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