to be performed . 2. Notify ENGINEER 24 hours minimum before starting shop or field welding . 3. ENGINEER may check materials, equipment, and qualifications of welders. 4 . Remove welders performing unsatisfactory work , or require to requalify . 5 . ENGINEER may use gamma ray, magnetic particle dye penetrant, or other aids to visual inspection to examine any part of welds or all welds. 6. CONTRACTOR shall bear costs of retests on defective welds. August 2010 -CONFORMED 8258A10 pwJ/Caroll o/Docu ments/Cl ie nVTX/Fort Worth/8258A 1 O/Specifications/05 140 (Conformed) 05140-1 STRUCTURAL ALUMINUM 7. CONTRACTOR shall bear costs in connection with qualifying welders . PART2 PRODUCTS 2.01 MATERIALS A . Structural Sheet Aluminum : ASTM B 209, Alloy 6061-T6. B. Structural Aluminum : ASTM B 308 , Alloy 6061-T6 . C . Extruded Aluminum: ASTM B 221, Alloy 6063-T42. D. Miscellaneous Materials: 1. Furnish supplementary parts necessary to complete each item even whe re such work is neither definitely indicated on the Drawings nor specified . 2. Size , form , attachment, and location shall conform to the best of current practice . 3. Conform to applicable ASTM Standards for materials not otherwise specified. 2.02 FABRICATION A. Aluminum Layout: 1. Center punch hole centers , and punch or scribe cutoff lines , except where marks would remain on fabricated material. 2. Apply temperature correction where necessary in layout of critical dimensions. Use a coefficient of expansion of 0.000013 per degree of Fahrenheit. B . Cutting Aluminum: 1. Material 1/2 Inch Thick or Less: Shear, saw , or cut with a router. 2. Material More than 1/2 Inch Thick: Saw or rout. 3. Make cut edges true and smooth , free from excessive burrs or ragged breaks. 4. Avo id reentrant cuts wherever possible. Where used, fillet by drilling prior to cutting . 5. Do not flame cut aluminum alloys. 6. Punch or Drill Rivet or Bolt Holes to Finished Size before Assembly: a. Make finished diameter of holes for bolts 1 /16 inch maximum larger than nominal bolt diameter. b. Make holes cylindrical and pe rpendicular to principal surface. c. Do not permit holes to drift in a manner to distort metal. C. Aluminum Forming and Assembly: 1. Do Not Heat Structural Aluminum, Except as Follows: a. Heat aluminum to 400 degrees Fahrenheit for 30 minutes maximum , to facilitate bend ing or welding. b. Heat only when proper temperature controls and supervision can ensure that limitations on temperature and time are observed. D. Before assembly, remove chips lodged between contacting surfaces . E. Welding Aluminum : August 2010 -CONFORMED 8258A10 pw://Ca rollo/Docu ments/ClienVTX/Fort Worth/8258A 1 O/Specifications/05 140 (Conformed) 05140-2 STRUCTURAL ALUMINUM 1. Perform welding of aluminum in accordance with AWS 01 .2, "Structural Welding Code -Aluminum." 2. Weld Aluminum in Accordance with the Following: a. Preparation: 1) Remove dirt, grease, forming or machining lubricants, and organic materials from areas to be welded by clean ing with a suitable solvent or by vapor degreasing. 2) Additionally , etch or scratch brush to remove oxide coating just prior · to welding when inert gas tungsten arc welding method is used. 3) Oxide coating may not need to be removed if welding is performed by automatic or semi-automatic inert gas shielded metal arc. 4) Suitably prepare edges to assure 100 percent penetration in butt welds by sawing , chipping , machining, or shearing. Do not cut with oxygen. b. Filler Metal : Aluminum alloys conforming to the requirements of AWS A5.10 and AWS classification ER 4043 , ER 5654, ER 5554, ER 5183 , ER 5356, or ER 5556 . c. Perform welding of structures which are to be anodized using filler alloys which will not discolor when anodized, AWS ER 5654, ER 5554, ER 5183, ER 5356, or ER 5556 . d. Perform welding by using a non-consumable tungsten electrode with filler metal in an inert gas atmosphere (TIG) or using a consumable filler metal electrode in an inert gas atmosphere (MIG). e. Do not use welding process that requires use of a welding flux. f . Neatly make welded closures. g. Where weld material interferes with fit or is unsightly in appearance, grind it smooth. h. Make welds full penetration welds unless otherwise indicated on the Drawings. 2.03 FINISHES A Coating for Dissimilar Metals: 1. Alkali Resistant Bitumastic Manufacturers: One of the following or equal: a. Caroline, Bitumastic Super Service Black. b. Tnemec, 46-465. c. Wasser, MC-Tar. PART 3 EXECUTION 3.01 EXAMINATION A Verification of Conditions: Examine Work in place to verify that it is satisfactory to receive the Work of this Section. If unsatisfactory conditions exist, do not begin this Work until such conditions have been corrected. 3.02 INSTALLATION A Install structural aluminum products as indicated on the Drawings and specified . August 2010 -CONFORMED 8258A10 pw J/Carollo/O ocu ments/Cl ienVTX/Fort Worth/8258A 10/Specifi ca tions/05140 (Con form ed) 05140-3 STRUCTURAL ALUMINUM B. Install structural aluminum products accurately and securely, true to level, plumb, in correct alignment and grade, with all parts bearing or fitting structure or equipment for which intended. C . Do not cock out of alignment, redrill, reshape, or force fit fabricated items. D. Place anchor bolts or other anchoring devices accurately and make surfaces which bear against structural items smooth and true to level. E. Rigidly support and brace structural products needing special alignment to preserve straight, level, even, smooth lines, and keep braced until concrete, grout, or dry pack mortar has hardened for a minimum 48 hour period. F. Interface with Other Products: 1. Where aluminum comes in contact with dissimilar metals bolt it with stainless steel bolts and separate or isolate it from dissimilar metals as specified in Section 05120. 2. Do not paint exposed aluminum surfaces . Remove markings and leave surfaces clean. Coat those parts of aluminum which will be cast into concrete, and those parts of aluminum which will come in contact with masonry, concrete, or wood, with a minimum of 2 coats of specified coating for protection of similar metals. 3. Coat those parts of aluminum which will be cast into concrete or which will be in contact with concrete, grout, masonry, wood, or other materials that will cause the aluminum to corrode, as specified in Section 09960. END OF SECTION August 2010 -CONFORMED 8258A10 pw://Carollo/Documents/Client/TX/Fort Worth /8258A 1 O/Specifications/051 40 (Conformed) 05140-4 STRUCTURAL ALUMINUM PART1 GENERAL SECTION 05500 METAL FABRICATIONS 1.01 SUMMARY A. Section Includes: 1. Aluminum grating stair tread . 2. Aluminum stair nosing. 3. Cast iron stop plank grooves. 4. Concrete inserts. 5. Handrails and guardrails. 6. Metal gratings. 7. Metal tread plate. 8. Stairs. 9. Miscellaneous metals. 10. Associated accessories to the above items. B. Related Sections: 1. Section 09960 -Coatings. 2. Section 15061 -Pipe Supports . 1.02 REFERENCES A. Aluminum Association (AA): 1. Specification M 12-C22-A41 -Aluminum Finishes. B. American Association of State Highway and Transportation Officials (AASHTO): 1. Standard Specifications for Highway Bridges. C. American Society for Testing and Materials (ASTM): 1. A 36/A 36M -Standard Specification for Structural Steel. 2. A 48 -Standard Specification for Grey Iron Castings. 3. A 53 -Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc- Coated, Welded, and Seamless. 4. A 123 -Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. 5. A 240 -Standard Specification for Heat-Resisting Chromium and Chromium- Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels . 6. A 269 -Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service. 7. A 276 -Standard Specification for Stainless Steel Bars and Shapes. 8. A 307 -Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. 9. A 325 -Standard Specification for High-Strength Bolts for Structural Steel Joints . 10. A 489 -Standard Specification for Carbon Steel Lifting Eyes. August 2010 -CONFORMED 8258A10 pw://Carollo/Documents/Clie nVTX/Fort Worth /8258A10 /Specifica tions/05SOO (Conformed) 05500-1 METAL FABRICATIONS 11. A 490 -Standard Specification fo r Heat-Treated Steel Structural Bolts , 150 ksi Minimum Tensile Strength . 12. A 500 -Standard Specification fo r Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 13. A 501 -Standard Specification fo r Hot-Formed Welded and Seamless Carbon Steel Structural Tubing . 14. A 569 -Standard Specification fo r Steel, Carbon (0.15 Maximum, Percent) Hot-Rolled Sheet and Strip Commercial Quality. 15. A 570/A 570M -Standard Specification for Steel, Sheet and Strip , Carbon. Hot-Rolled , Structural Quality. 16. A 635/A 635M -Standard Specification for Steel , Sheet and Strip , Heavy- Thickness Coils , Carbon , Hot-Rolled . 17 . A 653/A 653M -Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process . 18 . B 209 -Standard Specification fo r Aluminum and Aluminum-Alloy Sheet and Plate. 19. B 221 -Standard Specification fo r Aluminum and Aluminum-Alloy Extruded Bars, Rods , Wire, Profiles, and Tubes. 20. B 308 -Standard Specification fo r Aluminum-Alloy 6061-T6 Standard Structural Profiles. 21 . B 429 -Standard Specification fo r Aluminum-Alloy Extruded Structural Pipe and Tube. 22. F 593 -Standard Specification for Stainless Steel Bolts, Hex Cap Screws and Studs. D. American Welding Society (AWS): 1. Standard Symbols for Welding, Brazing , and Nondestructive Examination. E. National Association of Architectural Metal Manufacturers (NMMM): 1. Metal Finishes Manual. F. Occupational Safety and Health Administration (OSHA): 1. Code of Federal Regulations (CFR), Title 29, Labor, Pt. 1900-1990. 1.03 SUBMITTALS A. Product Data : 1. Aluminum grating stair tread. 2. Aluminum stair nosing . 3 . Cast iron stop plank grooves . 4. Handrail and Guardrail. 5. Metal grating . B. Shop Drawings: 1. Handrails and Guardrails : a . Including details on connection attachments, gates, kickplates , ladde rs , and angles. b. Indicate profiles, sizes, connection attachments, reinforcing , anchorage, size and type of fasteners , and accessories. c. Include erection drawings , elevations, and details where applicable. August 2010 -CONFORMED 8258A10 pw://Ca rollo/Docu ments/Cl ie nt/TX/Fort Worth/8258A 1 O/Specifications/05500 (Conformed ) 05500-2 METAL FABRICATIONS d. Indicate welded connections using standard AWS A2.4 welding symbols. Ind icate net weld lengths. 2. Metal grating. 3. Metal tread plate. 4. Stairs. 5. Miscellaneous metals. C. Samples : 1. Guardrails with specified finishes . D. Quality Control Submittals: 1. Design data . 2. Test Reports: a. Guardrails: 3 copies of certified tests performed by an independent testing laboratory certifying that guardrails meet current State and Occupational Safety and Health Administration strength requirements. b. Gratings : 1) Grating manufacturers' calculations showing that gratings will meet specified design load , stress, and deflection requirements for each size grating for each span. 2) Reports of tests performed. PART 2 PRODUCTS 2.01 MATERIALS A. General: Unless otherwise specified or indicated on the Drawings, structural and miscellaneous metals shall conform with the standards of the ASTM, including the following: Item Cast Iron Cast Iron Steel Galvanized sheet iron or steel Black steel, sheet or strip Co il (plate) Structural plate , bars , rolled shapes, and miscellaneous items ( except W shapes). Rolled W shapes Standard bolts , nuts, and washers August 2010 -CONFORMED 8258A10 pw ://Carollo/DOC1Jments/Cl ien1/TX/Fort Worth /82 58A 1 O/Sp ecifi ca tions/05500 (Conformed) ASTM Standard No. A48 A653 A569 A570 A635 A36 A992 A307 Class, Grade Type or Alloy No. Class 40B Coating G90 -- -- -- Grade 50 -- 05500-3 METAL FABRICATIONS ASTM C lass, Grade Item Standard No. Type or Alloy No. High strength bolts , nuts , and A325 -- hardened flat washers A490 Eyebolts A489 Type 1 Tubing, cold -formed ASOO -- Tubing, hot-formed A501 -- Steel p ipe A53 Grade B Stainless steel Plate, sheet, and strip A240 Type 316* Bars and shapes A276 Type 316* Bolts (Type 304) F593 Group 1 Condition CW Bolts (Type 316) F593 Group 2 Condition CW Aluminum Flashing sheet aluminum B 209 Alloy 5005-H14 , 0.032 inches minimum thickness Structural sheet aluminum-B 209 Alloy 6061-T6 Structural aluminum B 209 Alloy 6061-T6 B 308 Extruded aluminum B 221 Alloy 6063-T 42 * Use Type 316L if material will be welded. 1. Stainless steels are designated by type or series defined by ASTM. 2. Where stainless steel is welded , use low-carbon stainless steel. 2.02 MANUFACTURED UNITS A. Aluminum Grating Stair Tread: 1. Manufacturers: One of the following or equal: a. 1KG Borden Industries, Aluminum Grating Stair Tread with Mebac nosing . b. McNichols Co., Type A-Standard with Corrugated Angle Nosing . 2. Material : Welded aluminum grating tread with non-slip nosing and integral end plates for bolt on attachment to stair stringers. 3 . Size: a. Tread Width : To equal tread spacing plus 1 inch minimum. b. Tread Length : Length to suit stringer to stringer dimension indicated on the Drawings. c. Depth: 1-3/4 inches . 4 . Bolts: Type 316 stainless steel. B. Aluminum Stair Nosing: 1. Manufacturers : One of the following or equal: August 2010 -CONFORMED 8258A10 pw J/Carollo/Docu ments/ClienVTX/Fort Worth /8258A 1 O/Specifications/05500 (Conformed ) 05500-4 METAL FABRICATIONS a . Wooster Products, Inc., Type 101 Nosing. b . American Safety Tread Co., Inc., Style 801 Nosing. 2. Material : Cast aluminum abrasive nos ings with aluminum oxide granules integrally cast into metal, forming permanent, nonslip, long-wearing surface. 3. For installation in cast-in-place stairs . 4. Configuration: 4 inches wide, fabricated with integrally cast stainless steel anchors at approximately 12-inch centers. Length to extend within 3 inches of stair edge on each side. C. Cast Iron Stop Plank Grooves: 1. Manufacturers: One of the following or equal: a. Neenah Foundry Company, R-7500 Series , Type A. b . McKinley Iron Works, Type L. 2 . Size : 2-inch wide groove opening by 1-1/2 inch deep, unless otherwise indicated on the Drawings. 3 . Recess groove with the cast iron surface of the groove set flush with the concrete surface . D. Concrete Inserts : 1. Concrete inserts for supporting pipe and other applications are specified in Section 15061 . E. Handrails and Guardrails: 1 . General: Design and fabricate assemblies to conform to current local , State, International Building Code and Occupational Safety and Health Administration standards and requirements. If there is a conflict between requirements, comply with wh ichever requ i rement is more stringent. 2. Aluminum Handrails and Guardrails (Nonwelded Pipe): a. Rails, Posts, and Fitting-Assembly Spacers: 1) In accordance with ASTM B 429, 6063-T5 or T6, minimum Schedule 40, extruded aluminum pipe of minimum 1.89-inch outside diameter and 0.14-inch wall thickness. 2) Alloy 6063-T6 may be used for pieces requiring bending only. b. Kick Plates : 6061-T6 aluminum alloy. c . Fastenings and Fasteners: As recommended or furnished by the manufacturer. d. Other Parts: 6063 extruded aluminum , or F214 or F514 .0 aluminum castings : 1) Fabrications : In accordance with ASTM B 209 or ASTM B 221 extruded bars : a Bases: 6061 or 6063 extruded aluminum alloy. 2) Plug Screws or Blind Rivets: Type 305 stainless steel. b Other Parts: Type 300 series stainless steel. e . Finish of Aluminum Components: 1) Anodized finish, 0. 7 mil thick , applied to exposed surfaces after cutting. Aluminum Association Specification M12-C22-A41 , mechanical finish-medium satin, chemical finish-medium matte , anodic coating-clear Class I Architectural. 2) Pretreat aluminum for cleaning and removing markings before anodizing . f. Fabrication and Assembly: 1) Fabricate posts in single, unspliced pipe length . August 2010 -CONFORMED 8258A10 pwJ/Carol lo/Docum ents/C lienVTX/Fort Worth/8258A 1 O/Specifi ca tions/0 5500 (Conformed) 05500-5 METAL FABRICATIONS 2) Perform without welding . 3) Do not epoxy bond the parts . 4) Maximum clear opening between assembled railing components as indicated on the Drawings . g. Manufacturers: One of the following or equal : 1) Moultrie Manufacturing Company, Wesrail. 2) Julius Blum and Company, Inc., Connectorail. 3) Craneveyor Corporation Enerco Metals, C-V Rail. 3. Guardrail Gates: a. Supplied by Guardrail Manufacturer: 1) Of same material, quality, and workmanship as specified for guardrail system in which they will be installed. 2) Of design similar to that of handrail or railing system in which they will be installed . b. Components : Gate frame, stainless steel self-closing device, hinges, gate stops, and durable self-locking type latch. Fabricate components in conformance with Occupational Safety and Health Administ ration minimum strength requirements . 4. Fastenings and Fasteners: As recommended or furnished by guardrail manufacturer for use with this system. F. Metal Gratings: 1. General: a. Fabricate grating to cover areas indicated on the Drawings. b. Unless otherwise indicated on the Drawings , grating over an opening shall cover entire opening . c. Make cutouts in grating where required for equipment access or protrusion, including valve operators or stems, and gate frames. d. Band Ends of Grating and Edges of Cutouts in Grating: 1) End Banding: 1/4 inch less than height of grating, with top of grating and top edge of banding flush. 2) Cutout Banding: Full-height of grating . 3) Use banding of same material as grating. 4) Panel Layout: Enable installation and subsequent removal of grating around protrusions or piping. 5) Openings 6 Inches and Larger: Lay out grating panels w ith edges of 2 adjacent panels located on centerline of opening. 6) Openings Smaller than 6 Inches: Locate opening at edge of single panel. 7) Where an area requires more than 1 grating section to cover area , clamp adjacent grating sections together at 1/4-points with fasteners acceptable to ENGINEER. 8) Fabricate grating in units of maximum 50 pounds each . e. When requested by ENGINEER, test 1 section of each size grating for each span length involved on the job under full load: 1) Furnish a suitable dial gauge for measuring deflections. f. Grating shall be aluminum, unless otherwise specified or indicated on the Drawings . G. Metal Tread Plate: 1. Plate having a raised figured pattern on 1 surface to provide improved traction . August 2010 -CONFORMED 8258A10 pw ://Carollo/Docu ments/Clie nVTX/Fort Worth/8258A 1 O/Specifications/05500 (Con formed) 05500-6 METAL FABRICATIONS H. Stairs: 1. Aluminum Stairs : a. Stringers: 6061-T6 aluminum alloy . b. Stair Treads: 1) Aluminum of same type specified under Aluminum Grating. 2) Of sizes indicated on the Drawings, and 1-3/4 inch minimum depth with cast abrasive type safety nosings. c. Handrails and Guardrails: Aluminum pipe specified under Aluminum Handrails and Guardrails (Nonwelded Pipe). d. Fasteners : Type 316 stainless steel. I. Miscellaneous Metal: PART3 1. Miscellaneous Aluminum: Fabricate aluminum products, not covered separately herein , in accordance with the best practices of the trade and field assemble by riveting or bolting. Do not weld or flame cut. 2. Miscellaneous Cast Iron: a. General: 1) Tough, gray iron, free from cracks, holes, swells, and cold shuts. 2) Quality such that hammer blow will produce indentation on rectangular edge of casting without flaking metal. 3) Before leaving the foundry, clean castings and apply 16-mil dry film thickness coating of coal-tar epoxy, unless otherwise specified or indicated on the Drawings. 3. Miscellaneous Stainless Steel: a. Provide miscellaneous stainless steel items not specified herein as indicated on the Drawings or specified elsewhere. Fabricate and install in accordance with the best practices of the trade . 4. Miscellaneous Structural Steel: a . Provide miscellaneous steel items not specified herein as indicated on the Drawings or specified elsewhere. Fabricate and install in accordance with the best practices of the trade. EXECUTION 3.01 EXAMINATION A. Verification of Conditions: Examine work in place to verify that it is satisfactory to receive the work of this Section. If unsatisfactory conditions exist, do not begin this work until such conditions have been corrected. 3.02 INSTALLATION A. General: Install products as indicated on the Drawings, and in accordance with shop drawings and manufacturer's printed instructions, as applicable except where specified otherwise. B. Aluminum Stair Nosing: 1. Install stair nosings on treads of concrete stairs, including top tread on upper concrete slab. 2. Omit stair nosings where concrete is submerged. August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents/ClienVTX/Fort Worth/8258A 10/Specifications/05500 (Conformed) 05500-7 METAL FABRICATIONS 3 . Coat aluminum surfaces in con tact with concrete as specified in Section 09960 . 4 . Cast stair nosings in fresh concrete , flush with tread and riser faces . Install nosing in center of step approximately 3 i nches from each stair edge . C. Cast Iron Stop Plank Grooves: 1. Recess stop plank grooves with cast iron surfaces of groove set flush with concrete surface . D. Handrails and Guardrails: 1. General: a . Fasten pipe rails to fittings wi t h Series 300 stainless steel pop rivets or flush set screws. b. Make pipe cuts clean and straight, free of burrs and nicks , and square and accurate for minimum joint-gap. c . Drill and countersink holes to proper size, as required for a tight flush fit of screws and other component parts. d. Space attachment brackets as indicated in the manufacturer's instructions . 2 . Alum i num Pipe Handrails and Gua rdrails: a . During construction, keep exterior surfaces of handra i ls and guardrails covered with 0.4 millimeters, minimum , heat sh r ink polyethylene film. b. Do not remove protective film before handrails and guardrails have been accepted by ENGINEER nor before other work in proximity of handrails and guardrails has been completed . c. Discontinue handrails and guardrails at lighting fixtures. d. Provide 1/8-inch diameter weep hole at base of each post. e. Where protection is applied for prevention of dissimilar materials electrolysis , make application such that none of the protective material is visible in the completed assembly. f . Space posts as indicated on the Drawings . g . Anchor posts into concrete by grouting posts into formed holes in concrete , into stainless steel sleeves cast in concrete ; or bracket mount to face of concrete surfaces as specified and indicated on the Drawings . h. Aluminum handrail and railing system shall consist of three equally spaced horizontal rails with totally concea led mechanical fasteners , internally threaded tubular rivets and adhes ively bonded components fastened to posts spaced not more than 5 feet-0 inches on center and a system of handrails supported from adjacent construction by mounting brackets spaced at not more t han 5 feet-0 inches on center. i. Make adequate provision for expansion and contraction of kickplates and rails . Make provisions for removable sections where indicated on the D rawings. j. Make lower rails a single , unspliced length between posts , or continuous. k. Make top rails continuous whenever possible, and attach single , unspliced lengths to 3 posts minimum. I. Draw up fasteners tight with hand wrench or screw driver. m. Space attachment brackets as indicated on shop drawings or in manufacturer's installation instructions . n. Completed installation shall have handra il s and railings rigid and free of play at joints and attachments . August 2010 -CONFORMED 8258A10 pwJ/Carollo/Documents/Clie nVTX/Fort Worth/8258A10/Specifications/05500 (Conformed) 05500-8 METAL FABRICATIONS o. Protect handrail and guardrail finish from scratches , gouges, dents, stains, and other damage . p. Replace damaged or disfigured handrails and guardrails with new. q. Shortly before final acceptance of the work , and after removal of protective polyethylene film, clean handrai ls and guardrails with mild detergent or with soap and water. After cleaning, thoroughly rinse handrails and guardrails and wipe with soft cloth . r. Erect guardrail straight, level, plumb , and true to the positions as indicated on the Drawings . Correct deviations from true line of grade, which are visible to the eye. 3. Guardrail Gates : a . Install gate to be a vertical plane with the guardrail when in the closed position . b. Install hinges so that each gate can swing 180 degrees from the closed position to the fully open position . c . Install so that the gates swing to the walkway side of the guardrail only. Install gate stops on the stationary railing posts to prohibit gates from swinging in the wrong direction. d . Install gate frames, hinges, stops, and latches in conformance with Occupational Safety and Health Administration min imum strength requirements. E. Metal Gratings: 1. General : a . Allow 1/8-inch maximum clearance between ends of grating and inside face of vertical leg of shelf angles. b . Horizontal bearing leg of shelf angles shall be 2 inches minimum . c. Install aluminum plate or angles where necessary to fill openings at changes in elevation and at openings between equipment and grating. d . Install angle stops at ends of grating. e. Installed grating shall not slide out of rebate or off support. f . Weld stops in place , unless otherwise specified or indicated on the Drawings. g . Top surfaces of grating sections adjacent to each other shall lie in same plane. F. Stairs : 1. General: a. Install guard railings as indicated on the Drawings or specified . END OF SECTION August 2010 -CONFORMED 8258A10 pw://Ca rollo/Docu ments/Client/TX/Fort Worth/8258A 1 O/Sp ecifications/0 5500 (Co nfonmed) 05500-9 METAL FABRICATIONS THIS PAGE INTENTIONALLY LEFT BLANK August 2010 -CONFORMED 8258A10 pw://Carollo/Documents/Client/TX/Fort Worth/8258A 1 O/Specifications/05500 (Conformed) 05500-10 METAL FABRICATIONS PART1 GENERAL SECTION 06608 FIBERGLASS REINFORCED PLASTIC 1.01 SUMMARY A. Section Includes: General fabrication and design requirements for fiberglass reinforced plastic fabrications. B. Related Sections: 1. Section O 1410 -Regulatory Requirements. 1.02 REFERENCES A. AISC and Research Council for Riveted and Bolted Structural Joints (RCRBSJ): 1. Specification for Structural Joints using ASTM A 325 or ASTM A 490 Bolts. B. American Institute of Steel Construction (AISC): 1. Specification for the Design, Fabrication, and Erection of Structural Steel for Building. C. American Society of Civil Engineers (ASCE): 1. 7 88 -Minimum Design Loads for Buildings and Other Structures. D. American Society of Mechanical Engineers (ASME): 1. Boiler and Pressure Vessel Code. 2. RTP 1 Reinforced Thermoset Plastic Corrosion Resistant Equipment. E. American Welding Society (AWS): 1. D1 .1 -Structural Welding Code. F. American Society for Testing and Materials (ASTM): 1. C 581 -Standard Practice For Determining Chemical Resistance of Thermosetting Resins Used in Glass Fiber Reinforced Structures, Intended for Liquid Service. 2. C 582 -Standard Specification for Contact-Molded Reinforced Thermosetting Plastic (RTP) Laminates for Corrosion Resistant Equipment. 3. D 638 -Standard Test Method for Tensile Properties of Plastics. 4. D 695 -Standard Test Method for Compressive Properties of Rigid Plastics. 5. D 790 -Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. 6. D 883 -Standard Terminology Relating to Plastics. 7. D 2240 -Standard Test Method for Rubber Property -Durometer Hardness. 8. D 2563 -Standard Practice for Classifying Visual Defects in Glass-Reinforced Plastic Laminate Parts. 9. D 2583 -Standard Test Method for Indentation Hardness of Rigid Plastics by Means of a Barcol Impresser. 10. D 2584 -Standard Test Method for Ignition Loss of Cured Reinforced Resins. August 2010 -CONFORMED 8258A10 pwJ/Garoll o/ Cli enVTX/Fort Worth/8258A 10/Specifications06608 (Conformed) 06608-1 FIBERGLASS REINFORCED PLASTIC 11 . D 3299 -Standard Specification for Filament-Wound Glass Fiber Reinforced Thermoset Resin Corrosion-Resistant Tanks . 12 . D 3567 -Standard Practice for Determining Di mensions of "Fiberglass " (Glass- Fiber-Reinforced Thermosetting Resin) Pipe and Fittings . 13. D 4097 -Standard Specification for Contact-Molded Glass-Fiber-Reinforced Thermoset Resin Corrosion-Resistant Tanks. 14 . E 84 -Standard Test Method for Surface Burning Characteristics of Building Materials. G. National Bureau of Standards Voluntary Product Standards (PS): 1. PS 15 69 -Custom Contact-Molded Reinforced-Polyester Chemical-Resistant Process Equipment. 1.03 DEFINITIONS A. The terminology of this specification is consistent with ASTM D 883 -Terminology Relating to Plastics . Fabricators using this specification are responsible for correct interpretation . B. Fiberglass Reinforced Plastic: Fiberglass Reinforced Plastic or glass fiber and resin fabrication consisting of approximately 35 to 55 percent glass fiber reinforcement by weight for hand lay-up structural laminates and 55 to 70 percent glass for filament wound structural laminates, unless otherwise specified . C . Equipment: The fiberglass reinforced plastic equipment, includ i ng ancillary equipment, work, and materials as described in this specification . D. Fabrication Drawings : Those drawings produced by the Fabricator or CONTRACTOR, with the intention of providing the necessary information to construct or install the equipment. E. Mat: Fibrous material consisting of randomly oriented chopped or swirled filaments loosely held together with a binder. F. Chopped Glass: Fibrous material cons isting of randomly oriented chopped filaments applied directly to a mold surface or laminated under construction by a chopper gun . G. Fiber Prominence (Jackstraw): The distinct vis ibility of individual glass strands causing a loss of translucency of the laminate. 1.04 DESIGN REQUIREMENTS A. Design fiberglass reinforced plastic tanks, scrubbers, and other vessels following the procedures and methods, utilizing t he equations and formulas , and incorporating safety factors and allowable design stresses and strains set forth in ASME RTP 1. Base the design of duct and other fiberglass reinforced plastic equipment not covered by ASME RTP 1 on the engineering rat ionale, applicab le formulas and safety factors set forth in ASME RTP 1. B. Perform calculations necessary to ensure long-term , low risk service of the fiberglass reinforced plastic equipment with min 1 imum reasonable maintenance requirements. Long-term, low risk service is defined as a service life of 20 years August 2010 -CONFORMED 8258A 10 pwJ/Carollo/ Clien t/TX/Fort Worth/8258 A 1 O/Specifications0660 8 (Conformed) 06608-2 FIBERGLASS REINFORCED PLASTIC without major structural failure or leakage. The design shall ensure proper functioning of the equipment at the stated operating conditions. The design shall include as a minimum, engineering calculations, materials selection and documented physical and mechanical properties , and detailed drawings required for fabrication and assembly of the equipment. C. Design in accordance with applicable national, regional, and local design and building codes . Wind and seismic forces shall be determined in accordance with the building code as specified in Section 01410 . Resistance to overturning shall not include the weight of the liquid contained in the equipment. D. Consider the interaction of the installed system including but not limited to thermal expansion of duct, tanks, and vessels and the effects of external loading from piping, fans , pumps, platforms , and other attached items. E. Allow for the most severe combination of conditions which may include, but not be limited to, the following: 1. Internal or external pressure. 2. Static head of contents (working and test conditions). 3. Mass of structure and contents. 4. Design temperature including upset conditions. 5. Superimposed loads, such as seismic and wind forces. 6 . Bending moments due to eccentric loads. 7. Localized loads acting at supports, lugs, and other attachments . 8. Shock loads. 9 . Loads due to heating or cooling and thermal gradients . 10. Loads applied during transport or erection. 11. Loads imposed by personnel during erection and operations . 12. Fatigue. F. Use safety factors and allowable strains specified in ASME RTP-1 unless otherwise specified. Do not use safety factors and allowable strains less than the following: 1. Allowable hoop and axial strain shall be 0.001 inch/inch for filament wound tanks. 2. A safety factor of 10 for hand lay-up components in tension, flexure, or other loading conditions where elastic stability is not in question. 3 . A safety factor of 5 for external loading (vacuum) or local buckling due to seismic or wind loading. G. Safety factors for upset conditions or infrequent loading situations may be less than the above values for the specific condition if acceptable to the ENGINEER. H. There will typically be other aspects which should be considered. Identify and consider their effects, identify design limitations, and submit this information. I. Provide test reports or other documentation for laminate properties used in the design. Laminates shall be similar in construction, layer sequence, resin type, and cure to those used to determine tested properties. Properties shall be adjusted to reflect reductions at operating temperatures. Test reports shall be provided for: 1. Grating: Indicate grating strength and deflection. 2. Physical properties of test cover panels. 3. Tanks showing conformance with specified strength requirements. August 2010 -CONFORMED 8258A 10 pwJ/Carollo' Client/TX/Fort Worth/8258A10 /Specifications06608 (Conformed) 06608-3 FIBERGLASS REINFORCED PLASTIC J . The corrosion liner shall be a minimum of 100 mils in thickness, unless otherwise specified, and documentation shall be provided verifying veil type, liner thickness , and resin cure. Consider 50 mils of the corrosion liner as sacrificial and do not include it in determining structural wall thickness. Use structural wall thickness not less than 0 .375 inches for tanks and vessels and 0.1875 inches for ductwork. Submit minimum structural thicknesses of other types of fiberglass reinforced plastic fabrications. K. Laminate types may include hand lay up, helical winding , and hoop/chop construction methods. In laminates with helix angles greater than 80 degrees and in hoop/chop laminates, orientate approximately 10 percent of the structural wall thickness at O degrees (longitudinal direction). Apply this reinforcement in at least 2 layers of weft unidirectional fabric and equally spaced within the structural wall. L. For tanks and scrubbers; nozzles, determine manways and shell reinforcements according to the tables and formulas in ASME RTP-1. M. Anchor tanks and vessels using lugs and a continuous filament wound band or an integral filament wound load ledge with external stainless steel anchor clips . The anchor clips shall be bolted to the concrete foundation; use non-shrink grout to level anchor clips. The design shall resolve the sum of the moments and the sum of the force equal to 0 . N. Design internal beams and support attachments using a maximum of 200 pounds per square inch shear stress for secondary bonds. Also apply this to design of external lugs required for ladders, platforms, and other attached items. 1.05 SUBMITTALS A. Shop Drawings and Calculations: 1. Submit general arrangement and fabrication drawings, calculations, and elements of the design. 2 . Include submittal information which describes specifically how the equipment is to be built and details necessary to ascertain that products meet specified requirements . Provide in the form of drawings, standards, specifications, or other shop instructions, but may also be partially contained in quality control records. The submittal shall include, but not be limited to: a . Fabrication drawings . b. General arrangement drawings signed by an ENGINEER registered in the state where the project is located, showing complete structural, fasteners, and erection procedures for a complete assembly. c. Quality control programs. d. Verification that the manufacturer has been engaged in fabrication of similar fiberglass reinforced plastic equipment for a minimum of 5 years. e. Statement of compliance with contract design requirements, codes, and standards. f. Recommendation for each resin selection from resin manufacturer. g. Type and amounts of fillers. h. Nominal corrosion liner description. i. Reinforcement types and glass content range for hand lay-up laminates. j . For Filament Wound Laminates: 1) Helix angle. August 2010 -CONFORMED 8258A10 pw J/Carollo/ ClienVTX/Fort Worth/8258A 10/Specifications06608 (Conformed) 06608-4 FIBERGLASS REINFORCED PLASTIC 2) Glass content range. 3) Strand yield. 4) Strand per inch in the winding band . 5) Ply thickness. 6) Amount of chop or unidirectional roving interspersed with winding, if any, and location within laminate . k. For Other Components: 1) Construction type. 2) Laminate thicknesses . 3) Ply sequences. 4) Glass content range. I. For Secondary Overlays (Both Interior and Exterior): 1) Laminate thicknesses. 2) Ply sequences and widths. m. Construction Details: Construction details for assembly and other special configurations, including : 1) Tank bottom/top attachments with knuckle configuration and overlays and thicknesses. 2) Tank support and anchor lugs, including attachment details. 3) Tank nozzles and installation, including cutout reinforcement, gusseting, and similar items. 4) Tank lateral or other support fabrication details, including platform attachment clips and/or shoulders. 5) Scrubber configuration and fabrication details of internal support system and other specialty items. 6) Cover panel joints, anchorage detail, and details of doors and inspection ports and their attachment or incorporation within the cover. n. Miscellaneous equipment required. o. Test reports and certification of compliance with physical property requirements. p . Color samples. q . Manufacturer's installation instructions. r. ASME RTP-1 certification. B. Operation and Maintenance Data. C. Warranty. 1.06 QUALITY ASSURANCE A. Manufacturer Qualifications: Fiberglass reinforced plastic manufacturer with experienced personnel, physical facilities, and management capacity sufficient to produce custom made glass fiber and resin products of quality and size specified for minimum 5 years with satisfactory performance record . B. Quality Assurance Plan: Fabricator shall be responsible for implementation of a comprehensive quality assurance plan. The quality assurance plan describes procedures with the following minimum requirements: 1. Fabricator shall designate personnel to inspect equipment while in-process and after completion to assure compliance to every aspect of the section and fabrication drawings. Inspection shall include, as a minimum, checks for visual August 2010 -CONFORMED 8258A10 pw ://Carollo/ Client/TX/Fort Worth/8258A 10/Speci fications06608 (Conformed) 06608-5 FIBERGLASS REINFORCED PLASTIC PART2 defects, laminate thickness and sequence, glass content, Barcol hardness, dimensional tolerances , adherence to construction details, surface preparation, and environmental conditions. Fabricator's inspector shall complete a report of the findings including method of measurement for each separate assembly. 2. Prior to use of resins in fabrication, fabricator shall extract samples of resins and retain them for use by the ENGINEER. Sample size shall be 100 cubic centimeters minimum: a. Take 1 sample for each manufacturer's batch number if resin is received in the form it will be used . b. If the fabricator alters the resin after receipt, such as through the addition of styrene, promoters, or other additives, take samples from each drum or portion thereof mixed with add itives. c. Fabricator shall provide documentation for each sample including resin type, manufacturer, batch and lot number, drum number, complete listing of additives with amounts added, and description and manufacturer of each additive. 3. Fabricator shall inspect glass reinforcement prior to use in fabrication and shall not use glass that does not meet the manufacturer's acceptance standards. Do not use glass material that is wet or has been wet. For each type of glass and lot number used, fabricator shall record the manufacturer, product description, binder type, product code, production date, and lot number. For mat, woven roving, unidirectional roving, and cloth, also include in records actual measured weight per square yard of material. 4. Fabricator shall retain nozzle cutouts and other excess laminate, clearly marking each piece to identify its original location. These laminate samples become the property of the OWNER. For areas where valid laminate samples are not available, take sample plugs at the ENGINEER's request. Repair subsequent holes in a manner acceptable to the ENGINEER. 5. Fabricator shall verify glass content on available samples in accordance with ASTM D 2584 . Complete this test and submit the results comple te for each major component where samples are available. 6. Prior to final shipment of the equipment, fabricator shall submit to the ENGINEER a complete quality control report, consisting of copies of records maintained for compliance with this section. PRODUCTS 2.01 RESIN AND REINFORCEMENT MATERIALS A. General Physical Properties: Comply with applicable specifications PS15-69, ASTM C 582, ASTM D 3299, ASTM D 4097, and ASME RTP-1 with verificat ion of properties. Physical properties may include tensile, flexural, and compression modulus of elasticity and ultimate strengths, limiting strains, Poisson ratios, coefficients of expansion, and other directional properties as required for the design of the equipment. B. Resin: 1. Fabricate equipment using the corrosion-resistant resin(s) specified in the fiberglass reinforced plastic equipment specifications . The fabricator is required to obtain independent endorsement of each resin selection from the August 2010 -CONFORMED 8258A10 pw J/Carollo/ ClienVTX/Fort Worth/8258A 10/Specifications06608 (Conformed) 06608-6 FIBERGLASS REINFORCED PLASTIC resin manufacturer. Unless otherwise specified, use the resin throughout laminates . 2. The type of catalyst recommended varies between resin manufacturers. Submit resin/catalyst before fabrication begins to verify compliance to the resin manufacturer's recommended procedures . 3. Employ no fillers , additives, or pigments in the resin . A thixotropic agent for viscosity control may be used in the proportion and type recommended by the resin manufacturer. Use no thixotropic agent in the corrosion liner or on surfaces to be in contact with the corrosive environment. 4. Make resin putty using the same resin as was used in the original fabrication and shall contain milled glass fibers. The use of silica flour , grinding dust , or other fillers is not allowed. 5. When specified , add antimony trioxide or antimony pentoxide to the resin in the amount necessary to achieve the required fire retardancy rating in the structural wall only . Follow resin manufacturer's recommendations . Unless otherwise specified, the corrosion liner shall not contain this additive . C. Reinforcement: 1. Show the type and sequence of reinforcements to be used on the fabrication drawings. 2. Use as commercial grade corrosion-resistant borosilicate glass fiber reinforcement, unless otherwise specified. 3. Use glass fiber reinforcing having a surface finish and binder that is specifically recommended by the glass manufacturer for the particular resin system to be used. 4. Use Type C (chemical grade) glass, 10 mils (0 .01 inches) thickness, or polyester surfacing veil, such as Nexus surfacing veils. 5. Use Type E (electrical grade) glass , 1-1/2 ounces or 3/4 ounce per square foot, with nominal fiber length of 1.25, within 0.75 inches mat. 6. Continuous glass roving used in chopper guns for spray up shall be Type E chopper roving . 7. Woven roving shall be 24 ounces per square yard Type E glass and have a 5 by 4 plain weave. 8. Continuous roving used in filament wound structures shall be Type E glass winder roving with a yield of 200 yards or more per pound. 9. Use Type E glass unidirectional fabric . Weft unidirectional fabric shall be 15.7 ounces per square yard. 10 . When specified , use Type ECR glass re inforcements supplied in similar fabric styles to those specified above. 2.02 FABRICATION A. Molds: 1. Construct molds of a suitable material to produce a smooth and glossy corrosion liner surface on the fiberglass reinforced plastic equipment. 2. Covering of mandrels with cardboard must be accepted by the ENGINEER prior to start of fabrication. B. Laminates : 1. Determine specified glass content in accordance with ASTM D 2584 . 2. Consider laminate thicknesses shown on the fabrication drawings as construction minimums. Verify that minimum thicknesses are obtained using August 2010 -CONFORMED 8258A 10 pw J/Caroll o/ Clien tfTX/Fort Worth/8258A 10/Speci fica tions0 660 8 (Conformed) 06608-7 FIBERGLASS REINFORCED PLASTIC the laminate sequences specified. When only total laminate thicknesses are specified or indicated on the Draw ings , the minimum allowable st ructural laminate thickness shall be the total laminate thickness less the specified corrosion liner thickness . 3. Interruptions in laminating sequence shall follow the application of a ply of mat and be succeeded by a ply of mat. 4 . The interruption shall not exceed 24 hours , and the in-process surface must retain acetone sensitivity until lam inating is resumed . Lack of compliance with these aspects or indication that contamination of the surface has occurred shall require that surface preparat ion be accomplished before resuming. 5. Chopped strand glass applied by chopper gun is allowed in lieu of mat layers in the structural laminates only . Chopper gun application of the corrosion liner is not allowed. 6 . Coat non mold surfaces with resin containing wax additive in the amount necessary to allow full cure of the surface . In the case of exterior surfaces , this wax coat shall also contain an ultraviolet stabilizer in the type and amount recommended by the resin manufacturer. 7. The exterior surface of equipment shall be resin-rich and reinforced with 1 layer C glass surfacing veil, unless otherwise specified . 8 . When specified , the exterior coat shall be an opaque pigmented surface coat , applied only after ENGINEER's inspection. Color shall be selected by the ENGINEER. C . Corrosion Liner Laminates: 1. The inner surface of laminates shall be resin-rich and reinforced with surfacing veil of the type and number of layers as shown on the Fabrication Drawings. 2 . The interior layer of the corrosion liner shall consist of 1 1/2 ounces per square foot mat in the number of layers specified on the fabrication drawings . An exotherm interruption is specifically prohibited within the corrosion liner. 3. Chopped glass applied by chopper gun is not allowed in the corrosion liner. 4. Plies of the inner surface and interior layer are to gel completely before proceeding with the structural laminates. 5. Completed corrosion liner as described above shall contain not less than 20 percent nor more than 30 percen t glass by weight. Use no thixotropic material in the resin for the liner nor in the fabrication of fiberglass reinforced plastic components intended for internal service. The completed liner shall be the minimum thickness specified or indicated on the Drawings . 6 . Do not use a separately cured unreinforced gel coat. D. Hand Lay Up Structural Laminates: 1. The corrosion liner laminate shall be followed by hand lay up structural laminates of varying reinforcement sequences as indicated on the fabrication drawings . 2. For hand lay up structural laminates , reinforcement shall consist of mat and woven roving in the sequence specified on the fabrication drawings. 3 . Woven roving shall have a ply of mat on each s ide. Two adjacent plies of woven roving are not permitted . 4. Laminates containing primarily 1-1/2 ounces per square foot mat layers in conjunction with woven roving shall contain not less than 35 percent or more than 45 percent glass (by weight). August 2010 -CONFORMED 8258A10 f!W:l/Ca rollol Cli enVTX/Fort Worth/8258A 10/Specifications06608 (Conformed) 06608-8 FIBERGLASS REINFORCED PLASTIC 5. Laminates containing primarily 3/4 ounce per square foot mat layers in conjunction with woven roving are considered to be high strength laminates and shall contain not less than 45 percent or more than 55 percent glass by we ight. E. Filament Wound Structural Laminates : 1. The corrosion I iner laminate shall be followed by filament wound structural laminates as indicated on the fabrication drawings. 2. For filament wound structural laminates , reinforcement shall consist of continuous strand fiberglass roving applied w ith a minimum of interruptions until the specified minimum thickness is attained . This laminate shall contain 55 to 70 percent glass by weight as indicated on the fabrication drawings. 3. Each complete cycle of filament winding shall form a closed pattern of winding bands which completely covers the surface with 2 bi-directional layers . Each fayer shall be a maximum of 1 roving in thickness . Uniformly space the filaments across the winding band without bunching or gap ing. 4. Specify the helix angle of winding on the approved fabrication drawings, as measured from the centerline of revolution of the equipment shell. 5. Tolerance on helix angle is plus or minus 2 degrees, unless otherwise specified. 6. The fabrication drawings may require that layers of unidirectional roving be interspersed within the continuous filament winding . 7. Apply the unidirectional roving with the glass strand al igned in the axial direction , to within plus or minus 5 degrees. 8. If layers of mat or chopped glass are needed to ensure proper bonding of unidirectional roving , or within the filament winding to accommodate the Fabricator's manufacturing methods, consider the layers' extra material that will result in a thickness greater than specified . The amount of filament winding and unid irectional roving specified must stiff be applied . F. Joining Laminates: 1. Fiberglass reinforced plastic joining laminates are subject to applicable requirements specified in other sections for laminates. 2 . Reinforce fiberglass reinforced plastic joints with an overlay of glass reinforcement and resin which extends equally with in plus or minus 1/2 inch on each side of the joint. Use minimum thickness, ply sequence, and ply widths of fiberglass reinforced plastic joints as indicated on fabrication drawings. 3. Restrain parts to be joined to prevent movement until completion and cure of the joint overlay. 4 . Fit-up parts and verify that tolerances and assembly requ irements are satisfied. Completely fill the void between component parts with resin putty, tak ing care not to extrude an excessive amount of putty into the interior. G. Environment: 1. The fabrication process and materials at the point of fabrication are to be maintained with in a range of 60 to 95 degrees Fahrenheit. This temperature must also be at least 5 degrees greater than wet bulb temperature , as measured with a sling psychrometer. 2. Store materials in a dry area and within the temperature and humidity limits recommended by the manufacture'rs. H. Flanges: August 2010 -CONFORMED 8258A10 pw ://Garollo' ClienVTX/Fort Worth/8258A 10/Specificati ons06608 {Confo rmed) 06608-9 FIBERGLASS REINFORCED PLASTIC 1. Make flanges by hand lay-up construction with nozzle neck and flange made integrally in 1 piece and fabricated in accordance with the dimensions indicated on the fabrication drawings. Extend layers of reinforcement in the nozzle neck and hub uninterrupted into the flange. 2. Bu ild-up additional hub thickness using alternating layers of 1-1/2 ounces per square foot mat and 24 ounces per square yard woven roving . 3. Build-up addit ional thickness in the flange using "ring" cutouts of mat, evenly distributed throughout the flange th ickness . 4. Press molded or filament wound flanges are not allowed. 5. Overall machine facing of the back of flanges is not permitted. To obtain proper seating , spotface bolt holes for SAE size washers. Resin coat bolt holes and other cut surfaces so that no fibers are exposed. Spotfacing shall not produce a flange thickness less than indicated in the fabrication drawings. 6. Bolt holes in flanges shall straddle principal centerlines of the Equipment. Tolerance in bolt hole locations and in diameter of bolt circle shall be plus 1/16 inch. 7. Depressions or projections in flange face shall be no greater than 1/32 inch . I. Allowable Visual Defects : 1. Visual defects in areas of the equipment shall not exceed the maximum allowable levels of visual defects set forth in Table A , unless acceptable to ENGINEER. 2 . Visual defects shall be as defined in ASTM D 2563 -Classifying Visual Defects in Glass Reinforced Plastic Laminate Parts . 3 . Presence of visua l defects in excess of the allowable levels of Table A shall be grounds for rejection of the equipment. Listed quantities apply to small localized areas and shall not be averaged over larger areas . 4. For the Purpose of Table A , Use of the Following Defin itions Apply: a. INNER Surface -Interior process surface, thickness of surfacing veil(s), and interface between veils and mat layers . Includes surfacing veils on internal joints. b. Interior Mat Layers -Layers of mat following the inner surface , and interface between liner and structural wall. Includes mat layers on internal joints. c . Structural Wall -Layers of filament winding or alternating layers of mat and woven roving following the corrosion liner, and layers of mat and woven roving in internal overlays . d. Exterior Surface -The exterior surface of the laminate and the thickness of the surfacing veil. e. Dimensions listed in Table A refer to the largest dimension measured for defects . TABLE A MAXIMUM ALLOWABLE LEVELS OF VISUAL DEFECTS Condition/ Exterior Defect Inner Surface Interior Mat Layers Structural Wall Surface Chip None None Crack None None Crazing None None August 2010 -CONFORMED 8258A10 pw://Caroll ol Cli enVTX/Fort Worth/8258A 10/Specifications06608 (Conformed) None None None 06608-10 FIBERGLASS REINFORCED PLASTIC TABLE A MAXIMUM ALLOWABLE LEVELS OF VISUAL DEFECTS Condition/ Exterior Defect Inner Surface Interior Mat Layers Structural Wall Surface Delamination None None See Air Bubble Dry Spot None See Air Bubble See Air Bubble Foreign None Maximum Diameter See Air Bubble Inclusion 1/32" Fracture None None None None Air Bubble/ Less than 1/64" 0 Less than 1 /32" 0 Less than 3/16" 0 Void unlimited. 1/64" to unlimited. 1/32" to unlimited. 3/16" to 1/16" 0 2 /sq.in . 1/8" 0 5 I sq. in . 1/4" 0 2 /sq.in. Maximum Diameter Maximum Diameter Maximum Diameter 1/16" 1/8" 1/4" Blister See Air Bubble See Air Bubble See Air Bubble Burned None None None Pit (Pinhole) Less than 1 /32" 0 NIA N/A SO/square feet 1 /32" to 1/16" 0 10/square feet Maximum Diameter 1/16" Maximum Depth 1/32" Resin Pocket None Maximum 1 square Maximum 1 square inch per occurrence . inch per occurrence. Wrinkle Allowable if laminate Allowable if laminate Allowable if laminate is glass reinforced. is glass reinforced is glass reinforced No sharp edges and full mat layer and full mat layer allowed. thickness and total thickness and total thickness are thickness are maintained. maintained . Scratch None NIA NIA Fiber None Maximum 10 fibers Maximum 20 fibers Prominence visible per square visible per square inch inch 2.03 SOURCE QUALITY CONTROL A. Inspection: 1. OWNER's Inspection: Permit the ENGINEER access to the equipment during fabrication and upon completion for the purpose of verifying compliance to the contract documents. The inspection is not intended to replace the Fabricator's own quality control procedures. August 2010 -CONFORMED 8258A10 pwJ/Carollol ClienVTX/Fort Worth/8258A10/Specifications06608 {Confonned) 06608-11 FIBERGLASS REINFORCED PLASTIC 2. In no respect does inspection of equipment by ENGINEER relieve the Fabricator of compliance w ith the contract documents . A final i nspection will be performed by the ENGINEER. 3. The Fabricator shall notify the ENGINEER at the completion of particular milestones during fabrication . The milestones are as follows : a. View tooling prior to fabrication. b. Beginning application of corrosion liner for each part, extraction of each part prior to beginning assembly. c. Upon completion of each separate assembly, ENGINEER reserves the right to include additional milestones. 4. Allow ENGINEER to photograph the equipment while in-process and/or upon completion. 5. ENGINEER may use magnification or other special viewing or measurement devices during inspection. 6 . Evidence of poor workmanship or lack of compliance w ith aspects of the Contract Documents will be grounds for rejection of the equipment. 7. Subsequent repair of rejected equipment may, at the ENGINEER's option , be undertaken in an attempt to bring the equipment to an acceptable state . Repair procedures must be accepted by the ENGINEER prior to implementation . 2.04 TESTING A. The ENGINEER may employ destructive testing, such as ultimate tensile or flexure strength tests or glass content ignition tests, on available samples or use other non destructive test methods , such as acoustic emission or ultrasonic polygauge thickness measurement, on the completed equipment for verification of compliance to the contract documents. B. Testing performed by the ENGINEER will be accomplished through use of applicable ASTM test methods when appropriate. C. Hardness tests will be made for acceptance by the ENGINEER on the liner surface using the Barcol impressor, Model GYZJ 934 1, calibrated at 2 points in accordance with ASTM D 2583. Ten readings will be taken in a localized area, deleting the 2 highest and 2 lowest, and averaging the remaining 6. Minimum acceptable Barcol hardness will be a reading of 30 unless otherwise specified . D. An acetone sensitivity test will also be performed by the ENGINEER as an acceptance criteria . Evidence of a sticky or tacky surface following rubbing with an acetone-saturated cloth will be grounds for rejection of the equipment. PART 3 EXECUTION Not Used. END OF SECTION August 2010 -CONFORMED 8258A10 pwJ/Carollo/ Clie nVTX/Fo rt Worth/8258 A 10/Specifications06608 (Conformed) 06608-12 FIBERGLASS REINFORCED PLASTIC SECTION 06611 FIBERGLASS REINFORCED PLASTIC FABRICATIONS PART1 GENERAL 1.01 SUMMARY A. Section Includes: Fiberglass reinforced plastic fabrications including: 1. Weirs. 2. Baffles. 3. Grating . B. Related Sections: 1. Section 01600 -Product Requirements. 2. Section 01612 -Seismic Design Criteria. 3. Section 01614 -Wind Design Criteria. 4. Section 05120 -Structural Steel. 1.02 REFERENCES A. National Science Foundation International (NSF): 1. Standard 61 -Drinking Water Treatment Chemicals-Health Effects. PART 2 PRODUCTS 2.01 WEIRS AND BAFFLES A. Manufacturers : One of the following or equal: 1. F. B. Leopold Company. 2. Warminster Fiberglass Company. 3. Chemical Proof Corporation, Arlington, WA. 4. LaValley Construction, Biloxi, MS . 5 . Norcore Plastics, Inc., Tacoma, WA. 6 . Fibrex Corporation, Burlington, WA. 7. Specialty Plastics, Inc., Baton Rouge, LA . 8. Xerxes Corporation, Anaheim, CA. 9. Paramount Plastics, Rancho Cucamonga, CA. 10. Ershigs, Inc., Bellingham, WA. 11 . Corrosion Controllers, Inc., Washougal, WA. 12 . Fibercast, Sand Springs, OK. B. Materials: 1. Hand lay-up construction. 2 . Minimum Corrosion Liner: a . One "C" or Nexus veil as specified for the service environment. b. Remainder 1-1/2 ounce per square foot mat to total minimum thickness of 0.096 inches on surface exposed to the service environment. August 2010 -CONFORMED 8258A10 06611-1 pwJ/Carollo/Documents/ClienVTX/Fort Worth/8258A 10/SpecificaUons/06611 {Conformed) FIBERGLASS REINFORCED PLASTIC FABRICATIONS 3. Ultraviolet Stabilizer: Added to the exterior surface coat of fabrications intended for outside service , in the type and amount recommended by the resin manufacturer. 4 . Resin: Premium grade vinyl ester, manufactured by one of the following or equal as recommended by the res in manufacturer for the specific operating environment: a . Dow Chemical Company, Derakane 411. b . Ashland Chemical Company , Hetron 922 . c. Reichhold Inc ., Reichhold Dion VER 9100. d . lnterplastic Corporation , lnterplastic VE 8300 . 5. Color: Natural, unless otherwise specified . C. Fabrication : 1. Baffles and Stop Plates: Hand lay-up components to specified shape and dimensions. 2. Weirs: a. Match die molded . b. Weir Plates : 1) Of shape and dimensions specified. 2) Provide 2-3/8 inch diameter holes for adjustment. 3) Resin coat cut edges , and drilled and countersunk holes in fiberglass reinforced plastic fabrications. c . Furnish fiberglass reinforced plastic butt plates for joints. d. Washers : 1) Of same material as weirs, with surfaces smooth, free of voids , and without dry spots and crazes. D. Design Criteria and Chemical Exposure : As specified for the application. 2.02 GRATING A. Manufacturers: One of the following or equal : 1. AFC, Inc., Division of Strongwell, Chatfield, MN , Duradek. 2. Chemical Proof Corporation, Arlington , WA, Chemgrate . B. Materials: 1. Core: Unidirectionally aligned glass fibers. 2. Mat: Submit standard corrosion liner. 3. Veil: Submit standard corrosion liner. 4. Ultraviolet Stabilizer: Added to the exterior surfaces in the type and amount recommended by the resin manufacturer. 5. Resin : Fire retardant premium vinyl ester, antimony trioxide or pentoxide added to meet Class I flame spread rating of ASTM E 84 and se lf- extinguishing requirements of ASTM D 635. 6. Manufacturer: One of the following or equal as recommended by the resin manufacturer for the specific operating environment: a. Dow Derakane 530 . b . Ashland Hetron 992. c. lnterplastic VE 8400. d . Reichhold Dion VER 9300FR. 7. Color: Grey or as indicated on the Drawings. 8. Anti-Slip Coating: Permanently bonded grit of selected color. August 2010 -CONFORMED 8258A10 06611-2 pwJ/Carol lo/Documents/C li enVTX/Fort Worth /8258A 10/Specifications/06611 (Conformed) FIBERGLASS REINFORCED PLASTIC FABRICATIONS C. Design Criteria and Chemical Exposure: 1. Deflection and Concentrated Load: Maximum 0.15 inches at span of 48 inches under concentrated load of 250 pounds . 2. Deflection and Uniform Distributed Load: Capable of carrying uniform distributed load of 100 pounds per square foot on simple span of 56 inches without deflecting more than 0.25 inches . 3. Weight: Maximum grating panel shall be 110 lbs. 4. Suitability: Use stairs and grating suitable for use in environments containing chlorine and sulfuric acid solutions at the temperatures and concentrations specified for the application. D. Components: 1. Bearing Bars: I-bars, depth as indicated on the Drawings, I-bars spaced at 1- 3/16 inches on center. 2. Cross Bars: 3/8-inch diameter spaced at 6 inches on center. 3. Hold Downs, Connectors, and Accessories: FRP grating shall be securely attached to supporting members and angles as recommended by grating manufacturer. 4. FRP structural support shapes, angle frames etc shall be provided as required by FRP fabricator. E. Fabrication: 1. Produce grating bearing and cross bars by pultrusion process . Do not use hand lay-up construction methods. 2 . Coat ends of grating with resin. 3. Fabricate single sections for each span. Do not clamp 2 or more grating sections together within spans. 4. Type 316 Stainless Steel Plates and Angles at Openings: a. Install 5/8-inch thick plate or angle where required to fill openings at changes in elevation and at openings between equipment and grating. b. Install angle stops at ends of grating to prevent grating from sliding . 5. Maximum 1/8-inch clearance allowed between ends of grating and inside face of vertical leg of support angles. F. Cutouts: 1. Provide where required for equipment access or penetrations, including valve operators, stems, and gate frames. 2. Seal cut edges with resin . PART 3 EXECUTION 3.01 EXAMINATION A. Verify that conditions are satisfactory for installation of products as specified in Section 01600. 3.02 ERECTION AND INSTALLATION, GENERAL A. Install products where indicated on the Drawings in accordance with manufacturer's printed instructions. August 2010 -CONFORMED 8258A10 06611-3 pw ://Carollo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specifications/066 11 (Conformed) FIBERGLASS REINFORCED PLASTIC FABRICATIONS 3.03 WEIR PLATES A. Fasten to concrete with stainless steel anchor bolts or concrete anchors . B. Seal edge between concrete and weir with synthetic rubber. C. Use stainless steel washers under nuts. END OF SECTION August 2010 -CONFORMED 8258A10 06611-4 pw:1/Carollo/Docurnents/ClienVTX/Fort Worth/8258A 1 O/Specifications/06611 (Conformed} FIBERGLASS REINFORCED PLASTIC FABRICATIONS PART1 GENERAL 1.01 SUMMARY A. Section includes: 1. Acrylic-Latex sealant. SECTION 07900 JOINT SEALERS 2 . Precast concrete joint sealant. 3. Silicone sealant. 4 . Synthetic rubber sealing compound. 5. Synthetic sponge rubber filler. 6 . Related materials. 1.02 REFERENCES A. American Association of State Highway and Transportation Officials (AASHTO): 1. M 198 -Standard Specification for Joints for Concrete Pipe, Manholes , and Precast Box Sections Using Preformed Flexible Joint Sealants. B. ASTM International (ASTM): 1. C 920 -Standard Specification for Elastomeric Joint Sealants. 2. D 412 -Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers -Tension . 3. D 624 -Standard Test Method for Tear Strength of Conventional Vulcanized Rubber and Thermoplastic Elastomer. C. Federal Specification (FS): 1. FS TT-S-00227e -Sealing Compound, Elastomeric Type, Multi-Component. 1.03 SUBMITTALS A. Product data . B. Samples, include color selections. C. Manufacturer's Installation Instructions. D. Warranty. 1.04 QUALITY ASSURANCE A. Manufacturer qualifications : Manufacturer of proposed product for minimum 5 years with satisfactory performance record. B. Installer qualifications: Manufacturer approved installer of products similar to specified products on minimum 5 projects of similar scope as Project with satisfactory performance record. August 2010 -CONFORMED 8258A10 pw://Carollo/Documents/ClienVTX/Fort Worth/8258A 1 O/Specifications/07900 (Conformed) 07900-1 JOINT SEALERS 1.05 PROJECT/SITE CONDITIONS A. Environmental requirements : Do not apply sealant on wet or frosty surfaces or when surface temperature is h igher than 100 degrees Fahrenheit or lower than recommended by the manufacturer. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver, store , and handle products in accordance with manufacturer's recommendat ions. B. Code date packages . Do not use material older than manufacturer's published shelf life . Store materials at temperatures lower than 80 degrees Fahrenheit. Condition materials in accordance with manufacturer's instructions prior to installation . 1.07 SEQUENCING AND SCHEDULING A. Caulk joints prior to painting. 1.08 WARRANTY A. Warrant to correct defective products for minimum 5 years in accordance with manufacturer's standard warranty. PART 2 PRODUCTS 2.01 ACRYLIC-LATEX SEALANT A. Permanently flexible, nonstaining, and nonbleeding latex modified acrylic sealant compound , colors as selected by ENGI NEER from manufacturer's standard options. Manufacturers : One of the following or equal: 1. Tremco, Tremflex 834. 2. Pecora Corp ., Number AC-20 . 3. Sonneborn , Sonolac. 2.02 PRECAST CONCRETE JOINT SEALANT A. Preformed, cold-applied , ready-to-use , fl exible joint sealant in accordance with ASTM C990 and AASHTO M 198. Manufacturers: One of the following or equal. 1. Henry Corporation, Ram-Nek . 2. Concrete Sealants Division , ConSeal. 2.03 SILICONE SEALANT A. ASTM C 920 , Type S, Grade NS, Class 25 , single component silicone sealant. Manufacturers: One of the following or equal: 1. Tremco, Proglaze . 2 . Pecora Corp ., Number 864. 3. Dow Corning, Number 795 . 4. General Electric , Number 1200 Series . August 2010 -CONFORMED 8258A10 pw://Carollo/Documents/Clie nVTX/Fort Worth/8258A 1 O/Specifications/07900 (Conformed) 07900-2 JOINT SEALERS 2.04 SYNTHETIC RUBBER SEALING COMPOUND A. Manufacturer: One of the following or equal : 1. Sika Corporation, Lyndhurst, NJ, Sikaflex 2c NS or SL 2 . Polymeric Systems , Inc., PSI 270 or PSI 270 SL. 3. Pacific Polymers, Garden Grove , CA , Elastothane 227R. B. Material: In accordance with ASTM C 920 Type M, Grade P (pourable), Class 25 and Type M, Grade NS (non-sag), Class 25 ; multi-part polyurethane ; able to cure at room temperature to firm , highly resilient rubber; able to perform satisfactory when continuously submerged in water or sewage and exposed to direct sunlight in dry condition ; with the follow ing properties determined at 75 degrees Fahrenheit and 50 percent relative humidity : 1. Base: Polyurethane rubber. 2. Solids : Minimum 97 percent. 3. Application time : Minimum 2 hours. 4. Cure time: Maximum 3 days. 5. Tack free time : 24 hours . 6 . Ultimate hardness : Non-sag 25 , Pourable/SL 40, within 5 Shore A. 7 . Tensile strength: Non-sag 120 psi minimum and Self-leveling minimum 170 pounds per square inch when tested in accordance with ASTM D 412 . 8. Ultimate elongation: Minimum 490 percent when tested in accordance with ASTM D 412. 9. Tear res istance : Non-sag 45 pounds per inch minimum and Self-leveling minimum 85 pounds per inch when tested in accordance with ASTM D 624, Die C. 10. Service temperature range: Minus 25 degrees to 158 degrees Fahrenheit. C . Color: Gray to match concrete, unless indicated on the Drawings. 2.05 SYNTHETIC SPONGE RUBBER FILLER A . Closed-cell expanded sponge rubber manufactured from synthetic polymer neoprene base , or resilient polyethylene foam backer rod. Manufacturers: One of the following or equal : 1. Presstite , Number 750.3 Ropax Rod Stock. 2. Rubatex Corp., Rubatex-Cord. B. Characteristics : 1. Suitable for application intended . 2. Strength : As necessary for supporting sealing compound during application . 3. Resiliency: Sufficient resiliency to prevent significant load transfer across joint. 4. Resistance to environmental conditions of installation . 5. Bonding: No bonding to the sealing compound. 6. Structure : Cellular, prevents wicking or absorption of water. 7. Compatibility with other materials in joint and acceptance by manufacturer of sealing compound. 8. Size : Minimum 25 percent greater than nominal joint width . 2.06 RELATED MATERIALS A. Primer: Nonstaining type, recommended by sealant manufacturer to suit application . August 2010 -CONFORMED 8258A10 pw://Carollo/Documen ls/ClienVTX/Fort Worth/82 58A 1 O/Specifications/07900 {Conformed) 07900-3 JOINT SEALERS B. Joint cleaner: Noncorrosive , nonstaining , compatible w ith joint forming materials and as recommended by sealant manufacturer. C. Bond breaker tape: Pressure-sensitive ta pe recommended by sealant manufacturer to su it application. PART 3 EXECUTION 3.01 EXAMINATION A. Verify acceptability of joint dimensions, p hysical , and environmental conditions. B. Verify that surfaces are dry , clean, and free of d irt , grease , curing compound, and other residue wh ich might interfere with adhesion of sealants . 3.02 PREPARATION A. Allow concrete to cure tho.roughly before caulking . B. Synthetic sponge rubber filler: 1. Prepare surfaces designated to receive filler in accordance with manufacturer's installation instructions. 2. Do not stretch filler beyond its normal length during installation. C . Caulking : 1. Verify that surfaces are dry, clean , and free of dirt, grease, curing compounds , and other res idue that might interfere with adhesion of caulking compound . 2. Concrete, masonry, wood , and steel surfaces : Clean and prime in accordance with manufacturer's instructions prior to caulking. D. Synthetic rubber sealing compound: 1. Ensure surfaces to which synthetic rubber must bond are dry and free of dust, dirt, and other foreign residue. 2. Heavy sandblasted caulking groove to sound surface , and pri me with manufacturer's recommended primer for particular surface. E. For sidewalks, pavements , and similar j oints sealed with elastomeric sealants and subject to traffic and other abrasion and indentation exposures , fill joints to depth equal to 75 percent of joint width, but neither more than 5/8 inches deep nor less then 3/8 inches deep . F. For normal moving building joints sealed with elastomeric sealants not subject to traffic, fill joints to depth equal to 50 percent of joint width , but neither more than 1/2 inch deep nor less than 1/4 inch deep. G. For joints sealed with acrylic-latex sealants , fill joints to depth in range of 75 percent to 125 percent of joint width . H. Use joint filler to achieve required joint depths , tp allow sealants to perform properly. August 2010 -CONFORMED 8258A10 pwJ/Carol lo/Docu ments/ClienVTX/Fort Worth/8258A 1 O/Specifications/07900 (Confomned) 07900-4 JOINT SEALERS I. Prepare surfaces and install synthetic sponge rubber filler in accordance with manufacturer's recommendations . J . Do not stretch filler beyond normal length during installation . K. Apply bond breaker when recommended by joint sealer manufacturer. 3.03 INSTALLATION A. Synthetic sponge rubber filler: Install filler in accordance with manufacturer's installation instructions. B. Caulking , joints, and sealing: 1. Construct expansion , contraction, and construction joints as indicated on the Drawings . 2 . Install pipe and conduit in structures as ind icated on the Drawings . 3 . Caulk doors, windows , louvers , and other items installed in or over concrete openings inside and out. 4 . Use synthetic rubber sealing compound for caulking where indicated on the Drawings or as specified , except for masonry construction and where specified otherwise. 5 . Complete caulking prior to painting. 6 . Verify that concrete is thoroughly cured prior to caulking. 7. When filler compressible material is used, use untreated type. 8 . Apply caulking with pneumatic caulking gun. 9 . Use nozzles of proper shape and size for application intended . 10. Maintain continuous bond between caulking and sides of joint to eliminate gaps , bubbles , or voids and fill joint in continuous operation without layering of compound. 11 . Employ experienced applicators to caulk joints and seams in neat workmanlike manner. 12 . To hasten cur ing of compound when used on wide joints subject to movement, apply heat with infrared lamps or other convenient means . 13. Apply synthetic rubber sealing compound with pneumatic caulking tool or other acceptable method . 3.04 CLEANING A. Clean surfaces adjacent to sealant as work progresses . B. Remove excess uncured sealant by soaking and scrubbing with sealant cleaning solvent. C. Remove excess cured sealant by sanding with Number 80 grit sandpaper. D. Leave finished work in neat, clean condit ion. 3.05 SCHEDULE A. Synthetic rubber sealing compound, non-sag Type II: 1. Use where indicated on the Drawings . 2. Water-bearing and earth-bearing concrete structures. August 2010 -CONFORMED 8258A10 pw://Carollo/Documen ts/ClienVTX/Fort Worth/8258A 1 O/Specifications.107900 (Conform ed) 07900-5 JOINT SEALERS 3. Joints in masonry, concrete vert ical surfaces , and metal-faced panels in vertical surfaces . 4. Joints between sheet metal flash ing and trim . 5. Joints between sheet metal flashing and trim , and vertical wall surfaces. 6. Small voids between materials requiring filling for weathertight performance in vertical surfaces . 7. Perimeters of frames of doors, windows , louvers , and other openings where bonding is critical to airtight performance . 8. Expansion and control joints in masonry vertical surfaces. B. Synthetic rubber sealing compound , self-leveling Type I: 1. Use where indicated on the Drawings . 2. Expansion and control joints in masonry, concrete horizontal surfaces, and metal panels in horizontal surfaces . 3. Small voids between materials requ iring filling for weathertight performance in horizontal surfaces . 4 . Pavement joints. 5. Perimeters of frames of doors, windows , louvers , and other openings in horizontal surfaces where bonding is critical to airtight performance. C . Silicone: 1. Use where indicated on the Drawings. 2. Joints and recesses formed where window, door, louver and vent frames , and sill adjoin masonry, concrete, stucco, or metal surfaces. 3. Door threshold bedding . 4. Moist or wet locations, including joints around plumbing fixtures . 5. Stainless steel doors and frames , including joints between applied stops and frames , and around anchor bolts . 6. Plenum joints. D. Acrylic latex: 1. Use where indicated on the Drawings . 2. Interior joints with movement less than 7 .5 percent and not subject to wet conditions . END OF SECTION August 2010 -CONFORMED 8258A 10 pw ://Carollo/Documents/ClienVTX/Fort Worth/82 58A 1 O/Specifications/0 7900 (Conformed) 07900-6 JOINT SEALERS